176
1 Hiring of Consultancy Services to conduct Detailed Engineering Design and Construction Management Services for the Horizontal Infrastructure Projects (Apron, Taxiway and Apron/Taxiway Shoulders) of the Clark International Airport New Terminal Building Project (formerly Clark Airport Low Cost Terminal) CLARK INTERNATIONAL AIRPORT CORPORATION Corporate Office Building, Civil Aviation Complex, Clark Freeport Zone, Pampanga Telephone Nos. [+6345] 599-2888 | Fax Nos. [+6345] 599-2044 | http://www.clarkairport.com BIDDING DOCUMENTS REPUBLIC OF THE PHILIPPINES HIRING OF CONSULTANCY SERVICES TO CONDUCT DETAILED ENGINEERING DESIGN AND CONSTRUCTION MANAGEMENT FOR THE HORIZONTAL INFRASTRUCTURE PROJECT (APRON, TAXIWAY AND APRON/TAXIWAY SHOULDERS) OF THE CLARK INTERNATIONAL AIRPORT NEW TERMINAL BUILDING PROJECT (FORMERLY CLARK AIRPORT LOW COST TERMINAL) PART I

HIRING OF CONSULTANCY SERVICES TO CONDUCT …crk.clarkairport.com/files/26/Edited_Bid Docs - New PTB... · Bids received in excess of the ABC shall ... The CIAC now calls for the

  • Upload
    vantram

  • View
    215

  • Download
    0

Embed Size (px)

Citation preview

1 Hiring of Consultancy Services to conduct Detailed Engineering Design and Construction Management Services for the Horizontal

Infrastructure Projects (Apron, Taxiway and Apron/Taxiway Shoulders) of the Clark International Airport New Terminal Building

Project (formerly Clark Airport Low Cost Terminal)

CLARK INTERNATIONAL AIRPORT

CORPORATION Corporate Office Building, Civil Aviation Complex, Clark Freeport Zone, Pampanga

Telephone Nos. [+6345] 599-2888 | Fax Nos. [+6345] 599-2044 | http://www.clarkairport.com

BIDDING DOCUMENTS

REPUBLIC OF THE PHILIPPINES

HIRING OF CONSULTANCY SERVICES TO

CONDUCT DETAILED ENGINEERING

DESIGN AND CONSTRUCTION

MANAGEMENT FOR THE HORIZONTAL

INFRASTRUCTURE PROJECT (APRON,

TAXIWAY AND APRON/TAXIWAY

SHOULDERS) OF THE CLARK

INTERNATIONAL AIRPORT NEW

TERMINAL BUILDING PROJECT

(FORMERLY CLARK AIRPORT LOW

COST TERMINAL)

PART – I

2 Hiring of Consultancy Services to conduct Detailed Engineering Design and Construction Management Services for the Horizontal

Infrastructure Projects (Apron, Taxiway and Apron/Taxiway Shoulders) of the Clark International Airport New Terminal Building

Project (formerly Clark Airport Low Cost Terminal)

TABLE OF CONTENTS

PART I

Section I. Request for Expression of Interest ................................................. 3

Section II. Eligibility Documents ..................................................................... 6

Section III. Eligibility Data Sheet .................................................................. 13

Section III. Bid Data Sheet .............................................................................. 46

Section IV. General Conditions of Contract ................................................... 53

Section V. Special Conditions of Contract ...................................................... 76

Section VI. Terms of Reference ....................................................................... 83

Section VII. Bidding Forms ........................................................................... 143

Section VIII. Appendices ............................................................................... 176

3 Hiring of Consultancy Services to conduct Detailed Engineering Design and Construction Management Services for the Horizontal

Infrastructure Projects (Apron, Taxiway and Apron/Taxiway Shoulders) of the Clark International Airport New Terminal Building

Project (formerly Clark Airport Low Cost Terminal)

Section I. Request for Expression of Interest

4 Hiring of Consultancy Services to conduct Detailed Engineering Design and Construction Management Services for the Horizontal

Infrastructure Projects (Apron, Taxiway and Apron/Taxiway Shoulders) of the Clark International Airport New Terminal Building

Project (formerly Clark Airport Low Cost Terminal)

REQUEST FOR EXPRESSION OF INTEREST FOR

HIRING OF CONSULTANCY SERVICES TO CONDUCT DETAILED

ENGINEERING DESIGN AND CONSTRUCTION MANAGEMENT SERVICES FOR

THE HORIZONTAL INFRASTRUCTURE PROJECT (APRON, TAXIWAY, AND

APRON/TAXIWAY SHOULDERS) OF THE CLARK INTERNATIONAL AIRPORT

NEW TERMINAL BUILDING PROJECT

(FORMERLY CLARK AIRPORT LOW COST TERMINAL)

1. The Clark International Airport Corporation (CIAC), through the General Appropriations Act of

2015 intends to apply the sum of One Hundred Forty Two Million Three Hundred Eighty

Thousand Pesos (PhP142,380,000.00) being the Approved Budget for the Contract (ABC) to

payments under the contract: “Hiring of Consultancy Services to conduct Detailed

Engineering Design and Construction Management Services for the Horizontal

Infrastructure Projects (Apron, Taxiway and Apron/Taxiway Shoulders) of the Clark

International Airport New Terminal Building Project (formerly Clark Airport Low

Cost Terminal).” Bids received in excess of the ABC shall be automatically rejected at the

opening of the financial proposals.

2. The CIAC now calls for the submission of eligibility documents for the project: “Hiring of

Consultancy Services to conduct Detailed Engineering Design and Construction

Management Services for the Horizontal Infrastructure Projects (Apron, Taxiway and

Apron/Taxiway Shoulders) of the Clark International Airport New Terminal Building

Project (formerly Clark Airport Low Cost Terminal).” Eligibility documents of interested

consultants must be duly received by the BAC Secretariat on or before 31 May 2017

(Wednesday), 10:00 AM at the Records Management Office (RMO), CIAC Corporate

Office Building, Civil Aviation Complex, Clark Freeport Zone. Applications for eligibility

will be evaluated based on a non-discretionary “pass/fail” criterion.

3. Interested bidders may obtain further information from BAC Secretariat Office and inspect the

Bidding Documents at the address given below during office hours.

4. A complete set of Bidding Documents may be acquired by interested Bidders on 23 May 2017

until the deadline set for the Submission of Bids from the address below and upon payment

of the applicable fee for the Bidding Documents, pursuant to the latest Guidelines issued by the

GPPB, in the amount of Fifty Thousand Pesos (PhP50,000.00).

5. It may also be downloaded free of charge from the website of the Philippine Government

Electronic Procurement System (PhilGEPS) and the website of the Procuring Entity, provided

that Bidders shall pay the applicable fee for the Bidding Documents not later than the

submission of their bids.

6. The BAC shall draw up the short list of consultants from those who have submitted Expression

of Interest, including the eligibility documents, and have been determined as eligible in

accordance with the provisions of Republic Act 9184 (RA 9184), otherwise known as the

“Government Procurement Reform Act”, and its Implementing Rules and Regulations (IRR).

7. The short list shall consist of seven (7) prospective bidders who will be entitled to submit bids.

Each eligible consultant shall be rated based on the following criteria:

a. Applicable experience of the consultant and associates in case of joint

ventures - 40%

5 Hiring of Consultancy Services to conduct Detailed Engineering Design and Construction Management Services for the Horizontal

Infrastructure Projects (Apron, Taxiway and Apron/Taxiway Shoulders) of the Clark International Airport New Terminal Building

Project (formerly Clark Airport Low Cost Terminal)

b. Qualification of principal and key staff of the consultant who may be

assigned to the job vis-à-vis extent and complexity of the undertaking -

40%

c. Current workload relative to capacity - 20%

8. Bidding will be conducted through open competitive bidding procedures using non-

discretionary “pass/fail” criterion as specified in the IRR of RA 9184.

9. Bidding is open to all interested bidders, whether local or foreign, subject to the conditions for

eligibility provided in the IRR of RA 9184.

10. The CIAC shall evaluate bids using the Quality-Cost Based Evaluation/Selection

(QCBE/QCBS), Fixed Budget Selection, or Least-Cost Selection procedure. The financial

and technical proposals shall be given corresponding weights with the financial proposal

given a minimum weight of forty percent (40%) up to a maximum of eighty percent (80%).

The weight of the technical proposal shall be given a minimum weight of ten percent (10%)

up to a maximum of twenty percent (20%) accordingly such that their total weight in

percent together with the weight given to the financial proposal shall add to one hundred

percent (100%). The BAC shall rank the consultants in descending order based on the

combined numerical ratings of their technical and financial proposals and identify the

Highest Rated Bid.

11. The contract shall be completed within eight (8) months from receipt of Notice to Proceed.

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

award the contract at any time prior to contract award in accordance with Section 41 of RA

9184 and its IRR, without thereby incurring any liability to the affected bidder or bidders.

For further information, please refer to:

Address & Contact Information:

ATTY. ANA MARIA RIVERA-SUBA

Office of the BAC Secretariat, Clark International Airport Corporation

CIAC Annex Building, Clark Civil Aviation Complex, Clark Freeport Zone

Philippines 2023

Telephone Nos.: [+6345] 599-2888 local 183 | Fax Nos.: [+6345] 599-2888 local 181

E-mail Address: [email protected] |

Web Address: http://www.clarkairport.com

ATTY. JOSEP JEPRI M. MIRANDA

CIAC-BAC Chairman

6 Hiring of Consultancy Services to conduct Detailed Engineering Design and Construction Management Services for the Horizontal

Infrastructure Projects (Apron, Taxiway and Apron/Taxiway Shoulders) of the Clark International Airport New Terminal Building

Project (formerly Clark Airport Low Cost Terminal)

Section II. Eligibility Documents

7 Hiring of Consultancy Services to conduct Detailed Engineering Design and Construction Management Services for the Horizontal

Infrastructure Projects (Apron, Taxiway and Apron/Taxiway Shoulders) of the Clark International Airport New Terminal Building

Project (formerly Clark Airport Low Cost Terminal)

1. Eligibility Criteria

1.1 The following persons/entities shall be allowed to participate in the bidding for

Consulting Services:

(a) Duly licensed Filipino citizens/sole proprietorships;

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

which at least sixty percent (60%) of the interest belongs to citizens of

the Philippines;

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

which at least sixty percent (60%) of the outstanding capital stock

belongs to citizens of the Philippines;

(d) Cooperatives duly organized under the laws of the Philippines; or

(e) Persons/entities forming themselves into a joint venture, i.e., a group of

two (2) or more persons/entities that intend to be jointly and severally

responsible or liable for a particular contract: Provided, however, That

Filipino ownership or interest thereof shall be at least sixty percent

(60%). For this purpose, Filipino ownership or interest shall be based

on the contributions of each of the members of the joint venture as

specified in their JVA.

1.2 When the types and fields of Consulting Services involve the practice of

professions regulated by law, those who will actually perform the services

shall be Filipino citizens and registered professionals authorized by the

appropriate regulatory body to practice those professions and allied

professions specified in the EDS.

1.3 If the Request for Expression of Interest allows participation of foreign

consultants, prospective foreign bidders may be eligible subject to the

conditions stated in the EDS.

