You are on page 1of 394

BIDDING DOCUMENTS

for

Procurement of
Package 1:
Works Cebu South Bus Terminal (CSBT)
to Capitol
Urban Realm Enhancement
(Link to the port)

PB No.: 22-001-9
ICB No.: CBRT-P119343-CW-PACKAGE1 REBID
Project: Cebu Bus Rapid Transit Project (CBRT)
Employer: Department of Transportation (DOTr)
Country: Philippines
Issued on: 02 February 2022

Cebu BRT Project - Package 1 (rebid)


Department of Transportation
Republic of the Philippines
Invitation for Bid

PHILIPPINES
CEBU BRT PROJECT

LOAN No.: 8444-PH

Contract Title: Package- 1: Works Capitol to Cebu South Bus Terminal (CSBT),
Urban Realm Enhancement (Link to the port)

The Republic of the Philippines has received financing from the World Bank toward the cost of the
Cebu Bus Rapid Transit Project and intends to apply part of the proceeds with a sum of One Billion
forty eight million six hundred twenty seven thousand eight hundred fifty eight Philippine pesos
(PHP1,048,627,858.00) toward payments under the contract for Package 1: Works Capitol to Cebu
South Bus Terminal (CSBT), Urban Realm Enhancement (Link to the port) along Osmena Blvd.

The Department of Transport through the Procurement Service – Department of Budget and
Management now invites sealed bids from eligible bidders for the hereunder Works:
Name of Contract : Package- 1: Works Capitol to Cebu South Bus Terminal (CSBT),
Urban Realm Enhancement (Link to the port)
Contract ID No. : DOTr-CBRT-CW1
Location : Cebu City
Scope of Works : Construction of the BRT infrastructures (trunk lines, sidewalk
improvement, stations and other appurtenances) from Capitol to
CSBT including urban realm enhancement (link to the port) along
Osmena Blvd.
Engineers’ Estimate : PHP1,048,627,858.00
Contract Duration : Three Hundred Sixty-Five (365) calendar days

Bidding will be conducted through the International Competitive Bidding procedures as specified in
the World Bank’s Guidelines: Procurement of Goods, Works and Non-Consulting Services under IBRD
Loans and IDA Credits & Grants by World Bank Borrowers dated January 2011 (“Procurement
Guidelines”), and is open to all eligible bidders as defined in the Procurement Guidelines. In addition,
please refer to paragraphs 1.6 and 1.7 setting forth the World Bank’s policy on conflict of interest.

Interested eligible bidders may obtain further information and inspect the bidding documents during
office hours (0900 to 1700 hours) at the address given below.
A complete set of bidding documents in English may be purchased by interested eligible Bidders
starting 02 February 2022 upon the submission of a written application to the address below and upon
payment of a nonrefundable fee of $250.00 or PHP 12,000.00. The method of payment will be in the
form of cash or a Banker’s check payable to the “Procurement Service”. The document will be sent by
airmail for overseas delivery and surface mail or courier for local delivery.

The Bidding Documents can also be downloaded free of charge from the website of the Philippine
Government Electronic Procurement System (PHILGEPS) and the website of DOTr at

Cebu BRT Project - Package 1 (rebid)


3

http://www.dotr.gov.ph provided the Bidders deposit the non-refundable fee for the Bidding
Documents not later than the deadline for submission of bids.

Bidders may request for clarifications, in writing, on the Bidding Documents on or before 24 March
2022. Any amendments to the Bidding Documents shall be issued by the Bids and Awards Committee
through Bid Bulletins not later than 28 March 2022.

Bids must be delivered to the address below on or before 04 April 2022; 10:00 AM. Electronic Bidding
submission will not be permitted. Late bids will be rejected. Bids will be publicly opened in the presence
of the Bidders’ designated representatives and anyone who choose to attend at the address below on 04
April 2022; 10:00 AM.

All Bids must be accompanied by a Bid Security in the amount and form indicated in the Bidding
Documents
The address referred to above is:

The Chairperson
Bids and Awards Committee IX
Procurement Service
PS Complex, RR Road, Cristobal Street
Paco, Manila
Philippines
Telephone: 8290-6300 loc 8031
E-mail address: pd6@ps-philgeps.gov.ph
Web site: ps-philgeps.gov.ph

SGD
PAUL JASPER V. DE GUZMAN
Chairperson, Bids and Awards Committee IX

Cebu BRT Project - Package 1 (rebid)


Table of Contents

PART 1 – Bidding Procedures 2


Section I. Instructions to Bidders 4
Section II. Bid Data Sheet 28
Section III. Evaluation and Qualification Criteria (Without Prequalification) 34
Section IV. Bidding Forms 47
Section V. Eligible Countries 114
Section VI. Bank Policy - Corrupt and Fraudulent Practices 115

PART 2 –Works Requirements 118


Section VII. Works Requirements 119

PART 3 – Conditions of Contract and Contract Forms 310


Section VIII. General Conditions (GC) 311
Section IX. Particular Conditions (PC) 312
Section X. Contract Forms 363

Cebu BRT Project - Package 1 (rebid)


PART 1 – BIDDING PROCEDURES

Cebu BRT Project - Package 1 (rebid)


Section I. Instruction to Bidders 2

Section I. Instructions to Bidders

Table of Clauses
A. General 4

1. 42. 53.
54.
55.
8B. Contents of Bidding
Documents 8

6. 87. 98.
10C. Preparation of
Bids 11

9. 1010. 1011.
1112.
1113.
1114.
1215.
1316.
1317.
1318.
1419.
1520.
16D. Submission and Opening of
Bids 18

21. 1722. 1723.


1824.
1825.
18E. Evaluation and Comparison of
Bids 21

26. 1927. 2028.


2029.
2030.
2131.
2132.
2233.
2234.

Cebu BRT Project - Package 1 (rebid)


Section I. Instructions to Bidders 3

2235.
2336.
2437.
2438.
24F. Award of
Contract 26
39. 2440. 2541. 2542. 25

Cebu BRT Project - Package 1 (rebid)


4 Section I. Instructions to Bidders

Section I. Instructions to Bidders


A. General
1. Scope of Bid 1.1. In connection with the Invitation for Bids specified in the Bid Data
Sheet (BDS), the Employer, as specified in the BDS, issues these
Bidding Documents for the procurement of Works as specified in
Section VII, Works Requirements. The name, identification, and
number of lots (contracts) of this International Competitive Bidding
(ICB) process are specified in the BDS.

1.2. Throughout these Bidding Documents:


(a) the term “in writing” means communicated in written form
and delivered against receipt;
(b) except where the context requires otherwise, words
indicating the singular also include the plural and words
indicating the plural also include the singular;
(c) “day” means calendar day;
(d) “ES” means environmental and social (including Sexual
Exploitation and Abuse (SEA), and Sexual Harassment (SH));
(e) “Sexual Exploitation and Abuse” “(SEA)” stands for the
following:
Sexual Exploitation is defined as any actual or attempted
abuse of position of vulnerability, differential power or
trust, for sexual purposes, including, but not limited to,
profiting monetarily, socially or politically from the sexual
exploitation of another;
Sexual Abuse is defined as the actual or threatened physical
intrusion of a sexual nature, whether by force or under
unequal or coercive conditions;
(f) “Sexual Harassment” “(SH)” is defined as unwelcome sexual
advances, requests for sexual favors, and other verbal or
physical conduct of a sexual nature by the Contractor’s
Personnel with other Contractor’s or Employer’s Personnel;
(g) “Contractor’s Personnel” is as defined in Sub-Clause 1.1.17 of
the General Conditions; and
(h) “Employer’s Personnel” is as defined in Sub-Clause 1.1.33 of
the General Conditions.
A non-exhaustive list of (i) behaviors which constitute SEA and (ii)
behaviors which constitute SH is attached to the Code of Conduct
form in Section IV

Cebu BRT Project - Package 1 (rebid)


Section I. Instructions to Bidders 5

2. Source of Funds 2.1. The Borrower or Recipient (hereinafter called “Borrower”) specified
in the BDS has received or has applied for financing (hereinafter
called “funds”) from the International Bank for Reconstruction and
Development or the International Development Association
(hereinafter called “the Bank”) in an amount specified in the BDS,
toward the project named in the BDS. The Borrower intends to
apply a portion of the funds to eligible payments under the
contract(s) for which these Bidding Documents are issued.

2.2. Payment by the Bank will be made only at the request of the
Borrower and upon approval by the Bank, and will be subject, in all
respects, to the terms and conditions of the Loan (or other
financing) Agreement. The Loan (or other financing) Agreement
prohibits a withdrawal from the Loan (or other financing) account
for the purpose of any payment to persons or entities, or for any
import of goods, if such payment or import, to the knowledge of the
Bank, is prohibited by a decision of the United Nations Security
Council taken under Chapter VII of the Charter of the United
Nations. No party other than the Borrower shall derive any rights
from the Loan (or other financing) Agreement or have any claim to
the proceeds of the Loan (or other financing).

3. Corrupt and 3.1. The Bank requires compliance with its policy in regard to corrupt
Fraudulent Practices and fraudulent practices as set forth in Section VI.
3.2. In further pursuance of this policy, Bidders shall permit and shall
cause its agents (where declared or not), sub-contractors, sub-
consultants, service providers, suppliers, and personnel, to permit
the Bank to inspect all accounts, records and other documents
relating to any prequalification process, bid submission, and
contract performance (in the case of award), and to have them
audited by auditors appointed by the Bank

4. Eligible Bidders 4.1. A Bidder may be a firm that is a private entity, a government-owned
entity—subject to ITB 4.5—or any combination of such entities in
the form of a joint venture (JV) under an existing agreement or with
the intent to enter into such an agreement supported by a letter of
intent. In the case of a joint venture, all members shall be jointly
and severally liable for the execution of the Contract in accordance
with the Contract terms. The JV shall nominate a Representative
who shall have the authority to conduct all business for and on
behalf of any and all the members of the JV during the bidding
process and, in the event the JV is awarded the Contract, during
contract execution. Unless specified in the BDS, there is no limit on
the number of members in a JV.

Cebu BRT Project - Package 1 (rebid)


6 Section I. Instructions to Bidders

4.2. A Bidder shall not have a conflict of interest. Any Bidder found to
have a conflict of interest shall be disqualified. A Bidder may be
considered to have a conflict of interest for the purpose of this
bidding process, if the Bidder:
(a) directly or indirectly controls, is controlled by or is under
common control with another Bidder; or
(b) receives or has received any direct or indirect subsidy from
another Bidder; or
(c) has the same legal representative as another Bidder; or
(d) has a relationship with another Bidder, directly or through
common third parties, that puts it in a position to influence
the bid of another Bidder, or influence the decisions of the
Employer regarding this bidding process; or
(e) participates in more than one bid in this bidding process.
Participation by a Bidder in more than one Bid will result in
the disqualification of all Bids in which such Bidder is involved.
However, this does not limit the inclusion of the same
subcontractor in more than one bid; or
(f) any of its affiliates participated as a consultant in the
preparation of the design or technical specifications of the
works that are the subject of the bid; or
(g) any of its affiliates has been hired (or is proposed to be hired)
by the Employer or Borrower as Engineer for the Contract
implementation; or
(h) would be providing goods, works, or non-consulting services
resulting from or directly related to consulting services for the
preparation or implementation of the project specified in the
BDS ITB 2.1 that it provided or were provided by any affiliate
that directly or indirectly controls, is controlled by, or is under
common control with that firm; or
(i) has a close business or family relationship with a professional
staff of the Borrower (or of the project implementing agency,
or of a recipient of a part of the loan) who: (i) are directly or
indirectly involved in the preparation of the bidding
documents or specifications of the contract, and/or the bid
evaluation process of such contract; or (ii) would be involved
in the implementation or supervision of such contract unless
the conflict stemming from such relationship has been
resolved in a manner acceptable to the Bank throughout the
procurement process and execution of the contract.

4.3. A Bidder may have the nationality of any country, subject to the
restrictions pursuant to ITB 4.7. A Bidder shall be deemed to have

Cebu BRT Project - Package 1 (rebid)


Section I. Instructions to Bidders 7

the nationality of a country if the Bidder is constituted, incorporated


or registered in and operates in conformity with the provisions of
the laws of that country, as evidenced by its articles of incorporation
(or equivalent documents of constitution or association) and its
registration documents, as the case may be. This criterion also shall
apply to the determination of the nationality of proposed sub-
contractors or sub-consultants for any part of the Contract including
related Services.

4.4. A Bidder that has been sanctioned by the Bank in accordance with
the above ITB 3.1, including in accordance with the Bank’s
Guidelines on Preventing and Combating Corruption in Projects
Financed by IBRD Loans and IDA Credits and Grants (“Anti-
Corruption Guidelines”), shall be ineligible to be prequalified for, bid
for, or be awarded a Bank-financed contract or benefit from a Bank-
financed contract, financially or otherwise, during such period of
time as the Bank shall have determined. The list of debarred firms
and individuals is available as specified in the BDS.

4.5. Bidders that are Government-owned enterprises or institutions in


the Employer’s Country may participate only if they can establish
that they (i) are legally and financially autonomous (ii) operate
under commercial law, and (iii) are not dependent agencies of the
Employer. To be eligible, a government-owned enterprise or
institution shall establish to the Bank’s satisfaction, through all
relevant documents, including its Charter and other information the
Bank may request, that it: (i) is a legal entity separate from the
government (ii) does not currently receive substantial subsidies or
budget support; (iii) operates like any commercial enterprise, and,
inter alia, is not obliged to pass on its surplus to the government,
can acquire rights and liabilities, borrow funds and be liable for
repayment of its debts, and can be declared bankrupt; and (iv) is not
bidding for a contract to be awarded by the department or agency
of the government which under their applicable laws or regulations
is the reporting or supervisory authority of the enterprise or has the
ability to exercise influence or control over the enterprise or
institution.
4.6. A Bidder shall not be under suspension from bidding by the
Employer as the result of the operation of a Bid–Securing
Declaration.
4.7. Firms and individuals may be ineligible if so indicated in Section V
and (a) as a matter of law or official regulations, the Borrower’s
country prohibits commercial relations with that country, provided
that the Bank is satisfied that such exclusion does not preclude
effective competition for the supply of goods or the contracting of
works or services required; or (b) by an act of compliance with a
Cebu BRT Project - Package 1 (rebid)
8 Section I. Instructions to Bidders

decision of the United Nations Security Council taken under Chapter


VII of the Charter of the United Nations, the Borrower’s country
prohibits any import of goods or contracting of works or services
from that country, or any payments to any country, person, or entity
in that country.
4.8. This bidding is open only to prequalified Bidders unless specified in
the BDS.
4.9. A Bidder shall provide such evidence of eligibility satisfactory to the
Employer, as the Employer shall reasonably request.

5. Eligible Materials, 5.1. The materials, equipment and services to be supplied under the
Equipment, and Contract and financed by the Bank may have their origin in any
Services country subject to the restrictions specified in Section V, Eligible
Countries, and all expenditures under the Contract will not
contravene such restrictions. At the Employer’s request, Bidders
may be required to provide evidence of the origin of materials,
equipment and services.

B. Contents of Bidding Documents


6. Sections of Bidding 6.1. The Bidding Documents consist of Parts 1, 2, and 3, which include all
Documents the Sections specified below, and which should be read in
conjunction with any Addenda issued in accordance with ITB 8.
PART 1 Bidding Procedures
● Section I. Instructions to Bidders (ITB)
● Section II. Bid Data Sheet (BDS)
● Section III. Evaluation and Qualification Criteria
● Section IV. Bidding Forms
● Section V. Eligible Countries
● Section VI. Bank Policy-Corrupt and Fraudulent
Practices
PART 2 Works Requirements
● Section VII. Works Requirements
PART 3 Conditions of Contract and Contract Forms
● Section VIII. General Conditions (GC)
● Section IX. Particular Conditions (PC)
● Section X. Contract Forms

6.2. The Invitation for Bids issued by the Employer is not part of the
Bidding Documents.

Cebu BRT Project - Package 1 (rebid)


Section I. Instructions to Bidders 9

6.3. Unless obtained directly from the Employer, the Employer is not
responsible for the completeness of the Bidding Documents,
responses to requests for clarification, the minutes of the pre-Bid
meeting (if any), or Addenda to the Bidding Documents in
accordance with ITB 8. In case of any contradiction, documents
obtained directly from the Employer shall prevail.

6.4. The Bidder is expected to examine all instructions, forms, terms, and
specifications in the Bidding Documents and to furnish with its bid
all information and documentation as is required by the Bidding
Documents.

7. Clarification of 7.1. A Bidder requiring any clarification of the Bidding Documents shall
Bidding Documents, contact the Employer in writing at the Employer’s address specified
Site Visit, Pre-Bid in the BDS or raise its enquiries during the pre-bid meeting if
Meeting provided for in accordance with ITB 7.4. The Employer will respond
in writing to any request for clarification, provided that such request
is received no later than fourteen (14) days prior to the deadline for
submission of bids. The Employer shall forward copies of its
response to all Bidders who have acquired the Bidding Documents
in accordance with ITB 6.3, including a description of the inquiry but
without identifying its source. If so specified in the BDS, the
Employer shall also promptly publish its response at the web page
identified in the BDS. Should the clarification result in changes to the
essential elements of the Bidding Documents, the Employer shall
amend the Bidding Documents following the procedure under ITB 8
and ITB 22.2.

7.2. The Bidder is advised to visit and examine the Site of Works and its
surroundings and obtain for itself on its own responsibility all
information that may be necessary for preparing the bid and
entering into a contract for construction of the Works. The costs of
visiting the Site shall be at the Bidder’s own expense.

7.3. The Bidder and any of its personnel or agents will be granted
permission by the Employer to enter upon its premises and lands for
the purpose of such visit, but only upon the express condition that
the Bidder, its personnel, and agents will release and indemnify the
Employer and its personnel and agents from and against all liability
in respect thereof, and will be responsible for death or personal
injury, loss of or damage to property, and any other loss, damage,
costs, and expenses incurred as a result of the inspection.

7.4. If so specified in the BDS, the Bidder’s designated representative is


invited to attend a pre-bid meeting. The purpose of the meeting will

Cebu BRT Project - Package 1 (rebid)


10 Section I. Instructions to Bidders

be to clarify issues and to answer questions on any matter that may


be raised at that stage.

7.5. The Bidder is requested to submit any questions in writing, to reach


the Employer not later than one week before the meeting.

7.6. Minutes of the pre-bid meeting, if applicable, including the text of


the questions asked by Bidders, without identifying the source, and
the responses given, together with any responses prepared after
the meeting, will be transmitted promptly to all Bidders who have
acquired the Bidding Documents in accordance with ITB 6.3. Any
modification to the Bidding Documents that may become necessary
as a result of the pre-bid meeting shall be made by the Employer
exclusively through the issue of an Addendum pursuant to ITB 8 and
not through the minutes of the pre-bid meeting. Non attendance at
the pre-bid meeting will not be a cause for disqualification of a
Bidder.

8. Amendment of 8.1. At any time prior to the deadline for submission of bids, the
Bidding Documents Employer may amend the Bidding Documents by issuing addenda.

8.2. Any addendum issued shall be part of the Bidding Documents and
shall be communicated in writing to all who have obtained the
Bidding Documents from the Employer in accordance with ITB 6.3.
The Employer shall also promptly publish the addendum on the
Employer’s web page in accordance with ITB 7.1.

8.3. To give Bidders reasonable time in which to take an addendum into


account in preparing their bids, the Employer should extend the
deadline for the submission of bids, pursuant to ITB 22.2.

C. Preparation of Bids
9. Cost of Bidding 9.1. The Bidder shall bear all costs associated with the preparation and
submission of its Bid, and the Employer shall not be responsible or
liable for those costs, regardless of the conduct or outcome of the
bidding process.

10. Language of Bid 10.1. The Bid, as well as all correspondence and documents relating to
the bid exchanged by the Bidder and the Employer, shall be written
in the language specified in the BDS. Supporting documents and
printed literature that are part of the Bid may be in another
language provided they are accompanied by an accurate translation
of the relevant passages in the language specified in the BDS, in
which case, for purposes of interpretation of the Bid, such
translation shall govern.

Cebu BRT Project - Package 1 (rebid)


Section I. Instructions to Bidders 11

11. Documents 11.1. The Bid shall comprise the following:


Comprising the Bid
(a) Letter of Bid and Appendix to Bid, in accordance with ITB 12;
(b) completed schedules as required, including priced Bill of
Quantities, in accordance with ITB 12 and 14;
(c) Bid Security or Bid-Securing Declaration, in accordance with
ITB 19.1;
(d) alternative bids, if permissible, in accordance with ITB 13;
(e) written confirmation authorizing the signatory of the Bid to
commit the Bidder, in accordance with ITB 20.2;
(f) documentary evidence in accordance with ITB 17 establishing
the Bidder’s continued qualified status or, if post-
qualification applies, as specified in accordance with ITB
4.8, the Bidder’s qualifications to perform the contract if its
Bid is accepted;
(g) Technical Proposal in accordance with ITB 16;
(h) any other document required in the BDS.
11.2. In addition to the requirements under ITB 11.1, bids submitted
by a JV shall include a copy of the Joint Venture Agreement entered
into by all members. Alternatively, a letter of intent to execute a
Joint Venture Agreement in the event of a successful bid shall be
signed by all members and submitted with the bid, together with a
copy of the proposed Agreement.
11.3. The Bidder shall furnish in the Letter of Bid information on
commissions and gratuities, if any, paid or to be paid to agents or
any other party relating to this Bid.
11.4. The Bidder shall furnish in the Letter of Bid the names of three
potential DAAB members and attach their curriculum vitae. The list
of potential DAAB members proposed by the Employer (Contract
Data 21.1) and by the Bidder (Letter of Bid) shall be subject to Bank’s
No-objection.

12. Letter of Bid and 12.1. The Letter of Bid and Schedules, including the Bill of Quantities,
Schedules shall be prepared using the relevant forms furnished in Section IV,
Bidding Forms. The forms must be completed without any
alterations to the text, and no substitutes shall be accepted except
as provided under ITB 20.2. All blank spaces shall be filled in with
the information requested.

13. Alternative Bids 13.1. Unless otherwise specified in the BDS, alternative bids shall not
be considered.

Cebu BRT Project - Package 1 (rebid)


12 Section I. Instructions to Bidders

13.2. When alternative times for completion are explicitly invited, a


statement to that effect will be included in the BDS, as will the
method of evaluating different times for completion.

13.3. Except as provided under ITB 13.4 below, Bidders wishing to


offer technical alternatives to the requirements of the Bidding
Documents must first price the Employer’s design as described in
the Bidding Documents and shall further provide all information
necessary for a complete evaluation of the alternative by the
Employer, including drawings, design calculations, technical
specifications, breakdown of prices, and proposed construction
methodology and other relevant details. Only the technical
alternatives, if any, of the lowest evaluated Bidder conforming to
the basic technical requirements shall be considered by the
Employer.

13.4. When specified in the BDS, Bidders are permitted to submit


alternative technical solutions for specified parts of the Works, and
such parts will be identified in the BDS, as will the method for their
evaluating, and described in Section VII, Works Requirements.

14. Bid Prices and 14.1. The prices and discounts (including any price reduction) quoted
Discounts by the Bidder in the Letter of Bid and in the Bill of Quantities shall
conform to the requirements specified below.
14.2. The Bidder shall fill in rates and prices for all items of the Works
described in the Bill of Quantities. Items against which no rate or
price is entered by the Bidder shall be deemed covered by the rates
for other items in the Bill of Quantities and will not be paid for
separately by the Employer. An item not listed in the priced Bill of
Quantities shall be assumed to be not included in the Bid, and
provided that the Bid is determined substantially responsive
notwithstanding this omission, the average price of the item quoted
by substantially responsive bidders will be added to the bid price
and the equivalent total cost of the bid so determined will be used
for price comparison.

14.3. The price to be quoted in the Letter of Bid, in accordance with


ITB 12.1, shall be the total price of the Bid, excluding any discounts
offered.

14.4. The Bidder shall quote any discounts and the methodology for
their application in the Letter of Bid, in accordance with ITB 12.1.

14.5. Unless otherwise specified in the BDS and the Contract, the
rates and prices quoted by the Bidder are subject to adjustment
during the performance of the Contract in accordance with the
provisions of the Conditions of Contract. In such a case, the Bidder

Cebu BRT Project - Package 1 (rebid)


Section I. Instructions to Bidders 13

shall furnish the indices and weightings for the price adjustment
formulae in the Schedule of Adjustment Data and the Employer may
require the Bidder to justify its proposed indices and weightings.

14.6. If so specified in ITB 1.1, bids are being invited for individual lots
(contracts) or for any combination of lots (packages). Bidders
wishing to offer discounts for the award of more than one Contract
shall specify in their bid the price reductions applicable to each
package, or alternatively, to individual Contracts within the package.
Discounts shall be submitted in accordance with ITB 14.4, provided
the bids for all lots (contracts) are opened at the same time.

14.7. All duties, taxes, and other levies payable by the Contractor
under the Contract, or for any other cause, as of the date 28 days
prior to the deadline for submission of bids, shall be included in the
rates and prices and the total Bid Price submitted by the Bidder.

15. Currencies of Bid and 15.1. The currency(ies) of the bid and the currency(ies) of payments
Payment shall be as specified in the BDS.
15.2. Bidders may be required by the Employer to justify, to the
Employer’s satisfaction, their local and foreign currency
requirements, and to substantiate that the amounts included in the
unit rates and prices and shown in the Schedule of Adjustment Data
in the Appendix to Bid are reasonable, in which case a detailed
breakdown of the foreign currency requirements shall be provided
by Bidders.

16. Documents 16.1. The Bidder shall furnish a Technical Proposal including a
Comprising the statement of work methods, equipment, personnel, schedule and
Technical Proposal any other information as stipulated in Section IV – Bidding Forms, in
sufficient detail to demonstrate the adequacy of the Bidder’s
proposal to meet the work requirements and the completion time.

17. Documents 17.1. In accordance with Section III, Evaluation and Qualification
Establishing the Criteria, to establish that the Bidder continues to meet the criteria
Qualifications of the used at the time of prequalification, the Bidder shall provide in the
Bidder corresponding information sheets included in Section IV, Bidding
Forms, updated information on any assessed aspect that changed
from that time, including on Sexual Exploitation and Abuse (SEA)/SH
disqualification status, or if post-qualification applies as specified in
ITB 4.8, the Bidder shall provide the information requested in the
corresponding information sheets included in Section IV, Bidding
Forms.

17.2. If a margin of preference applies as specified in accordance with


ITB 33.1, domestic Bidders, individually or in joint ventures, applying

Cebu BRT Project - Package 1 (rebid)


14 Section I. Instructions to Bidders

for eligibility for domestic preference shall supply all information


required to satisfy the criteria for eligibility specified in accordance
with ITB 33.1.
17.3. Any change in the structure or formation of a Bidder after being
prequalified and invited to Bid (including, in the case of a JV, any
change in the structure or formation of any member thereto) shall
be subject to the written approval of the Employer prior to the
deadline for submission of Bids. Such approval shall be denied if (i)
a Bidder proposes to associate with a disqualified Bidder or in case
of a disqualified joint venture, any of its members; (ii) as a
consequence of the change, the Bidder no longer substantially
meets the qualification criteria set forth in Section III, Qualification
Criteria and Requirements; or (iii) in the opinion of the Employer,
the change may result in a substantial reduction in competition. Any
such change should be submitted to the Employer not later than
fourteen (14) days after the date of the Invitation for Bids.

18. Period of Validity of 18.1. Bids shall remain valid until the date specified in the BDS or any
Bids extended date if amended by the Employer in accordance with ITB
8. A bid that is not valid until the date specified in the BDS, or any
extended date if amended by the Employer in accordance with ITB
8, shall be rejected by the Employer as nonresponsive.

18.2. In exceptional circumstances, prior to the date of expiration of


the bid validity, the Employer may request Bidders to extend the
period of validity of their bids. The request and the responses shall
be made in writing. If a bid Security is requested in accordance with
ITB 19, it shall also be extended for twenty-eight (28) days beyond
the extended date for bid validity. A Bidder may refuse the request
without forfeiting its bid security. A Bidder granting the request shall
not be required or permitted to modify its bid, except as provided
in ITB 18.3.

18.3. If the award is delayed by a period exceeding fifty-six (56) days


beyond the date of expiry of the bid validity specified in accordance
with ITB 18.1, the Contract price shall be determined as follows:
(a) In the case of fixed price contracts, the Contract price shall
be the bid price adjusted by the factor specified in the BDS.
(b) In the case of adjustable price contracts, no adjustment shall
be made.
(c) In any case, bid evaluation shall be based on the bid price
without taking into consideration the applicable correction
from those indicated above.

Cebu BRT Project - Package 1 (rebid)


Section I. Instructions to Bidders 15

19. Bid Security 19.1. The Bidder shall furnish as part of its bid, either a Bid-Securing
Declaration or a bid security as specified in the BDS, in original form
and, in the case of a bid security, in the amount and currency
specified in the BDS.

19.2. A Bid-Securing Declaration shall use the form included in Section


IV, Bidding Forms.

19.3. If a bid security is specified pursuant to ITB 19.1, the bid security
shall be a demand guarantee in any of the following forms at the
Bidder’s option:
(a) an unconditional guarantee issued by a bank or financial
institution (such as an insurance, bonding or surety
company);
(b) an irrevocable letter of credit;
(c) a cashier’s or certified check; or
(d) another security specified in the BDS,
from a reputable source from an eligible country. If the
unconditional guarantee is issued by a financial institution located
outside the Employer’s Country, the issuing financial institution
shall have a correspondent financial institution located in the
Employer’s Country to make it enforceable. In the case of a bank
guarantee, the bid security shall be submitted either using the Bid
Security Form included in Section IV, Bidding Forms, or in another
substantially similar format approved by the Employer prior to bid
submission. The bid security shall be valid for twenty-eight (28)
days beyond the original validity period of the bid, or beyond any
period of extension if requested under ITB 18.2.

19.4. If a bid security or Bid Securing Declaration is specified pursuant


to ITB 19.1, any bid not accompanied by a substantially responsive
bid security or Bid-Securing Declaration shall be rejected by the
Employer as non responsive.

19.5. If a bid security is specified pursuant to ITB 19.1, the bid security
of unsuccessful Bidders shall be returned as promptly as possible
upon the successful Bidder’s signing the Contract and furnishing the
performance security and if required in the BDS, the Environmental
and Social (ES) Performance Security pursuant to ITB 42.

19.6. The bid security of the successful Bidder shall be returned as


promptly as possible once the successful Bidder has signed the
Contract and furnished the required performance security, and if

Cebu BRT Project - Package 1 (rebid)


16 Section I. Instructions to Bidders

required in the BDS, the Environmental and Social, (ES) Performance


Security.

19.7. The bid security may be forfeited:


(a) if a Bidder withdraws its bid prior to the expiry date of the bid
validity specified by the Bidder on the Letter of Bid, or any
extended date provided by the Bidder; or
(b) if the successful Bidder fails to:
(i) sign the Contract in accordance with ITB 41; or
(ii) furnish a performance security and if required in the
BDS, the Environmental and Social(ES) Performance
Security in accordance with ITB 42.

19.8. The bid security or the Bid-Securing Declaration of a JV shall be


in the name of the JV that submits the bid. If the JV has not been
legally constituted into a legally enforceable JV at the time of
bidding, the bid security or the Bid-Securing Declaration shall be in
the names of all future members as named in the letter of intent
referred to in ITB 4.1 and ITB 11.2.
19.9. If a bid security is not required in the BDS pursuant to ITB 19.1,
and
(a) if a Bidder withdraws its bid prior to the expiry date of the bid
validity specified by the Bidder on the Letter of Bid or any
extended date provided by the Bidder, or
(b) if the successful Bidder fails to sign the Contract in accordance
with ITB 41; or furnish a performance security and if
required in the BDS, the Environmental and Social (ES)
Performance Security in accordance with ITB 42;
the Borrower may, if provided for in the BDS, declare the Bidder
ineligible to be awarded a contract by the Employer for a period
of time as stated in the BDS.

20. Format and Signing of 20.1. The Bidder shall prepare one original of the documents
Bid comprising the bid as described in ITB 11 and clearly mark it
“ORIGINAL.” Alternative bids, if permitted in accordance with ITB 13,
shall be clearly marked “ALTERNATIVE.” In addition, the Bidder shall
submit copies of the bid, in the number specified in the BDS and
clearly mark them “COPY.” In the event of any discrepancy between
the original and the copies, the original shall prevail.

20.2. The original and all copies of the bid shall be typed or written in
indelible ink and shall be signed by a person duly authorized to sign
on behalf of the Bidder. This authorization shall consist of a written
confirmation as specified in the BDS and shall be attached to the

Cebu BRT Project - Package 1 (rebid)


Section I. Instructions to Bidders 17

bid. The name and position held by each person signing the
authorization must be typed or printed below the signature. All
pages of the bid where entries or amendments have been made
shall be signed or initialed by the person signing the bid.

20.3. In case the Bidder is a JV, the Bid shall be signed by an authorized
representative of the JV on behalf of the JV, and so as to be legally
binding on all the members as evidenced by a power of attorney
signed by their legally authorized representatives.

20.4. Any inter-lineation, erasures, or overwriting shall be valid only if


they are signed or initialed by the person signing the bid.

D. Submission and Opening of Bids


21. Sealing and Marking 21.1. The Bidder shall enclose the original and all copies of the bid,
of Bids including alternative bids, if permitted in accordance with ITB 13, in
separate sealed envelopes, duly marking the envelopes as
“ORIGINAL”, “ALTERNATIVE” and “COPY.” These envelopes containing
the original and the copies shall then be enclosed in one single
envelope.

21.2. The inner and outer envelopes shall:


(a) bear the name and address of the Bidder;
(b) be addressed to the Employer in accordance with ITB 22.1;
(c) bear the specific identification of this bidding process
specified in the BDS 1.1; and
(d) bear a warning not to open before the time and date for bid
opening.

21.3. If all envelopes are not sealed and marked as required, the
Employer will assume no responsibility for the misplacement or
premature opening of the bid.

22. Deadline for 22.1. Bids must be received by the Employer at the address and no
Submission of Bids later than the date and time specified in the BDS. When so
specified in the BDS, bidders shall have the option of submitting
their bids electronically. Bidders submitting bids electronically shall
follow the electronic bid submission procedures specified in the
BDS.

22.2. The Employer may, at its discretion, extend the deadline for the
submission of bids by amending the Bidding Documents in
accordance with ITB 8, in which case all rights and obligations of the

Cebu BRT Project - Package 1 (rebid)


18 Section I. Instructions to Bidders

Employer and Bidders previously subject to the deadline shall


thereafter be subject to the deadline as extended.

23. Late Bids 23.1. The Employer shall not consider any bid that arrives after the
deadline for submission of bids, in accordance with ITB 22. Any bid
received by the Employer after the deadline for submission of bids
shall be declared late, rejected, and returned unopened to the
Bidder.

24. Withdrawal, 24.1. A Bidder may withdraw, substitute, or modify its bid after it has
Substitution, and been submitted by sending a written notice, duly signed by an
Modification of Bids authorized representative, and shall include a copy of the
authorization in accordance with ITB 20.2, (except that withdrawal
notices do not require copies). The corresponding substitution or
modification of the bid must accompany the respective written
notice. All notices must be:
(a) prepared and submitted in accordance with ITB 20 and ITB 21
(except that withdrawals notices do not require copies), and
in addition, the respective envelopes shall be clearly marked
“WITHDRAWAL,” “SUBSTITUTION,” “MODIFICATION;” and
(b) received by the Employer prior to the deadline prescribed for
submission of bids, in accordance with ITB 22.

24.2. Bids requested to be withdrawn in accordance with ITB 24.1 shall


be returned unopened to the Bidders.

24.3. No bid may be withdrawn, substituted, or modified 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
Letter of Bid or any extension thereof.

25. Bid Opening 25.1. Except in the cases specified in ITB 23 and 24, the Employer shall
publicly open and read out in accordance with ITB 25.3 all bids
received by the deadline, at the date, time and place specified in the
BDS, in the presence of Bidders` designated representatives and
anyone who choose to attend. Any specific electronic bid opening
procedures required if electronic bidding is permitted in accordance
with ITB 22.1, shall be as specified in the BDS.

25.2. First, envelopes marked “WITHDRAWAL” shall be opened and read


out and the envelope with the corresponding bid shall not be
opened, but returned to the Bidder. No bid withdrawal shall be
permitted unless the corresponding withdrawal notice contains a
valid authorization to request the withdrawal and is read out at bid
opening. Next, envelopes marked “SUBSTITUTION” shall be opened
and read out and exchanged with the corresponding bid being
substituted, and the substituted bid shall not be opened, but

Cebu BRT Project - Package 1 (rebid)


Section I. Instructions to Bidders 19

returned to the Bidder. No bid substitution shall be permitted unless


the corresponding substitution notice contains a valid authorization
to request the substitution and is read out at bid opening. Envelopes
marked “MODIFICATION” shall be opened and read out with the
corresponding bid. No bid modification shall be permitted unless
the corresponding modification notice contains a valid
authorization to request the modification and is read out at bid
opening. Only bids that are opened and read out at bid opening shall
be considered further.

25.3. All other envelopes shall be opened one at a time, reading out:
the name of the Bidder and whether there is a modification; the
total Bid Price, per lot (contract) if applicable, including any
discounts and alternative bids; the presence or absence of a bid
security, if required; and any other details as the Employer may
consider appropriate. Only discounts and alternative bids read out
at bid opening shall be considered for evaluation. The Letter of Bid
and the Bill of Quantities are to be initialed by representatives of the
Employer attending bid opening in the manner specified in the BDS.
The Employer shall neither discuss the merits of any bid nor reject
any bid (except for late bids, in accordance with ITB 23.1).

25.4. The Employer shall prepare a record of the bid opening that shall
include, as a minimum: the name of the Bidder and whether there
is a withdrawal, substitution, or modification; the Bid Price, per lot
(contract) if applicable, including any discounts and alternative bids;
and the presence or absence of a bid security, if one was required.
The Bidders’ representatives who are present shall be requested to
sign the record. The omission of a Bidder’s signature on the record
shall not invalidate the contents and effect of the record. A copy of
the record shall be distributed to all Bidders.

E. Evaluation and Comparison of Bids


26. Confidentiality 26.1. Information relating to the evaluation of bids and
recommendation of contract award shall not be disclosed to Bidders
or any other persons not officially concerned with the bidding
process until information on Contract award is communicated to all
Bidders in accordance with ITB 40.

26.2. Any attempt by a Bidder to influence the Employer in the


evaluation of the bids or Contract award decisions may result in the
rejection of its bid.

Cebu BRT Project - Package 1 (rebid)


20 Section I. Instructions to Bidders

26.3. Notwithstanding ITB 26.2, from the time of bid opening to the
time of Contract award, if a Bidder wishes to contact the Employer
on any matter related to the bidding process, it shall do so in writing.

27. Clarification of Bids 27.1. To assist in the examination, evaluation, and comparison of the
bids, and qualification of the Bidders, the Employer may, at its
discretion, ask any Bidder for a clarification of its bid, given a
reasonable time for a response. Any clarification submitted by a
Bidder that is not in response to a request by the Employer shall not
be considered. The Employer’s request for clarification and the
response shall be in writing. No change, including any voluntary
increase or decrease, in the prices or substance of the bid shall be
sought, offered, or permitted, except to confirm the correction of
arithmetic errors discovered by the Employer in the evaluation of
the bids, in accordance with ITB 31.

27.2. If a Bidder does not provide clarifications of its bid by the date
and time set in the Employer’s request for clarification, its bid may
be rejected.

28. Deviations, 28.1. During the evaluation of bids, the following definitions apply:
Reservations, and
(a) “Deviation” is a departure from the requirements specified in
Omissions
the Bidding Documents;
(b) “Reservation” is the setting of limiting conditions or
withholding from complete acceptance of the requirements
specified in the Bidding Documents; and
(c) “Omission” is the failure to submit part or all of the
information or documentation required in the Bidding
Documents.

29. Determination of 29.1. The Employer’s determination of a bid’s responsiveness is to be


Responsiveness based on the contents of the bid itself, as defined in ITB11.

29.2. A substantially responsive bid is one that meets the


requirements of the Bidding Documents without material deviation,
reservation, or omission. A material deviation, reservation, or
omission is one that,
(a) if accepted, would:

Cebu BRT Project - Package 1 (rebid)


Section I. Instructions to Bidders 21

(i) affect in any substantial way the scope, quality, or


performance of the Works specified in the Contract; or
(ii) limit in any substantial way, inconsistent with the
Bidding Documents, the Employer’s rights or the
Bidder’s obligations under the proposed Contract; or
(b) if rectified, would unfairly affect the competitive position of
other Bidders presenting substantially responsive bids.

29.3. The Employer shall examine the technical aspects of the bid
submitted in accordance with ITB 16, Technical Proposal, in
particular, to confirm that all requirements of Section VI, Works
Requirements have been met without any material deviation,
reservation or omission.

29.4. If a bid is not substantially responsive to the requirements of the


Bidding Documents, it shall be rejected by the Employer and may
not subsequently be made responsive by correction of the material
deviation, reservation, or omission.

30. Nonmaterial 30.1. Provided that a bid is substantially responsive, the Employer may
Nonconformities waive any nonconformities in the Bid.

30.2. Provided that a bid is substantially responsive, the Employer may


request that the Bidder submit the necessary information or
documentation, within a reasonable period of time, to rectify
nonmaterial nonconformities in the bid related to documentation
requirements. Requesting information or documentation on such
nonconformities shall not be related to any aspect of the price of
the Bid. Failure of the Bidder to comply with the request may result
in the rejection of its Bid.

30.3. Provided that a bid is substantially responsive, the Employer


shall rectify quantifiable nonmaterial nonconformities related to the
Bid Price. To this effect, the Bid Price shall be adjusted, for
comparison purposes only, to reflect the price of a missing or non-
conforming item or component, by adding the average price of the
item or component quoted by substantially responsive Bidders. If
the price of the item or component cannot be derived from the price
of other substantially responsive Bids, the Employer shall use its
best estimate.

31. Correction of 31.1. Provided that the bid is substantially responsive, the Employer
Arithmetical Errors shall correct arithmetical errors on the following basis:
(a) if there is a discrepancy between the unit price and the total
price that is obtained by multiplying the unit price and

Cebu BRT Project - Package 1 (rebid)


22 Section I. Instructions to Bidders

quantity, the unit price shall prevail and the total price shall
be corrected, unless in the opinion of the Employer there is
an obvious misplacement of the decimal point in the unit
price, in which case the total price as quoted shall govern and
the unit price shall be corrected;
(b) if there is an error in a total corresponding to the addition or
subtraction of subtotals, the subtotals shall prevail and the
total shall be corrected; and
(c) if there is a discrepancy between words and figures, the
amount in words shall prevail, unless the amount expressed
in words is related to an arithmetic error, in which case the
amount in figures shall prevail subject to (a) and (b) above.

31.2. Bidders shall be requested to accept correction of arithmetical


errors. Failure to accept the correction in accordance with ITB 31.1,
shall result in the rejection of the Bid.

32. Conversion to Single 32.1. For evaluation and comparison purposes, the currency(ies) of
Currency the Bid shall be converted into a single currency as specified in the
BDS.

33. Margin of Preference 33.1. Unless otherwise specified in the BDS, a margin of preference for
domestic bidders1 shall not apply.

34. Subcontractors 34.1. Unless otherwise stated in the BDS, the Employer does not
intend to execute any specific elements of the Works by sub-
contractors selected in advance by the Employer.
34.2. In case of Prequalification, the Bidder’s Bid shall name the same
specialized subcontractor as submitted in the prequalification
application and approved by the Employer.
34.3. In case of Postqualification, the Employer may permit
subcontracting for certain specialized works as indicated in Section
III 4.2. When subcontracting is permitted by the Employer, the
specialized sub-contractor’s experience shall be considered for
evaluation. Section III describes the qualification criteria for sub-
contractors.

1
An individual firm is considered a domestic bidder for purposes of the margin of preference if it is registered in the country
of the Employer, has more than 50 percent ownership by nationals of the country of the Employer, and if it does not
subcontract more than 10 percent of the contract price, excluding provisional sums, to foreign contractors. JVs are
considered as domestic bidders and eligible for domestic preference only if the individual member firms are registered
in the country of the Employer or have more than 50 percent ownership by nationals of the country of the Employer, and
the JV shall be registered in the country of the Borrower. The JV shall not subcontract more than 10 percent of the
contract price, excluding provisional sums, to foreign firms. JVs between foreign and national firms will not be eligible
for domestic preference.

Cebu BRT Project - Package 1 (rebid)


Section I. Instructions to Bidders 23

34.4. Bidders may propose subcontracting up to the percentage of


total value of contracts or the volume of works as specified in the
BDS.

35. Evaluation of Bids 35.1. The Employer shall use the criteria and methodologies listed in
this Clause. No other evaluation criteria or methodologies shall be
permitted.
35.2. To evaluate a bid, the Employer shall consider the following:
(a) the bid price, excluding Provisional Sums and the provision, if
any, for contingencies in the Summary Bill of Quantities, but
including Daywork items, where priced competitively;
(b) price adjustment for correction of arithmetic errors in
accordance with ITB 31.1;
(c) price adjustment due to discounts offered in accordance with
ITB 14.4;
(d) converting the amount resulting from applying (a) to (c)
above, if relevant, to a single currency in accordance with ITB
32;
(e) price adjustment due to quantifiable nonmaterial
nonconformities in accordance with ITB 30.3;
(f) the additional evaluation factors are specified in Section III,
Evaluation and Qualification Criteria;

35.3. The estimated effect of the price adjustment provisions of the


Conditions of Contract, applied over the period of execution of the
Contract, shall not be taken into account in bid evaluation.

35.4. If these Bidding Documents allows Bidders to quote separate


prices for different lots (contracts), the methodology to determine
the lowest evaluated price of the lot (contract) combinations,
including any discounts offered in the Letter of Bid Form, is specified
in Section III, Evaluation and Qualification Criteria.

35.5. If the bid, which results in the lowest Evaluated Bid Price, is
seriously unbalanced or front loaded in the opinion of the Employer,
the Employer may require the Bidder to produce detailed price
analyses for any or all items of the Bill of Quantities, to demonstrate
the internal consistency of those prices with the construction
methods and schedule proposed. After evaluation of the price
analyses, taking into consideration the schedule of estimated
Contract payments, the Employer may require that the amount of
the performance security be increased at the expense of the Bidder
Cebu BRT Project - Package 1 (rebid)
24 Section I. Instructions to Bidders

to a level sufficient to protect the Employer against financial loss in


the event of default of the successful Bidder under the Contract.

36. Comparison of Bids 36.1. The Employer shall compare the evaluated prices of all
substantially responsive bids established in accordance with ITB
35.2 to determine the lowest evaluated bid.

37. Qualification of the 37.1. The Employer shall determine to its satisfaction whether the
Bidder Bidder that is selected as having submitted the lowest evaluated
and substantially responsive bid either continues to meet (if
prequalification applies) or meets (if postqualification applies) the
qualifying criteria specified in Section III, Evaluation and
Qualification Criteria.

37.2. The determination shall be based upon an examination of the


documentary evidence of the Bidder’s qualifications submitted by
the Bidder, pursuant to ITB 17.1.
37.3. Prior to Contract award, the Employer will verify that the
successful Bidder (including each member of a JV) is not disqualified
by the Bank due to noncompliance with contractual SEA/SH
prevention and response obligations. The Employer will conduct the
same verification for each subcontractor proposed by the successful
Bidder. If any proposed subcontractor does not meet the
requirement, the Employer will require the Bidder to propose a
replacement subcontractor.
37.4. An affirmative determination shall be a prerequisite for award of
the Contract to the Bidder. A negative determination shall result in
disqualification of the bid, in which event the Employer shall
proceed to the next lowest evaluated bid to make a similar
determination of that Bidder’s qualifications to perform
satisfactorily.

38. Employer’s Right to 38.1. The Employer reserves the right to accept or reject any bid, and
Accept Any Bid, and to annul the bidding process and reject all bids at any time prior to
to Reject Any or All contract award, without thereby incurring any liability to Bidders. In
Bids case of annulment, all bids submitted and specifically, bid securities,
shall be promptly returned to the Bidders.

F. Award of Contract
39. Award Criteria 39.1. Subject to ITB 38.1, the Employer shall award the Contract to the
Bidder who has been determined to be the lowest evaluated bid and
is substantially responsive to the Bidding Documents, provided
further that the Bidder is determined to be qualified to perform the
Contract satisfactorily.

Cebu BRT Project - Package 1 (rebid)


Section I. Instructions to Bidders 25

40. Notification of Award 40.1. Prior to the expiration of the period of bid validity, the Employer
shall notify the successful Bidder, in writing, that its bid has been
accepted. The notification letter (hereinafter and in the Conditions
of Contract and Contract Forms called the “Letter of Acceptance”)
shall specify the sum that the Employer will pay the Contractor in
consideration of the execution and completion of the Works
(hereinafter and in the Conditions of Contract and Contract Forms
called “the Contract Price”). At the same time, the Employer shall
also notify all other Bidders of the results of the bidding and shall
publish in UNDB online the results identifying the bid and lot
(contract) numbers and the following information:
(i) name of each Bidder who submitted a Bid;
(ii) bid prices as read out at Bid Opening;
(iii) name and evaluated prices of each Bid that was evaluated;
(iv) name of bidders whose bids were rejected and the reasons
for their rejection; and
(v) name of the successful Bidder, and the Price it offered, as
well as the duration and summary scope of the contract
awarded.

40.2. Until a formal contract is prepared and executed, the


notification of award shall constitute a binding Contract.

40.3. The Employer shall promptly respond in writing to any


unsuccessful Bidder who, after notification of award in accordance
with ITB 40.1, requests in writing the grounds on which its bid was
not selected.

41. Signing of Contract 41.1. Promptly upon notification, the Employer shall send the
successful Bidder the Contract Agreement.

41.2. Within twenty-eight (28) days of receipt of the Contract


Agreement, the successful Bidder shall sign, date, and return it to
the Employer.

42. Performance Security 42.1. Within twenty-eight (28) days of the receipt of notification of
award from the Employer, the successful Bidder shall furnish the
performance security and, if required in the BDS, the Environmental
and Social (ES) Performance Security in accordance with the General
Conditions of Contract, subject to ITB 35.5, using for that purpose
the Performance Security and ES Performance Security Forms
included in Section X, Contract Forms, or another form acceptable
to the Employer. If the performance security furnished by the
successful Bidder is in the form of a bond, it shall be issued by a
Cebu BRT Project - Package 1 (rebid)
26 Section I. Instructions to Bidders

bonding or insurance company that has been determined by the


successful Bidder to be acceptable to the Employer. A foreign
institution providing a bond shall have a correspondent financial
institution located in the Employer’s Country.

42.2. Failure of the successful Bidder to submit the above-mentioned


Performance Security and, if required in the BDS, the Environmental
and Social (ES) Performance Security or sign the Contract shall
constitute sufficient grounds for the annulment of the award and
forfeiture of the bid security. In that event the Employer may award
the Contract to the next lowest evaluated Bidder whose offer is
substantially responsive and is determined by the Employer to be
qualified to perform the Contract satisfactorily.

Cebu BRT Project - Package 1 (rebid)


Section II. Bid Data Sheet 27

Section II. Bid Data Sheet


A. Introduction
ITB 1.1 The number of the Invitation for Bids is: CBRT-P119343-CW-PACKAGE1 REBID

ITB 1.1 The Employer is: Department of Transportation (DOTr)


ITB 1.1 The name of the ICB is: Package 1 - Works Capitol to Cebu South Bus Terminal
(CSBT), Urban Realm Enhancement (Link to the port)
The identification number of the ICB is: CBRT-P119343-CW-PACKAGE1 REBID
The number and identification of lots (contracts) comprising this ICB is:
1 lot
ITB 2.1 The Borrower is: Republic of the Philippines
ITB 2.1 Loan or Financing Agreement amount:
● International Bank for Reconstruction and Development (IBRD):
USD 116.00 Million;
● Clean Technology Fund (CTF): USD 25.00 Million;
● Agence Française de Développement (AFD): EUR 50.89 Million
ITB 2.1 The name of the Project is: CEBU BUS RAPID TRANSIT PROJECT (CBRT)

ITB 4.1 Maximum number of members in the JV shall be: Four (4)

ITB 4.4 A list of debarred firms and individuals is available on the Bank’s external website:
http://www.worldbank.org/debarr

ITB 4.8 This Bidding Process is not subject to prequalification.

B. Bidding Documents
ITB 7.1 For clarification purposes only, the Procuring Agent’s address is:
The Chairperson
Bids and Awards Committee IX
Procurement Service
PS Complex, RR Road, Cristobal Street
Paco, Manila
Philippines
Telephone: 8290-6300 loc 8031
Electronic mail address: pd6@ps-philgeps.gov.ph
ITB 7.1 Web page: www.dotr.gov.ph & www.philgeps.gov.ph

Cebu BRT Project - Package 1 (rebid)


28 Section II. Bid Data Sheet

ITB 7.4 A Pre-Bid meeting shall take place through video conference via Google Meet on:
meet.google.com/kfo-abgv-kho
Date: 28 February 2022
Time: 10:00 AM

Bidders are requested to register at https://forms.gle/3dkCminajowY2STy7 to be


properly acknowledged during the meeting of the BAC.

A site visit conducted by the Employer will be organized upon the request of the
bidders, all related site visit expenses shall be borne by the Bidder.

C. Preparation of Bids
The language of the bid is: English
ITB 10.1
All correspondence exchange shall be in English language.

Language for translation of supporting documents and printed literature is


English.

ITB 11.1 (h) The Bidder shall submit the following additional documents in its Bid:
Code of Conduct for Contractor’s Personnel (ES)
The Bidder shall submit its Code of Conduct that will apply to Contractor’s
Personnel (as defined in Sub-Clause 1.1.17 of the General Conditions of Contract),
to ensure compliance with the Contractor’s Environmental and Social (ES)
obligations under the Contract. The Bidder shall use for this purpose the Code of
Conduct form provided in Section IV. No substantial modifications shall be made
to this form, except that the Bidder may introduce additional requirements,
including as necessary to take into account specific Contract issues/risks.
Management Strategies and Implementation Plans (MSIP) to manage the (ES)
risks
The Bidder shall submit Management Strategies and Implementation Plans
(MSIPs) to manage the following key Environmental and Social (ES) risks:
● Sexual Exploitation and Abuse (SEA) prevention and response action plan
● Traffic Management Plan to ensure safety of local communities from
construction traffic;

ITB 13.1 Alternative bids shall not be permitted.

ITB 13.2 Alternative times for completion shall not be permitted.

ITB 13.4 Alternative technical solutions shall be permitted for the following parts of the
Works: _Not permitted_.
ITB 14.5 The prices quoted by the bidder shall be: FIXED

Cebu BRT Project - Package 1 (rebid)


Section II. Bid Data Sheet 29

ITB 15.1 The currency(ies) of the bid and the payment currency(ies) shall be in accordance
with Alternative A as described below:
Alternative A (Bidders to quote entirely in local currency):
(a) The unit rates and the prices shall be quoted by the Bidder in the Bill of
Quantities, entirely in pesos, the currency of the Employer’s country, and
further referred to as “the local currency”. A Bidder expecting to incur
expenditures in other currencies for inputs to the Works supplied from
outside the Employer’s country (referred to as “the foreign currency
requirements”) shall indicate in the Appendix to Bid - Table C, the
percentage(s) of the Bid Price (excluding Provisional Sums), needed by the
Bidder for the payment of such foreign currency requirements, limited to
no more than three foreign currencies.

(b) The rates of exchange to be used by the Bidder in arriving at the local
currency equivalent and the percentage(s) mentioned in (a) above shall be
specified by the Bidder in the Appendix to Bid - Table C, and shall apply for
all payments under the Contract so that no exchange risk will be borne by
the successful Bidder.

ITB 18.1 The Bid shall be valid until: 120 days after bid opening.
ITB 18.3 (a) The bid price shall be adjusted by the following factor: 3% per annum
ITB 19.1 A Bid Security shall be required.
If a bid security shall be required, the amount and currency of the bid security
shall be 21 million PHP.
ITB 19.3 (d) Other types of acceptable securities:
Surety Bond
ITB 19.9 Not applicable.
ITB 20.1 In addition to the original of the bid, the number of copies is: two (2) copies.
ITB 20.2 The written confirmation of authorization to sign on behalf of the Bidder shall
consist of: An organizational document, board resolution or its equivalent, or
power of attorney specifying the representative’s authority to sign the Bid on
behalf of, and to legally bind, the Bidder. If the Bidder is an intended or an existing
Joint Venture, the power of attorney should be signed by all partners and specify
the authority of the named representative of the Joint Venture to sign on behalf
of, and legally bind, the intended or existing Joint Venture. If the Joint Venture has
not yet been formed, also include evidence from all proposed Joint Venture
partners of their intent to enter into a Joint Venture in the event of a contract
award in accordance with ITB 11.2.

D. Submission and Opening of Bids


ITB 22.1 For bid submission purposes only, the address is

Cebu BRT Project - Package 1 (rebid)


30 Section II. Bid Data Sheet

The Chairperson
Bids and Awards Committee IX
Procurement Service
PS Complex, RR Road, Cristobal Street
Paco, Manila
Philippines

The deadline for bid submission is:


Date: 04 April 2022
Time: 10:00 AM
Bidders shall not have the option to submit their bids electronically.

The electronic bidding submission procedures shall be: Not Applicable


ITB 25.1 The opening of bid shall immediately follow after the deadline of submission of
bids through Google Meet.

The link for the meeting meet.google.com/icn-ctzk-nmr shall be provided to


those who submitted their proposals on time

Date: 04 April 2022


Time: 10:00 AM
ITB 25.3 The Letter of Bid and Priced Bill of Quantities shall be initialed by all the
representatives of the Employer conducting Bid opening.

E. Evaluation, and Comparison of Bids


ITB 32.1 The currency that shall be used for bid evaluation and comparison purposes to
convert all bid prices expressed in various currencies into a single currency is:
Philippine Peso (PHP)

The source of exchange rate shall be: Bangko Sentral ng Pilipinas


The date for the exchange rate shall be: seven (7) days before the deadline for
submission of bids

The currency(ies) of the Bid shall be converted into a single currency in accordance
with the procedure under Alternative A that follows:
Alternative A: Bidders quote entirely in local currency

Cebu BRT Project - Package 1 (rebid)


Section II. Bid Data Sheet 31

For comparison of bids, the Bid Price, corrected pursuant to Clause 31, shall first
be broken down into the respective amounts payable in various currencies by using
the exchange rates specified by the bidder in accordance with Sub-Clause 15.1.

In the second step, the Employer will convert the amounts in various currencies in
which the Bid Price is payable (excluding Provisional Sums but including Daywork
where priced competitively) to the single currency identified above at the selling
rates established for similar transactions by the authority specified and on the date
stipulated above.
ITB 33.1 A margin of preference shall not apply.
ITB 34.1 At this time the Employer does not propose to execute certain specific parts of
the Works by sub-contractors selected in advance.

ITB 34.4 a) In the case of Postqualification:

Contractor’s proposed subcontracting: Maximum percentage of subcontracting


permitted is: 20% of the total contract amount .

b) Bidders planning to subcontract more than 10% of total volume of work shall
specify, in the Letter of Bid, the activity (ies) or parts of the works to be
subcontracted along with complete details of the sub-contractors and their
qualification and experience. The qualification and experience of the sub-
contractors must meet the minimum criteria for the relevant work to be sub-
contracted failing which such sub-contractors will not be permitted to
participate.

c) Sub-contractors’ qualification and experience will not be considered for


evaluation of the Bidder. The Bidder on its own (without taking into account the
qualification and experience of the sub-contractor) should meet the qualification
criteria.

Cebu BRT Project - Package 1 (rebid)


32

Section III. Evaluation and Qualification Criteria


(Without Prequalification)
This Section contains all the criteria that the Employer shall use to evaluate bids and qualify
Bidders. In accordance with ITB 35 and ITB 37, no other factors, methods or criteria shall be
used. The Bidder shall provide all the information requested in the forms included in Section
IV, Bidding Forms.

Wherever a Bidder is required to state a monetary amount, Bidders should indicate the USD
equivalent using the rate of exchange determined as follows:
- For construction turnover or financial data required for each year - Exchange
rate prevailing on the last day of the respective calendar year (in which the
amounts for that year, is to be converted) was originally established.
- Value of single contract - Exchange rate prevailing on the date of the contract.

Exchange rates shall be taken from the publicly available source identified in the ITB 32.1. Any
error in determining the exchange rates in the Bid may be corrected by the Employer.

Cebu BRT Project - Package 1 (rebid)


33

1. Domestic Preference
Not Applicable

2. Evaluation

In addition to the criteria listed in ITB 35.2 (a) – (e) the following criteria shall apply:

2.1 Assessment of adequacy of Technical Proposal with Requirements

2.2 Multiple Contracts

Not Applicable

2.3 Alternative Completion Times

Not Permitted

2.4 Technical alternatives

Not Permitted

2.5 Specialized Subcontractors


Only the specific experience of sub-contractors for specialized works permitted
by the Employer will be considered. The general experience and financial
resources of the specialized sub-contractors shall not be added to those of the
Bidder for purposes of qualification of the Bidder.

The specialized sub-contractors proposed shall be fully qualified for their work
proposed, and meet the following criteria:

a. Specific experience on the proposed sub-contract works shall be of equal


amount in the last 3 years. The proposed subcontractor shall submit
proof of experience such as contract completion certificate
b. Have financial resources of at least 10% of the value of the subcontract.
The proposed subcontractor shall submit the latest audited financial
statement (at least for the previous year)

Cebu BRT Project - Package 1 (rebid)


Section III. Evaluation and Qualification Criteria (without prequalification) 34

3. Qualification

Eligibility and Qualification Criteria Compliance Requirements Documentation


No Subject Requirement Single Entity Joint Venture (existing or intended) Submission
. All Parties Each Member One Member Requirements
Combined
1. Eligibility
1.1 Nationality Nationality in accordance with ITB 4.3 Must meet Must meet Must meet N/A Forms ELI – 1.1
requirement requirement requirement and 1.2, with
attachments
1.2 Conflict of No conflicts of interest in accordance Must meet Must meet Must meet N/A Letter of Bid
Interest with ITB 4.2 requirement requirement requirement
1.3 Bank Eligibility Not having been declared ineligible by Must meet Must meet Must meet N/A Letter of Bid
the Bank, as described in ITB 4.4, 4.5, requirement requirement requirement
4.6 and 4.7
1.4 Government Meets conditions of ITB 4.5 Must meet Must meet Must meet N/A Forms ELI – 1.1
Owned Entity of requirement requirement requirement and 1.2, with
the Borrower attachments
country
1.5 United Nations Not having been excluded as a result of Must meet Must meet Must meet N/A Forms ELI – 1.1
resolution or prohibition in the Borrower’s country requirement requirement requirement and 1.2, with
Borrower’s laws or official regulations against attachments
country law commercial relations with the Bidder’s
country, or by an act of compliance with
UN Security Council resolution, both in
accordance with ITB 4.7 and Section V.
2. Historical Contract Non-Performance
2.1 History of Non- Non-performance of a contract2 did not Must meet Must meet Must meet N/A Form CON-2

2
Non performance, as decided by the Employer, shall include all contracts where (a) non performance was not challenged by the contractor, including through
referral to the dispute resolution mechanism under the respective contract, and (b) contracts that were so challenged but fully settled against the contractor. Non
performance shall not include contracts where Employers decision was overruled by the dispute resolution mechanism. Non performance must be based on all
information on fully settled disputes or litigation, i.e. dispute or litigation that has been resolved in accordance with the dispute resolution mechanism under the
respective contract and where all appeal instances available to the Bidder have been exhausted.

Cebu BRT Project - Package 1 (rebid)


Section III. Evaluation and Qualification Criteria (without prequalification) 35

Eligibility and Qualification Criteria Compliance Requirements Documentation


No Subject Requirement Single Entity Joint Venture (existing or intended) Submission
. All Parties Each Member One Member Requirements
Combined
Performing occur as a result of contractor default requirement1 requirement requirement3
Contracts since 1st January 2010 2
s
2.2 Suspension Not under suspension based on Must meet Must meet Must meet N/A Bid Submission
based on execution of a Bid Securing Declaration requirement requirement requirement Form
Execution of Bid pursuant to ITB 4.6 or withdrawal of the
Securing Bid pursuant ITB 19.9.
Declaration by
the Employer or
withdrawal of
the Bid within
Bid validity
2.3 Pending Bidder’s financial position and Must meet N/A Must meet N/A Form CON – 2
Litigation prospective long term profitability requirement requirement
sound according to criteria established
in 3.1 below and assuming that all
pending litigation will be resolved
against the Bidder
2.4 Litigation No consistent history of court/arbitral Must meet Must meet Must meet N/A Form CON – 2
History award decisions against the Bidder4 requirement requirement requirement
since 1st January 2010
2.5 Declaration: Declare any civil work contracts that
Environmental Must make Each must Form CON-3 ES
have been suspended or terminated the make the
and Social (ES) and/or performance security called by N/A N/A Performance
past declaration. declaration. Declaration
an employer for reasons of breach of Where there Where there
performance

3
This requirement also applies to contracts executed by the Bidder as JV member.
4
The Bidder shall provide accurate information on the letter of Bid about any litigation or arbitration resulting from contracts completed or ongoing under its
execution over the last five years. A consistent history of court/arbitral awards against the Bidder or any member of a joint venture may result in disqualifying
the Bidder.
Cebu BRT Project - Package 1 (rebid)
36 Section III. Evaluation and Qualification Criteria (without prequalification)

Eligibility and Qualification Criteria Compliance Requirements Documentation


No Subject Requirement Single Entity Joint Venture (existing or intended) Submission
. All Parties Each Member One Member Requirements
Combined
environmental, or social (including are are Specialized
Sexual Exploitation and Abuse) Specialized Sub-
contractual obligations in the past five Sub- contractor/s,
years.5 contractor/s, the Specialized
the Sub-
Specialized contractor/s
Sub- must also make
contractor/s the declaration.
must also
make the
declaration.
2.6 Bank’s SEA a) At the time of Contract Award, not Must meet
and/or SH subject to disqualification by the Bank requirement Must meet
Disqualification for non-compliance with SEA/ SH (including requirement
obligations each (including each Letter of Bid,
N/A N/A
subcontracto subcontractor Form CON-4
r proposed proposed by
by the the Bidder)
Bidder)

(b) If the Bidder had been subject to Must meet


disqualification by the Bank for non- requirement Must meet
compliance with SEA/ SH obligations, (including requirement
the Bidder shall either (i) provide each (including each Letter of Bid,
N/A N/A
evidence of an arbitral award on the subcontracto subcontractor Form CON-4
disqualification made in its favour; or r proposed proposed by
(ii) demonstrate that it has adequate by the the Bidder)
capacity and commitment to comply Bidder)

5
The Employer may use this information to seek further information or clarifications in carrying out its due diligence.

Cebu BRT Project - Package 1 (rebid)


Section III. Evaluation and Qualification Criteria (without prequalification) 37

Eligibility and Qualification Criteria Compliance Requirements Documentation


No Subject Requirement Single Entity Joint Venture (existing or intended) Submission
. All Parties Each Member One Member Requirements
Combined
with SEA/SH prevention and response
obligations; or (iii) provide evidence
that it has already demonstrated such
capacity and commitment on another
Bank financed works contract.

3. Financial Situation and Performance


3.1 Financial (i) The Bidder shall demonstrate that it Must meet Must meet N/A N/A Form FIN – 3.1,
Capabilities has access to, or has available, liquid requirement requirement with
assets, unencumbered real assets, lines attachments
of credit, and other financial means
(independent of any contractual
advance payment) sufficient to meet
the construction cash flow
requirements estimated as US$ 7
million or (PHP 350 million equivalent)
for the subject contract(s) net of the
Bidders other commitments
(ii) The Bidders shall also demonstrate,
to the satisfaction of the Employer, that
it has adequate sources of finance to
meet the cash flow requirements on
works currently in progress and for
future contract commitments.
(iii) The audited balance sheets or, if not
required by the laws of the Bidder’s
country, other financial statements
acceptable to the Employer, for the last
five (5) years shall be submitted and Must meet Must meet N/A N/A
must demonstrate the current requirement requirement

Cebu BRT Project - Package 1 (rebid)


38 Section III. Evaluation and Qualification Criteria (without prequalification)

Eligibility and Qualification Criteria Compliance Requirements Documentation


No Subject Requirement Single Entity Joint Venture (existing or intended) Submission
. All Parties Each Member One Member Requirements
Combined
soundness of the Bidder’s financial
position and indicate its prospective
long-term profitability.

Must meet N/A Must meet N/A


requirement requirement
3.2 Average Annual Minimum average annual construction Must meet Must meet Must meet Must meet Form FIN – 3.2
Construction turnover of US$ 31.5 million (PHP 1.575 requirement requirement __50%,_____of ___75%_____of
Turnover billion equivalent), calculated as total the the requirement
certified payments received for requirement
contracts in progress and/or completed
within the last five (5) years, divided by
five (5) years
4. Experience
4.1 General Experience under construction Must meet N/A Must meet N/A Form EXP – 4.1
(a) Construction contracts in the role of prime requirement requirement
Experience contractor, JV member, sub-contractor,
or management contractor for at least
the last ten (10) years, starting 1st
January 2012.
4.2 Specific (i) A minimum number of similar Must meet Must meet N/A N/A Form EXP 4.2(a)
(a) Construction & contracts specified below that have requirement requirement
Contract been satisfactorily and substantially
Management completed as a prime contractor, joint

Cebu BRT Project - Package 1 (rebid)


Section III. Evaluation and Qualification Criteria (without prequalification) 39

Eligibility and Qualification Criteria Compliance Requirements Documentation


No Subject Requirement Single Entity Joint Venture (existing or intended) Submission
. All Parties Each Member One Member Requirements
Combined
Experience venture member6, management 7

contractor or sub-contractor between


1st January 2012 and application
submission deadline: (i) one (1)
contract, each of minimum value USD
16.8 million or PHP 840 million
equivalent;

4.2 For the above and any other contracts Must meet Must meet N/A Must meet the Form EXP – 4.2
(b) completed and under implementation requirement requirement following (b)
as prime contractor, joint venture s s requirements for
member, management contractor or the key activities
sub-contractor8 on or after the first day listed below11
of the calendar year during the period

6
For contracts under which the Bidder participated as a joint venture member or sub-contractor, only the Bidder’s share, by value, shall be considered to meet this
requirement.
7
In the case of JV, the value of contracts completed by its members shall not be aggregated to determine whether the requirement of the minimum value of a single
contract has been met. Instead, each contract performed by each member shall satisfy the minimum value of a single contract as required for single entity. In
determining whether the JV meets the requirement of total number of contracts, only the number of contracts completed by all members each of value equal or
more than the minimum value required shall be aggregated.
8
For contracts under which the Bidder participated as a joint venture member or sub-contractor, only the Bidder’s share shall be counted to meet this requirement.
11
Requirement can be met through a Specialized Sub-contractor
Cebu BRT Project - Package 1 (rebid)
40 Section III. Evaluation and Qualification Criteria (without prequalification)

Eligibility and Qualification Criteria Compliance Requirements Documentation


No Subject Requirement Single Entity Joint Venture (existing or intended) Submission
. All Parties Each Member One Member Requirements
Combined
stipulated in 4.2 (a) above, a minimum i. Laying of PCCP,
construction experience in the following with a volume
key activities successfully completed9:10 of 4,465 cu.m.
i. Laying of PCCP, with a volume of ii. Fabrication/
4,465 cu. m installation of
ii. Fabrication/ installation of steel steel works
works with a volume of 31 cu.m. with a volume
of 31 cu.m.
4.2 Specific For the contracts in 4.2 (a) above Must meet Must meet N/A N/A Form EXP – 4.2
(c) Experience in and/or any other contracts requirement requirement (c)
managing ES [substantially completed and under s
aspects implementation] as prime contractor,
joint venture member, or Subcontractor
between 1st January 2012 and
Application submission deadline,
experience in managing ES risks and
impacts specially in the aspects of
Environmental Health and Safety,
including Occupational Health and
Safety.

5.0 The bidder shall present a valid Philippine Contractors Accreditation Board (PCAB) License, and in case of Joint Ventures, a
valid PCAB Special License when submitting its bid. A foreign contractor is not required to present a PCAB Special License when
submitting a bid but if its bid is being considered for award, the presentation of a PCAB Special License, among others, shall be a pre-

9
Volume, number or rate of production of any key activity can be demonstrated in one or more contracts combined if executed during same time period. The rate
of production shall be the annual production rate for the key construction activity (or activities).
10
The minimum experience requirement for multiple contracts will be the sum of the minimum requirements for respective individual contracts, unless specified
otherwise.

Cebu BRT Project - Package 1 (rebid)


Section III. Evaluation and Qualification Criteria (without prequalification) 41

condition for award. Following is the link for filing of contractor’s license and registration: Contractor's Licensing and Registration |
Construction Industry Authority of the Philippines (dti.gov.ph)

Cebu BRT Project - Package 1 (rebid)


Section III. Evaluation and Qualification Criteria (without prequalification) 42

3.5 Contractor’s Representative and Key Personnel

The Bidder must demonstrate that it will have a suitably qualified Contractor’s
Representative and suitably qualified (and in adequate numbers) Key Personnel, as
described in the Specification and shown in the table below:

No. Position Total Work In similar Work


Similar Experience**(years)
Experience*

1. Project Manager 10 5 with at least 3 years experience


with the current employer (bidder

2. Project Engineer 10 5 with at least 3 years experience


with the current employer (bidder

3. Accredited Material 5 3
Engineer

4. Highway/Road Engineer 5 3

5. Electrical Engineer 5 3

6. Landscape Architect 5 3

* Total work similar experience refers to the proposed position experience


**Similar works experience refers to construction of similar structures such as that
of road carriageway and stations or public vertical structures as appropriate.

The Bidder shall provide details of the Contractor’s Representative and Key Personnel
and such other Key Personnel that the Bidder considers appropriate to perform the
Contract, together with their academic qualifications and work experience. The Bidder
shall complete the relevant Forms in Section IV, Bidding Forms.
3.6 Equipment

The Bidder must demonstrate that it has access to the key equipment listed hereafter:
Minimum Number
Equipment Type and Characteristics
No. required
1. Bulldozer, 165 HP 1
2. Backhoe with Breaker, 0.80 cum 3
3. Loader Wheel Type, 1.50 cum 2
4. Motorized Road Grader, 140 HP 1
5. Truck Mounted Hydraulic Crane, 31-35 mt 1
6. Vibratory Plate Compactor, 5 hp 1
7. Vibratory Tandem Roller, 10 mt 1

Cebu BRT Project - Package 1 (rebid)


Section III. Evaluation and Qualification Criteria (without prequalification) 43

8. Concrete Screeder, 10 hp 1
9. Concrete Paver/Finisher, 120 hp 1
10. Asphalt Distributor, 3,000 gal 1
11. Dump Truck, 9-11.99 cum 8
12. Water Truck w/ pump, 1600 liter 1

The Bidder shall provide further details of proposed items of equipment using Form EQU
in Section IV, Bidding Forms.