1.4 Government owned or –controlled corporations (GOCCs) may be eligible to

participate only if they can establish that they (a) are legally and financially

autonomous, (b) operate under commercial law, and (c) are not attached

agencies of the Procuring Entity.

2. Eligibility Requirements

2.1. The following eligibility requirements, together with the Eligibility

Documents Submission Form, shall be submitted on or before the date of the

eligibility check specified in the Request for Expression of Interest and Clause

5 for purposes of determining eligibility of prospective bidders:

(a) Class “A” Documents –

Legal Documents

8 Hiring of Consultancy Services to conduct Detailed Engineering Design and Construction Management Services for the Horizontal

Infrastructure Projects (Apron, Taxiway and Apron/Taxiway Shoulders) of the Clark International Airport New Terminal Building

Project (formerly Clark Airport Low Cost Terminal)

(i) PhilGEPS Certificate of Registration and Membership in

accordance with Section 8.5.2 of the IRR, except for foreign

bidders participating in the procurement by a Philippine

Foreign Service Office or Post, which shall submit their

eligibility documents under Section 24.1 of the IRR, provided,

that the winning Consultant shall register with PhilGEPS in

accordance with Section 37.1.4 of the IRR;

Technical Documents

(ii) Statement of the prospective bidder of all its ongoing and

completed government and private contracts, including

contracts awarded but not yet started, if any, whether similar or

not similar in nature and complexity to the contract to be bid,

within the relevant period provided in the EDS. The statement

shall include, for each contract, the following:

(ii.1) the name and location of the contract;

(ii.2) date of award of the contract;

(ii.3) type and brief description of consulting services;

(ii.4) consultant’s role (whether main consultant,

subconsultant, or partner in a JV)

(ii.5) amount of contract;

(ii.6) contract duration; and

(ii.7) certificate of satisfactory completion or equivalent

document specified in the EDS issued by the client, in

the case of a completed contract;

(iii) Statement of the consultant specifying its nationality and

confirming that those who will actually perform the service are

registered professionals authorized by the appropriate

regulatory body to practice those professions and allied

professions in accordance with Clause 1.2, including their

respective curriculum vitae.

(b) Class “B” Document –

If applicable, the Joint Venture Agreement (JVA) in case the joint

venture is already in existence, or duly notarized statements from all

the potential joint venture partners in accordance with Section 24.1(b)

of the IRR of RA 9184.

2.2. The eligibility requirements or statements, the bids, and all other documents to

be submitted to the BAC must be in English. If the eligibility requirements or

statements, the bids, and all other documents submitted to the BAC are in

foreign language other than English, it must be accompanied by a translation

9 Hiring of Consultancy Services to conduct Detailed Engineering Design and Construction Management Services for the Horizontal

Infrastructure Projects (Apron, Taxiway and Apron/Taxiway Shoulders) of the Clark International Airport New Terminal Building

Project (formerly Clark Airport Low Cost Terminal)

of the documents in English. The documents shall be translated by the relevant

foreign government agency, the foreign government agency authorized to

translate documents, or a registered translator in the foreign bidder’s country;

and shall be authenticated by the appropriate Philippine foreign service

establishment/post or the equivalent office having jurisdiction over the foreign

bidder’s affairs in the Philippines. The English translation shall govern, for

purposes of interpretation of the bid.

2.3. Prospective bidders may obtain a full range of expertise by associating with

individual consultant(s) and/or other consultants or entities through a JV or

subcontracting arrangements, as appropriate. However, subconsultants may

only participate in the bid of one short listed consultant. Foreign Consultants

shall seek the participation of Filipino Consultants by entering into a JV with,

or subcontracting part of the project to, Filipino Consultants.

3. Format and Signing of Eligibility Documents

3.1. Prospective bidders shall submit their eligibility documents through their duly

authorized representative on or before the deadline specified in Clause 5.

3.2. Prospective bidders shall prepare an original and copies of the eligibility

documents. In the event of any discrepancy between the original and the

copies, the original shall prevail.

3.3. The Eligibility Documents Submission Form shall be signed by the duly

authorized representative/s of the Bidder. Failure to do so shall be a ground for

the rejection of the eligibility documents.

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

signed or initialed by the duly authorized representative/s of the prospective

bidder.

4. Sealing and Marking of Eligibility Documents

4.1. Prospective bidders shall enclose their original eligibility documents described

in Clause 2.1, in a sealed envelope marked “ORIGINAL – ELIGIBILITY

DOCUMENTS”. Each copy thereof shall be similarly sealed duly marking

the envelopes as “COPY NO. ___ - ELIGIBILITY DOCUMENTS”. These

envelopes containing the original and the copies shall then be enclosed in one

single envelope.

4.2. The original and the number of copies of the eligibility documents as indicated

in the EDS shall be typed or written in ink and shall be signed by the

prospective bidder or its duly authorized representative/s.

4.3. All envelopes shall:

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

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

10 Hiring of Consultancy Services to conduct Detailed Engineering Design and Construction Management Services for the Horizontal

Infrastructure Projects (Apron, Taxiway and Apron/Taxiway Shoulders) of the Clark International Airport New Terminal Building

Project (formerly Clark Airport Low Cost Terminal)

(c) be addressed to the Procuring Entity’s BAC specified in the EDS;

(d) bear the specific identification of this Project indicated in the EDS; and

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

opening of eligibility documents, in accordance with Clause 5.

4.4 Eligibility documents that are not properly sealed and marked, as required in

the bidding documents, shall not be rejected, but the bidder or its duly

authorized representative shall acknowledge such condition of the documents

as submitted. The BAC shall assume no responsibility for the misplacement of

the contents of the improperly sealed or marked eligibility documents, or for

its premature opening.

5. Deadline for Submission of Eligibility Documents

Eligibility documents must be received by the Procuring Entity’s BAC at the address

and on or before the date and time indicated in the Request for Expression of Interest

and the EDS.

6. Late Submission of Eligibility Documents

Any eligibility documents submitted after the deadline for submission and receipt

prescribed in Clause 5 shall be declared “Late” and shall not be accepted by the

Procuring Entity. The BAC shall record in the minutes of submission and opening of

eligibility documents, the Bidder’s name, its representative and the time the eligibility

documents were submitted late.

7. Modification and Withdrawal of Eligibility Documents

7.1. The prospective bidder may modify its eligibility documents after it has been

submitted; provided that the modification is received by the Procuring Entity

prior to the deadline specified in Clause 5. The prospective bidder shall not be

allowed to retrieve its original eligibility documents, but shall be allowed to

submit another set equally sealed, properly identified, linked to its original bid

marked as “ELIGIBILITY MODIFICATION” and stamped “received” by the

BAC. Modifications received after the applicable deadline shall not be

considered and shall be returned to the prospective bidder unopened.

7.2. A prospective bidder may, through a letter of withdrawal, withdraw its

eligibility documents after it has been submitted, for valid and justifiable

reason; provided that the letter of withdrawal is received by the Procuring

Entity prior to the deadline prescribed for submission and receipt of eligibility

documents.

7.3. Eligibility documents requested to be withdrawn in accordance with this

Clause shall be returned unopened to the prospective bidder concerned. A

prospective bidder that withdraws its eligibility documents shall not be

permitted to submit another set, directly or indirectly, for the same project. A

prospective bidder that acquired the eligibility documents may also express its

intention not to participate in the bidding through a letter which should reach

11 Hiring of Consultancy Services to conduct Detailed Engineering Design and Construction Management Services for the Horizontal

Infrastructure Projects (Apron, Taxiway and Apron/Taxiway Shoulders) of the Clark International Airport New Terminal Building

Project (formerly Clark Airport Low Cost Terminal)

and be stamped by the BAC before the deadline for submission and receipt of

eligibility documents.

8. Opening and Preliminary Examination of Eligibility Documents

8.1. The BAC will open the envelopes containing the eligibility documents in the

presence of the prospective bidders’ representatives who choose to attend, at

the time, on the date, and at the place specified in the EDS. The prospective

bidders’ representatives who are present shall sign a register evidencing their

attendance.

In case the submitted eligibility envelopes cannot be opened as scheduled due

to justifiable reasons, the BAC shall take custody of the said envelopes and

reschedule the opening on the next working day or at the soonest possible time

through the issuance of a Notice of Postponement to be posted in the

PhilGEPS website and the website of the Procuring Entity concerned.

8.2. Letters of withdrawal shall be read out and recorded during the opening of

eligibility documents and the envelope containing the corresponding

withdrawn eligibility documents shall be returned unopened to the

withdrawing prospective bidder.

8.3. The eligibility documents envelopes and modifications, if any, shall be opened

one at a time, and the following read out and recorded:

(a) the name of the prospective bidder;

(b) whether there is a modification or substitution; and

(c) the presence or absence of each document comprising the eligibility

documents vis-à-vis a checklist of the required documents.

8.4. The eligibility of each prospective bidder shall be determined by examining

each bidder’s eligibility requirements or statements against a checklist of

requirements, using non-discretionary “pass/fail” criterion, as stated in the

Request for Expression of Interest, and shall be determined as either “eligible”

or “ineligible.” If a prospective bidder submits the specific eligibility

document required, he shall be rated “passed” for that particular requirement.

In this regard, failure to submit a requirement, or an incomplete or patently

insufficient submission, shall be considered “failed” for the particular

eligibility requirement concerned. If a prospective bidder is rated “passed” for

all the eligibility requirements, he shall be considered eligible to participate in

the bidding, and the BAC shall mark the set of eligibility documents of the

prospective bidder concerned as “eligible.” If a prospective bidder is rated

“failed” in any of the eligibility requirements, he shall be considered ineligible

to participate in the bidding, and the BAC shall mark the set of eligibility

documents of the prospective bidder concerned as “ineligible.” In either case,

the BAC chairperson or his duly designated authority shall countersign the

markings.

12 Hiring of Consultancy Services to conduct Detailed Engineering Design and Construction Management Services for the Horizontal

Infrastructure Projects (Apron, Taxiway and Apron/Taxiway Shoulders) of the Clark International Airport New Terminal Building

Project (formerly Clark Airport Low Cost Terminal)

9. Short Listing of Consultants

9.1. Only prospective bidders whose submitted contracts are similar in nature and

complexity to the contract to be bid as provided in the EDS shall be

considered for short listing.

9.2. The BAC shall draw up the short list of prospective bidders from those

declared eligible using the detailed set of criteria and rating system to be used

specified in the EDS.

9.3. Short listed consultants shall be invited to participate in the bidding for this

project through a Notice of Eligibility and Short Listing issued by the BAC.

10. Protest Mechanism

Decision of the Procuring Entity at any stage of the procurement process may be

questioned in accordance with Section 55 of the IRR of RA 9184.

13 Hiring of Consultancy Services to conduct Detailed Engineering Design and Construction Management Services for the Horizontal

Infrastructure Projects (Apron, Taxiway and Apron/Taxiway Shoulders) of the Clark International Airport New Terminal Building

Project (formerly Clark Airport Low Cost Terminal)

Section III. Eligibility Data Sheet

14 Hiring of Consultancy Services to conduct Detailed Engineering Design and Construction Management Services for the Horizontal

Infrastructure Projects (Apron, Taxiway and Apron/Taxiway Shoulders) of the Clark International Airport New Terminal Building

Project (formerly Clark Airport Low Cost Terminal)

Eligibility Data Sheet Eligibility

Documents

1.2 The consultant shall conduct Hiring of Consultancy Services to conduct

Detailed Engineering Design and Construction Management Services for the

Horizontal Infrastructure Projects (Apron, Taxiway and Apron/Taxiway

Shoulders) of the Clark International Airport New Terminal Building

Projects (formerly Clark Airport Low Cost Terminal).

1.3 No further instructions.

(i) No additional Requirements.

2.1(a)(ii) The statement of all ongoing and completed government and private contracts

shall include all such contracts within ten (10) years prior to the deadline for the

submission and receipt of eligibility documents.

2.1(a)(ii.7) Any of the following:

a. Certificate of satisfactory completion

b. Notice of Award

c. Contracts

d. Any equivalent documents

4.2 Each prospective bidder shall submit one (1) original and two (2) copies of its

eligibility documents.

(e) CIAC Bids and Awards Committee

Office of the BAC Secretariat,

CIAC Annex Bldg., Civil Aviation Complex, Clark Freeport Zone,

Pampanga, Philippines 2023

(f) Hiring of Consultancy Services to conduct Detailed Engineering Design and

Construction Management Services for the Horizontal Infrastructure Projects

(Apron, Taxiway and Apron/Taxiway Shoulders) of the Clark International

Airport New Terminal Building Project (formerly Clark Airport Low Cost

Terminal) 5 The address for submission of eligibility documents is at the Records

Management Office (RMO), CIAC Corporate Office Building, Civil

Aviation Complex, Clark Freeport Zone.

The deadline for submission of eligibility documents is on 31 May 2017

(Wednesday), 10:00 AM.

8.1 The place of opening of eligibility documents is CIAC Board Room, Corporate

Office Bldg., Civil Aviation Complex, Clark Freeport Zone, Pampanga,

Philippines 2013

The date and time of opening of eligibility documents is 31 May 2017

(Wednesday), 10:15 AM.

9.1 No further instructions.

9.2 Each eligible consultant shall be rated based on the following criteria:

d. Applicable experience of the consultant and associates in case of joint

ventures - 40%

e. Qualification of principal and key staff of the consultant who may be

assigned to the job vis-à-vis extent and complexity of the undertaking -

40%

f. Current workload relative to capacity - 20%

15 Hiring of Consultancy Services to conduct Detailed Engineering Design and Construction Management Services for the Horizontal

Infrastructure Projects (Apron, Taxiway and Apron/Taxiway Shoulders) of the Clark International Airport New Terminal Building

Project (formerly Clark Airport Low Cost Terminal)

TABLE OF CONTENTS

SECTION I. NOTICE OF ELIGIBILITY AND SHORTLISTING………16

SECTION II. INSTRUCTIONS TO BIDDERS…………………………. . 19

SECTION III. BID DATA SHEET ............................................................... 46

SECTION IV. GENERAL CONDITIONS OF CONTRACT .................... 53

SECTION V. SPECIAL CONDITIONS OF CONTRACT ........................ 78

SECTION VI. TERMS OF REFERENCE ................................................... 83

SECTION VII. BIDDING FORMS ............................................................. 147

SECTION VIII. APPENDICES ................................................................... 176

16 Hiring of Consultancy Services to conduct Detailed Engineering Design and Construction Management Services for the

Horizontal Infrastructure Projects (Apron, Taxiway and Apron/Taxiway Shoulders) of the Clark International Airport New

Terminal Building Project (formerly Clark Airport Low Cost Terminal)

Section I. Notice of Eligibility and

Short Listing

17 Hiring of Consultancy Services to conduct Detailed Engineering Design and Construction Management Services for the Horizontal

Infrastructure Projects (Apron, Taxiway and Apron/Taxiway Shoulders) of the Clark International Airport New Terminal Building

Project (formerly Clark Airport Low Cost Terminal)

[Insert Date]

[Name and Address of Short Listed Consultant]

Dear [Addressee]:

1. The Clark International Airport Corporation (hereinafter called “Procuring Entity”

has received financing (hereinafter called “funds”) from the Department of

Transportation (DOTr) Budget– General Appropriation Act ( G A A ) CY 2015

(hereinafter called the “Funding Source”) toward the cost of Project. The

Procuring Entity intends to apply a portion of the funds in the amount One

Hundred Forty Two Million Three Hundred Eighty Thousand Pesos

(PhP142,380,000.00) to eligible payments under the contract: Hiring of

Consultancy Services to conduct Detailed Engineering Design and

Construction Management Services for the Horizontal Infrastructure Projects

(Apron, Taxiway and Apron/Taxiway Shoulders) of the Clark International

Airport New Terminal Building Project (formerly Clark Airport Low Cost

Terminal) for which the Bidding Documents is issued. 2. The Procuring Entity now invites bids to provide the following Consulting

Services: on a) Review of the existing materials and preparation of the updated

conceptual design b) Detailed Architectural and Engineering design c)

Implementation Plan d) Tender Assistance and e) Construction, Supervision and

Management. More details on the services are provided in the Terms of Reference

(TOR) for the project. 3. The Consultant shall be selected and employed in accordance with Quality

Cost Based Evaluation/Selection (QCBE/QCBS) procedures as described in the

Bidding Documents. 4. This notice has been addressed to the following short listed consultants:

[Insert list of short listed consultants]

5. It is not permissible for you to transfer this invitation to any other consultant.

6. The Bidding Documents shall be available at the BAC Secretariat Office, CIAC

Annex Building, Civil Aviation Complex, Clark Freeport Zone, Pampanga,

Philippines 2023 during office hours (8:00 AM to 5:00 PM.) 7. The Clark International Airport Corporation will hold a Pre-Bid Conference on 19

June 2017 (Monday), 10:00 AM at CIAC Board Room, Corporate Office

Building, Civil Aviation Complex, Clark Freeport Zone, Pampanga, Philippines

2023, which shall be open only to all interested parties who have purchased the

Bidding Documents.

Yours sincerely,

Atty. Josep Jepri M. Miranda

Chairman, BAC

18 Hiring of Consultancy Services to conduct Detailed Engineering Design and Construction Management Services for the Horizontal Infrastructure Projects

(Apron, Taxiway and Apron/Taxiway Shoulders) of the Clark International Airport New Terminal Building Project (formerly Clark Airport Low Cost

Terminal)

CLARK INTERNATIONAL AIRPORT CORPORATION Corporate Office Building, Civil Aviation Complex, Clark Freeport Zone, Pampanga Telephone Nos. [+6345]

599-2888 | Fax Nos. [+6345] 599-2044 | http://www.clarkairport.com

BIDDING DOCUMENTS

REPUBLIC OF THE PHILIPPINES

HIRING OF CONSULTANCY SERVICES TO

CONDUCT DETAILED ENGINEERING DESIGN

AND CONSTRUCTION MANAGEMENT

SERVICES FOR THE HORIZONTAL

INFRASTRUCTURE PROJECTS (APRON,

TAXIWAY AND APRON/TAXIWAY

SHOULDERS) OF THE CLARK

INTERNATIONAL AIRPORT NEW TERMINAL

BUILDING PROJECT (FORMERLY CLARK

AIRPORT LOW COST TERMINAL)

PART – II

19 Hiring of Consultancy Services to conduct Detailed Engineering Design and Construction Management Services for the Horizontal Infrastructure Projects

(Apron, Taxiway and Apron/Taxiway Shoulders) of the Clark International Airport New Terminal Building Project (formerly Clark Airport Low Cost

Terminal)

Section II. Instructions to Bidders

20 Hiring of Consultancy Services to conduct Detailed Engineering Design and Construction Management Services for the Horizontal Infrastructure Projects

(Apron, Taxiway and Apron/Taxiway Shoulders) of the Clark International Airport New Terminal Building Project (formerly Clark Airport Low Cost

Terminal)

General

1. Introduction

1.1 The Procuring Entity named in the Bid Data Sheet (BDS) shall select an

individual, sole proprietorship, partnership, corporation, or a joint venture (JV)

(hereinafter referred to as “Consultant”) from among those short listed, in

accordance with the evaluation procedure specified in the BDS.

1.2 The Procuring Entity has received financing (hereinafter called “funds”) from the

source indicated in the BDS (hereinafter called the “Funding Source”) toward the

cost of the Project named in the BDS. The Procuring Entity intends to apply a

portion or the whole of the funds to payments for this Project.

1.3 Consultants are invited to submit bids composed of a technical proposal and a

financial proposal for Consulting Services required for this Project described in

the BDS. Bids shall be the basis for contract negotiations and ultimately for a

signed contract with the selected Consultant.

1.4 If the BDS indicates that the Project will be completed in phases, each phase must

be completed to the Procuring Entity’s satisfaction prior to the commencement of

the next phase.

1.5 Consultants must familiarize themselves with local conditions and take them into

account in preparing their bids. To obtain firsthand information on the project and

on the local conditions, Consultants are encouraged to visit the Procuring Entity

before submitting a bid and to attend the pre-bid conference specified in ITB

Clause 7.

1.6 The Consultants’ costs of preparing their bids and negotiating the contract,

including a visit to the Procuring Entity, are not reimbursable as a direct cost of

the project.

1.7 Consultants shall not be under a declaration of ineligibility for corrupt, fraudulent,

collusive, or coercive practices issued by the Funding Source or the Procuring

Entity in accordance with ITB Clause 3.1.

2. Conflict of Interest

2.1 The Funding Source’s policy requires that Consultants provide professional,

objective, and impartial advice and at all times hold the Procuring Entity’s

interests paramount, without any consideration for future work, and strictly avoid

situations where a conflict of interest shall arise with their other projects or

their own interests. Consultants shall not be hired for any project that would

be in conflict with their prior or current obligations to other entities, or that may

place them in a position of not being able to carry out the Project in the best

interest of the Procuring Entity. Without limitation on the generality of

this rule, Consultants shall not be hired under the circumstances set forth below:

(a) If a Consultant combines the function of consulting with those of

contracting and/or supply of equipment;

21 Hiring of Consultancy Services to conduct Detailed Engineering Design and Construction Management Services for the Horizontal Infrastructure Projects

(Apron, Taxiway and Apron/Taxiway Shoulders) of the Clark International Airport New Terminal Building Project (formerly Clark Airport Low Cost

Terminal)

(b) If a Consultant is associated with, affiliated to, or owned by a

contractor or a manufacturing firm with departments or design offices

offering services as consultants unless such Consultant includes

relevant information on such relationships along with a statement in

the Technical Proposal cover letter to the effect that the Consultant

shall limit its role to that of a consultant and disqualify itself and its

associates from work in any other capacity that may emerge from the

Project (including bidding for any part of the future project). The

contract with the Consultant selected to undertake the Project shall

contain an appropriate provision to such effect; or

(c) If there is a conflict among consulting projects, the Consultant

(including its personnel and subcontractors) and any subsidiaries or

entities controlled by such Consultant shall not be recruited for the

relevant project. The duties of the Consultant depend on the

circumstances of each case. While continuity of consulting services

may be appropriate in particular situations where no conflict exists, a

Consultant cannot be recruited to carry out a project that, by its nature,

shall result in conflict with a prior or current project of such

Consultant. Examples of the situations mentioned are when a

Consultant engaged to prepare engineering design for an infrastructure

project shall not be recruited to prepare an independent environmental

assessment for the same project; similarly, a Consultant assisting a

Procuring Entity in privatization of public assets shall not purchase,

nor advise purchasers, of such assets; or a Consultant hired to prepare

Terms of Reference (TOR) for a project shall not be recruited for the

project in question.