Cebu BRT Project - Package 1 (rebid)


44

Section IV. Bidding Forms

Table of Forms
Letter of Bid 49

Appendix to Bid 53
Table A. Local Currency 54
Table B. Foreign Currency (FC) 55
Table C. Summary of Payment Currencies 56

Bill of Quantities 57
Bill No. 1: Facililties for the Engineers & Other General Requirements 58
Bill No. 2: BRT Trunk and Carriageway including Sidewalks 59
Bill No. 3: Draiange and Slope Protection & Miscellaneous Structures 60
Bill No. 4: Electrical Works along BRT Alignment & Link to the Port 62
Bill No. 5: Building Structures (Bus Station) 65
Bill No. 6: Landscaping Works 68

Daywork Schedule 69
Schedule of Daywork Rates: 1. Labour 72
Schedule of Daywork Rates: 2. Materials 72
Schedule of Daywork Rates: 3. Contractor’s Equipment 73
Daywork Summary 73
Summary of Specified Provisional Sums 74
Grand Summary 75

Technical Proposal 76
Site Organization 77
Method Statement 78
Mobilization Schedule 79
Construction Schedule 80
ES Management Strategies and Implementation Plans 81
Code of Conduct for Contractor’s Personnel (ES) Form 82
Form EQU: Equipment 86

Personnel 87
Form PER -1 87
Form PER-2: 89
Form ELI -1.1 92
Form ELI -1.2 93
Form CON – 2 94

Cebu BRT Project - Package 1 (rebid)


Section IV. Bidding Forms 45

Form CON – 3 96
Form CON – 4 98
Sexual Exploitation and Abuse (SEA) and/or Sexual Harassment Performance
Declaration 98
Form FIN – 3.1 100
Form FIN - 3.2 102

Bidders Qualification without prequalification 103


Form FIN – 3.3: 103
Form FIN – 3.4: 104
Form EXP - 4.1 105
Form EXP - 4.2(a) 106
Form EXP - 4.2(b) 108
Form EXP - 4.2 (c) 110

Form of Bid Security 111

Cebu BRT Project - Package 1 (rebid)


46 Section IV. Bidding Forms

Letter of Bid

Date:
ICB No.:
Invitation for Bid No.:
Alternative No.: ___________________

To: _______________________________________________________________________

We, the undersigned, declare that:

(a) We have examined and have no reservations to the Bidding Documents, including
Addenda issued in accordance with Instructions to Bidders (ITB 8) ;

(b) We meet the eligibility requirements and have no conflict of interest in accordance with
ITB 4;

(c) Sexual Exploitation and Abuse (SEA) and/or Sexual Harassment (SH): select the
appropriate option from (i) to (v) below and delete the others].

We [where JV, insert: “including any of our JV members”], and any of our
subcontractors:
(i) [have not been subject to disqualification by the Bank for non-compliance with
SEA/ SH obligations.]
(ii) [are subject to disqualification by the Bank for non-compliance with SEA/ SH
obligations.]
(iii) [had been subject to disqualification by the Bank for non-compliance with SEA/
SH obligations. An arbitral award on the disqualification case has been made in our
favor.]
(iv) [had been subject to disqualification by the Bank for non-compliance with SEA/
SH obligations for a period of two years. We have subsequently provided and
demonstrated that we have adequate capacity and commitment to comply with SEA
and SH prevention and response obligations.]
(v) [had been subject to disqualification by the Bank for non-compliance with SEA/
SH obligations for a period of two years. We have attached documents
demonstrating that we have adequate capacity and commitment to comply with
SEA and SH prevention and response obligations.]

(d) We have not been suspended nor declared ineligible by the Employer based on
execution of a Bid Securing Declaration in the Employer’s country in accordance with
ITB 4.6.

Cebu BRT Project - Package 1 (rebid)


Section IV. Bidding Forms 47

(e) We offer to execute in conformity with the Bidding Documents the following Works:
Construction of the Bus Rapid Transit infrastructures (trunk lines, sidewalk improvement,
stations and other appurtenances) from Capitol to Cebu South Bus Terminal including
urban realm enhancement (link to the port) along Osmena Blvd;

(f) The total price of our Bid, excluding any discounts offered in item (g) below is:
In case of only one lot, total price of the Bid

(g) The discounts offered and the methodology for their application are:
i) The discounts offered are: __N/A______________________________________

ii) The exact method of calculations to determine the net price after application of
discounts is shown below: N/A ;

(h) Our Bid shall be valid until 120 days after bid opening, and it shall remain binding upon
us and may be accepted at any time before the expiration of that period;

(i) If our bid is accepted, we commit to obtain a performance security in accordance with the
Bidding Documents;

(j) We are not participating, as a Bidder or as a subcontractor, in more than one bid in this
bidding process in accordance with ITB 4.2(e), other than alternative bids submitted in
accordance with ITB 13;

(k) We, along with any of our subcontractors, suppliers, consultants, manufacturers, or service
providers for any part of the contract, are not subject to, and not controlled by any entity
or individual that is subject to, a temporary suspension or a debarment imposed by a
member of the World Bank Group or a debarment imposed by the World Bank Group in
accordance with the Agreement for Mutual Enforcement of Debarment Decisions between
the World Bank and other development banks. Further, we are not ineligible under the
Employer’s country laws or official regulations or pursuant to a decision of the United
Nations Security Council;

(l) We are not a government owned entity/ We are a government owned entity but meet the
requirements of ITB 4.5;12

12
Bidder to use as appropriate.

Cebu BRT Project - Package 1 (rebid)


48 Section IV. Bidding Forms

(m) We have paid, or will pay the following commissions, gratuities, or fees with respect to
the bidding process or execution of the Contract:

Name of Recipient Address Reason Amount

(If none has been paid or is to be paid, indicate “none.”)

(n) 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

(o) We understand that you are not bound to accept the lowest evaluated bid or any other bid
that you may receive.

(p) We hereby certify that we have taken steps to ensure that no person acting for us or on
our behalf will engage in any type of fraud and corruption.

(q) Potential DAAB Members: We hereby propose the following three persons, whose
curriculum vitae are attached, as potential DAAB members:

Name Address
1. ……......
2. ………..
3. ………

Name of the Bidder*


Name of the person duly authorized to sign the Bid on behalf of the Bidder**

Title of the person signing the Bid

Signature of the person named above

Cebu BRT Project - Package 1 (rebid)


Section IV. Bidding Forms 49

Date signed ________________________________ day of _______________________,


_____

*: In the case of the Bid submitted by joint venture specify the name of the Joint Venture as
Bidder
**: Person signing the Bid shall have the power of attorney given by the Bidder to be
attached with the Bid

Cebu BRT Project - Package 1 (rebid)


50 Section IV. Bidding Forms

Appendix to Bid
Schedule of Cost Indexation
The formulae for price adjustment shall be of the following general type:

Pn= a + b Ln / Lo + c En/ Eo + d Mn/Mo + ........

where:

“Pn” is the adjustment multiplier to be applied to the estimated contract value in the relevant
currency of the work carried out in period “n”, this period being a month unless otherwise
stated in the Contract Data;

“a” is a fixed coefficient, stated in the relevant table of adjustment data, representing the non-
adjustable portion in contractual payments;

“b”, “c”, “d”, ... are coefficients representing the estimated proportion of each cost element
related to the execution of the Works as stated in the relevant table of adjustment data; such
tabulated cost elements may be indicative of resources such as labour, equipment and
materials;

“Ln”, “En”, “Mn”, ... are the current cost indices or reference prices for period “n”, expressed
in the relevant currency of payment, each of which is applicable to the relevant tabulated cost
element on the date 49 days prior to the last day of the period (to which the particular Payment
Certificate relates); and

“Lo”, “Eo”, “Mo”, ... are the base cost indices or reference prices, expressed in the relevant
currency of payment, each of which is applicable to the relevant tabulated cost element on the
Base Date.

The cost indices or reference prices stated in the Table of Adjustment Data shall be used. If
their source is in doubt, it shall be determined by the Engineer. For this purpose, reference
shall be made to the values of the indices at stated dates (quoted in the fourth and fifth columns
respectively of the table).

If the currency in which the Contract price is expressed is different from the currency of the
country of origin of the indices, a correction factor will be applied to avoid incorrect
adjustments of the Contract price. The correction factor shall be: Z0 / Z1, where,

Z0 = the number of units of currency of the origin of the indices which equal to one unit of
the currency of the Contract Price on the Base date, and

Z1 = the number of units of currency of the origin of the indices which equal to one unit of the
currency of the Contract Price on the Date of Adjustment.

Cebu BRT Project - Package 1 (rebid)


Section IV. Bidding Forms 51

Schedule of Adjustment Data


[In Tables A, B, and C, below, the Bidder shall (a) indicate its amount of local currency
payment, (b) indicate its proposed source and base values of indices for the different foreign
currency elements of cost, (c) derive its proposed weightings for local and foreign currency
payment, and (d) list the exchange rates used in the currency conversion. In the case of very
large and/or complex works contracts, it may be necessary to specify several families of price
adjustment formulae corresponding to the different works involved.]

Table A. Local Currency


Index Index Source of Base value Bidder’s Bidder’s
code* description* index* and date* related currency proposed
amount weighting
Nonadjustable — — — A: 0.15
B: *
C: *
D: *
E: *
Total 1.00

Cebu BRT Project - Package 1 (rebid)


52 Section IV. Bidding Forms

Table B. Foreign Currency (FC)


State type: ....................... [If the Bidder is allowed to receive payment in foreign currencies
this table shall be used. If Bidder wishes to quote in more than one foreign currency (up to
three currencies permitted) then this table should be repeated for each foreign currency.]
Index Index Source of Base Bidder’s Equivalent Bidder’s
code description index value and related in FC1 proposed
date source weighting
currency in
type/amoun
t
Nonadjustable — — — A: 0.15

B:
________*

C: _______*

D: _______*

E: _______*
Total 1.00

Cebu BRT Project - Package 1 (rebid)


Section IV. Bidding Forms 53

Table C. Summary of Payment Currencies


Table: Alternative A
For ………………………..[insert name of Section of the Works]

A B C D
Name of Amount of Rate of Local currency Percentage of
payment currency exchange equivalent Total Bid Price (TBP)
currency (local currency C=AxB 100xC
per unit of TBP
foreign)
Local currency 1.00

Foreign currency
#1

Foreign currency
#2

Foreign currency
#

Total Bid Price 100.00

Provisional sums
Php Php 22,000,000
expressed in
22,000,000
local currency

TOTAL BID PRICE


(including
provisional sum)

Cebu BRT Project - Package 1 (rebid)


54 Section IV. Bidding Forms

Bill of Quantities

A. Preamble

1. The Bill of Quantities shall be read in conjunction with the Instructions to Bidders, General
and Particular Conditions of Contract, Technical Specifications, and Drawings.
2. The quantities given in the Bill of Quantities are estimated and provisional, and are given
to provide a common basis for bidding. The basis of payment will be the actual quantities
of work ordered and carried out, as measured by the Contractor and verified by the
Engineer and valued at the rates and prices bid in the priced Bill of Quantities, where
applicable, and otherwise at such rates and prices as the Engineer may fix within the terms
of the Contract.
3. The rates and prices bid in the priced Bill of Quantities shall, except insofar as it is
otherwise provided under the Contract, include all Constructional Plant, labour,
supervision, materials, erection, maintenance, insurance, profit, taxes, and duties, together
with all general risks, liabilities, and obligations set out or implied in the Contract.
4. A rate or price shall be entered against each item in the priced Bill of Quantities, whether
quantities are stated or not. The cost of Items against which the Contractor has failed to
enter a rate or price shall be deemed to be covered by other rates and prices entered in the
Bill of Quantities.
5. The whole cost of complying with the provisions of the Contract shall be included in the
Items provided in the priced Bill of Quantities, and where no Items are provided, the cost
shall be deemed to be distributed among the rates and prices entered for the related Items
of Work.
6. General directions and descriptions of work and materials are not necessarily repeated nor
summarized in the Bill of Quantities. References to the relevant sections of the Contract
documentation shall be made before entering prices against each item in the priced Bill of
Quantities.
7. Provisional Sums included and so designated in the Bill of Quantities shall be expended in
whole or in part at the direction and discretion of the Engineer in accordance with Sub-
Clauses 13.4 and 13.5 of the General Conditions except with respect to DAAB Fees and
Expenses for which no instruction will be required from the Engineer.
8. The method of measurement of completed work for payment shall be in accordance with
the DPWH Standard Specifications for Highways, Bridges, and Airports, Volume II; for
Public Works Structures, Volume III; Special Items of Work (SPLs) in DPWH Projects;
and Revised Standard Pay Item List for Infrastructure Projects as referenced to in DPWH
Department Order No. 35 series of 2018.

Cebu BRT Project - Package 1 (rebid)


Section IV. Bidding Forms 55

B. Work Items
Bill Item No. 1 – Facilities for the Engineer and Other General Requirements

Item No Description Unit Qty Unit Bid Price Bid Amount


(PHP) (PHP)

PART A FACILITIES FOR THE ENGINEERS

A.1.1(6) Provision of Field Office for the Engineer (Rental Basis) mo. 12.00
Provision for Furnitures/Fixtures, Equipment &
A.1.1(11) ls. 1.00
Appliances for the Field Office for the Engineer
Operation and Maintenance of Field Office for the
A.1.1(15) mo. 12.00
Engineer
Provision, Operation & Maintenance for Quality
A.1.1(17) mo. 12.00
Control and Material Testing
Provision of 4 x 2 Pick Up type Service Vehicle for the
A.1.2(1) Engineer (rental basis) including Operation (driver) mo. 12.00
and Maintenance
Subtotal for Part A

PART B OTHER GENERAL REQUIREMENTS

B.4(1) Construction Survey & Staking ls. 1.00

B.4 (8) Permanent Monument & Marker each 12.00

B.4(10) Miscellaneous survey and staking ls. 1.00

B.5 Project Signboards each 5.00

B.7 Occupational Safety & Health Program mo. 12.00

B.8 Traffic Management mo. 12.00

B.9 Mobilization and Demobilization lot 1.00

B.14 Environmental Management and Monitoring mo. 12.00

Subtotal for Part B

Total for Bill No.1 (to be carried to the Summary of Bill of Quantities (Part A+ Part B)

Cebu BRT Project - Package 1 (rebid)


56 Section IV. Bidding Forms

Bill Item No. 2 – BRT Trunk and Carriageway including Sidewalks

Item No Description Unit Qty Unit Bid Price (PHP) Bid Amount
(PHP)

PART C EARTHWORKS

Removal of Actual Structures/Obstruction


101(2) each 2.00
(Skywalk/Footbridge)
Removal of Actual Structures/Obstruction (PCCP
101(3)b6 sqm 21,433.54
unreinforced 300mm thk.)
Removal of Actual Structures/Obstruction (Asphalt
101(3)c2 sqm 62,365.39
Concrete Pavement (ACP) 0.05 mm thk.)
101(3)d Removal of Actual Structures/Obstruction (Sidewalk) sqm 14,095.64
Removal of Actual Structures/Obstruction (Curb and
101(4)c lm 1,392.00
Gutter)
101(5) Removal of Structures and Obstruction (wood post) each 13.00
Removal of Structures and Obstruction (concrete
101(6) each 54.00
post)
Removal of Structures and Obstruction (Existing
101(4)c1 lm 1,710.58
Center Island)
101(10) Removal/Relocation of Existing Road Signs ea. 276.00

102(2) Surplus Common Excavation cu.m 7,280.60


Embankment from Roadway Excavation (Common
104(1)a cu.m 5,800.08
Soil)
105(1)a Subgrade Preparation (Common Material) sqm 76,814.17

Subtotal for Part C

PART D SUBBASE AND BASE COURSE

200(1) Aggregate Subbase Course cu.m. 15,362.83

Subtotal for Part D

PART E SURFACE COURSES

Bituminous Prime Coat - MC– Cut-back Asphalt,


301(1)b sqm. 4,890
Grade 70

Bituminous Tack Coat - RC – Cut-back Asphalt, Grade


302(1)a sqm 64,810.39
70

Bituminous Concrete Surface Wearing Course (Hot


310(1)a3 sqm 64,810.39
Laid), 50mm thk

300mm thk. Portland Cement Concrete Pavement


311(1)f1 sqm 23,753.96
(PCCP) at 14 days

Interlocking Paving Blocks, (red) 80mm X 100mm X


741(1) sqm 24,873.50
200mm

Subtotal for Part E

Total for Bill No.2 (to be carried to the Summary of Bill of Quantities (Part C+ Part D + Part E)

Cebu BRT Project - Package 1 (rebid)


Section IV. Bidding Forms 57

Bill Item No. 3 – Drainage and Slope Protection & Miscellaneous Structures

Item No Description Unit Qty Unit Bid Price Bid Amount


(PHP) (PHP)

PART G DRAINAGE AND SLOPE PROTECTION

103(3) Foundation Fill cu.m 2,019.14

103(6)a Pipe Culverts and Drain Excavation (Common Soil) cu.m 18,578.24

104(2)a Backfilling of Drainage Structures (Common Soil) cu.m 14,862.59

404(1)a Reinforcing Steel, Grade 40 kg. 96,852.16

405(a)2 Structural Concrete fc'-20.68MPa @ 14 days cu.m 1,097.57

407(8) Lean Concrete 17MPa cu.m 110.57

500(1)b RCPC, 450mm Dia., Class IV lm 991.00


RCPC, 600mm Dia., Class IV
500(1)b1 lm. 1217.00
RCPC, 750mm Dia., Class IV
500(1)b2 lm. 2,364.00
RCPC, 900mm Dia., Class IV
500(1)b3 lm. 2,596.00
500(1)b4 RCPC, 1050mm Dia., Class IV
lm. 380.00

501(3) Granular backfill filter material for underdrains cu.m 940.12

502(1)a Inlet, Type 300mm dia. each 722.00

502(4)a5 Manhole Cover (Concrete) each 839.00

504(4)a Declogging of Existing Drainage each 75.00


Removal of Structures (RCPC 610mm dia & U-
504(1)a1 lm 7,594.00
Ditch
Subtotal for Part G

PART H MISCELLANEOUS STRUCTURES

600(4) Concrete Curb & Gutter (Cast-In-Place) lm. 2,666.00

602(1)b Right-of-Way Monuments (Concrete) each 20.00

602(2)b Maintenance Marker Post (Precast) each 22.00

602(3)b Kilometer Post (Precast) each 3.00

605(1) Warning Signs each 29.00

605(2) Regulatory Signs each 97.00

605(3) Guide and Information Signs each 79.00

605(3)h1 Guide and Information Signs (Station Name/Post) each 16.00

Pavement Markings (Premixed Reflectorized),


606(1)
Yellow

Cebu BRT Project - Package 1 (rebid)


58 Section IV. Bidding Forms

606(1)a1 Curb Markings & Loading Bay (Yellow and Red) sqm 3,367.63
Reflectorized Thermoplastic Pavement Markings
606(1)b1
(white)
606(1)b1a Single Arrow each 229.00

606(1)b1b Double Arrow each 66.00

606(1)b1c Pedestrian Crossing sqm 496.00

606(1)b1d Chevron sqm 118.78

606(1)b1e Lane Markings sqm 3,360.12

606(1)b1f Bus/Jeepney Stop Bay Area sqm 540.60


Reflectorized Thermoplastic Pavement Markings
606(1)
- Yellow
606(1)b2a Intersections Box, Diagonal Lines & No overtaking sqm 926.62

606(1)b2b BRT Lines sqm 2,853.76

606(1)b2c Bike Lane sqm 1,284.19


Raised Reflective Pavement Stud RPS22 A2R
607(2)b each 4,261.00
Square Type
600(1) Concrete Curb BRT Separator lm 4,480.00

625(3)a2a Bike Lane Bollard Type 1 each 675.00

625(3)a2b Bike Lane Bollard Type 2 each 463.00

SPLh2 Bike Racks each 245.00

SPLh3 Trash Bins each 167.00

Subtotal for Part H

Total for Bill No.3 (to be carried to the Summary of Bill of Quantities (Part G+ Part H)

Cebu BRT Project - Package 1 (rebid)


Section IV. Bidding Forms 59

Bill Item No. 4 – Electrical Works along the BRT Alignment and Link to the Port

Item No Description Unit Qty Unit Bid Price Bid Amount


(PHP) (PHP)

PART K ELECTRICAL WORKS

Supply and Install Complete New Main Distribution


1.0 set 4.00
Panel “MDP-B” NEMA 3R Enclosure Wall Mounted
Main 250AT/400AF, 3 PSN, MCCB

BRS 1-60AT/100AF, 3PSN, MCCB

1-200AT/225AF, 3PSN, MCCB


Supply and Install Complete New Lighting Main
1.1 Distribution Panel “MDP-AB” NEMA 3R Enclosure set 4.00
Wall Mounted
Main 200AT/225AF, 3 PSN, MCCB

BRS 2-150AT/225AF, 3PSN, MCCB


Supply and Install Complete New Lighting Control
1.2 set 4.00
Panel "LCP-B" NEMA 3R ENCLOSURE WALL MOUNTED
MAIN 60AT/ 100AF, 3 PSN, MCCB

BRS 5-30AT/ 50AF, 3 PSN, MCCB

1-50AT/ 100AF, 3 PSN, MCCB

Supply and Install Complete Lighting Control Panel


1.3 set 4.00
"LP-HA" NEMA 3R ENCLOSURE WALL MOUNTED

Main 50AT/100AF, 1 PSN, MCCB

BRS 3-15AT/50AF, 1 PSN, MCCB

5-20AT/50AF, 1 PSN, MCCB


Supply and Install Complete New Lighting Control
1.4 set 2.00
Panel “LCP-E” NEMA 4X ENCLOSURE PAD MOUNTED
Main 100AT/225AF, 1 PSN, MCCB

BRS 6-30AT/50AF, 1 PSN, MCCB

Supply and Install Complete Lighting Pole for the Main


2.0
Alignment

2.1 12m Light pole- double arm hot dip galvanized set 140.00

2.1a 12m Light pole- single arm hot dip galvanized set 45.00
Supply and Install Complete, Lighting Pole
2.2 Foundation including earthworks & associated civil set 185.00
works

Cebu BRT Project - Package 1 (rebid)


60 Section IV. Bidding Forms

3M Lamp post as shown on the Urban Realm


2.3 set 670.00
Drawings

Supply and Install Complete, Lamp Post


2.4 Foundation including earthworks & associated set 670.00
civil works

Supply and Install Complete Lighting Luminaire Light


3
Emitting Diode LED
Roadway Luminaire 150W LED, 230 Volts Lighting
3.1 set 280.00
fixtures
3.2 Sidewalk Lane Luminaire 90W LED Lighting Fixtures set 45.00
Supply and Install Complete Wires and Cables for the
4 -
Main Alignment
4.1 3.5mm2 THNN, 600V lm 6,624.00

4.2 5.5mm2 THNN, 600V lm 252.00

4.3 8mm2 THNN, 600V lm 17,713.6

4.4 14mm2 THNN, 600V lm 33,238.8

4.5 22mm2 THNN, 600V lm 1,597.50

4.6 30mm2 THNN, 600V lm 432.00

4.7 50mm2 THNN, 600V lm 660.00

4.8 60mm2 THNN, 600V lm 1,315.50

4.9 150mm2 THNN, 600V lm 1,296.00

4.10 250mm2 THNN, 600V lm 2,574.00


Supply and Install Complete New Service Entrance
5 set 4.00
Pedestal complete with all accessories
Supply and Install Complete PVC Conduit for the Main
6 Alignment including earthworks & associated civil
works
6.1 20mmØ PVC lm 3,438.00

6.2 25mmØ PVC lm 509.00

6.3 32mmØ PVC lm 528.00

6.4 50mmØ PVC lm 23,047.60

6.5 63mmØ PVC lm 1,454.00

6.6 75mmØ PVC lm 792.00

6.4 110mmØ PVC lm 1,044.00

7 Supply and Install Complete Concrete Duct bank

7.1 Duct bank “A-1 2 ducts lm 80.00

7.2 Duct bank “A-2 14 ducts lm 210.00

Cebu BRT Project - Package 1 (rebid)


Section IV. Bidding Forms 61

7.3 Duct bank “A-3 4 ducts lm 400.00

7.4 Duct bank “A-4 2 ducts lm 539.00

7.5 Duct bank “A-5 6 ducts lm 420.00


Cable Trench 500 x 400 (WxD) complete with cable
7.6 lm 54.00
rack and support at 1500mm apart

Cebu BRT Project - Package 1 (rebid)


62 Section IV. Bidding Forms

Concrete Manhole Complete with Pulling Iron, Cable


8 set 54.00
Tray, & Ground Rod
9 Generator Set and Accessories
Generator Set-A - 115 Kva, 400/230v, 3phase Solid
9.0a set 4.00
Neutral, 60hz, Soundproof Type.

Automatic Transfer Switch 100AT / 225 AF, 1PSN,


9.1 set 4.00
MCCB with mechanical & electrical interlock.

Automatic Transfer Switch 250AT / 400 AF, 3PSN,


9.1a set 2.00
MCCB with mechanical & electrical interlock.

Fuel Storage Tank for 200-liter complete with


9.2 set 4.00
support stand
Exhaust Fan, Heavy Duty 400W, 230V, 1Phase,
9.3 set 8.00
60Hz complete with controller

Generator Set-A – 11.5 Kva, 230v, 1phase Solid


9.4 set 2.00
Neutral, 60hz, Soundproof Type.

Supply and Install complete Grounding System for the


10
Roadway Lighting along the Main Alignment

10.1 14mm2 TW Green Insulator lm 4,500.90

10.2 100mm2 Bare Copper Wire Grounding Mesh lm 1,348.00

10.3 20mmØ x 3000mm long Copper clad Ground rod pc 288.00

10.4 Exothermic Weld set 320.00

11 Miscellaneous Material lot 8.00

12 Powerhouse (Genset Room) ls. 4.00


Trench Excavation/Backfilling & all civil works
13 cu.m 1,189.56
ancillaries
Subtotal for Part K

Total for Bill No.4 (to be carried to the Summary of Bill of Quantities (Part K)

Cebu BRT Project - Package 1 (rebid)


Section IV. Bidding Forms 63

Bill Item No. 5 – Building Structures (Bus Stations)

Item No Description Unit Qty Unit Bid Price Bid Amount


(PHP) (PHP)

PART L BUILDING STRUCTURES (Bus Station)

Construction of Bus Station located as shown on the


L.1
plan along the whole CBRT corridors:

Structural Excavation, Common Soil (for


803(1)a Foundation F1, F2 & F3, wall footing and flooring of cu.m 4,543.41
bus station)

804(1)a Embankment from Structure Excavation cu.m 2,989.49

804(2)a Selected Borrow for topping 100 mm thk cu.m 989.08

Aggregate Gravel Base Course Fill as gravel bed for


804(4) cu.m 247.27
slab

200(1) Aggregate Sub-Base Course cu.m 824.23

404(1)a Reinforcing Steel Grade 40 kg 18,416.04

404(1)b Reinforcing Steel Grade 60 kg 13,544.76

Structural Concrete, Class "A" fc'=20.68 Mpa @ 14


405(1)a2 cu.m 801.58
days

Subtotal for L.1

L.2 MISCELLANEOUS STRUCTURES

Station Pavement - 30cm x 30cm x 30mm Thk


601(1)a sq.m 1,995.44
Granite Tiles (Light Gray and Dark Gray)
601(1)b Tactile Pavers sq. m 1,552.14

711(1) Station Fence lm. 1,600.20

600(4)a Concrete Kassel Curb (Cast-in-Place H = 0.35M) lm. 2,304.20

Roof Framing System, Stainless Steel Pipes, in


accordance with the Plan and Specifications
1047(8) complete with all necessary incidentals and
ancillary items to complete the works specified
herewith;

1047(8)a Column SSC1 Frame (300mm dia sch.60 thk.) lm. 585.21

1047(8)b Beam SSB1 Frame (175mm dia sch.40 thk.) lm. 2,012.94
Column SSC2 Frame (150mmx100mmx6mm
1047(8)c lm. 110.40
thk.)
1047(8)d Column SSB2 Frame (50mm dia 4mm thk.) lm. 670.98

1047(8)e Leaf frame on wall (75mm dia sch. 40 thk.) lm. 1,440.00

1047(8)f Leaf member on wall lm. 4,200.00

Cebu BRT Project - Package 1 (rebid)


64 Section IV. Bidding Forms

Roof/Tinsmith Works, Aluminum 1060, to include


insulation in accordance with the Plan and
1013(1) Specifications complete with all necessary sqm 3,504.00
incidentals and ancillary items to complete the
works specified herewith;

Ceiling/Tinsmith Works, Aluminum 1060, in


accordance with the Plan and Specifications
1003 complete with all necessary incidentals and sqm. 3,433.92
ancillary items to complete the works specified
herewith;

Metal Works

All ancillary works including but not limited to


bolts, washers, nuts, gusset plates, stiffeners,
1040(1) fasteners, synthetic wood benches, 25mm thick each 8.00
metal plates, metal letters for station name
plates etc.;

Drainage & Plumbing System

Drainage System to include septic tank, rough-in


piping and fittings) as shown on the plan with all
1002 incidentals and ancillary items to complete the each 8.00
works; including the water run-off intersecting
canal on the road median of bus station.

902(1)a Reinforcing Steel Grade 40 kg. 11,389.87

Structural Concrete, Class “A” fc’=20.68MPa @


900(1)b1 14 days cum. 92.50

1720(5) Metal Frames & Grating type lm. 123.00

Painting Works

Painting to include all framing and other metal,


concrete, Wood works, stainless steel benches,
1032(1) and other component of the bus stations each 8.00

Subtotal for L.2

L.3 Electrical Works at the Station to include the


following:

1b Lighting Panelboard for the Bus Stations set 8.00

3.2 90W LED Lighting Fixtures (for each station) set 8.00

3.3 Power & Lighting for the Bus Station set 8.00

Supply and Install Complete Wires and Cables in the


4.0
Bus Stations

4.1 3.5mm2 THNN, 600V lm 1,987.20

4.2 5.5mm2 THNN, 600V lm 75.60

4.3 8mm2 THNN, 600V lm 3,317.88

Cebu BRT Project - Package 1 (rebid)


Section IV. Bidding Forms 65

4.4 14mm2 THNN, 600V lm 7,923.24

4.5 22mm2 THNN, 600V lm 196.35


Fire Alarm Detection/Suppressant System,
1202 ls 1.00
including sensors and switches
Provision for ATC-ITS pipe sleeves for cabling, bike
1100 each 8.00
lane signaling & other ancillary works

Subtotal for L.3

Total for Bill No.5 (to be carried to the Summary of Bill of Quantities (Part L)

Cebu BRT Project - Package 1 (rebid)


66 Section IV. Bidding Forms

Bill Item No. 6 – Landscaping Works

Item No Description Unit Qty Unit Bid Price Bid Amount


(PHP) (PHP)

PART M LANDSCAPING WORKS


Furnishing and Placing Garden Soil for Transplantation
608(1) & Planting & other associated materials for growing cum. 29.36
trees and shrubs
608(1)a Root Container ea. 82,670.00
Relocation of Trees and Shrubs from Site to
611 Temporary Relocation Site and transplanting with an ea. 7,359.00
average distance of 4 km - one way
611(1) a. Trees (Furnishing & Planting)

611(1)a1 Tabebuia Rosea (Pink Tabebuia) each 32.00

611(1)a2 Triplaris Camingiana Polygonaceae (Palo Santo) each 18.00

611(1)a3 Cassia fistula (Golden Shower) each 23.00

611(2) b. Shrubs (Furnishing & Planting)

611(2)b1 Rhapis Exceis (Lady Palm) (H0.7xW0.4) each 2,973.00

611(2)b2 Murraya panniculata (Kamuning, H0.6xW0.4) each 5,575.00


Padocarpus macrophyllus (Padocarpus,
611(2)b3 each 3,716.00
H0.5xW0.4)
611(2)b4 Bougainvillea sp (Singapore Pink, H0.35xW0.35) each 11,894.00

611(2)b5 Excoecaria Cochinchinensis (Picara, H0.3xW0.25) each 9,512.00


Hymenocalis littorallis (Beach Spider,
611(2)b6 each 33,730.00
H0.6xW0.4)
611(2)b7 Ficus microcarpa (Golden Ficus, H0.3xW0.3) each 9,911.00

611(2)b8 Scheffiera arboricola (Scheffiera, H0.4xW0.3) each 5,286.00

Subtotal for Part M

Total for Bill No.6 (to be carried to the Summary of Bill of Quantities (Part M)

Cebu BRT Project - Package 1 (rebid)


Section IV. Bidding Forms 67

Daywork Schedule
General

1. Reference should be made to Sub-Clause 13.5 of the General Conditions. Work shall not
be executed on a daywork basis except by written order of the Engineer. Bidders shall
enter basic rates for daywork items in the Schedules, which rates shall apply to any
quantity of daywork ordered by the Engineer. Nominal quantities have been indicated
against each item of daywork, and the extended total for Daywork shall be carried forward
as a Provisional Sum to the Summary Total Bid Amount. Unless otherwise adjusted,
payments for daywork shall be subject to price adjustment in accordance with the
provisions in the Conditions of Contract.

Daywork Labour

2. In calculating payments due to the Contractor for the execution of daywork, the hours for
labour will be reckoned from the time of arrival of the labour at the job site to execute the
particular item of daywork to the time of return to the original place of departure, but
excluding meal breaks and rest periods. Only the time of classes of labour directly doing
work ordered by the Engineer and for which they are competent to perform will be
measured. The time of gangers (charge hands) actually doing work with the gangs will
also be measured but not the time of foremen or other supervisory personnel.

3. The Contractor shall be entitled to payment in respect of the total time that labour is
employed on daywork, calculated at the basic rates entered by the Contractor in the
Schedule of Daywork Rates: 1. Labour, together with an additional percentage
payment on basic rates representing the Contractor’s profit, overheads, etc., as described
below:

(a) The basic rates for labour shall cover all direct costs to the Contractor, including
(but not limited to) the amount of wages paid to such labour, transportation time,
overtime, subsistence allowances, and any sums paid to or on behalf of such labour
for social benefits in accordance with the Philippines Labor law. The basic rates
will be payable in local currency only.

(b) The additional percentage payment to be quoted by the bidder and applied to costs
incurred under (a) above shall be deemed to cover the Contractor’s profit,
overheads, superintendence, liabilities, and insurances and allowances to labour,
timekeeping, and clerical and office work, the use of consumable stores, water,
lighting, and power; the use and repair of stagings, scaffolding, workshops, and
stores, portable power tools, manual plant, and tools; supervision by the
Contractor’s staff, foremen, and other supervisory personnel; and charges
incidental to the foregoing. Payments under this item shall be made in the
following currency proportions:

Cebu BRT Project - Package 1 (rebid)


68 Section IV. Bidding Forms

(i) foreign: percent (to be stated by bidder).13


(ii) local: percent (to be stated by bidder).

Daywork Materials

4. The Contractor shall be entitled to payment in respect of materials used for daywork
(except for materials for which the cost is included in the percentage addition to labour
costs as detailed heretofore), at the basic rates entered by the Contractor in the Schedule
of Daywork Rates: 2. Materials, together with an additional percentage payment on the
basic rates to cover overhead charges and profit, as follows:

(a) the basic rates for materials shall be calculated on the basis of the invoiced price,
freight, insurance, handling expenses, damage, losses, etc., and shall provide for
delivery to store for stockpiling at the Site. The basic rates shall be stated in local
currency, but payment will be made in the currency or currencies expended upon
presentation of supporting documentation.
(b) the additional percentage payment shall be quoted by the bidder and applied to the
equivalent local currency payments made under (a) above. Payments under this
item will be made in the following currency proportions:

(i) foreign: percent (to be stated by the bidder);14


(ii) local: percent (to be stated by the bidder);

(c) the cost of hauling materials for use on work ordered to be carried out as daywork
from the store or stockpile on the Site to the place where it is to be used will be
paid in accordance with the terms for Labour and Construction in this schedule.

Daywork Contractor’s Equipment

5. The Contractor shall be entitled to payments in respect of Contractor’s Equipment already


on Site and employed on daywork at the basic rental rates entered by the Contractor in
the Schedule of Daywork Rates: 3. Contractor’s Equipment. Said rates shall be
deemed to include due and complete allowance for depreciation, interest, indemnity, and
insurance, repairs, maintenance, supplies, fuel, lubricants, and other consumables, and all
overhead, profit, and administrative costs related to the use of such equipment. The cost
of drivers, operators, and assistants will be paid for separately as described under the
section on Daywork Labour.

13
The bidder shall state the percentage in a common foreign currency equivalent required for payment and the
exchange rates and official sources used.
14
The bidder shall state the percentage in a single foreign currency equivalent and the exchange rates and
official sources used.

Cebu BRT Project - Package 1 (rebid)


Section IV. Bidding Forms 69

6. In calculating the payment due to the Contractor for Contractor’s Equipment employed
on daywork, only the actual number of working hours will be eligible for payment, except
that where applicable and agreed with the Engineer, the travelling time from the part of
the Site where the Contractor’s Equipment was located when ordered by the Engineer to
be employed on daywork and the time for return journey thereto shall be included for
payment.

7. The basic rental rates for Contractor’s Equipment employed on daywork shall be stated
in local currency, but payments to the Contractor will be made in currency proportions,
as follows:

(a) foreign: percent (to be stated by the bidder).15

(b) local: percent (to be stated by the bidder).

15
The bidder shall state the percentage in a single foreign currency equivalent and the exchange rates and
official sources used.
Cebu BRT Project - Package 1 (rebid)
70 Section IV. Bidding Forms

A. Dayworks Schedule

Schedule of Daywork Rates: 1. Labor


Item no. Description Unit Nominal Rate Extended
quantity amount

L1 Foreman hr. 23,654


L3 H.E. Operator hr. 5,914
L6 Driver hr. 23,651
L7 Skilled Labor hr. 47,302
L9 Unskilled Labor hr. 94,605

Subtotal
D122 Allow percenta of Subtotal for Contractor’s overhead, profit,
etc., in accordance with paragraph 3 (b) above.

Total for Daywork: Labor


(Carried forward to Daywork Summary, p. )
a. To be entered by the bidder.

Schedule of Daywork Rates: 2. Materials


Item no. Description Unit Nominal Rate Extended
quantity amount
M100 Portland Cement Type 1, 40kgs. bag 2,230.00
M104 Fine Aggregate (Sand, S1) cu.m. 4,460.00
M105a Coarse Aggregate (Crushed Gravel, G-1) cu.m. 6,690.00
M105b Coarse Aggregate (Crushed Gravel, ¾”) cu.m. 2,230.00
M150 Reinforcing Steel, Grade 40 kg 167,195.9
7
M191 Coco Lumber bd.ft. 55,748.00
M130 Common Wire Nails (Assorted.) kg 112.60
M136 Tie wire #16 kg 22.00
M186 Plywood, Marine ¾” thk. 1.22x2.44m pc 557.00

Subtotal
Allow percentva of Subtotal for Contractor’s overhead, profit,
etc., in accordance with paragraph 4 (b) above.

Total for Daywork: Materials


(Carried forward to Daywork Summary, p. )

Cebu BRT Project - Package 1 (rebid)


Section IV. Bidding Forms 71

Schedule of Daywork Rates: 3. Contractor’s Equipment


Item no. Description Nominal Basic hourly Extended
quantity rental rate amount
(hours)
E307 Concrete Mixer, 1 bagger 632.00
E226a Excavator w/ breaker, 0.60 m3 723.00
E311 Concrete Vibrator 903.00
E251 Hydraulic Crane, 10 tonners 180.00
E432 Service Truck 903.00
E348 Roller, self-propelled 106hp 361.00
E382 Bar Cutter 900.00
E412 Dump Truck, 9-11.99 m3 1,806.00
Minor Tools 0.10
Subtotal
a
Allow percent of Subtotal for Contractor’s
overhead, profit, etc., in accordance with
paragraph 7 above.

Total for Daywork: Contractor’s Equipment


(Carried forward to Daywork Summary, p. )
a. To be entered by the bidder.

Daywork Summary
Amount
(PHP)
1. Total for Daywork: Labor
2. Total for Daywork: Materials
3. Total for Daywork: Contractor’s Equipment
Total for Daywork (Provisional Sum)
(Carried forward to Summary of Bill of Quantities)

Cebu BRT Project - Package 1 (rebid)


72 Section IV. Bidding Forms

B. PROVISIONAL SUMS

Item No Description Unit Qty Unit Bid Amount (PHP)


Price (PHP)

Provisional Sum to cover for the following items:

1. Contingency for Stations (closed design) 1 lot -

2. Contingency for Miscellaneous Works 1 lot -

3. Contingency Allowance 1 lot -

Sub-total of Provisional Sums 22,000,000.00

Cebu BRT Project - Package 1 (rebid)


Section IV. Bidding Forms 73

SUMMARY OF BILL OF QUANTITIES

Contract Name:

Contract No.:

General Summary Page Amount (PHP)


Bill Item No. 1 – Facilities for the Engineer and Other General
Requirements
Bill Item No. 2 – BRT Trunk and Carriageway including
Sidewalks
Bill Item No. 3 – Drainage and Slope Protection &
Miscellaneous Structures
Bill Item No. 4 – Electrical Works along the BRT Alignment and
Link to the Port
Bill Item No. 5 – Building Structures (Bus Stations)
Bill Item No. 6 – Landscaping Works
Subtotal for Bills A
Total for Dayworks B
Provisional Sums C 22,000,000.00
Grand Total Bid Price (A+B+C) forward to letter of bid D

Cebu BRT Project - Package 1 (rebid)


74 Section IV. Bidding Forms

Technical Proposal

- Site Organization

- Method Statement

- Mobilization Schedule

- Construction Schedule

- Environmental and Social Management Strategies and Implementation


Plans

- Code of Conduct (ES)

- Equipment

- Key Personnel Schedule

- Others

Cebu BRT Project - Package 1 (rebid)


Section IV. Bidding Forms 75

Site Organization
The bidder shall present in his organization chart the various construction discipline and its
interconnection in terms of project implementation including the support from the head office
of the contractor

Cebu BRT Project - Package 1 (rebid)


76 Section IV. Bidding Forms

Method Statement
Each Bidder shall set out details of the Method Statement for the Works to demonstrate how
it will meet the Employer’s objective and requirements. As a minimum, the Method Statement
shall address the following:
(a) Details of the arrangements and methods which the Bidder proposes to implement for
the construction of the Works, in sufficient detail to demonstrate their adequacy to
achieve the requirements of the Contract including completion within the Time for
Completion stated in the Particular Conditions of Contract.
(b) Outline of the arrangements of the Bidder to manage coordination of Site access.
(c) Comments on the geotechnical and subsurface aspects of the Works including materials,
material sources and any constraints.
(d) Comments on logistics and traffic management [as may be appropriate].
(e) Outline of the arrangements and organisation of the Bidder to ensure compliance with
the Works Requirements.
(f) Outline of the arrangements of the Bidder to carry out testing upon completion as
specified in the Works Requirements.

[Insert other information, as may be appropriate.]

Cebu BRT Project - Package 1 (rebid)


Section IV. Bidding Forms 77

Mobilization Schedule
In accordance with the Particular Conditions, Sub-Clause 4.1, the Contractor shall not carry
out mobilization to Site unless the Engineer gives consent that appropriate measures are in
place to address environmental and social risks and impacts, which at a minimum shall
include applying the Management Strategies and Implementation Plans (MSIPs) and Code of
Conduct for Contractor’s Personnel, submitted as part of the Bid and agreed as part of the
Contract

Each bidder shall present in his mobilization schedule the material, manpower, equipment
and other required resources allocation throughout the construction schedule.

Cebu BRT Project - Package 1 (rebid)


78 Section IV. Bidding Forms

Construction Schedule
Each Bidder shall set out a detailed Program and Schedule for mobilization and construction
of the Works to be performed, including estimated starting and finishing dates for individual
components and identification of major milestones and critical path. The proposed Program
and Schedule shall address the following:
(a) Details of the proposed schedule for obtaining permits that may be necessary in order to
commence the Works, including the preparation of required studies, supporting
information, and applications.
(b) Details of the proposed timeline for carrying out the Works within the Time for
Completion, in the form of a bar chart showing notably the critical path.
(c) Details of the proposed timeline for the testing, commissioning and handing over of the
completed Works.

The construction schedule shall also include the following key milestones:
● No-objection to the Contractor MSIPs, which collectively form the C-ESMP, in
accordance with the Particular Conditions - Special provisions Sub-Clause 4.1.
● Constitution of the DAAB

Cebu BRT Project - Package 1 (rebid)


Section IV. Bidding Forms 79

ES Management Strategies and Implementation Plans

(ES-MSIP)

The Bidder shall submit comprehensive and concise Environmental and Social Management
Strategies and Implementation Plans (ES-MSIP) as required by ITB 11.1 (h) of the Bid Data Sheet.
These strategies and plans shall describe in detail the actions, materials, equipment, management
processes etc. that will be implemented by the Contractor, and its subcontractors.

In developing these strategies and plans, the Bidder shall have regard to the ES provisions of the
contract including those as may be more fully described in the Works Requirements described in
Section VII.

Cebu BRT Project - Package 1 (rebid)


80 Section IV. Bidding Forms

Code of Conduct for Contractor’s Personnel (ES) Form

CODE OF CONDUCT FOR CONTRACTOR’S PERSONNEL


We are the Contractor, [enter name of Contractor]. We have signed a contract with [enter
name of Employer] for [enter description of the Works]. These Works will be carried out at
[enter the Site and other locations where the Works will be carried out]. Our contract requires
us to implement measures to address environmental and social risks related to the Works,
including the risks of sexual exploitation, sexual abuse and sexual harassment.

Note to the Bidder:


The minimum content of the Code of Conduct form as set out by the Employer
shall not be substantially modified. However, the Bidder may add requirements as
appropriate, including to take into account Contract-specific issues/risks.

The Bidder shall initial and submit the Code of Conduct form as part of its bid.

This Code of Conduct is part of our measures to deal with environmental and social risks
related to the Works. It applies to all our staff, labourers and other employees at the Works
Site or other places where the Works are being carried out. It also applies to the personnel of
each subcontractor and any other personnel assisting us in the execution of the Works. All
such persons are referred to as “Contractor’s Personnel” and are subject to this Code of
Conduct.

This Code of Conduct identifies the behavior that we require from all Contractor’s Personnel.

Our workplace is an environment where unsafe, offensive, abusive or violent behavior will not
be tolerated and where all persons should feel comfortable raising issues or concerns without
fear of retaliation.

REQUIRED CONDUCT
Contractor’s Personnel shall:
1. carry out his/her duties competently and diligently;
2. comply with this Code of Conduct and all applicable laws, regulations and other
requirements, including requirements to protect the health, safety and well-being of
other Contractor’s Personnel and any other person;
3. maintain a safe working environment including by:
a. ensuring that workplaces, machinery, equipment and processes under each
person’s control are safe and without risk to health;
b. wearing required personal protective equipment;

Cebu BRT Project - Package 1 (rebid)


Section IV. Bidding Forms 81

c. using appropriate measures relating to chemical, physical and biological


substances and agents; and
d. following applicable emergency operating procedures.
4. report work situations that he/she believes are not safe or healthy and remove
himself/herself from a work situation which he/she reasonably believes presents an
imminent and serious danger to his/her life or health;
5. treat other people with respect, and not discriminate against specific groups such as
women, people with disabilities, migrant workers or children;
6. not engage in Sexual Harassment, which means unwelcome sexual advances, requests
for sexual favors, and other verbal or physical conduct of a sexual nature with other
Contractor’s or Employer’s Personnel;
7. not engage in Sexual Exploitation, which means any actual or attempted abuse of
position of vulnerability, differential power or trust, for sexual purposes, including, but
not limited to, profiting monetarily, socially or politically from the sexual exploitation
of another;
8. not engage in Sexual Abuse, which means the actual or threatened physical intrusion
of a sexual nature, whether by force or under unequal or coercive conditions;

9. not engage in any form of sexual activity with individuals under the age of 18, except
in case of pre-existing marriage;
10. complete relevant training courses that will be provided related to the environmental
and social aspects of the Contract, including on health and safety matters, Sexual
Exploitation and Abuse (SEA), and Sexual Harassment (SH);
11. report violations of this Code of Conduct; and
12. not retaliate against any person who reports violations of this Code of Conduct,
whether to us or the Employer, or who makes use of the grievance mechanism for
Contractor’s Personnel or the project’s Grievance Redress Mechanism.
RAISING CONCERNS
If any person observes behavior that he/she believes may represent a violation of this Code of
Conduct, or that otherwise concerns him/her, he/she should raise the issue promptly. This can
be done in either of the following ways:
1. Contact [enter name of the Contractor’s Social Expert with relevant experience in
handling sexual exploitation, sexual abuse and sexual harassment cases, or if such person
is not required under the Contract, another individual designated by the Contractor to
handle these matters] in writing at this address [ ] or by telephone at [ ] or in person at
[ ]; or
2. Call [ ] to reach the Contractor’s hotline (if any) and leave a message.
The person’s identity will be kept confidential, unless reporting of allegations is mandated by
the country law. Anonymous complaints or allegations may also be submitted and will be
given all due and appropriate consideration. We take seriously all reports of possible
Cebu BRT Project - Package 1 (rebid)
82 Section IV. Bidding Forms

misconduct and will investigate and take appropriate action. We will provide warm referrals
to service providers that may help support the person who experienced the alleged incident, as
appropriate.

CONSEQUENCES OF VIOLATING THE CODE OF CONDUCT


Any violation of this Code of Conduct by Contractor’s Personnel may result in serious
consequences, up to and including termination and possible referral to legal authorities.

FOR CONTRACTOR’S PERSONNEL:

I have received a copy of this Code of Conduct written in a language that I comprehend. I
understand that if I have any questions about this Code of Conduct, I can contact [enter name
of Contractor’s contact person(s) with relevant experience)] requesting an explanation.

Name of Contractor’s Personnel: [insert name]

Signature: __________________________________________________________

Date: (day month year): _______________________________________________

Countersignature of authorized representative of the Contractor:


Signature: ________________________________________________________
Date: (day month year): ______________________________________________
ATTACHMENT 1: Behaviors constituting Sexual Exploitation and Abuse (SEA) and
behaviors constituting Sexual Harassment (SH)

Cebu BRT Project - Package 1 (rebid)


Section IV. Bidding Forms 83

ATTACHMENT 1 TO THE CODE OF CONDUCT FORM

BEHAVIORS CONSTITUTING SEXUAL EXPLOITATION AND ABUSE (SEA) AND


BEHAVIORS CONSTITUTING SEXUAL HARASSMENT (SH)
The following non-exhaustive list is intended to illustrate types of prohibited behaviors
(1) Examples of sexual exploitation and abuse include, but are not limited to:
● A Contractor’s Personnel tells a member of the community that he/she can get them jobs
related to the work site (e.g. cooking and cleaning) in exchange for sex.
● A Contractor’s Personnel that is connecting electricity input to households says that he can
connect women headed households to the grid in exchange for sex.
● A Contractor’s Personnel rapes, or otherwise sexually assaults a member of the community.
● A Contractor’s Personnel denies a person access to the Site unless he/she performs a sexual
favor.
● A Contractor’s Personnel tells a person applying for employment under the Contract that
he/she will only hire him/her if he/she has sex with him/her.

(2) Examples of sexual harassment in a work context


● Contractor’s Personnel comment on the appearance of another Contractor’s Personnel (either
positive or negative) and sexual desirability.
● When a Contractor’s Personnel complains about comments made by another Contractor’s
Personnel on his/her appearance, the other Contractor’s Personnel comment that he/she is
“asking for it” because of how he/she dresses.
● Unwelcome touching of a Contractor’s or Employer’s Personnel by another Contractor’s
Personnel.
A Contractor’s Personnel tells another Contractor’s Personnel that he/she will get him/her a salary
raise, or promotion if he/she sends him/her naked photographs of himself/herself

Cebu BRT Project - Package 1 (rebid)


84 Section IV. Bidding Forms

Form EQU: Equipment

The Bidder shall provide adequate information to demonstrate clearly that it has the capability
to meet the requirements for the key equipment listed in Section III, Evaluation and
Qualification Criteria. A separate Form shall be prepared for each item of equipment listed, or
for alternative equipment proposed by the Bidder.

Item of equipment

Equipment Name of manufacturer Model and power rating


information
Capacity Year of manufacture

Current Current location


status
Details of current commitments

Source Indicate source of the equipment


o Owned o Rented o Leased o Specially manufactured

Omit the following information for equipment owned by the Bidder.

Owner Name of owner


Address of owner

Telephone Contact name and title


Fax Telex
Agreements Details of rental / lease / manufacture agreements specific to the project

Cebu BRT Project - Package 1 (rebid)


Section IV. Bidding Forms 85

Personnel

Form PER -1

Contractor’s Representative and Key Personnel


Schedule

Bidders should provide the names and details of the suitably qualified Contractor’s
Representative and Key Personnel to perform the Contract. The data on their experience
should be supplied using the Form PER-2 below for each candidate.

Contractor’ Representative and Key Personnel

1. Title of position: Project Manager

Name of candidate:
Duration of [insert the whole period (start and end dates) for which this position will be
appointment: engaged]
Time commitment: [insert the number of days/week/months/ that has been scheduled for this
for this position: position]
Expected time [insert the expected time schedule for this position (e.g. attach high level
schedule for this Gantt chart]
position:
2. Title of position: Project Engineer

Name of candidate:
Duration of [insert the whole period (start and end dates) for which this position will be
appointment: engaged]
Time commitment: [insert the number of days/week/months/ that has been scheduled for this
for this position: position]
Expected time [insert the expected time schedule for this position (e.g. attach high level
schedule for this Gantt chart]
position:
3. Title of position: Accredited Materials Engineer

Name of candidate:
Duration of [insert the whole period (start and end dates) for which this position will be
appointment: engaged]
Time commitment: [insert the number of days/week/months/ that has been scheduled for this
for this position: position]
Cebu BRT Project - Package 1 (rebid)
86 Section IV. Bidding Forms

Expected time [insert the expected time schedule for this position (e.g. attach high level
schedule for this Gantt chart]
position:
4. Title of position: Highway/Road Engineer

Name of candidate:
Duration of [insert the whole period (start and end dates) for which this position will be
appointment: engaged]
Time commitment: [insert the number of days/week/months/ that has been scheduled for this
for this position: position]
Expected time [insert the expected time schedule for this position (e.g. attach high level
schedule for this Gantt chart]
position:
5. Title of position: Electrical Engineer

Name of candidate
Duration of [insert the whole period (start and end dates) for which this position will be
appointment: engaged]
Time commitment: [insert the number of days/week/months/ that has been scheduled for this
for this position: position]
Expected time [insert the expected time schedule for this position (e.g. attach high level
schedule for this Gantt chart]
position:

6. Title of position: Landscape Architect

Name of candidate
Duration of [insert the whole period (start and end dates) for which this position will be
appointment: engaged]
Time commitment: [insert the number of days/week/months/ that has been scheduled for this
for this position: position]
Expected time [insert the expected time schedule for this position (e.g. attach high level
schedule for this Gantt chart]
position:

Nomination of subcontractor or personnel of sub-contractor is not allowed. Details of the


individual key personnel is required.

Cebu BRT Project - Package 1 (rebid)


Section IV. Bidding Forms 87

Form PER-2:
Resume and Declaration
Contractor’s Representative and Key Personnel

Name of Bidder

Position [#1]: [title of position from Form PER-1]

Personnel Name: Date of birth:


information

Address: E-mail:

Professional qualifications:

Academic qualifications:

Language proficiency:[language and levels of speaking, reading and writing skills]

details
Address of employer:

Telephone: Contact (manager / personnel


officer):

Fax:

Job title: Years with present employer:

Summarize professional experience in reverse chronological order. Indicate particular


technical and managerial experience relevant to the project.
Nomination of subcontractor or personnel of sub-contractor is not allowed. Details of the
individual key personnel is required.

Cebu BRT Project - Package 1 (rebid)


88 Section IV. Bidding Forms

Duration of
Project Role Relevant experience
involvement
[main project [role and responsibilities on [describe the experience relevant
[time in role]
details] the project] to this position]

Declaration
I, the undersigned [ insert either “Contractor’s Representative” or “Key Personnel” as
applicable] , certify that to the best of my knowledge and belief, the information contained in
this Form PER-2 correctly describes myself, my qualifications and my experience.
I confirm that I am available as certified in the following table and throughout the expected
time schedule for this position as provided in the Bid:
Commitment Details
Commitment to duration of contract: [insert period (start and end dates) for which this
Contractor’s Representative or Key Personnel is available to
work on this contract]
Time commitment: [insert period (start and end dates) for which this
Contractor’s Representative or Key Personnel is available to
work on this contract]

I understand that any misrepresentation or omission in this Form may:


(a) be taken into consideration during Bid evaluation;
(b) result in my disqualification from participating in the Bid;
(c) result in my dismissal from the contract.

Name of Contractor’s Representative or Key Personnel: [insert name]


Signature: __________________________________________________________

Date: (day month year): _______________________________________________

Countersignature of authorized representative of the Bidder:

Signature: ________________________________________________________
Date: (day month year): ______________________________________________

Cebu BRT Project - Package 1 (rebid)


Section IV. Bidding Forms 89

Bidders Qualification without prequalification

To establish its qualifications to perform the contract in accordance with Section III
(Evaluation and Qualification Criteria) the Bidder shall provide the information requested
in the corresponding Information Sheets included hereunder.

Cebu BRT Project - Package 1 (rebid)


90 Section IV. Bidding Forms

Form ELI -1.1

Bidder Information Form


Date: _________________
ICB No. and title: _________________
Page __________of _______________pages

Bidder's name
In case of Joint Venture (JV), name of each member:
Bidder's actual or intended country of registration:
[indicate country of Constitution]
Bidder's actual or intended year of incorporation:

Bidder's legal address [in country of registration]:

Bidder's authorized representative information


Name: _____________________________________
Address: ___________________________________
Telephone/Fax numbers: _______________________
E-mail address: ______________________________
1. Attached are copies of original documents of
◻ Articles of Incorporation (or equivalent documents of constitution or association), and/or
documents of registration of the legal entity named above, in accordance with ITB 4.3.
◻ In case of JV, letter of intent to form JV or JV agreement, in accordance with ITB 4.1.
◻ In case of Government-owned enterprise or institution, in accordance with ITB 4.5 documents
establishing:
● Legal and financial autonomy
● Operation under commercial law
● Establishing that the Bidder is not dependent agency of the Employer
2. Included are the organizational chart, a list of Board of Directors, and the beneficial ownership.

Cebu BRT Project - Package 1 (rebid)


Section IV. Bidding Forms 91

Form ELI -1.2

Bidder's JV Information Form


(to be completed for each member of Bidder’s JV)

Date: _______________
ICB No. and title: __________________
Page _______________ of ____________ pages

Bidder’s JV name:

JV member’s name:

JV member’s country of registration:

JV member’s year of constitution:

JV member’s legal address in country of constitution:

JV member’s authorized representative information


Name: ____________________________________
Address: __________________________________
Telephone/Fax numbers: _____________________
E-mail address: _____________________________
1. Attached are copies of original documents of
◻ Articles of Incorporation (or equivalent documents of constitution or association), and/or
registration documents of the legal entity named above, in accordance with ITB 4.3.
◻ In case of a Government-owned enterprise or institution, documents establishing legal and
financial autonomy, operation in accordance with commercial law, and absence of dependent
status, in accordance with ITB 4.5.
2. Included are the organizational chart, a list of Board of Directors, and the beneficial ownership.

Cebu BRT Project - Package 1 (rebid)


92 Section IV. Bidding Forms

Form CON – 2

Historical Contract Non-Performance, Pending Litigation


and Litigation History
Bidder’s Name: ________________
Date: ______________________
JV Member’s Name_________________________
ICB No. and title: ___________________________
Page _______________of ______________pages

Non-Performed Contracts in accordance with Section III, Evaluation and Qualification Criteria
◻ Contract non-performance did not occur since 1st January [insert year] specified in Section III,
Evaluation and Qualification Criteria, Sub-Factor 2.1.
◻ Contract(s) not performed since 1st January [insert year] specified in Section III, Evaluation and
Qualification Criteria, requirement 2.1
Year Non- Contract Identification Total Contract
performed Amount (current
portion of value, currency,
contract exchange rate
and US$
equivalent)
[insert [insert Contract Identification: [indicate complete contract [insert amount]
year] amount and name/ number, and any other identification]
percentage] Name of Employer: [insert full name]
Address of Employer: [insert street/city/country]
Reason(s) for nonperformance: [indicate main
reason(s)]
Pending Litigation, in accordance with Section III, Evaluation and Qualification Criteria
◻ No pending litigation in accordance with Section III, Evaluation and Qualification Criteria, Sub-Factor
2.3.
◻ Pending litigation in accordance with Section III, Evaluation and Qualification Criteria, Sub-Factor
2.3 as indicated below.

Cebu BRT Project - Package 1 (rebid)


Section IV. Bidding Forms 93

Year of Amount in dispute Contract Identification Total Contract


dispute (currency) Amount
(currency), USD
Equivalent
(exchange rate)
Contract Identification: _________
Name of Employer: ____________
Address of Employer: __________
Matter in dispute: ______________
Party who initiated the dispute: ____
Status of dispute: ___________

Contract Identification:
Name of Employer:
Address of Employer:
Matter in dispute:
Party who initiated the dispute:
Status of dispute:
Litigation History in accordance with Section III, Evaluation and Qualification Criteria
◻ No Litigation History in accordance with Section III, Evaluation and Qualification Criteria, Sub-
Factor 2.4.
◻ Litigation History in accordance with Section III, Evaluation and Qualification Criteria, Sub-Factor
2.4 as indicated below.
Year of Outcome as Contract Identification Total Contract
award percentage of Net Amount
Worth (currency), USD
Equivalent
(exchange rate)
[insert [insert percentage] Contract Identification: [indicate complete [insert amount]
year] contract name, number, and any other
identification]
Name of Employer: [insert full name]
Address of Employer: [insert
street/city/country]
Matter in dispute: [indicate main issues in
dispute]
Party who initiated the dispute: [indicate
“Employer” or “Contractor”]
Reason(s) for Litigation and award decision
[indicate main reason(s)]

Cebu BRT Project - Package 1 (rebid)


94 Section IV. Bidding Forms

Form CON – 3

Environmental and Social (ES)


Performance Declaration
[The following table shall be filled in for the Bidder, each member of a Joint Venture and
each Specialized Subcontractor]

Bidder’s Name: [insert full name]


Date: [insert day, month, year]
Joint Venture Member’s or Specialized Subcontractor’s Name: [insert full
name]
ICB No. and title: [insert ICB number and title]
Page [insert page number] of [insert total number] pages

Environmental and Social (ES) Performance Declaration


in accordance with Section III, Evaluation and Qualification Criteria
◻ No suspension or termination of contract: An employer has not suspended or terminated a
contract and/or called the performance security for a contract for reasons related to
Environmental and Social (ES) performance since the date specified in Section III, Evaluation and
Qualification Criteria, Sub-Factor 2.5.
◻ Declaration of suspension or termination of contract: The following contract(s) has/have been
suspended or terminated and/or Performance Security called by an employer(s) for reasons
related to Environmental and Social (ES) performance since the date specified in Section III,
Evaluation and Qualification Criteria, Sub-Factor 2.5. Details are described below:
Year Suspended Contract Identification Total Contract
or Amount (current
terminated value, currency,
portion of exchange rate
contract and US$
equivalent)
[insert [insert Contract Identification: [indicate complete contract [insert amount]
year] amount and name/ number, and any other identification]
percentage]
Name of Employer: [insert full name]
Address of Employer: [insert street/city/country]
Reason(s) for suspension or termination: [indicate
main reason(s)]

Cebu BRT Project - Package 1 (rebid)


Section IV. Bidding Forms 95

[insert [insert Contract Identification: [indicate complete contract [insert amount]


year] amount and name/ number, and any other identification]
percentage]
Name of Employer: [insert full name]
Address of Employer: [insert street/city/country]
Reason(s) for suspension or termination: [indicate
main reason(s)]
… … [list all applicable contracts] …
Performance Security called by an employer(s) for reasons related to ES performance
Year Contract Identification Total Contract
Amount (current
value, currency,
exchange rate
and US$
equivalent)
[insert Contract Identification: [indicate complete contract name/ number, and [insert amount]
year] any other identification]
Name of Employer: [insert full name]
Address of Employer: [insert street/city/country]
Reason(s) for calling of performance security: [indicate main reason(s)]

Cebu BRT Project - Package 1 (rebid)


96 Section IV. Bidding Forms

Form CON – 4

Sexual Exploitation and Abuse (SEA) and/or Sexual


Harassment Performance Declaration
[The following table shall be filled in for the Bidder, each member of a Joint Venture and
each Subcontractor]
Bidder’s Name: [insert full name]
Date: [insert day, month, year]
Joint Venture Member’s or Subcontractor’s Name: [insert full name]
ICB No. and title: [insert ICB number and title]
Page [insert page number] of [insert total number] pages

SEA and/or SH Declaration


in accordance with Section III, Evaluation and Qualification Criteria

We:
◻ (a) have not been subject to disqualification by the Bank for non-compliance with SEA/ SH obligations
◻ (b) are subject to disqualification by the Bank for non-compliance with SEA/ SH obligations
◻ (c) had been subject to disqualification by the Bank for non-compliance with SEA/ SH obligations. An
arbitral award on the disqualification case has been made in our favor.
◻ (d) had been subject to disqualification by the Bank for non-compliance with SEA/ SH obligations
for a period of two years. We have subsequently demonstrated that we have adequate capacity
and commitment to comply with SEA/ SH obligations.
◻ (e) had been subject to disqualification by the Bank for non-compliance with SEA/ SH obligations for
a period of two years. We have attached evidence demonstrating that we have adequate
capacity and commitment to comply with SEA/ SH obligations.

[If (c) above is applicable, attach evidence of an arbitral award reversing the findings on the issues
underlying the disqualification.]

[If (d) or ( e) above are applicable, provide the following information:]

Period of disqualification: From: _______________ To: ________________

If previously provided on another Bank financed works contract, details of evidence that demonstrated
adequate capacity and commitment to comply with SEA/ SH obligations (as per (d) above)
Name of Employer: ___________________________________________
Name of Project: _____________________________________
Contract description: _____________________________________________________

Cebu BRT Project - Package 1 (rebid)


Section IV. Bidding Forms 97

Brief summary of evidence provided: ________________________________________


______________________________________________________________________
Contact Information: (Tel, email, name of contact person): _______________________
______________________________________________________________________

As an alternative to the evidence under (d), other evidence demonstrating adequate capacity and
commitment to comply with SEA/ SH obligations (as per (e) above) [attach details as appropriate].

Cebu BRT Project - Package 1 (rebid)


98 Section IV. Bidding Forms

Form FIN – 3.1:


Financial Situation and Performance
Bidder’s Name: ________________
Date: ______________________
JV Member’s Name_________________________
ICB No. and title: ___________________________
Page _______________of ______________pages

1. Financial data
Type of Financial information Historic information for previous five (5) years,
in (amount in currency, currency, exchange rate*, USD
(currency) equivalent)

2016 2017 2018 2019 2020

Statement of Financial Position (Information from Balance Sheet)

Total Assets (TA)

Total Liabilities (TL)

Total Equity/Net Worth (NW)

Current Assets (CA)

Current Liabilities (CL)

Working Capital (WC)

Information from Income Statement

Total Revenue (TR)

Profits Before Taxes (PBT)

Cash Flow Information

Cash Flow from Operating


Activities
*Refer to ITB 15 for the exchange rate

Cebu BRT Project - Package 1 (rebid)


Section IV. Bidding Forms 99

2. Sources of Finance

Specify sources of finance to meet the cash flow requirements on works currently in
progress and for future contract commitments.

No Source of finance Amount (US$ equivalent)


.

2. Financial documents

The Bidder and its parties shall provide copies of financial statements for last five (5) years
(2016-2020) pursuant Section III, Evaluation and Qualifications Criteria, Sub-factor 3.1. The
financial statements shall:

(a) reflect the financial situation of the Bidder or in case of JV member, and not an
affiliated entity (such as parent company or group member).

(b) be independently audited or certified in accordance with local legislation.

(c) be complete, including all notes to the financial statements.

(d) correspond to accounting periods already completed and audited.

◻ Attached are copies of financial statements16 for the ____________years required above;
and complying with the requirements

16
If the most recent set of financial statements is for a period earlier than 12 months from the date of bid, the
reason for this should be justified.
Cebu BRT Project - Package 1 (rebid)
100 Section IV. Bidding Forms

Form FIN – 3.2:


Average Annual Construction Turnover
Bidder’s Name: ________________
Date: ______________________
JV Member’s Name_________________________
ICB No. and title: ___________________________
Page _______________of ______________pages

Annual turnover data (construction only)


Year Amount Exchange rate USD equivalent
Currency
2016 [insert amount and indicate
currency]
2017
2018
2019
2020
Average
Annual
Construction
Turnover *

* See Section III, Evaluation and Qualification Criteria, Sub-Factor 3.2.

Cebu BRT Project - Package 1 (rebid)


Section IV. Bidding Forms 101

Form FIN – 3.3:


Financial Resources
Specify proposed sources of financing, such as liquid assets, unencumbered real assets, lines
of credit, and other financial means, net of current commitments, available to meet the total
construction cash flow demands of the subject contract or contracts as specified in Section III
(Evaluation and Qualification Criteria)

Financial Resources
No. Source of financing Amount (US$ equivalent)

Cebu BRT Project - Package 1 (rebid)


102 Section IV. Bidding Forms

Form FIN – 3.4:


Current Contract Commitments / Works in Progress
Bidders and each member to a JV should provide information on their current commitments
on all contracts that have been awarded, or for which a letter of intent or acceptance has been
received, or for contracts approaching completion, but for which an unqualified, full
completion certificate has yet to be issued.

Curr
ent
Con
trac
t
Co
mm
itm
ents
Value of
Average Monthly
Employer’s Outstanding Estimated
No Invoicing Over Last
Name of Contract Contact Address, Tel, Work Completion
. Six Months
Fax [Current US$ Date
[US$/month)]
Equivalent]
1

Cebu BRT Project - Package 1 (rebid)


Section IV. Bidding Forms 103

Form EXP - 4.1

General Construction Experience

Bidder’s Name: ________________


Date: ______________________
JV Member’s Name_________________________
ICB No. and title: ___________________________
Page _______________of ______________pages

Starting Ending Contract Identification Role of


Year Bidder
Year

Contract name: ____________________


Brief Description of the Works performed by the
Bidder: _____________________________
Amount of contract: ___________________
Name of Employer: ____________________
Address: _____________________________
Contract name: _________________________
Brief Description of the Works performed by the
Bidder: _____________________________
Amount of contract: ___________________
Name of Employer: ___________________
Address: _________________________
Contract name: ________________________
Brief Description of the Works performed by the
Bidder: __________________________
Amount of contract: ___________________
Name of Employer: ___________________
Address: _________________________

Cebu BRT Project - Package 1 (rebid)


104 Section IV. Bidding Forms

Form EXP - 4.2(a)

Specific Construction and Contract Management


Experience
Bidder’s Name: ________________
Date: ______________________
JV Member’s Name_________________________
ICB No. and title: ___________________________
Page _______________of ______________pages

Information
Similar Contract No.

Contract Identification
Award date
Completion date
Member
Role in Contract Prime Management Sub-
in
Contract Contractor contract
JV
or ◻ ◻ or ◻

Total Contract Amount US$

If member in a JV or sub-contractor,
specify participation in total
Contract amount

Employer's Name:
Address:

Telephone/fax number

E-mail:

Cebu BRT Project - Package 1 (rebid)


Section IV. Bidding Forms 105

Form EXP - 4.2(a) (cont.)


Specific Construction and Contract Management
Experience (cont.)
Similar Contract No. Information

Description of the similarity in


accordance with Sub-Factor 4.2(a) of
Section III:

1. Amount

2. Physical size of required works


items

3. Complexity

4. Methods/Technology

5. Construction rate for key activities

6. Other Characteristics

*Contractor to attach proof of experience such as contract award, notice to proceed (if any)
and contract completion certificate

Cebu BRT Project - Package 1 (rebid)


106 Section IV. Bidding Forms

Form EXP - 4.2(b)

Construction Experience in Key Activities

Bidder's Name: ________________


Date: ___________________
Bidder's JV Member Name: __________________
Sub-contractor's Name17 (as per ITB 34.2 and 34.3): ________________
ICB No. and title: _____________________

Page __________________of ________________pages

All Sub-contractors for key activities must complete the information in this form as per ITB
34.2 and 34.3 and Section III, Qualification Criteria and Requirements, Sub-Factor 4.2.

1. Key Activity No One: ________________________

Information
Contract Identification
Award date
Completion date
Prime Member Manageme
Role in Contract Sub-
Contract in nt
contractor
or JV Contractor

◻ ◻ ◻
Total Contract Amount
US$

Quantity (Volume, number or rate of Total quantity in Percentage Actual


production, as applicable) performed the contract participation Quantity
under the contract per year or part of (i) (ii) Performed
the year (i) x (ii)

Year 1 (2012)

Year 2 (2013)

Year 3 (2014)

Year 4 (2015)

17
If applicable

Cebu BRT Project - Package 1 (rebid)


Section IV. Bidding Forms 107

Year 5 (2016)

Year 6 (2017)

Year 7 (2018)

Year 8 (2019)

Year 9 (2020)

Year 10 (2021)

Information
Employer’s Name:

Address:

Telephone/fax number

E-mail:
2. Activity No. Two

Information
Description of the key activities in
accordance with Sub-Factor 4.2(b) of
Section III:

*Contractor to attach proof of experience such as contract award, notice to proceed (if any)
and contract completion certificate

Cebu BRT Project - Package 1 (rebid)


108 Section IV. Bidding Forms

Cebu BRT Project - Package 1 (rebid)


Section IV. Bidding Forms 109

Form EXP - 4.2 (c)

Specific Experience in Managing ES aspects

[The following table shall be filled in for contracts performed by the Bidder, and each member
of a Joint Venture]

Bidder’s Name: [insert full name]


Date: [insert day, month, year]
Joint Venture Member Name: [insert full name]
ICB No. and title: [insert ICB number and title]
Page [insert page number] of [insert total number] pages

1. Key Requirement no 1 in accordance with 4.2 (c): Experience in managing ES risks and
impacts especially in the aspects of Environmental Health and Safety, including
Occupational Health and Safety

Contract Identification
Award date
Completion date
Role in Contract Prime Member Manageme
Subcontract
Contracto in nt
or
r JV Contractor

◻ ◻ ◻
Total Contract Amount
US$

Details of relevant experience

Cebu BRT Project - Package 1 (rebid)


110 Section IV. Bidding Forms

Form of Bid Security


(Demand Guarantee)

__________________________
Beneficiary: __________________________
Invitation for Bids No: ________________________________________
Date: __________________________
BID GUARANTEE No.: __________________________
Guarantor: ________________________________________________
We have been informed that __________________________ (hereinafter called "the
Applicant") has submitted or will submit to the Beneficiary its bid (hereinafter called "the
Bid") for the execution of ________________ under Invitation for Bids No. ___________
(“the IFB”).
Furthermore, we understand that, according to the Beneficiary’s conditions, bids must be
supported by a bid guarantee.
At the request of the Applicant, we , as Guarantor, hereby irrevocably undertake to pay the
Beneficiary any sum or sums not exceeding in total an amount of ___________
(____________) upon receipt by us of the Beneficiary’s complying demand, supported by the
Beneficiary’s statement, whether in the demand itself or a separate signed document
accompanying or identifying the demand, stating that either the Applicant:
(a) has withdrawn its Bid prior to the Bid validity expiry date set forth in the
Applicant’s Letter of Bid, or any extended date provided by the Applicant; or
(b) having been notified of the acceptance of its Bid by the Beneficiary prior to the expiry
date of the Bid Validity or any extension thereto provided by the Applicant, (i) has failed
to execute the contract agreement, or (ii) has failed to furnish the performance security
and, if required, the Environmental and Social (ES) Performance Security, in accordance
with the Instructions to Bidders (“ITB”) of the Beneficiary’s bidding document.