2.2 Consultants shall not be related to the Head of the Procuring Entity, members of

the BAC, the TWG, and the BAC Secretariat, the head of the PMO or the end-user

unit, and the project consultants, by consanguinity or affinity up to the third civil

degree. The prohibition shall apply as follows:

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

himself;

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

(c) If the Consultant is a corporation, then to all its officers, directors and

controlling stockholders; or

(d) If the Consultant is a JV, the provisions of items (a), (b), or (c) of this

Section shall correspondingly apply to each of the members of the said

joint venture, as may be appropriate.

Relationship of the nature described above or a failure to comply with the

provisions of this clause will result in the rejection of the Consultant’s bid.

2.3. Subject to the provisions of ITB Clause 2, any previous or ongoing participation

by the Consultant, its professional staff, or its affiliates or associates under a

contract with the Funding Source or the Procuring Entity in relation to this

22 Hiring of Consultancy Services to conduct Detailed Engineering Design and Construction Management Services for the Horizontal Infrastructure

Projects (Apron, Taxiway and Apron/Taxiway Shoulders) of the Clark International Airport New Terminal Building Project (formerly Clark

Airport Low Cost Terminal)

Project may result in the rejection of its bid. Consultants should clarify

their situation in that respect with the Procuring Entity before preparing its bid.

2.4 Failure by a Consultant to fully disclose potential conflict of interest at the time

of Bid submission, or at a later date in the event that the potential conflict

arises after such date, shall result in the Procuring Entity and/or the Funding

Source seeking the imposition of the maximum administrative, civil and

criminal penalties up to and including imprisonment.

2.5 Consultants are discouraged to include officials and employees of the

Government of the Philippines (GOP) as part of its personnel. Participation of

officials and employees of the GOP in the Project shall be subject to existing

rules and regulations of the Civil Service Commission.

2.6 Fairness and transparency in the selection process require that Consultants do

not derive unfair competitive advantage from having provided consulting

services related to the Project in question. To this end, the Procuring Entity

shall make available to all the short listed consultants together with the Bidding

Documents all information that would in that respect give each Consultant a

competitive advantage.

3. Corrupt, Fraudulent, Collusive, and Coercive Practices

3.1 The Procuring Entity as well as the Consultants shall observe the highest

standard of ethics during the procurement and execution of the contract. In

pursuance of this policy, the Procuring Entity:

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

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

private sectors by which they improperly and unlawfully enrich

themselves, others, or induce others to do so, by misusing the position in

which they are placed, and includes the offering, giving, receiving, or

soliciting of anything of value to influence the action of any such official

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

the GoP, into any contract or transaction manifestly and grossly

disadvantageous to the same, whether or not the public officer profited or

will profit thereby, and similar acts as provided in Republic Act 3019.

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

influence a procurement process or the execution of a contract to the

detriment of the Procuring Entity, and includes collusive practices among

Bidders (prior to or after bid submission) designed to establish bid prices

at artificial, non-competitive levels and to deprive the Procuring Entity of

the benefits of free and open competition.

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

more Bidders, with or without the knowledge of the Procuring Entity,

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

23 Hiring of Consultancy Services to conduct Detailed Engineering Design and Construction Management Services for the Horizontal Infrastructure

Projects (Apron, Taxiway and Apron/Taxiway Shoulders) of the Clark International Airport New Terminal Building Project (formerly Clark

Airport Low Cost Terminal)

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

indirectly, persons, or their property to influence their participation in a

procurement process, or affect the execution of a contract;

(v) “obstructive practice” is

(aa) deliberately destroying, falsifying, altering or concealing of

evidence material to an administrative proceedings or investigation

or making false statements to investigators in order to materially

impede an administrative proceedings or investigation of the

Procuring Entity or any foreign government/foreign or

international financing institution into allegations of a corrupt,

fraudulent, coercive or collusive practice; and/or threatening,

harassing or intimidating any party to prevent it from disclosing its

knowledge of matters relevant to the administrative proceedings or

investigation or from pursuing such proceedings or investigation;

or

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

and audit rights of the Procuring Entity or any foreign

government/foreign or international financing institution herein.

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

for award has engaged in any of the practices mentioned in this Clause for

purposes of competing for the contract.

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

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

individuals and organizations deemed to be involved in any of the

practices mentioned in ITB Clause 3.1(a).

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

to inspect and audit records and accounts of a Consultant in the bidding

for and performance of a contract themselves or through independent

auditors as reflected in the GCC Clause 51.

4. Consultant’s Responsibilities

4.1 The Consultant or its duly authorized representative shall submit a sworn

statement in the form prescribed in Section VII. Bidding Forms required in

ITB Clause 10.2(d)1.1(d).

4.2 The Consultant is responsible for the following:

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

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

implementation of the contract;

24 Hiring of Consultancy Services to conduct Detailed Engineering Design and Construction Management Services for the Horizontal Infrastructure

Projects (Apron, Taxiway and Apron/Taxiway Shoulders) of the Clark International Airport New Terminal Building Project (formerly Clark

Airport Low Cost Terminal)

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

Project, if any;

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

Bulletin/s as provided under ITB Clause 8.4.

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

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

government/foreign or international financing institution whose blacklisting

rules have been recognized by the GPPB;

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

requirements is an authentic copy of the original, complete, and all statements

and information provided therein are true and correct;

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

representative/s to verify all the documents submitted;

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

and granted full power and authority to do, execute and perform any and all

acts necessary to participate, submit the bid, and to sign and execute the

ensuing contract, accompanied by the duly notarized Special Power of

Attorney, Board/Partnership Resolution, or Secretary’s Certificate, whichever

is applicable;

(i) Complying with the disclosure provision under Section 47 of RA 9184 and its

IRR in relation to other provisions of Republic Act 3019;

(j) Complying with existing labor laws and standards, in the case of procurement

of services. Moreover, bidder undertakes to:

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

health and other prevailing conditions of work as established by national

laws, rules and regulations; or collective bargaining agreement; or

arbitration award, if and when applicable.

In case there is a finding by the Procuring Entity or the DOLE of

underpayment or non-payment of workers’ wage and wage-related

benefits, bidder agrees that the performance security or portion of the

contract amount shall be withheld in favor of the complaining workers

pursuant to appropriate provisions of Republic Act No. 9184 without

prejudice to the institution of appropriate actions under the Labor Code,

as amended, and other social legislations.

(ii) Comply with occupational safety and health standards and to correct

deficiencies, if any. In case of imminent danger, injury or death of the

worker, bidder undertakes to suspend contract implementation pending

clearance to proceed from the DOLE Regional Office and to comply

with Work Stoppage Order; and

(iii) Inform the workers of their conditions of work, labor clauses under the

contract specifying wages, hours of work and other benefits under

25 Hiring of Consultancy Services to conduct Detailed Engineering Design and Construction Management Services for the Horizontal Infrastructure

Projects (Apron, Taxiway and Apron/Taxiway Shoulders) of the Clark International Airport New Terminal Building Project (formerly Clark

Airport Low Cost Terminal)

prevailing national laws, rules and regulations; or collective bargaining

agreement; or arbitration award, if and when applicable, through posting

in two (2) conspicuous places in the establishment’s premises; and

(k) Ensuring that it did not give or pay, directly or indirectly, any commission,

amount, fee, or any form of compensation, pecuniary or otherwise, to any

person or official, personnel or representative of the government in relation to

any procurement project or activity.

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

Consultant concerned.

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

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

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

project, or work; (b) climatic conditions; (c) transportation facilities; (c) nature

and condition of the terrain, geological conditions at the site communication

facilities, requirements, location and availability of construction aggregates and

other materials, labor, water, electric power and access roads; and (d) other factors

that may affect the cost, duration and execution or implementation of the contract,

project, or work.

4.4 The Procuring Entity shall not assume any responsibility regarding erroneous

interpretations or conclusions by the Consultant out of the data furnished by the

Procuring Entity. However, the Procuring Entity shall ensure that all information

in the Bidding Documents, including supplemental/bid bulletins issued are correct

and consistent.

4.5 Before submitting their bids, the Consultants are deemed to have become familiar

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

may affect the contract in any way.

4.6 The Consultant shall bear all costs associated with the preparation and submission

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

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

4.7 Consultants should note that the Procuring Entity will only accept bids from those

that have paid the applicable fee for the Bidding Documents at the office indicated

in the Request for Expression of Interest.

5. Origin of Associated Goods

Unless otherwise indicated in the BDS, there is no restriction on the origin of Goods other

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

Chapter VII of the Charter of the United Nations.

6. Subcontracts

6.1 Unless otherwise specified in the BDS, the Consultant may subcontract portions

of the Consulting Services to an extent as may be approved by the Procuring

Entity and stated in the BDS. However, subcontracting of any portion shall not

26 Hiring of Consultancy Services to conduct Detailed Engineering Design and Construction Management Services for the Horizontal Infrastructure

Projects (Apron, Taxiway and Apron/Taxiway Shoulders) of the Clark International Airport New Terminal Building Project (formerly Clark

Airport Low Cost Terminal)

relieve the Consultant from any liability or obligation that may arise from the

contract for this Project.

6.2 Subconsultant must comply with the eligibility criteria and the documentary

requirements specified in the BDS. In the event that any subconsultant is found by

the Procuring Entity to be ineligible, the subcontracting of such portion of the

Consulting Services shall be disallowed.

6.3 The Consultant may identify the subconsultant to whom a portion of the

Consulting Services will be subcontracted at any stage of the bidding process or

during contract implementation. If the Consultant opts to disclose the name of

the subconsultant during bid submission, the Consultant shall include the required

documents as part of the technical component of its bid. A subconsultant that is

identified by the Consultant during contract implementation must comply with the

eligibility criteria and documentary requirements and secure approval of the

Procuring Entity.

B. Contents of Bidding Documents

7. Pre-Bid Conference

7.1 If so specified in the BDS, a pre-bid conference shall be held at the venue and on

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

technical and financial components of this Project.

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

deadline for the submission and receipt of bids, but not earlier than seven (7)

calendar days from the determination of the shortlisted consultants. If the

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

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

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

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

deadline for the submission and receipt of bids.

7.3 Consultants are encouraged to attend the pre-bid conference to ensure that they

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

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

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

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

minutes of the pre-bid conference shall be recorded and prepared not later than

five (5) calendar days after the pre-bid conference. The minutes shall be made

available to prospective bidders not later than five (5) days upon written request.

7.4 Decisions of the BAC amending any provision of the bidding documents shall be

issued in writing through a Supplemental/Bid Bulletin at least seven (7) calendar

days before the deadline for the submission and receipt of bids.

8. Clarifications and Amendments to Bidding Documents

8.1 Shortlisted consultants may request for clarification(s) on and/or an interpretation

of any part of the Bidding Documents. Such a request must be in writing and

27 Hiring of Consultancy Services to conduct Detailed Engineering Design and Construction Management Services for the Horizontal Infrastructure

Projects (Apron, Taxiway and Apron/Taxiway Shoulders) of the Clark International Airport New Terminal Building Project (formerly Clark

Airport Low Cost Terminal)

submitted to the Procuring Entity at the address indicated in the BDS at least ten

(10) calendar days before the deadline set for the submission and receipt of bids.

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

to be made available to all those who have properly secured the Bidding

Documents at least seven (7) calendar days before the deadline for the submission

and receipt of Bids.

8.3 Supplemental/Bid Bulletins may also be issued upon the Procuring Entity’s

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

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

submission and receipt of bids. Any modification to the Bidding Documents shall

be identified as an amendment.

8.4 Any Supplemental/Bid Bulletin issued by the BAC shall also be posted in the

PhilGEPS and the website of the Procuring Entity concerned, if available and at

any conspicuous place in the premises of the Procuring Entity concerned. It shall

be the responsibility of all Consultants who have properly secured the Bidding

Documents to inquire and secure Supplemental/Bid Bulletins that may be issued

by the BAC. However, Consultants who have submitted bids before the issuance

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

withdraw their bids in accordance with ITB Clause 20.

C. Preparation of Bids

9. Language of Bids

The eligibility requirements or statements, the bids, and all other documents to be

submitted to the BAC must be in English. If the eligibility requirements or statements, the

bids, and all other documents submitted to the BAC are in foreign language other than

English, it must be accompanied by a translation of the documents in English. The

documents shall be translated by the relevant foreign government agency, the foreign

government agency authorized to translate documents, or a registered translator in the

foreign bidder’s country; and shall be authenticated by the appropriate Philippine foreign

service establishment/post or the equivalent office having jurisdiction over the foreign

bidder’s affairs in the Philippines. The English translation shall govern, for purposes of

interpretation of the bid.

10. Documents Comprising the Bid: Technical Proposal

10.1 While preparing the Technical Proposal, Consultants must give particular

attention to the following:

(a) The Technical Proposal shall not include any financial information. Any

Technical Proposal containing financial information shall be declared non-

responsive.

(b) For projects on a staff-time basis, the estimated number of professional staff-

months specified in the BDS shall be complied with. Bids shall, however, be

based on the number of professional staff-months estimated by the Consultant

28 Hiring of Consultancy Services to conduct Detailed Engineering Design and Construction Management Services for the Horizontal Infrastructure

Projects (Apron, Taxiway and Apron/Taxiway Shoulders) of the Clark International Airport New Terminal Building Project (formerly Clark

Airport Low Cost Terminal)

(c) Proposed professional staff must, at a minimum, have the experience indicated in

the BDS, preferably working under conditions similar to those prevailing in the

Republic of the Philippines.

(d) No alternative professional staff shall be proposed, and only one Curriculum

Vitae (CV) may be submitted for each position.

10.2 The Technical Proposal shall contain the following information/documents:

(a) Technical Proposal Submission Form shall be the cover letter of the Technical

Proposal, using the form prescribed in Section VII. Bidding Forms (TPF 1).

(b) Bid security as prescribed in ITB Clause 15. If the bidder opts to submit the bid

security in the form of:

(i) a bank draft/guarantee or an irrevocable Letter of Credit issued by a foreign

bank, it shall be accompanied by a confirmation from a Universal or

Commercial Bank; or

(ii) a surety bond accompanied by a certification coming from the Insurance

Commission that the surety or insurance company is authorized to issue such

instrument.

(c) Information indicated in the paragraphs below must be provided by the Consultant

and each partner and/or subconsultant, if any, following the formats described in

the Technical Proposal Forms:

(i) A brief description of the organization and outline of recent experience of the

Consultant and each partner and/or subconsultant on projects of a similar and

related nature as required in form TPF 2. For each project, the outline should

indicate inter alia, the project, contract amount and the Consultant’s

involvement. Information should be provided only for those projects for

which the Consultant was legally contracted by itself or as one of the major

participating consultants within an association. Whenever applicable, the

experience of individual experts from projects completed independently or

when associated with consultants other than the one with whom the individual

is currently associated with cannot be claimed as the experience of the current

consultant or any one of its partners and/or subconsultants, but can be claimed

by the individuals themselves in their CVs. Consultants should be prepared to

substantiate the claimed experience if so requested by the Procuring Entity.

(ii) Comments, if any, on the TOR (TPF 3. Comments and Suggestions of

Consultant on the Terms of Reference and on data, Services, and Facilities to

be Provided by the Procuring Entity) to improve performance in carrying out

the Project. Innovativeness shall be appreciated, including workable

suggestions that could improve the quality/effectiveness of the Project. In this

regard, unless the Consultant clearly states otherwise, it shall be assumed by

the Procuring Entity that work required to implement any such improvements,

are included in the inputs shown on the Consultant’s Staffing Schedule. It

shall include a list of facilities requested by the Consultant to be provided by

the Procuring Entity, if any, in addition to those shown on the Data Sheet that

29 Hiring of Consultancy Services to conduct Detailed Engineering Design and Construction Management Services for the Horizontal Infrastructure

Projects (Apron, Taxiway and Apron/Taxiway Shoulders) of the Clark International Airport New Terminal Building Project (formerly Clark

Airport Low Cost Terminal)

may include support facilities such as: counterpart staff, office space, local

transportation, equipment, domestic administrative support, etc. that would be

needed to carry out the project.

(iii) A concise, complete, and logical description of how the Consultant’s team

shall carry out the services to meet all requirements of the TOR using TPF 4.

Description of the Methodology and Work Plan for Performing the Project.

(iv) An organization chart of the key and support staff indicating their tasks and

relationships amongst the Consultant and any partner and/or subconsultant, the

Procuring Entity, the Funding Source and the GoP, and other parties or

stakeholders, if any, involved in the project using TPF 5. Team Composition and

Task.

(v) The name, age, nationality, background employment record, and professional

experience of each nominated expert including ongoing projects, with particular

reference to the type of experience required for the tasks assigned should be

presented in the CV format shown in TPF 6. Format of Curriculum Vitae (CV) for

Proposed Professional Staff. Only one duly notarized CV for each consultant

involved in the Project may be submitted for each position.

(vi) The Procuring Entity requires that each expert confirm that the content of his/her

CV is correct and the experts themselves should sign the certification of the CV.

In addition, the expert should submit a signed written commitment stating that the

expert shall work for the Project once awarded the contract. A zero rating shall be

given to a nominated expert if the expert:

(vi.1) is proposed for a domestic position but is not a Filipino citizen;

(vi.2) failed to state nationality on the CV; or

(vi.3) the CV is not signed in accordance with paragraph (v) above.

(vii) A Time Schedule (TPF 7. Time Schedule for Professional Personnel) indicating

clearly the estimated duration in terms of person-months (shown separately for

work in the field and in the home office) and the proposed timing of each input for

each nominated expert, including domestic experts, if required, using the format

shown. The schedule shall also indicate when experts are working in the project

office and when they are working at locations away from the project office.

(viii) A work plan showing in graphical format (bar chart) the timing of major

activities, anticipated coordination meetings, and deliverables such as reports

required under the TOR using TPF 8. Activity (Work) Schedule.

(d) Sworn statement in accordance with Section 25.3 of the IRR of RA 9184 and

using the form prescribed in Section VII. Bidding Forms.

11. Documents Comprising the Bid: Financial Proposal

11.1 All information provided in a Consultant’s Financial Proposal shall be treated as

confidential. The Financial Proposal must be submitted in hard copy using the

format shown in Financial Proposal Forms.

30 Hiring of Consultancy Services to conduct Detailed Engineering Design and Construction Management Services for the Horizontal Infrastructure

Projects (Apron, Taxiway and Apron/Taxiway Shoulders) of the Clark International Airport New Terminal Building Project (formerly Clark

Airport Low Cost Terminal)

11.2 The Financial Proposal requires completion of six (6) forms, particularly, FPF 1,

FPF 2, FPF 3, FPF 4, FPF 5, and FPF 6. Financial Proposal Submission Form

should form the covering letter of the Financial Proposal. Form FPF 2. Summary

of Costs, FPF 3. Breakdown of Price per Activity, FPF 4. Breakdown of

Renumeration per Activity, FPF 5. Reimbursables per Activity, and FPF 6.

Miscellaneous Expenses relate to the costs of consulting services under two

distinct categories, namely: (a) Remuneration; and (b) Reimbursable

Expenditures.

11.3 Remuneration is divided into billing rate estimates for international and domestic

consultants. Reimbursable Expenditures are divided into per diem rates for

international and domestic consultants and costs for other reimbursable

expenditure items required to perform the consulting services.

11.4 The list of experts, and their respective inputs, identified in Financial Proposal

Forms, must match the list of experts and their respective inputs shown in

Technical Proposal Forms.

11.5 The Consultant shall be subject to Philippine taxes on amounts payable by the

Procuring Entity under the contract through mandated withholding by local tax

authorities of specified percentages of such amounts or otherwise. The BDS

details the taxes payable.

11.6 The Financial Proposal should clearly estimate, as a separate amount, the local

taxes (including social security), duties, fees, levies, and other charges imposed

under the applicable law, on the Consultants, the subconsultants, and its personnel

(other than Philippine Nationals or permanent residents of the Philippines).

11.7 Unless otherwise provided in the BDS, total calculated bid prices, as evaluated

and corrected for minor arithmetical corrections, such as computational errors,

which exceed the approved budget for the contract (ABC) shall not be considered.

12. Alternative Bids

Consultants participating in more than one bid or associating with any other entity other

than those already provided in its eligibility documents and allowed by the Procuring

Entity shall be disqualified.

13. Bid Currencies

13.1 All bid prices shall be quoted in Philippine Pesos unless otherwise provided in the

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

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

prevailing on the day of the bid opening.

13.2 If so allowed in accordance with ITB Clause 13.1, the Procuring Entity for

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

in various currencies in which the bid price is expressed to Philippine Pesos at the

exchange rate as published in the Bangko Sentral ng Pilipinas (BSP) reference

rate bulletin on the day of the bid opening.

31 Hiring of Consultancy Services to conduct Detailed Engineering Design and Construction Management Services for the Horizontal Infrastructure

Projects (Apron, Taxiway and Apron/Taxiway Shoulders) of the Clark International Airport New Terminal Building Project (formerly Clark

Airport Low Cost Terminal)

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

made in Philippine Pesos.

14. Bid Validity

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

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

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

Procuring Entity may request Consultants to extend the period of validity of their

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

described in ITB Clause 15 should also be extended corresponding to the

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

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

for further evaluation and award. A Consultant granting the request shall not be

required or permitted to modify its bid.

15. Bid Security

15.1 The Consultant shall submit a Bid Securing Declaration or any form of Bid

Security in an amount stated in the BDS, which shall be not less than the

percentage of the ABC in accordance with the following schedule:

Form of Bid Security

Amount of Bid Security

(Not less than the

Percentage of the ABC)

a) Cash or cashier’s/manager’s check issued

by a Universal or Commercial Bank.

For biddings conducted by LGUs, the

cashier’s/manager’s check may be issued

by other banks certified by the BSP as

authorized to issue such financial

instrument.

Two percent (2%)

b) Bank draft/guarantee or irrevocable letter

of credit issued by a Universal or

Commercial Bank: Provided, however,

that it shall be confirmed or authenticated

by a Universal or Commercial Bank, if

issued by a foreign bank.