This guarantee will expire: (a) if the Applicant is the successful bidder, upon our receipt of
copies of the contract agreement signed by the Applicant and the performance security and, if
required, the Environmental and Social(ES) Performance Security, issued to the Beneficiary
in relation to such contract agreement; or (b) if the Applicant is not the successful bidder, upon
the earlier of (i) our receipt of a copy of the Beneficiary’s notification to the Applicant of the
results of the bidding process; or (ii) twenty-eight days after the expiry date of the Bid Validity.

Consequently, any demand for payment under this guarantee must be received by us at the
office indicated above on or before that date.

This guarantee is subject to the Uniform Rules for Demand Guarantees (URDG) 2010
Revision, ICC Publication No. 758.

Cebu BRT Project - Package 1 (rebid)


Section IV. Bidding Forms 111

_____________________________

[signature(s)]

Cebu BRT Project - Package 1 (rebid)


Section V. Eligible Countries 112

Section V. Eligible Countries

Eligibility for the Provision of Goods, Works and Non-Consulting Services in


Bank-Financed Procurement

In reference to ITB 4.7 and 5.1, for the information of the Bidders, at the present time firms,
goods and services from the following countries are excluded from this bidding process:

Under ITB 4.7(a) and 5.1: Not applicable

Under ITB 4.7(b) and 5.1: Afghanistan, Central African Republic, Democratic Republic of
the Congo, Democratic People’s Republic of Korea, Iran, Libya,
Mali, Somalia, Sudan and Yemen

Cebu BRT Project - Package 1 (rebid)


Section VI. Bank Policy – Corrupt and Fraudulent Practices 113

Section VI. Bank Policy - Corrupt and


Fraudulent Practices
(Section VI shall not be modified)
Guidelines for Procurement of Goods, Works, and Non-Consulting Services under IBRD
Loans and IDA Credits & Grants by World Bank Borrowers, dated January 2011.
“Fraud and Corruption:
1.16 It is the Bank’s policy to require that Borrowers (including beneficiaries of Bank loans),
bidders, suppliers, contractors and their agents (whether declared or not), sub-
contractors, sub-consultants, service providers or suppliers, and any personnel thereof,
observe the highest standard of ethics during the procurement and execution of Bank-
financed contracts.18 In pursuance of this policy, the Bank:
(a) defines, for the purposes of this provision, the terms set forth below as follows:
(i) “corrupt practice” is the offering, giving, receiving, or soliciting, directly or
indirectly, of anything of value to influence improperly the actions of
another party;19;
(ii) “fraudulent practice” is any act or omission, including a misrepresentation,
that knowingly or recklessly misleads, or attempts to mislead, a party to
obtain a financial or other benefit or to avoid an obligation;20
(iii) “collusive practice” is an arrangement between two or more parties
designed to achieve an improper purpose, including to influence improperly
the actions of another party;21
(iv) “coercive practice” is impairing or harming, or threatening to impair or
harm, directly or indirectly, any party or the property of the party to
influence improperly the actions of a party;22

18
In this context, any action to influence the procurement process or contract execution for undue advantage is
improper.
19
For the purpose of this sub-paragraph, “another party” refers to a public official acting in relation to the
procurement process or contract execution. In this context, “public official” includes World Bank staff and
employees of other organizations taking or reviewing procurement decisions.
20
For the purpose of this sub-paragraph, “party” refers to a public official; the terms “benefit” and “obligation”
relate to the procurement process or contract execution; and the “act or omission” is intended to influence
the procurement process or contract execution.
21
For the purpose of this sub-paragraph, “parties” refers to participants in the procurement process (including
public officials) attempting either themselves, or through another person or entity not participating in the
procurement or selection process, to simulate competition or to establish bid prices at artificial, non-
competitive levels, or are privy to each other’s bid prices or other conditions.
22
For the purpose of this sub-paragraph, “party” refers to a participant in the procurement process or contract
execution.

Cebu BRT Project - Package 1 (rebid)


(v) "obstructive practice" is:
(aa) deliberately destroying, falsifying, altering, or concealing of
evidence material to the investigation or making false statements to
investigators in order to materially impede a Bank investigation 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
investigation or from pursuing the investigation, or
(bb) acts intended to materially impede the exercise of the Bank’s
inspection and audit rights provided for under paragraph 1.16(e)
below.
(b) will reject a proposal for award if it determines that the bidder recommended for
award, or any of its personnel, or its agents, or its sub-consultants, sub-contractors,
service providers, suppliers and/or their employees, has, directly or indirectly,
engaged in corrupt, fraudulent, collusive, coercive, or obstructive practices in
competing for the contract in question;
(c) will declare misprocurement and cancel the portion of the loan allocated to a
contract if it determines at any time that representatives of the Borrower or of a
recipient of any part of the proceeds of the loan engaged in corrupt, fraudulent,
collusive, coercive, or obstructive practices during the procurement or the
implementation of the contract in question, without the Borrower having taken
timely and appropriate action satisfactory to the Bank to address such practices
when they occur, including by failing to inform the Bank in a timely manner at the
time they knew of the practices;
(d) will sanction a firm or individual, at any time, in accordance with the prevailing
Bank’s sanctions procedures,23 including by publicly declaring such firm or
individual ineligible, either indefinitely or for a stated period of time: (i) to be
awarded a Bank-financed contract; and (ii) to be a nominated24 sub-contractor,
consultant, supplier, or service provider of an otherwise eligible firm being awarded
a Bank-financed contract;

23
A firm or individual may be declared ineligible to be awarded a Bank financed contract upon: (i) completion
of the Bank’s sanctions proceedings as per its sanctions procedures, including, inter alia, cross-debarment as
agreed with other International Financial Institutions, including Multilateral Development Banks, and
through the application the World Bank Group corporate administrative procurement sanctions procedures
for fraud and corruption; and (ii) as a result of temporary suspension or early temporary suspension in
connection with an ongoing sanctions proceeding. See footnote 14 and paragraph 8 of Appendix 1 of these
Guidelines.
24
A nominated sub-contractor, consultant, manufacturer or supplier, or service provider (different names are
used depending on the particular bidding document) is one which has either been: (i) included by the bidder
in its pre-qualification application or bid because it brings specific and critical experience and know-how that
allow the bidder to meet the qualification requirements for the particular bid; or (ii) appointed by the
Borrower.

Cebu BRT Project - Package 1 (rebid)


Section VI. Bank Policy – Corrupt and Fraudulent Practices 115

(e) will require that a clause be included in bidding documents and in contracts
financed by a Bank loan, requiring bidders, suppliers and contractors, and their sub-
contractors, agents, personnel, consultants, service providers, or suppliers, to
permit the Bank to inspect all accounts, records, and other documents relating to
the submission of bids and contract performance, and to have them audited by
auditors appointed by the Bank.”

Cebu BRT Project - Package 1 (rebid)


116

PART 2 –WORKS REQUIREMENTS

Cebu BRT Project - Package 1 (rebid)


Section VII. Works Requirements 117

Section VII. Works Requirements

Contents

Scope of Works 118

Specification 120

Environmental and Social (ES) requirements 322

Drawings 328

Supplementary Information 329

Cebu BRT Project - Package 1 (rebid)


Section VII. Works Requirements 118

Scope of Works

The Contractor’s Scope of Works for Cebu South Bus Terminal (CSBT) to Capitol, Urban Realm
Enhancement (Link to the port) (hereinafter called “Cebu Bus Rapid Transit or CBRT”) Package
No.1 shall include, but not limited to the following:

a) Provision and construction of temporary facilities for the use of the Contractor and Engineer
during the contract package implementation;

b) Conducting construction survey and stake-out to verify the leveling, alignment of the
roadway including identification of utilities and other road appurtenances that may affect the
façade to face road design of the contract package;

c) Conducting of miscellaneous survey (i.e. geotechnical surveys along the busway alignment
and in the bus station location to determine and verify the structural design of the pavement
and the foundation works for the bus stations) as needed;

d) Identification of the utilities i.e. electrical/power poles/cabinets, communication


poles/cabinets, etc. along the alignment and coordination with the Utilities’ agencies through
the Employer for removal and relocation.

e) All other pre-construction works needed to be conducted such as permitting, coordination


with CCG and other stakeholders with the Employer’s assistance through its PIU

f) Cebu South Bus Terminal (CSBT) to Capitol, Urban Realm Enhancement earthworks
including clearing and removal of all obstacles within the limits of construction and road
right of way (RROW); excavation of all cuts, including excavation below the final sub-grade
surface; excavation of borrow areas, removal of benches and surface drainage facilities;
carting of the excavated material to fill or surplus; and embankment of fills and sub-grade;
shaping, trimming, grassing and maintaining of the works.

g) Removing and disposing all obstructions for the construction of Bus Rapid Transit and the
highway alignment of CBRT corridor such as carriageway along with the sidewalks, jeepney
stops & bus stations.

h) Drainage works such as pipe culvert, manhole, catch basin, line ditch and canal, etc., based
upon preliminary identification and assessment of drainages along the alignment that needs
to be improved or rehabilitated.

d) Laying of Aggregate Base Course, Portland Cement Concrete Pavement, Roto-milling of


existing Asphalt Pavement and laying of Asphalt (Wearing Course) overlay.

e) Electrical works such as street lighting, provision of standby generator, cabling and wiring,
conduit, electrical protection (grounding and lightning)

Cebu BRT Project - Package 1 (rebid)


Section VII. Works Requirements 119

f) Provision and installation of necessary road appurtenance such as Pavement Markings, Road
Signs, studs, road segregators, etc.

g) Construction of Bus Stations including provisions of necessary equipment and furniture in the
stations such as benches, passenger information panels, inserted billboards, fences, paving
blocks and landscaping works., etc.

h) Urban Realm Enhancement along Osmeña Blvd and the link to the Port including all works for
the implementation of the bicycle lanes and pedestrian facilities.

i) All works that are necessary for BRT priority transit at traffic junctions such as ducts for glass
fiber, power in relevant ducting, and structures or installation at the stations.

j) Provision of station as open system to be adaptable as closed system in the future at minimum
cost, including all amenities for universal access, night operation, ticketing, passenger
information, fleet management and back-up systems.

k) Any works and/or activities which are specified, indicated, considered and/or deemed included
in the Contract is the Contractor’s Scope of Works.

Except as otherwise expressly provided herein, the Contractor shall supply all adequate and
competent labor, supervision, tools, equipment, installed and consumable materials, services, testing
devices and warehousing of each and every item at a defined cost (with suppliers’ invoices) necessary
for the implementation of the Works.

Cebu BRT Project - Package 1 (rebid)


Section VII. Works Requirements 120

Specification

INTRODUCTION

Specifications shall consist of i) General Specifications based on the DPWH Standard Specifications
for Highways, Bridges and Airports, 2013, ii) DPWH Department Order No. 35 series of 2018, iii)
Special Specifications which are not included in the DPWH Standard Specifications that currently do
not take in account BRT requirements and iii) Appendixes.

Other authoritative standards for Miscellaneous and Special Items only that ensure a substantially equal
or higher quality than these specifications shall be accepted subject to the Employer’s and/or the
Engineer’s prior review and in written consent. Also included is Department Order No. 54 Series of
2007 in the subject of DPWH Standard Specifications for Construction Survey and Staking.

The Specifications describe in detail the work to be executed, the character and quality of materials
and workmanship the construction requires, Method of Measurement and Basis of Payment. They shall
be read in conjunction with the contract plans and the other contract documents.

The General Specifications

Part Bridge Construction (Not


A : Facilities for the Engineers Part F : Used)
Part
B : Other General Requirements Part G : Drainage and Slope Protection
Part
C : Earthwork Part H : Miscellaneous Structures
Part
D : Sub-base and Base Course Part I : Not Used
Part
E : Aggregate Surface Courses

The Special Specifications

Part J : Not Used Part L : General Requirements for Building


Part K : Electrical Works Part M : Landscape

Appendixes

Appendix 1 – Specifications for Testing Requirements


Appendix 2 – Environmental Management Plan

Differences between the standards specified and the proposed alternative standards shall be fully
described in writing by the Contractor and submitted at least 28 days prior to the date when the
Contractor desires the Engineer’s consent. In the event the Engineer determines that such proposed
deviations do not ensure substantially equal or higher quality, the Contractor shall comply with the
specifications mentioned in the bidding documents.

Cebu BRT Project - Package 1 (rebid)


Section VII. Works Requirements 121

Pertinent notes appearing in the Contract Plans or Drawings shall also be considered as part and
parcel of the technical specifications.

The “SPECIAL SPECIFICATIONS” is also a part of Section VII of the documents. These are
modifications / changes in the specifications of “standard work items” (or “work items” under PART
A to PART H of the General Specifications) without changing the “number” and “name” of each such
“standard work items” are in the following pages.

Cebu BRT Project - Package 1 (rebid)


Section VII. Works Requirements 122

Republic of The Philippines


DEPARTMENT OF PUBLIC WORKS AND HIGHWAYS
OFFICE OF THE SECRETARY
Bonifacio Drive, Port Area
Manila

GENERAL SPECIFICATIONS

DEPARTMENT OF PUBLIC WORKS AND HIGHWAYS


STANDARD SPECIFICATIONS FOR HIGHWAYS
BRIDGES AND AIRPORTS
VOLUME II

2013

Cebu BRT Project - Package 1 (rebid)


Section VII. Works Requirements 123

SPECIAL SPECIFICATIONS

PART A: FACILITIES FOR THE ENGINEER

Subsection is modified and supplemented as follows:

A.1.1(6) Provision of Combined Field Office and Living Quarters Building for the
Engineer (Rental Basis)

The Contractor shall provide office and quarters for the exclusive use of the
Engineer on rental basis for twelve (12) months during the construction period.
The temporary building shall have a minimum floor area of 150 sqm. and the lot
area shall be a minimum of 400 sqm. with parking provision for at least four (4)
vehicles. The Contractor shall first seek the Engineer’s approval of the building
proposed to be rented before finalizing any rental agreement. The building for the
Engineer shall be supplied with potable water connected to a local water supply
and electricity connected to a local power supply, all as approved by the Engineer.

The unit of measurement for the provision of Engineer’s Temporary Office and
Quarters shall be on a monthly basis.

A.1.1(11) Provision of Furniture/Fixtures, Equipment and Appliances for the Field


Office for the Engineer.

It shall be understood that if the Contractor cannot provide the articles as


described or intends to supply equivalent substitutes, the Engineer may purchase
the specified articles. The Contractor shall pay therefore as certified by the
Engineer, the expenses incurred in the purchase of the articles or the Engineer
shall have the right to deduct the amount from any money which is due or which
will become due to the Contractor.

The Contractor shall provide and maintain furniture and equipment including but
not limited to the following schedules.

Schedule A – Provision of Furniture, Fixtures, Equipment & Appliances for the


Engineer’s Office

Cebu BRT Project - Package 1 (rebid)


Section VII. Works Requirements 124

a) Office Furniture Unit Qty.


1. Office desks, standard, 70cm x 120cm with 3 each 15
drawers on each side and center drawer provided
with locks and keys
2. Standard swivel chairs on rollers, padded with seat, each 15
back and armrest, synthetic leather upholstery
3. Clerical desk, with 1 master drawer, 2 side drawers each 1
and 1 open box drawer with 1 swivel chair with arm
rest, tilting & gas operated mechanism and padded
seat of fabric upholstery.

4. Conference table for 10 persons, KD tan-guile of set 1


dark brown non-gloss varnish, 120cm x 245 cm
with 10 swivel chairs with arm rest, tilting & gas-
operated mechanism and padded seat of fabric
upholstery, color and design to the engineer’s
approval.
5. Working table, KD Tan-guile, dark brown non-gloss set 2
varnish, 120cm x 240cm with 6 computer swivel
chairs, without arm rest, tilting & gas operated
mechanism and padded seat of fabric upholstery,
color and design to the engineer’s approval.
6. Mobile Pedestal, 3 drawers with non-gloss beige each 15
paint
7. Monoblock chair, PVC, color and design to the each 10
engineer’s approval.
8. Steel filing cabinet, 5 drawers with non-gloss green each 3
paint with locks and keys.
9. Trash Bin each 15
1 Cork Board each 1
0.
1 White Board (1.2m H x 2.4m L) with eraser each 2
1.

b) Office Equipment Unit Qty.

Cebu BRT Project - Package 1 (rebid)


Section VII. Works Requirements 125

12. Computer set (HP-Pavilion 550-334D) each 8

13. Printers (Brother MFC-J3720) or equal each 1

14. Printers (Brother MFC-J200) or equal each 2

15. Telefax Machine (Brother FAX-335MCS) each 1

16. Digital Camera of high-resolution capability with 1GB each 1


memory
17. Casio Scientific Calculator Programmable (Latest each 14
model)
18. Flash Drive (16 GB) each 3

19. Book binder each 1

20. Tape Dispenser each 2

21. File Tray In & Out each 15

22. Heavy Duty Sharpener each 4

23. Puncher, Heavy Duty each 4

24. Pencil Holder each 15

25. Triangular Metric Scale each 3

26. Plastic Triangles 45° x 45° each 3

27. Plastic Triangles 30° x 60° each 3

28. Steel tape 5m each 5


29. Stapler, Max HD 12N/70, Capacity 30 to 170 sheets for each 9
book binding
30. Staple Wire Remover each 9
31. Scissors – Scotch 7” each 6

32. Telephone Line subscription (landline) each 2

33. Fire Extinguisher (Carbon Dioxide Type, 10 lbs) each 8

34. First Aid Kits each 12

c) Office Appliances Unit Qty.

Cebu BRT Project - Package 1 (rebid)


Section VII. Works Requirements 126

35. Aircon (1.5HP) Koppel Split type each 2

36. Aircon (1.5HP) Koppel Inverter window type each 2

37. Water Dispenser with Hot & Cold (3D brand) each 1

38. Electric Fan 16” each 3

39. Wall Clock 10” Diameter each 1

Cebu BRT Project - Package 1 (rebid)


Section VII. Works Requirements 127

A.1.1(15) Operation and Maintenance of Field Office for the Engineer

A generator set shall be provided in the event of a failure in the main supply. The
generator shall be housed in a solid concrete bunker to minimize the noise of
operation and for the same reason shall be located remotely from the building it
is servicing and also from all local habitations.

In the event that main electricity is not available at the location of the
office/quarters, the Contractor shall provide and maintain a generator set of
sufficient capacity to operate all electric appliances, air cons and lighting for the
duration of the contract period. Electricity shall be provided to the site 24/7 for
the duration of the contract.

Minor repairs to the building due to normal use shall be part of the maintenance
aspect including the monthly expenses for water and electric power services. The
provision of adequate stocks of expendable items such as floor wax, brooms,
floor mats, insect sprays, tissue paper and other building maintenance accessories
are routine requirements for the proper maintenance of the facilities.

In the event that a potable water supply is not available in the project area, the
Contractor shall provide an alternative source as follows:

The Contractor shall provide and maintain a deep well with mechanical pump
coupled with an electric motor controlled by an automatic pressure cut off switch.
The Contractor shall provide and maintain a 500-gallon galvanized steel pressure
tank, mounted on a steel frame. The water tank shall be made on steel galvanized
steel frame before construction starts. The type and make of electric motor and jet
pump shall be subject to the approval of the Engineer.

The Contractor shall provide an adequate supply of potable water from an


approved source for the use of the Engineer. The water shall be supplied and
stored in a covered container to maintain its portability.

The telephone service shall have two separate direct landlines for the exclusive
use of the Engineer and his staff. These telephone lines shall have direct dial
service connections.

In the event that a telephone line is not available in the area, the Contractor shall
provide and maintain eight (8) units latest Mobile Phone for the duration of the
Contract.

The Contractor shall provide the following personnel to maintain all the facilities
in good operating condition. The personnel shall adequately safeguard and secure
the buildings, equipment and property day and night, regularly and properly clean
these facilities, and shall render household works, all as directed and approved
by the Engineer. For Quarter’s Office:1 – Cook/Maid, 1 – Laundry Woman, 2 –
Watchman and 1 – Utility man

Cebu BRT Project - Package 1 (rebid)


Section VII. Works Requirements 128

The Contractor shall provide within thirty (30) days after receipt of Notice to
Proceed a sufficient supply of all normal stationary printing papers and testing
materials and consumable items specified under Schedule D, all as required and
upon the discretion of the Engineer.

It shall be understood that if the Contractor cannot provide the articles as


described or intends to supply equivalent substitutes, the Engineer may purchase
the specified articles. The Contractor shall pay therefore as certified by the
Engineer, the expenses incurred in the purchase of the articles or the Engineer
shall have the right to deduct the sums from any money which is due or which
will become due to the Contractor.

A.1.1(17) Provision, Operation & Maintenance for Quality Controls and Material
Testing

All test and quality control works including the equipment and apparatus to be
used shall be the responsibility by the contractor and to be done by the
Contractor’s Materials Testing under the direct supervision of the Engineer. The
Contractor shall also provide qualified and experienced laboratory staff, to carry
out all materials quality control and all the tests specified in the Contract as
required by the Engineer. The person so appointed by the Contractor to manage
all the test required shall be well experienced in the type of work to be undertaken
and shall be subject to the approval of the Engineer. The Contractor shall employ
in his manpower the following: 1 – Sr. Materials and Quality Control Engineer,
2 – Sr. Laboratory Technician, 4 – Laboratory Aide and 1 – Clerk Typist/Encoder

Provision of Office Supplies and Consumable Stores for the Engineer,


Schedule D

The other supplies and consumable stores to be provided shall be, but not limited
to the items and quantities listed under Schedule D. Schedule of deliveries shall
be based on estimated monthly consumption as directed by the Engineer.

Schedule D – Consumable Materials for Engineer’s Office and Engineer’s


Quarters

Qty
a) Office Unit .
1. Bond Paper, A4 ream 10
2. Bond Paper, A3 ream 8
3. Bond Paper, Long ream 4
4. Yellow Paper, Rule pad 5
5. Ball pen, Blue (12 pcs/box) box 2
6. Ball pen, Blue (12 pcs/box) box 2
7. Ball pen, Blue (12 pcs/box) box 2

Cebu BRT Project - Package 1 (rebid)


Section VII. Works Requirements 129

8. Pentel Pen (6pcs/box) box 2


9. Sign Pen (12pcs/box) box 2
10. Mechanical Pencil each 10
11. Pencil Lead, 0.5mm, 2B, HB, F box 18
12. Whiteboard Marker, assorted colors each 18
13. Whiteboard Eraser each 6
14. Pencil (12pcs) box 2
15. Colored Pencil set 2
16. Highlighter (Stabilo) assorted color each 25
17. Brown Envelope, Long each 25
18. Brown Envelope, Short each 25
19. Letter Envelope, white dozen 4
20. Letter Envelope, brown dozen 4
21. Record Book, 200 pages each 12
22. Record Book, 100 pages each 8
23. Folder, Long each 40
24. Folder, Short each 40
25. Box File each 10
26. Archive File each 5
27. Fastener box 12
28. Paper Clip box 24
29. Post It, (3cm x 5cm) pack 40
30. Post It, (5cm x 7.5cm) pack 40
31. Stapler, Max HD 50, uses standard #35 staple each 6
32. Staple Wire, Normal size #35 each 12
33. Staple Wire, special box 4
34. Scotch Tape (3/4) (6 rolls/pack) pack 4
35. Masking Tape 1” (6 rolls/pack) pack 4
36. Magic Tape 1” (6 rolls/pack) pack 4
37. Cutter Blade each 2
38. Clip Binder, small box 4
39. Clip Binder, medium box 4
40. Clip Binder, Big box 4

Cebu BRT Project - Package 1 (rebid)


Section VII. Works Requirements 130

41. Mini Correction Roller, 6 m each 5


42. Cross-section Paper rolls 5
43. Push Pins box 4
44. Stamp pad each 1
45. Stamp pad ink each 1
46. Paste in Plastic Tube each 4
47. Batteries (assorted sizes) dozen 2
cartridg
48. Inkjet Cartridge, Black 42 ml e 6
cartridg
49. Inkjet Cartridge, Tri-color 19 ml e 2
50. Toner for Printer each 1
51. CD/DVD RRW Disc or USB Flash drive each 12
51. Engineer’s Field Book each 15

b) Office Unit Qty


1. 70% Isopropyl Alcohol bottle 6
2. Bath Soap (135g) dozen 4
3. Bathroom Tissue each 40
4. Broom each 2
5. Floor Map Rug each 2
6. Floor Wax can 1
7. Fluorescent Bulb, 40W each 2
8. Incandescent Bulb, 50W each 2
9. Insect Spray (Baygon 100ml) each 4
10. Laundry Soap (4pcs/bar) bar 2
11. Liquid Soap bottle 1
12. Muriatic Acid bottle 2
13. Powder Laundry Soap (1 kg) pack 4
contain
14. Purified Water (5gal/container) er 84
14. Scrubbing Pad each 3
14. Tissue Paper (4 Rolls) pack 4
14. Toilet Cleanser bottle 2

Cebu BRT Project - Package 1 (rebid)


Section VII. Works Requirements 131

14. Toilet Deodorant each 3


14. Wiping Rags kg 3

Cebu BRT Project - Package 1 (rebid)


Section VII. Works Requirements 132

A.1.2(1) Provide, one (1) unit 4x2 Pick Up Type Service Vehicle for the Engineer
(rental basis).

A.1.2(5) Operation and Maintenance of 4x2 Pick Up Type Service Vehicle for the
Engineer.

The Contractor shall provide in a rental basis, operate and maintain one (1) brand
new 4 x 2

– 4 door Pick–up Crew Cab Type, 4 cylinders with engine displacement of not
less than 2500 cc, diesel powered, air-conditioned, 2-wheel drive fully loaded
approved by the Engineer.

The Contractor shall operate and maintain the vehicles on a monthly basis,
including driver who will be under the direction and supervision of the Engineer.
The driver shall have professional drivers’ licenses, be experienced, competent
and subject to the approval of the Engineer. Operation and maintenance of the
vehicles shall include accessories, fuel, oil, car wash and expenses for the wear
and tear and repairs.

In case of major repair and/or breakdown of the service vehicles, the Contractor
shall provide the equivalent substitute immediately.

Upon failure of the Contractor to provide the transport equipment within the
stipulated time, the Engineer shall be entitled to provide such equipment in a way
he deems fit under government regulations and charge the cost to the Contractor.

For providing, operating and maintaining the vehicles, the unit of measurement
is month.

After the contract, the vehicles shall be returned to the rightful owner.

A.1.5(1) Provide Communication Facility for the Engineer

The Contractor shall provide, operate and maintain communication facility for
the Engineer in the form of two (2) units telephone subscription (landline) if ever
available in the site, and eight (8) units cellular phone of appropriate model
approved by the Engineer, including operation or provisions of cellular cards
consumable monthly.

Cebu BRT Project - Package 1 (rebid)


Section VII. Works Requirements 133

MEASUREMENT AND PAYMENT FOR PART A are changed and revised as follows:

Pay Item Unit of


Description
Number Measurement
PROVISION OF COMBINED FIELD OFFICE FOR THE ENGINEER
A.1.1 (6) Month
(RENTAL BASIS)
PROVISION FOR FURNITURES/FIXTURES,
A.1.1 (11) EQUIPMENT, AND APPLIANCES FOR THE FIELD Lumpsum (ls)
OFFICE FOR THE ENGINEER
OPERATION AND MAINTENANCE OF FIELD OFFICE FOR THE
A.1.1 (15) Month
ENGINEER
PROVISION, OPERATION & MAINTENANCE FOR
A.1.1 (17) Month
QUALITY CONTROL AND MATERIAL TESTING
PROVISION OF 4X2 PICK UP TYPE SERVICE
A.1.2(1) VEHICLE FOR THE ENGINEER (RENTAL BASIS INCLUDING Month
OPERATION (DRIVER) AND MAINTENANCE

Cebu BRT Project - Package 1 (rebid)


Section VII. Works Requirements 134

Part B: OTHER GENERAL REQUIREMENTS

ITEM B.1 OFFICES, SHOPS, STORES AND WORKMEN’S ACCOMMO-DATION


FOR CONTRACTOR

Rename this Section “B.1 CONTRACTOR’S FACILITIES”.

B.1 CONTRACTOR’S FACILITIES

B.1.1 General

The Contractor shall provide and maintain such offices, stores, workshops,
latrines, housing and messing accommodations as necessary. The selection of the
site shall be the responsibility of the Contractor and shall be approved by the
Engineer. It is entirely up to the Contractor to make whatever arrangement he
deems necessary with landowners regarding the use of land for the purpose of
erecting camps, workshops, garages, stockpiling of materials, location of plants,
housing of labor and staff, welfare facilities, etc. and all cost incurred in
connection with rental or lease of such land shall be at the Contractor’s expense.

The Contractor’s compound shall be located distinct and separate from the
Engineer’s compound. The Contractor shall not be permitted to erect temporary
buildings or structures on the Site without the specific permission in writing of
the Engineer. The Contractor shall fence off the Contractor’s store area from the
rest of the Site. By the end of the Defects Notification Period, the Contractor
shall remove this fence and all buildings shall be cleared and the area shall be
graded as required by the Engineer.

The Contractor shall be solely responsible for securing the ECC for the erection
of whatever facilities he deems necessary to execute the work.

The Contractor shall not erect temporary buildings or structures within the road
right-of-way without the prior written approval of the Engineer.

B.1.2 Housing for Labor

The Contractor shall provide and maintain at his own expense living
accommodation and amenities for all staff and labor employed by him directly
or indirectly in connection with the project, except for those recruited from the
immediate vicinity of the works. Each building for living accommodation shall
be provided with lights, water supply (both for drinking and other purposes),
efficient sanitation and refuse disposal system, cooking areas and equipment, and
appropriate furnishings to the satisfaction of the Engineer. All living
accommodation shall be maintained in a clean and sanitary condition at all times.

Cebu BRT Project - Package 1 (rebid)


Section VII. Works Requirements 135

Except for shelter for watchmen, informal tented camps along the road shall not
be permitted.

Cebu BRT Project - Package 1 (rebid)


Section VII. Works Requirements 136

B.1.3 Land Required for the Works

The land available to the Contractors free of charge shall be that to be occupied
by the Permanent Works.

It is the responsibility of the Employer to ensure that this land is made available
and, in the event of objections being raised by the current occupiers or users, the
Contractor shall immediately report the circumstances to the Engineer.

The Contractor should note that notwithstanding unhindered access to the Site
under this Clause, he shall still observe the conditions with respect to maintaining
services crossing the Site specified in Clause part .12 of these Special Provisions.

All necessary negotiations, agreements and payments for additional land for
whatever purpose, including that required for the Engineer’s facilities, shall be
the responsibility of the Contractor.

Further to Clause 17.1 of the Conditions of Contract the Contractor shall


indemnify the Employer and the Engineer against any claims or proceedings
resulting from the occupancy and use of such areas of additional land.

For the purposes of the Contract the Site shall comprise all land described in Sub-
Clause 1 and 4 of this Clause, except as provided in Sub-Clause 7.

The term Site shall mean the land available free of charge as described in
paragraph 1 of this Clause.

B.1.4 Temporary Structures and Facilities

Acquisition of rights to land for the Contractor’s temporary facilities shall be the
responsibility of the Contractor in accordance with Clause B.1.3.

The Employer reserves the right to request copies of the original agreement with any land
owner.

Unless alternative arrangements are agreed at the time, when no longer required all
temporary facilities shall be removed and the land shall be restored by the Contractor in
accordance with Clause B.1.6 of these Special Provisions.

The Contractor shall indemnify the Employer and Engineer against any claim or proceedings
resulting from the occupancy and use of such areas of additional land.
Along certain sections of the alignment of the road, restrictions exist on placing or locating
camps, temporary plant and facilities, for natural and/or environmental reasons. This does not
apply to the area of the Right-of-Way or the permanent structures.

B.1.5 Transport of Contractor’s Equipment and Materials

Cebu BRT Project - Package 1 (rebid)


Section VII. Works Requirements 137

Where the Contractor intends to use a particular route for the haulage of large
quantities of materials he shall consult well in advance at the least 15 days prior,
with any affected communities and submit in advance for the Engineer’s
approval a plan including but not limited to the proposed route, the existing
condition of the pavement and bridges, the estimated number and type of vehicle
movements per day, a program for monitoring the condition of the pavement
and structures, and measures for limiting vehicle speeds and dust nuisance in
built-up areas.

The Engineer reserves the right to disallow certain haul routes should these in
his opinion cause or be likely to cause unreasonable nuisance or hazards to the
public.

The Engineer’s approval will not remove the Contractor’s obligations under
Sub-Clause 4.15 of the General Conditions to prevent and repair damage to
roads or his liability for compensation for any accidents caused by his vehicles.

B.1.6 Clearance of Contractor’s Facilities and Reinstatement of Land

After expiry of the Defects Liability Period the Contractor shall clear away all his temporary
facilities including but not limited to offices, camps, storage and holding yards, workshops,
crushing and mixing plant, diversion and haul roads so that the land is returned to at least its
previous condition and, in the case of agricultural land, potential productivity. Clearance and
reinstatement shall include but not be limited to tasks such as the removal and disposal of all
wastes, disinfection of sewage disposal systems, demolition and removal of unwanted
structures, removal of metallic and concrete debris, removal and disposal of any soil
contaminated by diesel, bitumen or other polluting materials, ripping to relieve compaction,
grading, replacement of topsoil, and establishment of vegetative cover, as appropriate or as
directed.

Where improvements have been made such as land filling or installation of boreholes or
construction of buildings these may be retained subject to the agreement of the landowner if
it is privately owned.

The Employer reserves the right to inspect the site of any facilities established or
used by the Contractor in connection with the Works and to undertake any corrective
measures necessary to reinstate the land, and to recover the cost from monies due or to
become due to the Contractor.

Payment of any retention monies shall be dependent on the Engineer’s


confirmation that clearance and reinstatement have been carried out satisfactorily.

Cebu BRT Project - Package 1 (rebid)


Section VII. Works Requirements 138

B.1.7 Measurement and Payment

Works prescribed in Section B.1 Contractor’s Facilities shall not be measured


and paid separately and shall be deemed to be included in the pay items of the
other items of work.

ITEM B.4 CONSTRUCTION SURVEY AND STAKING

Department Order No. 54 Series of 2007 as presented hereunder shall form part
of the revised edition of the DPWH Standard Specifications for Highways,
Bridges and Airports 2013

B.4.1 Description

This item shall consist of furnishing the necessary equipment and material to
survey, stake, calculate, and record data (pictures, videos recording, volume
measurements) for the control of work in accordance with this Specification and
in conformity with the lines, grades and dimensions shown on the Plans or as
established by the Engineer.

B.4.2 Construction Requirements

B.4.2.1 General

Staking activities shall be included in the construction schedule to be submitted


by the Contractor. Dates and sequence of each staking activity shall be included.

The Engineer shall set initial reference lines, horizontal and vertical control
points, and shall furnish the data for use in establishing control for the completion
of each element of the work. Data relating to horizontal and vertical alignments,
theoretical slope stake catch points, and other design data shall be furnished.

The Contractor shall be responsible for the true setting of the works or
improvements and for correctness of positions, levels, dimensions and alignment
of all parts of the works. He shall provide all necessary instruments, appliances,
materials and supplies, and labor in connection therewith. The Contractor shall
provide a survey crew supervisor at the project site whenever surveying/staking
activity is in progress.

Prior to construction, the Engineer shall be notified of any missing initial


reference lines, control points, or stakes. The Engineer shall reestablish missing
initial reference lines, control points, and stakes.

The Contractor for convenient use of Government furnished data shall perform
additional calculations. Immediate notification of apparent errors in the initial
staking or in the furnished data shall be provided.

Cebu BRT Project - Package 1 (rebid)


Section VII. Works Requirements 139

All initial reference and control points shall be preserved. At the start of
construction, all destroyed or disturbed initial reference or control points
necessary to the work shall be replaced.

The Contractor shall prepare field notes in an approved format. All field notes
and supporting documentation shall become the property of the Government
upon completion of the work.

Work shall only be started after staking for the affected work is accepted.

The construction survey and staking work may be spot-checked by the Engineer
for accuracy, and unacceptable portions of work may be rejected. Rejected work
shall be resurveyed, and work that is not within the tolerances specified in Table
1 shall be corrected. Acceptance of the construction staking shall not relieve the
Contractor of responsibility for correcting errors discovered during the work and
for bearing all additional costs associated with the error, unless such error is
based on incorrect data supplied in writing by the Engineer, in which case, the
expense in rectifying the same shall be at the expense of the Government.

In the case of “change” or “changed conditions” which involve any change in


stakeout, the Contractor shall coordinate with the Engineer and facilitate the
prompt reestablishment of the field control for the altered or adjusted work.

All flagging, lath, stakes, and other staking materials shall be removed and
disposed after the project is completed.

B.4.2.2 Survey and Staking Requirements

All survey, staking, recording of data, and calculations necessary to construct the
project from the initial layout to final completion shall be performed. Stakes shall
be reset as many times as necessary to construct the work.

Control Points

Established initial horizontal and vertical control points in conflict with


construction shall be relocated to areas that will not be disturbed by construction
operations. The coordinates and elevations for the relocated points shall be
furnished before the initial points are disturbed.

Roadway Cross-Sections

Roadway cross-sections shall be taken normal or perpendicular to the centerline.


When the centerline horizontal curve radius is less than or equal to 150 meters
and vertical parabolic curve radius is less than or equal to 100 meters, cross-
sections shall be taken at a maximum centerline spacing of 10 meters. When the
centerline horizontal curve radius is greater than 150 meters and vertical

Cebu BRT Project - Package 1 (rebid)


Section VII. Works Requirements 140

parabolic curve radius is greater than 100 meters, cross-sections shall be taken at
a maximum centerline spacing of 20 meters.

Additional cross-sections shall be taken at significant breaks in topography and


at changes in the typical roadway section including transition change to super
elevated sections. Along each cross-section, points shall be measured and
recorded at breaks in topography and at changes in typical roadway section
including transition change to super elevated sections and shall be no further
apart than 5 meters. Points shall be measured and recorded to at least the
anticipated slope stake and reference locations. All cross-section distances shall
be reduced to horizontal distances from centerline.

Slope Stakes and References

Slope stakes and references shall be set on both sides of centerline at the cross-
section locations. Slope stakes shall be established in the field as the actual point
of intersection of the design roadway slope with the natural ground line. Slope
stake references shall be set outside the clearing limits. All reference point and
slope stake information shall be included on the reference stakes. When initial
references are provided, slope stakes may be set from these points with
verification of the slope stake location with field measurements. Slope stakes on
any section that do not match with the staking report within the tolerances
established in Table 1 shall be reached. Roadway cross-section data shall be
taken between centerline and the new slope stake location. Additional references
shall be set even when initial references are provided.

Clearing and Grubbing Limits

Clearing and grubbing limits shall be set on both sides of centerline at roadway
cross-section locations, extending one (1) meter beyond the toe of the fill slopes
or beyond rounding of cut slopes as the case maybe for the entire length of the
project unless otherwise shown on the plans or as directed by the Engineer.

Centerline Reestablishment

Centerline shall be re-established from instrument control points. The maximum


spacing between centerline points shall be 10 meters when the centerline
horizontal curve radius is less than or equal to 150 meters and vertical parabolic
curve radius is less than or equal to 100 meters. When the centerline horizontal
curve radius is greater than 150 meters and vertical parabolic curve radius is
greater than 100 meters, the maximum distance between centerline points shall
be 20 meters.

Grade Finishing Stakes

Cebu BRT Project - Package 1 (rebid)


Section VII. Works Requirements 141

Grade finishing stakes shall be set for grade elevations and horizontal alignment,
at the centerline and at each shoulder of roadway cross-section locations. Stakes
shall be set at the top of sub-grade and the top of each aggregate course.

Where turnouts are constructed, stakes shall be set at the centerline, at each
normal shoulder, and at the shoulder of the turnout. In parking areas, hubs shall
be set at the center and along the edges of the parking area. Stakes shall be set at
all ditches to be paved.

The maximum longitudinal spacing between stakes shall be 10 meters when the
centerline horizontal curve radius is less than or equal to 150 meters and vertical
parabolic curve radius is less than or equal to 100 meters. When the centerline
horizontal curve radius is greater than 150 meters and vertical parabolic curve
radius is greater than 100 meters, the maximum longitudinal spacing between
stakes shall be 20 meters. The maximum transverse spacing between stakes shall
be 5 meters. Brushes or guard stakes shall be used at each stake.

Culverts

Culverts shall be staked to fit field conditions. The location of culverts may differ
from the plans. The following shall be performed:

o Survey and record the ground profile along the culvert centerline including
inlet and outlet channel profile of at least 10 meters and as additionally
directed by the Engineer so as to gather all necessary data for the
preparation of pipe projection plan.

o Determine the slope catch points at the inlet and outlet.

o Set reference points and record information necessary to determine culvert


length and end treatments.

o Plot into scale the profile along the culvert centerline reflecting the natural
ground elevation, invert elevation, the flow line, the roadway section, and
the size, length and the degree of elbow of culvert, end treatments, grade
and other appurtenances.

o Plot into scale the cross-section of inlet and outlet channel at not more than
5 meters interval.

o Submit the plotted Pipe Projection Plan for approval of final culvert length,
alignment and headwall.

o When the Pipe Projection Plan has been approved, set drainage culvert
structure survey and reference stakes, and stake inlet and outlet to make the
structure functional.

Cebu BRT Project - Package 1 (rebid)


Section VII. Works Requirements 142

Borrow and Waste Sites

The work essential for initial layout and measurement of the borrow or waste site
shall be performed. A referenced baseline, site limits, and clearing limits shall be
established. Initial and final cross-sections shall be surveyed and recorded.

Permanent Monuments and Markers

All survey and staking necessary to establish permanent monuments and markers
shall be performed.

Miscellaneous Survey and Staking

All surveying, staking, and recording of data essential for establishing the layout
and control of the following shall be performed, as applicable:

o Approach roads and trails


o Road Right of Way and Construction limit in accordance with the approved
Parcellary Plan.
o Curb and gutter
o Guardrail
o Parking areas
o Paved waterways and outfall structures
o Lined canals and other ditches
o Chutes and Spillways
o Turf establishments
o Utilities
o Signs, delineators, and object markers
o Pavement markings

B.4.3 Method of Measurement

Construction survey and staking shall be measured by 20 m assuming 0 point is


Capitolio.

Slope, reference, and clearing and grubbing stakes shall be measured by the 20m.

Centerline reestablishment shall be measured by 20m. Centerline


reestablishment shall be measured only one time.

Cebu BRT Project - Package 1 (rebid)


Section VII. Works Requirements 143

Culvert survey and staking shall be measured by linear meter.

Grade finishing stakes shall be measured by 20m. Sub-grade shall be measured


one time and each aggregate course shall be also measured one time.

Permanent monuments and markers shall be measured by each unit placed and
installed at the proper locations.

Miscellaneous survey and staking shall be by the lump sum. Time spent in
making preparations, travelling to and from the project site, performing
calculations, plotting cross sections and other data, processing computer data,
and other efforts necessary to successfully accomplish construction survey and
staking shall not be measured separately but deemed included as subsidiary for
each of the Pay Item.

B.4.4 Basis of Payment

The accepted quantities, measured as provided in Section B.4.3, shall be paid for
at the contract unit price for each of the Pay Item listed below that is included in
the Bill of Quantities.

Payment shall constitute full compensation for surveying, staking,


calculating/processing by any means and recording data, for furnishing and
placing all materials, and for furnishing all equipment, tools and incidentals
necessary to complete the Item.

The construction survey and staking lump sum item shall be paid as follows:

• 25% of the lump sum, not to exceed 0.5% of the original contract amount,
shall be paid following completion of 10% of the original contract amount.

• Payment of the remaining portion of the lump sum shall be prorated based
on the total work completed.

Add to B.4 Coordination between Contractor and Engineer

Before surveying and staking, the Contractor shall discuss and coordinate the
following with the Engineer:
- Surveying and staking methods
- Stake marking / concrete monuments
- Grade control for courses of material
- Referencing
- Structure control

Cebu BRT Project - Package 1 (rebid)


Section VII. Works Requirements 144

- Any other procedures and controls necessary for the work

Established controls shall be within the tolerances shown in Table 1.

Cebu BRT Project - Package 1 (rebid)


Section VII. Works Requirements 145

Table 1: Construction Survey and Staking Tolerances (1)

Staking Phase Horizontal Vertical

Existing Government network control points ±20 mm ±8 mm x


Local supplemental control points set from
existing Government network points ±10 mm ±10 mm
Centerline points (4) – (PC), (PT), (POT), and ±10 mm ±10 mm
(POC) including references
Other centerline points ±50 mm ±50 mm
Cross-section points and slope stakes (5) ±50 mm ±50 mm
Slope stakes references (5) ±50 mm ±50 mm
Culverts, ditches, and minor drainage structures ±50 mm ±20 mm
Retaining walls and curb and gutter ±20 mm ±10 mm
Bridge substructures ±10 mm (6) ±10 mm
Bridge superstructures ±10 mm (6) ±10 mm
Clearing and grubbing limits ±500 mm -
Roadway sub-grade finish stakes (7) ±50 mm ±10 mm
Roadway finish grade stakes (7) ±50 mm ±10 mm

At 95% confidence level. Tolerances are relative to existing Government network


control points.
- K is the distance in kilometers.
- N is the number of instrument setups.
- Centerline points: PC – point of curve, PT – point of tangent, POT – point
on tangent, POC – point on curve.
- Take the cross-sections normal to the centerline + 1 degree.
- Bridge control is established as a local network and the tolerances are
relative to that network.
- Include paved ditches.

ITEM B.5 PROJECT SIGNBOARDS

The Contractor shall install Project Signboards at least one (1) at the start and
another at the end of the Works and at start and end of separate road sections
included in the Works.

Cebu BRT Project - Package 1 (rebid)


Section VII. Works Requirements 146

The project signboard shall be constructed in accordance with the DPWH


D.O.141 series of 2016 Revised Guidelines on the Installation of Project
Billboard or as shown in the plans/drawings.

The furnishing and erection of the project signboards shall be paid for as Item
B.5 Project Signboard at Project Ends in Part B of the Bill of Quantities.

ITEM B.7 OCCUPATIONAL SAFETY AND HEALTH PROGRAM

B.7.1 Health and Safety Plan

Within one month of his arrival on site the Contractor shall submit a Health and
Safety Plan with operational details, including traffic management plan, of his
proposals to the Engineer for his approval.

B.7.2 Accident Prevention/Safety Officer; Accidents

Due precautions shall be taken by the Contractor, at his own cost, to ensure the
safety and protection against accidents of all staff and labor engaged on the
Works, local residents in the vicinity of the Works, and the public traveling
through the Works.

The Contractor shall have on his staff on Site a designated full-time officer
qualified to promote and maintain safe working practices. This officer shall have
authority to issue instructions and shall take protective measures to prevent
accidents, including but not limited to the establishment of safe working practices
and the training of staff and labor in their implementation.

The Contractor shall be responsible for all costs including medical treatment,
transport, accommodation etc. incurred by any member of the public or his labor
forces whether on direct contract or sub-contract as a result of injuries or illness
arising from the execution of the Works.

B.7.3 Personnel Protective Equipment (PPE)

The Contractor shall at his own expense provide protective clothing and safety
equipment to all staff and labor engaged on the Works to the satisfaction of the
Engineer.

Such clothing and equipment shall include, at a minimum, high visibility vests
for workers directing traffic, protective footwear for workmen undertaking
concrete mixing work, protective footwear and gloves for any workmen
performing bituminous paving works, protective footwear, safety glasses or
goggles and filter masks for workmen undertaking screening or crushing or
grinding, protective footwear and hard hats for workmen engaged on bridge

Cebu BRT Project - Package 1 (rebid)


Section VII. Works Requirements 147

construction, landslide prevention piling work and in all locations subject to rock
fall, ear-protectors for workmen engaged in rock-drilling, safety ropes and
harness for workmen engaged on slope protection and otherwise as appropriate
to the job in hand and to the Engineer’s satisfaction.

If the Contractor fails to provide such clothing and equipment the Employer shall
be entitled to provide the same and recover the cost from the Contractor.

B.7.4 Medical and First-Aid Facilities

The Contractor shall provide and maintain throughout the duration of the
Contract, a medical examining room and sick bay together with all necessary
supplies and equipment to be sited in the Contractor’s main camp. The rooms
shall be used exclusively for medical purposes and shall be of good quality
construction with electric lighting and otherwise suitable for their purpose. The
sick bay shall have at least two beds, and shall be provided with adjacent washing
and sanitation facilities.

The Contractor shall employ permanently on Site at least one fully trained
medical aide, nurse or para-medic who shall be engaged solely for medical
duties.

The Contractor shall at his own expense provided first aid equipment at all camps
and work sites to the satisfaction of the Engineer, and shall ensure that at all
camps and work sites where 40 or more persons are engaged on the Works there
shall at all times be a person qualified in first-aid with access to appropriate first-
aid equipment.

The location of the medical room and other medical and first-aid facilities shall
be made known to all employees by posting suitable notices at prominent
locations around the site and by verbal instruction upon recruitment.

The Contractor’s arrangements for complying with this Section shall be subject
to the approval of the Engineer and also to the approval of any qualified Medical
Officer designated by the Government to inspect or supervise medical
arrangements on the Site.

B.7.5 Supply of Drinking Water, Sanitation

The Contractor shall provide on the Site and at his expense an adequate supply
of potable drinking water for all staff and labor engaged on the Works, together
with sanitary facilities (portable toilets or latrines), to the satisfaction of the
Engineer. The Contractor shall thoroughly disinfect and fill all latrine pits, sumps
and trenches when no longer required.

Cebu BRT Project - Package 1 (rebid)


Section VII. Works Requirements 148

B.7.6 Measurement and Payment

Health and Safety will be measured and paid in accordance with the current
DPWH Department Order, Series 2005: Re “Guidelines for the Implementation
of DOLE D.O. No. 13, Series of 1998, Governing Occupational Safety and
Health in the Construction Industry”.

Payment will be under:

Pay Item Unit of


Description
Number Measurement
B.7 Occupational Safety and Health Program Month

ITEM B.8 TRAFFIC MANAGEMENT

No later than thirty (30) days from the receipt of the Notice to Proceed, the
Contractor shall submit for the Engineer’s approval a Traffic Control Plan to
explain the means and methods to be taken for proper and adequate control of
traffic during the course of the Works. This Plan shall include but not be limited
to the following:

- The traffic control equipment the Contractor proposes to use for the Works;
- Traffic control signage including location and sign descriptions;
- How and when the Contractor proposes to use traffic control flagmen;
- Traffic control means during no-working periods; and
- Traffic control means and devices for night and off-hour periods.

B.8.1 General Traffic Management Requirements

The following conditions shall apply in regard to traffic management:

The Contractor shall keep open to traffic existing roads during the performance
of the Works, provided that when approved by the Engineer the Contractor may
bypass traffic over a detour. The Contractor shall at all times keep roads and
footpaths affected by his operations free from material spillage.

The Contractor shall keep the length of the construction areas in such condition
that traffic will be accommodated safely. Traffic control devices and services
shall be provided and maintained both inside and outside the Project limits as
needed to facilitate traffic guidance should this be necessary.

Prior to the start of construction operations, the Contractor shall erect such
signs, barricades, and other traffic control devices as may be required by the
plans, specifications or directed by the Engineer.

Cebu BRT Project - Package 1 (rebid)


Section VII. Works Requirements 149

Any devices provided under this Clause that are lost, stolen, destroyed, or
deemed unacceptable while their use is required on the Project shall be replaced
by the Contractor without compensation.

Night time operations shall be illuminated by a lighting system approved by the


Engineer. The lighting system shall be positioned and operated to preclude
glare.

The Contractor shall take necessary care at all times during the execution of
the works to ensure the existing convenience and safety of residents along and
adjacent to the road, and any public highway or port facility that may be
affected by the Works.

The Contractor should thoroughly acquaint himself with existing traffic


conditions and understand the importance of maintaining traffic safety and the
avoidance of excessive traffic delay. The Contractor shall co-operate with the
pertinent agencies regarding traffic control and all details will be subject to the
Engineer’s approval.

The Contractor's requirements shall include, but not be limited to provisions


of traffic control devices and services for the control and protection of traffic
through areas of construction.

Any failure of the Contractor to meet these requirements will entitle the
Engineer to carry out such works as he deems to be necessary and to charge the
Contractor with the full cost thereof plus ten percent of such cost, which sum
will be deducted from any money due or which may become due to the
Contractor under the Contract.

B.8.2 General Traffic Management Requirements

B.8.2.1 Temporary Road Works

The following conditions shall apply in regard to temporary works:

The Contractor shall furnish, maintain, and remove on completion of the work
for which they are required, all temporary road works such as sleeper tracks and
staging over roads, access and service roads, temporary crossings over streams
or unstable ground, and shall make them suitable in every respect for carrying
materials for the work, for providing access for traffic for himself or others, or
for any other purpose. Such temporary road works shall be constructed to the
satisfaction of the Engineer, but the Contractor shall nevertheless be responsible
for any damage done to or caused by such temporary road works.

Cebu BRT Project - Package 1 (rebid)


Section VII. Works Requirements 150

Before constructing temporary road works, the Contractor at no cost to the


Employer, shall make all necessary arrangements, including payment if required,
with the public authorities or landowners concerned, for the use of the land and
shall obtain the approval of the Engineer. Such approval will be dependent on
the Engineer being satisfied with the Contractor's proposals for items such as
signing, lighting and riding quality of the temporary road together with the
proposed maintenance arrangements. Such approval will not, however, relieve
the Contractor of his responsibilities under the Contract. Upon completion of the
works the Contractor shall clean up and restore the land to the satisfaction of the
Engineer.

The Contractor, when required by the Engineer, shall submit for the Engineer's
approval drawings giving full details of temporary roads. Such details shall
include alignment, profile, pavement construction, signing, lighting and the
duration of the temporary road.

B.8.2.2 Traffic Control

The Contractor shall ensure that all works are adequately sign posted (see Table
B.5) especially where restrictions on the width of the highway are imposed due
to construction works. The Contractor shall provide details in writing to the
Engineer for his approval at least seven (7) days in advance of the works. On
receipt of the Engineer’s approval, advance warning signs (reflectorized), coning
and bunding, stop and give way

signs, other appropriate signing and lighting shall be provided and maintained by
the Contractor in accordance with his proposals and the effectiveness of this
signing and lighting shall be constantly monitored by the Contractor.

All full, partial and temporary road closures shall be manned by the Contractor,
day and night. All operatives shall be trained and fully briefed by the Contractor
on their responsibilities. These shall include achieving minimum disruption to
traffic consistent with the safety of pedestrians, construction operatives and
supervisory staff and vehicular traffic.

Utilization of flagmen is necessary to direct the flow of traffic for any restriction
to traffic (reduction to one-lane-whatever is the duration time).

Where appropriate the traffic controllers or flagmen shall be provided with


communication equipment.

B.8.2.3 Traffic Signs and Safety

The Contractor shall carefully plan his traffic control arrangement and liaise with
all concerned parties to advertise and seek agreement on the most universally
acceptable traffic management practices. Diversions shall be advertised in

Cebu BRT Project - Package 1 (rebid)


Section VII. Works Requirements 151

advance and fully signed and lighted when implemented. Safety of all parties
using and working on the road shall be paramount. The contractor will be
required to provide and maintain effective protective fences, bonding, etc. below
slope works and to define the edges of steep excavations or existing down slopes,
provide signing and lighting as necessary.

Table B.8: Traffic Control Signs, Delineators and Warning Lights

Item Specification

1. General The Contractor shall provide one-way traffic control for


the 200 meter or less long construction section through the
project, except for the repair of small areas of damaged
concrete slabs. In these areas the Contractor shall provide
for a one-way traffic control beginning and ending 50
meters from the work area. Signs, delineators, warning
lights and flagmen shall be posted and maintained as
described in Items 2, 3 and 4.
2. Signs 1.2 x 1.3 meters square plywood painted reflective white
with 12-centimeter reflective red letters shall be installed
at 50-meter intervals commencing 150-meter from the
Work site. The signs shall be 1.2 m high and placed on the
edge of pavement facing the traffic flow. Sign wording shall
be SLOW-LANE or ROAD CLOSED AHEAD; REDUCE SPEED,
CONSTRUCTION PROGRESS, STOP, OBEY FLAGMEN;
REDUCE SPEED, ONE LANE AHEAD.

3. Delineators Reflective red or orange plastic or rubber cones 45-


centimeters high shall be placed at 30-meter interval along
the traffic side of the restricted area or in any cases shall
be orange plastic New Jersey barriers.
4.Warning Amber flashing lights with a 15-centimeter diameter lens
Lights head shall be provided at all sign locations. The intensity of
the lights shall be at least 4 candle powers and have a flash
rate between 50-75 flashes directing traffic movements.

All barricades, fences and such other aids that maybe required shall be
reflectorized and shall conform to the regulations of the DPWH and shall be
illuminated at night by lanterns.

The Contractor shall appoint, subject to the approval of the Engineer’s


Representative, a responsible member of his staff to inspect daily all traffic aids
within the site and to arrange such cleaning and repair as the Engineer considers
necessary to maintain the proper effectiveness of these traffic aids at all times.

Cebu BRT Project - Package 1 (rebid)


Section VII. Works Requirements 152

Cebu BRT Project - Package 1 (rebid)


Section VII. Works Requirements 153

B.8.2.4 Contractor’s Liability and Responsibilities

The Contractor shall be fully liable for traffic control and safety. Approval by the
Engineer of the Contractor’s traffic control and signing proposals in no way will
be construed as relieving the Contractor of any of his obligations or liabilities. If
in the opinion of the Engineer the Contractor does not fulfill his duties and
responsibilities under Specifications Section B.3, the Engineer will be forced to
carry out such works as he deems to be necessary and to charge the Contractor
with the full cost thereof plus ten percent of such cost, which sum will be
deducted from any money due or which may become due to the Contractor under
the Contract.

B.8.3 Measurement and Payment

Traffic Management shall be measured based on the contractor’s compliance to


their submitted, approved and accepted traffic management plan and as specified
herein and shall be paid under:

Pay Item Unit of


Description
Number Measurement
B.8 Traffic Management Month

ITEM B.9 MOBILIZATION AND DEMOBILIZATION

B.9.1 Description

Mobilization; the Contractor shall perform all works necessary to transport


equipment to the site and furnish and install Crushing and Batching Plants to be
used for all purpose necessary for the realization of the Works.

Demobilization; when the Contractor has moved out equipment that is no longer
necessary, and when the crushing and batching plants has completed its functions
and the Contractor has dismantled the plants and moved out. The area shall then
be cleaned and temporary constructed offices, shops, accommodation, etc. of the
Contractor shall be dismantled properly to the satisfaction of the owner and
acceptable to the Engineer.

B.9.2a Mobilization

The Contractor shall begin mobilizing his construction equipment as soon as the
site(s) of his equipment yard, plant and other areas have been formalized.

Mobilized construction equipment including material testing equipment, shall


mean owned or leased equipment in good operating condition. Batching and
Crusher plants completely erected and certified operational by the Engineer fall

Cebu BRT Project - Package 1 (rebid)


Section VII. Works Requirements 154

under this definition. Testing equipment and apparatus shall require the
Engineer’s Certification and Approval.

Mobilized equipment required in the contract shall be duly listed by the Engineer
for approval and shall not be removed from the site by the Contractor without
prior written approval by the Engineer.

No later than thirty (30) days from the start of the Contract Time, the Contractor
shall prepare the initial listing of the items specified in this Specification together
with his assessment of the degree of accomplishment for the Mobilization Phase.
The final assessment or accomplishment shall be undertaken by the Engineer
prior to the start-up of critical work activities.

All Contractor’s mobilization costs such as planning and designing all temporary
works and facilities and making submittal to the Engineer, recruiting and
transferring staff, obtaining all Government licenses, permits, clearances, etc.,
clearing and grading areas for temporary and any other costs involved in
preparing to carry out the permanent works shall not be paid separately.

B.9.2b Demobilization Phase

On completion of the Project, the Contractor shall dismantle all improvements


erected on the leased areas; clear all to the satisfaction of the lot owners, rentals
due fully paid and approved by the Engineer.

B.9.3 Basis of Payment

The payment for this item shall be 50% of the lump sum amount when the
contractor has completed mobilizing all his equipment and key personnel on the
project to the satisfaction of the Engineer in accordance with the approved
equipment and manning schedule proposed by the Contractor.

The remaining 50% of the lump sum amount shall be paid in the final billing
when the Contractor finally completed his demobilization as specified in section
B.2.2b.

Payment will be under:

Pay Item Unit of


Description
Number Measurement
B.9 Mobilization and Demobilization Lumpsum

ITEM B.14 ENVIRONMENTAL MANAGEMENT AND MONITORING

The following Environmental Protection and Social Safeguard Clauses are to be


read in conjunction with the rest of the Contract Documents.

Cebu BRT Project - Package 1 (rebid)


Section VII. Works Requirements 155

B.14.1 General Provisions

The Contractor shall take all necessary measures and precautions to ensure that
the execution of the Works and all associated operations are carried out in
conformity with statutory and regulatory environmental and social requirements
of the Government of the Philippines (GOP). The Contractor shall refer to the
Environmental Management Plan (EMP) (Appendix 2) of this bidding document
and shall comply with the Contract Specifications of which these Environmental
and Social Safeguard provisions are a part. The DOTr reserves the right to
withhold payments and/or stop construction in the event of serious or repeated
violations of the conditions stipulated in the ECC, EMP and Contract
Specifications.

B.14.2 Environmental Management Plan

The Contractor is required to prepare and submit a project specific


Environmental Management Plan (EMP) with operational details for review and
approval by the Engineer not later than 30 days after the receipt of the Notice to
Proceed (NTP).

The Environmental Management Plan (referred to hereafter as the EMP or the

Plan) shall be organized in four sections as follows:

B.14.2.1 Management Acknowledgements

a) Certification and Commitment

The EMP submitted by the Contractor shall provide a signed statement from
the Contractor's managing directors attesting to a commitment that all
environmental protection, safety, and industrial health aspects of the Project
will be given highest priority in the discharge of contractual obligations and
certifying a commitment to the provisions specified by the EMP as approved
by the Engineer.

b) Statutory Understanding and Compliance

The Plan shall provide a statement attesting the firm's understanding of, and
means of ensuring due compliance with, the statutory regulations relating to
construction work in the GOP, specifically in regard to compliance with:

All safety and industrial health legislation including, without limitation, the
Rules and Regulations of the GOP and the authorities having jurisdiction.

Cebu BRT Project - Package 1 (rebid)


Section VII. Works Requirements 156

All current environmental laws and regulations, be they national or local,


related to the following, but not limited to:

o Noise;
o Air pollution;
o Water contamination;
o Solid waste disposal;
o Liquid waste disposal;
o Sanitary conditions (water supply, sewerage, etc);
o Use of explosives; and
o Protection of public traffic.

The Contractor shall restore areas locating temporary plants to their original
condition on completion of Project works. This shall include the clean-up of
spillage and debris before leaving temporary construction sites.

c) Availability of Documents

The Plan shall state where copies of safety and industrial health regulations
and documents will be available on the construction Site and verify that all
regulations and documents have been or will be available and displayed or
kept.

d) Management of Sub-Contractors

The Plan shall provide a commitment that the Contractor for the Work shall:

Provide subcontractors with copies of the EMP and the ECC and incorporate
provisions of the EMP and ECC into all sub-contract documentation to
ensure the compliance with the Plan at all tiers of the sub-contracting.
Require all subcontractors to appoint a safety representative who shall be
available on the Site throughout the operational period of the respective
subcontract; and

Ensure, as far as is practically possible, that employees of subcontractors of


all tiers are conversant with appropriate parts of the EMP, ECC and the
statutory regulations.

B.14.2.2 Organization and Staffing

a) Organization Chart

Cebu BRT Project - Package 1 (rebid)


Section VII. Works Requirements 157

The Plan shall include an organization chart identifying (by job title and by
the name of the individual) the personnel to be engaged solely for
environmental protection and safety. The chart and the supporting text shall
identify the designated Environmental/Safety Officer and identify other
participants and their areas of responsibility.

b) Identification of Responsibilities

The Plan shall provide a description of the responsibilities of the


Environment/Safety Staff appearing on the Organization Chart.

c) Nomination of the Proposed Environment/Safety Officer (ESO) The Plan shall


indicate the name of the proposed ESO.

d) Certification Related to the Environment/Safety Officer. The Plan shall certify


that:

o The ESO will be appointed and assigned duties throughout the period
of the Contract entirely connected with the environmental and safety
activities on the Site.

o The proposed ESO is bilingual (Filipino/English) and suitably qualified


and experienced to supervise and monitor compliance with the EMP and
will, in particular but without limitation, carry out auditing of the
operation of the EMP to be submitted, from time to time, to the Engineer
for his consent.

o The ESO will not be removed from the Site without the express written
permission of the Engineer. Within fourteen (14) days of any such
removal or notice of intent of removal, a replacement ESO will be
nominated for the Engineers approval.

o The ESO will be provided with supporting staff in accordance with the
staffing levels set out in the Plan.

o The ESO and his staff will be empowered to instruct all employees of
the Contractor or Subcontractors at any level to cease operations and
take urgent and appropriate action to make safe the Site and prevent
unsafe working practices or other infringements of the Plan or the
statutory regulations.

o The ESO shall maintain a daily Site Diary comprehensively recording


all relevant matters concerning Site environmental management and
safety, inspections and audits, related incidents and the like. The Site
Diary shall be available at all times for inspection by the Engineer.

Cebu BRT Project - Package 1 (rebid)


Section VII. Works Requirements 158

e) Contact Information

Contact information for all Environment/Safety Staff shall be provided in the


Plan.

B.14.2.3 Communications and Reporting

a) Communications & Routine Reporting Procedures

The Plan shall explain the proposed interaction and communication


procedures between construction personnel and environmental protection,
safety and traffic control staff, including:

o Communication facilities; and

o Routine reporting systems

b) Environmental and Safety Reports

The following environmental and safety reports shall be submitted:

o Weekly Environmental and Safety Reports. Documented safety and


environmental audits shall be undertaken on weekly basis.

o Incorporation of Summaries in the Project Monthly Report. Summaries


of the Weekly Environmental and Safety Reports will be included in the
Project's Monthly Progress Report.

c) Notification of Accidents

The Plan shall verify that provisions have been made to ensure that:

o The Engineer will be notified immediately of any accidents which occur


whether on-site or off-site in which the Contractor, his personnel or
construction plant, or those of any subcontractors are directly or
indirectly involved and which result in any injuries to any persons.

o Such initial notification may be verbal and shall be followed by a written


comprehensive report within 24 hours of the accident.

d) Communications with Sub-Contractors the Plan shall specify:

o The means by which environmental management, safety and traffic


control and industrial health matters and requirements will be
communicated to Subcontractors at all levels and their due compliance
with the EMP and all relevant statutory regulations is ensured.

Cebu BRT Project - Package 1 (rebid)


Section VII. Works Requirements 159

Subcontractors shall be supplied with copies of the EMP. Additional


activities may include attendance at training programs, circulation of
newsletters and other means as specified by the Plan.

o The method by which the procedures and practices proposed by


subcontractors will be reviewed for compliance with the EMP and
statutory regulations. This could include, for example, the inclusion of
environmental and safety criteria as a part of daily and/or weekly Site
inspections.

B.14.3 Environmental Control Provisions

Incorporating the Provisions of the EMP (Appendix 2) of this bidding document,


the required project specific EMP shall consider among others the following
Environmental Provisions:

B.14.3.1 Environmental Protection during Construction

The Engineer shall have the power to disallow any method of construction and
/or the use of any borrow/stockpiles/spoils disposal area if in his opinion the
stability and safety of the Works or any adjacent features is endangered, or if
there is undue interference with the natural or artificial drainage, or if the method
or use of the area will promote undue erosion. In particular, the Contractor shall
note that side-casting of spoil (down slope disposal of material from excavation)
will not be permitted.

Borrow areas and quarries shall be sited, worked and restored in accordance with
Clause 102.1.4 of these Supplemental Specifications. Spoil shall be disposed of
at approved disposal sites prepared, filled and restored in accordance with Clause
102.1.5

Following excavation, the Contractor shall take all steps necessary to complete
drainage and slope protection works in advance of each rainy season. Erosion or
instability or sediment deposition arising from operation not accordance with the
Specification shall be made good immediately by the Contractor at his expense.

Notwithstanding approval of the intended method of working, the Contractor


shall at all times be responsible for constructing the earthworks in accordance
with the Specification and Drawings.

The project area can experience inclement weather- fog, heavy rainfall and
typhoons – and earthquakes. It will be deemed that the Contactor is familiar with
these conditions and has formulated his works programme considering possible
loss if time due to these causes, and it shall be the obligation of the Contractor to
revise his work program and enhance his construction efforts as necessary to
ensure timely completion of the work schedule for each working season. Where

Cebu BRT Project - Package 1 (rebid)


Section VII. Works Requirements 160

damage from rainfall, flooding or earthquake is exceptional the provisions of


Sub-Clauses 20.4 and 44.1 of the General Conditions shall apply.

B.14.3.2 Revegetation of Disturbed Ground

Where directed by the Engineer, the Contractor shall establish vegetation on fill
slopes, cut slopes of IV: 1H or less, worked out borrow pits, and other areas
which may include roadway shoulders and verges, spoil disposal areas, stockpile
areas, quarries, access tracks, plant sites, camp, land slide scars, gullies and
stream and river banks. Prior to placing topsoil and/or establishing vegetation on
embankments, all fill material not compacted to the required standards shall be
removed from the side slopes.

The Contractor shall be responsible for supplying sufficient planting material to


carry out all revegetation work, and shall establish and operate plant nurseries as
necessary and shall make his own arrangements for procuring cutting, slips and
seed for growing.

B.14.3.3 Prevention of Air and Water Pollution

The Contractor shall ensure that his activities do not result in any contamination
of land or water by polluting substances. He shall implement physical and
operational measures such as earth bunds of adequate capacity around fuel, oil
and solvent storage tanks and stores, oil and greases traps in drainage systems
from workshops, vehicle and plant washing facilities and service and fuelling
areas and kitchens, the establishment of sanitary solid and liquid waste disposal
systems, the maintenance in effective condition of these measures, the
establishment of emergency response procedures for pollution events, and dust
suppressions, all in accordance with normal good practice and to the satisfaction
of the Engineer, which shall include:

● Regular wetting/watering of exposed grounds to prevent re-suspension of


particulates;
● Regular maintenance of heavy equipment to mitigate emission of noxious
fumes and gases;
● Coverage with tarps or screens of all haul truck cargoes before exiting
construction areas;
● Removal and immediate clean-up of all loose materials from public
roadways.

Should any pollution arise from the Contractor’s activities including the
improper deposition of sediment he shall clean up the affected area immediately
at his own cost and to the satisfaction of the Engineer, and shall pay full
compensation to any affected parties.

B.14.3.4 Protection of Trees and Vegetation

Cebu BRT Project - Package 1 (rebid)


Section VII. Works Requirements 161

Unless otherwise provided in the Specifications, the Contractor shall ensure that
no trees or shrubs or waterside vegetation are felled or harmed except for those
required to be cleared for execution of the Works. The Contractor shall protect
trees and vegetation from damage to the satisfaction of the Engineer. The
Contractor shall be responsible for obtaining any necessary felling permits and
for ensuring the disposal of felled trees in accordance with prevailing regulations.
No trees shall be removed without the prior approval of the Engineer and any
competent authorities. Should the Contractor become aware during the period of
the Contract that any tree or trees designated for clearance have cultural or
religious significance he shall immediately inform the Engineer and await his
instruction before proceeding with clearance.

In the event that trees or other vegetation not designated for clearance are
damaged or destroyed, they shall be repaired or replaced to the satisfaction of the
Engineer.

Cebu BRT Project - Package 1 (rebid)


Section VII. Works Requirements 162

B.14.3.5 Use of Wood as Fuel

The Contractor shall not use or permit use of wood as fuel for the execution of
any part of the Works, including but not limited to the heating of bitumen and
bitumen mixtures, and to the extent practicable shall ensure that fuels other than
wood are used for cooking, space and water heating in all camps and living
accommodations. Any wood so used must be harvested legally, and the
Contractor shall provide the Engineer with copies of the relevant permits if
required.

B.14.3.6 Fire Prevention

In addition to the provision of adequate fire-fighting equipment at this base camp


and other facilities to the satisfaction of the Engineer, the Contractor shall take
all precautions necessary to ensure that no vegetation along the line of the road
outside area of the permanent works is affected by fires arising from the
execution of the Works. These precautions shall include the prevention of fires
for any purposes in the vicinity of the Works except where expressly permitted
by the Engineer.

Should a fire occur in the natural vegetation or plantations adjacent to the road
for any reason the Contractor shall immediately suppress it. In the event of any
other fire emergency in the vicinity of the Works the Contractor shall render
assistance to the civil authorities to the best of his ability.

Areas of forest, scrub or plantation damages by fire considered by the Engineer


to have been initiated by the Contractor’s staff shall be replanted and otherwise
restored to the satisfaction of the Engineer at the Contractor’s expense.

B.14.3.7 Environmental Protection during Construction

In undertaking the Works, the Contractor shall be aware that the Engineer may
prohibit or restrict the Contractor’s activities in other ecologically, culturally or
historically sensitive areas which become known to him during the course of the
project. The location of any such areas shall be notified to the Contractor by the
Engineer at the earliest opportunity.

B.14.3.8 Relationships with Local Communities and Authorities

In sitting and operating his plant and facilities and in executing the Works the
Contractor shall at all time bear in mind and to the extent practicable minimize
the impact of his activities on existing communities. Where communities are
likely to be affected by major activities such as road widening or the
establishment of a camp or quarry or extensive road closure or bypassing, he
shall liaise closely with the concerned communities and their representatives
and if so directed, shall attend additional meetings arranged by the Engineer or

Cebu BRT Project - Package 1 (rebid)


Section VII. Works Requirements 163

Employer to resolve issues and claims and minimize impacts on local


communities.

Any problems arising from his operations and which cannot be resolved by the
Contractor shall be referred to the Employer through the Engineer. The
Contractor shall be responsible for any compensation due to reinstatements
necessary with respect to any damage caused by him to areas outside the Site
and no separate payment will be made in this regard.

B.14.3.9 Privately or Community-Owned Services and Structures

The Contractor shall take all necessary precautions to ensure that no public or
private services, utilities or similar facilities are damaged or interrupted by the
Works. These precautions shall include but not be limited to liaison with public
and private service providers, local government units, and private owners; a
condition survey of all affected services; provision of a satisfactory alternative
service while the works are carried out; and reinstatement of a satisfactory
permanent facility after completion of the Works in each area.

No service or utilities shall be disturbed or cut before arrangements have been


made for a satisfactory alternative service, or the Contractor has obtained
agreement in writing from the service provider or owner to a temporary cessation
of service.

Not less than 14 days before commencing site clearance on any particular section
of Road in accordance with his agreed Program of Work, the Contractor shall
supply the Engineer for his approval a copy of his condition survey of all utilities
and services to be affected, copies of any agreements with service providers and
owners, his plans for providing temporary service, and his plans for reinstating
permanent service following construction of the Works.

Provision of temporary and permanent services shall be to at least the pre-


existing level of service and to the satisfaction of the Engineer.

B.14.3.10 Water Supply for Construction

The Contractor shall make his own arrangement at his own expense for water
supply for construction and other purposes. Only clean water free from
deleterious materials and of appropriate quality for its intended use shall be used.
In providing water the Contractor shall ensure that the rights of and supply to
existing users are not affected either in quality or timing.

In the event of a dispute over the effect of the Contractor’s arrangement on the
water supply of others, the Engineer shall be informed immediately and shall
instruct the Contractor as to appropriate remedial actions to be undertaken at his
expense.

Cebu BRT Project - Package 1 (rebid)


Section VII. Works Requirements 164

B.14.3.11 Hot Mix, Screening and Crushing Plants

The Contractor shall not locate any hot mix, screening, crushing or similar
potentially polluting plant closer than 200m to any settlement, unless such plant
is fitted with dust suppression equipment and be operated and maintained at all
times in conformity with the manufacturer’s specifications, instruction and
manuals.

B.14.3.12 Operation of Crushing Plant and Stock Yard

The Contractor shall locate plants and stock yard away from residential and
environmentally sensitive areas, provide adequate pollution control devices, air
filters, etc. and the equipment shall be operated during daytime only.

B.14.3.13 Construction and Management of Work Camp

The location of the work camp shall be far from residential areas. Provide
adequate fuel or LPG gas for both cooking and other needs. The collection and
treatment of solid wastes shall be maintained during construction. Prohibit illegal
fishing and hunting in the vicinity of the camp. Cutting of trees shall be avoided
and removal of vegetation shall be minimized. Water and pit latrine facilities
shall be provided for the employees. At conclusion of the project, all wreckage,
rubbish or temporary works that are no longer required shall be removed or given
to local residents. All temporary structures including office building, shelters and
latrines shall be removed to prevent encroachment within the road right-of-way.
The site shall be restored to near natural or stable conditions. The Engineer shall
report in writing that the camp has been vacated and restored to pre-project
conditions before acceptance of the works.

B.14.3.14 Borrow Pits and Quarries

The Contractor shall make his own arrangements for the supply of any necessary
aggregates including compensation for landowners and others, the acquisition of
the Environmental Compliance Certificate and any necessary permits from the
competent authorities, access, and site clearance and restoration, subject to the
provisions of these Specifications and the Conditions of Contract.

In making his arrangements for winning and working construction materials the
Contractor shall bear in mind his duties and responsibilities towards the public
and the environment as stipulated in the Conditions of Contract. He is reminded
in particular of his obligations to liaise with local communities with respect to
borrows and quarries and access to them, to seek the Engineer’s approval for his
plans for moving large quantities of material on any particular route, to work
safely and not to cause or exacerbate nuisance or health problems, not to damage
or interfere with public or private property or resources, to remedy or compensate
for any damage or accidents caused by his actions, to leave excavated sites and

Cebu BRT Project - Package 1 (rebid)


Section VII. Works Requirements 165

related facilities in a condition fit for productive use and otherwise acceptable to
the landowner and the Engineer, and to ensure that his Sub-Contractors are under
identical obligations as himself.

At least 14 days before he intends to commence opening up any approved borrow


pit or quarry, the Contractor shall submit to the Engineer his intended method of
working and restoration. This shall include but not limited to:

o the location, design and method of construction of any access track;


o the volume and nature of materials to be removed;
o the sequence and method of excavation of materials;
o measures for controlling runoff and sediment from the site during
operation;
o proposals for site restoration including approximate finished levels,
drainage, erosion and sediment control, slope stabilization and
revegetation, including restoration of the access track where so directed
by the Engineer.

No borrow pit or quarry operation shall be permitted until the method of working
proposed by the Contractor for that particular pit or quarry has been approved by
the Engineer in writing. The Contractor should note that the nature of the terrain
through which the road passes severely restricts the number of environmentally
acceptable sites for borrow pits and quarries.

The Contractor shall supply the Engineer with a copy of the relevant quarrying
permits and his agreement with any landowner when so directed.
Notwithstanding permission from others, such borrow pits and quarries may be
prohibited or restricted in dimensions and depth by the Engineer where:

o they might affect the stability or safety of the Works or adjacent property
or land;
o they might interfere with natural or artificial drainage;
o they may be environmentally unsuitable.

Where the Contractor obtains his construction materials from borrow pits and
quarries operated by others, the Engineer reserves the right to disallow such
materials where the borrow pits or quarries in question are unlicensed or fall
under 5 (i), (ii) or (iii) above.

The Contractor should note that all borrow pits, quarries, and associated access
tracks and stockpile areas shall be restored unless otherwise directed by the
Engineer. Restoration shall generally be to stable vegetated slopes and in some
cases, may be to agriculture or forestry use, to the satisfaction of the Engineer.

Cebu BRT Project - Package 1 (rebid)


Section VII. Works Requirements 166

The Engineer may direct that materials be selected in borrow pits which may
include double handling, stockpiling and excavation in particular areas of a
borrow pit.

The Contractor shall construct all accesses, clear and remove all vegetation,
boulders and unsuitable or oversize materials and dispose of it, in an approved
manner. The Contractor shall provide adequate supervision in every borrow pit
and quarry to ensure that suitable materials is not contaminated with unsuitable
material. Unsuitable material shall be spoiled in accordance with Clause 102.2.10
of these Special Provisions.

The Engineer may permit or direct that worked-out borrow pits or quarries be
used as spoil disposal sites.

On completion of work all excavations shall be restored in accordance with the


plans approved under (4) above. The Contractor shall pay particular attention to
the establishment of stable side slopes in excavations and a stable permanent
drainage system. Where for any reason a working face is to be left exposed, the
edge shall be permanently fenced, as instructed by the Engineer, and
measurement and payment for such fencing shall be in accordance with Part 1 of
the Standard Specifications.

The Employer reserves the right to inspect the site of any borrow facilities or
quarries established or used by the Contractor in connection with the Works and
to undertake any corrective measures necessary to reinstate the site, and to
recover the cost from monies due or to become due to the Contractor.

B.14.3.15 Spoils and Spoil Disposal

All suitable excavated materials shall be used insofar as is practicable in


constructing the Works. Surplus and unsuitable material whether from site
clearance, excavations, failed cut or fill slopes, landslides, or maintenance
operations, shall be known as spoil.

Unless otherwise permitted by the Engineer under paragraph (4), all spoil shall
be deposited at spoil disposal sites approved in advance by the Engineer in
accordance with Clause 102.1.3.

The Engineer’s approval of any spoil disposal site shall not in any way relieve
the Contractor of his responsibility, inter alia, for land acquisition, provision of
temporary access, works preparatory to spoiling, management of the spoiling
operation, and making good after completion of spoiling.

Where the alignment traverses the side-long ground and spoil volumes are low,
or where existing environmental damage is so great that the additional impact
from soil disposal would be insignificant, the Engineer may permit limited side-

Cebu BRT Project - Package 1 (rebid)


Section VII. Works Requirements 167

casting. Permission will be granted in writing for specific sections of roadway


not exceeding 25 m in length. Where side-casting is permitted, the volume of
material side-cast shall be limited to the surplus from the adjacent earthwork.

Unless exempted by the Engineer, in all locations where side-cast material


exceeds 250 mm average depth the surface will be revegetated in accordance
with Clause B.3.5. The Engineer may direct that additional vegetation and
stabilization measures be applied to side-cast slopes.

Spoil disposal sites will fall into three categories:

o Borrow pits and quarries, whether pre-existing or opened up specifically


for the road contract riverside sites; other sites where spoil disposal will
not result in a potential safety hazard, instability, erosion, or water
management problems.
o Preference shall be given to the backfilling of borrow pits and quarries as
an aid to site reinstatement and to a larger number of smaller sites.
o Riverside sites shall be located only on major rivers with a high natural bed
load but not their tributaries. Riverside sites should be chosen such that
land take is minimized and the presence of spoil in the river channel will
not harmfully deflect the flow under flood conditions. Local communities
must have given their informed consent before any riverside site shall be
permitted. Riverside sites will not be permitted in areas of cultivated land
if alternative sites are available in the vicinity, or in riverine forest.

No spoil disposal sites shall be located:

o on level irrigated rice plantation


o on slopes of more than 25 degrees
o where geological structures are unfavorable to stability (e.g. in fault or
shear zones or where structural planes are dipping out of the slope)
o on slopes that are being undercut by stream erosion
o on spurs above, converging stream channels
o on talus slopes or in any situation where they might be expected to load a
slope along a failure plane
o in any watercourse or drainage line whether permanent or seasonal except
those permitted under paragraphs (4) and (6).

Disposal sites should also avoid forest, cultivated land, active slope failure areas,
and gullies. Areas of groundwater discharge, sources of drinking or irrigation
water, areas where failure of the spoil tip would endanger or harm the Works or
buildings or cultivated land, and areas where permanent stabilization of the filled
disposal area would be difficult.

Cebu BRT Project - Package 1 (rebid)


Section VII. Works Requirements 168

The Engineer may restrict, prohibit, or otherwise modify the Contractor’s spoil
disposal proposals if in the Engineer’s opinion they are likely to cause
unacceptable environmental damage.

Except at riverside sites or where side cast, the Contractor shall prepare each
approved disposal site to receive spoil by:

o marking the boundaries of the site with white paint so that the perimeter is
clearly visible;

o erecting a sign at the entrance to the site with the words “Road Project
Tipping Area”

B.14.4 Multi-partite Monitoring Team

The Multi-partite Monitoring Team shall be composed of the following:

o Engineer’s Representative
o Contractor’s ESO
o Representative from DOTr-ESSO
o Representative form DOTr District Office concerned
o Local Government Representative (if necessary)

Meeting shall be held quarterly during the duration of Contract at the Engineer’s
Field Office, minutes of which shall be included in the Engineer’s Monthly
Progress Report. The meetings shall cover environmental and social issues, tests
to be undertaken, compliance with the EMP, etc.

The activities include organizing, training, meeting of the MMT; sampling and
measurement and testing for air and noise pollution, activities; site inspections
of tree cutting and planting scheme and waste disposal management, and site
inspection of resettlement of affected families and procedure of land conversion.
The team will monitor if the Contractor is complying with the requirements for
Environmental and Social Safeguards.

B.14.5 Method of Measurement and Basis of Payment

Payment for the Cost of Environmental and Social Safeguards during


construction prescribed in Section B.7 and indicated in the Specifications shall
be paid per month unless the accomplishment under this item is considered
unsatisfactory by the Engineer, and payments may be withheld or delayed
according to B.7.1 General Provisions.

Payment for the cost of the Multi-partite Monitoring Team (MMT) activities will
be included and paid under B.7.

Cebu BRT Project - Package 1 (rebid)


Section VII. Works Requirements 169

Payment will be under:

Unit of
Pay Item Number Description
Measurement
Environmental Management and
B.14 Month
Monitoring

ITEM B.15 “AS-BUILT” DRAWINGS & OPERATION AND MAINTENANCE


MANUAL

1. As-Built Drawings

The Contractor shall prepare “As-Built” drawings on approved reproducible


film, in the same scale and contents as the contract drawings for the whole of the
Works.

Throughout the progress of the construction, the Contractor shall maintain an


accurate record of all changes in the contract project drawings and shall transfer
such changes to the final “As –Built” plan.

2. Operation and Maintenance Manual

The Contractor shall prepare a complete Operation and Maintenance Manual for
the whole BRT infrastructures such as that of the stations, roadways, sidewalks
including those utilities and road furniture installed along the road sections

The Contractor shall secure the approval of the Engineer before these work items are
considered accomplished.

No separate measurement and payment will be made for these Items. The work shall
be considered a subsidiary obligation of the Contractor under the Contract, covered by
the unit rates entered by the Contractor under the Pay Items in the Bill of Quantities.

The Contractor shall submit the approved drawings and O&M manual within 28 days
from completion of project. The Contractor will be subject to a penalty of Php
30,000.00 if he fails to do so.

PART B: OTHER GENERAL REQUIREMENTS

MEASUREMENT AND PAYMENT for PART B OTHER GENERAL REQUIREMENTS ARE


CHANGED AND REVISED AS FOLLOWS:

Pay Item Unit of


Description
Number Measurement
B.4 Construction Survey and Staking ls.

Cebu BRT Project - Package 1 (rebid)


Section VII. Works Requirements 170

B.4 (8) Permanent Monuments and Markers ea.


B.4 (10) Miscellaneous Survey and Staking mo.
B.5 Project Billboard/ Signboard ea.
B.7 Occupational Safety and Health Program mo.
B.8 Traffic Management mo.
B.9 Mobilization and Demobilization mo.
B.14 Environmental and Social Safeguard Requirements mo.

Cebu BRT Project - Package 1 (rebid)


Section VII. Works Requirements 171

PART C: EARTHWORKS

The following Special Specifications shall be added to revise and/or complement provisions in the
Standard Specifications of the DPWH.

ITEM 100 CLEARING AND GRUBBING

100.2 Construction Requirements

100.2.2 Clearing and Grubbing

The following shall be added after Subsection 100.2.2:

Any unauthorized damage or interference with private property including trees


shall be made good to the satisfaction of the Engineer and the owner at the
Contractor’s sole expense.

100.2.3 Individual Removal of Trees or Stumps

Add the following after the paragraph:

“Special Cutting Permit” from the DENR shall be secured first prior to cutting or
removal of trees.

302.3.3 Application of Bituminous Material

Add the following to Sub-Section 302.3.3:

Road surfaces shall be cleaned of loose material by mechanical sweepers and hand
brooms, followed by air blowers. Expansion joints shall be cleaned and filled with
bituminous material or otherwise protected to the approval of the Engineer.

100.3 Method of Measurement

Delete the first paragraph and substitute the following:

Area Basis. The work to be paid for shall be the number of hectares and fractions
thereof acceptably cleared and grubbed within the limits indicated on the plans or
as may be adjusted in field staking by the Engineer. Areas where clearing and
grubbing works were done simultaneously with excavation shall not be measured
for payment. Area not within the clearing and grubbing limits shown on the Plans
or not staked for clearing and grubbing shall not be measured for payment.

Add the following after the last paragraph:

Cebu BRT Project - Package 1 (rebid)


Section VII. Works Requirements 172

Payment for individual removal of trees shall include the cost incurred in securing
“Special Cutting Permit” for the removal of all kinds of trees (regardless of size),
from DENR, installation of billboard, cutting, hauling of trees and turn over to the
DENR office, and other necessary works involved to complete the work item or as
prescribed by the Engineer.

100.4 Basis of Payment

Replace the second paragraph of Section302.5 with the following:

Payment will be made under:

Pay Item Unit of


Description
Number Measurement

100(1) Clearing and Grubbing Hectare

ITEM 101 REMOVALS OF STRUCTURES AND OBSTRUCTIONS 101.1 Description

In addition to what is provided in Clause 101.1 of the Standard Specifications, this


specification covers the requirements for removing partially or totally the existing
Portland cement concrete pavement, reinforced or non-reinforced concrete or
masonry structures and culverts, bridges, curb and gutter, grouted stone side ditch,
buildings, concrete entrance slabs, and other obstructions that are not designated
to remain.

101.2 Construction Requirements

101.2.1 General

In application of the requirements of Clause 101.2 the Contractor shall remove and
dispose all buildings, foundations, bridges, drainage structures and other
obstructions within the limits of the Works except items designated to remain and
utilities and obstructions to be removed under other provisions of this Contract.

All designated salvage material shall be removed, without damage, in sections or


pieces that may be readily transported, and shall be stored by the Contractor at
sites as directed by DOTr. Unusable perishable material shall be destroyed.
Nonperishable material, waste concrete and masonry shall as far as practicable be
placed in slopes of embankment. Any broken concrete or masonry which cannot
be used for construction and all the other materials not considered suitable for use
elsewhere, shall be disposed by the Contractor. In no case shall any discarded
materials be left in windrows or piles adjacent to or within the site. The manner
and location of disposal of materials shall be subject to the approval of the
Engineer and shall not create an unsightly or objectionable view.

Cebu BRT Project - Package 1 (rebid)


Section VII. Works Requirements 173

Waste materials resulting from the demolition operation shall be loaded and hauled
in such manner and placed in such location as not to pose hazard to the public,
domestic or wild animals or to the environment and to the satisfaction of the
Engineer.

101.2.2 Removal of Existing Bridges, Culverts and Other Drainage Structures

Add the following:

Removal of Pipe Culvert

Sections of pipe lost from storage or damaged by negligence shall be replaced


at the Contractor’s expense.

ITEM 102 EXCAVATIONS

102.1 Description

In clarification of what is stated in Clause 102.1 of the Standard Specifications, it


shall be understood that the disposal of all excavated materials is at any distance
and, therefore, no overhaul shall be paid.

Side casting is not allowed and shall be permitted only upon written approval by
the Engineer, subject to specific conditions, which have to be enumerated.

102.1.1 Roadway Excavation

In addition to what is provided in Clause 102.1.1 of the Standard Specifications,


the following classification shall apply:

Common Excavation shall consist of all excavation including any pavement


layers of the existing roadway including bituminous layers, but excluding Portland
cement concrete pavement, not covered by a separate item in the Bill of Quantities
regardless of the nature of the material excavated, other than Unclassified
Excavation, Unsuitable Excavation and Hard Rock Excavation.

Common Excavation shall include excavation for reshaping of side ditches,


drainage channels and culverts waterways in accordance with the lines, levels and
details shown on the drawings and instruction of the Engineer.

102.1.2 Borrow Excavation

In clarification of the provisions of Subsection 102.1.2 of the Standard


Specifications, the material from borrow shall have a soaked CBR not less than 7,
when molded at the optimum moisture content, as determined by AASHTO T99

Cebu BRT Project - Package 1 (rebid)


Section VII. Works Requirements 174

and 95 percent of the maximum dry density, as determined by AASHTO T 180,


unless otherwise permitted by the Engineer.

Cebu BRT Project - Package 1 (rebid)


Section VII. Works Requirements 175

102.2.3 Utilization of Excavated Material

In addition to the provisions of Subsection 102.2.3 the Engineer shall determine


the suitability of the excavated materials for placement in the various areas of the
Works.

102.2.4 Borrow Areas

Add the following:

Materials from borrow area shall be used for the construction of embankment or
for backfill when there is no suitable materials available from roadway excavation
including ditches and water course excavation or structure excavation. Permission
to use materials from borrow areas shall first be obtained in writing from the
Engineer. Nevertheless, the total amount of materials from roadway excavation
ditch and water course excavation and structure excavation after deduction of the
materials declared unsuitable by the Engineer shall be considered available for use
in the work regardless of haul distances. Any surplus material resulting from the
Contractor having used materials from borrow areas it its place shall not be
measured for payment.

102.2.5 Removal of Unsuitable Material

Add the following

When any unsuitable material from excavation are to be disposed off outside the
right-of-way, the Contractor shall first secure a written permit from the property
owner of the proposed disposal site. He shall submit to the Engineer the said permit
or a certified copy thereof together with a written release of the property owner
absolving the Government from any responsibility in connection with the disposal
of materials on his property. No disposal shall be made on the site without written
permission granted by the Engineer. The disposal of materials at the site shall be
made in a neat and uniform manner approved by the Engineer.

ITEM 103 STRUCTURE EXCAVATION

103.1 Description

Delete this clause and substitute with the following:

Structure Excavation shall be limited to the excavation for bridges, box culverts,
pipe culverts, revetments, retaining walls, headwalls, wing walls, catch basins,
manholes, drop inlets and other structures for the whole or part of the structure as
shown on the drawings. The work shall consist of excavation in earth or rock
within the limits of the work as specified or shown on the drawings and backfilling
of these structures with suitable material. The work shall also include disposing of

Cebu BRT Project - Package 1 (rebid)


Section VII. Works Requirements 176

surplus materials, all necessary draining, pumping, bailing, sheeting, shoring, the
construction of crib and cofferdams and their subsequent removal of existing
structures or parts thereof which obstruct or encroach upon the structural
excavation.

Excavation for structures will be classified for measurement and payment into:

Excavation, Above Ordinary Water Level; and


Excavation, Below Ordinary Water Level.

The reference water elevation shall be that indicated on the plans. It shall also
include the furnishing and placing of approved foundation fill material to replace
unsuitable material encountered below the foundation elevation of structures.

103.2 Basis of Payment

Payment will be made under:

Pay Item Unit of


Description
Number Measurement
103(1)a Excavation for Structure Above OWL cu.m.
103(1)b Excavation for Structures Below OWL cu.m.

ITEM 104 EMBANKMENT

104.2 Material Requirement

Add the following paragraph and modify Item (1) of Section 104.2 as follows:

Embankment shall be constructed of suitable materials in accordance with the


following definitions:

Suitable Material

The material shall be acceptable in accordance with the Plans and which can
be compacted in the manner specified in this item. It can be common material
or rock.

Common Material shall have a CBR value of 8% minimum, when tested


according to AASHTO T193. The CBR value shall be obtained at 95% of the
maximum dry density as determined by AASHTO T180.

Selected Borrow

Cebu BRT Project - Package 1 (rebid)


Section VII. Works Requirements 177

Selected borrow shall be of such gradation that all particles will pass a sieve
with 75mm (3inches) square openings and not more than 35 mass percent will
pass the 0.075 mm (No.200) sieve, as determined by AASHTO T11. The
material shall have a plasticity index of not more than 6 as determined y
AASHTO T 90 and a liquid limit of not more than30 as determined by
AASHTO T 89.

Add the following item at the end of the Sub-Section104.2:

Structural Backfill

Structural Backfill shall consist of free draining granular materials free from
excess moisture, muck, frozen lumps, roots, sod, or other deleterious material.

The structural backfill materials shall conform to Table 104.2, Grading


Requirements.

Grading Requirements
Table 104.2:
Sieve Designation Percent by Mass Passing

Standard(mm) Designated Sieve

(AASHTO T27 and T11)

75 100

0.075 15max

The material shall have a liquid limit of not more than 30 as determined by
AASHTO T 89 and plasticity index of not more than 6 as determined by
AASHTO T 90.

104.3 Construction Requirements

104.3.1 General

Add the following paragraph at the end of Sub-Section104.3.1

Prior to the construction of embankment, the Contractor shall submit for review
and approval, the methodology he intends to apply for the formation of
embankment satisfying all requirements to conform to the lines, grades and
dimensions shown in the plans. The methodology shall show the systematic
procedure of constructing the embankment in conjunction with the procedures
proposed for the slope protection as shown in the drawings.

Cebu BRT Project - Package 1 (rebid)


Section VII. Works Requirements 178

However, the approval of the proposed methodology does not relieve the
Contractor of the responsibilities for any unsatisfactory or defective works as result
of such methodology. The Engineer at his discretion may reject or require remedial
measures to the defective works. The cost of replacing or remedying defective
works shall be borne by the Contractor.

Before embankment construction starts, the Contractor shall construct in


accordance with his methodology, a section of trial embankment in accordance
with Sub-section 104.3.10, Trial Embankment.

104.3.2 Methods of Construction

Modify third paragraph of Sub-Section104.3.2

Unless shown otherwise on the Plans or Special Provisions, where an embankment


height of less than or equal to 1.2m (4’) below subgrade is to be made, all sod and
vegetable matters shall be removed from the surface upon which the embankment
is to be placed and the cleared surface shall be completely broken up by plowing,
scarifying or steeping to a minimum depth of 150mm except as provided in Sub-
Section 102.2.2. This area shall then be compacted as provided in Subsection
104.3.3. In cases where the embankment height is above 1.20 m, the Contractor
shall prepare the site prior to placing of the first layer and shall follow the required
compaction as specified in Item 104.3.3. Sod not required to be removed shall be
thoroughly discard, harrowed or scarified before construction of embankment.
Wherever a compacted road surface containing granular materials lies within
900mm (36inches) of the subgrade, such old road surface shall be scarified to a
depth of at least 150mm (6inches) whenever directed by the Engineer. These
scarified materials shall then be compacted as provided in Sub-Section 104.3.3.

Between paragraphs 6 and 7, add the following paragraph:

Where placing and/or compaction of material under saturated or flooded


conditions cannot be avoided, the Contractor shall submit to the Engineer for
approval his proposed construction methods to ensure adequate compaction.

ITEM 105 SUBGRADE PREPARATIONS

105.2 Sub-grade Preparation (Existing Pavement)

105.3 Description

This item pertains only to existing pavement in embankments on the roadway less
than 1.0-meter-high which are prepared for the next layer sub-base.

105.4 Method of Measurement

Cebu BRT Project - Package 1 (rebid)


Section VII. Works Requirements 179

This Subsection is amended with the following:

The replacement of the 150mm materials removed under Subsection 105(2) is to


be replaced, watered, shape and compacted with material approved by the
Engineer and which has CBR value not less than 7%

Should a leveling course be necessary to correct the irregularities of the prepared


sub-grade or for non-compliance to the maximum allowable tolerances prescribed
in Subsection 105.3.2, such course shall not be measured separately but deemed to
have been included in the item for Sub-grade Preparation.

105.5 Basis of Payment

Payment for Sub grade Preparation shall be made at the contract unit price for:

Pay Item Unit of


Description
Number Measurement
Subgrade Preparation (Existing Surface
105(1) Square Meter
Pavement)

PART D: SUBBASE AND BASE COURSE

ITEM 200 AGGREGATE SUBBASE COURSE

200.2 Material Requirements

Add the following provisions at the end of Item200.2

If fillers, in addition to that naturally present in the aggregate sub-base materials,


are necessary for meeting the grading requirements and/or for satisfactory bonding
of material, it shall be uniformly blended with the sub-base course materials on the
road. The materials for such purpose shall be obtained from sources that can supply
materials passing the specification requirements. It shall be free from hard lumps
and shall not contain more than 15 percent of material retained on the No.4 sieve.
If there is need for additional bonding, additional fillers shall be required and shall
be blended with the sub-base material on the road. The blending material shall be
spread in a uniform manner over the loosely spread sub-base layer in quantities
specified by the Engineer. The material shall meet the grading and quality
requirements in all respect.

After each layer of sub-base course material has been placed and blending material
added, when required, it shall be thoroughly mixed to the full depth of the required
layer by scarifying and blading. When and if directed by the Engineer, the
materials shall be watered to prevent segregation of particle sizes and to obtain the

Cebu BRT Project - Package 1 (rebid)


Section VII. Works Requirements 180

moisture content required for compaction. When uniformly mixed, the mixture
shall be spread smoothly to the cross-section shown on the drawings.

200.3 Construction Requirements

200.3.3 Spreading and Compacting

Delete the paragraph and substitute the following:

The compacted dry density of each layer of the compacted sub-base shall not be
less than 98 percent of the maximum dry density determined according to
AASHTO T180 Method D. The field density shall be determined according to
AASHTO T191.

200.4 Method of Measurement

Add the following paragraph at the end of this section

When filler for blending is required, no separate pay item shall be considered. Any
work necessary to provide a sub-base material conforming to the specified
gradation and quantity is deemed as subsidiary to this Item.

200.5 Basis of Payment

Payment will be made under:

Pay Item Unit of


Description
Number Measurement
200(1) Aggregate Sub-base Course cu.m.

ITEM 202 CRUSHED AGGREGATE BASE COURSE

202.1 Description

This Item shall consist of furnishing, placing and compacting crushed gravel,
crushed stone or crushed rock on a prepared sub-grade/sub-base in one or more
layers in accordance with this Specification and lines, grades, thickness and typical
cross-sections shown on the Plans or as established by the Engineer.

202.2 Material Requirements

202.2.1 Crushed Aggregate

It shall consist of hard, durable particles or fragments of stone or gravel crushed to


the size and of the quality requirements of this Item.

Cebu BRT Project - Package 1 (rebid)


Section VII. Works Requirements 181

It shall be clean and free from vegetable matters, lumps or balls of clay and other
deleterious substances. The material shall be of such nature that it can be
compacted readily to form a firm, stable base.

The base material shall conform to the grading requirements of Table 202.1,
whichever is called for in the Bill of Quantities.

Table 201.1 – Grading Requirements


Sieve Designation Mass Percent Passing
Alternate US
Standard. mm Standard Grading A Grading B
37.5 1-1/2” 100
25 1” - 100
19 3/4” 60 - 85 -
12.5 1/2” - 60 – 90
4.75 No. 4 30 - 55 35 – 65
0.425 No. 40 8 - 25 10 – 30
0.075 No. 200 2 - 14 5 - 15

The portion of the material passing the 0.075 mm (No. 200) sieve shall not be
greater than 0.66 (two thirds) of the fraction passing the 0.425 mm (No. 40) sieve.

The portion of the material passing the 0.425 mm (No. 40) sieve shall have a liquid
limit of not more than 25 and a plasticity index of not more than 6 as determined
by AASHTO T 89 and T 90, respectively.

The coarse aggregate retained on a 2.00 mm (No. 10) sieve shall have a mass
percent of wear not exceeding 45 by the Los Angeles Abrasion Test as determined
by AASHTO T 96, and not less than 50 mass percent shall have at least one (1)
fractured face.

The material passing the 19 mm sieve shall have a minimum soaked CBR-value
of 80% tested according to AASHTO T 193.

The CBR-value shall be obtained at the maximum dry density determined


according to AASHTO T 180, Method D. If filler, in addition to that naturally
present, is necessary for meeting the grading requirements or for satisfactory
bonding, it shall be uniformly blended with the crushed base course material on
the road or in a pug mill unless otherwise specified or approved. Filler shall be
obtained from sources approved by the Engineer, free from hard lumps and not
contain more than 15 percent of material retained on the 4.75 mm (No .4) sieve.

Cebu BRT Project - Package 1 (rebid)


Section VII. Works Requirements 182

202.3 Construction Requirements

Same as Subsections 201.3.1 through 201.3.5.

202.4 Method of Measurement

Crushed Aggregate Base Course will be measured by the cubic meter (m³) . The
quantity to be paid for shall be the design volume compacted in-place as shown on
the Plans, and accepted in the completed course. No allowance shall be given for
materials placed outside the design limits shown on the cross-sections. Trial
sections shall not be measured separately but shall be included in the quantity of
crushed aggregate base course.

202.5 Basis of Payment

The accepted quantities, measured as prescribed in Section 202.4 shall be paid for
at the contract unit price for Crushed Aggregate Base Course which price and
payment shall be full compensation for furnishing and placing all materials,
including all labor, equipment, tools and incidentals necessary to complete the
work prescribed in this Item.

Payment will be made under:


Pay Item Unit of
Description
Number Measurement
202 (1) Crushed Aggregate Base Course cu.m.

PART E: AGGREGATE SURFACE COURSES

ITEM 302 BITUMINOUS TACKCOAT

302.2 Material Requirements

Modify Section302.2 to read as follows:

Bituminous material for Tack Coat shall be slow-setting Emulsified Asphalt, Type
SS-1, and shall conform to the requirements of Item 702, Bituminous Materials.

302.3 Construction Requirements

302.3.3 Application of Bituminous Material

Add the following to Sub-Section 302.3.3:

Cebu BRT Project - Package 1 (rebid)


Section VII. Works Requirements 183

Road surfaces shall be cleaned of loose material by mechanical sweepers and hand
brooms, followed by air blowers. Expansion joints shall be cleaned and filled with
bituminous material or otherwise protected to the approval of the Engineer.

302.5 Basis of Payment


Replace the second paragraph of Section302.5 with the following:

Payment will be made under:

Pay Item Unit of


Description
Number Measurement
Bituminous Tack Coat Emulsified Asphalt, SS-
302(2) sq.m
1

ITEM 310 BITUMINOUS CONCRETE SURFACE COURSE, HOT-LAID

310.2 Material Requirements

310.2.2 Bituminous Material

Amend Sub-Section310.2.2 to read as follows:

The kind of bituminous material to be used shall be Asphalt Cement Penetration


Grade 60-70 and shall conform to the requirements of Item702, Bituminous
Materials.

310.2.3 Aggregates

Delete the text of Sub-Section 310.2.3 and substitute the following:


Coarse and fine aggregates shall be clean, hard, tough, sound particles free from
decomposed material vegetable matter and other deleterious substances.

Coarseaggregateshallconsistofcrushedrockorcrushedrivergravel.Atleast100pe
recent by weight of the coarse aggregate retained onthe4.75m (No.4) sieve shall
have at least one fractured face.

Fine aggregate, which is material passing a 4.75(No.4) sieve, shall consist of sand
or stone screenings or a mixture thereof. At least 100 percent by weight of the fine
aggregates shall be angular or fractured particles.

The binder course shall conform to Grading Class A and Class B as shown in Table
310.1. When the combined grading of the coarse and fine aggregates is deficient
in material passing the No. 200 sieve, additional filler material shall be added.
However, the grading shall be adjusted to take account of the results of the trials
to allow the asphalt concrete mix to conform in all respects to the requirements for
the specified job-mix.

Cebu BRT Project - Package 1 (rebid)


Section VII. Works Requirements 184

Table 310.1: Aggregate Grading for Asphalt Concrete


Mix Class Class A Class B Class C
Mix Use Wearing, Binder Wearing, Binder Wearing
Min Compacted Thickness 50 mm 35 mm 25 mm
US Standard Sieve
Percent Passing by Weight
mm alternative
25 (1 in) 100 100 100
19 (3/4 in) 80-100 80-100 80-100
12.5 (1/2 in) - 70-90 55-75
9.5 (3/4 in) 60-80 50-70 35-50
4.75 (No.4) 48-65 35-50 35-50
2.36 (No.8) 35-50 18-29 18-29
0.600 (No.30) 19-30 13-23 13-23
0.300 (No.50) 13-23 8-16 8-16
0.150 (No.100) 7-15 4-10 4-10
0.075 (No.200) 1-8

Table 310.2: Fillet Grading for Asphalt Concrete


US Standard Sieve
Percent Passing by Weight
mm alternative
0.600 (No.30) 100
0.300 (No.50) 95-100
0.075 (No.100) 70-100

The coarse and fine aggregates shall meet the following requirements:

- The percentage of wear by the Los Angeles Abrasion Test (AASHTO T96)
shall not be more than 40.

- The loss when subjected to five cycles of the Sodium Sulphate Soundness
Test (AASHTO T104) shall not be less than 12%.

- The Sand equivalent (AASHTO T176) determined after all processing except
for addition of asphalt cement shall not be less than 45.

- All aggregates shall be non-plastic.

- The flakiness index of the aggregate retained on the 9.5mm (3/8in) sieve when
tested in accordance with BS812 shall not exceed 35%. The flakiness index
of an aggregate is the percentage by weight of particles in it whose least
dimension (thickness) is less than three- fifths of their mean dimension. The
test is not applicable to material passing a 6.3mm (1/4in) sieve.

Cebu BRT Project - Package 1 (rebid)


Section VII. Works Requirements 185

310.2.4 Mineral Filler

Delete the text of this Sub-section and substitute the following:

Filler material shall consist of finely divided rock dust, hydrated lime, Portland
cement or other suitable mineral matter and shall conform to the grading
requirement.

310.2.5 Hydrate Lime

Delete the text of Sub-Section 310.2.5 and substitute with the following:

Material to be used shall conform toItem701, Construction Lime (Hydrated).

310.2.6 Proportioning of Mixture

Delete the text of Sub-Section 310.2.6 and substitute the following:

The asphalt concrete mixture shall conform to requirements as shown in


Table310.3. However, the exact composition of the mixture shall be adjusted to
take account of the results of the job mix formula to allow the asphalt concrete mix
to conform in all respects to the requirements for asphalt concrete.

Table 310.3: Asphalt Cement Content of Asphalt Concrete Mix


% Asphalt Cement of Total Mix by Weight
Binder Course Wearing Course
Minimum Maximum Minimum Maximum
4.0 5.5 5.0 7.0

Marshall Specimens are to be obtained from each of the binder and wearing course
materials supplied for trial laying purposes. The Marshall specimen shall be
formed and compacted in proper molds, in accordance with the procedure
described in ASTMD1599.

Traffic categories shall be taken into account in preparation of the Marshall


specimen. For this Project this will be considered under:

Heavy Traffic Category: 75 blows on each face

The Contractor shall demonstrate to the satisfaction of the Engineer, by testing,


carried out in the presence of the Engineer, in accordance with the procedures set
out in the Marshall Method of Mix Design in the Asphalt Institute Manual, Mix
Design Methods for asphalt Concrete and other Hot Mix Type, Manual Series No.2
(MS-2), that the requirements given in Table310.4 are achieved. The loss in
Marshall stability by submerging specimens in water 60°C for 24 hours shall not
be more than 25 percent of the stability of the job-mix. In addition, the Contractor

Cebu BRT Project - Package 1 (rebid)


Section VII. Works Requirements 186

shall demonstrate by approved test, to the satisfaction of the Engineer that the
proposed mix is not subject to stripping of the asphalt cement from the aggregate.

Table 310.4: Marshall Test Requirement for Bituminous Concrete Surface Course

Binder Binder Wearing Wearing


Description Course Couse Course Course
Minimum Maximum Minimum Maximum
Stability(lbf) 1800 - 1800 -
Flow (0.01 in) 8 14 8 14
Air Voids (1%) 3 5 3 5
Aggregate Voids Filled with
60 75 70 80
Asphalt Cement (%)
Field Compacted Density
97 - 97 -
Marshall Specimen Density (%)

To determine the Marshall Specimen Density, for each set of six Marshall
Specimens, the highest and lowest densities shall be ignored and the Marshall
Specimen Density shall then be the mean of the densities of the remaining four
specimens.

As compacted densities shall be determined from samples taken from the materials
laid and compacted for the mix trials as specified, atleast four samples shall be
taken for each of the binder and wearing course materials, under the direction of
the Engineer’s Representative, and the required percentage of the Marshall
Specimen Density shall be achieved in each case. Testing shall be in accordance
with ASTMD 1188 or ASTMD 2726.

When the Engineer’s Representative is satisfied that the materials and methods
demonstrated by the Contractor during trial laying comply with the requirements
of the Contract, the Engineer shall determine the job-mix and shall inform the
Contractor in writing of its composition. On receipt of such information, the
Contractor may proceed with the work.

310.3 Construction Requirements

310.3.1 Spreading and Finishing

Add the following paragraph to Sub-Section 310.3.1:

The asphalt pavers (asphalt finisher) shall be equipped with automatic systems of
control and screed for both longitudinal grade and cross-slope. The automatic
system may be purchased in kit form and locally installed or be a factory-installed
item. The control system may be a pneumatic-hydraulic or electric hydraulic type
actuated by slope sensors and a 9-meter grade reference.

Cebu BRT Project - Package 1 (rebid)


Section VII. Works Requirements 187

310.3.2 Surface Tolerance

Add the following paragraph to sub-Section 310.3.2:

The allowable tolerances for the flexible surfacing and cement concrete pavement
are given in Table 310.5.

Table 310.5: Tolerance for Flexible Surfacing and Cement Concrete Pavement
Cement
Asphalt Bituminous
Concrete Gravel
DESCRIPTION Unit Concrete Surface
Pavemen Surfacing
Surfacing Treatment
t
Permitted variation from
mm +/- 5 +/- 5 +/- 5 +/- 5
design thickness of layer

Permitted variation from design


mm +/- 5 +/- 5 +/- 5 +/- 5
level of surface

Permitted surface irregularity


mm 5 5 5 5
measured by 3 m straight-edge

Permitted variation from design


% +/- 0.2 +/- 0. 2 +/- 0. 2 +/- 0.2
Crossfall or Camber

310.4 Method of Measurement

Delete the text of Sub-Section 310.4 and substitute with the following:

Bituminous material and aggregates for Bituminous Road mix courses shall be
measured by the ton. The quantity to be paid for shall be the number of tons of
mixture placed and compacted in the accepted pavement. Due to possible variation
in the specific gravity of aggregates, the tonnage used may vary from the proposed
quantities. No adjustment to contract unit price shall be made because of such
variations.

Add the following to Section 310.4:

The owner shall guarantee the cost and supply of bitumen for asphalt. The
Contractor shall prepare and submit a projected supply requirement of the bitumen
(including quantity and schedule) for proper and sufficient supply allocation of the
material for all Contractors. The quantities required for the bitumen shall be
indicated per package by the Contractor.

Cebu BRT Project - Package 1 (rebid)


Section VII. Works Requirements 188

The owner shall supply, load and deliver the bitumen for asphalt. The unloading
of the bitumen and the testing of the resulting asphalt, after combining with other
materials, shall be the responsibility and expense of the Contractor.

The Contractor shall be responsible for the expense of replacing/repurchasing the


asphalt if rejected. Asphalt shall be rejected if any of the following occurs:
-
If asphalt mix is not well coated or have exceeded the maximum mixing
temperature;
-
If temperature of asphalt mix is lower than the minimum compaction
temperature;
-
If the mixing temperature became lower than the minimum compaction
temperature due to long standby time on site due to unprepared paving area.

310.5 Basis of Payment

Replace the second paragraph of Section 310.5 with the following:

Payment will be made under:

Pay Item Unit of


Description
Number Measurement
Bituminous Concrete Surface (Wearing
310(1)a3 sq.m
Course), 50mm thk

Cebu BRT Project - Package 1 (rebid)


Section VII. Works Requirements 189

ITEM 311 PORTLAND CEMENT CONCRETE PAVEMENT

311.2 Material Requirements

311.2.12 Proportioning, Consistency and Strength of Concrete

Modify Sub-Section 311.2.12 to read as follows:

The Contractor shall submit design mixes obtained from samples made in
accordance with Standard Method of Making and Curing Concrete Compression
and Flexure Tests Specimen in the Laboratory for each strength required, stating
the proposed slump and the proportioning weights of cement, saturated surface
aggregates and water. These mixes shall be proven by preliminary tests thirty (30)
days before concreting and shall show a 28-day strength of fifteen (15%) percent
higher than the ultimate strength required. No substitution shall be made in the
materials or mix without additional tests to show that the quality of concrete is
satisfactory.

Aggregates shall be measured preferably by weight and to within one (1%)


percent. Water shall be measured by weight or volume to within one and one-half
percent (1 1/2%). The water shall, in no case, exceed 23 liters per bag (40 kg) of
cement for all concrete with specified minimum flexural strength of:

o 3.80 MPa (550 psi) when tested by the third-point method at 14 days or 4.47
MPa (647 psi) at 28 days; or
o 4.50 MPa (650 psi) by the mid-point method at 14 days or its corresponding
strength at 28 days.

The concrete shall have a minimum compressive strength of 24.0 MPa (3,500 psi)
when tested at 14 days (or 4000 psi at 28 days) in accordance with AASHTO T
97, T 177 and T 22. Slump shall range from 127 mm to 152 mm (5 to 6 inches)
when tested in the batching plant and shall range from 50 to100 mm (2 to 4 inches)
when tested in the pouring site.

Job mix adjustment of water content shall be allowed only on permission of the
Engineer, provided that cement is also added to keep the original water-cement
ratio of the design mix.

311.3 Construction Requirements

311.3.1 Quality Control of Concrete

Add the following paragraph at the end of this Sub-Section 311.3.1:

The project Proponent, his duly authorized representative or the Engineer shall
have the right to order the test of any materials supplied by the Contractor for

Cebu BRT Project - Package 1 (rebid)


Section VII. Works Requirements 190

concrete pavement or reinforced concrete pavement whenever there is a reasonable


doubt as to their suitability for the purpose. Such test shall be in accordance with
the standard of the ASTM or AASHTO for testing materials noted elsewhere in
the Specifications. Samples shall be provided by the Contractor without cost to the
Project Proponent. Expenses for testing and cost of transporting samples to the
laboratory shall be borne by the Contractor. Copies or results of tests shall be
furnished to the project proponent promptly.

311.3.7 Mixing Concrete

Add the following paragraphs to Sub-section 311.3.7:

If mixing, transforming and depositing of concrete are done other than the
procedure prescribed under this sub-clause is allowed by the Engineer, the
Contractor shall remain to be solely responsible to observe and produce concrete
with the same quality required in the Specifications.

No hand mixing shall be allowed during concreting operations except on


emergency cases such as batching plant breakdown and shall stop at the first
allowed construction joint. All concrete shall be machine mixed for at least 1 ½
minutes after all materials including water are placed in the mixing drum.

The batching plant shall be of an approved capacity and type which will insure a
uniform distribution of materials throughout the mass. It shall be equipped with a
device for accurately measuring and controlling the amount of mixing water in
each batch. The first batch of concrete materials placed in the mixer shall contain
a sufficient excess of cement, sand and water to coat the inside of the drum without
reducing the cement concrete of the mix to be discharged.

311.3.9 Placing Concrete

Add the following paragraphs to Sub-Section 311.3.9 with the following:

Placing of concrete with a free drop or fall of more than 1.5 meters shall not be
allowed except when sheet metal conduits, pipes or elephant trunks are employed.

When stoppages of concreting operations eventually occur for any reason,


construction joints shall be placed vertically or as directed by the Engineer and be
provided with shear keys and dowels to develop bond. Construction joints shall be
approved by the Engineer.

The Contractor shall provide forms that will produce the placed concrete in a
correct and aligned manner. Metal forms shall be used for all exposed concrete
surfaces. Plastering in general shall not be allowed so the extra care shall be
exercised by the Contractor. Forms are not necessary if an auto grade concrete
paver is used.

Cebu BRT Project - Package 1 (rebid)


Section VII. Works Requirements 191

Steel or wooden forms, if used, may be removed one day after concreting.

311.3.18 Protection of Pavement

Modify Sub-Section 311.3.18 to read as follows:

The Contractor shall protect the pavement and its appurtenances both against
public traffic and traffic caused by its own construction equipment’s. This shall
include watchmen to direct traffic, the erection of and maintenance of warning
signs, lights, pavement bridges or crossovers, etc.

Any damage to the pavement from the opening of traffic for public use until final
acceptance shall be repaired or replaced by the Contractor without additional
compensation.

311.3.21 Opening to Traffic

Modify Sub-Section 311.3.21 to read as follows:

The Engineer will decide the opening of pavement to traffic after test specimens
molded and cured in accordance with AASHTO T 23 have attained the minimum
strength requirements in subsection 311.2.11. If such tests are not conducted prior
to the specified age,
the pavement shall not be opened to traffic until fourteen (14) days after the
concrete was placed. Before opening to traffic, the pavement shall be cleaned
thoroughly and shall joints shall be sealed completely.

311.5 Basis of Payment

Replace the text of Section 311.5 to read as follows:

The accepted quantity measured as specified in Sub-section 311.4, Method of


Measurement shall be paid for at the contract unit prices for Portland Cement
Concrete Pavement, which price and payment shall constitute full compensation
for furnishing all materials, for mixing, placing, finishing and curing all concrete,
for furnishing and placing all joint materials, for sawing weakened plane joints,
for fitting the prefabricated center metal joint, for facilitating and controlling
traffic, and for furnishing all labor, equipment, tools and incidentals necessary to
complete the Item.

Payment will be made under:

Pay Item Unit of


Description
Number Measurement

Cebu BRT Project - Package 1 (rebid)


Section VII. Works Requirements 192

Portland Cement Concrete Pavement (PCCP),


311(1)f1 sq.m
Plain (300 mm thick)

311.2.5 Reinforcing Steel

It shall conform to the requirements of Item 404, Reinforcing Steel. Dowels and
tie bars shall conform to the requirements of AASHTO M31 or M42, except that
rail steel shall not be used for tie bars that are to be bent and re-straightened during
construction. Tie bars shall be deformed bars. Dowels shall be plain round bars.
Before delivery to the site of work, one-half of the length of each dowel shall be
painted with one coat of approved lead or tar paint.

The sleeves for dowel bars shall be metal of approved design to cover 50 mm, plus
or minus 5 mm of the dowel, with a closed end, and with a suitable stop to hold
the end of the sleeve at least 25 mm from the end of the dowel. Sleeves shall be of
such design that they do not collapse during construction.

ITEM 404 REINFORCING STEEL

404.1 Description

This Item shall consist of furnishing, bending, fabricating and placing of steel
reinforcement of the type, size, shape and grade required in accordance with this
Specification and in conformity with the requirements shown on the Plans or as
directed by the Engineer.

404.2 Material Requirements

Reinforcing steel shall meet the requirements of Item 710, Reinforcing Steel and
Wire Rope.

404.3 Construction Requirements

404.3.1 Order Lists

Before materials are ordered, all order lists and bending diagrams shall be
furnished by the Contractor, for approval of the Engineer. The approval of order
lists and bending diagrams by the Engineer shall in no way relieve the Contractor
of responsibility for the correctness of such lists and diagrams. Any expense
incident to the revisions of materials furnished in accordance with such lists and
diagrams to make them comply with the Plans shall be borne by the Contractor.

404.3.2 Protection of Material

Steel reinforcement shall be stored above the surface of the ground upon platforms,
skids, or other supports and shall be protected as far as practicable from

Cebu BRT Project - Package 1 (rebid)


Section VII. Works Requirements 193

mechanical injury and surface deterioration caused by exposure to conditions


producing rust. When placed in the work, reinforcement shall be free from dirt,
detrimental rust, loose scale, paint, grease, oil, or other foreign materials.
Reinforcement shall be free from injurious defects such as cracks and laminations.
Rust, surface seams, surface irregularities or mill scale will not be cause for
rejection, provided the minimum dimensions, cross sectional area and tensile
properties of a hand wire brushed specimen meets the physical requirements for
the size and grade of steel specified.

404.3.3 Bending

All reinforcing bars requiring bending shall be cold-bent to the shapes shown on the
Plans or as required by the Engineer. Bars shall bend around a circular pin having the
following diameters (D) in relation to the nominal diameter of the bar (d):

Nominal diameter, d, mm Pin diameter (D)


10 to 20 6d

25 to 28 8d

32 and greater 10d

Bends and hooks in stirrups or ties may be bent to the diameter of the principal bar
enclosed therein.

404.3.4 Placing and Fastening

All steel reinforcement shall be accurately placed in the position shown on the
Plans or as required by the Engineer and firmly held there during the placing and
setting of the concrete. Bars shall be tied at all intersections except where spacing
is less than 300 mm in each direction, in which case, alternate intersections shall
be tied. Ties shall be fastened on the inside.

Distance from the forms shall be maintained by means of stays, blocks, ties, hangers,
or other approved supports, so that it does not vary from the position indicated on the
Plans by more than 6mm. Blocks for holding reinforcement from contact with the
forms shall be precast mortar blocks of approved shapes and dimensions. Layers of
bars shall be separated by precast mortar blocks or by other equally suitable devices.
The use of pebbles, pieces of broken stone or brick, metal pipe and wooden blocks
shall not be permitted. Unless otherwise shown on the Plans or as required by the
Engineer, the minimum distance between bars shall be 40 mm. Reinforcement in any
member shall be placed and then inspected and approved by the Engineer before the
placing of concrete begins. Concrete placed in violation of this provision may be
rejected and removal may be required. If fabric reinforcement is shipped in rolls, it
shall be straightened before being placed. Bundled bars shall be tied together at not
more than 1.8 m intervals.

Cebu BRT Project - Package 1 (rebid)


Section VII. Works Requirements 194

404.3.5 Splicing

All reinforcement shall be furnished in the full lengths indicated on the Plans.
Splicing of bars, except where shown on the Plans, will not be permitted without
the written approval of the Engineer. Splices shall be staggered as far as possible
and with a minimum separation of not less than 40 bar diameters. Not more than
one-third of the bars may be spliced in the same cross-section, except where shown
on the Plans. Unless otherwise shown on the Plans, bars shall be lapped a minimum
distance of:

Grade 280 Grade 420 But not less


Splice Type (40) (60) than

Tension 24 bar dia. 38 bar dia. 300 mm


Compression 20 bar dia. 24 bar dia. 300 mm

In lapped splices, the bars shall be placed in contact and wired together. Lapped
splices will not be permitted at locations where the concrete section is insufficient
to provide minimum clear distance of one and one-third the maximum size of
coarse aggregate between the splice and the nearest adjacent bar. Welding of
reinforcing steel shall be done only if detailed on the Plans or if authorized by the
Engineer in writing. Spiral reinforcement shall be spliced by lapping at least one
and a half turns or by butt welding unless otherwise shown on the Plans.

404.3.6 Lapping of Bar Mat

Sheets of mesh or bar mat reinforcement shall overlap each other sufficiently to
maintain a uniform strength and shall be securely fastened at the ends and edges.
The overlap shall not be less than one mesh in width.

404.4 Method of Measurement

The quantity of reinforcing steel to be paid for will be the final quantity placed and
accepted in the completed structure. No allowance will be made for tie-wires,
separators, wire chairs and other material used in fastening the reinforcing steel in
place. If bars are substituted upon the Contractor's request and approved by the
Engineer and as a result thereof more steel is used than specified, only the mass
specified shall be measured for payment. No measurement or payment will be
made for splices added by the Contractor unless directed or approved by the
Engineer.

When there is no item for reinforcing steel in the Bill of Quantities, costs will be
considered as incidental to the other items in the Bill of Quantities.

404.5 Basis of Payment

Cebu BRT Project - Package 1 (rebid)


Section VII. Works Requirements 195

The accepted quantity, measured as prescribed in Section 404.4, shall be paid for
at the contract unit price for Reinforcing Steel which price and payment shall be
full compensation for furnishing and placing all materials, including all labor,
equipment, tools and incidentals necessary to complete the work prescribed in this
Item.

Payment will be made under:

Pay Item Unit of


Description
Number Measurement
404(1) Reinforcing Steel Kg.

Cebu BRT Project - Package 1 (rebid)


Section VII. Works Requirements 196

ITEM 405 STRUCTURAL CONCRETE

405.1 Description

405.1.1 Scope

This Item shall consist of furnishing, placing and finishing concrete in all
structures except pavements in accordance with this Specification and conforming
to the lines, grades, and dimensions shown on the Plans.

Concrete shall consist of a mixture of Portland Cement, fine aggregate, coarse


aggregate, admixture when specified, and water mixed in the proportions specified
or approved by the Engineer. Five classes of concrete are provided for in this Item,
namely: A, B, C, P and Seal. Each class shall be used in that part of the structure
as called for on the Plans.

The classes of concrete will generally be used as follows:

Class A - All superstructures and heavily reinforced substructures.

The important parts of the structure included are slabs, beams, girders, columns,
arch ribs, box culverts, reinforced abutments, retaining wall s, and reinforced
footings.

Class B - Footings, pedestals, massive pier shafts, pipe bedding, and gravity walls,
unreinforced or with only a small amount of reinforcement.

Class C - Thin reinforced sections, railings, precast R.C. piles and cribbing and for
filler in steel grid floors.

Class P - Prestressed concrete structures and members.

Seal - Concrete deposited in water.

405.2 Material Requirements

405.2.1 Portland Cement

It shall conform to all the requirements of Subsection 311 .2.1.

405.2.2 Fine Aggregate

It shall conform to all the requirements of Subsection 311 .2.2.

405.2.3 Coarse Aggregate

Cebu BRT Project - Package 1 (rebid)


Section VII. Works Requirements 197

It shall conform all the requirements of Subsection 311.2.3 except that gradation
shall conform to Table 405 .1.

Table 405.1: Grading Requirements for Coarse Aggregate


Sieve Designation Mass Percent Passing
Standar Alternate US
d mm Standard Class A Class B Class C Class P Class Seal
63.0 2 – 1/2”
50.0 2” 100 100
37.5 1 – 1/2” 95 – 100 - 100
25.0 1” - 35 – 70 100 95 – 100
19.0 3/4” 35 – 70 - 100 - -
12.5 1/2” - 10 – 30 90 – 100 - 25 – 60
9.50 3/8” 10 – 30 - 40 – 70 20 – 55 -
4.75 No.4 0-5 0-5 0 – 15* 0 – 10* 0 – 10*

The measured cement content shall be within plus (+) or minus (-) 2 mass percent of
the design cement content.

405.2.4 Water

It shall conform to the requirements of Subsection 311 .2.4.

405.2.5 Reinforcing Steel

It shall conform to the requirements of Item 710, Reinforcing Steel and Wire Rope.

405.2.6 Admixtures

Admixtures shall conform to the requirements of Subsection 311 .2.7.

405.2.7 Curing Materials

Curing materials shall conform to the requirements of Subsection 311.2 .8.

405.2.8 Expansion Joint Materials

Expansion joint materials shall be:

- Preformed Sponge Rubber and Cork, conforming to AASHTO M153.


- Hot-Poured Elastic Type, conforming to AASHTO M173.

Cebu BRT Project - Package 1 (rebid)


Section VII. Works Requirements 198

- Preformed Fillers, conforming to AASHTO M213.

405.4.3 Batching

Measuring and batching of materials shall be done at a batching plant

o Portland Cement

Either sacked or bulk cement may be used. No fraction of a sack of cement


shall be used in a batch of concrete unless the cement is weighed. All bulk
cement shall be weighed on an approved weighing device. The bulk cement
weighing hopper shall be properly sealed and vented to preclude dusting
operation. The discharge chute shall not be suspended from the weighing
hopper and shall be so arranged that cement will neither be lodged in it nor
leak from it.

Accuracy of batching shall be within plus (+) or minus (-) 1 mass percent.

o Water

Water may be measured either by volume or by weight. The accuracy of


measuring the water shall be within a range of error of not more than 1
percent.

o Aggregates

Stockpiling of aggregates shall be in accordance with Subsection 311.2.10.


All aggregates whether produced or handled by hydraulic methods or washed,
shall be stockpiled or binned for draining for at least 12 hours prior to
batching. Rail shipment requiring more than 12 hours will be accepted as
adequate binning only if the car bodies permit free drainage. If the aggregates
contain high or non-uniform moisture content, storage or stockpile period in
excess of 12 hours may be required by the Engineer. Batching shall be
conducted as to result in a two (2) mass percent maximum tolerance for the
required materials.

o Bins and Scales

The batching plant shall include separate bins for bulk cement, fine aggregate
and for each size of coarse aggregate, a weighing hopper, and scales capable
of determining accurately the mass of each component of the batch. Scales
shall be accurate to one-half (0.5) percent throughout the range used.

o Batching

Cebu BRT Project - Package 1 (rebid)


Section VII. Works Requirements 199

When batches are hauled to the mixer, bulk cement shall be transported either
in waterproof compartments or between the fine and coarse aggregate. When
cement is placed in contact with moist aggregates, batches will be rejected
unless mixed within 1-1/2 hours of such contact. Sacked cement may be
transported on top of the aggregates. Batches shall be delivered to the mixer
separate and intact. Each batch shall be dumped cleanly into the mixer without
loss, and, when more than one batch is carried on the truck, without spilling
of material from one batch compartment into another.

o Admixtures

The Contractor shall follow an approved procedure for adding the specified
amount of admixture to each batch and will be responsible for its uniform
operation during the progress of the work. He shall provide separate scales
for the admixtures which are to be proportioned by weight, and accurate
measures for those to be proportioned by volume. Admixtures shall be
measured into the mixer with an accuracy of plus or minus three (3) percent.
The use of Calcium Chloride as an admixture will not be permitted.

405.4.4 Mixing and Delivery

Concrete may be mixed at the site of construction, at a central point or by a


combination of central point and truck mixing or by a combination of central point
mixing and truck agitating. Mixing and delivery of concrete shall be in accordance
with the appropriate requirements of AASHTO M157 except as modified in the
following paragraphs of this section, for truck mixing or a combination of central
point and truck mixing or truck agitating. Delivery of concrete shall be regulated
so that placing is at a continuous rate unless delayed by the placing operations. The
intervals between delivery of batches shall not be so great as to allow the concrete
in place to harden partially, and in no case, shall such an interval exceed 30
minutes.

In exceptional cases and when volumetric measurements are authorized, for small
project requiring less than 75 cu.m. per day of pouring, the weight proportions
shall be converted to equivalent volumetric proportions. In such cases, suitable
allowance shall be made for variations in the moisture condition of the aggregates,
including the bulking effect in the fine aggregate. Batching and mixing shall be in
accordance with ASTM C 685, Section 6 through 9.

Concrete mixing, by chute is allowed provided that a weighing scales for


determining the batch weight will be used.

For batch mixing at the site of construction or at a central point, a batch mixer of an
approved type shall be used. Mixer having a rated capacity of less than a one-bag
batch shall not be used. The volume of concrete mixed per batch shall not exceed the
mixer's nominal capacity as shown on the manufacturer's standard rating plate on the
mixer except that an overload up to 10 percent above the mixer's nominal capacity

Cebu BRT Project - Package 1 (rebid)


Section VII. Works Requirements 200

may be permitted, provided concrete test data for strength, segregation, and uniform
consistency are satisfactory and provided no spillage of concrete takes place. The
batch shall be so charge into the drum that a portion of the water shall enter in advance
of the cement and aggregates. The flow of water shall be uniform and all water shall
be in the drum by the end of the first 15 seconds of the mixing period. Mixing time
shall be measured from the time all materials, except water, are in the drum. Mixing
time shall not be less than 60 seconds for mixers having a capacity of 1.5 m 3 or less.
For mixers having a capacity greater than 1.5m, the mixing time shall not be less than
90 seconds. If timing starts, the instant the skip reaches its maximum raised position,
4 seconds shall be added to the specified mixing time. Mixing time ends when the
discharge chute opens.

The mixer shall be operated at the drum speed as shown on the manufacturer's name
plate on the mixer. Any concrete mixed less than the specified time shall be discarded
and disposed of by the Contractor at his own expenses.

The timing device on stationary mixers shall be equipped with a bell or other
suitable warning device adjusted to give a clearly audible signal each time the lock
is released. In case of failure of the timing device, the Contractor will be permitted
to continue operations while it is being repaired, provided he furnishes an approved
timepiece equipped with minute and second hands. If the timing device is not
placed in good working order within 24 hours, further use of the mixer will be
prohibited until repairs are made.

Retempering concrete will not be permitted. Admixtures for increasing the


workability, for retarding the set, or for accelerating the set or improving the
pumping characteristics of the concrete will be permitted only when specifically
provided for in the Contract, or authorized in writing by the Engineer.

o Mixing Concrete: General

Concrete shall be thoroughly mixed in a mixer of an approved size and type


that will insure a uniform distribution of the materials throughout the mass.

All concrete shall be mixed in mechanically operated mixers. Mixing plant


and equipment for transporting and placing concrete shall be arranged with
an ample auxiliary installation to provide a minimum supply of concrete in
case of breakdown of machinery or in case the normal supply of concrete is
disrupted. The auxiliary supply of concrete shall be sufficient to complete the
casting of a section up to a construction joint that will meet the approval of
the Engineer.

Equipment having components made of aluminum or magnesium alloys,


which would have contact with plastic concrete during mixing, transporting
or pumping of Portland Cement concrete, shall not be used.

Cebu BRT Project - Package 1 (rebid)


Section VII. Works Requirements 201

Concrete mixers shall be equipped with adequate water storage and a device
of accurately measuring and automatically controlling the amount of water
used.

Materials shall be measured by weighing. The apparatus provided for weighing


the aggregates and cement shall be suitably designed and constructed for this
purpose. The accuracy of all weighing devices except that for water shall be such
that successive quantities can be measured to within one (1) percent of the desired
amounts. The water measuring device shall be accurate to plus or minus 0.5 mass
percent. All measuring devices shall be subject to the approval of the Engineer.
Scales and measuring devices shall be tested at the expense of the Contractor as
frequently as the Engineer may deem necessary to ensure their accuracy.

Weighing equipment shall be insulated against vibration or movement of


other operating equipment in the plant. When the entire plant is running, the
scale reading at cut-off shall not vary from the weight designated by the
Engineer more than one (1) mass percent for cement, one and a half (1-1/2)
mass percent for any size of aggregate, or one (1) mass percent for the total
aggregate in any batch.

o Mixing Concrete at Site

Concrete mixers may be of the revolving drum or the revolving blade type
and the mixing drum or blades shall be operated uniformly at the mixing
speed recommended by the manufacturer. The pick-up and throw-over blades
of mixers shall be restored or replaced when any part or section is worn 20
mm or more below the original height of the manufacturer's design. Mixers
and agitators which have an accumulation of hard concrete or mortar shall not
be used.

When bulk cement is used and volume of the batch is 0.5 m or more, the scale
and weigh hopper for Portland Cement shall be separate and distinct from the
aggregate hopper or hoppers. The discharge mechanism of the bulk cement
weigh hopper shall be interlocked against opening before the full amount of
cement is in the hopper. The discharging mechanism shall also be interlocked
against opening when the amount of cement in the hopper is underweight by
more than one (1) mass percent or overweight by more than three (3) mass
percent of the amount specified.

When the aggregate contains more water than the quantity necessary to produce
a saturated surface dry condition, representative samples shall be taken and the
moisture content determined for each kind of aggregate.

The batch shall be so charged into the mixer that some water will enter in
advance of cement and aggregate. All water shall be in the drum by the end
of the first quarter of the specified mixing time.

Cebu BRT Project - Package 1 (rebid)


Section VII. Works Requirements 202

Cement shall be batched and charged into the mixer so that it will not result in
loss of cement due to the effect of wind, or in accumulation of cement on surface
of conveyors or hoppers, or in other conditions which reduce or vary the required
quantity of cement in the concrete mixture.

The entire content of a batch mixer shall be removed from the drum before
materials for a succeeding batch are placed therein. The materials composing
a batch except water shall be deposited simultaneously into the mixer.

All concrete shall be mixed for a period of not less than 1- 1/2 minutes after
all materials, including water, are in the mixer. During the period of mixing,
the mixer shall operate at the speed for which it has been designed.

Mixers shall be operated with an automatic timing device that can be locked
by the Engineer. The time device and discharge mechanics shall be so
interlocked that during normal operation no part of the batch will be charged
until the specified mixing time has elapsed.

The first batch of concrete materials placed in the mixer shall contain a
sufficient excess of cement, sand, and water to coat inside of the drum without
reducing the required mortar content of the mix. When mixing is to cease for
a period of one hour or more, the mixer shall be thoroughly cleaned.

o Mixing Concrete at Central Plant

Mixing at central plant shall conform to the requirements for mixing at the
site.

o Mixing Concrete in Truck

Truck mixers, unless otherwise authorized by the Engineer, shall be of the


revolving drum type, water-tight, and so constructed that the concrete can be
mixed to insure a uniform distribution of materials throughout the mass. All solid
materials for the concrete shall be accurately measured and charged into the drum
at the proportioning plant. Except as subsequently provided, the truck mixer shall
be equipped with a device by which the quantity of water added can be readily
verified. The mixing water may be added directly to the batch, in which case a
tank is not required. Truck mixers may be required to be provided with a means
of which the mixing time can be readily verified by the Engineer.

The maximum size of batch in truck mixers shall not exceed the minimum
rated capacity of the mixer as stated by the manufacturer and stamped in metal
on the mixer. Truck mixing, shall, unless otherwise directed be continued for
not less than 100 revolutions after all ingredients, including water, are in the
drum. The mixing speed shall not be less than 4 rpm, nor more than 6 rpm.

Cebu BRT Project - Package 1 (rebid)


Section VII. Works Requirements 203

Mixing shall begin within 30 minutes after the cement has been added either
to the water or aggregate, but when cement is charged into a mixer drum
containing water or surface wet aggregate and when the temperature is above
32°C, this limit shall be reduced to 15 minutes. The limitation in time between
the introduction of the cement to the aggregate and the beginning of the
mixing may be waived when, in the judgement of the Engineer, the aggregate
is sufficiently free from moisture, so that there will be no harmful effects on
the cement.

When truck mixer is used for transportation, the mixing time specified In
Subsection 405.4.4 (3) at a stationary mixer may be reduced to 30 seconds
and the mixing completed in a truck mixer. The mixing time in the truck mixer
shall be as specified for truck mixing.

o Transporting Mixed Concrete

Mixed concrete may only be transported to the delivery point in truck


agitators or truck mixers opera ting at the speed designated .by the
manufacturers of the equipment as agitating speed, or In non-agitating hauling
equipment, provided the consistency and workability of the mixed concrete
upon discharge at the delivery point is suitable point for adequate placement
and consolidation in place.

Truck agitators shall be loaded not to exceed the manufacturer's guaranteed


capacity. They shall maintain the mixed concrete in a thoroughly mixed and
uniform mass during hauling.

No additional mixing water shall be incorporated into the concrete during


hauling or after arrival at the delivery point.

The rate of discharge of mixed concrete from truck mixers or agitators shall
be controlled by the speed of rotation of the drum in the discharge direction
with the discharge gate fully open.

When a truck mixer or agitator is used for transporting concrete to the delivery
point, discharge shall be complete d within one hour, or before 250
revolutions of the drum or blades, whichever comes first, after the
introduction of the cement to the aggregates. Under conditions contributing
to quick stiffening of the concrete or when the temperature of the concrete is
30°C, or above, a time less than one hour will be required.

o Delivery of Mixed Concrete

The Contractor shall have sufficient plant capacity and transportation


apparatus to ensure continuous delivery at the rate required. The rate of
delivery of concrete during concreting operations shall be such as to provide

Cebu BRT Project - Package 1 (rebid)


Section VII. Works Requirements 204

for the proper handling, placing and finishing of the concrete. The rate shall
be such that the interval between batches shall not exceed 20 minutes. The
methods of delivering and handling the concrete shall be such as will facilitate
placing of the minimum handling.

405.5 Method of Measurement

The quantity of structural concrete to be paid for will be the final quantity placed
and accepted in the completed structure. No deduction will be made for the volume
occupied by pipe less than 100 mm in diameter or by reinforcing steel, anchors,
conduits, weep holes or expansion joint materials.

405.6 Basis of Payment

The accepted quantities, measured as prescribed in Section 405.5, shall be paid for
at the contract unit price for each of the Pay Item listed below that is included in
the Bill of Quantities.

Payment shall constitute full compensation for furnishing, placing and finishing
concrete including all labor, equipment, tools and incidentals necessary to
complete the work prescribed in the Item.

Payment will be made under:

Pay Item Unit of


Description
Number Measurement
405 (1) Structural Concrete, Class A cu.m
405 (2) Structural Concrete, Class B cu.m
405 (3) Structural Concrete, Class C cu.m
405 (4) Structural Concrete, Class P cu.m
405 (5) Seal Concrete cu.m

PART G: DRAINAGE AND SLOPE PROTECTION STRUCTURES

ITEM 500 PIPE CULVERTS AND STORM DRAINS

500.4 Method of Measurement

Add the following paragraph to Section 500.4 to read as follows:

The quantities to be paid for, for each class and diameter of new pipe culverts,
shall be the lengths of pipes between the outside faces of the headwalls, measured
along the axis of the pipes as, installed in place, completed and accepted.

Cebu BRT Project - Package 1 (rebid)


Section VII. Works Requirements 205

500.5 Basis of Payment

Modify Section 500.5 to read as follows:

The accepted quantities of conduit, determined as provided for in Section 500.4,


Method of Measurement shall be paid for at the Contract unit price per linear meter
for the conduit of the types and sizes specified completed in place. The price and
payment shall be full compensation for furnishing and placing all materials,
including granular bedding and backfill and labor, equipment, tools and incidentals
necessary to complete the item.

Excavation for culverts, including excavation below flow line grade and for
imperfect trench, shall be measured and paid for as provided in Item 103, Structure
Excavation.

Payment will be made under:

Pay Item Unit of


Description
Number Measurement
500(1)b5 Storm Drain, 1220 mm dia. RCPC, Class IV l.m.
510(1) Bed Course Granular Materials cu.m

ITEM 502 MANHOLES, INLETS AND CATCH BASINS

Modify Section 502 to read as follows:

502.1 Material Requirements

1) Steel Reinforcements

The reinforcing steel shall be deformed steel bars conforming to the


requirements of Item 404, Reinforcing Steel.

2) Concrete

The concrete for the reinforced concrete box culvert shall be structural
concrete Class “A” in accordance with Item 405 with a minimum compressive
strength, fc’ = 20.7 MPa or 3000 Psi at 28 days as determined by AASHTO
T 22, with the following composition:

3) Steel Reinforcements

The reinforcing steel shall be deformed steel bars conforming to the


requirements of Item 404, Reinforcing Steel.

Cebu BRT Project - Package 1 (rebid)


Section VII. Works Requirements 206

4) Concrete

The concrete for the reinforced concrete box culvert shall be structural
concrete Class “A” in accordance with Item 405 with a minimum compressive
strength, fc’ = 20.7 MPa or 3000 Psi at 28 days as determined by AASHTO
T 22, with the following composition:

● Coarse Aggregate

Grading requirements for Coarse Aggregate shall conform to Table 405.1


of Subsection 405.2.3, Coarse Aggregate.

● Proportioning and Strength of Structural Concrete

Concrete strength and proportioning shall conform to Table 405.2,


Composition and Strength of Concrete for Use in Structures.

● Consistency

Concrete slump may be adjusted by the Contractor depending on site


condition and the use of admixtures for adjusting materials proportion
with prior approval of the Engineer.

502.5 Basis of Payment

Payment will be made under:

Pay Item Unit of


Description
Number Measurement
502(1)a5 Manhole for 1-1220mm dia. ea.
502(4)a5 Manhole cover for 1220 mm dia. ea.

PART H: MISCELLANEOUS STRUCTURES

ITEM 600 CURB AND GUTTER

601.1 Description

Add the following paragraph to Section 500.4 to read as follows:

The quantities to be paid for, for each class and diameter of new pipe culverts,
shall be the lengths of pipes between the outside faces of the headwalls, measured
along the axis of the pipes as, installed in place, completed and accepted.

Cebu BRT Project - Package 1 (rebid)


Section VII. Works Requirements 207

600.5 Basis of Payment

Modify the Second paragraph of Section 601.5 to read as follows:

Payment will be made under:

Pay Item Unit of


Description
Number Measurement
600 Concrete Curb and Gutter l.m.

ITEM 601 SIDEWALK

601.1 Description

Modify Section 601.1 to read as follows:

This Item shall consist of the construction of sidewalk, either made of Portland
Cement concrete or Paver Tiles in accordance with these specifications at the
locations indicated, in conformity to the lines, grades, dimensions shown on the
Plans or as required by the Engineer.

601.5 Basis of Payment

Modify the Second paragraph of Section 601.5 to read as follows:

Payment will be made under:

Pay Item Unit of


Description
Number Measurement
601 Concrete Sidewalk With groove pattern sq.m

ITEM 602 MONUMENTS, MARKERS AND GUIDE POST

Modify the Second paragraph of Section 602.5 to read as follows:

602.5 Basis of Payment

The quantities determined as provided in Subsection 602.4, Method of


Measurement, shall be paid for at the contract price per unit of measurement
respectively, for each of the particular Pay Item.

Payment will be made under:

Cebu BRT Project - Package 1 (rebid)


Section VII. Works Requirements 208

Pay Item Unit of


Description
Number Measurement
602(1) Right of Way Monument ea.
602(2) Maintenance Marker Post ea.
602(3) Kilometer Post ea.