For biddings conducted by LGUs, the Bank

Draft/ Guarantee, or irrevocable letter of

credit may be issued by other banks certified

by the BSP as authorized to issue such

financial instrument.

c) Surety bond callable upon demand issued

by a surety or insurance company duly

certified by the Insurance Commission as

Five percent (5%)

32 Hiring of Consultancy Services to conduct Detailed Engineering Design and Construction Management Services for the Horizontal Infrastructure

Projects (Apron, Taxiway and Apron/Taxiway Shoulders) of the Clark International Airport New Terminal Building Project (formerly Clark

Airport Low Cost Terminal)

authorized to issue such security.

The Bid Securing Declaration mentioned above is an undertaking which states, among

others, that the bidder shall enter into contract with the Procuring Entity and furnish the

performance security required under ITB Clause 31, within ten (10) calendar days from

receipt of the Notice of Award, and commits to pay the corresponding amount as fine,

and be suspended for a period of time from being qualified to participate in any

government procurement activity in the event it violates any of the conditions stated

therein as provided in the guidelines issued by the GPPB.

15.2 The bid security should be valid for the period specified in the BDS. Any bid not

accompanied by an acceptable bid security shall be rejected by the Procuring

Entity as non-responsive.

15.3 No bid securities shall be returned to the Consultants after the opening of bids and

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

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

reconsideration and/or protest or lapse of the reglementary period without having

filed a request for reconsideration or protest. Without prejudice on its forfeiture,

bid securities shall be returned only after the bidder with the Highest Rated

Responsive Bid (HRRB) has signed the contract and furnished the performance

security, but in no case later than the expiration of the bid security validity period

indicated in ITB Clause 15.2.

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

posting of the performance security pursuant to ITB Clause 32, the Consultant’s

bid security will be discharged, but in no case later than the bid security validity

period as indicated in ITB Clause 15.2.

15.5 The bid security may be forfeited:

(a) if a Consultant:

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

Clause 15.2;

(ii) does not accept the correction of errors pursuant to ITB Clause 11.7;

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

in accordance with ITB Clause 27.2;

(iv) submission of eligibility requirements containing false information or

falsified documents;

(v) any submission of bids that contain false information or falsified

documents, or the concealment of such information in the bids in order

to influence the outcome of eligibility screening or any other stage of

the public bidding;

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

purposes of public bidding;

33 Hiring of Consultancy Services to conduct Detailed Engineering Design and Construction Management Services for the Horizontal Infrastructure

Projects (Apron, Taxiway and Apron/Taxiway Shoulders) of the Clark International Airport New Terminal Building Project (formerly Clark

Airport Low Cost Terminal)

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

contract with the Government without justifiable cause, after the

Bidder had been adjudged as having submitted the LCRB;

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

the prescribed time;

(ix) refusal to clarify or validate in writing its bid during post-qualification

within a period of seven (7) calendar days from receipt of the request

for clarification;

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

of the bidding in his favor;

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

venture after the bid is declared successful; or

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

bidding, such as habitually withdrawing from bidding, submitting late

Bids or patently insufficient bid, for at least three (3) times within a

year, except for valid reasons.

(b) if the successful Consultant:

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

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

Clause 32; or

(iii)any other reason stated in the BDS.

16. Format and Signing of Bids

16.1 Consultants shall submit their bids through their duly authorized representative

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

the deadline specified in the ITB Clause 18 in two (2) separate sealed bid

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

the technical proposal and the second shall contain the financial proposal.

16.2 Forms as mentioned in ITB Clause 16.1 must be completed without any

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

spaces shall be filled in with the information requested.

16.3 The Consultant shall prepare an original of the first and second envelopes as

described in ITB Clauses 10 and 11. In addition, the Consultant shall submit

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

the original and the copies, the original shall prevail.

16.4 Each and every page of the Technical Proposal Submission Form and the

Financial Proposal Submission Form under Section ___ hereof shall be signed by

the duly authorized representative/s of the Consultant. Failure to do so shall be a

ground for the rejection of the bid.

34 Hiring of Consultancy Services to conduct Detailed Engineering Design and Construction Management Services for the Horizontal Infrastructure

Projects (Apron, Taxiway and Apron/Taxiway Shoulders) of the Clark International Airport New Terminal Building Project (formerly Clark

Airport Low Cost Terminal)

16.5 Any interlineations, erasures, or overwriting shall be valid only if they are signed

or initialed by the duly authorized representative/s of the Consultant.

17. Sealing and Marking of Bids

17.1 Unless otherwise indicated in the BDS, Consultants shall enclose their

original technical proposal described in ITB Clause 0, in one sealed

envelope marked “ORIGINAL - TECHNICAL PROPOSAL”, and the

original of their financial proposal in another sealed envelope marked

“ORIGINAL - FINANCIAL PROPOSAL”, sealing them all in an outer

envelope marked “ORIGINAL BID”.

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

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

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

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

containing the original and the copies shall then be enclosed in one single

envelope.

17.3 The original and the number of copies of the bid as indicated in the BDS

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

authorized representative/s.

17.4 All envelopes shall:

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

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

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

Clause 18.1;

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

ITB Clause 1.2; and

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

the opening of bids, in accordance with ITB Clause 18.

17.5 Bid envelopes that are not properly sealed and marked, as required in the

bidding documents, shall not be rejected, but the bidder or its duly

authorized representative shall acknowledge such condition of the Bid as

submitted. The BAC or the Procuring Entity shall assume no responsibility

for the misplacement of the contents of the improperly sealed or marked

Bid, or for its premature opening.

D. Submission and Opening of Bids

18. Deadline for Submission of Bids

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

before the date and time indicated in the BDS.

35 Hiring of Consultancy Services to conduct Detailed Engineering Design and Construction Management Services for the Horizontal Infrastructure

Projects (Apron, Taxiway and Apron/Taxiway Shoulders) of the Clark International Airport New Terminal Building Project (formerly Clark

Airport Low Cost Terminal)

19. Late Bids

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

by the Procuring Entity, pursuant to ITB Clause 18, shall be declared “Late” and

shall not be accepted by the Procuring Entity. The BAC shall record in the

minutes of Bid submission and opening, the Consultant’s name, its representative

and the time the late bid was submitted.

20. Modification and Withdrawal of Bids

20.1 The Consultant may modify its bid after it has been submitted; provided that the

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

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

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

identified in accordance with ITB Clause 17.4, linked to its original bid marked as

“TECHNICAL MODIFICATION” or “FINANCIAL MODIFICATION” and

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

deadline shall not be considered and shall be returned to the Consultant unopened.

20.2 A Consultant may, through a letter of withdrawal, withdraw its bid after it has

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

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

submission and receipt of bids. The letter of withdrawal must be executed by the

authorized representative of the Bidder identified in the Omnibus Sworn

Statement, a copy of which should be attached to the letter.

20.3 Bids requested to be withdrawn in accordance with ITB Clause 20.1 shall be

returned unopened to the Bidders. A Consultant, who has acquired the bidding

documents, may also express its intention not to participate in the bidding through

a letter which should reach and be stamped by the BAC before the deadline for

submission and receipt of bids. A Consultant that withdraws its bid shall not be

permitted to submit another bid, directly or indirectly, for the same contract.

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

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

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

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

forfeiture of the Consultant’s bid security, pursuant to ITB Clause 15.5, and the

imposition of administrative, civil, and criminal sanctions as prescribed by R.A.

9184 and its IRR.

E. Evaluation and Comparison of Bids

21. Opening and Preliminary Examination of Bids

21.1 Only bids from short listed bidders shall be opened and considered for award of

contract. These short listed bidders, whether single entities or JVs, should

confirm in their Technical Proposal Submission Form that the information

contained in the submitted eligibility documents remains correct as of the date of

bid submission.

36 Hiring of Consultancy Services to conduct Detailed Engineering Design and Construction Management Services for the Horizontal Infrastructure

Projects (Apron, Taxiway and Apron/Taxiway Shoulders) of the Clark International Airport New Terminal Building Project (formerly Clark

Airport Low Cost Terminal)

21.2 The BAC shall open the bids immediately after the deadline for the submission

and receipt of bids in public, as specified in the BDS. In case the bids

cannot be opened as scheduled due to justifiable reasons, the BAC shall take

custody of the bids submitted and reschedule the opening on the next working day

or at the soonest possible time through the issuance of a Bulletin to be posted at

the PhilGEPS website and the website of the Procuring Entity concerned.

21.3 To determine each bidder’s compliance with the documents prescribed in ITB

Clause 10, the BAC shall open the first envelope (Technical Proposal) and check

the submitted documents of each bidder in accordance with ITB Clause 10.2 to

ascertain if they are all present, using a non-discretionary “pass/fail” criterion. If

a bidder submits the required document, it shall be rated “passed” for that

particular requirement. In this regard, bids that fail to include any requirement or

are incomplete or patently insufficient shall be considered as “failed”. Otherwise,

the BAC shall rate the said first bid envelope as “passed”.

21.4 Letters of withdrawal shall be read out and recorded during bid opening, and the

envelope containing the corresponding withdrawn bid shall be returned to the

Consultant unopened

21.5 All members of the BAC who are present during bid opening shall initial every

page of the original copies of all bids received and opened.

21.6 All technical envelopes shall be resealed. Those rated “passed” shall be secured

for the detailed technical bid evaluation, while those rated “failed” will be secured

for purposes of possible filing of a request for reconsideration unless the bidder

waives its right to file a request for reconsideration, in which case, the envelope

shall be returned to the bidder immediately.

21.7 The Procuring Entity shall prepare the minutes of the proceedings of the bid

opening that shall include, as a minimum: (a) names of Bidders, their bid price

(per lot, if applicable, and/or including discount, if any), bid security, findings of

preliminary examination, and whether there is a withdrawal or modification; and

(b) attendance sheet. The BAC members shall sign the abstract of bids as read.

22. Process to be Confidential

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

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

with any Consultant regarding the evaluation of their bids until the approval by

the HoPE of the ranking of shortlisted Consultants, unless otherwise allowed in

the BDS or in the case of ITB Clause 23.

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

decision in respect of bid evaluation, bid comparison or contract award will result

in the rejection of the Consultant’s bid.

23. Clarification of Bids

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

37 Hiring of Consultancy Services to conduct Detailed Engineering Design and Construction Management Services for the Horizontal Infrastructure

Projects (Apron, Taxiway and Apron/Taxiway Shoulders) of the Clark International Airport New Terminal Building Project (formerly Clark

Airport Low Cost Terminal)

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

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

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

not be considered.

24. Bid Evaluation

24.1 For the evaluation of bids, numerical ratings shall be used. In order to eliminate

bias in evaluating the Bids, it is recommended that the highest and lowest scores

for each Consultant for each criterion shall not be considered in determining the

average scores of the Consultants, except when the evaluation is conducted in a

collegial manner.

24.2 For complex or unique undertakings, such as those involving new

concepts/technology or financial advisory services, participating short listed

consultants may be required, at the option of the Procuring Entity concerned, to

make an oral presentation to be presented by each Consultant, or its nominated

Project Manager or head, in case of consulting firms, within fifteen (15) calendar

days after the deadline for submission of Technical Proposals.