ITEM 605 ROAD SIGNS

605.1 Description

Modify Second paragraph of Sub-Section 605.1 to read as follows:

The road sign shall comply in all respect with the DPWH Philippines Road Signs
Manual Series of 2013 published by the Department of Public Works and
Highways, Manila. The categories of road signs are designated in the Manila,
namely, danger warning signs, regulatory signs, informatory signs, or guide signs.
They are referred to in the contract as Warning Signs and Information Signs,
respectively.

605.2 Material Requirements

605.2.5 Concrete Foundation Blocks

After the last paragraph of this Subsection add the following to read:

In concrete foundation requiring steel reinforcements, reinforcing steel bars shall


be deformed bars conforming to the requirements of Item 404, Reinforcing Steel.

605.2.6 Base Plates

Add the following as the last Subsection to read:

Steel plates and stiffeners shall be structural steel conforming to Item 712,
Structural Metal, to be galvanized in accordance with AASHTO M 111.

Welding shall be done in accordance with the best modern practice and the
applicable requirements of the American Welding Society (AWS) AWS D.1.1.

605.5 Basis of Payment

Modify the Second paragraph of Section 605.5 to read as follows:

Payment will be made under:

Cebu BRT Project - Package 1 (rebid)


Section VII. Works Requirements 209

Pay Item Unit of


Description
Number Measurement
605(1) Warning Signs (refer to schedules) ea.
605(2) Regulatory Signs ea.
605(3) Informatory and Directional Road Sign ea.

ITEM 606 PAVEMENT MARKINGS

606.2.3 Construction Requirement

Preparation of Road Surface – the materials should be applied only on pavement


surface which is clean and dry. It shall not be laid into loose/ detritus pavement
surfaces, mud or similar extraneous matter, over a deteriorated and scaling
pavement marking and over an old thermoplastic marking which is faulty. In the
case of smooth, polished surface stones such as smooth concrete, old asphalt
surfacing with smooth polished surface, stones and/or where the method of
application of the manufacturer of the thermoplastic materials shall be
recommended, with the approval of the Engineer.

Laying – Center lines, lane lines and edges shall be applied by approved
mechanical means and shall be laid to regular alignment. Other markings may be
applied by hand – screed, hand- propelled machine or by self-propelled machine
approved or directed by the Engineer. In all cases the surface produced shall be
uniform and appreciably free from bubbles and streaks. Road markings of a
repetitive nature, other center lines, lane lines, etc. shall unless otherwise directed
by the Engineer be set out with stencils which comply with the size and spacing
requirements shown on the Drawings.

Defective Materials or Workmanship – Materials which are defective or have been


applied in an unsatisfactory manner or to incorrect dimensions or in a wrong location
shall be removed, the road pavement made good and the materials replaced,
reconstructed and/or properly located, all at the Contractor’s expense and to the
satisfaction of the Engineer.

Protection of the Works – The Contractor shall protect newly applied pavement
markings from pedestrian, vehicles and other traffic adjacent to the working area
against damage or disfigurement by construction equipment, tools and materials or
by spatters, splashes and smirches or paint or other construction materials and
during the course of the work, provide and maintain adequate signs and signals for
the warning and guidance of pedestrians and motorists.

The relevant provisions of Sub-section 612.4 shall also apply as necessary.

Cebu BRT Project - Package 1 (rebid)


Section VII. Works Requirements 210

For Reflectorized Thermoplastic Rumble Strips, it shall be done in accordance with


DPWH Standard Specification for Chevron Signs, Item 618, per DPWH
Department Order No. 31, Series of 2010.

606.3 Method of Measurement

Modify paragraph of Sub-Section 606.3 to read as follows:

The quantity of pavement markings to be paid for shall be the area of actually
painted markings on the surface of the pavement in accordance to the dimension
shown on the Plans.

606.4 Basis of Payment

Modify paragraph of Sub-Section 606.4 to read as follows

The quantity measured as determined in Section 606.3, Method of Measurement,


shall be paid for at the Contract Unit Price for the Pay Items shown in the Bill of
Quantities which price and payment shall constitute full compensation for
furnishing and placing all materials, sampling and packing, preparation of the
surface, testing, including all labor, equipment, tools and incidentals necessary to
complete the work prescribed in this Item.

Payment will be made under:

Pay Item Unit of


Description
Number Measurement
606(1)a1 Reflectorized Pavement Markings, Pre-
mixed (white) sq.m
606(1)b1 Reflectorized Thermoplastic Pavement sq.m
Markings, (white)
606(1)b2 Reflectorized Thermoplastic Pavement sq.m
Markings, (yellow)

ITEM 607 RAISED REFLECTIVE PAVEMENT STUD

1. Description

This Item shall consist of the installation of raised reflective pavement stud in accordance with
this Specification and to the lines, grades, levels and dimensions shown on the Plans, or as
required by the Engineer.

Cebu BRT Project - Package 1 (rebid)


Section VII. Works Requirements 211

Pay Item Unit of


Description
Number Measurement
Reflective Pavement Studs Raised RPS22
607(2) Profile type (100 x 100 x19) mm ea.

ITEM 625 BOLLARDS & OTHER SPECIAL ITEMS

1. Description

This Item shall consist of the furnishing & installation in-ground mounted bollards for bike
lane and other urban realm enhancement furnishing (i.e. benches, bike racks and trash bins)
in accordance with this Specification and to the lines, grades, levels and dimensions shown on
the Plans, or as required by the Engineer.

2. Materials

2.1. Bollards are of two types in-ground mounted rubber/aluminum collapsible or


otherwise shown below.

2.2. Benches shall be made of Stainless Steel square tube in accordance with the plans
shown on Drawings No.ST-SBT-A-402

2.3. Bike Racks shall be Stainless Steel pipe 6mm wall thickness in accordance with the
requirements of ASTM A276 Type 316, in a set of two (2) which means 5 individual
bike racks spaced at 0.90m OC.

Cebu BRT Project - Package 1 (rebid)


Section VII. Works Requirements 212

2.4. Trash Bins shall be PVC plastic in three containers/set as shown.

PART K: ELECTRICAL WORKS

1 GENERAL REQUIREMENTS FOR ELECTRICAL WORKS

1.1 GENERAL

Part 1 – General requirements contains provision and requirements essential to these


Specifications and shall apply to these Division, whether or not referred to herein.

1.1.1 Scope of Work

The work to be done under this Part1 – Electrical Works includes the furnishing of all
tools, labor, supervision, equipment, fixtures and all necessary materials, each complete
and in proper working condition, to complete the following items of work:

1. General

Complete supply and installation of the following main components

▪ HV (34.5 kV) power service including pole hardware (insulators, arrester, load
break switch, etc.), cables, conduits, concrete encasement, concrete pedestals,
manholes, handholes, and other related works comprising the HV system as
indicated on the Drawings.

▪ Secondary Power Service Entrance Pedestal for the incoming power at


380V/220V 3Phase, 4 Wire, including all ancillary and line metering.

▪ Main Distribution Panel (MDP), complete with all molded case circuit breakers
with ratings as indicated on the Drawings, complete with ammeter and
voltmeter for power monitoring. Enclosure shall be a NEMA 4X self -standing
with lockable door for vandal protection, outdoor type.

Cebu BRT Project - Package 1 (rebid)


Section VII. Works Requirements 213

▪ Stand-by Diesel engine generator. Complete with all its accessories and all
components ready for operations.

▪ Outdoor Street Lightings shall comprise of Light-Emitting Diode for Street


Lighting Fixture Luminaries and other lighting requirements.

▪ Lighting Control Panel shall be outdoor type; pad mounted with lockable
provision in NEMA 4x enclosure. Panel shall be complete with all its
accessories and components such as bus bars, circuit breakers indicating lamps
and metering and HOA controller.

▪ Automatic Transfer Switch (ATS) – Shall be provided complete feeder wires,


with electrical and mechanical interlock. Power, control, instrumentation and
grounding system and conductors.

▪ Accessories and related work required to provide a complete and


comprehensive working system in full compliance with these Specifications.

2. Building

Objective building and structures to be furnished with complete electrical works shall be as
follows:

▪ Bus Stations

▪ Small commercial store

▪ Toilet

▪ Storage building

All works and materials including acquisition of permits from the agency concerned for a
complete power and lighting system including all distribution equipment, feeder cables,
cable tray conduit wiring, metering, branch circuits, circuit breakers, panel boards, and
connection to all lighting and power outlets, motor, appliances, support, and accessories.

The complete supply of all necessary labor, materials and equipment item such as panel
boards, including all switches, receptacles, supports and accessories and all other necessary
equipment to complete the system.

All steel support for conduits, cables trays, panel, boxes, lighting fixtures, etc. as indicated
or required to complete the installation.

The complete grounding of equipment and system grounding as required by the governing
Codes.

Cebu BRT Project - Package 1 (rebid)


Section VII. Works Requirements 214

The complete testing and commissioning of all electrical system.

Preparation of necessary shop drawings that may be required by the owner or its
representative and or the system installer.

Preparation of “As - built drawings.

1.1.2 Applicable Publications

The materials, equipment, and method of installation comprising the complete works,
shall be in accordance with the latest applicable codes, standards and guidelines published
by the following organizations:

Philippine Electrical Code (PEC).

NFCA 20

1.1.3 Subcontracting

The Contractor shall not subcontract the whole or any part of the work without the written
consent of the owner or its representative. The Contractor shall be responsible for any
work carried out by his Subcontractor, should he be allowed to have one, as if he himself
were undertaking the works.

1.1.4 Injury to Persons or Damage to Property

The Contractor shall be responsible for any injury to persons and / or damage to property
caused by the work or by his employees and shall be liable for any claims against the
Employer as a result of such injury and / or damage. The Contractor shall likewise protect
the property of the Employer against theft and weather. Where exposure to weather or
theft is due to the work or negligence of the Contractor, he shall be liable for such

1.1.5 Materials / Substitution / Tests

All materials to be installed shall be brand new and shall conform to the Specifications
except as otherwise noted on the Drawings. All materials where not specified shall be of
the best of their respective kind. Samples of material shall be submitted for approval.
Manufacturer’s data of substitute material shall also be submitted for approval. Test
required on the installation shall be made by the Contractor in the presence of the Owner
or his representative. The Contractor shall within twenty-eight days before the
commencement of work, submit a list of the materials he proposes to use. All materials
installed without prior approval shall be at the risk of the Contractor.

1.1.6 Workmanship / Coordination / Guarantee / Suspension or Delay

Cebu BRT Project - Package 1 (rebid)


Section VII. Works Requirements 215

The work throughout shall be executed in the best and thorough manner under the direction
of and to the satisfaction of the Owner, who shall have the power to reject any work and
material which is not in compliance with the Drawings or these Specifications. The
Contractor shall be familiar with the Specifications and all the trades involved in his work
and shall coordinate each trade thoroughly so that he can arrange and dispose of his
materials without interfering with the works of other trades involved in the completion of
the project. The Contractor shall guarantee that the electrical system shall be free from all
defects of workmanship and materials and shall remain so for the period of one year from
the date of acceptance by the Owner. Any remedy to correct defects deemed to be caused
by such shall be made at the Contractor’s expense.

The Contractor shall not suspend or delay the work without justifiable cause. Subsequent
delay shall be deemed as a sufficient cause for penalties or termination of Contract in which
the Employer shall have the right to take over the work and all materials on the Site and
make arrangements as necessary to complete the work. It shall be the sole responsibility of
the Contractor to conduct coordination of his activities with other trades.

1.1.7 Sleeves/ Insert / Cutting / Patching / Backfill

The Contractor shall provide all openings, sleeves, and insert in walls, as required for his
work. All unused openings shall be grouted, and the Contractor shall do all Patching
requirements necessary and this shall be done so as to exactly match the surrounding
without the evidence of alteration or patching. The Contractor shall provide all necessary
backfill on all excavation works of his doing.

1.1.8 Temporary Light and Power

The Contractor shall make all arrangements and pay for the provision of the necessary
electrical power of the type and capacity required for the performance of the work of all
trades engage in the construction of the Project.

1.1.9 Cleaning Up

The contractor shall remove all dirt, debris, rubbish, and waste, material caused by him
in the process of his work. He shall remove all tools, temporary power installation,
scaffolding and surplus materials after completion and acceptance of Work.

1.1.10 Quality Control

The Contractor shall employ a licensed Electrical Engineer to perform continuous


inspection of all Electrical Works. The Electrical Engineer shall be at the Site during all
electrical construction to perform the following duties:

- Review Drawings and Specifications and meet with the Engineer (Owner’s
representative) to discuss all the requirements before the Work commences.

Cebu BRT Project - Package 1 (rebid)


Section VII. Works Requirements 216

- Before the electrical Work commences, meet jointly with the Engineer to review
the requirements for surveillance and quality control.

- Ensure that all electrical Work complies with applicable electrical codes and
standards.

- Perform or supervise required testing.

The supplier shall provide comprehensive details of other similar installation he has
completed in the past two years, which have utilized equivalent ratings and configurations of high
and low voltage switchboard, stand by generators, and other equipment to be supplied under this
Contract.

1.1.11 Submittals

The Contractor shall submit construction statement and schedule for approval twenty-eight
(28) days upon receiving the Notice to Proceed. These data shall include:

Connection work to the external power supply.

Material and plan acquisition.

Construction and installation


Tests

The Contractor shall also obtain approval before procurement, fabrication, or


delivery of item of material, goods, or equivalent to the Site. Partial submittal will
not be entertained and will be returned without review. Submittal shall include
the manufacturer’s name, trade name, place of manufacture, catalog model or
number, name plate data, size, layout dimension, capacity, project specifications,
technical society publication, references, certified laboratory test reports, field test
report, and other information necessary to establish Contract compliance of each
item to be furnished.

1.1.12 Shop Drawings

The Contractor shall submit to the Engineer five (5) sets of shop drawings (including a
reproducible original) and cuts of equipment, appliances and fixture furnished which
shall include detail of actual installations, such as conduit runs, wiring, location of
equipment and other pertinent information to illustrate deviation and changes from the
original plans, if any.

Shop drawings shall be minimum of 450 mm by 600 mm in size, except as specified


otherwise. Shop drawings shall include wiring diagrams and installation details of
equipment indicating proposed location, layout and arrangement, control panels,
accessories, piping, ductwork, and other item that must be shown to assure a

Cebu BRT Project - Package 1 (rebid)


Section VII. Works Requirements 217

coordinated installation. Wiring diagram shall identify circuit terminals and indicate
the internal wiring for each item of equipment and the interconnection between each
item of equipment. Shop drawings shall indicate adequate clearance for operation,
maintenance, replacement of operating devices. If equipment is disapproved, the
Contractor shall revise shop drawings to show acceptable equipment and resubmit.

Shop drawings shall include, but are not limited to:

MDP Main Distribution Panel and Diesel Generator Set, general arrangement
drawings, with overall dimensions, front views, cable access details, etc.

Bus bar arrangement including dimensions and current ratings of all bus bars.

Type and spacing of bus bar support:

Circuit breaker type, interrupting capacity and setting range

Schematic diagrams and wiring diagrams with terminal identified and


showing both internal connection and connections between different
equipment items.

Main Distribution Board

Panel boards

Cable tray
Luminaries including dimension, accessories, installation and construction details,
photometric data, including zonal lumen data, average and minimum ratio, aiming diagram
and candlepower distribution data.

Outdoor lighting poles – include dimensions, wind load, pole deflection, pole class, and
other applicable information.

Outdoor power supply general arrangement drawings including dimension, weight, and
rating plate details, cable connection arrangement, switching compartments, etc.

1.1.13 Manufacturer’s Data

Submittal for each manufactured item of all electrical components and accessories
specified in the succeeding Division shall be current manufacturer’s descriptive literature
of cataloged product, equipment drawing, diagrams, performance and characteristic
curves and catalog cuts.

1.1.14 Certified Laboratory Test Report

Cebu BRT Project - Package 1 (rebid)


Section VII. Works Requirements 218

Submit manufacturer’s type test report for all major equipment items including MDP, LV
switchboard, Outdoor Street Lighting Control Panel Board, etc.

1.1.15 Field Test Reports

At least 2 weeks prior to carrying out any testing or commissioning of work, the Contractor
shall submit a complete set of typical test record sheets intended for use on the Project for
review by the Engineer.

The Contractor shall provide calibration certificates for all test instruments proposed to be
used for testing which shall indicate that the instrument was calibrated against a standard
instrument within the previous twelve months. Copies of these certificates shall be kept
with the test instrument at all times for inspection by the engineer if required.

Completed test report shall be signed and dated by the Contractor carrying out the test and
by any witness of the Engineer or his representative, shall be forwarded to the Engineer
within one week of the test being carried out.

1.1.16 Certificates

Provide manufacturer’s statement certifying that the following products supplied meet
or exceed Contract requirements.

Low voltage cable

Low voltage terminating kits

1.1.17 Spare Parts Data

After approval of materials and equipment, furnish list of recommended spare parts for
two (2) years use of each major item of equipment supplied. Include current unit prices
and supply source details. The provision of spare parts shall not relieve the Contractor of
his responsibilities under the guarantee.

1.1.18 Publication Compliance

Where equipment or materials are specified to conform to industry and technical society
publications or organization such as organization such as the American National
standards Institute (ANSI), American Society for Testing Materials (ASTM), and the
Underwriter Laboratories Inc. (UL), submit proof of such compliance. The label or listing
by the specified organization will be acceptable evidence of compliance.

1.1.19 Certification of Compliance

Cebu BRT Project - Package 1 (rebid)


Section VII. Works Requirements 219

The Contractor shall submit manufacturer’s certifications as required on products,


materials, finish, and equipment indicated in the Specifications. Certifications shall be
documents prepared specifically for this Contract.

In lieu of the label or listing, submit a certificate from an approved independent testing
organization, adequately equipped and competent to perform such services, stating that
the item conforms to the specified organization’s publication.

Certification shall not contain statements to imply that the item does not meet
requirements specified as “as good as”, “achieve the same and use and result as
materials formulated in accordance with the referenced publication”, or “equal or
exceed the services and performance of the specified materials”. Certifications shall
simply state that the item conforms to the requirements specified.

Certificates shall be printed on the manufacturer’s letterhead and shall be signed by the
manufacturer’s official authorized to sign certificate of compliance.

1.1.20 Operation and Maintenance Manual

The Contractor shall submit Operation and Maintenance Manuals as required for systems
and equipment indicated in the technical section.

Manual shall be furnished in six (6) copies, bound in hardback binders or an approved
equivalent. Furnish one complete manual prior to performance of systems or equipment
test, and furnish the remaining manuals prior to Contract completion. Inscribe the
following identification on the cover: the words

“OPERATION AND MAINATENANCE MANUAL”, the name and location of the


system, equipment, facility, name of Contractor, and the Contract number.

In the manual, the name, addresses, and telephone numbers of each subcontractor
installing the system or equipment shall be included. Include a table of contents and
assemble the manual to conform to the table of contents, with the tab sheets placed
before instructions covering the subject. The instruction shall be legible and easily
read, with the large sheets of drawings folded in. The manual shall include:

Internal and interconnecting wiring and control diagrams with data to explain
detailed operation and control of the system or equipment.

A control sequence describing start up, operation, and shutdown.

Description of the function of each principal item of equipment

Installation and maintenance instructions

Safety precaution

Cebu BRT Project - Package 1 (rebid)


Section VII. Works Requirements 220

Diagram and illustrations

Testing methods

Performance data

Lubrication schedule including type, grade, temperature range, and frequency

Parts List: The list shall indicate sources of supply, recommended spare parts, and
name of serving organization.

Appendix: List qualified permanent servicing organization for support of the


equipment, including addresses and certified qualifications.

1.1.21 Posted Operating Instructions

Approved operating instructions for system and equipment indicated in the technical
sections shall be furnished for use by operating and maintenance personnel. The operating
instruction shall be posted and shall include wiring diagrams, control diagrams, and
control sequence for each principal system and equipment. The Contractor shall print or
engrave operating instruction and frame under glass or in approved laminated plastic.
Instruction shall be posted as directed. Operating instruction shall not fade when exposed
to sunlight and shall secure to prevent easy removal or peeling.

1.1.22 Instruction to Employer’s Personnel

Where indicated in the technical sections, the Contractor shall furnish the services of
competent instructors to give full instruction to the Employer’s personnel in the
adjustment, operation, and maintenance of the system and equipment, including pertinent
safety requirement as required. The instructor shall be thoroughly familiar with all parts
of the installation and shall be trained in the operating theory as well as practical operation
and maintenance work.

Instruction shall be given during the first regular workweek after the equipment or system
has been accepted and turned over to the Employer for the regular operation. The number
of man-day (8 hours) of instruction furnished shall be as specified in each individual
section.

1.1.23 Delivery and Storage

The Contractor shall handle, store, and protect equipment and materials in accordance
with the manufacturer’s recommendations and the requirements of NEMA 70B, appendix
I, titled, “Equipment Storage and Maintenance during Construction”. Damaged or
defective items shall be replaced with new items by the Contractor at his own expense.

1.1.24 Manufacturer’s recommendation

Cebu BRT Project - Package 1 (rebid)


Section VII. Works Requirements 221

Where installation procedures or any part thereof are required to be in accordance with
manufacturer’s recommendations, the Contractor shall furnish printed copies of the
recommendations prior to installation. Installation of the item shall not proceed until
recommendations are received. Failure to furnish recommendations shall be caused for
rejection of the equipment or material.

1.2 PRODUCTS

1.2.1 Material Requirements

All materials and equipment to be supplied shall be as shown in the Drawings and shall
be in accordance with the requirements of these Specifications which shall apply to
manufacturers, testing and supply of the same materials and equipment.

The Contractor shall take all responsibility for ordering the correct and sufficient
quantities of cables and equipment and shall, immediately prior to placing any order, and
especially orders from imported goods. If any, ascertain the required quantities thereof.

All materials to be provided shall be band new and in accordance with the latest edition
of PEC (Philippine electrical Code), Part 1, ASTM (American Society for
Testing and Materials) Standards, NEMA (National Electrical Manufacturer’s
Association) Standards, UL (Underwriters Laboratories) approved standards.

The manufacturer of the materials and equipment shall be open to inspection by the
Engineer or his representative in the course of manufacture of the materials or equipment
or after they have been completed.

Any material and equipment found on such inspection not meeting the requirements of
relevant standards, or any of these Specifications shall be rejected by the Engineer.

Material tests on the cables and equipment shall be carried out in accordance with the
ASTM Standards or other approved Standards, subject to the approval of the engineer.

The Contractor shall if required, forward to the Engineer, manufacturer’s certificate


showing that the cables and equipment have been tested and complied with the
requirements of these specifications.

Should the Engineer decided not to be present on the manufacturer’s premise, the

Contractor shall submit to the Engineer all test certificates, proof sheets, etc., showing
that the materials comply with the requirements of the Specifications.

However, the absence of the Engineer at the Manufacturer’s tests shall not;

Relieve the Contractor of any of his obligations under the Contract.

Cebu BRT Project - Package 1 (rebid)


Section VII. Works Requirements 222

Affect the right of the Contractor of any of his obligations,

Affect the right of the Engineer to require additional test to be carried out by an
independent person appointed by him, at such place or places as he may determine.

The cost of all tools, instruments, and personnel necessary, to carry out the tests on the
Manufacturer’s premises or at a place indicated by the Engineer shall be deemed to be
included in the rate for the appropriate items in the Bill of Quantities.

Testing on the Site shall be as specified herein or as directed by the Engineer.

All material, fixtures and accessories whether specifically described or not shall be of the
best grade and all workmanship shall be first class in every respect.

1.2.2 Label

All HV equipment, switchboard, LV panel boards, Outdoor substation and other


apparatus and control shall be labeled in accordance with the requirements of these
Specifications.

Major equipment items shall be fitted with a main label mounted in a prominent location
/ position.

Label shall designate circuit number and equipment function.

Appropriately worded and sized warning labels engraved white on red shall be fastened
to all covers or panel giving access to live equipment. Panel giving access to equipment
at voltages of 500V and above shall additionally warn

“Danger – High Voltage”.

Terminal strip shall be labeled to identify the circuit number, phase connection, terminal
number

Contactor fuses and other items of equipment shall be clearly labeled to identify circuit
number, function and rating.

1.2.3 Cataloged Products / Service Availability

Manual and equipment shall be current products by manufacturer regularly engaged in


the production of such product. Product shall have been in satisfactory commercial or
industrial use for two (2) years prior to bid opening. The two (2) years period shall include
application of equipment and material under similar circumstances and of similar size.
The two (2) year period shall be satisfactorily

Cebu BRT Project - Package 1 (rebid)


Section VII. Works Requirements 223

completed by a product for sale on the commercial market through the advertisement,
manufacture’s catalogs, or brochures.

Products having less than two (2) years field service record will be acceptable if a certified
record of satisfactory field operation for not less than 6000 hours, exclusive of the
manufacture’s factory or laboratory tests, is furnished.

The equipment items shall be supported by service organizations which are reasonably
convenient to the equipment installation in order to render satisfactory service to the
equipment on a regular and emergency basis during the Defects Liability Period of the
Contract.

1.3 EXECUTION

1.3.1 Codes, Inspection, Permits, and Fees

The work under this Contract shall be the complete installation of electrical system
in accordance with the requirements of the latest edition of Philippine electrical Code,
Part 1, and the local power company. Nothing contained in the Specifications or shown
on the Drawings shall be construed in conflict with the National and Local Ordinances or
Laws, governing the installation of electrical work and all such laws and ordinances are
hereby made part of these Specifications. The Contractor is required to meet the
requirements of the National and Local Ordinances or Laws.

All permits and electrical fees required for this work or the whole Electrical work
for the Contract, shall be obtained and at the expense of the Contractor. The Contractor
shall furnish the Engineer and Employer final certificate of inspection and approval from
the proper government authorities after the completion of work but prior to issuance of
Taking Over Certificate. The Contractor shall prepare all

“As-Built” drawings and all other paper work required by the approving authorities.

The Contractor shall contact the local electric utility and discuss the connection method,
schedule and fees. Necessary materials specified in the Specifications shall be furnished
to them. Connection fee shall be paid in accordance with the pay item in the Bill of
Quantities.

1.3.2 Guarantee

The Contractor shall guarantee that the electrical system is free from all unintentional
grounds, from all defective workmanship and materials, and will remain so for a period
of one year from the date of issuance of the taking over certificate. Any defect arising
within the aforesaid period shall be remedied by the Contractor at his own expense
without additional payment from the Employer.
In case that the guarantee period by manufacturer is still remaining after the Defect
Liability Period, such balance of guarantee period shall be transferred to the Employer

Cebu BRT Project - Package 1 (rebid)


Section VII. Works Requirements 224

without additional payment. The Contractor shall specify this requirement in the related
sub-contract document with the manufacturer.

The Contractor shall indemnify the Engineer from and against all liabilities and damages
arising from the injuries or disabilities to persons or damage to properties, occasioned by
any act or omission of the Contractor or any of his sub-Contractor, including any and all
expenses legal or otherwise, which may be incurred by Employer or the Engineer, in the
defense of any claims actions, or suit.

As an exception to the requirements that may be stated elsewhere in the Contract, the
Engineer shall be given 4 working days prior to each test.

1.3.3 Electrical Equipment and Materials

Unless indicated or specified otherwise, install materials and equipment in accordance


with the standards, codes, and regulations listed in the Specifications. Install all
equipment in strict conformance with the manufacturer’s instructions and
recommendations as approved by the Engineer.

1.3.4 As-Built Drawings

The Contractor shall, during the progress of work, keep a careful record of all changes
where the actual installation differs from that shown on the Drawings.

Upon completion, the Contractor shall submit to the Engineer for approval at no cost to
the project, six (6) sets of prints on which the Contractor shall, in a neat and accurate
manner make a complete record of all changes and revisions to the original design, as
installed in the complete works. These drawings shall be submitted to the Engineer for
approval.

1.3.5 Final As-Built drawings

After final approval by the Engineer of the As-Built/ Shop Drawings, six (6) sets of print
copies including the CD-R files shall be submitted to the Engineer at contractor’s
expense. Fixtures and devices cuts and / or catalogues shall be clearly marked to indicate
the items furnished. Do not submit individual sheets, cuts, and catalogues or drawings, or
details of equipment, locations of sleeves, insert and support as may be required for the
assistance and coordination of his work with that of the other Contractors for other
mechanical trades.

1.3.6 Coordination

The Contractor shall cooperate in every way and with other sub-contractor in whose
apparatus he shall connect part of his work, and also provide in his connections and
facilities for the continuity of their work. The Contractor is hereby called upon to prepare
such drawings or details of his equipment, location of sleeves, insert and support as may

Cebu BRT Project - Package 1 (rebid)


Section VII. Works Requirements 225

be required for the assistance and the coordination of his work with that of the other sub-
contractor of the project.

The Contractor shall furnish these drawings upon demand, six (6) copies for the
information of all parties concerned as approved by the by engineer. The contractor shall
coordinate the preparation of these drawings by consultation with the trades involve,
before submitting them. The approval of such drawings will not relieve the Contractor in
any way from the responsibility of properly locating his work with the work of others.

1.3.7 Minor Modification

The drawings are based upon plans and details show condition as accurately as it is
possible to indicate in them in scale. The Drawing are diagrammatic and do not
necessarily show all fittings, etc., necessary to fit the facility condition. The Contractor
shall be responsible for the proper location in order to make them fit with facility details
or as may be directed by the Engineer at the Site from time to time as the need arises.

1.3.8 Approval

Wherever required and necessary, equipment and apparatus data and information shall be
submitted to the Engineer prior to purchase, to ensure the adequacy and adaptability of
the same.

1.3.9 Electrical Tests

Perform all tests and trial operations, and conduct all field inspection (except final field
inspection). Provide all labor, equipment, and incidental required for the tests. Engineer
will witness all field tests and trial operations and will conduct final field inspection. The
Engineer shall be given ample notice of the dates and times scheduled for tests, trial
operations, and inspections, which require the presence of the Engineer. All deficiencies
found shall be rectified and work affected by such deficiencies shall be completely re-
tested at the Contractor’s expense.

Tests procedures conform to ANSI, IEEE, Standards, and NEMA standard practices
section on testing as appropriate and applicable. Tests shall include but are not limited to
the following:

Inspection of all devices and equipment for damage or maladjustment caused by


shipment or installation.

Use of calibrated torque wrench to assure that tightness of bolted bus joints is in
accordance with manufacturer’s recommendations.

Check electrical continuity of current, potential and control circuit in accordance


with wiring diagram.

Cebu BRT Project - Package 1 (rebid)


Section VII. Works Requirements 226

Performing isolation resistance test at 500 volts DC on field- installed control


wiring. Disconnect field installed control wiring from the equipment and from
factory- installed wiring before testing. Minimum insulation resistance shall be
1000 Meg ohms.

Verifying type, range, and connections of instrument transformers. Confirm correct


polarity of current transformers electrically.

Removing short-circuit links from current transformers after checking that


secondary circuits are complete.

Verifying maximum resistance to ground of grounding systems.

Performing phase rotation checks on three phase wiring (disconnect all devices
which could be damaged by the application of voltage or reversed phase sequence).

Performing load testing of stand by generator.

Performing ground rod resistance testing.

CAUTION: changes of connection, insertion, and removal of instruments and meter shall
be performed in such a manner that the secondary circuit energized current transformers
are not opened, even momentarily.

Test shall be conducted as work progresses during installation of each electrical system.

Testing required herein shall be performed in the presence of the Engineer and at times
duly arranged for in advance in accordance with notification requirements.

The Contractor at his own expense shall provide sufficient qualified personnel, time, and
materials as necessary to perform all required tests at his expense.

Failure of work to pass the required tests or otherwise not meet specified requirement as
indicated by test records, shall be sufficient reason for considering work as non-
compliant and subject to disapproval or rejection entirely of respective work.

Contractor failure to make required tests shall be considered same as for not in compliance
and shall be sufficient reason for rejecting entirety of Work not so tested. Testing of
respective work not done by the Contractor may be performed by duly qualified testing
agency or other personnel retained by the Employer all at the Contractor’s risk ad
expense.

Said expenses shall be subjected to recovery as they are accrued and by withholding same
from monies due or which may become due to the Contractor under this Contract.

1.3.10 Preliminary Operation / Commissioning Checks

Cebu BRT Project - Package 1 (rebid)


Section VII. Works Requirements 227

Place into operation all equipment and installed, except as specifically noted otherwise.
Make all necessary adjustment to equipment to assure proper operation as instructed by
the manufacturer of the equipment. Lubricate equipment prior to operation in accordance
with the manufacturer’s instruction. Dry out all motors before operation as required to
develop and maintain proper and constant insulation resistance.

Perform demonstration tests which shall I include operating system under various and
varying conditions as necessary to prove that they operate and function as intended under
this Contract.

When deemed by the Engineer as practical, feasible and not inhibitive nor disruptive to
the Contractor’s effort, the Employer’s operating personnel shall be permitted to attend
such tests or demonstration as will be helpful to their understanding of work for which
they will be responsible when eventually turned over to them by the Contractor.

Demonstration tests shall be carried out for:

Electrical equipment, individually and separately as installed.

Each and every system required under the Specification

2 LOW VOLTAGE SWITCH BOARD (LVSG)

2.1.1 Scope of Work

The works under this Division covers the supply, installation, testing and commissioning
of all outdoor LV Switchboards including accessories and related work required for
proper performance and in compliance with these Specifications.

Materials not normally furnished by the manufacturer of the equipment shall be provided
in accordance with Division 6– Underground Electrical Work.

2.1.2 Component of the Switchboard

Switchboard shall consist of the following components:

Cabling Chamber

Main bus bar chamber

Instrument – Protection relay, protection current transformer

Metering – Voltage transformer, current transformer and meters.

Cebu BRT Project - Package 1 (rebid)


Section VII. Works Requirements 228

Switchboard including MCCB (Molded Case Circuit Breaker) timer relay, and
magnetic contactor.

Space for future circuit as shown in the Drawings.

Earth bar.

2.2 PRODUCTS

2.2.1 Rating and Feature

Molded Case Circuit Breaker (MCCB)

MCCB shall be manufactured and tested to comply with applicable requirement of


NEMA, JIS, or approved equivalent.

All mechanical and live part, except terminals and toggles shall be contained in
completely sealed molded case of high mechanical strength and non- tracking phenolic
materials.

The MCCB shall be “Trip-Free”. The tripping mechanism shall be thermal magnetic, and
shall be fully compensated for ambient temperature of 25° C to 50° C and calibrated at
40° C to carry full load.

MCCB shall be completed with overload, short- circuit, and shall have an inversely
proportional to the current up to seven ties full load rating. On higher over current, the
breaker shall trip instantaneously. Wherever specified, additional under voltage relay
protection shall be provided. Clear indication of fault when tripped be indicated in all
MCCB.

2.2.2 Construction

Switchboard shall be outdoor type, self- contained factory-built assembly, and pad
mounted, front and rear access, bottom feed, in NEMA 4 X enclosure, with key provision
for vandal protection.

Lighting Panel board shall be typical to the construction of switchboard except that it has
light timer and photocell for automatic light operation.

All outdoor panels shall be uniform in height and depth. The bare edges shall be lipped.
Each panel shall be divided vertically by isolating sheet metal and horizontal by insulation
between compartment for each switchgear and / or instrument. The sheet steel of 1.2mm
thick shall be used.

Cebu BRT Project - Package 1 (rebid)


Section VII. Works Requirements 229

Cable chamber have ample dimension for ease of cable termination and shall be provided
with:

Cable end box.

Cable lugs

Cable glands.

Armor clamps.

Gland plates.

Straps.

Cable shroud and

Suitable for appropriate size, type and direction of cable entry.

2.3 EXECUTION

2.3.1 Installation

Where the switchboard is delivered in more than one section, the section shall be joined
together to form an integral unit.

The switchboard and outdoor lighting panel board shall stand on a concrete plinth of
minimum 500mm high above finish ground level.

The surface mounted distribution board indoor shall be fixed on the all by means of
minimum four (4) nos. of fixing studs and nuts.

2.3.2 Field Tests and Inspection

Perform in accordance with the manufacturer’s recommendation and testing requirement


in accordance with the Philippine Electrical Code (PEC)

3 INTERIOR LIGHTING

3.1 Scope of Work

The works under this Division covers the supply, installation, testing and commissioning
of Interior Lighting System including accessories, related work required for proper
performance and in compliance with these Specifications.

3.2 PRODUCTS

Cebu BRT Project - Package 1 (rebid)


Section VII. Works Requirements 230

3.2.1 Lighting Fixtures and Accessories

Lighting fixtures shall be provided with the lamps of the number, type, and wattage
shown on the drawings. The details, shapes and dimensions are indicative of the general
type required, but are not intended to restrict selection of fixtures of any particular
manufacturer. Fixtures of similar designs and equipment, light –

distribution and brightness characteristic, and of equal finish and quality shall be
submitted for approval.

Fixtures shall be manufactures from inherently corrosion, moisture, and fungus-


resistance materials, such as non- ferrous metal, glass or plastic. Lamp bases and lamp
socket shall be of the same type or material.

3.2.2 Light Emitting Diode (LED) Lighting Fixtures

Provide fixture conforming to UL 1570, or JIS C 8105, except for lighting fixtures
intended for wet and damp location, which shall conform to UL 57.

The Contractor shall provide Light Emitting Diode (LED) lighting fixtures of the number
and type, and wattage as indicated. All LED shall be cool- white lamps energy savers.

3.2.3 Recess and Flush Mounted Fixtures

The Contractor shall provide a type that can be re-lamped from the bottom. Trim for the
exposed surface of flush mounted fixtures shall be proposed by Contractor for approval.

3.2.4 Suspended Fixtures

The Contractor shall provide hangers capable of supporting twice the combined weight
of the adjoining fixtures. The Contractor shall also provide fix hangers to ensure plumb
installation. The hanger shall be strong enough to protect the fixtures from strong
vibrations and withstand strong and gusty wind up to 240 kph.

3.2.5 Emergency Light

Emergency light shall conform to UL 924, NFPA 101. Lamps shall be LED sealed beam
type having wattage and voltage as required for the application and having the accessories
required for remote mounting where indicated.

Each unit shall have:

Automatic power failure device,

Test switch,

Cebu BRT Project - Package 1 (rebid)


Section VII. Works Requirements 231

Pilot light,

Fully automatic high / low trickle charger,

Low voltage battery disconnect device,

Automatic overload protection,

Brown- out sensitive circuit to activate battery when AC input falls to 75% of normal
voltage, and

Rack for wall or column mounting.

The battery shall be seal – lithium-ion battery, minimum 60 minutes battery operation and
maintenance-free under normal operating conditions.

3.3 EXECUTION

3.3.1 Installation

The Contractor shall set lighting fixtures plumb, square, and level with ceiling and walls,
in alignment with adjacent lighting fixtures, and secured in accordance with
manufacturer’s direction and approved shop drawings. The installation shall meet the
requirement of PEC and NFPA 70.

Mounting height specified or indicated shall be to the bottom of fixture for ceiling
– mounted fixtures and to the center of fixtures for wall mounted fixtures. Approval of
the exact mounting for lighting fixtures on the site shall be obtained before installation is
commenced and, where applicable, after coordinating with the type, style, and pattern of
the ceiling being installed.

For fixtures smaller in size than the ceiling grid, the Contractor shall provide a minimum
of four (4) wires per fixture and locate at each corner of the ceiling grid in which the
fixture is located.

Fixtures shall not be supported by ceiling acoustic panels. Additionally, for recessed
fixtures, the Contractor shall provide support clips securely fastened to ceiling grid
members, to a minimum of one at or near each corner of each fixture.

Seismic support for lighting fixtures: In addition to the requirements of the preceding
paragraph, lighting fixtures and supports shall conform to the Standards for Safety UL-
57 and requirements given hereunder.

Loop and hook or swivel hanger assemblies for pendant fixtures shall be fitted with a
restraining device to hold the stem in the support position during earthquake motions.

Cebu BRT Project - Package 1 (rebid)


Section VII. Works Requirements 232

Pendant support lighting fixtures shall also be provided with flexible hanger device at the
attachment to the fixture channel to preclude breaking of the support. The motion of
swivel or hinged joint shall not cause sharp bend in conductor or damage to insulation.

3.3.2 Grounding

Non- current carrying part of equipment shall be grounded as Specified in Division 3,


“Interior Wiring Systems”. Copper grounding conductor shall be directly connected to
ground rods. “One and only one grounding conductor coming from grounding system (as
riser grounding conductor) shall be connected to the electrical system of the entire
installation. No More No Less.

4 OUTDOOR LIGHTING SYSTEM

4.1 Scope of Work

The works under this Division covers the supply, installation, testing and commissioning
for the Outdoor Lighting system including accessories and incidental work required
proper performance and in compliance with these Specifications.

4.2 PRODUCTS

4.2.1 Luminaires

The Contractor shall provide luminaires complete with lamps of the number, type and
wattage indicated in the drawings. The details shapes and dimensions are indicative of
the general type desired, but are not intended to restrict selection to luminaires of any
particular manufacturer. Luminaires of similar design, equipment, light distribution,
brightness characteristics and equal finish and quality may be submitted for approval.

4.2.2 Lamps

The lamp shall be of Light Emitting Diode (LED), type 220 volts, 60 Hz. and wattage as
indicated in the drawings.

4.2.3 Street Light Luminaire

Street light luminaries shall be supplied complete with lamps of the number, type and
wattage as indicated in the Bill of Quantity, drawings and specifications. They shall be of
a type able to withstand the harsh, stormy, and corrosive outdoor environment. The
following specifications shall apply, whether or not called for in these Specifications.

157watts LED for roadway luminaire and 90watts LED for walkway luminaire similar to
Cooper Lightings or GE Lightings.

Lighting shall have a life of more or less 60,000 burning hours.

Cebu BRT Project - Package 1 (rebid)


Section VII. Works Requirements 233

Street lighting luminaires shall be constructed with LED lamps, die-cast aluminum,
electromagnetically sprayed with polyester powder finish, over anti- corrosion primer.

Highly purity anodized alumina reflector, boron-silicon prism glass, provides best optical
performance.

UL Listed 1572.

Individual or group photocell shall be provided for automatic switching of group


luminaire for set of circuit “A”, while a “Timer switch” shall be provided for the
automatic switching of Luminaire for group of set “B” lighting system. Group “B”
Lighting shall be open at 6 pm until 12 midnight via “Timer Switch”.

Charcoal filter.

Adjustable lamp holder to provide different lighting distributions.

External stainless-steel bail latch for tool-less lamp replacement.

Lamp: 157watts LED for roadway luminaires and 90watts LED for walkway luminaires,
264watts LED for Floodlights similar to GE Lightings or Galeon of Cooper Lightings,
and 95watts LED suitable as Low-bay or High-bay lighting fixtures similar to GE
Lightings or Cooper Concise LED lamps.Class 1.

4.2.4 Flood Light Luminaire and Roadway Luminaire

1. FLOODLIGHTING

Floodlight shall be 264watts 220v, Heavy-wall, die-cast aluminum and heat sinks
patented, high-efficiency, injection-molded AccuLED optic technology, Housing
finished in durable TGIC polyester powder and coat paint, made in USA similar to
GLEON-AR-05-LED-E1-T4FT-GM-ADJZ-WM-7030. Lamp shall be 264watts Light
Emitting Diode (LED), 4000K (+/- 275K) CCT and minimum 70CRI. 220V 60Hz., IP
66, should meet 90% lumen maintenance expected at 60,000 burning hours.

2. STREET LIGHT ROADWAY LUMINAIRE

Roadway luminaire shall be 157watts LED and for walkway luminaire shall be 90watts LED,
utilizing AccuLED optic technology, with 4000K (+/- 275K) CCT and minimum 70CRI.
220V 60Hz. IP 66, constructed with heavy duty die-cast aluminum housing and door with
extruded aluminum heat sink. Toll-less entry, hinged removable power tray door for easy
maintenance. 3G vibration rated. LED drivers are mounted to the removable die-cast
aluminum door for optimal heat sinking and ease of maintenance. Suitable for ambient
temperature up to 40 deg. C. light squares are to be IP 66 enclosure rated. UL listed, for wet
location, ISO 9001. Should meet 90% lumen maintenance expected at 60,000 burning hours.

Cebu BRT Project - Package 1 (rebid)


Section VII. Works Requirements 234

3. CANOPY LIGHTING LUMINAIRES

Bus terminal lighting fixtures shall be 95watts LED type V SQUARE Distribution utilizing
AccuLED optic technology, with 4000K (+/- 275K) CCT and minimum 70CRI. 220V 60Hz.,
IP 66, shall be constructed of one-piece, low copper die-cast aluminum housing features
heavy-wall construction for superior heat transfer and resistance to corrosion. Formed
aluminum faceplate is secured via four stainless steel fasteners, should meet 90% lumen
maintenance, expected at 60,000 burning hours and is recessed for clean mating of door
and housing. Optimal GL optic internally shield the drive lane and pedestrians from direct
source viewing.

4.2.4 Lighting Panel Cubicles

Lighting panel cubicles shall be installed as shown on the drawings. The cubicle shall be
outdoor type 380/220volts, 3 phases, 4 wires system, enclosure shall be metal enclose
(NEMA 4X) with lockable door conforming to approved standard. Each cubicle shall be
provided with the following:

Terminal block

Nameplate

Grounding terminal

Pilot lamp

Necessary accessories

Lighting cubicle shall be installed on the foundation constructed by the Contractor on its
own cost and incoming cables with Wye splices. Cables ducts shall be provided as shown
on the Drawings.

Photo- electric daylight switch shall be weatherproof plug in type with contact having
sufficient capacity to operate the connected loads.

4.2.5 High Mast Lighting Pole

The High Mast shall consist of galvanized column, a head frame assembly, at top of the
mast column. The column shall be of 12-meter nominal height.

The masts shall be delivered to site in minimum number of sections for shipment for jointing
at the site. Detailed instructions relating to the site assembly shall be provided. Intermediate
section length shall not be less than 10 meters. Mast shall be supplied in section not exceeding
the quantity as shown on the drawings.

Cebu BRT Project - Package 1 (rebid)


Section VII. Works Requirements 235

The top end section of the mast shall have the necessary fixing for bolted connection to
the head frame. The base section shall be fitted with base plate for fixing the mast onto
the concrete foundation by anchor bolts.

Wall thickness of each section shall be designed to withstand the load to which the pole
will be subjected to, but not less than 4mm.

The lower section shall be equipped with square base plate with holes drilled for anchor
bolt passage. The mast shall be securely welded to the base plate by full strength weld.

A door opening with heavy reinforcement by flat iron bar shall be provided at the base of
the mast of adequate dimension to permit clear access to wiring installation inside with a
close fitted weather proof door ad having a vandal resistant lock.

4.2.6 Area Lighting Pole

1. Street Lighting Poles

The pole shall consist of a vertical steel tapered tube made from 4.5mm thick hot rolled steel
sheet with a yield point of not less than 25 kg/mm2 and ultimate tensile strength of not less
than 41 kg/mm2. All joints shall be securely welded and a bracket with single or double arm
shall be fitted on top of the straight pole. The pole shall be spigot to suit all manufacturer
lanterns, provided with weatherproof service door, with lock screw, in which terminal for
wirings, for lamps and grounding shall be placed. Each pole shall be provided with an anchor
base plate for the bolts. The base plate shall be treated by approved anti-corrosion treatment
up to level of 25cm above ground level. Poles shall be protected against corrosion by hot dip
galvanizing inside and outside to ensure rust free service. No welding, drilling or machine
operation shall take place after galvanizing has been carried out. Any damaged galvanizing
at the Site shall be made good with a coat of zinc rich paint approved by the Engineer. The
pole height shall be 12 meters dislocation – arm (12 meters with 2 meter arm for roadway
luminaires and 6 meters with 1.2 meter arm for walkway luminaires) and 9 meters for
single arm.

For Urban Realm Enhancement lighting, a 3 meters high lamp post as shown on the
picture shall be adopted.

2. Materials

Cebu BRT Project - Package 1 (rebid)


Section VII. Works Requirements 236

The column shall conform to BS EN 10025 or approved equal. Anchor bolts shall
conform to ASTM a307. Other steel for accessories shall conform to BS 1987, JIS G3101
SS40 or approved equal. Galvanizing shall conform to BS 729, ASTM A123 galvanizing
process.

3. Anchorage

The column shall be securely welded to a square base plate of minimum 19mm thick by
full strength welds. The base plate shall have 4 number elongated slot holes to cater
anchor bolt for final adjustments of pole orientation at Site.

Base flange dimension shall be of minimum 400mm square, thickness of 19mm and the
anchor bolts shall be determined by calculation subject to
Engineer’s approval.

The anchor bolts shall be threaded at one end and each shall be equipped with three nuts
and two washers.

4. Foundation Design

The foundation design shall be constructed in accordance with the current local structural
regulation and shall take into consideration the Site soil conditions and ground reaction
of the columns and other related loading deemed necessary by the Engineer.

The Contractor shall provide the design and produce the details of the footing for
submission and approval.

4.2.7 Paint

The pole, brackets, support and bolts shall be painted with two coats of epoxy primer
Dutch Boy Amerlock 400 or approved equal and two coats of Dutch Boy Amercoat
400GL aluminum silver color or approved equal.

4.3 EXECUTION

4.3.1 Installation

Installation shall comply with the applicable standards referenced in Division 1 – General
Requirements for Electrical works.

Poles and steel mast shall be mounted on and anchored to a reinforced concrete foundation
with base plates, anchor bolts, standard nuts, and washers as shown on the Drawings.

4.3.2 Grounding

The Contractor shall ground non-current carrying parts of the equipment including the
metal poles as specified in Division 6 “Underground Electrical Work”. Where the copper

Cebu BRT Project - Package 1 (rebid)


Section VII. Works Requirements 237

grounding conductor is connected to metal other than copper, Contractor shall provide
specially treated or lined connectors suitable for the purpose.

4.3.3 Field Tests

Field tests shall comply with the applicable standard reference in Division 1 – General
Requirements for Electrical Works. The Contractor shall provide electrical power
required at its own cost for the field tests.

Field test include:

Wiring continuity, polarity and insulation resistance checks.

Grounding checks including ground loop impedance per circuit, and earth resistances.

Lighting operational checks.

All tests shall be properly recorded on an approved form.

5 DIESEL ENGINE GENERATOR SET

5.1 Scope of Work

The works under this Division covers the supply, installation, testing and commissioning
of Diesel Engine Generator set associated equipment sand cables works, indicated on the
Drawings and in the Bill of Quantities, and includes:

Standby generating system and associated;

Exhaust gas piping system

Fuel distribution systems including day tanks, piping, electric fuel pump, etc.

Water cooled radiator

Batteries for start – up system

Lubricating oil system

Total noise and vibration control systems conforming to the Department of


Environmental and Natural Resources (DENR) guidelines.

Power, control, instrumentation, grounding cables and conductors, as shown on the


Drawings.

Cebu BRT Project - Package 1 (rebid)


Section VII. Works Requirements 238

Accessories and related works required to provide a complete and comprehensive


working in full compliance with these Specifications.

5.1.1 Control of Generator Set

1. General

The concept of the control system shall basically be as specified hereafter. The
Contractor further indicates the details for the control circuit, necessary indicators,
alarm, etc.

2. Control

Start Operation

The diesel generator will be manually and automatically started and stopped after
selecting the position switch mounted on the generator panel.

Stop Operation

3. Ordinary Stop

The generating power shall be manually and gradually decreased by means of the
governor control switch to the minimum generating power of the unit at the panel.

The generator circuit breaker shall be opened by means of the circuit breaker control
on the generator panel.

Then the engine stop push-button shall be pressed.

Engine stopping device shall be automatically operated by means of an interlock


signal of stop, and he speed detection, etc., sequentially, so that the unit can be
brought to standstill condition.

4. Emergency Stop

An emergency stop control shall be provided for protection of the engine-generating


unit against occurrence of serious trouble either mechanical or electrical.

The unit shall be automatically prevented from the start of the operation when the
emergency stop control is operated, and the unit shall automatically shut down should
occurrence of such abnormal conditions or malfunctions encountered.

5.2 PRODUCT

5.2.1 Diesel – Generator and Auxiliary equipment

Cebu BRT Project - Package 1 (rebid)


Section VII. Works Requirements 239

1. General

Diesel – Generator shall be silent type complete with accessories, auxiliary


equipment and associated works as specified. The generator shall consist of a diesel
engine direct- coupled to an alternator with brushless excitation system. It shall
include all necessary accessories and auxiliary equipment to provide a complete self-
contained unit capable of operating independently as indicated in the Drawings.

2. Equipment Rating and Capability

The diesel – generator shall have a net standby rating capacity of not less than 15
KVA for single model BRT station and 30 KVA for two model BRT station at 0.8
pf. Both the engine and generator shall be capable of satisfactorily carrying a load 10
% in excess of the net standby rated generating capacity at .8 power factor for a period
of 1 continuous hour out of any 24 consecutive hours. All auxiliary equipment
furnished shall be designed for standby duty of 110% of rated net capacity of the
generating unit.

3. Mounting Base and Enclosure

The structural base for the diesel – generator shall be of the common base type and
shall have adequate strength and rigidity to maintain alignment of the equipment
mounted on a concrete foundation. Provide at least four (4) vibration isolators to
isolate the diesel- generator set from the concrete foundation. The isolator shall be
specifically listed for this application and shall have a minimum deflection of 25mm.

4. Diesel Engine and Accessories

To engine to be furnished under these Specifications shall be 1800 RPM, water


cooled diesel engine and shall operate satisfactorily on a commercial grade of No. or
no.3 diesel fuel oil.

The diesel engine shall be of the vertical in- line or alternatively, “V” formation,
multi cylinder, four cycle type, with solid injection type fuel system. The maximum
speed of the engine shall not be less than 1800 RPM. The lubricant system shall be
of the wet type and removable. The crankshaft shall be fully counterbalanced with
all bearing surfaces to harden or equal and fitted with an acceptable viscous type
vibration damper. There shall be one more main bearing than here is number of
cylinders.

The complete diesel engine generator unit shall be free from critical and torsional
vibration within the operating speed range. The engine is to be furnished complete
with following standard accessories:

Diesel engine directly coupled to AC brushless alternator.

Cebu BRT Project - Package 1 (rebid)


Section VII. Works Requirements 240

Set mounted radiator with fan and guard.

Basic base frame with integral anti- vibration mountings.

Engine sump oil drain tap.

Exhaust Muffler

Circuit breaker

8-hour capacity fuel day tank.

Generator set operation and maintenance manual.

Lead acid battery and automatic charger.

Replaceable element type filter to be engine mounted in fuel line between fuel
supply tank and fuel pump.

Engine governor to engine speed within 3 percent speed regulation

Over-speed shutdown control for protection against over-speeding in case


the governor fails to control the speed within proper limit for any reason.

A suitable engine mounted instrument panel shall be provided and shall include:

Lubricating oil temperature gauge

Lubricating oil pressure gauge

Water temperature gauge

Engine hour- run meter

Tachometer

Operation failure indicators

Emergency start and stop push buttons to override complete control system
excluding engine and alternator safety interlocks.

The above panel shall have digital or analogue read- out and contains the voltage
regulator.

Audible and visible alarm system shall be provided to warn of both high water jacket
temperature and low lubricating oil pressure.

Cebu BRT Project - Package 1 (rebid)


Section VII. Works Requirements 241

5. Engine Fuel System

a) General

A fuel oil system shall be provided for the diesel engine comprising of fuel oil
transfer pump, feed pump, filters, valves, tank, mechanical flow meter, oil level
gauge, and switches, necessary fittings and pipe woks.

b) Fuel Oil Transfer Pump

The pump shall be operated automatically by level switch fitted at the fuel oil daily
tank. The pump shall also be operated by On / Off switch beside the day tank.

5.2.2 Alternator

The alternator shall be directly coupled to the engine and shall be of the brushless type,
and self-exciting and self-regulating, with a rotating salient pole field system and
incorporating the following features:

It shall be wound for three-phase, four wires, star connected system with a rated output
of 15 kVA for single model BRT station and 30 KVA for two model BRT station, and
frequency of 60 Hertz, and shall have a continuous raring.

For the excitation system and automatic voltage regulation (A.V.R.), the alternator shall
be designed for positive voltage build – up by permanent magnets being provided in the
exciter field and with special winding to provide silicon rectifier to the exciter field.
Constant output voltage shall be achieved by the provision of transistorized A.V.R. to
adjust the exciter field current to compensate for all normal variations and power factor.
The A.V.R. shall incorporate the following features;

The voltage regulation shall be + or – 2.5 % of nominal, from no-load to full-load at;

Any power factor within the range 0.80 lagging and unity

Between the hot and cold running condition at the diesel- generator, and

For an engine speed variation of 4.5% between no-load and full-load.

After any load transients the voltage shall be restored to within this limit in less than 3
seconds. The line voltage waveform shall be limited to 2% harmonic content for all loads
from 25% to 125%. It shall not exceed 5% for any other load conditions.

5.2.3 Generator Control Panel

Cebu BRT Project - Package 1 (rebid)


Section VII. Works Requirements 242

The generator control panel shall be equipped with the following components as a
minimum:

Voltage sensing relays and associated equipment.

1 set adjustable time delay (0 to 60 sec) equipment to prevent set starting in the event
of false main failure or momentary break in the supply.

Voltmeter for all phases

Ammeter for all phases

Kilowatt hour meter

Frequency meter of direct reading type.

Kilowatt meter

Selector switch for “OFF”, “TEST”, “AUTO”, and “MANUAL”.

Main supply on indicator lamp.

Engine start push button with reset push button.

Engine stop push button.

Main failure simulation switch.

Fail to start indicator lamp.

Low oil pressure shut down indicator lamp.

High water temperature shut down indicator lamp.

Engine over-speed indicator lamp.

Alarm acknowledgement push button (to cancel both audible and visible alarms).

All necessary internal wirings and interconnections.

Non-ferrous gland plate and interface terminal connection blocks for termination of
all incoming / outgoing cables.

5.3 EXECUTION

Cebu BRT Project - Package 1 (rebid)


Section VII. Works Requirements 243

5.3.1 Factory Tests and Inspections

1. Alternator Factory Tests

Temperature test on the alternator shall be performed by the manufacturer of that


equipment in his own plant prior to installation on the generator skid. Alternator tests
shall include insulation resistance, die-electric resistance, open circuit saturation,
short circuit saturation, zero power factor, 60 Hz saturation curve. All tests shall be
submitted to the Engineer. Calculations of the sub-transient reactance using test
values shall be included in the test report.

2. Diesel – Generator Factory Test

Factory test on generator unit shall include, but not limited to:

Hydrostatic tests on water jackets to demonstrate that the water seal and water
jackets are watertight. Test report shall indicate pressure at which test was made
and the results.

Generating unit shall be operated continuously for a period of not less than 4 hours.
During this time, I shall operate for not less than one hour and a half load, one hour
at three quarter loads, one hour at full load, and one hour at 110%of rated load, at
unity power factor. If it becomes necessary to stop the machine during this
period, the whole 4-hour tests shall be repeated. During the test, the following
data shall be recorded at the start, at 15-minute intervals, and at the end of each
load run. Fuel consumption, exhaust temperatures, lube oil temperature and
pressures, crankcase vacuum, and any other important data.

Confirm smokeless combustion, adequacy of capacity of engine and


complementary equipment, and freedom from undue strain.

Upon completion of the tests check oil presence of metal filings and/ or water.

Provide the necessary load bank and install all temporary instrumentation,
piping, and electrical wiring and make all electrical connections required for the
generating unit tests.

3. Test Re-Runs

If the specified performance is not indicated by these tests, make such adjustments
and changes as necessary and conduct additional tests as required, to further check
the performance of the equipment. Contractor shall bear all costs of such additional
tests, including cost of fuel used.

5.3.2 Installation

1. Field Tests and Inspections

Cebu BRT Project - Package 1 (rebid)


Section VII. Works Requirements 244

Upon completion of the installation and general testing as specified in Division 1 –


General Requirements for electrical Works, notify the Engineer in writing that the
generating unit and its auxiliary equipment are ready for final field tests. These tests
will be witnessed by the Engineer or his authorized representative, ad shall include
the following:

i. A test to assure proper functioning of the over speed trip.

ii. An individual test of each pressure and temperature alarm switch.

iii. Demonstrate automatic start-up, and load pick up for a simulated mains
failure. Confirm operation as set out under section 4.2.1 of these
Specifications.

iv. Demonstrate aromatic transfer of load back to mains supply following


reinstatement of mains supply.

6 OUTDOOR SUB-STATION

6.1 Scope of Work

The works under this Division covers the supply, installation, testing and commissioning
of Outdoor Substation including accessories and related work required for proper
performance and in compliance with these Specifications.

6.1.1 Major Equipment

The major equipment shall be as shown in the Drawings and shall consist but not limited
to the following:

a) Fuse – switch

b) Power Transformer

c) L.V. Circuit Breakers

d) Instrument Transformer

e) Indicating Instrument

6.1.2 Control

1. General Requirement

Cebu BRT Project - Package 1 (rebid)


Section VII. Works Requirements 245

The Contractor shall furnish, assemble, and wire all instruments, control and switches,
enunciators, protective relays, and other equipment mounted on the panels. All
equipment shall meet the requirements as defined in these Specifications.

2. Required Information

The Contractor shall submit the name of manufacturer and the type or model of the
equipment offered. Technical data, descriptive information, drawings and catalogs
showing all significant characteristics and details, principles of operation, general
arrangement and dimension shall be included to enable the Engineer to determine the
suitability of the equipment for its purpose.

6.2 PRODUCTS

6.2.1 Materials and Equipment

Materials and equipment shall conform to the respective standards and to the
Specifications herein. Electrical ratings shall be as indicated hereunder:

1. Fuse Switch : IEC 947


2. Power Transformer : IEC 76
3. L.V. Circuit Breaker : IEC 157
4. Instrument Current Transformer : IEC 185
5. Instrument Voltage Transformer : IEC 186
6. Measuring Instrument : IEC 258, IEC 414, IEC 348.

6.2.2 Equipment Electrical Performance

1. System Highest Voltage : 34.5 kv


2. Frequency : 60 Hz.
3. System Grounding : Wye Connection Solid grounding system
Rated withstand voltage
4. impulse : 60 kv
5. Control source : AC 220 V, 60 Hz. Single phase

6.2.3 Rating and Feature

Metal Enclose Cubicle

- Type: Outdoor, self – supported, metal – enclosed weatherproof type of protection


– IP 56

Voltage Ratings:
(1) Nominal : 34.5 kv
(2) Maximum : 60 kv

Cebu BRT Project - Package 1 (rebid)


Section VII. Works Requirements 246

Frequency : 60Hz

6.2.4 Power Transformer

Type – three phase oil- immersed, natural air cooled, installed in metal housing, outdoor
use.

Frequency - 60 Hertz

Rated Capacity - 60 KVA

Rated Voltage

- Primary – 34.5 KV

- Secondary – 380 / 220 V, 3 phases, 4 wire system.

System Highest Voltage – 60 Kv

Rated Withstand Voltage

Primary

- Impulse – 60 KV

- Power Frequency – 20 KV

Cooling System – ONAN

Connection

Primary - STAR Connection. (Contractor to verify the utility primary voltages to match
the transformer primary, prior to purchase, subject to Engineer’s approval)

- Secondary – STAR Connection, Neutral Brought out.

Primary Tapping – 34.5 KV +,- 2x2.5%

Maximum Temperature - 65°C

6.2.5 Instrument Current Transformer

Type – single phase dry cast resin type, outdoor

Voltage Ratings

Cebu BRT Project - Package 1 (rebid)


Section VII. Works Requirements 247

34.5
a) Nominal : kv
60.0
b) Maximum : kv

Frequency - 60 Hertz

Rated Withstand Voltage

- Power Frequency – 20 KV

- Impulse – 60 KV

Current Ratio – 20 / 5 A, 500 / 5 A

Accuracy Class

- For precision meter – 0.5 Class

- For Other – 1.0 Class

6.2.6 Instrument Voltage Transformer

Type – Dry Cast Resin Outdoor

Voltage Ratings

34.5
a) Nominal : kv
60.0
b) Maximum : kv
c) Frequency : 60 Hertz

Rated Withstand Voltage

- Power Frequency – 20 KV

- Impulse – 60 KV

Current Ratio – 20 / 5 A, 500 / 5 A

Accuracy Class
- For precision meter – 0.5 Class

Cebu BRT Project - Package 1 (rebid)


Section VII. Works Requirements 248

- For Other – 1.0 Class

6.3 EXECUTION

6.3.1 Comply with this Division, as required by these Specifications.


6.3.2 Installations
6.3.3 Grounding
6.3.4 Field tests and Inspections

7 UNDERGROUND ELECTRICAL WORKS

7.1 Scope of Work

The works under this Division covers the supply, installation, testing and commissioning
of Underground Electrical Work including accessories and incidental work required for
proper performance and in compliance with these Specifications.

7.2 PRODUCTS

7.2.1 Materials and Equipment

Materials and equipment shall conform to the respective standards and to the
Specifications herein. Electrical ratings shall be as indicated hereunder:

Conduit shall be Rigid Plastic, UL 651, Schedule 40 PVC and Schedule 80 for direct
buried application.

PVC Fittings shall conform to L 651.

Tape shall conform to UL 510. Tape shall be capable of performing continuously under
temperature environment of 80⁰ C.

Power Wires and Cables

- Wires and cables conductor Sizes: Wire and cable conductor sizes are designed by
areas in square millimeters. Conductors shall be copper. Insulated conductor shall bear
the date of manufacture imprinted on the wire insulation together with other
identifications. Wire and cable manufactured more than 12 months before delivery to the
jobsite shall not be used. Provide conductor identification within each enclosure where a
tap, a splice or termination is made.

- Wire Conformation: Provide wires conforming to XLPE and THHN, and TW. Type
THW will not be allowed to be used in this electrical work.

Cebu BRT Project - Package 1 (rebid)


Section VII. Works Requirements 249

- 600 volts Wires and Cables: Conductor sizes are indicated by areas in square
millimeters (mm2) for copper conductors. Insulated wires and cables manufactured
more than 12 months prior to delivery shall not be used. Use 3.5mm2 minimum sized
conductors, unless otherwise noted.

Wire connectors and terminals for use with copper shall conform to UL 486A.

Grounding and bonding equipment shall conform to UL 467.

Underground Structure

- Manholes and handholes shall be provided with grounding rod and shall have smooth
trowel finish for floor and horizontal surfaces. Top and bottom shall be reinforced
concrete and shall be monolithic concrete construction with the bottom. Handhole
walls shall be constructed of reinforced concrete. Bottom shall be of monolithic
concrete construction ducts. Duct entrance and windows shall be located near the
center of the structure to facilitate cable tracking. Cover shall fit the frames without
undue play. Steel and iron shall be formed to shape and size with sharp line and
angles. Castings shall be free from warp and blow holes that may impair their strength
and appearance. Exposed metal shall have a smooth finish. Provide all necessary
brackets. Set pulling –in iron shall be installed in the wall opposite each duct line
entrance. Cable tray shall also be provided for tying cables in neat manners. The word
“ELECTRIC” shall be casted on top of all manhole and handholes covers. Cable rack
arm and insulators shall be adequate to accommodate the cables.

- Construction under pavement for duct bank shall be provided with reinforcing steel
bar.

7.3 EXECUTION

7.3.1 Installation

Underground cable installation shall conform to PEC, NFPA 70, and ANSI C2.

Underground Duct with Concrete Encasement: construct underground duct lines of


individual conduit incase in concrete. The conduit shall be of schedule 40 PVC. Do not
mix the kind of conduit use in any one duct bank. Duct shall not be smaller than 50mmØ
unless otherwise indicated. The concrete encasement surrounding shall be rectangular in
cross-section and shall provide at least 76mm of concrete cover for ducts. Separate
conduits by a minimum concrete thickness of 40mm, except separate light and power
conduits from control signal and telephone conduits by a minimum thickness of 76 mm
or as specified.

- The top of the concrete envelope shall not be less than 600mm below grade.

Cebu BRT Project - Package 1 (rebid)


Section VII. Works Requirements 250

- Ducts shall have continuous slope downward toward manhole/ handhole and away
from the buildings. Except at conduit riser, accomplish changes in direction of runs
exceeding a total of 10 degrees, either vertical or horizontal, and by a long sweep
bend having a minimum radius of curvature of 7.6 meters. Sweep bends may be up
of one or more curved or provide a plastic warning tape in the backfill approximately
300 mm below grade. The tape shall be yellow plastic with integral warning legend
repeated continuously throughout the entire length of the pipe. Straight section or
combination thereof. Manufactured bends shall have a minimum radius of 457mm
for conduit size up to 80mm in diameter. For a conduit size of 80mmØ or larger, a
minimum radius bends of 900mm shall be allowed.

- Terminate conduits in end-bells where duct lines enter the handholes. Separators
shall be of pre-cast concrete, high impact polystyrene, steel, or any combination of
these. Stagger the joints of the conduits by rows and layers so as to provide a duct
line having the maximum strength. During construction, protect partially completed
duct lines from the entrance of debris such as mud, sand and dirt by means of suitable
conduit plugs. As each section of a duct line is completed from manhole to manhole
or handhole to handhole, draw a brush through having a diameter of the duct and
having stiff bristles until the conduit clear of all particle of earth sand and gravel,
then immediately install conduit plugs.

Cable Pulling: Test duct lines with mandrel and thoroughly swab out to remove foreign
material before pulling of cables. Pull cables down grade with feed- in point at pull box
of the highest elevation. Use flexible cable feeds to convey cables through the pull box
and into the duct runs. Cable shall be accumulated at each pullbox where space permits
by training the cable around the interior to form a complete loop. Minimum allowable
bending shall be maintained in forming such loops.

- Lubricant for assisting in the pulling of cables shall be those specifically


recommended by the cable manufacturer. Cable lubricant shall not deleterious to
the cable sheath, jacket, or outer covering.

- Cable pulling tension shall not exceed the maximum pulling tension recommended
by the cable manufacturer.

Secondary cable runs 600 volts and less, in non-metallic duct conduit shall include an
insulated copper equipment grounding conductor sized as required by the rating of the
over current device supplying the phase conductor.

- Installation of Cables in Manhole and Handholes

- Do not install cables utilizing the shortest route, but route along those walls providing
the longest route and the maximum spare cable lengths. Form all cables to closely
parallel walls, not to interfere with duct entrances, and support on brackets and cable
insulators at a maximum of 46 mm. Support cable splices in underground structures
by racks on each side of the splice. Locate splices to prevent cyclic bending in the

Cebu BRT Project - Package 1 (rebid)


Section VII. Works Requirements 251

splice sheath. Install cables at the middle and bottom of cable racks, leaving top space
opening for future cables.

Cable Terminating: protect terminations of insulated power and lighting cables from
accidental contact, deterioration of coverings and moisture by the use of terminating
devices and materials. Install all terminations of insulated power and lighting cables,
cable splices, in accordance with the manufacturer’s requirements. Make terminations
using materials and methods as indicated or specified herein or as designated by the
written instruction of the cable manufacturer and termination kit manufacturer.

Splices for 600-volt class cables: splices in the underground system only in accessible
locations such as handholes using a compression connector on a conductor and by
insulating and waterproofing by one of the following methods suitable for continuous
submersion in water.

7.3.2 Field Tests

Aside to the requirements stated elsewhere in the Contract, the Engineer shall be given 4
working day notice prior to each test.

Distribution Conductors 600 volts Class: Test all 600-volt class conductors to verify that
no short circuits or accidental ground exist. Make tests using an instrument which applies
a voltage of approximately 500 volts to provide a direct reading in resistance.

Ground Rods: test ground rods for ground resistance value before any wire is connected.
Use a portable ground testing (Earth tester) to test each grounding rod or group of ground
rods. The instrument shall be equipped with a meter reading directly in ohms or fractions
thereof to indicate the ground value of the ground electrode under test. Provide one copy
of the manufacturer’ directions for the method to be used for ground resistance testing.

Test Report

- 600-volt cables (Identify each cable and test results)


- Grounding electrode and systems. (Identify electrodes and system, each test.)

8 GROUNDING AND LIGHTNING PROTECTION

8.1 Scope of Work

The works to be done under this Division includes providing a grounding and lightning
protection system designed to protect from a predetermined volume and safely convey
the lightning current to earth through a known and preferred route, complete in all aspects
and in compliance with these Specifications.

The lightning protection system shall include:


a) Air Terminations

Cebu BRT Project - Package 1 (rebid)


Section VII. Works Requirements 252

b) Mechanical Support
c) Down Conductor
d) Grounding System

The design of the components shall be traceable to field research, laboratory testing,
fundamental analysis and statistical levels of the lightning events.

8.2 PRODUCTS

8.2.1 Materials and Equipment

Materials and equipment shall conform to the respective standards and to the
Specifications herein. The electrical characteristics shall be as indicated.

- Grounding electrodes shall be cone pointed, sectional copper clad steel, and 20mm
diameter by 3000 mm long.

- Grounding conductor shall be green insulated medium drawn copper, 30mm2


minimum size unless otherwise indicated or specified.

- Lightning protection materials shall conform to Class 1 installation, where all


materials to be used shall be UL Listed.

- Air terminal shall be solid copper 16mm diameter by 600 mm long.

- Main conductor cable shall be stranded, insulated green, medium- drawn copper
30mm2 cross-sectional area.

- Connection hall be by exothermal welding unless otherwise indicated.

8.3 EXECUTION

8.3.1 Installation

Every cable duct shall be provided with a ground wire (counterpoise) sized as indicated
in the drawings. (Same size as neutral conductor)

Each high mast surrounding the Toll Plaza shall be provided with Lightning Arrester (Air
Terminal) each.

All lighting pole including high mast shall be fully grounded by providing each a ground
rod and conductor as indicated on Drawings.

The down conductors for lightning protection system shall be connected to a grid system,
separate from the equipment grounding.

Cebu BRT Project - Package 1 (rebid)


Section VII. Works Requirements 253

Ground rods (electrodes) and grounding conductor shall be laid 600mm below grade line.

Cebu BRT Project - Package 1 (rebid)


Section VII. Works Requirements 254

PART L: BUILDING STRUCTURES (Bus Station)

ITEM 803 STRUCTURE EXCAVATION

803(1) a Structure Excavation (Common Soil)

1. Description

This Item shall consist of the necessary excavation for foundation of building structures, culverts,
underdrains, and other structures not otherwise provided for herein. Except as otherwise provided
for pipe culverts, the backfilling of completed structures and the disposal of all excavated surplus
materials, shall be in accordance with these Specifications and in reasonably close conformity with
the Plans or as established by the Engineer.

This Item shall include necessary diverting of live streams, bailing, pumping, draining, sheeting,
bracing, and the necessary construction of cribs and cofferdams, and furnishing the materials
therefore, and the subsequent removal of cribs and cofferdams and the placing of all necessary
backfill. It shall also include the furnishing and placing of approved foundation fill material to
replace unsuitable material encountered below the foundation elevation of structures.

2 Construction Requirements

The Contractor shall notify the Engineer sufficiently in advance of the beginning of any excavation
so that cross-sectional elevations and measurements may be taken on the undisturbed ground. The
natural ground adjacent to the structure shall not be disturbed without permission of the Engineer.
Trenches or foundation pits for structures or structure footings shall be excavated to the lines and
grades or elevations shown on the Plans or as staked by the Engineer. They shall be of sufficient
size to permit the placing of structures or structure footings of the full width and length shown.
The elevations of the bottoms of footings, as shown on the Plans, shall be considered as
approximate only and the Engineer may order, in writing, such changes in dimensions or elevations
of footings as may be deemed necessary, to secure a satisfactory foundation. Boulders, logs, and
other objectionable materials encountered in the excavation shall be removed, all loose and
displaced materials shall be removed, leaving a smooth, solid bed to receive the footing

3 Method of Measurement and Payment

Method of measurement and payment of this item shall in accordance with Item103.2.6 Backfill
and Embankment for Structures Other Than Pipe Culverts of the Standard Specs.

Excavated areas around structures shall be backfilled with free draining granular material approved
by the Engineer and placed in horizontal layers not over 150 mm in thickness, to the level of the
original ground surface. Each layer shall be moistened or dried as required and thoroughly
compacted with mechanical tampers. In placing backfills or embankment, the material shall be
placed simultaneously in so far as possible to approximately the same elevation on both sides of
an abutment, pier, or wall. If conditions require placing backfill or embankment appreciably higher
on one side than on the opposite side, the additional material on the higher side shall not be placed

Cebu BRT Project - Package 1 (rebid)


Section VII. Works Requirements 255

until the masonry has been in place for 14 days, or until tests made by the laboratory under the
supervision of the Engineer establishes that the masonry has attained sufficient strength to
withstand any pressure created by the methods used and materials placed without damage or strain
beyond a safe factor. slab is placed and cured. Backfill and embankment behind abutments held at
the top by the superstructure, and behind the sidewalls of the foundation, shall be carried up
simultaneously behind its perimeter or sidewalls.

All embankments adjacent to structures shall be constructed in horizontal layers and compacted as
prescribed in Subsection 104.3.3 except that mechanical tampers may be used for the required
compaction. Special care shall be taken to prevent any wedging action against the structure, and
slopes bounding or within the areas to be filled shall be benched or serrated to prevent wedge
action.

The volume of excavation to be paid for will be the number of cubic meters measured in original
position of material acceptably excavated in conformity with the Plans or as directed by the
Engineer, but in no case, except as noted, will any of the following volumes be included in the
measurement for payment:

The volume outside of vertical planes 450 mm outside of and parallel to the neat lines of footings.

The volume outside of neat lines of underdrains as shown on the Plans, and outside the limits of
foundation fill as ordered by the Engineer.

The volume included within the staked limits of the roadway excavation, contiguous channel
changes, ditches, etc., for which payment is otherwise provided in the Specification.

The accepted quantities, measured as prescribed in Section 103.3, shall be paid for at the contract
unit price for each of the particular pay items listed below that is included in the Bill of Quantities.
The payment shall constitute full compensation for the removal and disposal of excavated
materials including all labor, equipment, tools and incidentals necessary to complete the work
prescribed in this Item, except as follows:

Any excavation for footings ordered at a depth more than 1.5m below the lowest elevation shown
on the original Contract Plans it will be paid for as provided in, Measurement and Payment, unless
a pay item for excavation ordered below Plan elevation appears in the Bill of Quantities.

Any roadway or borrow excavation required in excess of the quantity excavated for structures will
be measured and paid for as provided under Item 102.

Shoring, cribbing, and related work required for excavation ordered more than 1.5 m below Plan
elevation will be paid for accordingly.

Payment will be made under:

Pay Item Unit of


Description
Number Measurement
803(1)a Structure Excavation cu.m.

Cebu BRT Project - Package 1 (rebid)


Section VII. Works Requirements 256

ITEM 804 EMBANKMENT

804(1)a Embankment from Structure Excavation

Embankment shall be constructed of suitable materials in accordance with the following


definitions:

Suitable Material
The material shall be acceptable in accordance with the Plans and which can be compacted in
the manner specified in this item. It can be common material or rock.
Common Material shall have a CBR value of 8% minimum, when tested according to
AASHTO T193. The CBR value shall be obtained at 95% of the maximum dry density as
determined by AASHTO T180.

Structural Backfill
Structural Backfill shall consist of free draining granular materials free from excess moisture,
muck, frozen lumps, roots, sod, or other deleterious material.
The structural backfill materials shall conform to Table 104.2, Grading Requirements.

Table 104.2: Grading Requirements


Sieve
Designation Percent by Mass Passing
Standard(mm) Designated Sieve
(AASHTO T27 and T11)
75 100
0.075 15max

The material shall have a liquid limit of not more than 30 as determined by AASHTO T 89
and plasticity index of not more than 6 as determined by AASHTO T 90.

Selected Borrow
Selected borrow shall be of such gradation that all particles will pass a sieve with 75mm
(3inches) square openings and not more than 35 mass percent will pass the 0.075 mm (No.200)
sieve, as determined by AASHTO T11. The material shall have a plasticity index of not more
than 6 as determined y AASHTO T 90 and a liquid limit of not more than30 as determined by
AASHTO T 89.

Aggregate Gravel Course Fill

This Item shall consist of furnishing, placing and compacting crushed gravel, crushed stone
or crushed rock on a prepared subgrade/subbase in one or more layers in accordance with this

Cebu BRT Project - Package 1 (rebid)


Section VII. Works Requirements 257

Specification and lines, grades, thickness and typical cross -sections shown on the Plans or as
established by the Engineer.

Aggregate Subbase Course

This Item Refer to Section Item 200 Aggregate Subbase Course of this Specifications
Payment will be made under:

Pay Item Unit of


Description
Number Measurement
804(1)a Embankment from Structure Excavation cu.m.

804(2)a Selected Borrow for topping 100mmthk cu.m.

804(4) Aggregate Gravel Course Fill cu.m.

200(1) Aggregate Subbase Couse cu.m.

ITEM 900 REINFORCE CONCRETE

900(1)b1 Structural Concrete

This Item Refer to Section Item 405 Structural Concrete of this Specifications

ITEM 902 REINFORCING STEEL

902(1) a Reinforcing Steel (Deformed)

This Item Refer to Section Item 404 Reinforcing Steel of this Specifications

Payment will be made under:

Pay Item Unit of


Description
Number Measurement
900(1)b1 Structural Concrete 20.58Mpa @14 days cu.m.

902(1)a Reinforcing Steel (Deformed) kg.

ITEM 600(4) a Concrete Kassel Curb

1. Description

Cebu BRT Project - Package 1 (rebid)


Section VII. Works Requirements 258

This Item shall consist of the construction of curb and gutter either Precast or Cast-in place, made
of concrete in accordance with this Specification at the location, and in conformity with the lines,
grades, dimensions and design, shown on the Plans or as required by the Engineer.

2. Material Requirements
2.1. Material for Bed Course

Bed course materials as shown on the plans shall consist of cinder, sand, gravel, crushed
stone, or other approved porous material of such grading that all the particles will pass
through 12.5 mm sieve.

2.2. Concrete

Concrete shall be of the class indicated on the Plans and shall conform to the requirements
of Item 405, Structural Concrete.

2.3. Expansion Joint Filler

Expansion joint shall conform to the requirements of AASHTO M153/Item 705.

2.4. Cement Mortar

Cement mortar shall consist of one part of Portland cement and two parts of fine
aggregates with water added as necessary to obtain the required consistency. The mortar
shall be used within 30 minutes of preparation. Where bonding compound is used, it shall
conform to AASHTO M 200.

3. Construction Requirements

3.1. Bedding

Excavation shall be made to the required depth and the base upon which the curb and/or
gutter is to be set shall be compacted to a firm and even surface. All soft and unsuitable
material shall be removed and replaced with suitable material. Bed course material shall
be placed and compacted to form a bed of the required thickness as shown on the Plans.

3.2. Cast in Place Curb and Gutter

3.2.1. Placing

Forms shall conform to the requirements of Item 407, Concrete Structures. Metal
forms shall be of an approved section. Forms to hold the concrete shall be built and
set-in-place as described in Item 407, Concrete Structures. Forms for at least 50 m
of curb and gutter shall be in-place and checked for alignment and grade before
concrete is placed. Curbs and gutters constructed on curves shall have forms of
either wood or metal and they shall be accurately shaped to the curvature shown on
the Plans. Mixing, Placing, Finishing and curing of concrete shall conform to the
requirements of Item 405, Structural Concrete, as modified by the requirements
Cebu BRT Project - Package 1 (rebid)
Section VII. Works Requirements 259

below. The concrete shall be placed in the forms in layers of 100 or 125 mm each,
and to the depth required. It shall be tamped and spaded until mortar entirely covers
the top and surfaces of the forms. The top of the concrete shall be finished to a
smooth and even surface and the edges rounded to the radii shown on the Plans.
Before the concrete is given the final finishing, surface of the gutter shall be tested
with a 3-m straight-edge and any irregularities of more than 10 mm in 3 m shall be
corrected. The curb and gutter shall be constructed in uniform section of not more
than 50 m in length except where shorter sections are required to coincide with the
location of weakened planes or contraction joints of 2 m long. The sections shall be
separated by sheet templates set perpendicular to the face and top of the curb and
gutter. The templates shall be approximately 5 mm in thickness and of the same
width as that of the curb and/or gutter and not less than 50 mm deeper than the depth
of the curb and/or gutter is used in lieu of the sheet template mentioned above. In
this event the fiber board shall be pre-cut to the shape of the curb so that its outer
edge will be flushed with the abutting curb and/or gutter. Expansion joint shall be
formed at intervals shown on the Plans. Where a curb is placed next to a concrete
pavement, expansion joints in the curb shall be located opposite expansion joints in
the pavement. The form shall be removed within 24 hours after the concrete has
been placed. Minor defects shall be repaired with mortar containing one part of
Portland cement and two parts of fine aggregate. Plastering shall not be permitted
and all rejected portions shall be removed and replaced at the Contractor’s expense.
The exposed surface shall be wetted soft brick or wood until they are smooth. The
surfaces shall be wetted thoroughly, either by dipping the brick or wood in water,
or by throwing water on the surfaces with a brush. After the concrete has been
rubbed smooth using water, it shall then be rubbed with a thin grout containing one
part of Portland cement and one part of fine aggregates. Rubbing with grout shall
continue until uniform color is produced. When completed, the concrete shall be
covered with suitable material may be applied as provided in Item 405, Structural
Concrete. The concrete shall be suitably protected from the weather until
thoroughly hardened. After the concrete has set sufficiently, the spaces on the back
of the curb which were excavated for placing the curb shall be refilled to the
required elevation with suitable material which shall be tamped in layers of not
more than 150 mm until consolidated.

3.3. Precast Curb and Gutter

3.3.1. Placing

The precast concrete curb and gutter shall be set in 20 mm of cement mortal as
specified in Subsection 600.2.4 to the line level and grade as shown on the approved
Plans. The precast curb shall not be more than 20 cm in width at the top portion and
not be more than 25 cm at the base. The precast curb and gutter shall be 1.0 m in
length and shall be put side consecutively with joint in between. Joints between
consecutive curb and gutter shall be filled with cement mortar to the full section of
the curb and gutter. Expansion joints shall be formed at intervals shown on the
Plans. Where a curb and gutter is placed next to a concrete pavement, expansion
joints in the curb and gutter shall be located opposite expansion joints in the
pavement. Minor defects shall be repaired with mortar containing one part of
Cebu BRT Project - Package 1 (rebid)
Section VII. Works Requirements 260

Portland cement and two parts of fine aggregates. Plastering shall not be permitted
and all rejected portions shall be removed and replaced at the contractor’s expense.
The exposed surface shall be finished by rubbing the surfaces with a wetted soft
brick or wood until they are smooth. The surfaces shall be wetted thoroughly, either
by dipping the brick or wood in water, or by throwing water on the surfaces with a
brush. After the concrete has been rubbed smooth using water, it shall then be
rubbed with a thin grout containing one part of Portland cement and one part of fine
aggregate. Rubbing with grout shall continue until uniform color is produced.

3.3.2. Handling Precast Curb and Gutter

1. In preparation for the handling of precast curb and gutter, all fabricated curb and
gutter of one (1) meter in length shall be provided or inserted with 2(25 mm) Ø
PVC pipes for fitting at their required locations. The PVC pipes shall be placed
25 mm from both edge during the plastic state of fresh concrete.

2. Precast curb and gutter shall be lifted on upright position and not at the points of
support and shall be the same during transporting and storage.

3. Extreme care shall be exercised in handling and moving precast curb and gutter
to avoid cracking.

4. No precast curb and gutter shall be used that does not reach its final position in
the forms with the required time stipulated prior to installation.

5. Precast curb and gutter shall be transferred to the construction site. Fresh curb
and gutter shall not be placed against in-situ concrete which has been in a
position for more than 30 minutes.

6. Precast curb and gutter may only be transported to the delivery point in truck
agitators truck mixer operating at the speed designated by the manufacturer of
the equipment, provided that the consistency and workability of the mix concrete
upon discharge at the delivery point is suitable for adequate placement.

4. Method of Measurement

The length of curb and gutter to be paid shall be the number of linear meters of curb and gutter
(cast in place) or the number of pieces of precast curb and gutter of the required dimension
shown on the Plans measured along its front face in-place, completed and accepted. No
deductions shall be made for flattening of curbs at entrances and no additional allowances
shall be made for curbs and gutters constructed on curves.

5. Basis of Payment

The length of curb and gutter determined in Subsection 600.4, Method of Measurement, shall
be paid for at the contract unit price per linear meter for curb and gutter which price and
payment shall constitute full compensation for furnishing and placing all materials for
concrete, forms for drainage openings, excavation for curb and gutter, backfilling, dumping
Cebu BRT Project - Package 1 (rebid)
Section VII. Works Requirements 261

and disposal of surplus materials, and for all labor, equipment, tools and incidentals necessary
to complete the Item.

Payment will be made under:

Pay Item Unit of


Description
Number Measurement
600(1) Concrete Curb (Cast in Place) lm.

600(4) Curb and Gutter (Cast in Place) lm

Cebu BRT Project - Package 1 (rebid)


Section VII. Works Requirements 262

ITEM 601(1) Station Pavement

1. Description

This Item shall consist of the construction of Station pavement in accordance with this
Specification and to the lines, grades, levels and dimensions shown on the Plans, or as required
by the Engineer.

2. Material Requirements & Construction

2.1 The materials to be used in this item shall be 300mm x 300mm x 30mm thick, Granite
Tiles unpolished in light and dark gray color.

2.2 Granite Tiles Station pavement

Excavation shall be as specified above. The bed course material shall be placed in
accordance with the Item 200, Aggregate Subbase Course. All forms shall be staked
securely in position at the correct line and level. Performed joint filler shall be set in
position shown on the Plans before placing of the concrete is started. The top of the joint
filler shall be placed 5 mm below the top surface of the finished station pavement. The
mixing, placing, finishing and curing of concrete shall be as specified in Item 405,
Structural Concrete. The Portland cement concrete shall be placed to the total depth
shown on the Plans. The surface shall be cut through to a depth of 10 mm with a trowel
at intervals of 1 m or, were required, in straight lines perpendicular to the edge of station
pavement. The surface shall then be brushed. The edges of the station pavement and the
transverse cuts shall be shaped with a suitable tool so formed as to round the edges to a
radius of 15 mm. After the concrete slab attained its required strength to received loads
using specified adhesive materials Granite Tiles pavement shall be laid in accordance
with the plans true to its line and grade sloping in the direction of outfall.

3. Method of Measurement

The area to be paid for shall be the number of square meters of station pavement measured,
completed in-place and accepted.

4. Basis of Payment

The quantity as determined in Subsection 601.4, Method of Measurement, shall be paid for all
the contract unit price per square meter for Station pavement which price and payment shall
constitute full compensation for furnishing and placing all materials for asphalt station
pavement, concrete station pavement, expansion joint material, for excavating and compacting
the foundation bed, for furnishing and placing cinders, gravel or other permeable bed course
material, for prime coat material, for forms and for all labor, equipment, tools and incidentals
necessary to complete the Item.

Cebu BRT Project - Package 1 (rebid)


Section VII. Works Requirements 263

Payment will be made under:

Pay Item Unit of


Description
Number Measurement

601(1) Station Pavement, Granite Tiles Sqm.

ITEM 1047(8) STAINLESS STEEL FRAME SYSTEM

1. General

1.1. Scope

This section covers the requirements for the furnishing of all necessary materials, tools,
equipment, and labor including fabrication erection and installation necessary to complete
the required structural steel roof framing works as shown on drawings and as specified
herein.

2. Products

2.1. Material

Stainless Steel Pipes Roof Framing System, in accordance with the requirements of
ASTM A276 Type 316.

2.2. Welding shall conform to AWS standard, A309 or 312 SMAW electrodes shall be
used unless otherwise specified by the Structural Engineer.

2.3. The fabricator shall have the welds tested by X-ray method by an independent
company engaged in non-destructive testing as directed by the Structural Engineer.
The welds are considered satisfactory if 9 out of 10 samples passed the requirement
otherwise the welds shall be corrected.

2.4. Unless otherwise noted, bolts shall conform to ASTM A193 or F593.

3. Execution

3.1. Fabrication

3.1.1. Stainless Steel fabricator shall submit shop drawing showing complete detailed
connections for approval by the Structural Engineer. No material shall be ordered nor
fabrication started until such drawings are approved by the Structural Engineer.

Cebu BRT Project - Package 1 (rebid)


Section VII. Works Requirements 264

3.1.2. All dimensions in the plans shall be verified by the steel fabricator in the field in
coordination with the general contractor.

3.1.3. Unless otherwise specified in the plans, gusset plates and stiffeners shall be minimum
6 mm thick.

3.1.4. All splices shall be staggered. No splices shall be permitted at point where critical
stressed occur. Splice plate shall have a minimum length of 300 mm.

3.1.5. All bearing plates shall have a minimum thickness of 12 mm.

3.1.6. All erection bolt holes shall be 3 mm plus nominal bolt diameter.

3.1.7. All cuttings shall be neat cut

ITEM (1003)/1013 TINSMITHRY WORKS

1. General

1.1. Scope

This section covers the requirements for the provision of all labor, materials, equipment
required for the performance of all work necessary for the fabrication and installation of
roofing and ceiling of the bus station as indicated on drawings and as specified herein.

2. Products

2.1. Material

● Aluminum Sheet 1060, in accordance with the requirements of ASTM B209.

● Unless otherwise noted all fasteners to be used for fasteners shall conform to ASTM F468 UNS
C61400

● Welding shall conform to AWS standard, AL1060 electrodes shall be used unless otherwise
specified by the Structural Engineer.

3. Fabrication & Installation

Use materials of size and thicknesses indicated or, if not indicated, of required size and
thickness to produce adequate strength and durability in finished product for intended use.
Work materials to dimensions indicated on approved detail drawings, using proven details
of fabrication and support. Use type of materials indicated or specified for the various
components of work.

Cebu BRT Project - Package 1 (rebid)


Section VII. Works Requirements 265

Form exposed work true to line and level with accurate angles and surfaces and straight sharp
edges. Ensure all exposed edges are eased to a radius of approximately 0.8 millimeter 1/32
inch. Bend metal corners to the smallest radius possible without causing grain separation or
otherwise impairing the work.

Weld corners and seams continuously and in accordance with the recommendations of AWS
D1.1/D1.1M. Grind exposed welds smooth and flush to match and blend with adjoining
surfaces.
Form exposed connections with hairline joints that are flush and smooth, using concealed
fasteners wherever possible. Use exposed fasteners of the type indicated or, if not indicated,
use Phillips flathead (countersunk) screws or bolts.

Provide anchorage of the type indicated and coordinated with the supporting structure.
Fabricate anchoring devices and space as indicated and as required to provide adequate
support for the intended use of the work.

ITEM (711)1 STATION FENCE

1. General

1.1. Scope

This section covers the requirements for the provision of all labor, materials, equipment
required for the performance of all work necessary for the fabrication and installation of
station fence as indicated on drawings and as specified herein.

1.2. Submittals

1.2.1. Shop Drawings

Steel Pipes, Steel Shapes, Plates and Bars

1.2.2. Product Data

Submit manufacturer's catalog data including two copies of manufacturer’s


specifications, dimension diagrams, and anchor details for the following items:

a) Steel Pipes
b) Steel Plates, Shapes, and Bars
c) Concrete Inserts Masonry Anchorage Devices

1.2.3. Certificates

Welding Procedures Welder Qualification

Cebu BRT Project - Package 1 (rebid)


Section VII. Works Requirements 266

1.2.4. Manufacturer's Instructions

Installation Instructions

1.3. Quality Assurance

Submit welding procedures testing in accordance with AWS D1.1/D1.1M made in the
presence of the Engineer and by an approved testing laboratory at the Contractor's expense.

1.3.1. Welder Qualification:

Submit certified welder qualification by tests in accordance with AWS


D1.1/D1.1M, or under an equivalent approved qualification test. In addition, be
performed on test pieces in positions and with clearances equivalent to those
actually encountered. If a test weld fails to meet requirements, make an immediate
retest of two test welds and each test weld must pass. Failure in the immediate retest
will require that the welder be retested after further practice or training and make a
complete set of test welds.

2. Products

2.1. System Description:

Provide complete, detailed fabrication and installation drawings for all iron and steel for all
steel shapes, plates, bars and strips used in accordance with the drawings. Pre-assemble items
in the shop to the greatest extent possible. Disassemble units only to the extent necessary for
shipping and handling. Clearly mark units for reassembly and coordinated installation. For
the fabrication of work exposed to view, use only materials that are smooth and free of
surface blemishes, including pitting, seam marks, roller marks, rolled trade names, and
roughness. Remove blemishes by grinding, or by welding and grinding, prior to cleaning,
treating, and application of surface finishes, including zinc coatings.

2.2. General Fabrication

Provide station fence to the indicated sizes. Provide details of sections and connections at
not less than 1 to 4 scale. Also, detail setting drawings, diagrams, templates for installation
of anchorages, including concrete inserts, anchor bolts, and miscellaneous metal items
having integral anchors.

Use materials of size and thicknesses indicated or, if not indicated, of required size and
thickness to produce adequate strength and durability in finished product for intended use.
Work materials to dimensions indicated on approved detail drawings, using proven details
of fabrication and support. Use type of materials indicated or specified for the various
components of work.

Cebu BRT Project - Package 1 (rebid)


Section VII. Works Requirements 267

Form exposed work true to line and level with accurate angles and surfaces and straight sharp
edges. Ensure all exposed edges are eased to a radius of approximately 0.8 millimeter 1/32
inch. Bend metal corners to the smallest radius possible without causing grain separation or
otherwise impairing the work.

Weld corners and seams continuously and in accordance with the recommendations of AWS
D1.1/D1.1M. Grind exposed welds smooth and flush to match and blend with adjoining
surfaces.

Form exposed connections with hairline joints that are flush and smooth, using concealed
fasteners wherever possible. Use exposed fasteners of the type indicated or, if not indicated,
use Phillips flathead (countersunk) screws or bolts.

Provide anchorage of the type indicated and coordinated with the supporting structure.
Fabricate anchoring devices and space as indicated and as required to provide adequate
support for the intended use of the work.

Use hot-rolled steel bars for work fabricated from bar stock unless work is indicated or
specified to be fabricated from cold-finished or cold-rolled stock.

2.3. Steel Pipes: Provide pipe conforming to ASTM A 53/A 53M, type as selected, Grade B;
primed finish, unless galvanizing is required; standard weight, Schedule 40. Provide B.I.
pipe handrail, B.I. pipe baluster, and B.I. Pipe railing all to be automotive painted finish.

2.4. Structural Steel Plates, Shapes and Bars: Provide structural-size shapes and plates, except
plates to be bent or cold-formed, conforming to ASTM A 36/A 36M, unless otherwise noted.
Provide steel plates, to be bent or cold-formed, conforming to ASTM A 283/A 283M, Grade
C. Provide steel bars and bar-size shapes conforming to ASTM A 36/A 36M, unless
otherwise noted.

2.5. Anchorage Devices: Provide anchorage devices consisting of expansion shields complying
with AASHTO M 314, ASTM E 488.

2.6. Fasteners: Provide galvanized zinc-coated fasteners in accordance with ASTM A 153/A
153M used for exterior applications or where built into exterior walls or floor systems. Select
fasteners for the type, grade, and class required for the installation of steel stair items.

2.7. Railings, Handrails, Balusters and Post: Design handrails to resist a concentrated load of 490
N in any direction at any point of the top of the rail or 290 N/m applied horizontally to top
of the rail, whichever is more severe. Provide pipe collars of the same material and finish as
the handrail and posts. Provide steel handrails, including inserts in concrete, of B.I. pipe of
the indicated size.

Provide to the indicated sections including pipe, fittings, brackets, fasteners, and other indicated
metal components.

Cebu BRT Project - Package 1 (rebid)


Section VII. Works Requirements 268

3. Execution

3.1. Installation Instructions

Submit manufacturer's installation instructions for the fabrication of steel stair railing, hand
rail, balusters, post, and other indicated miscellaneous metals for fabrication.

3.2. Preparation

Adjust stair railings and handrails prior to securing in place to ensure proper matching at
butting joints and correct alignment throughout their length. Spacing of post shall be as
indicated. Plumb posts in each direction. Secure posts and rail-ends to building construction
as follows:

- Anchor posts in concrete by means of pipe sleeves set and anchored into concrete.
Provide sleeves of galvanized, standard weight, steel pipe. Provide steel plate closure
secured to the bottom of the sleeve. After posts have been inserted into sleeves, fill
the annular space between post and sleeve with molten lead, sulfur, or quick-setting
hydraulic cement. Cover anchorage joint with a round steel flange welded to the post,
unless otherwise indicated.

- Anchor rail ends into concrete and masonry with steel round flanges welded to rail
ends and anchor into the wall construction with lead expansion shields and bolts.

Secure handrails to walls by means of wall brackets and wall return fitting at handrail ends.
Provide and locate brackets on center. Provide wall return fittings, flush-type, with the same
projection as that specified for wall brackets. Secure wall brackets and wall return fittings to
building construction as follows:

- For concrete and solid masonry anchorage, use bolt anchor expansion shields and lag
bolts.

3.3. Stair Railings, Balusters and Handrails

Adjust railings prior to securing in place to ensure proper matching at butting joints and
correct alignment throughout their length. Space posts not more than 1200 millimeter on
center. Plumb posts in each direction. Secure posts and rail-ends to building construction by
providing an angular steel plate bolted to reinforced concrete beam. Insert escutcheon plate
to pipe and weld steel base plate to post. Verify required distance from the edge of the beam
before welding the base plate to the angular steel plate. Whenever indicated in the drawing,
cover with cement screed or cut out the finishing material around the post diameter. Anchor
rail ends into concrete and masonry with steel round flanges welded to rail ends and anchored
into the wall construction with lead expansion shields and bolts.

3.4. Field Welding

Cebu BRT Project - Package 1 (rebid)


Section VII. Works Requirements 269

Procedures of manual shielded metal arc welding, appearance and quality of welds made,
and methods used in correcting welding work must comply with AWS D1.1/D1.1M.

Payment will be made under:

Pay Item Unit of


Description
Number Measurement
600(1) Granite Tiles sqm.

711(1) Station Fence lm.

1047(1) Roof Framing System lm.

1013(1) Tinsmithry Works (Roof) sqm.

1003 Tinsmithry Works (Ceiling) sqm.

ITEM 1040(1) METAL WORKS

1. General

1.1. Scope

This section covers the requirements for the provision of all labor, materials, equipment
required for the performance of all ancillary works including but not limited to bolts,
washers, nuts, gusset plates, stiffeners, fasteners, stainless steel benches, 25mm thick metal
plates, metal letters for station name plates etc.;

1.2 Material

Structural Steel Plates, Shapes and Bars: Provide structural-size shapes and plates, except
plates to be bent or cold-formed, conforming to ASTM A 36/A 36M, unless otherwise noted.
Provide steel plates, to be bent or cold-formed, conforming to ASTM A 283/A 283M, Grade
C. Provide steel bars and bar-size shapes conforming to ASTM A 36/A 36M, unless
otherwise noted.

ITEM 1002 DRAINAGE SYSTEM

1. General

1.1. Scope

This section covers the requirements for the provision of all labor, materials, equipment
required for the performance of all drainage system to include septic tank, rough-in piping

Cebu BRT Project - Package 1 (rebid)


Section VII. Works Requirements 270

and fittings) as shown on the plan with all incidentals and ancillary items to complete the
works; including the water run-off intersecting canal on the road median of bus station where
necessary.

1.2 Material

All rough-in piping for the septic tank shall be Polyvinyl Chloride (PVC) pipe manufactured
by “Moldex”, “Neltex” or approved equivalent Schedule 40.

Metal grating shall be wrought iron steel in accordance with ASTM

ITEM 1032(1) PAINTING WORKS

Immediately after installation, clean field welds, bolted connections, and abraded areas of
the shop paint and exposed areas painted with the paint used for shop painting. Apply paint
by brush or spray to provide a minimum dry-film thickness of 0.051 mill

Paint Schedule

Refer to Finish Schedule for the particular area and surface type where such type of Paint is
required.

SURFACE PRIMER UNDERCOAT AND


FINISH COAT

Pigment
Ceiling and Skirting ed Water-base Enamel Paint
Plaster/Concrete Sealer

Flooring Epoxy Primer Epoxy Paint; 0.3 mm thick


Bloc
Walls and Ceilings Latex k Water-base Poly Vinyl Acetate
(rough/porous) Filler Paint (PVA)

Walls and Ceilings (smooth) Pigmented Water-base Poly Vinyl Acetate


Sealer Paint (PVA)

Walls and Ceilings Water-base Poly vinyl Acetate


(rough/porous) Latex Block Paint (Double Velvet)
Filler
Walls and Ceiling (smooth) Water-base Poly Vinyl Acetate
Paint (Double Velvet)
Pigmented
Walls and Ceiling Sealer Water-base Enamel Paint
(rough/porous)

Cebu BRT Project - Package 1 (rebid)


Section VII. Works Requirements 271

Walls and Ceiling (smooth) Block Filler Water-base Enamel Paint

Exterior Walls Pigmented Water-base Enamel Paint


Sealer

Alkali Resistant
Primer

- Paint Tables

All DFT's are minimum values. Before any painting works shall be done, obtain Engineer’s
approval for the required paint color and gloss level. Provide the type of paint indicated and
specified herein at areas indicated in the drawings. Finish color and sheen shall be as selected
by the Engineer and approved by the Owner. Special care shall be taken in the surface
preparation and in the application of paint primers and finishes, specifically on areas where
wall finish differs from its finish skirting.

Type of paints to be use shall be water paints, except use epoxy type of coating where
indicated in the drawings. Refer to the indicated Exterior and Interior Finish Schedule for
the type of paints to be used before any painting works shall be done.

- Exterior Concrete; vertical surfaces, including undersides of balconies and soffits but
excluding tops of slabs:

a) Latex
New; MPI EXT 3.1A-G2 (Flat)
Primer: Intermediate: Topcoat:
MPI 10 MPI 10 MPI 10
System DFT: 3.5 mils

New; MPI EXT 3.1A-G5 (Semi-gloss)


Primer: Intermediate: Topcoat:
MPI 11 MPI 11 MPI 11
System DFT: 3.5 mils

New; MPI EXT 3.1A-G6 (Gloss)


Primer: Intermediate: Topcoat:
MPI 119 MPI 119 MPI 119
System DFT: 3.5 mils

- Elastomeric Coating System; vertical surfaces, including undersides of soffits but


excluding tops of slabs, unless otherwise indicated:

a) Elastomeric Coating
New; MPI EXT 3.F/ Existing: MPI REX 3.1F
Primer: Intermediate: Topcoat:

Cebu BRT Project - Package 1 (rebid)


Section VII. Works Requirements 272

MPI 113 Per Manufacturer MPI 113


System DFT: 16 mils

Apply sufficient coats of MPI 113 to achieve a minimum dry film thickness of 16
mils.

Surface preparation and number of coats in accordance with manufacturer's


instructions.

Topcoat: Coating to match adjacent surfaces.

- Epoxy Floor Coating

MPI INT 9.2E-G6 (Gloss)


Primer: Intermediate: Topcoat:
MPI 50 MPI 77 MPI 77
System DFT: 4 mils

- Interior Concrete Surfaces; vertical surfaces, including undersides of soffits but


excluding tops of slabs:

a) Latex
New; MPI INT 3.1A-G2 (Flat)
Primer: Intermediate: Topcoat:
MPI 50 MPI 44 MPI 44
System DFT: 4 mils
New; MPI INT 3.1A-G3 (Eggshell)

Primer: Intermediate: Topcoat:


MPI 50 MPI 52 MPI 52
System DFT: 4 mils
New; MPI INT 3.1A-G5 (Semi-gloss)

Primer: Intermediate: Topcoat:


MPI 50 MPI 54 MPI 54
System DFT: 4 mils

b) High Performance Architectural Latex


New; MPI INT 3.1C-G2 (Flat)
Primer: Intermediate: Topcoat:
MPI 50 MPI 138 MPI 138
System DFT: 4 mils
New; MPI INT 3.1C-G3 (Eggshell)

Primer: Intermediate: Topcoat:

Cebu BRT Project - Package 1 (rebid)


Section VII. Works Requirements 273

MPI 50 MPI 139 MPI 139


System DFT: 4 mils
New; MPI INT 3.1C-G4 (satin)

Primer: Intermediate: Topcoat:


MPI 50 MPI 140 MPI 140
System DFT: 4 mils
New; MPI INT 3.1C-G5 (Semi-gloss)
Primer: Intermediate: Topcoat:
MPI 50 MPI 141 MPI 141
System DFT: 4 mils

- Plaster and Wallboard not otherwise specified:

a) Latex
New; MPI INT 9.2A-G2 (Flat)
Primer: Intermediate: Topcoat:
MPI 50 MPI 44 MPI 44
System DFT: 4 mils
New; MPI INT 9.2A-G3 (Eggshell)
Primer: Intermediate: Topcoat:
MPI 50 MPI 52 MPI 52
System DFT: 4 mils
New; MPI INT 9.2A-G5 (Semi-gloss)
Primer: Intermediate: Topcoat:
MPI 50 MPI 54 MPI 54
System DFT: 4 mils

b) High Performance Architectural Latex - High Traffic Areas


New; MPI INT 9.2B-G2 (Flat)
Primer: Intermediate: Topcoat:
MPI 50 MPI 138 MPI 138
System DFT: 4 mils
New; MPI INT 9.2B-G3 (Eggshell)
Primer: Intermediate: Topcoat:
MPI 50 MPI 139 MPI 139
System DFT: 4 mils
New: MPI INT 9.2B-G5 (Semi-gloss)
Primer: Intermediate: Topcoat:
MPI 50 MPI 141 MPI 141
System DFT: 4 mils

- Plaster and Wallboard in toilets, food-preparation, food-serving, toilets, shower areas,


areas requiring a high degree of sanitation, and other high humidity areas not otherwise
specified.:

Cebu BRT Project - Package 1 (rebid)


Section VII. Works Requirements 274

a) Waterborne Light Industrial Coating

New; MPI INT 9.2L-G5 (Semi-gloss)


Primer: Intermediate: Topcoat:
MPI 50 MPI 153 MPI 153
System DFT: 4 mils

b) Alkyd
New; MPI INT 9.2C-G5 (Semi-gloss)
Primer: Intermediate: Topcoat:
MPI 50 MPI 47 MPI 47
System DFT: 4 mils

- New Metal surfaces of stair railings, balusters, supports, and miscellaneous metals,
except stainless steel surfaces. Surface preparation and number of coats shall be per
manufacturer’s instructions:

a) Automotive Paint
Primer: Intermediate and Topcoat:
Anti-Corrosive Metal Primer Automotive Paint Metal Primer
System DFT: 5 mils, unless otherwise directed.

- Aluminum, aluminum alloy, and other miscellaneous non-ferrous metal items not
otherwise specified:

a) Polyvinylidene Fluoride (PVDF) Resin Coating


Primer: Intermediate: Topcoat: Shall be as Per Manufacturer’s recommendation
System DFT: 5 mils

Cleaning

Upon completion of work, all staging, scaffolding and paint containers shall be removed and
disposed. Paint drips, oil, or stains on adjacent surfaces shall be removed and entire job left clean
and acceptable to Architect or Engineer.

Payment will be made under:


Pay Item Unit of
Description
Number Measurement
1040(1) Metal Works each

1003 Drainage System each

1032(1) Painting Works each

Cebu BRT Project - Package 1 (rebid)


Section VII. Works Requirements 275

Cebu BRT Project - Package 1 (rebid)


Section VII. Works Requirements 276

PART M: LANDSCAPE

ITEM 611 TREE PLANTING

611.1 TREE TRANSPLANTATION

1.1. General

1.1.1. Scope

The scope of these specifications covers the temporary planting, tree transplantation, digging
and preparation of plant and tree holes, mulch, water, fertilizer and other processes necessary
to complete the tree and shrub transplantation along the central island of the road.

1.1.2. Plan of tree transplantation

The contractor shall determine the schedule of the tree transplantation and temporary relocation
of other plants. This schedule should be in line with the schedule of the other phases of
construction. The contractor shall verify the quantity of trees that will need transplantation and
location of the plants to be relocated with regards to the site renovation and other construction
work.

Contractor shall verify the trees in need of transplantation by plan in coordination with the
client, engineers and landscape architects.

1.1.3. Transplanting sequence

The contractor will follow the planting details and specifications which include digging,
delivery and other processes that need to be taken place for relocation of said plants before,
during and after relocation of plants. The contractor will be in charge of the site inspection for
conditions suitable for plant relocation before any transplantation will begin.

1.1.4. Change of plan

After the contractor has consulted with the client, if there is a need for a change in order and
plan, the contractor will produce a proposal for the following, to be approved by the client and
landscape architect:
a) Quantity change of tree transplantation.
b) Change of carrying distance, work requirements by site condition.
c) Location change of temporary planting, tree transplantation for BRT corridor.
Cebu BRT Project - Package 1 (rebid)
Section VII. Works Requirements 277

1.2. Construction

1.2.1. Digging Plants.

a) All Plants, nursery-grown or collected, shall be dug with care and skill right before shipping
to avoid all possible injury to the plants, loss or damage of the roots.
b) After the plants are dug, their roots shall not be permitted to dry out.
c) Plants shall not be exposed to hot temperatures.
d) All plants shall be dug in a dormant state and shall be kept in its dormant state until it is
planted.

1.2.2. Balling of Plants and Trees

a) Trees and plants that are to be transplanted and relocated shall be balled and bur-lapped.
b) The depth of the tree roots will first be determined before any balling process shall take
place.
c) The digging process around the tree roots shall be done carefully with minimal root cutting.
d) Watering the soil before balling is prohibited.
e) Soil around the tree should be kept as smooth as possible.
f) After the tree is dug out, the roots and earth is wrapped immediately with the sacking
material.
g) The tree could now be tipped over and rolled to a new location.
h) These shall be hauled by the ball only and not by the plant itself.
i) The slightest indication of manufactured earth balls or hauling of the plants itself will be a
cause for rejection of such plant.

1.2.3. Temporary Storage and Plant Spray

a) After delivery and inspection, the plants shall be sprayed with the approved anti-desiccant
prior to planting, heeling-in or storing, except in the case of collected stock which shall not
be heeled-in or stored, but shall be sprayed with anti-desiccant immediately and planted
within 36 hours after digging.
b) The spray shall cover both upper and lower surfaces of the branches and foliage to the point
of run-off. Spray nozzles shall be the type to produce a fine mist.
c) Spraying shall be included for payment in the pertinent planting item.
d) Following spray treatment with anti-desiccant, all plants which cannot be planted promptly
shall be heeled-in a trench, spread and the roots covered with moist soil.

Cebu BRT Project - Package 1 (rebid)


Section VII. Works Requirements 278

e) If plants are not to be stored for a period longer than 10 days, they may be placed in an
approved well-ventilated, cool and moist storage shed and the roots completely covered
with moist straw.
f) All plants heeled-in or stored shall be property maintained by the Contractor until
planted.
g) In the event heeled-in plant material must be held over for a longer period, such heeled in
material shall be lifted and replanted in a satisfactory manner in nursery rows.
h) The ball of soil and roots of balled and bur-lapped plants, if not immediately planted after
delivery and inspection, shall be adequately protected by topsoil covering until removed
for planting in a manner appropriate to the conditions and satisfactory to the client.

1.2.4. Roots and Top Pruning

a) The ends of all broken and damaged roots, 6mm diameter or larger, shall be pruned with a
clean cut removing no more than the injured portion.
b) All plants shall be pruned to balance the top with the root system keeping the natural shape
of the species.
c) All dead woods shall be removed.
d) All cuts and wounds, 12 mm or over in diameter, shall be painted with tree wound dressing
immediately after the pruning.

1.2.5. Pocket Holes

a) Pocket holes shall be dug at the location shown on the plans or as directed by the client.
b) The holes shall be dug to the depth and cross-section specified and should be of sufficient
size to provide for not less than 150mm of top soil backfill beneath and around the root
system.
c) The holes shall be dug with the sides vertical.
d) Surplus excavation from the bed and pocket holes shall disposed as directed by the
engineer.

1.2.6. Backfill

a) The pocket holes shall be backfilled with topsoil as each plant is set.
b) The topsoil shall be well-tamped by the worker's feet, rods or other approved tamping
devices as it is shoveled into the holes.
c) The backfill in holes on slopes shall be built-up on the lower side to catch and hold water.
d) During planting, the topsoil surrounding the plant shall be slightly depressed to hold water.

1.2.7. Tree Transplantation for BRT Corridor

Cebu BRT Project - Package 1 (rebid)


Section VII. Works Requirements 279

a) Location and space of tree transplantation shall follow the drawing of plan. In case of group
planting is not specified in drawing, trees and shrubs shall have regular interval to avoid
contact between each plant.
b) Wrapping material that are not biodegradable shall be removed before backfill, after trees
are set up straight. For healthy growth of trees, wrapping materials are retained in
consultation with the client.
c) After consultation with the client, the contractor shall determine compaction with water or
dry compaction depending on physiological characteristics of trees in backfill and
compaction.

1.2.8. Temporary Planting

a) Temporary planting shall generally follow tree planting. For proper ventilation and
drainage, tree shall have regular intervals in consideration of temporary planting bed.
b) Root of temporary planting tree shall be sufficiently backfilled with soil to avoid exposing
root in the air.
c) Temporary planting tree shall be irrigated with no air pocket around root.

1.2.9. Watering and Maintenance

a) All plants shall be watered during the planting operations, subject to direction and approval
of the client. From time to time, during the life of the contract, sufficient water shall be
applied so that not only will the topsoil backfill of each plant be kept moist, but also for
moisture to extend into the surrounding soil.
b) The contractor shall, during the life of the contract, properly care for all plants furnished,
planted or stored, performing such watering, weeding, cultivating or other ordinary
maintenance work as shall be necessary to keep the stock in a live and healthy condition.
c) Plants which have died back into the crown or beyond a normal pruning line shall be
replaced by the contract at no additional expense to the government.

1.2.10. Operation of Temporary Planting Bed

a) Operation of temporary planting bed covers quantity of temporary planting tree, area of
planting bed, maintenance of temporary planting tree and so on.
b) In consideration of site conditions, location of temporary planting shall be determined in
consultation with client.
c) Temporary planting shall not interfere with other processes and shall be affect the use
surrounding area. Temporary planting tree shall be placed in proper location that will avoid
re-transplantation.
d) Temporary planting shall have enough area to plant tree to be transplanted.

Cebu BRT Project - Package 1 (rebid)


Section VII. Works Requirements 280

e) When transplanted trees are imported, the contractor shall verify location of temporary
planting, work requirement and so on, without any problem.
f) Transplanted trees imported in temporary planting bed shall follow layout plan.
g) The contractor shall verify condition of transplant trees and shall plant transplant trees in
designated area, before planting.
h) The contractor shall check flooded area in terms of poor drainage. When necessary, the
contractor shall provide proper drainage system.

1.2.11. Site Cleanup

a) Remove and dispose of all excess planting soil, subsoil, mulch, plant packaging and other
material brought to the site by the contractor and keep the pavement clean.
b) Make all repairs to grades, ruts and damage by the plant installer to the work or other work
at the site.

Cebu BRT Project - Package 1 (rebid)


Section VII. Works Requirements 281

611.2 TREE PLANTING

2.1 General

2.1.1. Scope

This section of the specification covers tree street tree planting including bracing, mulching,
fertilizer and other incidentals necessary to complete trees and shrubs transplantation.

2.1.2. Scope of Construction

When street tree is planted in station pavement paving, civil engineering work to construct road
and station pavement paving cover material for tree protection and landscape engineering work
cover planting street tree.

2.1.3. Pre-inspect of Plant Material

Plant inspection shall be divided to pre-inspection on field and inspection appointed site;
however, a pre-inspection can pass regardless of field condition.

Plant passing pre-inspection can be rejected when the plant has improper condition according
to the execution of work or delivery.

2.1.4. Plan of planting and delivery

Contractor determine the plant of type, size, location, quantities, site condition and delivery
season with the client.

All plants shall be inspected type, size, quantity and district with drawings when delivered on
site.

2.1.5. Delivery

Protect plant from deterioration during delivery with following list.

Protect rootlet from exposure of shock.


a) Simply bind branch.
b) Do not double load.
c) Fill buffer material on.
d) Ball and burlap plant to protect bark of tree, when moved by people or machine.
Cebu BRT Project - Package 1 (rebid)
Section VII. Works Requirements 282

e) Cover the root to keep moisture by wind and soil by rain.

2.2. Construction

2.2.1. Tree Planting

a) The plants to be planted shall be the specie, variety and size specified.
b) Plants furnished by the contractor shall be healthy, shapely and well-rooted and roots shall
show no evidence of having been restricted or deformed at any time.
c) Plants shall be well-grown and free from insect pest and disease.
d) When plants are from several sources, the roots of not less than two plants of each specie
or variety from each source will be inspected by the client.
e) Root condition of plants furnished by the contractor, in containers, will be determined by
the removal of earth from the roots.
f) The operation of the actual planting shall not be performed at any time when the soil is not
in a suitable workable condition.
g) The client shall also approve the location of each individual plant taking into consideration
its size and shape, resulting in the arrangement and aesthetic of plants.
h) One plant shall be planted in the center of each pocket holes and in the arrangement shown
on the plans.
i) The plants shall be set on lamped topsoil backfill brought to the height necessary to plant
them at the same depth they grow, carefully spreading out the roots of the stock in their
natural position.
j) Upright plants shall be kept a vertical position at all times.
k) After placing the plant in the hole, the backfill shall be carefully made, tamping with the
worker's feet and with round-end rods or other approved tamping devices to insure topsoil
in and about all the roots.
l) The topsoil shall be settled in and about the plant roots by application of water but at no
time shall tamping of further topsoil backfill be made while this wet topsoil backfill is of a
consistency that would permit its being compacted or puddled by so doing.
m) The compaction shall be such that no plant will settle lower than the depth above specified.
n) No air pocket be left around the root of any plants.
o) After filling halfway on the earth ball, the burlap shall be loosened and the top half cut off
and removed after which the balance of the pocket hole shall be backfilled and tamped.
p) After planting and prior to mulching, fertilizers shall be applied evenly over the top of the
backfilled area.
q) Care shall be used so that the fertilizer does not get into contact the stem, trunk, branches
or leaves of the plants.

2.2.2. Tree Planting along National Road

Cebu BRT Project - Package 1 (rebid)


Section VII. Works Requirements 283

a) Tree shall be planted in a neat row within the road right-of-way(row) and as close as
possible to the row limit, with sufficient allowance so that the trees when fully grown will
not encroach on the adjoining property of touch electric and other overhead utility lines.
b) The center-to-center spacing between trees shall be 10 meters (m), unless specified
otherwise by client and landscape architect. Spacing can also change due to obstructions
along the road.
c) If there is wide gap among existing street trees, contractor shall plant additional street tree,
with the approval of the client and landscape architect.
d) For road sections with a generally north-south alignment, the trees on one side of the road
shall be staggered vis-a-vis the trees on the other side of the road.
e) This arrangement will help to ensure that enough sunlight will fall in the road and thus help
to keep the road dry even during the rainy season.
f) For roads without curbs, the trees shall be planted with a minimum clear distance of 1.00
m beyond the edge of the shoulder, but in no case less than 3.0m from the edge of the
pavement.
g) For roads with curbs, particularly in urban areas, the trees shall be planted with a minimum
setback of 1.00m beyond the face of the curb.
h) Where there are longitudinal drainage canals, the trees shall be planted on the outer side of
such canals.
i) On the roadway curves and intersections, the pertinent design standards on sight distance
shall be observed.
j) Non-traversable hazards (ravine, waiting shed, etc.) along the line of trees shall be provided
with appropriate barriers, e.g. guardrails, and clearly marked, so that these do not pose
hazards to motorists.
k) The contractor concerned shall undertake and be responsible for the maintenance of the
planted trees during the contract warranty period of the road project covered by his
contract.
l) The contractor's maintenance work shall comply with the provision of subsection
611.3.10(Watering and Maintenance) of DPWH Standard Specifications.
m) The maintenance of trees shall be faithfully undertaken as an integral part of the regular
road as a regular work item under Activity No.209 of the Highway Maintenance Activity
Standards.

2.2.3. Bracing

a) Bracing stakes for plants shall be 50mm x 50mm of rough wood free from unsound loose
knots, rot, cross grain and sapwood or other defects that may impair its strength.
b) Anchor stakes shall be of the same quality as bracing stakes and of the size specified under
operations calling for their use.
c) Wrapping material for trees shall be waterproof paper or burlap.
d) All deciduous and evergreen trees shall be braced immediately after planting.
e) Deciduous trees from 1.20m to 1.80m in height shall have one vertical support stake.
Cebu BRT Project - Package 1 (rebid)
Section VII. Works Requirements 284

f) Deciduous trees from 1.80m to 2.50m in height shall have two vertical support stakes.
g) Balled and bur-lapped deciduous or evergreen trees within the above size ranges shall be
supported with the number of stakes specified for the group but instead of being placed
vertically, shall be driven so that the stake does not enter or contact the earth ball around
the plant roots.
h) The stake or stakes shall be so placed that after being driven in place, the upper foot of the
stake is within approximately 100mm of the trunk at one-half of the height of the tree.
i) If two are required, they shall be driven on opposite sides of the tree with the stake tops on
opposite sides for fastening.
j) All trees, deciduous or evergreen over two and one-half meters shall be braced by the tripod
method as directed by the client.

2.2.4. Mulching

a) Mulching material shall consist of approved wood chips, ground or crushed corn cobs,
wood shavings, sawdust or peat moss. Wood chips shall be combination of wood slivers
with ground wood or sawdust.
b) Within 24 hours after planting, mulching material shall be spread to cover the plant hole
and the area 150mm outside the periphery of the plant hole.
c) The depth and application for wood chips shall be a minimum of 150mm.
d) For ground or crushed corn cobs, sawdust or peat moss the minimum depth shall be
100mm.

2.2.5. Fertilizer

a) After planting and prior to mulching, fertilizers shall be applied evenly over the top of the
backfilled area.
b) Care shall be used so that the fertilizer does not get into contact the stem, trunk, branches
or leaves of the plants.
c) Care shall be filled that the fertilizer mixes with backfilled for protection from lumps or
surface scatter, especially shrubs.

2.2.6. Recover and Replace

a) During the project work period and prior to Substantial completion acceptance, all plants
that are defective, declined and wrongly pruned shall be replaced as defined in the warranty
provisions by contractor representative.
b) Plants that become defective during construction shall be covered and replaced to same
type, height and quality under the warranty provisions.

2.2.7. Construction Tolerance

Cebu BRT Project - Package 1 (rebid)


Section VII. Works Requirements 285

All plant shall be well-grown and the range of tree size shall be allowed in 8% tolerance.

2.2.8. Site Cleanup

Remove and dispose of all excess planting soil, Subsoil, Mulch plants packaging, and other
material brought to the site by the Contractor. And keep the pavements reasonably clean.

Make all repairs to grades, ruts and damage by the plant installer to the work or other work at
the site

The trees to be used for this purpose shall be of the varieties the root systems of which grow
downward rather than sideward. This is to avoid situations where the roots spread sideward and
consequently destroy the road and station pavement slabs.

Cebu BRT Project - Package 1 (rebid)


Section VII. Works Requirements 286

611.3 Construction Methods

611.3.1 Requirements

a) Trees shall be planted in a neat row, within the road right of way (ROW) and as close as
possible to the ROW limit with sufficient allowance so that the trees when fully grown will
not encroach on the adjoining property or touch electric and other overhead utility lines.

b) The center to center spacing between trees shall be 10-20 meters. For road sections with a
generally north –south alignment the trees on one side of the road shall be staggered vis a
vis the tree on the other side of the road. This arrangement will help keep the road dry even
during the rainy season.

c) For roads without curbs, the trees shall be planted with a minimum clear distance of 0.60
meter beyond the edge of the shoulder but in no case less than 3.0 meters from the edge of
the pavement.

d) For roads with curbs particularly in urban areas, the trees shall be planted on the outer side
of such canals.

e) Where there are longitudinal drainage canals, the trees shall be planted on the outer side of
such canals.

f) On roadway curves and intersections, the pertinent design standard on sight distance shall
be observed.

g) Non-traversable hazards (ravine waiting shed, etc.) along the line of trees shall be provided
with appropriate barriers e.g. guardrails and clearly marked so that these do not pose
hazards to motorists.

611.5 Basis of Payment

Modify the Second paragraph of Section 611.5 to read as follows:

Payment will be made under:

Pay Item Unit of


Description
Number Measurement
611(1) Tree Planting (Furnishing and Transplanting) each

611(2) Tree Planting (Transplanting) each

Cebu BRT Project - Package 1 (rebid)


Section VII. Works Requirements 287

Appendix 1

QUALITY MANAGEMENT &


ASSURANCE PLAN (QMAP)

Cebu BRT Project - Package 1 (rebid)


Section VII. Works Requirements 288

APPENDIX 1 to the Particular Specifications

The attached “Quality Management and Assurance Plan (QMAP)” listing is indicative of the test requirements of the Contract, but should
not be taken to be exhaustive, and reference should be made to the Contract Documents for details of all testing required

Item No. Description Item Test Control Frequency Remarks


102 Excavation 1. Gradation AASHTO T88-93 For every 1500 cum. of Test will be made materials
fraction thereof or every excavated are incorporated into
2. Atterberg Limits ASHTO T89-93 AASHTO change in soil properties the work as fill materials.
T90-92 one (1) complete test.
3. Laboratory Compaction AASHTO T99-93

4. CBR Test AASHTO T193-92

5. Field density AASHTO T191-93 For every 500 sqm. or For every layer of 20 cm
fraction thereof, at least incorporated thickness.
three (3) density tests.
103 Structure Excavation 1. Gradation AASHTO T88-93 For every 1500 cum. of Test will be made materials
fraction thereof or every excavated are incorporated into
2. Atterberg Limits ASHTO T89-93 AASHTO change in soil properties the work as fill materials.
T90-92 one (1) complete test.
3. Laboratory Compaction AASHTO T99-93

4. CBR Test AASHTO T193-92

5. Field density AASHTO T191-93 For every 500 sqm. or For every layer of 1.5 cm
fraction thereof, at least uncompacted thickness.
three (3) density tests.
104 Embankment 1. Gradation AASHTO T88-93 For every 1500 cum. of Swell factor or shrinkage factor
fraction thereof or every test whichever is preferred shall
Materials
2. Atterberg Limits ASHTO T89-93 AASHTO change in soil Properties be submitted for evaluation and
T90-92 one (1) complete test. approval.
3. Laboratory Compaction AASHTO T99-93

4. CBR Test AASHTO T193-92

Cebu BRT Project - Package 1 (rebid)


Section VII. Works Requirements 289

Item No. Description Item Test Control Frequency Remarks

5. Field density AASHTO T191-93 For every 500 sqm. or For every layer of 20 cm
fraction thereof, at least uncompacted thickness.
three (3) density tests.
105 Subgrade Same as item 104
Preparation
106 Aggregate Subbase 1. Gradation AASHTO T27-93 For every 300 cum. or
Course fraction thereof
2. Atterberg Limits ASHTO T89-93 AASHTO
T90-92

3. Laboratory Compaction AASHTO T180-93 For every 1500 cum. or


fraction thereof

4. Field density AASHTO T191-93 For every 500 cum. or For every layer of 150 mm of
fraction thereof compacted depth based on
results of compaction.
5. CBR Test AASHTO T193-92 For every 2500 cum. or
fraction thereof
202 Crushed Aggregate 1. Gradation AASHTO T27-93 For every 300 cum. or For every layer of 150 mm of
Base Course fraction thereof compacted depth based on
2. Atterberg Limits AASHTO T89-93 results of compaction.
AASHTO T90-92

3. One Fractured Face BS 8-12

4. Laboratory Compaction For every 1500 cum. or


fraction thereof
5. Quality Test

6. Field Density AASHTO T191-93 For every 500 cum. or For every layer of 15 cm or 20 cm
fraction thereof of compacted depth based on
results of compaction.

Cebu BRT Project - Package 1 (rebid)


Section VII. Works Requirements 290

Item No. Description Item Test Control Frequency Remarks


7. CBR AASHTO T193-92 For every 2500 cum. or
fraction thereof

Aggregate Surface
Course
Gravel Surfacing 1. Gradation AASHTO T27-93 For every 300 cum. or
fraction thereof

2. Atterberg Limits AASHTO T89-93 For every 1500 cum. or


AASHTO T90-92 fraction thereof

3. Compaction AASHTO T180-93

4. Quality Test AASHTO T8193-92 One set of three in site


density tests for every 500
5. Field Density sqm or fraction thereof

6. Fractured Face BS 8-12 For every 1500 cum. or


fraction thereof
404 Reinforcing Steel A. Bar Reinforcement
1. Quality test for For every 10,000 kg or Per size of bars
bending, tension and fraction thereof
chemical analysis
B. Wire and Wire Mesh
2. Quality test Per shipment Per type of wire mesh
405 Concrete A. Portland Cement Type 1
1. Quality Test AASHTO T85-93 For every 2,000 bags or Note 1 – Quality includes
fraction thereof gradation, absorption, mortar,
strength, unit weight, soundness,
organic impurities, %clay lumps
and %shale

Note 2 – Quality test gradation,


bulk specific gravity absorption,

Cebu BRT Project - Package 1 (rebid)


Section VII. Works Requirements 291

Item No. Description Item Test Control Frequency Remarks


abrasion, soundness soft
B. Fine Aggregate fragments and unit weight
1. Gradation AASHTO T11-91 For every 75 cum. or
AASHTO T27-93 fraction thereof
2. Quality Test See Note 2 For every 1500 cum. or
fraction thereof
C. Coarse Aggregate
1. Gradation AASHTO T11-91 For every 75 cum. or
AASHTO T27-93 fraction thereof
2. Quality Test See Note 2 For every 1500 cum. or
fraction thereof
D. Water
1. Quality Test Every source

E. Pre-molded Filler for


Expansion Joints
1. Quality Test AASHTO T26-79 For every shipment

F. Fresh Concrete
1. Compressive AASHTO T42-92 One set of three samples
Strength Test for every 75 cum. or
fraction thereof
G. PCCP Acceptance AASHTO T119-93
1. International ASTM E950 Class 1 Entire length of road for
Roughness Index AASHTO PP43 both directions prior to
issue of taking over
certificates

Cebu BRT Project - Package 1 (rebid)


Section VII. Works Requirements 292

Item No. Description Item Test Control Frequency Remarks


500 Pipe Culverts and A. Pipes Strength AASHTO M170 For every 50 pieces or
Storm Drain Absorption and fraction thereof
Dimension

Alternative Requirements: For not more than 25


1. Set of 3 concrete cylinders pipes cast in the field
for compressive strength Representing 25 pipes of
2. Inspection report less size
Same as item 405
3. Cement, FA & CA Mortar
for joints
503 Cleaning and Inspection Report Every structure
Reconditioning
504 Grouted Riprap A. Cement Quality Test One for every 2000 bags
or fraction thereof
B. Fine Aggregate
1. Quality Test For every 1500 cum. or
fraction thereof
2. Grading For every 75 cum, or
fraction thereof
C. Stone
1. Inspection Report

D. Water
1. Certification from PE
or Quality test if
source is
questionable
505 Stone Masonry Same as Item 504
506 Hand Laid Rock Inspection Report Per station laid
Embankment
603 Metal Beam A. Steel Posts
Guardrail 1. Quality Test or Mill For each type of material
Test Certificate used
2. Inspection Report

Cebu BRT Project - Package 1 (rebid)


Section VII. Works Requirements 293

Item No. Description Item Test Control Frequency Remarks


For each type and
shipment of metal
605 Road Sign Inspection Report Each type of Road Sign
606 Pavement Marking Paint Quality Test One 20 liter can for every
100 cans of fraction
hereof or one 4 liters
can/100 cons or fraction
thereof

Cebu BRT Project - Package 1 (rebid)


Section VII. Works Requirements 294

Appendix 2

ENVIRONMENTAL MANAGEMENT
PLAN (EMP)

Cebu BRT Project - Package 1 (rebid)


Section VII. Works Requirements 295

Appendix 2 - ENVIRONMENTAL MANAGEMENT PLAN


Construction Package 1 Site Specific Environmental Management Plan/IMP
Project Envi Objectives/ Options for Prevention, Mitigation or Enhancement Responsible Cost
Phase/Activity/ Component Potential Impact Entity
Envi Aspect Likely to be
Affected
Pre-Construction
1. Design update People (legal ● Incorporate design 1. Secure the services of the Design and Supervision Consultant to TSC, DED Part of
and project compliance, measures in the project update designs to address design requirements. Consultant the DED
disclosure for CP1 institutional design to minimize 3. Update EIA and EMP based on detailed design and submit to WB for Consultan
mechanism) environmental impacts. review and approval. t’s
● Compliance with 4. Ensure EMPs are included in bidding and contract documents contract
statutory environmental 5. Notify Project to DENR and identify and obtain environmental permits cost
/ certificates under statutory environmental assessment process.
assessment process.
6. Implement plan for Grievance Redress Mechanism as described in the
● Establishment of EIA and inform local authorities DOTR-
Grievance Redress 7. Based on the Project Environmental Guidelines, prepare detailed EMP CBRT
Mechanism (GRM)-for with DED. Operation
the entire project that al-CBRT
subsume CP1 project
cost
2. Project People EMP can control impacts 1. Design BRT and road upgrading works within ROW, to avoid schools, TSC, DEDC Part of
boundaries/ and compliance required hospitals, institutions, and other sensitive receptors (SR). DED &
location change for environmental laws. 2. Make the detail design of alignment to minimize loss of trees and Consultan
other vegetation.
cy
3. Detailed designs to provide for enhancement (e.g., landscaping,
Contract,
tree replanting) where practicable.
4. Make plans for tree replacement in coordination with local DENR-
DOTR-
EMB and/or CENRO
5. Update the EMP should there be additional environmental impacts CBRT
identified during detailed design and for which appropriate Operation
mitigation measures have not been included in the EMP. Submit al-CBRT
updated EMP to WB for review before start of civil works. project
6. Prepare a new or supplementary environmental assessment cost
report in compliance with the WB’s Environmental Policy 4.01
if there are any additional components or modifications in the
Cebu BRT Project - Package 1 (rebid)
Section VII. Works Requirements 296

Project Envi Objectives/ Options for Prevention, Mitigation or Enhancement Responsible Cost
Phase/Activity/ Component Potential Impact Entity
Envi Aspect Likely to be
Affected
Project such as change in specific location/alignment, among
others, that will result to adverse environmental impacts and
are not within the scope of the environmental assessment
report prepared during loan processing. Submit the report to
WB for review before start of related civil works.
3. Environmental People Develop environmental 1. BRT-PIU to commit and retain dedicated staff safeguard specialist BRT- BRT-PIU,
capacity management capacity of for project duration to oversee EMP implementation PIU/ESO NPMO,
development and BRT-PIU to ensure 2. TSC to train BRT-PIU to build their capacity on EMP 2&3: TSC DOTR
proper EMP implementation, monitoring and reporting using workshops and on- operation
implementation and the-job training techniques and case studies.
al Cost
promote environmental 3. Conduct workers’ orientation on EMP provisions. Such orientation
awareness among is periodically conducted by the TSC as every new contractor is
workers engaged Consultan
t’s
contract
cost

4. Traffic People-Traffic Minimize traffic 1. Contact all relevant local authorities and local district groups and TSC, DED TIA
Management disruption and congestion conduct traffic impact assessments to plan traffic management and Consultant, consultan
Guideline conduct traffic assessment if necessary. BRT PIU t, TSC
2. To minimize disturbance of vehicular traffic and pedestrians during
contract
construction, access arrangements for vehicles accessing the Project
area are formulated such that this will avoid community disturbance cost, BRT
and severance and will at least retain a passing lane along all roads project,
used during construction. The design includes consideration of the DOTR
following: i) Lane availability and minimizing interference with traffic operation
flows past the works site; ii) Establishment of acceptable working al costs
hours and constraints; iii) Agreement on time scale and establishment
of traffic flow/delay requirements; iv) Programming issues including
DED &
the time of year and available resources; v) Discussion of the TSC/
BRT-PIU inspection/monitoring role. vi)Establishment of complaints Consultan
management system for duration of the works; vii) Agreement on cy
publicity/public consultation requirements (advance signing etc.). Contract,

Cebu BRT Project - Package 1 (rebid)


Section VII. Works Requirements 297

Project Envi Objectives/ Options for Prevention, Mitigation or Enhancement Responsible Cost
Phase/Activity/ Component Potential Impact Entity
Envi Aspect Likely to be
Affected
5. Guidelines on People-Utilities Minimize 1. Identify all power, water supply, telecommunications systems likely to BRT-PIU, DOTR
reprovisioning interruption to power, be interrupted by the works. utility operation
disrupted utilities water supply and 2. Contact all relevant local authorities for utilities and local district companies, s cost,
telecommunications groups to design reprovisioning of power, gas and water supply and
contractors
systems telecommunications.
3. Minimize interruption to power, gas and water supply and telecoms. Consultan
t &
contracto
rs
operation
al cost
6. Guidelines on People-Waste Minimize waste; avoid fly- 1. Re-use of waste materials & spoil disposal locations included in bid TSC, Consultan
Waste and Spoil Management tipping and pollution. and contract documents. consultant & t &
Disposal 2. The guidelines cover handling, storage, treatment, transport and contractors, Contracto
disposal of solid and liquid wastes, hazardous materials, hazardous
BRT-PIU r
wastes and excavation spoils.
3. The guidelines include consideration of all matters related to solid Operation
and liquid waste disposal including the following: i) Expected types of al-
waste and quantities of waste arising; ii)Waste reduction, reuse and Contract
recycling methods to be employed; iii) Agreed reuse and recycling costs
options and locations for disposal / endorsement from DENR and local
groups; iv) Methods for treatment and disposal of all solid and liquid
wastes; v) Methods of transportation to minimize interference with
normal traffic; vi) Establishment of regular disposal schedule and
constraints for hazardous waste; vii) Program for disposal of general
waste / chain of custody for hazardous waste; viii) Discussion of the
BRT-PIU inspection/monitoring role; ix) Establishment of complaints
management system for duration of the works; x) Agreement on
publicity/public consultation requirements (advance signing etc.); 4.
The Waste Management and Spoil Disposal guidelines include section
on Hazardous Materials and Waste section. This details the mitigation
measures, organizational arrangements, resources, facilities, etc. to
avoid environmental as well as health and safety impacts due to use
and disposal of hazardous materials/substances.
Cebu BRT Project - Package 1 (rebid)
Section VII. Works Requirements 298

Project Envi Objectives/ Options for Prevention, Mitigation or Enhancement Responsible Cost
Phase/Activity/ Component Potential Impact Entity
Envi Aspect Likely to be
Affected
4. The Spoil Disposal section of the Waste Management and Spoil
5. Disposal guideline include consideration of the following: i) Locations
and quantities of spoil arising from the construction works; ii) Agreed
locations for disposal / endorsement from DENR and local groups; iii)
Methods of transportation to minimize interference with normal
traffic; iv) Establishment of acceptable working hours and constraints;
v) Agreement on time scale and program for disposal and chain of
custody; vi) Programming issues including the time of year and
available resources. vii) Discussion of the BRT- PIU/TSC
inspection/monitoring role; viii) Establishment of complaints
management system for duration of the works; ix) Agreement on
publicity/public consultation requirements (advance signing etc)
7. Guidelines on LAND Avoid stockpiling of 1. Design to balance cut and fill where possible. TSC & DED Consultan
construction rock based materials 2. The guidelines detail the arrangements to be made to facilitate the consultants, t &
materials and runoff timely production and supply of construction materials to avoid BRT-PIU, contracto
management impacts due to unnecessary stockpiling outside the Project site. As a
contractor rs
minimum, the plan shall consider the following:
i. Required materials, potential sources and estimated operation
quantities available, al cost
ii. Impacts to identified sources and availability,
iii. Excavated slope material for reuse and recycling methods to be DOTR-
employed, BRT PIU
iv. Endorsement from DENR and local groups for use of sources. operation
v. Methods of transportation to minimize interference with normal s cost,
traffic.
vi. Constraints of regular delivery schedule to reduce stockpiling on
site.
vii. Program for reuse of slope excavated material for reuse
viii. Program for delivery of quarry and borrow materials.
ix. discussion of the BRT- PIU/TSC inspection/monitoring role.
x. Agreement on publicity/public consultation requirements.
3. Prepare a draft mass haul chart for the aggregate and asphalt
materials
needed for the construction works

Cebu BRT Project - Package 1 (rebid)


Section VII. Works Requirements 299

Project Envi Objectives/ Options for Prevention, Mitigation or Enhancement Responsible Cost
Phase/Activity/ Component Potential Impact Entity
Envi Aspect Likely to be
Affected
8. Guidelines on Water To minimize 1. Designs for bridges and culverts sufficient to control flooding with TSC & DED Consultan
Drainage and hydrological impacts appropriate drainage structures to cater for worst case flow and consultants, t &
Hydrological flooding and runoff of river rainfall from 100 year return storm and to dissipate energy of flow to BRT-PIU, contracto
Impact banks. reduce runoff.
contractor rs
Management 2. Design embankment and drainage to address current flooding
problems Ensure that rehabilitated road can not cause flooding of operation
adjacent areas. al cost
3. Designs for drainage to avoid disposal of outflow on steep slopes
>30% and non-vegetated areas. Protect slopes below. DOTR-
4. To ensure that construction works can not cause ponding/flooding BRT PIU
within the Project site, construction camps, borrow/quarry areas, operation
other areas used for project related activities and adjacent areas. s cost
9. Runoff Control Water To minimize 1. Incorporate runoff control and works stabilization TSC & DED Consultan
and Flooding hydrological 2. measures in the engineering design such as side ditches and berms, consultants, t &
Guidelines impacts, flooding 3. rock lining and slope walls, where appropriate. BRT-PIU, contracto
damage to the works 4. Cut areas of works designed not to undercut or destabilize adjacent contractor rs
trees.
operation
5. Temporary drainage works are to be designed based on the
historical flood data and flood forecasting. al cost
6. Design incorporates sufficient sizes of drains to take design flows.
7. The guidelines detail the arrangements/ provisions to ensure that DOTR-
construction works can not cause excessive runoff and siltation of BRT PIU
waterways adjacent to the Project site, The guidelines consider the operation
following: s cost
i) Climate and rainfall for the area and checking weather forecasts.
ii)Terrain and typical locations susceptible to runoff and runoff.
iii) Protection of the works and potential impacts to the environment.
iv) Runoff control methods to be employed, locations and installation
timing.
v) Limits to stockpiling on sites near waterways.
vi) Discussion of the TSC/ BRT-PIU inspection/monitoring role.
vii) Agreement on publicity/public consultation requirements

Cebu BRT Project - Package 1 (rebid)


Section VII. Works Requirements 300

Project Envi Objectives/ Options for Prevention, Mitigation or Enhancement Responsible Cost
Phase/Activity/ Component Potential Impact Entity
Envi Aspect Likely to be
Affected
10. Tree cutting LAND Minimize tree cutting 1. Contact DENR-CENRO and community groups for tree cutting and TSC, DOTR- Budget
guidelines replanting and to undertake reforestation program. PIU, CENRO, Contract
2. To avoid indiscriminate tree-cutting. The plan clearly defines areas community for Tree-
where tree removal is necessary based on Project requirements group growing/
and have provisions for replanting to compensate for lost trees.
planting
The guidelines prohibits introduction of invasive species and
specifies that new alien plant species (i.e., species not currently or
established in the City) are used unless carried out within the reforestat
existing regulatory framework for such introduction. ion &
tree-
removal,
cutting
and
replantin
g
11. Noise and dust AIR Minimize noise and dust 1. Reconfirm all noise and dust sensitive receivers likely to be TSC, BRT-PIU Consultan
management affected by construction works. t & BRT-
guidelines 2. Contact local district groups to design mitigation in advance. PIU
3. To minimize impacts to sensitive receptors (residential areas, operation
schools temples, hospitals, etc.) due to construction works,
al cost
sourcing and transport of construction materials, and other
project-related activities
12. Workers and PEOPLE Avoid accidents due to To identify interfaces between the works and the public, formulate TSC. BRT-PIU Consultan
public safety construction works measures to ensure safety of workers and the public, and prevent & Contractor t &
guidelines accidents due to the construction works. contracto
rs
operation
al cost

DOTR-
BRT PIU

Cebu BRT Project - Package 1 (rebid)


Section VII. Works Requirements 301

Project Envi Objectives/ Options for Prevention, Mitigation or Enhancement Responsible Cost
Phase/Activity/ Component Potential Impact Entity
Envi Aspect Likely to be
Affected
operation
s cost
13.Environmentally PEOPLE EMP provisions are 1. Guidelines are included in bidding and contract documents to ensure 1 & 2: TSC Consultan
responsible properly implemented by that mitigation measures are budgeted and to prepare the contractor for BRT- PIU t &
procurement selected for environmental responsibilities. 3: Prep. of contracto
contractor 2. Specify in bid document that Contractor engages capable and SEMPs –
guidelines rs
trained staff or site agent(s) to take responsibility for the Contractor,
environmental management and safety issues at the working level Approval of operation
and to monitor the effectiveness and review mitigation measures as SEMPs-TSC al cost
the project proceeds. 4:
3. Contractors submit updated specific environmental management Contractor DOTR-
plans or SEMPs for approval by PIU (i.e., management plans such as BRT PIU
Runoff Control Guidelines, Noise and Dust Control Guidelines, etc.). operation
4. Contractors recruit qualified staff to oversee implementation of s cost
environmental and safety measures specified in the EMP.
14. Coordinating People-Utilities Utilities & Telecoms 1. Set up Coordinating Committee early in the detailed design stage. 1 to 10: Consultan
Utilities & remain in service 2. Identify all potential hindrances to construction in the field BRT-PIU t &
Telecommunicatio during construction Only 3. Identification of foreseeable constraints and identify lead time 11 & 12: TSC contracto
minor /unavoidable 4. Establish preparedness of the utilities to facilitate reprovisioning. 11:
n reprovisioning rs
interruptions to utilities & 5. Facilitate Utilities and Telecoms Reprovisioning guidelines Contractor
guidelines telecoms. operation
6. Include the guidelines (as part of the EMP) in the bidding documents
7. Coordinating committee Chairmanship of DOTC/SPO with / BRT-PIU al cost
as secretary
8. Monthly meetings for first six months of design. DOTR-
9. Membership Implementing agency, all utilities, police and local BRT PIU
authorities as necessary. As the Project operation
10. Additional coordinating committee meetings in construction phase al cost
if problems occur.
11. Contractors inducted construction gears up through awareness
workshops conducted periodically by the PIU
12. PIU shares experience in the implementation of the works in case
unexpected difficulties occur.