24.3 The entire evaluation process, including the submission of the results thereof to

the HoPE for approval, shall be completed in not more than twenty-one (21)

calendar days after the deadline for receipt of bids. The bid with the highest rank

shall be identified as the Highest Rated Bid. The HoPE shall approve or

disapprove the recommendations of the BAC within two (2) calendar days after

receipt of the results of the evaluation from the BAC.

24.4 All participating short listed consultants shall be furnished the results (ranking and

total scores only) of the evaluation after the approval by the HoPE of the ranking.

Said results shall also be posted in the PhilGEPS and the website of the Procuring

Entity, if available, for a period of not less than seven (7) calendar days.

25. Evaluation of Technical Proposals

25.1 The BAC shall then conduct a detailed evaluation of technical bids following the

procedures specified in the BDS depending on the evaluation procedure identified

in the Request for Expression of Interest and ITB Clause 1.1.

25.2 The BAC evaluates the Technical Proposals on the basis of their compliance with

the requirements under ITB Clause 10 and responsiveness to the TOR using the

following criteria:

(a) Quality of personnel to be assigned to the Project which covers suitability of

key staff to perform the duties for the Project and general qualifications and

competence including education and training of the key staff;

(b) Experience and capability of the Consultant which include records of

previous engagement and quality of performance in similar and in other

projects; relationship with previous and current clients; and, overall work

commitments, geographical distribution of current/impending projects and

attention to be given by the consultant. The suitability of the Consultant to

38 Hiring of Consultancy Services to conduct Detailed Engineering Design and Construction Management Services for the Horizontal Infrastructure

Projects (Apron, Taxiway and Apron/Taxiway Shoulders) of the Clark International Airport New Terminal Building Project (formerly Clark

Airport Low Cost Terminal)

the Project shall consider both the overall experiences of the firm and the

individual experiences of the principal and key staff including the times

when employed by other consultants; and

(c) Plan of approach and methodology with emphasis on the clarity, feasibility,

innovativeness and comprehensiveness of the plan approach, and the quality

of interpretation of project problems, risks, and suggested solutions.

25.3 The BAC shall assign numerical weights and the minimum required technical

score to each of the above criteria which shall be indicated in the BDS. A Bid

shall be rejected at this stage if it does not respond to important aspects of the

TOR or if it fails to achieve the minimum Technical Score (St) indicated in the

BDS.

25.4 Technical Proposals shall not be considered for evaluation in any of the following

cases:

(a) late submission, i.e., after the deadline set in the ITB Clause 18;

(b) failure to submit any of the technical requirements provided under this ITB

and TOR;

(c) the Consultant that submitted a Bid or any of its partner and/or

subconsultant belongs to one of the conflict of interest cases as described

in ITB Clauses 2.1(k) to (c) and failed to make a proper statement to that

effect in the cover letter; or

(d) the Technical Proposal included any cost of the services.

26 Opening and Evaluation of Financial Proposals

26.1 Financial Proposals shall be opened on the date indicated in the BDS.

26.2 The Financial Proposals opened shall be evaluated based on the evaluation

procedure indicated in ITB Clause 1.1 using the corresponding procedure

provided in the BDS.

27 Negotiations

27.1 Negotiations with the Consultant that submitted the Highest Rated Bid

shall be held at the address indicated in the BDS. The aim is to reach

agreement on all points.

27.2 Negotiations shall cover the following:

(a) Discussion and clarification of the TOR and Scope of Services;

(b) Discussion and finalization of the methodology and work program

proposed by the Consultant;

39 Hiring of Consultancy Services to conduct Detailed Engineering Design and Construction Management Services for the Horizontal Infrastructure

Projects (Apron, Taxiway and Apron/Taxiway Shoulders) of the Clark International Airport New Terminal Building Project (formerly Clark

Airport Low Cost Terminal)

(c) Consideration of appropriateness of qualifications and pertinent

compensation, number of man-months and the personnel to be

assigned to the job, taking note of over-qualified personnel to be

commensurate with the compensation of personnel with the

appropriate qualifications, number of man-months and schedule of

activities (manning schedule);

(d) Discussion on the services, facilities and data, if any, to be

provided by Procuring Entity concerned;

(e) Unless otherwise indicated in the BDS, discussion on the Financial

Proposal submitted by the Consultant; and

(f) Provisions of the contract.

27.3 Having selected the Consultant on the basis of, among other things, an

evaluation of the proposed key professional staff, the Procuring Entity

expects to negotiate a contract on the basis of the experts named in the bid.

Before contract negotiations, the Procuring Entity shall require assurances

that the experts shall be actually available. The Procuring Entity shall not

consider substitutions during contract negotiations except for justifiable

reason as may be determined by the Procuring Entity, such as illness,

death, or resignation, unless both parties agree that undue delay in the

selection process makes such substitution unavoidable or that such

changes are critical to meet the objectives of the Project. If this is not the

case and if it is established that key staff were offered in the bid without

confirming their availability, the Consultant may be disqualified. Once

the contract has been awarded, no replacement shall be allowed until after

fifty percent (50%) of the personnel’s man-months have been served,

except for justifiable reasons as may be determined by the Procuring

Entity. Violators shall be fined an amount equal to the refund of the

replaced personnel’s basic rate, which should be at least fifty percent

(50%) of the total basic rate for the duration of the engagement.

27.4 Negotiations shall include a discussion of the technical proposal, the

proposed methodology (work plan), staffing and any suggestions made by

the Consultant to improve the TOR. The Procuring Entity and Consultant

shall then work out the final TOR, staffing, and bar charts indicating

activities, staff, periods in the field and in the home office, staff-months,

logistics, and reporting. The agreed work plan and final TOR shall then

be incorporated in Appendix I and form part of the contract. Special

attention shall be paid to getting the most the Consultant can offer within

the available budget and to clearly defining the inputs required from the

Procuring Entity to ensure satisfactory implementation of the Project.

27.5 The financial negotiations shall include a clarification of the Consultant’s

tax liability in the Philippines, if any, and the manner in which it shall be

reflected in the contract; and shall reflect the agreed technical

modifications in the cost of the services. The negotiations shall conclude

with a review of the draft form of the contract. To complete negotiations,

the Procuring Entity and the Consultant shall initial the agreed contract. If

40 Hiring of Consultancy Services to conduct Detailed Engineering Design and Construction Management Services for the Horizontal Infrastructure

Projects (Apron, Taxiway and Apron/Taxiway Shoulders) of the Clark International Airport New Terminal Building Project (formerly Clark

Airport Low Cost Terminal)

negotiations fail, the Procuring Entity shall invite the Consultant whose

Bid received the second highest score to negotiate a contract. If

negotiations still fail, the Procuring Entity shall repeat the process for the

next-in-rank Consultant until the negotiation is successfully completed.

28 Post Qualification

28.1 The BAC shall determine to its satisfaction whether the Consultant that is

evaluated as having submitted the Highest Rated Bid (HRB) complies with

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

Eligibility Documents and ITB Clauses 10 and 11.

28.2 Within a non-extendible period of five (5) calendar days from receipt by

the Consultant of the notice from the BAC that it submitted the Highest

Rated Bid, the Consultant shall submit its latest income and business tax

returns filed and paid through the BIR Electronic Filing and Payment

System (EFPS) and other appropriate licenses and permits required by law

and stated in the BDS.

Failure to submit any of the post-qualification requirements on time, or a

finding against the veracity thereof, shall disqualify the bidder for award.

Provided, in the event that a finding against the veracity of any of the

documents submitted is made, it shall cause the forfeiture of the bid

security in accordance with Section 69 of the IRR of RA 9184.

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

evidence of the Consultant’s qualifications submitted pursuant to ITB

Clauses 10 and 11, as well as other information as the Procuring Entity

deems necessary and appropriate, using a non-discretionary “pass/fail”

criterion, which shall be completed within a period of twelve (12) calendar

days.

28.4 If the BAC determines that the Consultant with the Highest Rated Bid

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

the Consultant with the HRRB, and recommend to the HoPE the award of

contract to the said Consultant at its submitted price or its calculated bid

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

28.5 A negative determination shall result in rejection of the Consultant’s bid,

in which event the BAC shall proceed to the next Highest Rated Bid with a

fresh period to make a similar determination of that Consultant’s

capabilities to perform satisfactorily. If the second Consultant, however,

fails the post qualification, the procedure for post qualification shall be

repeated for the Consultant with the next Highest Rated Bid, and so on

until the HRRB is determined for recommendation of contract award.

28.6 Within a period not exceeding fifteen (15) calendar days from the

determination by the BAC of the HRRB and the recommendation to award

the contract, the HoPE or his duly authorized representative shall approve

or disapprove the said recommendation.

41 Hiring of Consultancy Services to conduct Detailed Engineering Design and Construction Management Services for the Horizontal Infrastructure

Projects (Apron, Taxiway and Apron/Taxiway Shoulders) of the Clark International Airport New Terminal Building Project (formerly Clark

Airport Low Cost Terminal)

28.7 In the event of disapproval, which shall be based on valid, reasonable, and

justifiable grounds as provided for under Section 41 of the IRR of RA

9184, the HoPE shall notify the BAC and the Consultant in writing of such

decision and the grounds for it. When applicable, the BAC shall conduct

negotiations, and if successful, post-qualification of the Consultant with

the next Highest Rated Bid. A request for reconsideration may be filed by

the bidder with the HoPE in accordance with Section 37.1.3 of the IRR of

RA 9184.

29 Reservation Clause

29.1 Notwithstanding the eligibility, short listing, or post-qualification of a

Consultant, the Procuring Entity concerned reserves the right to review its

qualifications at any stage of the procurement process if it has reasonable

grounds to believe that a misrepresentation has been made by the said

Consultant, or that there has been a change in the Consultant’s capability

to undertake this Project from the time it submitted its eligibility

requirements. Should such review uncover any misrepresentation made in

the eligibility and bidding requirements, statements or documents, or any

changes in the situation of the Consultant which will affect its capability to

undertake the project so that it fails the preset eligibility or bid evaluation

criteria, the Procuring Entity shall consider the said Consultant as

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

an award or contract.

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

reject any and all bids, declare a failure of bidding at any time prior to the

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

liability, and make no assurance that a contract shall be entered into as a

result of the bidding:

(a) If there is prima facie evidence of collusion between appropriate

public officers or employees of the Procuring Entity, or between the

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

the bidders themselves, or between a bidder and a third party,

including any act which restricts, suppresses or nullifies or tends to

restrict, suppress or nullify competition;

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

prescribed bidding procedures; or

(c) For any justifiable and reasonable ground where the award of the

contract will not redound to the benefit of the GoP as follows:

(i) If the physical and economic conditions have significantly changed

so as to render the project no longer economically, financially or

technically feasible as determined by the HoPE;

(ii) If the project is no longer necessary as determined by the HoPE;

and

42 Hiring of Consultancy Services to conduct Detailed Engineering Design and Construction Management Services for the Horizontal Infrastructure

Projects (Apron, Taxiway and Apron/Taxiway Shoulders) of the Clark International Airport New Terminal Building Project (formerly Clark

Airport Low Cost Terminal)

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

through no fault of the Procuring Entity.