Cebu BRT Project - Package 1 (rebid)


Section VII. Works Requirements 302

Project Envi Objectives/ Options for Prevention, Mitigation or Enhancement Responsible Cost
Phase/Activity/ Component Potential Impact Entity
Envi Aspect Likely to be
Affected
15. Ambient air, Air Establish baseline air 1. Collect baseline data on air quality at selected site (refer to sampling- Contractor Contracto
water and water and sediment monitoring map in the EIS or EPRMP) along the CP1 alignment in the rs
sediment quality qualityand noise levels to calendar month before the construction commences. Operation
and noise help in assessing project 2. Collect baseline data on noise at selected locations (refer to
al cost
monitoring impacts during sampling-monitoring map in the EIS or EPRMP) along the CP1
guidelines implementation alignment in the calendar month before the construction
commences.
CONSTRUCTION
1. Preliminary/ People Avoid impacts 1. Update and activate management plans/SEMPs for waste and spoil 1: Contracto
Mobilization- from unplanned activities. disposal, materials management, drainage, runoff control, tree- Contractor rs
Activate cutting and replanting, traffic and utilities and reprovisioning, noise to prepare Operation
management plans and dust control and workers and public safety. The SEMPs can not be updated
al cost
and obtain permits in conflict with any provisions of the EMP. SEMPs,
/ licenses 2. Contractor(s) and their suppliers comply with all statutory TSC to
requirements for permits from DENR with regard to use of assist and
mechanical equipment, establishment and operation of approve
construction plants such as concrete batching plant, rock crusher, 2: Contractor
spoils disposal, etc.
2. Mobilization- People Contractor & workers 1. Contractors clearly separate resources applied to mitigation 1: Contracto
Orientation for trained to implement measures. Tenders identify named staff to supervise management’s Contractor rs
Contractor, mitigation measures and plans. 2: TSC, BRT- Operation
Workers on better implementation of 2. TSC conducts training/ orientation involving construction workers PIU al cost
environmental EMP and BRT-PIU with regard to implementation of mitigation 3: Contractor
and social measures in the updated management guidelines/SEMPs, Project
management Consultan
EMP (i.e., those specified in the EIA) and any additional measures
guidelines identified during detailed design phase. t
3. Implement dengue controls and HIV-AIDS education and prevention operation
program in line with social plan al cost

3. LGU Land Use/ Land Use & Incompatibility with the 1. Information sharing with CCG to align and ensure that the CBRT will 1-2: CCG CCG
Development Classification Existing Land Use be accommodated in their future land use plan 3: Contractor Admin
plans 2. Identification of future land use of surrounding areas as potentials for
considerations transportation-oriented developments in cooperation with urban
Cebu BRT Project - Package 1 (rebid)
Section VII. Works Requirements 303

Project Envi Objectives/ Options for Prevention, Mitigation or Enhancement Responsible Cost
Phase/Activity/ Component Potential Impact Entity
Envi Aspect Likely to be
Affected
planners of LGUs to adopt in the future developments. Contracto
3. Disruption of normal-routine land use activities/patterns by r
construction works operation
al cost
4. Land- Site Clearing, excavation, 1. Controlled dumping of backfill materials Contractor Contracto
Civil/Construction Pedology/Soils, foundation works grading 2. Excavated soil (road sub-base, base, foundation works for bridges r
works Geology & paving & other works columns, etc) be keep away from near banks, waterways operation
- Road widening/ causes soil erosion, 3. Install sufficient soil & slope protection measures in embankments, al-
improvement, vibration, ground shaking/ foundation excavations contract
- Bus depot devt & subsidence, landslide 4. Implement an Erosion & Sediment Control and management plan cost
construction of Accidental spillage of fuel, 1. All waste shall be collected, contained on site and stored in water- Contractor, Contracto
bldgs., facilities oil, lubricants and other tight containers prior to disposal off-site as hazardous waste at r
- Devt/Constructio hazardous wastes that approved site. All equipment that leaks shall be repaired operation
n of stations could contaminate/pollute immediately or removed from the site al-
ground/soil 2. Provide secured containment/storage area for hazardous wastes contract
materials cost
3. Regular inspection & maintenance of machineries & equipment
4. Except for emergency cases and where it is necessary, repair &
maintenance of machineries & equipment shall be undertaken in
motorpool or shops where oil, lubricants containment are in-place.
Concrete slurry and 1. Water and slurry from concrete mixing operations shall be Contractor Contracto
excess/wastes contained to prevent pollution of the ground surrounding the mixing r
points. operation
Cement and concrete will 2. Concrete mixing, in the purpose of pre-stress girders, shall only take al-
be regarded as materials place in the construction camp or in dedicated plateau. contract
that are potentially 3. Concrete debris will be utilized for backfilling when deemed cost
damaging to the natural necessary.
environment 4. - All visible remains of excess concrete shall be physically removed
immediately and disposed of as waste. Washing the visible signs
into the ground is not acceptable. All excess aggregate shall also be
Cebu BRT Project - Package 1 (rebid)
Section VII. Works Requirements 304

Project Envi Objectives/ Options for Prevention, Mitigation or Enhancement Responsible Cost
Phase/Activity/ Component Potential Impact Entity
Envi Aspect Likely to be
Affected
removed.
5. Asphalt plant LAND, AIR Avoid air pollution, 1. Locate asphalt plant, rock crushers and bitumen supply off road Contractor Contracto
rock crushers, nuisances, traffic obstacles and r
bitumen usage and and 2. (wherever practicable) at least 500m from nearest sensitive operation
soil contamination contamination receivers (residential areas, schools, hospital, etc.) and rivers and
al-
install and maintain dust suppression equipment.
3. Bitumen should not be used as fuel. Fuel wood not for bitumen contract
heating. Bitumen drums stored in dedicated area not scattered cost
along CEBU road.
4. Bitumen will not be allowed to enter either running or dry
streambeds and nor will be disposed of in ditches or small
waste disposal sites prepared by the contractor. Bitumen
storage and mixing areas shall be protected against spills and
all contaminated soil must be properly handled according to
applicable national and local laws and regulation. As a
minimum, these areas must be contained, such that any spills
can be immediately contained and cleaned up. Any petroleum
products used in the preparation of the bitumen mixture must
also be carefully managed to avoid spills and contamination of
the local water table.
5. Fuel wood shall not be used for heating bitumen and bitumen
shall be not used as fuel.
6. Bitumen drums shall be stored in a dedicated area, not scattered
along the works
7. All accidental spills of bitumen or chemicals should be cleaned up
immediately with the top 2cm of any contaminated soil
underneath and disposed of as chemical waste to a site approved
by the local authority
8. Prevent soil contamination requiring contractors to instruct and
train their workforce on storage and handling of materials and
chemicals that can potentially cause soil contamination
9. Recycle debris generated by dismantling of existing pavement
subject to the suitability of the material.

Cebu BRT Project - Package 1 (rebid)


Section VII. Works Requirements 305

Project Envi Objectives/ Options for Prevention, Mitigation or Enhancement Responsible Cost
Phase/Activity/ Component Potential Impact Entity
Envi Aspect Likely to be
Affected
6. Site clearing that Land-Terrestial ● Loss of habitat for local 1. Trees that could possibly be earth-balled and replanted shall be TSC, BRT-PIU Part of
involves removal of Flora and Fauna species relocated the tree-
planted trees and ● Loss of shading & 2. Planting of trees in areas along the RROW that could not pose cutting,
greeneries along cooling effect to hindrance to pedestrian access (as part of urban design) and as planting-
the RROW and microclimate of the landscaping-greeneries within the Bus Depot and Terminals reforestat
facilities areas areas 3. On-going tree planting/reforestation project to plant trees required ion &
● Loss of mitigation for in the ECC greening-
Urban Heat Island & landscapi
Climate Change/GHG ng budget
carbon sink
LAND-trees Minimize impacts to flora 1. Monitoring and marking of vegetation that will not be removed 1: BRT-PIU, DOTR-
and fauna agreed with DENR-CENRO prior to commencement of construction. Contractor BRT PIU
2. DENR-CENRO to issue tree-cutting permit, replacement of cut trees to 2: DENR- operation
be undertaken based on the tree cutting and replanting guidelines. CENRO
al cost,
3. Clearing of trees minimized. 3-4:
4. Prohibit cutting of trees for firewood and for use in Project. contractor tree
5. During replanting works, new alien plant species (i.e., species not 5: BRT-PIU, cutting/
currently established in the City) are not used unless carried out Tree growing/
with the existing regulatory framework for such introduction. planting- reforestat
Invasive species shall not be introduced into new environments. growing ion cost,
6. The contractor prohibits the use of wood as a fuel for the execution contractor
of any part of the Works, including but not limited to the heating of 6-8:
contractor Contracto
bitumen and bitumen mixtures, and to the extent practicable shall
r
ensure that fuels other than wood are used for cooking, and water
heating in all his camps and living accommodations operation
7. Contractor bans buying or using wood from the illegal sources. al-
8. Contractor takes all precautions necessary to ensure that damage contract
to vegetation is avoided due to fires resulting from execution of cost
the works. The Contractor immediately suppresses the fire, if it
occurs, and undertakes replanting to replace damaged vegetation

Cebu BRT Project - Package 1 (rebid)


Section VII. Works Requirements 306

Project Envi Objectives/ Options for Prevention, Mitigation or Enhancement Responsible Cost
Phase/Activity/ Component Potential Impact Entity
Envi Aspect Likely to be
Affected
7. Materials Land Adverse impacts from 1. Updated guidelines to be approved in writing by TSC one month 1: Contracto
exploitation & materials extraction, prior to starting works. Contractor to agree & implement Contracto r
management of transportation & storage guidelines provisions. r to operation
quarry & borrow 2. Balance cut and fill requirements to minimization impacts from update al cost
extraction of aggregates. the
areas for landfilling,
3. Prioritize use of existing quarry sites with suitable materials and guidelines,
road paving, update the list of quarries and borrow pits monthly and report to TSC to
concreting BRT-PIU and minimize impacts on other local resources. approve
4. Procure materials only from DENR-EMB authorized quarries and 2 to 14:
borrow sites (with ECC). Contractor
5. If the contractor shall operate the quarry site required
environmental permits shall be secured prior to operation of
quarry/borrow areas.
6. Use quarry with highest ratio between extractive capacity (both
in terms of quality) and loss of natural state;
7. Use quarry sites lying close to the alignment, with a high level of
accessibility;
8. Do not use quarries in areas of natural woodland or near rivers
which provide food and shelters for birds and other animals.
9. Borrow/quarry sites shall not be located in productive land and
forested areas
10. During quarry/borrow site operation, provide adequate drainage
to avoid accumulation of stagnant water.
11. It is preferable to avoid or reduce the sections of quarry sites
located on river bed.
12. If it is not possible to locate quarries out of river beds, quarry
sites lying on small rivers and streams shall be avoided Alluvial
terraces or alluvial deposits which lie on the river beds but not
covered by water in normal hydrological conditions, are
preferred;
13. Ensure borrow pits are left in a tidy state with stable side slopes
and proper drainage in order to avoid creation of water bodies
favorable for mosquito breeding Upon completion of extraction
activities, quarry and borrow pits shall be dewatered and fences
shall be installed, as appropriate, to minimize health and safety
Cebu BRT Project - Package 1 (rebid)
Section VII. Works Requirements 307

Project Envi Objectives/ Options for Prevention, Mitigation or Enhancement Responsible Cost
Phase/Activity/ Component Potential Impact Entity
Envi Aspect Likely to be
Affected
risks.
14. To avoid drowning when pits become water- filled, measures
such as fencing, providing flotation devices such as a life buoy
tied to a rope, etc. shall be implemented
8. Site Preparation, WATER- To minimize hydrological 1. Review detailed designs for cross-drainage and side-drainage 1: Contracto
land clearing, Drainage & impacts flooding and structures, assess and agree with BRT-PIU if redesign is required or if Contractor r
removal of Hydrological runoff new structures are constructed or existing ones are repaired. 2: operation
2. Updated guidelines to be approved in writing by TSC one month Contracto
vegetation, Impacts al cost
prior to starting works. Contractor to implement provisions of r to
excavation DMP. update
3. Minimize alterations in the project corridor’s surface drainage DMP, TSC to
patterns as much as possible: assist and
4. Drains to be constructed so that the outfalls of the surface run-off approve.
from the carriageway are diverted away from the SRs.
5. Ensure that storm drains and highway drainage systems are
periodically
cleared to maintain storm water flow during construction.
9. Runoff control / WATER- Protect established works. 1. To implement excavation stabilization measures specified in the 1: Contracto
run- off Drainage & detailed designs and maintained during construction to protect the Contracto r
Hydrological works. Updated guidelines to be approved in writing by PIU one r to operation
Impacts month prior to starting works. Contractor to implement provisions update al cost
of the guidelines. ECP, TSC
2. Establish permanent surfaces immediately after completion of to
works in each stretch / sector. assist
3. Check weather forecasts and minimize work in wet weather. and
4. Include and implement appropriate measures for excavation approv
protection, i.e. shoring up as required in the detailed construction e
drawings. 2 to 12:
5. Prevent runoff and protect the excavations with temporary or Contractor
permanent drainage as soon as practicable after cutting
6. Payments will be linked to the completion of the works as
indicated by the installation of runoff control measures to protect
the works to the satisfaction of BRT-PIU.

Cebu BRT Project - Package 1 (rebid)


Section VII. Works Requirements 308

Project Envi Objectives/ Options for Prevention, Mitigation or Enhancement Responsible Cost
Phase/Activity/ Component Potential Impact Entity
Envi Aspect Likely to be
Affected
10.Construction Water quality Prevent water quality 1. Store lubricants, fuels in dedicated enclosures >50 m from water Contractor Contracto
works impacts bodies. r
due to negligence and 2. Solid waste from construction activities and workers camps will operation
ensure unavoidable not be thrown in rivers and other water courses (drainage, etc.) al cost
impacts managed 3. Construction storage/stockpiles shall be provided with bunds to
effectively. prevent silted run-off.
4. Stockpiled materials will be covered to reduce silted run-off.
5. No stockpiling or borrow sites <100m of water body.
6. Work in rivers will be scheduled during dry season and work
duration shall be as short as possible.
7. Construction storage/stockpiles shall be provided with bunds to
prevent silted run-off
8. Stockpile areas and storage areas for hazardous substances shall
be located away from water bodies.
9. Washing of machinery and vehicles in surface waters shall be
prohibited
11. Construction Water Mitigate the impact of 1. Assess availability of water and evaluate impact on use of local Contractor
works Resources using local community water resources to ensure that water utilization for Project shall not
water resources deplete local village supplies.
2. Bring in project water by tanker as necessary.
3. Worker camps will be located as agreed with local community
authority to prevent the unplanned consumption of community-
owned water resources.
4. Maintain close liaison with local communities to ensure that any
potential conflicts related to common resource utilization for
project purposes are resolved quickly.
5. Establish and implement guidelines to minimize the wastage of
water during construction and at campsites.
6. In case of accidental obstruction or damage, drainage ditches and
ponds shall be cleaned or repaired immediately.
12. Construction Groundwater & Degradation/contaminatio 1. All waste shall be collected, contained on site and stored in water- Contractor Contracto
works surface waters n of groundwater from tight containers prior to disposal off-site as hazardous waste at r
accidental spillage of oil, approved site. All equipment that leaks shall be repaired operation
immediately or removed from the site al cost
Cebu BRT Project - Package 1 (rebid)
Section VII. Works Requirements 309

Project Envi Objectives/ Options for Prevention, Mitigation or Enhancement Responsible Cost
Phase/Activity/ Component Potential Impact Entity
Envi Aspect Likely to be
Affected
lubricants, paints, solvents 2. Provide secured containment/storage area for hazardous wastes
& other hazardous wastes materials
3. Regular inspection & maintenance of machineries & equipment
4. Except for emergency cases and where it is necessary, repair &
maintenance of machineries & equipment shall be undertaken in
motorpool or shops where oil, lubricants containment are in-place.
Wastewater, septage from 1. Design and implement the temporary drainage of waste water from Contractor Contracto
temporary construction construction yard/ facilities/ camp, surface water runoff drainage r
facilities-admin/offices, systems to minimise discharge. operation
bunkhouses, canteen, 2. Design and install sewage treatment facility and separate non- al cost
construction yard, sewage wastewater for stations and Depot in compliance to the
motorpool, fabrication Sanitation Code of the Philippines. In addition, depot will have
yards interceptor tank to remove oil and fuel from surface water.
3. Compliance with RA 9275, secure discharge permit.
4. Install wastewater treatment, portable sanitary facilities at
construction sites/yards
13. Construction Water Supply ● Wastage of water 1. Sourcing of water from outside of the communities within the Contractor Contracto
works resource through project area r
improper usage during 2. Brackish water for wetting of ground to minimize dust generation operation
construction 3. Contractor to practice and implement measures to conserve, and al cost
● Competing use with the minimize water usage/consumption
community
14. Construction Meteorology/ Restrictions/disruptions of 1. Adjust construction activities in consideration to local climate / Contractor Contracto
Works Climatology construction words due to extreme events such as extreme heat to avoid overheating of r
inclement weather, heavy construction equipment and service vehicles and cause heat stress operation
rainfall, flooding to workers. al cost
2. Implement Emergency Response Plan.
Air ● Movement of 1. sprinkling of water (brackish or recycled water) in open dusty areas Contractor Contracto
vehicles/eqpts, within 2. vehicles, machineries, heavy equipment (dumptrucks, generator set, r
open areas of the project etc.) should be well-maintained and regularly check to regulate
Cebu BRT Project - Package 1 (rebid)
Section VII. Works Requirements 310

Project Envi Objectives/ Options for Prevention, Mitigation or Enhancement Responsible Cost
Phase/Activity/ Component Potential Impact Entity
Envi Aspect Likely to be
Affected
site will generate dusts emissions within standard levels operation
and emissions 3. Control vehicle movement maintaining the speed limit within the al cost
Exhaust emissions from construction site to <10kph and minimize vehicle transport by
const. machineries and maximizing the use of site generated materials
equipment 4. Conduct regular cleaning and clearing of construction access / sites
surfaces of spoils and debris from construction equipment and vehicles
and wetting of ground soil in the construction site when necessary.
Stock pile and trucks loaded with spoils will be covered.
5. Monitor air quality at identified nearby sensitive receptors regularly
and evaluate effectiveness of the air pollution reduction measures
provided
15. Operation of Noise Noise from movement of 1. Implement construction activities in consideration to time, duration, Contractor Contracto
construction vehicles (trucks, cars) and scale to optimize the use construction equipment, machineries, r
machinery, coming-in and out of the and vehicles in accordance to the noise emission standard. operation
equipment & project sites—disturbance 2. Minimise alteration of topography and removal of vegetation al cost
vehicles to residents along Access 3. Install noise control devices such as mufflers and noise suppressors to
roads all construction equipment and machineries. Use of electric instead of
diesel-powered equipment, hydraulic tools instead of pneumatic tools.
4. Conduct regular inspection and preventive maintenance of heavy
equipment, machineries and service vehicles to meet the DENR
Emission Standard
5. Provide appropriate PPE to construction workers
6. Monitor noise levels at identified nearby sensitive receptors
(residential, school and hospital areas) including ecologically significant
area/s (if any) likely to be affected by the operation and evaluate
effectiveness of the noise reduction measures provided

16. Construction Noise & dust To minimize air impacts 1. The guidelines include requirements for controlling noise and dusty 1: Contracto
works nuisance effectively and avoid materials at source. Updated guidelines to be approved in writing by Contracto r
complaints due BRT-PIU one month prior to starting works. Contractor to implement r to operation
to the airborne dust. guideline provisions. update al cost
Cebu BRT Project - Package 1 (rebid)
Section VII. Works Requirements 311

Project Envi Objectives/ Options for Prevention, Mitigation or Enhancement Responsible Cost
Phase/Activity/ Component Potential Impact Entity
Envi Aspect Likely to be
Affected
2. Restrict works to daylight hours within 500m of residential NDCP, TSC
settlements and hospitals. to approve
3. Powered mechanical equipment and vehicle emissions to meet 2-15:
national TCVN standards. All construction equipment and vehicles Contractor
shall have valid certifications indicating compliance to vehicle
emission standards.
4. Construction equipment and vehicles will be maintained to a good
standard and shall be provided with muffler silencers. Machinery
causing excessive pollution will be banned from construction sites.
5. Monitor and investigate complaints; propose alternative mitigation
measures.
6. Keep stockpiles moist
7. Tightly cover trucks transporting construction materials (sand, soil,
cement, gravel, etc.) to avoid or minimize spills and dust emission.
8. On rainless day undertake watering, at least twice per day, on dusty
and exposed areas at construction yards, materials stockpile,
construction sites, access roads, quarry areas, borrow sites and other
project areas where residential sites and other sensitive receptors
such as schools, hospital, etc. are located nearby. If works are within
15m of any sensitive receivers, the contractor shall install dust
barrier between the works at the road edge and the sensitive
receivers (e.g. 2.5 m high temporary walls, etc.)
9. Mixing and crushing plants operations will be equipped with dust
suppression devices such as water sprays.
10. Clean up road surfaces after work.
11. Temporary noise barriers shall be used, as necessary, in sites
where sensitive receptors are present, such as residential areas,
schools, hospitals, temples, etc.
12. To protect buildings and structures from vibration, non-vibrating
roller shall be used in construction sites near buildings and
structures.
13. Structures which are damaged due to vibration caused by the

Cebu BRT Project - Package 1 (rebid)


Section VII. Works Requirements 312

Project Envi Objectives/ Options for Prevention, Mitigation or Enhancement Responsible Cost
Phase/Activity/ Component Potential Impact Entity
Envi Aspect Likely to be
Affected
Project shall be repaired.
14. Machinery shall be turned off when not in use.
15. Impose speed limits on construction vehicles to minimize dust
emission along areas where sensitive receptors are located
(houses, schools, hospitals, etc.).
17. PEOPLE Loss/limitations and 1. No complete closure of existing road/street access, otherwise, Contractor, Contracto
CONSTRUCTION hindrance of regular access alternative access shall be provided. CCG r
WORKS by residents and motorists 2. Traffic Impact Assessment/Traffic Management Plan during operation
to their construction and operations shall address issues/concerns on al cost
homes/establishments and accessibility
destinations
Infrastructure & Relocation of utilities (e.g. 1. Necessary planning and coordination with concerned authority and Contractor, Contracto
utilities electric poles, water lines, local body; Prior notice to and consultation with concerned authority, Utility firms, r
communication lines, etc.) local body and public to be affected so as to ensure that work does PIU, CCG operation
disrupt services
along right of ways al cost
2. Contractor to implement guideline provisions.
2. Reconfirm power, water supply and telecommunications systems
Interruption of services likely to be interrupted by the works.
(e.g. power, water supply, 3. Contact all relevant local authorities for utilities and local village
telecommunication groups to plan reprovisioning of power, water supply and
systems) telecommunications systems.
4. Utilities shall be relocated and reconnected well ahead of
commencement of construction works and contractor shall
coordinate with utility company for relocation and reconnection well
before works commence.
5. Affected communities shall be properly informed in advance.
6. Reconnection of utilities shall be completed at the shortest
practicable time before construction commences.
7. Utilities damaged during construction shall be reported to DOTr and
8. utility authority and repairs arranged immediately.
9. Access roads damaged during transport of construction materials and
other project-related activities shall be reinstated upon completion of
construction works at each section

Cebu BRT Project - Package 1 (rebid)


Section VII. Works Requirements 313

Project Envi Objectives/ Options for Prevention, Mitigation or Enhancement Responsible Cost
Phase/Activity/ Component Potential Impact Entity
Envi Aspect Likely to be
Affected
PEOPLE-utilities Prevent interruption of 1. Contractor to implement guideline provisions. 1: Contracto
services such as electricity 2. Reconfirm power, water supply and telecommunications systems Contractor r
and water during likely to be interrupted by the works. , operation
relocation of the utilities 3. Contact all relevant local authorities for utilities and local village BRT-PIU
al cost
line/connections. Repair groups to plan reprovisioning of power, water supply and and TSC to
Damaged access roads telecommunications systems. assist and
4. Utilities shall be relocated and reconnected well ahead of approve
commencement of construction works and contractor shall 2 to 8:
coordinate with utility company for relocation and reconnection well Contractor
before works commence.
5. Affected communities shall be properly informed in advance.
6. Reconnection of utilities shall be completed at the shortest
practicable time before construction commences.
7. Utilities damaged during construction shall be reported to the TSC
and utility authority and repairs arranged immediately.
8. Access roads damaged during transport of construction materials
and other project-related activities shall be reinstated upon
completion of construction works at each section
18. Economics Money flowing into the 1. Hire as many locals Contractor Contracto
CONSTRUCTIOIN local economy from 2. Encourage patronage for local goods & services r
WORKS workers salaries operation
al cost
19. Public Safety Accidents with public in 1. Include in WPSP for barriers (e.g., temporary fence), shall be installed Contractor Contracto
CONSTRUCTION local community at construction areas to deter pedestrian access to the roadway r
WORKS except at designated crossing points. operation
2. The general public/local residents shall not be allowed in high-risk
al cost
areas, e.g., excavation sites and areas where heavy equipment is in
operation and such sites have a watchman to keep public out.
3. Speed restrictions shall be imposed on Project vehicles and
equipment when traveling within 50m of sensitive receptors (e.g.
residential, schools, temples, etc.).
4. Upon completion of construction works, borrow areas will be

Cebu BRT Project - Package 1 (rebid)


Section VII. Works Requirements 314

Project Envi Objectives/ Options for Prevention, Mitigation or Enhancement Responsible Cost
Phase/Activity/ Component Potential Impact Entity
Envi Aspect Likely to be
Affected
backfilled (if suitable materials are available, e.g., excavation spoils)
or fenced.
Workers Safety Workplace accidents 1. Updated guidelines to be approved in writing by BRT- PIU one month Contractor, Contracto
prior to starting works. Contractor to implement guidelines PIU, TSC r
provisions. operation
2. Establish safety measures as required by law and by good engineering al cost
practice and provide first aid facilities that are readily accessible by
workers
3. Scheduling of regular (e.g., weekly tool box talks) to orient the workers
on health and safety issues related to their activities as well as on
proper use of PPE.
4. Fencing on all excavation, borrow pits and sides of temporary bridges
5. Workers shall be provided with appropriate personal protective
equipment (PPE) such as safety shoes, hard hats, safety glasses, ear
plugs, gloves, etc. at no cost to the employee.
6. Where worker exposure to traffic cannot be completely eliminated,
protective barriers shall be provided to shield workers from traffic
vehicles. Another measure is to install channeling devices (e.g., traffic
cones and barrels) to delineate the work zone.
7. Workers shall be provided with reliable supply of potable water.
8. Construction camps shall be provided with adequate drainage to
avoid accumulation of stagnant water.
9. Construction camps shall be provided with toilets/sanitation facilities
in accordance with local regulations to prevent any hazard to public
health or contamination of land, surface or groundwater. These
facilities shall be well maintained to allow effective operation.
10. Ensure reversing signals are installed on all construction vehicles
20. Operations of People & Worker facilities not to 1. Worker camp location and facilities located and agreed with local Contractor Contracto
Worker’s camps & Community cause nuisance & communities and facilities approved by BRT-PIU and managed to r
workshops safety, disturbance minimize impacts. operation
livelihood, 2. Construction camps will be established in areas with adequate natural al cost
health & drainage.
sanitation, 3. Hire and train as many local workers as possible.
4. Provide adequate housing for all workers at the construction camps
Cebu BRT Project - Package 1 (rebid)
Section VII. Works Requirements 315

Project Envi Objectives/ Options for Prevention, Mitigation or Enhancement Responsible Cost
Phase/Activity/ Component Potential Impact Entity
Envi Aspect Likely to be
Affected
water quality, and establish clean canteen/eating and cooking areas.
wastes mgt, 5. Portable lavatories (or at least pit latrines in remote areas) shall be
land use. installed and open defecation shall be prohibited and prevented by
cleaning lavatories daily and by keeping lavatory facilities clean at all
times.
6. Provide separate hygienic sanitation facilities/toilets and bathing
areas with sufficient water supply for male and female workers.
7. Wastewater effluents from contractors’ workshops and equipment
washing-yards will be passed through gravel/sand beds and all
oil/grease contaminants will be removed discharging it into natural
streams. Oil and grease residues shall be stored in drums awaiting
disposal in line with the agreed Waste Management Plan and
consistent with national and local regulations.
8. Predictable wastewater effluent discharges from construction works
shall have the necessary permits from DENR and local authorities
before the works commence.
9. Borrow pits and natural depressions with pre-laid impervious liners
will be used to dispose of scarified/scraped asphalt, and then
covered with soil. This will check potential groundwater
contamination.
10. Options for completely or partially recycling scraped scarified
materials will also be taken into account.
11. Camp site will be cleaned up to the satisfaction of and local
12. community after use.
13. Solid and liquid waste will be managed in line with Waste
Management Plan
14. All waste materials shall be removed and disposed to disposal sites
approved by local authorities
15. Land used for campsites shall be restored to the original condition
as far as practicable and the area if required tin the TCRP shall be
planted with appropriate trees / shrubs as soon as practicable after
it is vacated and cleaned

Cebu BRT Project - Package 1 (rebid)


Section VII. Works Requirements 316

Project Envi Objectives/ Options for Prevention, Mitigation or Enhancement Responsible Cost
Phase/Activity/ Component Potential Impact Entity
Envi Aspect Likely to be
Affected
21. Sanitation & Health and Surrounding community & 1. Standing water will not be allowed to accumulate in the temporary Contractor Contracto
Disease Sanitation workers health & well- drainage facilities or along the roadside to prevent proliferation of r
being affected by illness mosquitoes. operation
and diseases 2. Temporary and permanent drainage facilities will be designed to al cost
facilitate the rapid removal of surface water from all areas and
prevent the accumulation of surface water ponds.
3. Dengue control ((e.g., provision of insecticide treated mosquito nets
to workers, installation of proper drainage to avoid formation of
stagnant water, etc.) and HIV-AIDS education will be implemented in
line with social plans for the project.
4. HIV/AIDS awareness and prevention program shall be implemented in
line with social plans under the Project
5. Implementation of DOH and IATF COVID-19 ‘new normal guidelines in
the workplaces’
22. Safety Ensure worker safety. 1. Updated guidelines to be approved in writing by BRT- PIU one month 1: Contracto
Precautions for prior to starting works. Contractor to implement guidelines Contracto r
the provisions. r to operation
Workers 2. Establish safety measures as required by law and by good update al cost
engineering practice and provide first aid facilities that are readily WPSP,
accessible by workers. TSC
3. Scheduling of regular (e.g., weekly tool box talks) to orient the to assist
workers on health and safety issues related to their activities as well and
as on proper use of PPE. approve.
4. Fencing on all excavation, borrow pits and sides of temporary 2 to 10:
bridges Contractor
5. Workers shall be provided with appropriate personal protective
equipment (PPE) such as safety shoes, hard hats, safety glasses, ear
plugs, gloves, etc. at no cost to the employee.
6. Where worker exposure to traffic cannot be completely eliminated,
protective barriers shall be provided to shield workers from traffic
vehicles. Another measure is to install channeling devices (e.g.,
traffic cones and barrels) to delineate the work zone.
7. Workers shall be provided with reliable supply of potable water.
8. Construction camps shall be provided with adequate drainage to
avoid accumulation of stagnant water.
Cebu BRT Project - Package 1 (rebid)
Section VII. Works Requirements 317

Project Envi Objectives/ Options for Prevention, Mitigation or Enhancement Responsible Cost
Phase/Activity/ Component Potential Impact Entity
Envi Aspect Likely to be
Affected
9. Construction camps shall be provided with toilets/sanitation
facilities in accordance with local regulations to prevent any hazard
to public health or contamination of land, surface or groundwater.
These facilities shall be well maintained to allow effective operation.
10. Ensure reversing signals are installed on all construction vehicles.
23. Public PEOPLE-Public Prevent accident with 1. Include in WPSP for barriers (e.g., temporary fence), shall be installed Contractor Contracto
safety Safety public in local community at construction areas to deter pedestrian access to the roadway r
except at designated crossing points. operation
2. The general public/local residents shall not be allowed in high-risk
al cost
areas, e.g., excavation sites and areas where heavy equipment is in
operation and such sites have a watchman to keep public out.
3. Speed restrictions shall be imposed on Project vehicles and
equipment when traveling within 50m of sensitive receptors (e.g.
residential, schools, temples, etc.)
4. Upon completion of construction works, borrow areas will be
backfilled (if suitable materials are available, e.g., excavation spoils)
or fenced
24. Construction People-Wastes/ Control spoil and 1. The updated guidelines shall cover all aspects of spoil removal, 1: Contracto
works Spoils removal construction waste storage, disposal and monitoring, Updated guidelines to be approved Contractor r
disposal, oily and in writing by TSC one month prior to starting works. Contractor to to update operation
hazardous wastes. implement the guideline provisions. the al cost
2. Areas for disposal to be agreed with land owner and DENR checked Guidelines
and recorded by the TSC/BRT- PIU and monitored , TSC to
3. Spoil disposal areas to be rehabilitated monitored, catalogued, and assist and
marked. approve
4. Spoil will not be disposed of in rivers and streams or other natural 2 to 12:
drainage path.
Contractor
5. Spoil will not be disposed of on fragile slopes, flood ways, wetland,
farmland, forest, religious or other culturally sensitive areas or areas
where a livelihood is derived.
6. Surplus spoil will be used where practicable for local repair works to
fill eroded gullies and depression areas and degraded land in

Cebu BRT Project - Package 1 (rebid)


Section VII. Works Requirements 318

Project Envi Objectives/ Options for Prevention, Mitigation or Enhancement Responsible Cost
Phase/Activity/ Component Potential Impact Entity
Envi Aspect Likely to be
Affected
consultation with local community.
7. Spoils shall only be disposed to areas approved by local authority.
8. Spoil will be disposed of to the disused quarries and abandoned
borrow pits where practicable.
9. Disposed spoil will be spread in 15cm layers and compacted to
optimum moisture content, covered with topsoil, landscaped and
provided with drainage and vegetation to prevent runoff in line with
best practice.
10. Spoil disposal shall not cause sedimentation and obstruction of flow
of watercourses, damage to agricultural land and densely vegetated
areas.
11. Under no circumstances will spoils be dumped into watercourses
(rivers, streams, drainage, etc.)
12. The spoils disposal site shall be located at least 50 m from surface
water courses and shall be protected from runoff by avoiding
formation of steep slopes and grassing.
25. General People-Waste Reduce, reuse and 1. The guidelines to cover all aspects of waste storage, disposal and 1: Contracto
Construction Management recycle waste and 2. accidental spills to be approved in writing by BRT-PIU one month Contracto r
Waste Disposal contamination due to prior to starting works. Contractor to implement the guideline r to operation
poor waste disposal provisions. update al cost
practices. 3. Areas for disposal to be agreed with land owner and the
4. DENR checked; and recorded and monitored by the BRT-PIU. Guidelines
5. Waste disposal areas approved by local authorities shall be ,
rehabilitated, monitored, catalogued, and marked. TSC to
6. Segregation of wastes shall be observed. Cleared foliage, shrubs assist and
and grasses can be given to local farmers for fodder and fuel. approve
Organic (biodegradables) shall be collected and disposed of onsite 2 to 14:
by composting (no burning on site). Contractor
7. Recyclables shall be recovered and sold to recyclers.
8. Residual and hazardous wastes shall be disposed of in disposal sites
approved by local authorities.
9. Construction/workers’ camps shall be provided with garbage bins.
10. Burning of construction and domestic wastes shall be prohibited.
11. Disposal of solid wastes into canals, rivers, other watercourses,
agricultural field and public areas shall be prohibited.
Cebu BRT Project - Package 1 (rebid)
Section VII. Works Requirements 319

Project Envi Objectives/ Options for Prevention, Mitigation or Enhancement Responsible Cost
Phase/Activity/ Component Potential Impact Entity
Envi Aspect Likely to be
Affected
12. There will be no site- specific landfills established by the
contractors. All solid
13. waste will be collected and removed from the work camps and
disposed in local waste disposal sites.
14. Solid waste generated during construction and at campsites to be
treated and safely disposed only in demarcated off-site waste
disposal sites identified and agreed with TSC/ BRT-PIU, local
community and local authorities
26. Construction Aesthetics Unsightly construction 1. Provide temporary perimeter fence on construction area (buffer
works activities (aesthetic bet. Const. area and existing amenities/facilities)
impacts) 2. Minimize disturbance to the general area
27. Use of People- Minimize 1. Updated guidelines to be approved in writing by TSC one month 1: Contracto
hazardous HazWastes contamination due to prior to starting works. Contractor to implement Guidelines Contracto r
substances and Management use and storage of provisions. r to operation
hazardous hazardous substances 2. Ensure that safe storage of fuel; other hazardous substances and update al cost
waste disposal bulk materials are agreed by BRT-PIU and have necessary the
approval/permit from DENR and local authorities. guidelin
3. Hydrocarbon, toxic material and explosives will be stored in es, TSC
adequately protected sites consistent with national and local to
regulations to prevent soil and water contamination. approve
4. Equipment/vehicle maintenance and refueling areas will be 2 to 16:
confined to areas in construction sites designed to contain spilled Contractor
lubricants and fuels. Such areas shall be provided with drainage
leading to an oil- water separator that will be regularly skimmed of
oil and maintained to ensure efficiency.
5. Fuel and other hazardous substances shall be stored in areas
provided with roof, impervious flooring and bund/containment wall
to protect these from the elements and to readily contain spilled
fuel/lubricant
6. Segregate hazardous wastes (oily wastes, used batteries, fuel
drums) and ensure that storage, transport and disposal shall not
cause pollution and shall be undertaken consistent with national
Cebu BRT Project - Package 1 (rebid)
Section VII. Works Requirements 320

Project Envi Objectives/ Options for Prevention, Mitigation or Enhancement Responsible Cost
Phase/Activity/ Component Potential Impact Entity
Envi Aspect Likely to be
Affected
and local regulations.
7. Ensure all storage containers are in good condition with proper
labeling.
8. Regularly check containers for leakage and undertake necessary
repair or replacement.
9. Store hazardous materials above flood level.
10. Discharge of oil contaminated water shall be prohibited.
11. Used oil and other toxic and hazardous materials shall be disposed
of in an authorized facility off-site.
12. Adequate precautions will be taken to prevent oil/lubricant/
hydrocarbon contamination of channel beds.
13. Ensure availability of spill cleanup materials (e.g., absorbent pads,
etc. specifically designed for petroleum products and other
hazardous substances where such materials are being stored.
14. Spillage, if any, will be immediately cleared with utmost caution to
leave no traces.
15. Spillage waste will be disposed at disposal sites approved by local
authorities and approved by TSC.
16. All areas intended for storage of hazardous materials will be
quarantined and provided with adequate facilities to combat
emergency situations complying with all the applicable statutory
stipulation.
17. The Contractor shall identify named personnel in the management
plan/SEMP in-charge of these sites and ensure they are properly
trained to control access to these areas and entry will be allowed
only under authorization.
28. Construction -Transportation Increase traffic density due 1. schedule delivery trips during non-peak hours DPWH, LGUs ECC,
works & Traffic to movement of 2. void materials delivery during peak-hours, beginning (morning) and Traffic TMP/TIA
vehicles/trucks hauling closing (afternoon) of school classes Managemen SOP
construction materials to 3. Control delivery time, frequency and number of trips per day (esp. t Office
site, causing traffic during weekdays)
congestion along access 4. Implementation of Traffic Management Plan that includes rerouting
roads to alternative roads
Cebu BRT Project - Package 1 (rebid)
Section VII. Works Requirements 321

Project Envi Objectives/ Options for Prevention, Mitigation or Enhancement Responsible Cost
Phase/Activity/ Component Potential Impact Entity
Envi Aspect Likely to be
Affected
29. Traffic Traffic disturbance and 1. Prior to start of site works, update and implement Traffic 1. Contracto
Conditions congestion from Management Guidelines during detailed design phase. Updated Contractor r
movement-operations of guidelines to be approved in writing by TSC one month prior to to update operation
starting works. Contractor to implement TTMP provisions. TTMP, PIU
machineries/eqpt, road al cost
2. Communicate to the public through local officials regarding the to assist
closures for construction scope and schedule of construction, as well as certain construction and
works-activities activities causing disruptions or access restrictions. approve
3. In coordination with local traffic authorities, implement 2 to 8:
appropriate traffic diversion schemes to avoid inconvenience due Contractor
to project operations to road users, ensure smooth traffic flow and
avoid or minimize accidents, traffic hold ups and congestion
4. In coordination with local traffic officials, schedule transport of
materials to avoid congestion, set up clear traffic signal boards and
traffic advisory signs at the roads going in and out the road and
bridge construction sites to minimize traffic build-up.
5. Provide safe vehicle and pedestrian access around construction
areas.
6. Install bold diversion signs that would be clearly visible even at
night and provide flag persons to warn of dangerous conditions
(24 hours, as necessary)
7. Provide sufficient lighting at night within and in the vicinity of
construction sites.
8. Designate traffic officers in construction sites

30. Construction Disruption to access and 7. Provide continued access to shops, residences, mosques, etc., Contractor Contracto
works business activities during construction period r
8. Contractor to provide planks and continued access during operation
construction period. Night works to be considered in areas with al cost
high density commercial activity.
31. Construction Archaeological Preservation of chance 1. Site agents instructed to keep a watching brief for relics Contractor Contracto
works and finds of cultural and 2. Should any potential items be located, the CBRT-PIU will r
cultural archaeological relics. immediately be contacted and work will be temporarily stopped in operation
artifacts. identified during that area. al cost
construction
Cebu BRT Project - Package 1 (rebid)
Section VII. Works Requirements 322

Project Envi Objectives/ Options for Prevention, Mitigation or Enhancement Responsible Cost
Phase/Activity/ Component Potential Impact Entity
Envi Aspect Likely to be
Affected
3. If the site supervisor determines that the item is of potential
significance, an officer from the National Museum (NM) will be
invited to inspect the site and work will be stopped.
4. Until NM has responded to this invitation work will not re-
commence in this location until agreement has been reached
between NM and DOR as to any required mitigation measures,
which may include excavation
32. Enhancements Provide environmental Contractor to reconfirm and implement enhancements (e.g., Contractor
enhancement of the landscaping, tree replanting) identified at the detailed design stage.
project
33.Disruption to Provide continued Contractor to provide planks and d continued access during Contractor Contracto
access and business access to shops, construction period. Night works to be considered in areas with high r
activity residences, mosques, density commercial activity. operation
etc., during al cost
construction period
34. Waste, Removal of construction 1. Schedule demobilization operations during daytime; no nighttime Contractor Contracto
Demobilization/ Aesthetics eqpt, temporary facilities, operations r
Clean up excess construction 2. Disposed garbage, const. waste at designated disposal site. operation
materials, rehabilitation of 3. Allow recyclers to salvage salvageable construction waste al cost
const. yard:

Cebu BRT Project - Package 1 (rebid)


323

Environmental and Social (ES) requirements

“The Department of Transportation (DOTr) is committed to the goal of sustainably developing


safe, efficient and reliable transportation systems and infrastructures for the public good,
consistent with its mandate, with due regard to the protection of the country’s natural
resources and mitigation of social disturbances. Reinforced by specialist knowledge and
instituting state-of-the-art and internationally accepted technologies, DOTr incessantly refines
its management systems and firmly abides the basic principles of avoidance, minimization and
mitigation in dealing with environmental and social issues. Where necessary, restoration and
enhancement arrangements are also undertaken.”
1. The Department of Transportation (DOTr) is the primary policy, planning, programming,
coordinating, implementing and administrative entity of the executive branch of the
government on the promotion, development and regulation of a dependable and
coordinated network of transportation and communications systems, as well as in the fast,
safe, efficient and reliable transportation and communications services.
2. Grounded on the rudimentary values of Avoidance, Minimization and Mitigation, DOTr
has developed its environmental and social assessments specifically for this Project. The
creation of infrastructure for the benefit of the nation requires forbearance in the disruption
to the lives of many, no matter their economic resources or level of comfort in their current
circumstance, as such, the adverse environmental and social impacts are addressed through
the formulation of environmental management guidelines (EMP), social management plan
(SMP), and resettlement action plan (RAP), in accordance with pertinent World Bank
Safeguards Policies, which shall be adhered to by the Contractor upon its employment.

3. With due regards to the larger realm of corporate social responsibility, and mainstream the
environmental and social concerns, the Department is further committed to:

i. apply good international industry practice to protect and conserve the natural
environment and to minimize unavoidable impacts (i.e., environmental protection);

ii. provide and maintain a healthy and safe work environment and safe systems of work
(i.e., occupational and community health and safety);

iii. protect the health and safety of local communities and users, with particular concern
for those who are disabled, elderly, or otherwise vulnerable (i.e., child25 protection,
vulnerable people (including those with disabilities);

iv. be intolerant of, and enforce disciplinary measures for illegal activities. To be
intolerant of, and enforce disciplinary measures for gender-based violence,

25
For the purpose of the policy and/or code of conduct, the term “child” / “children” means any person(s) under
the age of 18 years.

Cebu BRT Project - Package 1 (rebid)


324 Section VII. Works Requirements

inhumane treatment, sexual exploitation, rape, sexual abuse, sexual activity with
children, and sexual harassment (i.e., Sexual Harassment (SH), gender-based
violence, Sexual Exploitation and Abuse (SEA));

v. incorporate a gender perspective and provide an enabling environment where


women and men have equal opportunity to participate in, and benefit from, planning
and development of the Works (i.e., gender equality);

vi. work co-operatively, including with end users of the Works, relevant authorities,
contractors and local communities;

vii. engage with and listen to affected persons and organizations and be responsive to
their concerns, with special regard for vulnerable, disabled, and elderly people;

viii. provide an environment that fosters the exchange of information, views, and ideas
that is free of any fear of retaliation, and protects whistleblowers;

ix. minimize the risk of communicable diseases and to mitigate the effects of
communicable diseases associated with the execution of the Works (i.e., HIV/AIDS
awareness and prevention).

4. The Contractor, as supervised by DOTr, will monitor the environmental and social
performance of the project. This monitoring is intended to: (i) determine whether the
project is being implemented in accordance with World Bank Standards, and (ii) learn
lessons, allocate resources and identify opportunities for continuous improvement.

1. Monitoring requirements will be proportional to the nature of the project and its
environmental and social risks and impacts. Monitoring will address:

● Any significant environmental and social risks and impacts identified during
the environmental and social assessment process;
● Actions specified in the EMPs or SMP;
● Grievances received from workers and external stakeholders, and how they
were resolved;
● Any regulatory monitoring and reporting requirements; and
● Any monitoring and reporting required by other parties (for example, off-takers,
financiers, certification bodies).

2. DOTr will ensure that adequate systems, resources and personnel are in place to carry
out monitoring. DOTr will review the results of monitoring and initiate corrective
actions as necessary. In addition, DOTr may use third parties, such as independent
experts, local communities or civil society organizations, to complement or verify its
own monitoring information. Where relevant authorities or other third party have
responsibility for managing specific environmental and social risks and impacts and
associated mitigation measures, DOTr will collaborate with the relevant authorities or
other third parties in establishing and monitoring such mitigation measures.
Cebu BRT Project - Package 1 (rebid)
Section VII. Works Requirements 325

3. DOTr will provide regular reports to World Bank on the environmental and social
performance of the project, including compliance and implementation of the EMP,
SMP, RAP, and stakeholder engagement plan where appropriate. Based on the
monitoring results DOTr will identify and reflect any necessary corrective and
preventive actions in an amended EMP, SMP, RAP, as agreed with World Bank. DOTr
will implement agreed corrective and preventive actions, and follow up on these actions
to enhance their performance.

4. DOTr shall promptly notify World Bank of any environmental or social incident or
accident relating to the client or the project, which has, or is likely to have, a significant
adverse effect.

5. DOTr shall promptly notify World Bank of any changes to the project’s scope, design
or operation that is likely to materially change its environmental and/or social risks and
impacts. DOTr will carry out any additional assessment and stakeholder engagement
in accordance with World Bank Policies and amend the EMP, SMP, RAP, accordingly
as agreed with World Bank.

6. DOTr shall comply with all relevant national laws or international labour standards
regarding employment of minors, whichever provide a higher degree of protection for
the child.

7. DOTr shall not employ children in a manner that is economically exploitative, or is


likely to be hazardous or to interfere with the child’s education, or to be harmful to the
child’s health or physical, mental, spiritual, moral, or social development. Young
people below the age of 18 years will be identified by the client and will not be
employed in hazardous work. All work of persons under the age of 18 shall be subject
to an appropriate risk assessment prior to the work commencing and regular monitoring
of health, working conditions, and hours of work.

8. DOTr, through the Contractor, shall avoid or minimize the generation of waste
materials and reduce their harmfulness as far as practicable. Where waste generation
cannot be avoided but has been minimized, DOTr will reuse, recycle or recover waste,
or use it as a source of energy in a manner that is safe for human health and the
environment. Where waste cannot be recycled, reused or recovered, DOTr will need to
appropriately treat and/or dispose of it in an environmentally sound and safe manner
that includes the appropriate control of emissions and residues resulting from the
handling and processing of the waste material, and where relevant, in accordance with
Philippines’ substantive environmental standards.

9. Throughout the project lifecycle, DOTr, through the Contractor, shall apply pollution
prevention and control techniques consistent with Philippine local laws and policies to
minimize potential adverse impacts on human health and the environment while
remaining technically and financially feasible and cost effective. This applies to the
release of pollutants due to routine, non-routine or accidental circumstances during the
Cebu BRT Project - Package 1 (rebid)
326 Section VII. Works Requirements

Construction Phase.

10. In all activities directly related to the project, DOTr, through the Contractor, shall avoid
or minimize the use of hazardous substances and materials, and consider the use of less
hazardous substitutes for such substances and materials so as to protect human health
and the environment from their potentially harmful impacts. Where avoidance or
substitution is not feasible, DOTr shall apply appropriate risk management measures
in order to minimize or control the release of such substances/materials into air, water
and/or land resulting from their production, transportation, handling, storage, use and
disposal relating to project activities.

11. DOTr, through the Contractor, shall adopt measures to identify and prevent accidents,
injury and ill-health to workers and project-affected communities arising from or
associated with, or occurring in carrying out project activities and prepare and
implement preventive and protective measures and plans to manage health and safety
risks in accordance with the hierarchy of risk control and in accordance with good
international practice.

12. DOTr, through the Contractor, shall provide workers and project-affected communities
with relevant information, instruction and training relating to health and safety hazards,
risks, protective and preventive measures and emergency arrangements that are
necessary for their health and safety throughout the project.

13. Where any accidents, injury and ill-health occur in the course of works associated with
the project, or there is a potential of such event, DOTr shall investigate, document,
analyse the findings, adopt measures to prevent reoccurrence and, where required by
law, notify and cooperate with the relevant authorities. DOTr will ensure appropriate
financial compensation for any persons suffering injury or ill-health that is caused by
project activities.

MINIMUM CONTENT OF ES REQUIREMENTS


The Contractor shall fulfill the Environmental and Social Requirements covered by this
Contract by referring to and considering the following:
● project reports e.g. EIA/SEMP, SMP (Social Management Plan);
● consent/permit conditions as obtained from the partner Government Agencies;
● required standards including World Bank Group EHS Guidelines;
● relevant international conventions or treaties etc., national legal and/or regulatory
requirements and standards (where these represent higher standards than the WBG EHS
Guidelines);
● relevant international standards e.g. WHO Guidelines for Safe Use of Pesticides;
● relevant sector standards e.g. EU Council Directive 91/271/EEC Concerning Urban
Waste Water Treatment;
● grievance redress mechanism including types of grievances to be recorded and how to
protect confidentiality e.g. of those reporting allegations of SEA.
Cebu BRT Project - Package 1 (rebid)
Section VII. Works Requirements 327

● SEA prevention and management.

PAYMENT FOR ES REQUIREMENTS


The cost of implementing environmental safeguards shall be included in the Bill of Quantities
(BOQ) Item B.14 Environmental Management and Monitoring. The cost of ensuring traffic
and road safety shall be included in BOQ Item B.8 Traffic Management. Costs for discrete
activities such as HIV counselling service and SEA as well as SH awareness and sensitization
or to encourage the contractor to deliver additional ES outcomes beyond the requirement of
the Contract, shall be covered by the provisional sums set aside for the Project.

Cebu BRT Project - Package 1 (rebid)


328 Section VII. Works Requirements

Contractor’s Representative and Key Personnel


Contractor’s Representative and Key Personnel
Item Relevant academic Minimum years of
Position/specialization
No. qualifications relevant work experience
1 Project Manager B.S. Civil Engineering 5 with at least 3 years
degree experience with the
current employer (bidder)
2 Project Engineer B.S. Civil Engineering degree 5 with at least 3 years
experience with the
current employer (bidder)
3 Accredited Materials Engineer B.S. Civil/Mining/ 3
Metallurgical/Materials
Engineering degree

4 Highway/Road Engineer B.S. Civil Engineering degree 3

5 Electrical Engineer B.S. Electrical Engineering 3


degree

6 Landscape Architect B.S. Architecture degree 3

Cebu BRT Project - Package 1 (rebid)


Section VII. Works Requirements 329

Drawings
The actual Drawings, including site plans, are annexed in a separate folder.

Cebu BRT Project - Package 1 (rebid)


330 Section VII. Works Requirements

Supplementary Information

None

Cebu BRT Project - Package 1 (rebid)


Section VIII. General Conditions 331

PART 3 – CONDITIONS OF CONTRACT


AND CONTRACT FORMS

Cebu BRT Project - Package 1 (rebid)


332 Section VIII. General Conditions

Section VIII. General Conditions (GC)

Red Book:

© FIDIC 2017. All rights reserved.

The Conditions of Contract are the “General Conditions” which form part of the “Conditions
of Contract for Construction for Building and Engineering Works Designed by the Employer
(“Red book”) Second edition 2017” published by the Federation Internationale Des
Ingenieurs – Conseils (FIDIC) and the following “Particular Conditions” which comprise of
the Bank’s COPA and the amendments and additions to such General Conditions.

An original copy of the above FIDIC publication i.e. “Conditions of Contract for Building
and Engineering Works Designed by the Employer” must be obtained from FIDIC.

International Federation of Consulting Engineers (FIDIC)

FIDIC Bookshop – Box- 311 – CH – 1215 Geneva 15 Switzerland

Fax: +41 22 799 49 054

Telephone: +41 22 799 49 01

E-mail: fidic@fidic.org

www.fidic.org

FIDIC code: ISBN13: 978-2-88432-084-9

Copyright FIDIC
Section IX. Particular Conditions 333

Section IX. Particular Conditions (PC)

The following Particular Conditions shall supplement the GC. Whenever there is a conflict,
the provisions herein shall prevail over those in the GC.

Cebu BRT Project - Package 1 (rebid)


334 Section IX. Particular Conditions

Particular Conditions

Part A – Contract Data


Conditions Sub-Clause Data

Employer’s name and address 1.1.31 Department of Transportation (DOTr)


Department of Transportation
Office Building 2529, DOTr Compound
Apo Court along Sergio Osmeña St.
Clark Freeport Zone, Pampanga
ZIP Code: 2009
Country: Philippines
Telephone: (+63 2) 8790-8400

National Project Management Office (NPMO)


The Columbia Towers, Ortigas Ave,
Mandaluyong City, Metro Manila

CBRT Project Implementation Unit


Cebu City

Engineer’s name and address 1.1.35

Bank’s name 1.1.89 WB-IBRD and AFD

Borrower’s name 1.1.90 Republic of the Philippines

Time for Completion 1.1.84 365 days after signing of Contract Agreement

Defects Notification Period 1.1.27 365 days (one year)

Sections 1.1.73 If Sections are to be used, refer to Table: Summary of


Sections below – Not Applicable

Electronic transmission system 1.3 (a) (ii) The following forms of electronic
transmissions are only acceptable for off Site
communication:

E-mail is acceptable for use as communication


providing the communication is sent as an attachment
to the E-mail and is sent as a scanned version of the
signed original (electronic signature is not acceptable),
and subject to evidence of transmission receipt for the
same and subsequent delivery to and receipt by the

Cebu BRT Project - Package 1 (rebid)


Section IX. Particular Conditions 335

Conditions Sub-Clause Data


recipient of the original signed paper version of the
same within 07 days of the E-mail transmission.
Unless these obligations are fully complied with, the
facsimile or E-mail will be deemed not to have been
transmitted and date of receipt of the original
document shall be deemed to be the effective date of
the communication.
dotrbrtnpmo@gmail.com and/or
citppiu1126@gmail.com
Address of Employer for 1.3(d) Department of Transportation (DOTr) -National
communications: Project Management Office (NPMO)
The Columbia Towers, Ortigas Ave,
Mandaluyong City, Metro Manila

CBRT Project Implementation Unit (PIU)


Cebu City
Address of Engineer for 1.3(d) (to be filled up during contract award)
communications:

Address of Contractor for 1.3(d) (to be filled up during contract signing)


communications:

Governing Law 1.4 Law of Republic of the Philippines

Ruling language 1.4 English

Language for communications 1.4 English

Time for the Parties to sign a 1.6 28 days after receipt of the Letter of Acceptance
Contract Agreement

Number of additional paper 1.8 Three (3)


copies of Contractor’s
Documents

Total liability of the Contractor 1.15 115% of the contract price


to the Employer under or in
connection with the Contract

Site 1.1 74 Cebu South Bus Terminal (CSBT) to Capitol plus the link
toe port along Osmeña Blvd.

Time for access to the Site 2.1 No later than the Commencement Date

Cebu BRT Project - Package 1 (rebid)


336 Section IX. Particular Conditions

Conditions Sub-Clause Data

Engineer’s Duties and 3.2 Variations resulting in an increase of the Accepted


Authority Contract Amount in excess of 5 % shall require written
consent of the Employer.

Performance Security 4.2 The Performance Security will be in the form of a


demand guarantee in the amount(s) of ten percent
(10%) of the Accepted Contract Amount and in the
same currency (ies) of the Accepted Contract Amount.

Environmental and Social (ES) 4.2 An Environmental and Social Performance Security is
Performance Security not required.

Period for notification of errors 4.7.2(a) 28 Days


in the items of reference

Period of payment for 4.19 56 Days


temporary utilities

Number of additional paper 4.20 Three (3) copies


copies of progress reports

Maximum allowable 5.1(a) Twenty percent (20%)


accumulated value of work
subcontracted (as a
percentage of the Accepted
Contract Amount)

Parts of the Works for which 5.1(b) None


subcontracting is not
permitted

Normal working hours 6.5 8:00 to 17:00 hours with one (1) hour
break.
However, for purposes of completing the required
works within the given period, the contractor is highly
encouraged to adopt necessary work shifts or
schedules in accordance with existing labor laws and
regulations

Number of additional paper 8.3 Three (3)


copies of program

Delay damages payable for 8.8 0.05% of the Accepted Contract Amount, less
each day of delay provisional sum.

Cebu BRT Project - Package 1 (rebid)


Section IX. Particular Conditions 337

Conditions Sub-Clause Data

Maximum amount of delay 8.8 10% of the Accepted Contract Amount less provisional
damages sum.

Method of measurement 12.2 Metric system

Percentage profit 12.3 8%

Percentage rate to be applied 13.4 (b)(ii) 3%


to Provisional Sums for
overhead charges and profit

Total advance payment 14.2 10% (ten percent) of the Accepted Contract Amount
payable in the currencies and proportions in which the
Accepted Contract Amount is payable

Repayment of Advance 14.2.3


payment
(b) deductions shall be made at the amortization rate
of 30%_
[provided that the advance payment shall be
completely repaid prior to the time when 90 percent
(90%) of the Accepted Contract Amount less Provisional
Sums has been certified for payment]]

Period of payment 14.3 56 days

Number of additional paper 14.3(b) Three (3)


copies of Statements

Percentage of retention 14.3(iii) 10% (ten percent)

Limit of Retention Money (as a 14.3(iii) 10% (ten percent) of the Accepted Contract Amount
percentage of Accepted
Contract Amount)

Minimum Amount of Interim 14.6.2 10% of the Accepted Contract Amount.


Payment Certificates

Period of payment of Advance 14.7(a) 28 days


Payment to the Contractor

Period for the Employer to 14.7b(i) 56 days


make interim payments to the
Contractor under Sub-Clause
14.6 (interim Payment)

Cebu BRT Project - Package 1 (rebid)


338 Section IX. Particular Conditions

Conditions Sub-Clause Data

Period for the Employer to 14.7b(ii) 28 days


make interim payments to the
Contractor under Sub-Clause
14.13 (Final Payment)

Period for the Employer to 14.7(c) 56 days


make final payment to the
Contractor

financing charges for delayed 14.8 3%


payment (percentage points
above the average bank short-
term lending rate as referred
to under sub-paragraph (a))

Number of additional paper 14.11.1(b) Three (3)


copies of draft Final Statement

Forces of nature, the risks of 17.2(d) Flooding and Earthquake


which are allocated to the
Contractor

Permitted deductible limits 19.1 insurance required for the Works: None
insurance required for Goods:_None
insurance required for liability for breach of
professional duty:_None
insurance required for injury to persons and damage
to property: None
insurance required for injury to employees: None

other insurances required by Laws and by local


practice: None

Additional amount to be 19.2.1(b) 15%


insured (as a percentage of the
replacement value, if less or
more than 15%)

List of Exceptional Risks which 19.2.1(iv) All Acts of God (permitted under the insurance law)
shall not be excluded from the
insurance cover for the Works

Cebu BRT Project - Package 1 (rebid)


Section IX. Particular Conditions 339

Conditions Sub-Clause Data

Extent of insurance required 19.2.2 Up to delivery to the site


for Goods

Amount of insurance required Full amount of the goods


for Goods

amount of insurance required 19.2.3(a) 100% of the Accepted Contract Amount


for liability for breach of
professional duty

Period of insurance required 19.2.3 Up to Defects Notification perior


for liability for breach of
professional duty

Amount of insurance required 19.2.4 USD 50,000 or its equivalent in PHP


for injury to persons and
damage to property

Other insurances required by None


Laws and by local practice (give
details)

Time for appointment of DAAB 21.1 42 days after signature by both parties of the Contract
member (s) Agreement

The DAAB shall be comprised 21.1 One sole Member


of

List of proposed members of 21.1 Proposed by Employer


DAAB
1. Ms. Patricia Ann Prodigalidad
2. Mr. Roger Antonio
3. Mr. Salvador Castro
The CVs of the above nominees are annexed in a
separate folder.
Proposed by Contractor [Attach CVs to the Contract]
1.________________________
2._________________________
3._________________________

Cebu BRT Project - Package 1 (rebid)


340 Section IX. Particular Conditions

Conditions Sub-Clause Data

Appointment (if not agreed) to 21.2 Permanent Court of Arbitration, Singapore Office
be made by
Address : Maxwell Suites
Permanent Court of 28 Maxwell Road #02-07
Arbitration
Singapore 069120
Singapore Office
Maxwell Suites Republic of Singapore
28 Maxwell Road #02-07 Tel. No. : 65 6509-8424/65 6509-8425
Singapore
Telefax: 65 6634-0981
Email: singapore@pca-cpa.org

Rules of arbitration 21.6(a) Sub-Clause 21.6(a) of PART B – Special Provisions shall


apply.
United Nation Commission on Internal Trade Law
(UNCITRAL)

21.6 (b) Sub-Clause 21.6(b) of PART B – Special Provisions shall


apply.

Place of arbitration 21.6(a) Manila

Cebu BRT Project - Package 1 (rebid)


Section IX. Particular Conditions 341

Table: Summary of Sections (if any)- Not Applicable


Description of parts of Value: Percentage* of Time for Delay Damages
the Works that shall be Accepted Contract Completion (Sub-Clause 8.8)
designated a Section Amount (Sub-Clause 1.1.84)
for the purposes of the (Sub-Clause 14.9)
Contract
(Sub-Clause 1.1.73)

*These percentages shall also be applied to each half of the Retention Money under Sub-Clause 14.9

Cebu BRT Project - Package 1 (rebid)


342 Section IX. Particular Conditions

Part B - Special Provisions

Sub-Clause 1.1.10 “the Contractor’s Proposal” is deleted.


Contract

Sub-Clause 1.1.49 The Sub-Clause is replaced with:


Laws “Laws” means all national (or state) legislation, statutes, ordinances
and other laws, and regulations and by-laws of any legally
constituted public authority.”

Sub-Clause 1.1.74 The Sub-Clause is replaced with:


Site “Site” means the places where the Permanent Works are to be
executed, including storage and working area, and to which Plant
and Materials are to be delivered, and any other places specified in
the Contract as forming part of the Site.”

Sub-Clause 1.1.77 On the second line after “Payment Certificate under…”, add “Sub-
Clause 14.2.1 [Advance Payment Guarantee] (if applicable),”.
Statement

Sub-Clause 1.1.81 “the Contractor’s Proposal” is deleted.


Tender

Sub-Clause 1.1.89 to 1.1.92 are added after Sub-Clause 1.1.88

Sub-Clause 1.1 89 Bank “Bank” means the financing institution (if any) named in the
Contract Data.

Sub-Clause 1.1.90 “Borrower” means the person (if any) named as the borrower in
the Contract Data.
Borrower

Sub-Clause 1.1.91 “ES” means Environmental and Social (including Sexual Exploitation
and Abuse (SEA), and Sexual Harassment (SH)).
ES

Sub-Clause 1.1.92 “Sexual Exploitation and Abuse” “(SEA)” stands for the following:
Sexual Exploitation and Sexual Exploitation is defined as any actual or attempted
Abuse (SEA), and Sexual abuse of position of vulnerability, differential power or trust,
Harassment (SH) for sexual purposes, including, but not limited to, profiting
monetarily, socially or politically from the sexual exploitation
of another;
Sexual Abuse is defined as the actual or threatened
physical intrusion of a sexual nature, whether by force or
under unequal or coercive conditions; and

Cebu BRT Project - Package 1 (rebid)


Section IX. Particular Conditions 343

“Sexual Harassment” “(SH)” is defined as unwelcome sexual


advances, requests for sexual favors, and other verbal or
physical conduct of a sexual nature by the Contractor’s
Personnel with other Contractor’s or Employer’s Personnel.

Sub-Clause 1.2 Sub-paragraph (a) is replaced with the following:


Interpretation (a) “Words indicating one gender include all genders;
“he/she” is replaced with:” it”;
“him/her” is replaced with “it”;
“his” and “his/her” are replaced with: “its”;
“himself/herself” are replaced with: “itself”.”
Further, “and” is deleted from the end of sub-paragraph (i) and
added at the end of sub-paragraph (j).
sub-paragraph (k) is added:
(k) “The word “tender” is synonymous with “bid” the word
tenderer with “bidder” and the words “tender documents”
with “bidding documents”, as applicable.”

Sub-Clause 1.5 The following documents are added in the list of Priority Documents
after (e):
Priority of Documents
“(f) the Particular Conditions Part C- Fraud and Corruption;
(g) the Particular Conditions Part D- Environmental and Social (ES)
Metrics for Progress Reports;”
and the list renumbered accordingly.

Sub-Clause 1.6 The last paragraph is replaced with:


Contract Agreement “If the Contractor comprises a JV, the authorised representative of
the JV shall sign the Contract Agreement in accordance with Sub-
Clause 1.14 (Joint and Several Liability).”

Sub-Clause 1.12 The following is added at the end of the second paragraph: “The
Contractor shall be permitted to disclose information required to
Confidentiality
establish its qualifications to compete for other projects.”
“or” at the end of (b) is deleted.
“or” at the end of (c) is added.
The following is then added as (d): “being provided to the Bank.”

Sub-Clause 1.17 The following Sub-Clause is added after Sub-Clause 1.16:


Inspections & Audit by the “Pursuant to paragraph 1.16 (e) of Particular Conditions - Part C-
Bank Fraud and Corruption, the Contractor shall permit and shall cause
its agents (where declared or not), subcontractors, subconsultants,

Cebu BRT Project - Package 1 (rebid)


344 Section IX. Particular Conditions

service providers, suppliers, and personnel, to permit, the Bank


and/or persons appointed by the Bank to inspect the site and/or
the accounts, records and other documents relating to the
procurement process, selection and/or contract execution, and to
have such accounts, records and other documents audited by
auditors appointed by the Bank. The Contractor’s and its
Subcontractors’ and subconsultants’ attention is drawn to Sub-
Clause 15.8 (Fraud and Corruption) which provides, inter alia, that
acts intended to materially impede the exercise of the Bank’s
inspection and audit rights constitute a prohibited practice subject
to contract termination (as well as to a determination of
ineligibility pursuant to the Bank’s prevailing sanctions
procedures).”

Sub-Clause 2.4 The first paragraph is replaced with:


Employer’s Financial “The Employer shall submit, before the Commencement Date,
Arrangements reasonable evidence that financial arrangements have been made
for financing the Employer’s obligations under the Contract.”
The following sub-paragraph is added at the end of Sub-Clause 2.4:
“In addition, if the Bank has notified to the Borrower that the Bank
has suspended disbursements under its loan, which finances in
whole or in part the execution of the Works, the Employer shall give
notice of such suspension to the Contractor with detailed
particulars, including the date of such notification, with a copy to
the Engineer, within 7 days of the Borrower having received the
suspension notification from the Bank. If alternative funds will be
available in appropriate currencies to the Employer to continue
making payments to the Contractor beyond a date 60 days after the
date of Bank notification of the suspension, the Employer shall
provide reasonable evidence in its notice of the extent to which
such funds will be available.”

Sub-Clause 2.6 [If Employer- Supplied Materials are listed in the Employer’s
Requirements for the Contractor’s use in the execution of Works, the
Employer-Supplied following provisions may be added]:
Materials and
The following is added after the last paragraph of Sub-Clause 2.6:
Employer’s Equipment
“The Employer shall supply to the Contractor the Employer-
Supplied Materials listed in the Specification, at the time(s) stated
in the Specification (if not stated, within the times that shall be
required to enable the Contractor to proceed with execution of the
Works in accordance with the Programme).
When made available by the Employer, the Contractor shall visually
inspect the Employer-Supplied Materials and shall promptly give a
Notice to the Engineer of any shortage, defect or default in them.
Thereafter, the Contractor shall rectify such shortage, defect or

Cebu BRT Project - Package 1 (rebid)


Section IX. Particular Conditions 345

default to the extent instructed by the Engineer. Such instruction


shall be deemed to have been given under Sub-Clause 13.3.1
[Variation by Instruction].
After this visual inspection, the Employer-Supplied Materials shall
come under the care, custody and control of the Contractor. The
Contractor’s obligations of inspection, care, custody, and control
shall not relieve the Employer of liability of any shortage, defect or
default not apparent from a visual inspection.”
[If Employer’s Equipment are listed in the Specification for the
Contractor’s use in the execution of Works, the following provisions
may be added]:
The following is added after the last paragraph of Sub-Clause 2.6:
“The Employer shall make the Employer’s Equipment listed in the
Specification available to the Contractor at the time(s) stated in the
Specification (if not stated, within the times that shall be required
to enable the Contractor to proceed with execution of the Works in
accordance with the Programme).
Unless expressly stated otherwise in the Specification, the
Employer’s Equipment shall be provided for the exclusive use of the
Contractor.
When made available by the Employer, the Contractor shall visually
inspect the Employer’s Equipment and shall promptly give a Notice
to the Engineer of any shortage, defect or default in them.
Thereafter, the Contractor shall rectify such shortage, defect or
default to the extent instructed by the Engineer. Such instruction
shall be deemed to have been given under Sub-Clause 13.3.1
[Variation by Instruction].
The Contractor shall be responsible for the Employer’s Equipment
while it is under the Contractor’s control and/or any of the
Contractor’s Personnel is operating it, driving it, directing it, using
it, or in control of it.
The Contractor shall not remove from the Site any items of the
Employer’s Equipment without the consent of the Employer.
However, consent shall not be required for vehicles transporting
Goods or Contractor’s personnel to or from the Site.”

Sub-Clause 3.1 The following is added at the end of the first sub-paragraph:
The Engineer “The Engineer’s staff shall include suitably qualified engineers and
other professionals who are competent to carry out these duties. ”

Sub-Clause 3.2 The Engineer shall obtain the consent in writing of the Employer
before taking action under the following Sub-Clauses of these
Engineer’s Duties and
Conditions:
Authority

Cebu BRT Project - Package 1 (rebid)


346 Section IX. Particular Conditions

(a) Sub-Clause 13.1: Right to vary - instructing a variation,


except;
(i) in an emergency situation as determined by the
Engineer; or
(ii) (if such a Variation would increase the Accepted
Contract Amount by less than the percentage
specified in the Contract Data.
(b) Sub-Clause 13.2 (Value Engineering): stating consent or
otherwise to a value engineering proposal submitted by the
Contractor in accordance with Sub-Clause 13.2.
Notwithstanding the obligation, as set out above, to obtain consent
in writing, if, in the opinion of the Engineer, an emergency occurs
affecting the safety of life or of the Works or of adjoining property,
it may, without relieving the Contractor of any of his duties and
responsibility under the Contract, instruct the Contractor to
execute all such work or to do all such things as may, in the opinion
of the Engineer, be necessary to abate or reduce the risk. The
Contractor shall forthwith comply, despite the absence of consent
of the Employer, with any such instruction of the Engineer. The
Engineer shall determine an addition to the Contract Price, in
respect of such instruction, and EOT if any, in accordance with
Clause 13 and shall notify the Contractor accordingly, with a copy
to the Employer.

Sub-Clause 3.3 The following is added at the end of Sub-Clause 3.3:


Engineer’s Representative “The Engineer shall obtain the consent of the Employer before
appointing or replacing an Engineer’s Representative.”

Sub-Clause 3.4 The following is added at the end of the second paragraph:
Delegation by the Engineer “If any assistants are not fluent in this language, the Engineer shall
make competent interpreters available during all working hours, in
a number sufficient for those assistants to properly perform their
assigned duties and/or exercise their delegated authority.”

Sub-Clause 3.6 In the first paragraph, “42 days” is replaced with: “21 days”;
Replacement of the Engineer In the third para, “shall” is replaced with: “should”.

Sub-Clause 4.1 The following is inserted after the paragraph “The Contractor shall
provide the Plant (and spare parts, if any) …”:
Contractor’s General
Obligations “All equipment, material, and services to be incorporated in or
required for the Works shall have their origin in any eligible source
country as defined by the Bank.”

Cebu BRT Project - Package 1 (rebid)


Section IX. Particular Conditions 347

The following is inserted after the paragraph “The Contractor


shall, whenever required by the Engineer...”:
The Contractor shall not carry out mobilization to Site (e.g. limited
clearance for haul roads, site accesses and work site
establishment, geotechnical investigations or investigations to
select ancillary features such as quarries and borrow pits) unless
the Engineer gives a Notice of No-objection to the Contractor, a
Notice that shall not be unreasonably delayed, to the measures
the Contractor proposes to manage the environmental and social
risks and impacts, which at a minimum shall include applying the
Management Strategies and Implementation Plans (MSIPs) and
Code of Conduct for Contractor’s Personnel submitted as part of
the Bid and agreed as part of the Contract.
The Contractor shall submit, to the Engineer for Review and
approval, any additional MSIPs as are necessary to manage the ES
risks and impacts of ongoing Works (e.g. excavation, earth works,
bridge and structure works, stream and road diversions, quarrying
or extraction of materials, concrete batching and asphalt
manufacture). These MSIPs collectively comprise the Contractor’s
Environmental and Social Management Plan (C-ESMP). The
Contractor shall review the C-ESMP, periodically (but not less than
every six (6) months), and update it as required to ensure that it
contains measures appropriate to the Works. The updated C-ESMP
shall be submitted to the Engineer for Review
The C-ESMP and the Contractor’s Code of Conduct shall be
included as Contractor’s Documents. The procedures for Review
of the C-ESMP and its updates shall be as described in Sub-Clause
4.4.1 [Preparation and Review].

Sub-Clause 4.2 The first paragraph is replaced with:


Performance Security and ES “The Contractor shall obtain (at its cost) a Performance Security for
Performance Security proper performance and, if applicable, an Environmental and Social
(ES) Performance Security for compliance with the Contractor’s ES
obligations, in the amounts stated in the Contract Data and
denominated in the currency(ies) of the Contract or in a freely
convertible currency acceptable to the Employer. If amounts are
not stated in the Contract Data, this Sub-Clause shall not apply.”
In the following Sub-Clauses of the General Conditions, the term
“Performance Security” is replaced with: “Performance Security
and, if applicable, an Environmental and Social (ES) Performance
Security”:
2.1- Right of Access to the Site;
14.2- Advance Payment;
14.6- Issue of IPC;

Cebu BRT Project - Package 1 (rebid)


348 Section IX. Particular Conditions

14.12- Discharge;
14.13- Issue of FPC;
14.14 Cessation of Employer’s Liability;
15.2- Termination for Contractor’s Default;
15.5- Termination for Employer’s Convenience.

Sub-Clause 4.2.1 The first paragraph is replaced with:


Contractor’s “The Contractor shall deliver the Performance Security and, if
applicable, an ES Performance Security to the Employer within 28
obligations days after receiving the Letter of Acceptance and shall send a copy
to the Engineer. The Performance Security shall be issued by a
reputable bank or financial institution selected by the Contractor
and shall be in the form annexed to the Particular Conditions, as
stipulated by the Employer in the Contract Data, or in another form
approved by the Employer. The ES Performance Security shall be
issued by a reputable bank selected by the Contractor and shall be
in the form annexed to the Particular Conditions, as stipulated by
the Employer in the Contract Data, or in another form approved by
the Employer.”
Thereafter, throughout Sub-Clause 4.2 “Performance Security” is
replaced with: “Performance Security and, if applicable, ES
Performance Security.”

Sub-Clause 4.2.2 The first paragraph is replaced in its entirety with: “The Employer
shall not make a claim under the Performance Security, except for
Claims under the
amounts for which the Employer is entitled under the Contract.”
Performance Security

Sub-Clause 4.2.3 In sub-paragraph (a) “21 days” is replaced with: “28 days”.
Return of Performance
Security

Sub-Clause 4.3 The following is added at the end of the last paragraph: “If any of
these persons is not fluent in this language, the Contractor shall
Contractor’s Representative
make competent interpreters available during all working hours in
a number deemed sufficient by the Engineer.”

Sub-Clause 4.7 In the second bullet-point of sub-paragraph (b) of Sub-Clause 4.7.3:


Setting out before “if the items of reference”, add: “when examining the
items of reference within the period stated in sub-paragraph
(a) of Sub-Clause 4.7.2”on the second and third lines, delete
“and the contractor’s Notice is given after the period stated in
sub-paragraph (a) of Sub-Clause 4.7.2”.

Cebu BRT Project - Package 1 (rebid)


Section IX. Particular Conditions 349

Sub-Clause 4.8 Add the following clauses after (g):


Health and Safety Obligations (g) The Contractor shall observe COVID-19 Safety Protocols in
the construction site, consistent with provisions of relevant
national and local policies. See: relevant provisions of DPWH
Department Order 39, series of 2020: Revised Construction
Safety Guidelines for Infrastructure Projects during COVID-
19; Guidance Guidance on Preparing Workplaces for COVID-
19 published by OSHA at
https://www.osha.gov/Publications/OSHA3990.pdf and DTI
and DOLE Interim Guidelines On Workplace Prevention And
Control Of COVID-19 as published at
https://www.dole.gov.ph/news/dti-and-dole-interim-
guidelines-on-workplace-prevention-and-control-of-covid-
19/

The second paragraph is replaced with the following:


“Subject to Sub-Clause 4.1, the Contractor shall submit to the
Engineer for Review a health and safety manual which has been
specifically prepared for the Works, the Site and other places (if
any) where the Contractor intends to execute the Works. The
procedures for Review of the health and safety manual and its
updates shall be as described in Sub-Clause 4.4.1 [Preparation and
Review].
The health and safety manual shall be in addition to any other
similar document required under applicable health and safety
regulations and Laws.
The health and safety manual shall set out all the health and safety
requirements under the Contract,
(a) which shall include at a minimum:
(i) the procedures to establish and maintain a safe
working environment without risk to health at all
workplaces, machinery, equipment and processes
under the control of the Contractor, including
control measures for chemical, physical and
biological substances and agents;
(ii) details of the training to be provided, records to
be kept;
(iii) the procedures for prevention, preparedness
and response activities to be implemented in the
case of an emergency event (i.e. an
unanticipated incident, arising from both natural
and man-made hazards, typically in the form of
fire, explosions, leaks or spills, which may occur

Cebu BRT Project - Package 1 (rebid)


350 Section IX. Particular Conditions

for a variety of different reasons including failure


to implement operating procedures that are
designed to prevent their occurrence, extreme
weather or lack of early warning);
(iv) the measures to be taken to avoid or minimize
the potential for community exposure to water-
borne, water-based, water-related, and vector-
borne diseases,
(v) the measures to be implemented to avoid or
minimize the spread of communicable diseases
(including transfer of Sexually Transmitted
Diseases or Infections (STDs), such as HIV virus)
and non-communicable diseases associated with
the execution of the Works, taking into
consideration differentiated exposure to and
higher sensitivity of vulnerable groups. This
includes taking measures to avoid or minimize
the transmission of communicable diseases that
may be associated with the influx of temporary
or permanent Contract-related labour;
(vi) the policies and procedures on the management
and quality of accommodation and welfare
facilities if such accommodation and welfare
facilities are provided by the Contractor in
accordance with Sub-Clause 6.6; and
(b) any other requirements stated in the Specification.
The paragraph starting with: “In addition to the reporting
requirement of…” is deleted and replaced with the addition to GC
Sub-Clause 4.20 in Sub-Clause 4.20 of the Special Provisions.

Sub-Clause 4.18 Sub-Clause 4.18 Protection of the Environment is replaced


Protection of the with:
Environment “The Contractor shall take all necessary measures to:
(a) protect the environment (both on and off the Site); and
(b) limit damage and nuisance to people and property resulting
from pollution, noise and other results of the Contractor’s
operations and/ or activities.
The Contractor shall ensure that emissions, surface discharges,
effluent and any other pollutants from the Contractor’s activities
shall exceed neither the values indicated in the Specification, nor
those prescribed by applicable Laws.
In the event of damage to the environment, property and/or
nuisance to people, on or off Site as a result of the Contractor’s

Cebu BRT Project - Package 1 (rebid)


Section IX. Particular Conditions 351

operations, the Contractor shall agree with the Engineer the


appropriate actions and time scale to remedy, as practicable, the
damaged environment to its former condition. The Contractor shall
implement such remedies at its cost to the satisfaction of the
Engineer.”

Sub-Clause 4.20 Replace “4.20 (g) with: “the Environmental and Social (ES) metrics
set out in Particular Conditions - Part D”
Progress Reports
The following is added at the end of the Sub-Clause:
“In addition to the reporting requirement of this sub-paragraph (g)
of Sub-Clause 4.20 [Progress Reports] the Contractor shall inform
the Engineer immediately of any allegation, incident or accident,
which has or is likely to have a significant adverse effect on the
environment, the affected communities, the public, Employer’s
Personnel or Contractor’s Personnel. This includes, but is not
limited to, any incident or accident causing fatality or serious injury;
significant adverse effects or damage to private property; or any
allegation of SEA and/or SH. In case of SEA and/or SH, while
maintaining confidentiality as appropriate, the type of allegation
(sexual exploitation, sexual abuse or sexual harassment), gender
and age of the person who experienced the alleged incident should
be included in the information.
The Contractor, upon becoming aware of the allegation, incident or
accident, shall also immediately inform the Engineer of any such
incident or accident on the Subcontractors’ or suppliers’ premises
relating to the Works which has or is likely to have a significant
adverse effect on the environment, the affected communities, the
public, Employer’s Personnel or Contractor’s, its Subcontractors’
and suppliers’ personnel. The notification shall provide sufficient
detail regarding such incidents or accidents. The Contractor shall
provide full details of such incidents or accidents to the Engineer
within the timeframe agreed with the Engineer.
The Contractor shall require its Subcontractors and suppliers (other
than Subcontractors) to immediately notify the Contractor of any
incidents or accidents referred to in this Sub-Clause.

Sub-Clause 4.21 Sub-Clause 4.21 Security of the Site is replaced with:


Security of the Site “Sub-Clause 4.21 Security of the Site
The Contractor shall be responsible for the security of the Site, and:
(a) for keeping unauthorised persons off the Site;
(b) authorised persons shall be limited to the Contractor’s
Personnel, the Employer’s Personnel, and to any other
personnel identified as authorised personnel (including the

Cebu BRT Project - Package 1 (rebid)


352 Section IX. Particular Conditions

Employer’s other contractors on the Site), by a Notice from


the Employer or the Engineer to the Contractor.
Subject to Sub-Clause 4.1, the Contractor shall submit for the
Engineer’s No-objection a security management plan that sets out
the security arrangements for the Site.
The Contractor shall (i) conduct appropriate background checks on
any personnel retained to provide security; (ii) train the security
personnel adequately (or determine that they are properly trained)
in the use of force (and where applicable, firearms), and
appropriate conduct towards Contractor’s Personnel, Employer’s
Personnel and affected communities; and (iii) require the security
personnel to act within the applicable Laws and any requirements
set out in the Specification.
The Contractor shall not permit any use of force by security
personnel in providing security except when used for preventive
and defensive purposes in proportion to the nature and extent of
the threat.
In making security arrangements, the Contractor shall also comply
with any additional requirements stated in the Specification.”

Sub-Clause 4.22 On the third line of the second paragraph before “4.17”,
“Sub- Clause” is added.
Contractor’s Operations on
Site

Sub-Clause 4.24 The Contractor shall have a Code of Conduct for the Contractor’s
Personnel.
Code of Conduct
The Contractor shall take all necessary measures to ensure that
each Contractor’s Personnel is made aware of the Code of Conduct
including specific behaviors that are prohibited, and understands
the consequences of engaging in such prohibited behaviors.
These measures include providing instructions and documentation
that can be understood by the Contractor’s Personnel and seeking
to obtain that person’s signature acknowledging receipt of such
instructions and/or documentation, as appropriate.
The Contractor shall also ensure that the Code of Conduct is visibly
displayed in multiple locations on the Site and any other place
where the Works will be carried out, as well as in areas outside the
Site accessible to the local community and project affected people.
The posted Code of Conduct shall be provided in languages
comprehensible to Contractor’s Personnel, Employer’s Personnel
and the local community.

Cebu BRT Project - Package 1 (rebid)


Section IX. Particular Conditions 353

The Contractor’s Management Strategy and Implementation Plans


shall include appropriate processes for the Contractor to verify
compliance with these obligations.
Add a new subclause 4.25 for the following:
Sub-Clause 4.25
Traffic Management Plan
Traffic Management Plan
The Traffic Management Plan establishes the practices for traffic
management at work sites. The Traffic Management Plan must be
developed by the Contractor and agreed with the Project
Manager.

The objectives of the Traffic Management Plan are to:


(a) clearly define and document the responsibilities and chain
of command for the development, implementation and
management of traffic control measures and systems
(b) establish the minimum requirements for temporary traffic
control
(c) establish the minimum geometric, cross section and
surfacing standards for temporary works
(d) provide appropriate transitions and enable safe and
efficient traffic flow into, through and out of work sites
(e) protect the Contractor’s personnel at all times
(f) protect the Assets and the Contractor’s resources at all
times.
(g) meet the operational requirements for the road

The Traffic Management Plan must include at least the following:


• A documented process for preparation, review and approval
of the Traffic Management Plan
• A document tracking and control system to ensure that only
the latest operative copy of the Traffic Management Plan is in
circulation
• Contact details for Contractor, Principal, emergency services
and other stakeholders
• Layout diagrams, method statements etc for
implementation of traffic control while undertaking each aspect of
the Services (including site specific layout diagrams and method
statements if the Services require traffic control measures not
covered by standard codes of practice)

Sub-Clause 5.1 The following is added at the beginning of the second paragraph.
Subcontractors “The Contractor shall require that its Subcontractors execute the
Works in accordance with the Contract, including complying with

Cebu BRT Project - Package 1 (rebid)


354 Section IX. Particular Conditions

the relevant ES requirements and the obligations set out in Sub-


Clause 4.24 above.”
The following is added after the first sentence of the fourth
paragraph: “The Contractor’s submission to the Engineer shall also
include such a Subcontractor’s declaration in accordance with the
Particular Conditions- Part E- Sexual Exploitation and Abuse (SEA)
and/or Sexual Harassment Performance Declaration for
Subcontractors.”

The following is added at the end of the last paragraph of Sub-


Clause 5.1:
“All subcontracts relating to the Works shall include provisions
which entitle the Employer to require the subcontract to be
assigned to the Employer under sub-paragraph (a) of Sub-Clause
15.2.3 [After Termination].
Where practicable, the Contractor shall give fair and reasonable
opportunity for contractors from the Country to be appointed as
Subcontractors.”

Sub-Clause 5.2.2 In sub-paragraph (a), on the first line before “Subcontractor”,


“nominated” is added.
Objection to Nomination
In sub-paragraph (c):
“and” is deleted from the end of (i);
“.” at the end of (ii) is replaced with: “, and”.
The following is then added as (iii):
“(iii) be paid only if and when the Contractor has received from
the Employer payments for sums due under the Subcontract
referred to under Sub-Clause 5.2.3 [ Payment to nominated
Subcontractors].”

Sub-Clause 6.1 The following paragraph is added at the end of the Sub-Clause:
Engagement of Staff and “The Contractor is encouraged, to the extent practicable and
Labour reasonable, to employ staff and labour with appropriate
qualifications and experience from sources within the Country.”

Sub-Clause 6.2 The following paragraph is added at the end of the Sub-Clause:
Rates of Wages and “The Contractor shall inform the Contractor’s Personnel about their
Conditions of Labour liability to pay personal income taxes in the Country in respect of
such of their salaries, wages, allowances and any benefits as are
subject to tax under the Laws of the Country for the time being in
force, and the Contractor shall perform such duties in regard to
such deductions thereof as may be imposed on him by such Laws.

Cebu BRT Project - Package 1 (rebid)


Section IX. Particular Conditions 355

Sub-Clause 6.5 Working The following is inserted at the end of the Sub-Clause:
Hours The Contractor shall provide the Contractor’s Personnel annual
holiday and sick, maternity and family leave, as required by
applicable Laws or as stated in the Specification.”

Sub-Clause 6.7 In the second paragraph, “The Contractor” is replaced with:


Health and Safety of “Except as otherwise stated in the Specification, the Contractor”
Personnel

Sub-Clause 6.9 The Sub-Clause is replaced with:


Contractor’s Personnel “The Contractor’s Personnel (including Key Personnel, if any) shall
be appropriately qualified, skilled, experienced and competent in
their respective trades or occupations.
The Engineer may require the Contractor to remove (or cause to be
removed) any person employed on the Site or Works, including the
Contractor’s Representative and Key Personnel (if any), who:
(a) persists in any misconduct or lack of care;
(b) carries out duties incompetently or negligently;
(c) fails to comply with any provision of the Contract;
(d) persists in any conduct which is prejudicial to safety, health, or
the protection of the environment;
(e) based on reasonable evidence, is determined to have engaged
in Fraud and Corruption during the execution of the Works;
(f) has been recruited from the Employer’s Personnel in breach of
Sub-Clause 6.3 [Recruitment of Persons];
(g) undertakes behaviour which breaches the Code of Conduct for
Contractor’s Personnel (ES).
If appropriate, the Contractor shall then promptly appoint (or cause
to be appointed) a suitable replacement with equivalent skills and
experience. In the case of replacement of the Contractor’s
Representative, Sub-Clause 4.3 [Contractor’s Representative] shall
apply. In the case of replacement of Key Personnel (if any), Sub-
Clause 6.12 [Key Personnel] shall apply.
Subject to the requirements in Sub-Clause 4.3 [Contractor’s
Representative] and 6.12 [Key Personnel], and notwithstanding any
requirement from the Engineer to remove or cause to remove any
person, the Contractor shall take immediate action as appropriate
in response to any violation of (a) through (g) above. Such
immediate action shall include removing (or causing to be removed)
from the Site or other places where the Works are being carried

Cebu BRT Project - Package 1 (rebid)


356 Section IX. Particular Conditions

out, any Contractor’s Personnel who engages in (a), (b), (c), (d), (e)
or (g) above or has been recruited as stated in (f) above.”

Sub-Clause 6.12 The following is inserted at the end of the last paragraph:
Key Personnel “If any of the Key Personnel are not fluent in this language, the
Contractor shall make competent interpreters available during all
working hours in a number deemed sufficient by the Engineer.”

The following Sub-Clauses 6.13 to 6.27 are added after sub-clause 6.12

Sub-Clause 6.13 The Contractor may bring in to the Country any foreign personnel
who are necessary for the execution of the Works to the extent
Foreign Personnel allowed by the applicable Laws. The Contractor shall ensure that
these personnel are provided with the required residence visas and
work permits. The Employer will, if requested by the Contractor,
use its best endeavours in a timely and expeditious manner to assist
the Contractor in obtaining any local, state, national, or
government permission required for bringing in the Contractor’s
personnel.
The Contractor shall be responsible for the return of these
personnel to the place where they were recruited or to their
domicile. In the event of the death in the Country of any of these
personnel or members of their families, the Contractor shall
similarly be responsible for making the appropriate arrangements
for their return or burial.

Sub-Clause 6.14 The Contractor shall arrange for the provision of a sufficient supply
of suitable food as may be stated in the Specification at reasonable
Supply of Foodstuffs
prices for the Contractor’s Personnel for the purposes of or in
connection with the Contract.

Sub-Clause 6.15 The Contractor shall, having regard to local conditions, provide on
the Site an adequate supply of drinking and other water for the use
Supply of Water
of the Contractor’s Personnel.

Sub-Clause 6.16 The Contractor shall at all times take the necessary precautions to
protect the Contractor’s Personnel employed on the Site from
Measures against Insect and
insect and pest nuisance, and to reduce the danger to their health.
Pest Nuisance
The Contractor shall comply with all the regulations of the local
health authorities, including use of appropriate insecticide.

Sub-Clause 6.17 The Contractor shall not, otherwise than in accordance with the
Laws of the Country, import, sell, give, barter or otherwise dispose
Alcoholic Liquor or Drugs
of any alcoholic liquor or drugs, or permit or allow importation, sale,
gift, barter or disposal thereto by Contractor’s Personnel.

Cebu BRT Project - Package 1 (rebid)


Section IX. Particular Conditions 357

Sub-Clause 6.18 The Contractor shall not give, barter, or otherwise dispose of, to any
person, any arms or ammunition of any kind, or allow Contractor’s
Arms and Ammunition
Personnel to do so.

Sub-Clause 6.19 The Contractor shall respect the Country’s recognized festivals,
days of rest and religious or other customs.
Festivals and Religious
Customs

Sub-Clause 6.20 The Contractor shall be responsible, to the extent required by local
regulations, for making any funeral arrangements for any of its local
Funeral Arrangements
employees who may die while engaged upon the Works.

Sub-Clause 6.21 The Contractor, including its Subcontractors, shall not employ or
engage forced labour. Forced labour consists of any work or service,
Forced Labour
not voluntarily performed, that is exacted from an individual under
threat of force or penalty, and includes any kind of involuntary or
compulsory labour, such as indentured labour, bonded labour or
similar labour-contracting arrangements.
No persons shall be employed or engaged who have been subject
to trafficking. Trafficking in persons is defined as the recruitment,
transportation, transfer, harbouring or receipt of persons by means
of the threat or use of force or other forms of coercion, abduction,
fraud, deception, abuse of power, or of a position of vulnerability,
or of the giving or receiving of payments or benefits to achieve the
consent of a person having control over another person, for the
purposes of exploitation.

Sub-Clause 6.22 The Contractor, including its Subcontractors, shall not employ or
engage a child under the age of 14 unless the national law specifies
Child Labour
a higher age (the minimum age).
The Contractor, including its Subcontractors, shall not employ or
engage a child between the minimum age and the age of 18 in a
manner that is likely to be hazardous, or to interfere with, the
child’s education, or to be harmful to the child’s health or physical,
mental, spiritual, moral, or social development.
The Contractor including its Subcontractors, shall only employ or
engage children between the minimum age and the age of 18 after
an appropriate risk assessment has been conducted by the
Contractor with the Engineer’s consent. The Contractor shall be
subject to regular monitoring by the Engineer that includes
monitoring of health, working conditions and hours of work.
Work considered hazardous for children is work that, by its nature
or the circumstances in which it is carried out, is likely to jeopardize
the health, safety, or morals of children. Such work activities
prohibited for children include work:

Cebu BRT Project - Package 1 (rebid)


358 Section IX. Particular Conditions

(a) with exposure to physical, psychological or sexual abuse;


(b) underground, underwater, working at heights or in
confined spaces;
(c) with dangerous machinery, equipment or tools, or
involving handling or transport of heavy loads;
(d) in unhealthy environments exposing children to hazardous
substances, agents, or processes, or to temperatures,
noise or vibration damaging to health; or
(e) under difficult conditions such as work for long hours,
during the night or in confinement on the premises of the
employer.

Sub-Clause 6.23 The Contractor shall keep complete and accurate records of the
employment of labour at the Site. The records shall include the
Employment Records of
names, ages, genders, hours worked and wages paid to all workers.
Workers
These records shall be summarised on a monthly basis and
submitted to the Engineer. These records shall be included in the
details to be submitted by the Contractor under Sub-Clause 6.10
[Contractor’s Records].

Sub-Clause 6.24 In countries where the relevant labour laws recognise workers’
rights to form and to join workers’ organisations of their choosing
Workers’ Organisations
and to bargain collectively without interference, the Contractor
shall comply with such laws. In such circumstances, the role of
legally established workers’ organizations and legitimate workers’
representatives will be respected, and they will be provided with
information needed for meaningful negotiation in a timely manner.
Where the relevant labour laws substantially restrict workers’
organisations, the Contractor shall enable alternative means for the
Contractor’s Personnel to express their grievances and protect their
rights regarding working conditions and terms of employment. The
Contractor shall not seek to influence or control these alternative
means. The Contractor shall not discriminate or retaliate against
the Contractor’s Personnel who participate, or seek to participate,
in such organisations and collective bargaining or alternative
mechanisms. Workers’ organisations are expected to fairly
represent the workers in the workforce.

Sub-Clause 6.25 The Contractor shall not make decisions relating to the employment
or treatment of Contractor’s Personnel on the basis of personal
Non-Discrimination and Equal
characteristics unrelated to inherent job requirements. The
Opportunity
Contractor shall base the employment of Contractor’s Personnel on
the principle of equal opportunity and fair treatment, and shall not
discriminate with respect to any aspects of the employment
relationship, including recruitment and hiring, compensation
(including wages and benefits), working conditions and terms of

Cebu BRT Project - Package 1 (rebid)


Section IX. Particular Conditions 359

employment, access to training, job assignment, promotion,


termination of employment or retirement, and disciplinary
practices.
Special measures of protection or assistance to remedy past
discrimination or selection for a particular job based on the
inherent requirements of the job shall not be deemed
discrimination. The Contractor shall provide protection and
assistance as necessary to ensure nondiscrimination and equal
opportunity, including for specific groups such as women, people
with disabilities, migrant workers and children (of working age in
accordance with Sub-Clause 6.22).

Add subparagraph under this clause

The Contractor shall take priority in employing local workers


specially those that are affected by the project (PAES) during
project implementation.

The Contractor shall also give opportunities to women and ensure


that his workforce have atleast 30% women.

Sub-Clause 6.26 The Contractor shall have a grievance mechanism for Contractor’s
Personnel, and where relevant the workers’ organizations stated in
Contractor’s Personnel
Sub-Clause 6.24, to raise workplace concerns. The grievance
Grievance Mechanism
mechanism shall be proportionate to the nature, scale, risks and
impacts of the Contract. The mechanism shall address concerns
promptly, using an understandable and transparent process that
provides timely feedback to those concerned in a language they
understand, without any retribution, and shall operate in an
independent and objective manner.
The Contractor’s Personnel shall be informed of the grievance
mechanism at the time of engagement for the Contract, and the
measures put in place to protect them against any reprisal for its
use. Measures will be put in place to make the grievance
mechanism easily accessible to all Contractor’s Personnel.
The grievance mechanism shall not impede access to other judicial
or administrative remedies that might be available, or substitute for
grievance mechanisms provided through collective agreements.
The grievance mechanism may utilize existing grievance
mechanisms, providing that they are properly designed and
implemented, address concerns promptly, and are readily
accessible to such project workers. Existing grievance mechanisms
may be supplemented as needed with Contract-specific
arrangements.

Cebu BRT Project - Package 1 (rebid)


360 Section IX. Particular Conditions

Sub-Clause 6.27 The Contractor shall provide appropriate training to relevant


Contractor’s Personnel on ES aspects of the Contract, including
Training of Contractor’s appropriate sensitization on prohibition of SEA and SH, and health
Personnel and safety training.
As stated in the Specification or as instructed by the Engineer, the
Contractor shall also allow appropriate opportunities for the
relevant Contractor’s Personnel to be trained on ES aspects of the
Contract by the Employer’s Personnel.
The Contractor shall provide training on SEA and SH, including its
prevention, to any of its personnel who has a role to supervise other
Contractor’s Personnel.

Sub-Clause 7.7 The following is added before the first paragraph:


Ownership of Plant and “Except as otherwise provided in the Contract,”
Materials

Sub-Clause 8.1 The Sub- Clause is replaced in its entirety with the following:
Commencement of Work “The Engineer shall give a Notice to the Contractor stating the
Commencement Date, not less than 14 days before the
Commencement Date.
The Notice shall be issued promptly after the Engineer determines
the fulfilment of the following conditions:
(a) signature of the Contract Agreement by both Parties, and if
required, approval of the Contract by relevant authorities
of the Country;
(b) delivery to the Contractor of reasonable evidence of the
Employer’s financial arrangements (under Sub-Clause 2.4
[Employer’s Financial Arrangements]);
(c) except if otherwise specified in the Contract Data, effective
access to and possession of the Site given to the Contractor
together with such permission(s) under (a) of Sub-Clause
1.13 [Compliance with Laws] as required for the
commencement of the Works;
(d) receipt by the Contractor of the Advance Payment under
Sub-Clause 14.2 [Advance Payment] provided that the
corresponding bank guarantee has been delivered by the
Contractor;
(e) constitution of the DAAB in accordance with Sub-Clause
21.1 and Sub-Clause 21.2 as applicable.

Cebu BRT Project - Package 1 (rebid)


Section IX. Particular Conditions 361

Subject to Sub-Clause 4.1 on the Management Strategies and


Implementation Plans and the C-ESMP, Sub-Clause 4.8 on the
health and safety manual and Sub-Clause 4.21 on the security
management plan, the Contractor, shall commence the execution
of the Works as soon as is reasonably practicable after the
Commencement Date, and shall then proceed with the Works with
due expedition and without delay.”

Sub-Clause 11.7 In the second paragraph, “Whenever the Contractor intends to


access any part of the Works during the relevant DNP:” is replaced
Right of Access after Taking
with:
Over
“Whenever, until the date 28 days after issue of the Performance
Certificate, the Contractor intends to access any part of the Works:”

Sub-Clause 13.3.1 Subparagraph 13.3.1 (a) is replaced with: “a description of the


varied work performed or to be performed, including details of the
Variation by Instruction
resources and methods adopted or to be adopted by the
Contractor, and sufficient ES information to enable an evaluation of
ES risks and impacts;’

Sub-Clause 13.4 The following is inserted as the penultimate paragraph:


Provisional Sums “The Provisional Sum shall be used to cover the Employer's share of
the DAAB members’ fees and expenses, in accordance with Clause
21. No prior instruction of the Engineer shall be required with
respect to the work of the DAAB. The Contractor shall submit the
DAAB members’ invoices and satisfactory evidence of having paid
100% of such invoices as part of the substantiation of those
Statements submitted under Sub-Clause 14.3.

Sub-Clause 13.6 The following paragraph is added at the end of the Sub-Clause:
Adjustments for Changes in “Notwithstanding the foregoing, the Contractor shall not be
Laws entitled to an extension of time if the relevant delay has already
been taken into account in the determination of a previous
extension of time and such Cost shall not be separately paid if the
same shall already have been taken into account in the indexing of
any inputs to the Table of Adjustment Data in accordance with the
provisions of Sub-Clause 13.7 [Adjustments for Changes in Cost].”

Sub-Clause 14.1 The following is added at the end of the Sub-Clause:


The Contract Price (e) Notwithstanding the provisions of subparagraph (b),
Contractor's Equipment, including essential spare parts
therefore, imported by the Contractor for the sole purpose of
executing the Contract shall be temporarily exempt from the
payment of import duties and taxes upon initial importation,
provided the Contractor shall post with the customs
authorities at the port of entry an approved export bond or

Cebu BRT Project - Package 1 (rebid)


362 Section IX. Particular Conditions

bank guarantee, valid until the Time for Completion plus six
months, in an amount equal to the full import duties and taxes
which would be payable on the assessed imported value of
such Contractor's Equipment and spare parts, and callable in
the event the Contractor's Equipment is not exported from the
Country on completion of the Contract. A copy of the bond or
bank guarantee endorsed by the customs authorities shall be
provided by the Contractor to the Employer upon the
importation of individual items of Contractor's Equipment and
spare parts. Upon export of individual items of Contractor's
Equipment or spare parts, or upon the completion of the
Contract, the Contractor shall prepare, for approval by the
customs authorities, an assessment of the residual value of the
Contractor's Equipment and spare part to be exported, based
on the depreciation scale(s) and other criteria used by the
customs authorities for such purposes under the provisions of
the applicable Laws. Import duties and taxes shall be due and
payable to the customs authorities by the Contractor on (a) the
difference between the initial imported value and the residual
value of the Contractor's Equipment and spare parts to
exported; and (b) on the initial imported value of the
Contractor's Equipment and spare parts remaining in the
Country after completion of the Contract. Upon payment of
such dues within 28 days of being invoiced, the bond or bank
guarantee shall be reduced or released accordingly; otherwise
the security shall be called in the full amount remaining.”

Sub-Clause 14.2.1 The first paragraph is replaced with:


Advance Payment Guarantee “The Contractor shall obtain (at the Contractor’s cost) an Advance
Payment Guarantee in amounts and currencies equal to the
advance payment, and shall submit it to the Employer with a copy
to the Engineer. This guarantee shall be issued by reputable bank
or financial institution selected by the Contractor and shall be based
on the sample form annexed to the Particular Conditions or in
another form agreed by the Employer (but such agreement shall
not relieve the Contractor from any obligation under this Sub-
Clause).”

Sub-Clause 14.3 The following is inserted at the end of (vi) after: [Agreement or
Determination]: “any reimbursement due to the Contractor under
Application for Interim
the Dispute Avoidance/ Adjudication Agreement. (Appendix
Payment
General Conditions of Dispute Avoidance/ Adjudication
Agreement).”

Sub-Clause 14.6.2 “and/or” from subparagraph (b) is deleted.


The following is then added as subparagraph (c) and sub-paragraph
(c) of the Sub-Clause is renumbered as (d):

Cebu BRT Project - Package 1 (rebid)


Section IX. Particular Conditions 363

Withholding (amounts in) an “(c) if the Contractor was, or is, failing to perform any ES
IPC obligations or work under the Contract, the value of this
work or obligation, as determined by the Engineer, may be
withheld until the work or obligation has been performed,
and/or the cost of rectification or replacement, as
determined by the Engineer, may be withheld until
rectification or replacement has been completed. Failure to
perform includes, but is not limited to the following:
(i) failure to comply with any ES obligations or work
described in the Works’ Requirements which may
include: working outside site boundaries, excessive
dust, damage to offsite vegetation, pollution of water
courses from oils or sedimentation, contamination of
land e.g. from oils, human waste, damage to
archaeology or cultural heritage features, air pollution
as a result of unauthorized and/or inefficient
combustion;
(ii) failure to regularly review C-ESMP and/or update it in
a timely manner to address emerging ES issues, or
anticipated risks or impacts;
(iii) failure to implement the C-ESMP e.g. failure to provide
required training or sensitization;
(iv) failing to have appropriate consents/permits prior to
undertaking Works or related activities;
(v) failure to submit ES report/s (as described in Particular
Conditions - Part D), or failure to submit such reports
in a timely manner;
(vi) failure to implement remediation as instructed by the
Engineer within the specified timeframe (e.g.
remediation addressing non-compliance/s).”

Sub-Clause 14.7 At the end of sub-paragraph (b): “and” is replaced with “or” and the
following inserted as (iii):
Payment
“(iii) at a time when the Bank’s loan or credit (from which part of
the payments to the Contractor is being made) is suspended,
the amount shown on any statement submitted by the
Contractor within 14 days after such statement is submitted,
any discrepancy being rectified in the next payment to the
Contractor; and”
At the end of sub-paragraph (c): “.” is replaced with “;” and the
following inserted:
“or, at a time when the Bank’s loan or credit (from which part of
the payments to the Contractor is being made) is suspended the
undisputed amount shown in the Final Statement within 56 days

Cebu BRT Project - Package 1 (rebid)


364 Section IX. Particular Conditions

after the date of notification of the suspension in accordance


with Sub-Clause 16.2 [Termination by Contractor].”

Sub-Clause 14.9 The following is added at the end of Sub-Clause 14.9:


Release of Retention Money “Unless otherwise stated in the Contract, when the Taking-Over
Certificate has been issued for the Works and the first half of the
Retention Money has been certified for payment by the Engineer,
the Contractor shall be entitled to substitute a guarantee, in the
form annexed to the Particular Conditions or in another form
approved by the Employer and issued by a reputable bank or
financial institution selected by the Contractor, for the second half
of the Retention Money. The Contractor shall ensure that the
guarantee is in the amounts and currencies of the second half of
the Retention Money and is valid and enforceable until the
Contractor has executed and completed the Works and remedied
any defects, as specified for the Performance Security and, if
applicable, an ES Performance Security in Sub-Clause 4.2. On
receipt by the Employer of the required guarantee, the Engineer
shall certify and the Employer shall pay the second half of the
Retention Money. The release of the second half of the Retention
Money against a guarantee shall then be in lieu of the release after
the latest of the expiry dates of the Defects Notification Periods.
The Employer shall return the guarantee to the Contractor within
21 days after receiving a copy of the Performance Certificate.
If the Performance Security and, if applicable, an ES Performance
Security required under Sub-Clause 4.2 is in the form of a demand
guarantee, and the amount guaranteed under them when the
Taking-Over Certificate is issued is more than half of the Retention
Money, then the Retention Money guarantee will not be required.
If the amount guaranteed under the Performance Security and, if
applicable, an ES Performance Security, when the Taking-Over
Certificate is issued is less than half of the Retention Money, the
Retention Money guarantee will only be required for the
difference between half of the Retention Money and the amount
guaranteed under the Performance Security and, if applicable, an
ES Performance Security.”

Sub-Clause 14.12 On the seventh line of the first paragraph, “Sub-Clause 21.6
[Arbitration]” is replaced with: “Clause 21 [Disputes and
Discharge
Arbitration]’.

Sub-Clause 14.15 Throughout Sub-Clause 14.15, “Contract Data” is replaced with:


“Schedule of Payment Currencies”.
Currencies of Payment

Sub-Clause 15.1 “and” is deleted from (b) and


Notice to Correct “.” is replaced by: “; and” in (c).

Cebu BRT Project - Package 1 (rebid)


Section IX. Particular Conditions 365

The following is then added as (d)


“(d) specify the time within which the Contractor shall respond to
the Notice to Correct.”
In the third para., “shall immediately respond” is replaced with:
“shall respond within the time specified in (d)”. Further, in the third
para., “to comply with the time specified in the Notice to Correct.”
is replaced with: “to comply with the time specified in (c).”

Sub-Clause 15.2.1 Sub-paragraph (h) is replaced with: “based on reasonable evidence,


has engaged in Fraud and Corruption as defined in paragraph 1.16
Notice
of the Particular Conditions - Part C- Fraud and Corruption, in
competing for or in executing the Contract.”

Sub-Clause 15.8 The following new Sub-Clause is added:


Fraud and Corruption “15.8.1 The Bank requires compliance with the Bank’s Anti-
Corruption Guidelines and its prevailing sanctions policies and
procedures as set forth in the Bank’s Sanctions Framework, as set
forth in Particular Conditions - Part C- Fraud and Corruption.
15.8.2 The Employer requires the Contractor to disclose any
commissions or fees that may have been paid or are to be
paid to agents or any other party with respect to the
bidding process or execution of the Contract. The
information disclosed must include at least the name and
address of the agent or other party, the amount and
currency, and the purpose of the commission, gratuity or
fee.”

Sub-Clause 16.1 The following paragraph is inserted after the first paragraph:
Suspension by Contractor “Notwithstanding the above, if the Bank has suspended
disbursements under the loan or credit from which payments to the
Contractor are being made, in whole or in part, for the execution of
the Works, and no alternative funds are available as provided for in
Sub-Clause 2.4 [Employer’s Financial Arrangements], the
Contractor may by notice suspend work or reduce the rate of work
at any time, but not less than 7 days after the Borrower having
received the suspension notification from the Bank.”

Sub-Clause 16.2.1 Sub-paragraph (j) is deleted in its entirety.


Notice At the end of sub-paragraph (i): “; or” is replaced with: “.”
sub-paragraph (f) is replaced with:
“(f) the Contractor does not receive a Notice of the
Commencement Date under Sub-Clause 8.1 [Commencement of
Works] within 180 days after receiving the Letter of Acceptance,
for reasons not attributable to the Contractor.”

Cebu BRT Project - Package 1 (rebid)


366 Section IX. Particular Conditions

Sub-Clause 16.2.2 The following is added at the end of Sub-Clause 16.2.2:


Termination “In the event the Bank suspends the loan or credit from which part
or whole of the payments to the Contractor are being made, if the
Contractor has not received the sums due to him upon expiration
of the 14 days referred to in Sub-Clause 14.7 [Payment] for
payments under Interim Payment Certificates, the Contractor may,
without prejudice to the Contractor's entitlement to financing
charges under Sub-Clause 14.8 [Delayed Payment], take one of the
following actions, namely (i) suspend work or reduce the rate of
work under Sub-Clause 16.1 above, or (ii) terminate the Contract by
giving notice to the Employer, with a copy to the Engineer, such
termination to take effect 14 days after the giving of the notice.”

Sub-Clause 16.3 [If the Employer has made available any Employer- Supplied
Materials and/or Employer’s Equipment in accordance with Sub-
Contractor’s Obligations
Clause 2.6, include the following:]
After Termination
“and” is deleted from the end of sub-paragraph (b), sub-paragraph
(c) deleted and the following added:
(c) deliver to the Engineer all Employer- Supplied
Materials and/or Employer’s Equipment made
available to the Contractor in accordance with Sub-
Clause 2.6 [Employer-Supplied materials and
Employer’s Equipment]; and
(d) remove all other Goods from the Site, except as
necessary for safety, and leave the Site.”

Sub-Clause 17.1 On the fourth and fifth lines of the first paragraph, replace “Date
Responsibility for Care of of Completion of the Works” with “issue of the Taking-Over
the Works Certificate for the Works”.
[If Employer- Supplied Materials are listed in the Specification for
the Contractor’s use in the execution of Works, include the following
provision. See also Sub-Clause 2.6 [Employer-Supplied Materials
and Employer’s Equipment]]
After the two instances of “Goods” in the last paragraph, the
following is added: “Employer- Supplied Materials”.
[If Employer’s Equipment are listed in the Employer’s Requirements
for the Contractor’s use in the execution of Works, include the
following provision. See also Sub-Clause 2.6 [Employer-Supplied
Materials and Employer’s Equipment]]
After the two instances of “Goods” in the last paragraph, the
following is added: “, Employer’s Equipment,”.

Cebu BRT Project - Package 1 (rebid)


Section IX. Particular Conditions 367

Sub-Clause 17.3 On the first line of the second paragraph, replace “notice” is
replaced with “a Notice”.
Intellectual and Industrial
Property Rights

Sub-Clause 17.7 The following Sub-Clause is added as 17.7:


Use of Employer’s “The Contractor shall take full responsibility for the care of the
Accommodation/Facilities Employer-provided accommodation and facilities, if any, as detailed
in the Specification, from the respective dates of hand-over to the
Contractor until cessation of occupation (where hand-over or
cessation of occupation may take place after the date stated in the
Taking-Over Certificate for the Works)
If any loss or damage happens to any of the above items while the
Contractor is responsible for their care arising from any cause
whatsoever other than those for which the Employer is liable, the
Contractor shall, at its own cost, rectify the loss or damage to the
satisfaction of the Engineer.”

Sub-Clause 18.1 Sub-paragraph (c) is substituted with:


Exceptional Events “(c) riot, commotion, disorder or sabotage by persons other than
the Contractor’s Personnel and other employees of the
Contractor and Subcontractors;”

Sub-Clause 18.4 The following is added at the end of sub-paragraph (b) after
deleting the “.”:
Consequences of an
Exceptional Event “, including the costs of rectifying or replacing the Works and/or
Goods damaged or destroyed by Exceptional Events, to the extent
they are not indemnified through the insurance policy referred to
in Sub-Clause 19.2 [ Insurance to be provided by the Contractor].”

Sub-Clause 18.5 In sub-paragraph (c), “and necessarily” is inserted after ““was


reasonably”.
Optional Termination

Sub-Clause 19.1 The following paragraphs are added after the first:
General Requirements “Wherever the Employer is the insuring Party, each insurance shall
be effected with insurers and in terms acceptable to the Contractor.
These terms shall be consistent with terms (if any) agreed by both
Parties before the date of the Letter of Acceptance.
This agreement of terms shall take precedence over the provisions
of this Clause."

Sub-Clause 19.2 The following is inserted as the first sentence in Sub-Clause 19.2:
insurance to be provided by
the Contractor

Cebu BRT Project - Package 1 (rebid)


368 Section IX. Particular Conditions

“The Contractor shall be entitled to place all insurances relating to


the Contract (including, but not limited to the insurance referred to
Clause 19) with insurers from any eligible source country.”

Sub-Clause 19.2.1 On the last line of the second paragraph, “Clause 12 [Tests after
completion]” is deleted.
The Works

Sub-Clause 19.2.5 The second paragraph is replaced with:


Injury to employees “The Employer and the Engineer shall also be indemnified under the
policy of insurance, against liability for claims, damages, losses and
expenses (including legal fees and expenses) arising from injury,
sickness, disease or death of any person employed by the
Contractor or any other of the Contractor’s Personnel, except that
this insurance may exclude losses and claims to the extent that they
arise from any act or neglect of the Employer or of the Employer's
Personnel.”

Sub-Clause 20.1 In a): “any additional payment” is replaced with “payment”.


Claims

Sub-Clause 20.2 The first paragraph is replaced with:


Claims for Payment and/or “If either Party considers that it is entitled to claim under 20.1 (a) or
EOT (b), the following claim procedure shall apply:”

Sub-Clause 21.1 In the second paragraph, at the end of the first sentence after
deleting: “.”, the following is added: “, each of whom shall meet the
Constitution of the DAAB criteria set forth in Sub-Clause 3.3 of Appendix- General Conditions
of Dispute Avoidance/ Adjudication Agreement.”
After the second paragraph insert the following paragraph: “If the
Contract is with a foreign Contractor, the DAAB members shall not
have the same nationality as the Employer or the Contractor.”

Sub-Clause 21.2 For both (a) and (b): “by the date stated in the first paragraph of
Sub-Clause 21.1 [Constitution of the DAAB]” is replaced with:
Failure to Appoint DAAB
“within 42 days from the date the Contract is signed by both
Member (s) Parties”

Sub-Clause 21.6 In the first paragraph, delete starting from: “international


arbitration” up to the end of (c), and replace with the following:
Arbitration
“arbitration. Arbitration shall be conducted as follows:
(a) if the contract is with foreign contractors, unless otherwise
specified in the Contract Data; the dispute shall be finally
settled under the Rules of Arbitration of the International
Chamber of Commerce; by one or three arbitrators appointed

Cebu BRT Project - Package 1 (rebid)


Section IX. Particular Conditions 369

in accordance with these Rules. The place of arbitration shall


be the neutral location specified in the Contract Data; and the
arbitration shall be conducted in the ruling language defined
in Sub-Clause 1.4 [Law and Language].
(b) If the Contract is with domestic contractors, arbitration with
proceedings conducted in accordance with the laws of the
Employer’s country.”

Appendix- General Conditions of Dispute Avoidance/Adjudication Agreement

Title “General Conditions of Dispute Avoidance/Adjudication


Agreement” is replaced with “General Conditions of DAAB
Agreement”.

1. Definitions Sub-Clause 1.2: In both the first and third lines, “DAA Agreement”
is replaced with “DAAB Agreement”.
Sub-Clause 1.3:
In the first line, “Dispute Avoidance/Adjudication Agreement” or
“DAA Agreement” means” is replaced with:
“DAAB Agreement” is as defined under the Contract and is”.
In the first line of sub-paragraph (c), “DAA Agreement” is replaced
with “DAAB Agreement”.
In sub-paragraph (c)(ii), “chairman” is replaced with “chairperson”.
Sub-Clause 1.3 “DAAB Activities” is replaced with Sub-Clause 1.4
“DAAB Activities” and the subsequent Sub- Clauses under Clause 1
“Definitions” renumbered:
Sub-Clause 1.7 to 12: Replace all instances of “DAA Agreement”
with “DAAB Agreement”.
In Sub-Clause 1.8 a(i):” authorised representative of the contractor
or of the Employer” is replaced with: “Contractor’s Representative
or authorised representative of the Employer”.

2.General Provisions Sub-Clause 2.2 is deleted in its entirety.

3.Warranties Sub-Clause 3.3 is deleted and replaced with the following:


“When appointing the DAAB Member, each Party relies on the
DAAB Member’s representations, that he/she;
a) has at least a bachelor’s degree in relevant disciplines such
as law, engineering, construction management or contract
management;
b) has at least ten years of experience in contract
administration/management and dispute resolution, out of

Cebu BRT Project - Package 1 (rebid)


370 Section IX. Particular Conditions

which at least five years of experience as an arbitrator or


adjudicator in construction-related disputes;
c) has received formal training as an adjudicator from an
internationally recognized organization;
d) has experience and/or is knowledgeable in the type of work
which the Contractor is to carry out under the Contract;
e) has experience in the interpretation of construction and/or
engineering contract documents;
f) has familiarity with the forms of contract published by FIDIC
since 1999, and an understanding of the dispute resolution
procedures contained therein; and
g) is fluent in the language for communications stated in the
Contract Data (or the language as agreed between the
Parties and the DAAB).”

7. Confidentiality In Sub-Clause 7.3: “or” is deleted after sub-paragraph (b),


and the following added:
“or (d) is being provided to the Bank.”

9. Fees and Expenses In Sub-Clause 9.1 (c): “business class or equivalent” is replaced with:
“in less than first class”.

In Sub-Clause 9.4: “and air fares” and “other” are deleted from the
first and second sentences respectively.

10. Resignation and In Sub-Clause 10.3: “the DAA Agreement” is replaced with: “a DAAB
Termination member’s DAAB Agreement”.

Annex- DAAB Procedural Rules

Rule 4.2 On the fourth line, “chairman” is replaced with “chairperson”.

Rule 8.3 On the sixth line, “chairman” is replaced with “chairperson”.

Form of Dispute Avoidance/Adjudication Agreement

All instances of “DAA Agreement” are replaced with: “ DAAB Agreement”.


In C (b): “chairman” is replaced with “chairperson”.

Cebu BRT Project - Package 1 (rebid)


Section IX. Particular Conditions 371

Particular Conditions
Part C- Bank’s Policy- Corrupt and Fraudulent Practices
(Text in this Particular Conditions - Part C shall not be modified)

Guidelines for Procurement of Goods, Works, and Non-Consulting Services under IBRD
Loans and IDA Credits & Grants by World Bank Borrowers, dated January 2011:
“Fraud and Corruption:
1.16 It is the Bank’s policy to require that Borrowers (including beneficiaries of Bank loans),
bidders, suppliers, contractors and their agents (whether declared or not), sub-
contractors, sub-consultants, service providers or suppliers, and any personnel thereof,
observe the highest standard of ethics during the procurement and execution of Bank-
financed contracts.26 In pursuance of this policy, the Bank:
(a) defines, for the purposes of this provision, the terms set forth below as follows:
(i) “corrupt practice” is the offering, giving, receiving, or soliciting, directly or
indirectly, of anything of value to influence improperly the actions of
another party;27;
(ii) “fraudulent practice” is any act or omission, including a misrepresentation,
that knowingly or recklessly misleads, or attempts to mislead, a party to
obtain a financial or other benefit or to avoid an obligation;28
(iii) “collusive practice” is an arrangement between two or more parties
designed to achieve an improper purpose, including to influence improperly
the actions of another party;29
(iv) “coercive practice” is impairing or harming, or threatening to impair or
harm, directly or indirectly, any party or the property of the party to
influence improperly the actions of a party;30

26
In this context, any action to influence the procurement process or contract execution for undue advantage is
improper.
27
For the purpose of this sub-paragraph, “another party” refers to a public official acting in relation to the
procurement process or contract execution. In this context, “public official” includes World Bank staff and
employees of other organizations taking or reviewing procurement decisions.
28
For the purpose of this sub-paragraph, “party” refers to a public official; the terms “benefit” and “obligation”
relate to the procurement process or contract execution; and the “act or omission” is intended to influence
the procurement process or contract execution.
29
For the purpose of this sub-paragraph, “parties” refers to participants in the procurement process (including
public officials) attempting either themselves, or through another person or entity not participating in the
procurement or selection process, to simulate competition or to establish bid prices at artificial, non-
competitive levels, or are privy to each other’s bid prices or other conditions.
30
For the purpose of this sub-paragraph, “party” refers to a participant in the procurement process or contract
execution.

Cebu BRT Project - Package 1 (rebid)


372 Section IX. Particular Conditions

(v) "obstructive practice" is:


(aa) deliberately destroying, falsifying, altering, or concealing of
evidence material to the investigation or making false statements to
investigators in order to materially impede a Bank investigation 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
investigation or from pursuing the investigation, or
(bb) acts intended to materially impede the exercise of the Bank’s
inspection and audit rights provided for under paragraph 1.16(e)
below.
(b) will reject a proposal for award if it determines that the bidder recommended for
award, or any of its personnel, or its agents, or its sub-consultants, sub-contractors,
service providers, suppliers and/or their employees, has, directly or indirectly,
engaged in corrupt, fraudulent, collusive, coercive, or obstructive practices in
competing for the contract in question;
(c) will declare misprocurement and cancel the portion of the loan allocated to a
contract if it determines at any time that representatives of the Borrower or of a
recipient of any part of the proceeds of the loan engaged in corrupt, fraudulent,
collusive, coercive, or obstructive practices during the procurement or the
implementation of the contract in question, without the Borrower having taken
timely and appropriate action satisfactory to the Bank to address such practices
when they occur, including by failing to inform the Bank in a timely manner at the
time they knew of the practices;
(d) will sanction a firm or individual, at any time, in accordance with the prevailing
Bank’s sanctions procedures,31 including by publicly declaring such firm or
individual ineligible, either indefinitely or for a stated period of time: (i) to be
awarded a Bank-financed contract; and (ii) to be a nominated32 sub-contractor,
consultant, supplier, or service provider of an otherwise eligible firm being awarded
a Bank-financed contract;

31
A firm or individual may be declared ineligible to be awarded a Bank financed contract upon: (i) completion
of the Bank’s sanctions proceedings as per its sanctions procedures, including, inter alia, cross-debarment as
agreed with other International Financial Institutions, including Multilateral Development Banks, and
through the application the World Bank Group corporate administrative procurement sanctions procedures
for fraud and corruption; and (ii) as a result of temporary suspension or early temporary suspension in
connection with an ongoing sanctions proceeding. See footnote 14 and paragraph 8 of Appendix 1 of these
Guidelines.
32
A nominated sub-contractor, consultant, manufacturer or supplier, or service provider (different names are
used depending on the particular bidding document) is one which has either been: (i) included by the bidder
in its pre-qualification application or bid because it brings specific and critical experience and know-how that
allow the bidder to meet the qualification requirements for the particular bid; or (ii) appointed by the
Borrower.

Cebu BRT Project - Package 1 (rebid)


Section IX. Particular Conditions 373

(e) will require that a clause be included in bidding documents and in contracts
financed by a Bank loan, requiring bidders, suppliers and contractors, and their sub-
contractors, agents, personnel, consultants, service providers, or suppliers, to
permit the Bank to inspect all accounts, records, and other documents relating to
the submission of bids and contract performance, and to have them audited by
auditors appointed by the Bank.”

Cebu BRT Project - Package 1 (rebid)


374 Section IX. Particular Conditions

Particular Conditions
Part D- Environmental and Social (ES)
Metrics for Progress Reports
[Note to Employer: the following metrics may be amended to reflect the specifics of
the Contract. The metrics that are required should be determined by the ES risks and
impacts of the Works and not necessarily by the size of the Contract]

Metrics for regular reporting:

a. environmental incidents or non-compliances with contract requirements,


including contamination, pollution or damage to ground or water supplies;

b. health and safety incidents, accidents, injuries that require treatment and all
fatalities;

c. interactions with regulators: identify agency, dates, subjects, outcomes (report


the negative if none);

d. status of all permits and agreements:

i. work permits: number required, number received, actions taken for those not
received;

ii. status of permits and consents:

- list areas/facilities with permits required (quarries, asphalt & batch plants),
dates of application, dates issued (actions to follow up if not issued), dates submitted
to resident engineer (or equivalent), status of area (waiting for permits, working,
abandoned without reclamation, decommissioning plan being implemented, etc.);

- list areas with landowner agreements required (borrow and spoil areas, camp
sites), dates of agreements, dates submitted to resident engineer (or equivalent);

- identify major activities undertaken in each area in the reporting period and
highlights of environmental and social protection (land clearing, boundary marking,
topsoil salvage, traffic management, decommissioning planning, decommissioning
implementation);

- for quarries: status of relocation and compensation (completed, or details of


activities and current status in the reporting period).

e. health and safety supervision:

Cebu BRT Project - Package 1 (rebid)


Section IX. Particular Conditions 375

i. safety officer: number days worked, number of full inspections & partial
inspections, reports to construction/project management;

ii. number of workers, work hours, metric of PPE use (percentage of workers with
full personal protection equipment (PPE), partial, etc.), worker violations observed (by
type of violation, PPE or otherwise), warnings given, repeat warnings given, follow-up
actions taken (if any);

f. worker accommodations:

i. number of expats housed in accommodations, number of locals;

ii. date of last inspection, and highlights of inspection including status of


accommodations’ compliance with national and local law and good practice, including
sanitation, space, etc.;

iii. actions taken to recommend/require improved conditions, or to improve


conditions.

g. Health services: provider of health services, information and/or training,


location of clinic, number of non-safety disease or illness treatments and diagnoses (no
names to be provided);

h. gender (for expats and locals separately): number of female workers,


percentage of workforce, gender issues raised and dealt with (cross-reference
grievances or other sections as needed);

i. training:

i. number of new workers, number receiving induction training, dates of induction


training;

ii. number and dates of toolbox talks, number of workers receiving Occupational
Health and Safety (OHS), environmental and social training;

iii. number and dates of communicable diseases (including STDs) sensitization


and/or training, no. workers receiving training (in the reporting period and in the past);
same questions for gender sensitization, flag person training.

iv. number and date of SEA and SH prevention, sensitization and/or training
events, including number of workers receiving training on Code of Conduct for
Contractor’s Personnel (in the reporting period and in the past), etc.

j. environmental and social supervision:

Cebu BRT Project - Package 1 (rebid)


376 Section IX. Particular Conditions

i. environmentalist: days worked, areas inspected and numbers of inspections of


each (road section, work camp, accommodations, quarries, borrow areas, spoil areas,
swamps, forest crossings, etc.), highlights of activities/findings (including violations of
environmental and/or social best practices, actions taken), reports to environmental
and/or social specialist/construction/site management;

ii. sociologist: days worked, number of partial and full site inspections (by area:
road section, work camp, accommodations, quarries, borrow areas, spoil areas, clinic,
HIV/AIDS center, community centers, etc.), highlights of activities (including
violations of environmental and/or social requirements observed, actions taken),
reports to environmental and/or social specialist/construction/site management; and

iii. community liaison person(s): days worked (hours community center open),
number of people met, highlights of activities (issues raised, etc.), reports to
environmental and/or social specialist /construction/site management.

k. Grievances: list new grievances (e.g. number of allegations of SEA and SH)
received in the reporting period and number of unresolved past grievances by date
received, complainant’s age and sex, how received, to whom referred to for action,
resolution and date (if completed), data resolution reported to complainant, any
required follow-up (Cross-reference other sections as needed):

i. Worker grievances;

ii. Community grievances

l. Traffic, road safety and vehicles/equipment:

i. traffic and road safety incidents and accidents involving project vehicles &
equipment: provide date, location, damage, cause, follow-up;

ii. traffic and road safety incidents and accidents involving non-project
vehicles or property (also reported under immediate metrics): provide date,
location, damage, cause, follow-up;

iii. overall condition of vehicles/equipment (subjective judgment by


environmentalist); non-routine repairs and maintenance needed to improve
safety and/or environmental performance (to control smoke, etc.).

m. Environmental mitigations and issues (what has been done):

i. dust: number of working bowsers, number of waterings/day, number of


complaints, warnings given by environmentalist, actions taken to resolve; highlights of
quarry dust control (covers, sprays, operational status); % of rock/ spoil lorries with
covers, actions taken for uncovered vehicles;

Cebu BRT Project - Package 1 (rebid)


Section IX. Particular Conditions 377

ii. erosion control: controls implemented by location, status of water crossings,


environmentalist inspections and results, actions taken to resolve issues, emergency
repairs needed to control erosion/sedimentation;

iii. quarries, borrow areas, spoil areas, asphalt plants, batch plants: identify major
activities undertaken in the reporting period at each, and highlights of environmental
and social protection: land clearing, boundary marking, topsoil salvage, traffic
management, decommissioning planning, decommissioning implementation;

iv. blasting: number of blasts (and locations), status of implementation of blasting


plan (including notices, evacuations, etc.), incidents of off-site damage or complaints
(cross-reference other sections as needed);

v. spill clean-ups, if any: material spilled, location, amount, actions taken,


material disposal (report all spills that result in water or soil contamination;

vi. waste management: types and quantities generated and managed, including
amount taken offsite (and by whom) or reused/recycled/disposed on-site;

vii. details of tree plantings and other mitigations required undertaken in the
reporting period;

viii. details of water and swamp protection mitigations required undertaken in the
reporting period.

n. compliance:

i. compliance status for conditions of all relevant consents/permits, for the Work,
including quarries, etc.): statement of compliance or listing of issues and actions taken
(or to be taken) to reach compliance;

ii. compliance status of C-ESMP/ESIP requirements: statement of compliance or


listing of issues and actions taken (or to be taken) to reach compliance

iii. compliance status of SEA and SH prevention and response action plan:
statement of compliance or listing of issues and actions taken (or to be taken) to reach
compliance

iv. compliance status of Health and Safety Management Plan re: statement of
compliance or listing of issues and actions taken (or to be taken) to reach compliance

v. other unresolved issues from previous reporting periods related to


environmental and social: continued violations, continued failure of equipment,
continued lack of vehicle covers, spills not dealt with, continued compensation or
blasting issues, etc. Cross-reference other sections as needed.

Cebu BRT Project - Package 1 (rebid)


378 Section IX. Particular Conditions

Cebu BRT Project - Package 1 (rebid)


Section IX. Particular Conditions 379

Particular Conditions
Part E- Sexual Exploitation and Abuse (SEA) and/or
Sexual Harassment Performance Declaration for
Subcontractors
[The following table shall be filled in by each subcontractor proposed by the Contractor, that was not
named in the Contract ]
Subcontractor’s Name: [insert full
name]
Date: [insert day, month, year]
Contract reference [insert contract
reference]
Page [insert page number] of [insert total number]
pages

SEA and/or SH Declaration

We:
◻ (a) have not been subject to disqualification by the Bank for non-compliance with SEA/ SH
obligations.
◻ (b) are subject to disqualification by the Bank for non-compliance with SEA/ SH obligations.
◻ (c) had been subject to disqualification by the Bank for non-compliance with SEA/ SH obligations.
An arbitral award on the disqualification case has been made in our favor.
◻ (d) had been subject to disqualification by the Bank for non-compliance with SEA/ SH obligations
for a period of two years. We have subsequently demonstrated that we have adequate
capacity and commitment to comply with SEA /SH obligations.
◻ (e) had been subject to disqualification by the Bank for non-compliance with SEA/ SH obligations for
a period of two years. We have attached specific evidence demonstrating that we have
adequate capacity and commitment to comply with SEA and SH obligations.

[If (c) above is applicable, attach evidence of an arbitral award reversing the findings on the issues
underlying the disqualification.]

[If (d) or ( e) above are applicable, provide the following information:]

Period of disqualification: From: _______________ To: ________________

If previously provided on another Bank financed works contract, details of evidence that demonstrated
adequate capacity and commitment to comply with SEA/SH obligations (as per (d) above)

Cebu BRT Project - Package 1 (rebid)


380 Section IX. Particular Conditions

Name of Employer: ___________________________________________


Name of Project: _____________________________________
Contract description: _____________________________________________________
Brief summary of evidence provided: ________________________________________
______________________________________________________________________
Contact Information: (Tel, email, name of contact person): _______________________
______________________________________________________________________

As an alternative to the evidence under (d), other evidence demonstrating adequate capacity and
commitment to comply with SEA/SH obligations (as per (e) above) ) [attach details as appropriate].

___________________________________________________________________________
____________________________________________________________________________

Name of the Subcontractor

Name of the person duly authorized to sign on behalf of the Subcontractor _______

Title of the person signing on behalf of the Subcontractor ______________________

Signature of the person named above ______________________

Date signed ________________________________ day of ___________________, _____

Countersignature of authorized representative of the Contractor:


Signature: ________________________________________________________
Date signed ________________________________ day of ___________________,

Cebu BRT Project - Package 1 (rebid)


Section X. Contract Forms

Table of Forms

Notification of Award……………………………………………………………380

Contract Agreement……………………………………………………………...381

Performance Security…………………………………………………………….383

Advance Payment Security……………………………………………………….387

Retention Money Security………………………………………………………..389

Cebu BRT Project - Package 1 (rebid)


382 Section X. Contract Forms

Notification of Award

LETTER OF ACCEPTANCE
[letterhead paper of the Employer]

[date]

To: [name and address of the Contractor]

This is to notify you that your Bid dated [date] for execution of Package 1: Works Capitol to
Cebu South Bus Terminal (CSBT), Urban Realm Enhancement (Link to the Port) for the
Accepted Contract Amount [amount in numbers and words] [name of currency], as corrected
and modified in accordance with the Instructions to Bidders, is hereby accepted by our Agency.

You are requested to furnish the Performance Security within 28 days in accordance with the
Conditions of Contract, using for that purpose one of the Performance Security Forms included
in Section X, Contract Forms, of the Bidding Documents

Authorized Signature:
Name and Title of Signatory:
Name of Agency:

Attachment: Contract Agreement

Cebu BRT Project - Package 1 (rebid)


Section X. Contract Forms 383

Contract Agreement

THIS AGREEMENT made the ________ day of ________________________, _____,


between ______________________________________of __________________________
(hereinafter “the Employer”), of the one part, and ______________________ of
_____________________ (hereinafter “the Contractor”), of the other part:
WHEREAS the Employer desires that the Works known as
_______________________________ should be executed by the Contractor, and has accepted
a Bid by the Contractor for the execution and completion of these Works and the remedying
of any defects therein,
The Employer and the Contractor agree as follows:
1. In this Agreement words and expressions shall have the same meanings as are
respectively assigned to them in the Contract documents referred to.
2. The following documents shall be deemed to form and be read and construed as part of
this Agreement. This Agreement shall prevail over all other Contract documents.
(i)the Letter of Acceptance;
(ii) the Letter of Bid;
(iii) the addenda Nos ________(if any);
(iv) the Particular Conditions;
(v) the General Conditions;
(vi) the Specification;
(vii) the Drawings; and
(viii) the completed Schedules and any other documents forming part of the contract,
including, but not limited to:

i. the ES Management Strategies and Implementation Plans; and

ii. Code of Conduct for Contractor’s Personnel (ES).


3. In consideration of the payments to be made by the Employer to the Contractor as
specified in this Agreement, the Contractor hereby covenants with the Employer to execute the
Works and to remedy defects therein in conformity in all respects with the provisions of the
Contract.
4. The Employer hereby covenants to pay the Contractor in consideration of the execution
and completion of the Works and the remedying of defects therein, the Contract Price or such

Cebu BRT Project - Package 1 (rebid)


384 Section X. Contract Forms

other sum as may become payable under the provisions of the Contract at the times and in the
manner prescribed by the Contract.
IN WITNESS whereof the parties hereto have caused this Agreement to be executed in
accordance with the laws of _____________________________ on the day, month and year
specified above.
Signed by ________________________________________________ (for the Employer)
Signed by __________________________________________________ (for the Contractor)

Cebu BRT Project - Package 1 (rebid)


Section X. Contract Forms 385

Performance Security
Option 1: (Demand Guarantee)

_______________________________
Beneficiary: ___________________
Date: ________________
PERFORMANCE GUARANTEE No.: _________________
Guarantor: _____________________________________
We have been informed that ________________ (hereinafter called "the Applicant") has
entered into Contract No. _____________ dated ____________ with the Beneficiary, for the
execution of _____________________ (hereinafter called "the Contract").
Furthermore, we understand that, according to the conditions of the Contract, a performance
guarantee is required.
At the request of the Applicant, we as Guarantor, hereby irrevocably undertake to pay the
Beneficiary any sum or sums not exceeding in total an amount of ___________ ( ),331
such sum being payable in the types and proportions of currencies in which the Contract Price
is payable, upon receipt by us of the Beneficiary’s complying demand supported by the
Beneficiary’s statement, whether in the demand itself or in a separate signed document
accompanying or identifying the demand, stating that the Applicant is in breach of its
obligation(s) under the Contract, without the Beneficiary needing to prove or to show grounds
for your demand or the sum specified therein.
This guarantee shall expire, no later than the …. Day of ……, 2… 342, and any demand for
payment under it must be received by us at this office indicated above on or before that date.
This guarantee is subject to the Uniform Rules for Demand Guarantees (URDG) 2010
Revision, ICC Publication No. 758, except that the supporting statement under Article 15(a) is
hereby excluded.

_____________________
[signature(s)]

331
The Guarantor shall insert an amount representing the percentage of the Accepted Contract Amount
specified in the Letter of Acceptance, less provisional sums, if any, and denominated either in the
currency(cies) of the Contract or a freely convertible currency acceptable to the Beneficiary.
342
Insert the date twenty-eight days after the expected completion date as described in GC Clause 11.9. The
Employer should note that in the event of an extension of this date for completion of the Contract, the
Employer would need to request an extension of this guarantee from the Guarantor. Such request must be
in writing and must be made prior to the expiration date established in the guarantee. In preparing this
guarantee, the Employer might consider adding the following text to the form, at the end of the penultimate
paragraph: “The Guarantor agrees to a one-time extension of this guarantee for a period not to exceed [six
months][one year], in response to the Beneficiary’s written request for such extension, such request to be
presented to the Guarantor before the expiry of the guarantee.”

Cebu BRT Project - Package 1 (rebid)


386 Section X. Contract Forms

Note: All italicized text (including footnotes) is for use in preparing this form and shall be
deleted from the final product.

Cebu BRT Project - Package 1 (rebid)


Section X. Contract Forms 387

Advance Payment Security

Demand Guarantee

________________________________
Beneficiary: ___________________
Date: ________________
ADVANCE PAYMENT GUARANTEE No.: _________________
Guarantor: _________________________________

We have been informed that ________________ (hereinafter called “the Applicant”) has
entered into Contract No. _____________ dated ____________ with the Beneficiary, for the
execution of _____________________ (hereinafter called "the Contract").
Furthermore, we understand that, according to the conditions of the Contract, an advance
payment in the sum ___________ ( ) is to be made against an advance payment
guarantee.
At the request of the Applicant, we as Guarantor, hereby irrevocably undertake to pay the
Beneficiary any sum or sums not exceeding in total an amount of ___________ ( )
351
upon receipt by us of the Beneficiary’s complying demand supported by the Beneficiary’s
statement, whether in the demand itself or in a separate signed document accompanying or
identifying the demand, stating either that the Applicant:
(j) has used the advance payment for purposes other than the costs of mobilization in
respect of the Works; or
(k) has failed to repay the advance payment in accordance with the Contract conditions,
specifying the amount which the Applicant has failed to repay.

A demand under this guarantee may be presented as from the presentation to the Guarantor of
a certificate from the Beneficiary’s bank stating that the advance payment referred to above
has been credited to the Applicant on its account number ___________ at
_________________..
The maximum amount of this guarantee shall be progressively reduced by the amount of the
advance payment repaid by the Applicant as specified in copies of interim statements or
payment certificates which shall be presented to us. This guarantee shall expire, at the latest,
upon our receipt of a copy of the interim payment certificate indicating that ninety (90) percent
of the Accepted Contract Amount, less provisional sums, has been certified for payment, or on

351
The Guarantor shall insert an amount representing the amount of the advance payment and denominated
either in the currency(ies) of the advance payment as specified in the Contract, or in a freely convertible
currency acceptable to the Employer.

Cebu BRT Project - Package 1 (rebid)


388 Section X. Contract Forms

the ___ day of _____, 2___,362 whichever is earlier. Consequently, any demand for payment
under this guarantee must be received by us at this office on or before that date..
This guarantee is subject to the Uniform Rules for Demand Guarantees (URDG) 2010
Revision, ICC Publication No. 758, except that the supporting statement under Article 15(a) is
hereby excluded.

____________________
[signature(s)]

Note: All italicized text (including footnotes) is for use in preparing this form and shall be
deleted from the final product.

362
Insert the expected expiration date of the Time for Completion. The Employer should note that in the event
of an extension of the time for completion of the Contract, the Employer would need to request an extension
of this guarantee from the Guarantor. Such request must be in writing and must be made prior to the
expiration date established in the guarantee. In preparing this guarantee, the Employer might consider
adding the following text to the form, at the end of the penultimate paragraph: “The Guarantor agrees to a
one-time extension of this guarantee for a period not to exceed [six months][one year], in response to the
Beneficiary’s written request for such extension, such request to be presented to the Guarantor before the
expiry of the guarantee.”

Cebu BRT Project - Package 1 (rebid)


Section X. Contract Forms 389

Retention Money Security

Demand Guarantee

________________________________ [Guarantor letterhead or SWIFT identifier code]


Beneficiary: ___________________ [Insert name and Address of Employer]
Date: ________________[Insert date of issue]
RETENTION MONEY GUARANTEE No.: [Insert guarantee reference number]
Guarantor: [Insert name and address of place of issue, unless indicated in the letterhead]

We have been informed that ________________ [insert name of Contractor, which in the case of a
joint venture shall be the name of the joint venture] (hereinafter called "the Applicant") has entered into
Contract No. _____________ [insert reference number of the contract] dated ____________ with
the Beneficiary, for the execution of _____________________ [insert name of contract and brief
description of Works] (hereinafter called "the Contract").
Furthermore, we understand that, according to the conditions of the Contract, the Beneficiary
retains moneys up to the limit set forth in the Contract (“the Retention Money”), and that when
the Taking-Over Certificate has been issued under the Contract and the first half of the
Retention Money has been certified for payment, payment of [insert the second half of the
Retention Money or if the amount guaranteed under the Performance Guarantee when the
Taking-Over Certificate is issued is less than half of the Retention Money, the difference
between half of the Retention Money and the amount guaranteed under the Performance
Security and, if required, the ES Performance Security] is to be made against a Retention
Money guarantee.
At the request of the Applicant, we, as Guarantor, hereby irrevocably undertake to pay the
Beneficiary any sum or sums not exceeding in total an amount of ___________ [insert amount
in figures] ( ) [amount in words]371 upon receipt by us of the Beneficiary’s complying
demand supported by the Beneficiary’s statement, whether in the demand itself or in a separate
signed document accompanying or identifying the demand, stating that the Applicant is in
breach of its obligation(s) under the Contract, without your needing to prove or show grounds
for your demand or the sum specified therein.
A demand under this guarantee may be presented as from the presentation to the Guarantor of
a certificate from the Beneficiary’s bank stating that the second half of the Retention Money
as referred to above has been credited to the Applicant on its account number ___________ at
_________________ [insert name and address of Applicant’s bank] .

371
The Guarantor shall insert an amount representing the amount of the second half of the Retention Money or
if the amount guaranteed under the Performance Guarantee when the Taking-Over Certificate is issued is
less than half of the Retention Money, the difference between half of the Retention Money and the amount
guaranteed under the Performance Security and denominated either in the currency(ies) of the second half
of the Retention Money as specified in the Contract, or in a freely convertible currency acceptable to the
Beneficiary.

Cebu BRT Project - Package 1 (rebid)


390 Section X. Contract Forms

This guarantee shall expire no later than the …. day of ……, 2… 382, and any demand for
payment under it must be received by us at the office indicated above on or before that date.

This guarantee is subject to the Uniform Rules for Demand Guarantees (URDG) 2010
Revision, ICC Publication No. 758, except that the supporting statement under Article 15(a) is
hereby excluded.

____________________
[signature(s)]

Note: All italicized text (including footnotes) is for use in preparing this form and shall be
deleted from the final product.

382
Insert the same expiry date as set forth in the performance security, representing the date twenty-eight days
after the completion date described in GC Clause 11.9. The Employer should note that in the event of an
extension of this date for completion of the Contract, the Employer would need to request an extension of
this guarantee from the Guarantor. Such request must be in writing and must be made prior to the expiration
date established in the guarantee. In preparing this guarantee, the Employer might consider adding the
following text to the form, at the end of the penultimate paragraph: “The Guarantor agrees to a one-time
extension of this guarantee for a period not to exceed [six months][one year], in response to the Beneficiary’s
written request for such extension, such request to be presented to the Guarantor before the expiry of the
guarantee.”

Cebu BRT Project - Package 1 (rebid)

You might also like