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

when:

(a) No bids are received;

(b) All prospective bidders are declared ineligible;

(c) All bids fail to comply with all the bid requirements or there is no

successful negotiation, or fail post-qualification; or

(d) The bidder with the HRRB refuses, without justifiable cause to

accept the award of contract, and no award is made in accordance

with Section 40 of the IRR of RA 9184.

F. Award of Contract

30. Contract Award

30.1 Subject to ITB Clause 28, the HoPE or its authorized representative shall

award the contract to the Bidder whose bid has been determined to be the

HRRB.

30.2 Prior to the expiration of the period of bid validity, the Procuring Entity

shall notify the successful Consultant in writing that its bid has been

accepted, through a Notice of Award duly received by the Consultant or

its authorized representative personally or by registered mail or

electronically, receipt of which must be confirmed in writing within two

(2) days by the Consultant with the HRRB and submitted personally or

sent by registered mail or electronically to the Procuring Entity.

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

shall be subject to the following conditions:

(a) Submission of the following documents within the (10) calendar days from

receipt of the Notice of Award:

(i) Valid JVA, if applicable;

(ii) In the case of procurement by a Philippine Foreign Service Office

or Post, the PhilGEPS Registration Number of the winning foreign

consultant; and/or

(iii) SEC Certificate of Registration of the foreign consulting firm,

and/or the authorization or license issued by the appropriate GoP

professional regulatory body of the foreign professionals engaging

in the practice of regulated professions and allied professions,

where applicable.

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

43 Hiring of Consultancy Services to conduct Detailed Engineering Design and Construction Management Services for the Horizontal Infrastructure

Projects (Apron, Taxiway and Apron/Taxiway Shoulders) of the Clark International Airport New Terminal Building Project (formerly Clark

Airport Low Cost Terminal)

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

(d) Approval by higher authority, if required, as provided in Section 37.3 of

the IRR of RA 9184.

31. Signing of the Contract

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

that its bid has been accepted, the Procuring Entity shall send the Contract

Form to the Bidder, which contract has been provided in the Bidding

Documents, incorporating therein all agreements between the parties.

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

successful Bidder shall post the required performance security and sign

and date the contract and return it to the Procuring Entity.

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

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

documentary requirements are complied with.

31.4 The following documents shall form part of the contract:

(1) Contract Agreement;

(2) Bidding Documents;

(3) Winning bidder’s bid, including the Technical and Financial

Proposals, and all other documents/statements submitted (e.g., bidder’s

response to request for clarifications on the bid), including corrections

to the bid, if any, resulting from the Procuring Entity’s bid evaluation;

(4) Performance Security;

(5) Notice of Award of Contract; and

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

specified in the BDS.

32. Performance Security

32.1 Unless otherwise provided in the BDS, to guarantee the faithful performance by

the winning Consultant of its obligations under the contract, it shall post a

performance security within a maximum period of ten (10) calendar days from

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

than the signing of the contract.

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

favor of the Procuring Entity in an amount not less than the percentage of the total

contract price in accordance with the following schedule:

44 Hiring of Consultancy Services to conduct Detailed Engineering Design and Construction Management Services for the Horizontal Infrastructure

Projects (Apron, Taxiway and Apron/Taxiway Shoulders) of the Clark International Airport New Terminal Building Project (formerly Clark

Airport Low Cost Terminal)

Form of Performance Security

Amount of Performance Security

(Not less than the Percentage of

the Total Contract Price)

(a) Cash or cashier’s/manager’s check issued

by a Universal or Commercial Bank;

For biddings conducted by the LGUs, the

Cashier’s/Manager’s Check may be issued by

other banks certified by the BSP as authorized to

issue such financial instrument.

Five percent (5%)

(b) Bank draft/guarantee or irrevocable letter

of credit issued by a Universal or Commercial

Bank: Provided, however, that it shall be

confirmed or authenticated by a Universal or

Commercial Bank, if issued by a foreign bank;

and/or

For biddings conducted by the LGUs, the Bank

Draft/ Guarantee or Irrevocable Letter of Credit

may be issued by other banks certified by the

BSP as authorized to issue such financial

instrument.

(c) Surety bond callable upon demand issued by a

surety or insurance company duly certified by

the Insurance Commission as authorized to

issue such security.

Thirty percent (30%)

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

requirement shall constitute sufficient ground for the annulment of the award and

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

fresh period to initiate negotiation and if successful, complete post-qualification of

the second Highest Rated Bid. The procedure shall be repeated until the HRRB is

identified and selected for recommendation of contract award. However if no

Consultant had a successful negotiation or passed post-qualification, the BAC

shall declare the bidding a failure and conduct a re-bidding with re-advertisement,

if necessary.

33. Notice to Proceed

33.1 Within seven (7) calendar days from the date of approval of the contract

by the appropriate government approving authority, the Procuring Entity

shall issue the Notice to Proceed together with copies of the approved

contract to the successful Consultant. All notices called for by the terms of

the contract shall be effective only at the time of receipt thereof by the

successful Consultant.

33.2 The contract effectivity date shall be the date of contract signing. The

Consultant shall commence performance of its obligations only upon

receipt of the Notice to Proceed.

45 Hiring of Consultancy Services to conduct Detailed Engineering Design and Construction Management Services for the Horizontal Infrastructure

Projects (Apron, Taxiway and Apron/Taxiway Shoulders) of the Clark International Airport New Terminal Building Project (formerly Clark

Airport Low Cost Terminal)

34. Protest Mechanism

Decision of the Procuring Entity at any stage of the procurement process may be

questioned in accordance with Section 55 of the IRR of RA 9184.

46 Hiring of Consultancy Services to conduct Detailed Engineering Design and Construction Management Services for the Horizontal Infrastructure Projects

(Apron, Taxiway and Apron/Taxiway Shoulders) of the Clark International Airport New Terminal Building Project (formerly Clark Airport Low Cost

Terminal)

Section III. Bid Data Sheet

47 Hiring of Consultancy Services to conduct Detailed Engineering Design and Construction Management Services for the Horizontal Infrastructure Projects

(Apron, Taxiway and Apron/Taxiway Shoulders) of the Clark International Airport New Terminal Building Project (formerly Clark Airport Low Cost

Terminal)

Bid Data Sheet ITB Clause

1.1 The Procuring Entity is Clark International Airport Corporation

The evaluation procedure is Quality Cost Based Evaluation/Selection

(QCBE/QCBS)

QCBE/QCBS – (GOP) Technical and Financial Scores are combined to

determine the winner. ABC is stated and Financial Proposal above this

amount are rejected except in the case of (GOP), no ABC or cost estimate is

included in the Bidding Documents except for an estimate of the staff

months required to complete the Project

1.2 The Funding Source is:

The Government of the Philippines (GOP) through DOTr-GAA approved

budget CY2015.

The name of the project is Hiring of Consultancy Services to conduct

Detailed Engineering Design and Construction Management Services for

the Horizontal Infrastructure Projects (Apron, Taxiway and Apron/Taxiway

Shoulders) of the Clark International Airport New Terminal Building Pro

Services to Conduct Detailed Engineering and Design and Construction

Management for the Horizontal Infrastructure Projects at Clark International

Airport

1.3 This project consists five primary components needed by CIAC, among others but not limited to:

a. Review of the Existing Materials and Preparation of the Updated

Conceptual Design

b. Detailed Architectural and Engineering Design c. Implementation Plan

d. Tender Assistance

e. Construction, Supervision and Management

1.4 The Project shall be phased.

5 No further instructions.

6.1 No further instructions.

6.2 Not applicable.

7.1 The Procuring Entity will hold a Pre-bid Conference for this Project on 19 June 2017 (Monday), 10:00 AM at CIAC Board Room, Corporate

Office Bldg., Civil Aviation Complex, Clark Freeport Zone, Pampanga

2013. 8.1 The Procuring Entity’s address is: CIAC Annex Building, Civil Aviation Complex, Clark Freeport Zone,

Pampanga, Philippines 2013.

Contact Person: Atty, ANA MARIA R. SUBA – BAC Secretariat

Telephone Nos.: [+6345] 599-2888 local 183 |

Fax Nos.: [+6345] 599-2888 local 181

E-mail Address: [email protected]

10.1(b) Not applicable

48 Hiring of Consultancy Services to conduct Detailed Engineering Design and Construction Management Services for the Horizontal Infrastructure Projects

(Apron, Taxiway and Apron/Taxiway Shoulders) of the Clark International Airport New Terminal Building Project (formerly Clark Airport Low Cost

Terminal)

10.1(c) The minimum required experience of proposed professional staff are:

a. The Project Manager shall be a qualified civil engineer or architect with at least

10 years professional experience in airport planning and engineering design, and

successful track record as project manager for at least two (2) airport projects

that involve either (1) detailed engineering design and tender assistance, or (2)

construction supervision and defects liability period supervision. He shall be

responsible for the overall conduct of the services and for providing the

professional expertise for formulating and conducting field investigation

programs. He shall be assigned full-time on the Project from the

commencement until completion and final acceptance of the Project.

b. The Deputy Project Manager/Sr. Civil Engineer shall be a qualified civil

engineer with at least 10 years’ experience in airport planning, design and/or

construction supervision/management. He shall be responsible in assisting the

Project Manager in supervising all the activities of the Project.

c. The Sr. Architect shall be a qualified architect and has at least 10 years’

experience in planning, design and/or construction supervision/management for

airport terminals and other transport facilities

d. The Sr. Structural Engineer shall be a qualified civil engineer (with Masters

Degree in Structural Engineering) with at least 10 years’ experience in structural

engineering design and/or construction supervision/management of vertical and

horizontal structures.

e. The Sr. Mechanical Engineer shall be a qualified mechanical engineer with at

least 10 years’ experience in planning, engineering design and/or installation

supervision of mechanical systems for vertical structures as well as air

conditioning systems including its environmental protection system.

f. The Sr. Electrical Engineer shall be a qualified electrical engineer with at least

10 years’ experience in planning, engineering design and/or installation

supervision of electrical systems for vertical structures as well as power

supply/distribution systems and telecommunication systems.

g. The Sr. Sanitary Engineer shall be a qualified sanitary engineer with at least 10

years’ experience in planning, engineering design and/or construction

supervision of water and sewage system and other public health services.

h. The Sr. Navaids Specialist shall be a qualified professional electronics engineer

who has at least 10 years’ experience in airport navigational aid facilities.

i. The Sr. Quantity/Cost Engineer shall a qualified engineer or architect with at

least 10 years’ experience in cost estimation of large scale horizontal and

vertical construction projects, particularly airport and aviation development

projects.

j. The Sr. Document Specialist shall be a B.S. degree holder, who has at least 10

years’ experience in preparation of bidding documents for government projects.

k. The Sr. Transport Planner/Economist shall be a graduate of economics or related

fields, who has at least 10 years’ experience in transport infrastructure project

feasibility studies.

l. The Sr. Environmental Specialist shall be a qualified consultant/planner, who

has at least 10 years’ experience in green building planning and design,

construction methodologies and sustainable management system in green

architecture.

m. The other key consultant staff shall be qualified engineers in the field relevant to

the position, who have at least 5 years’ experience in airport development

studies, planning, design, and/or construction supervision. All key consultants

must have a valid license from the Professional Regulation Commission (PRC).

49 Hiring of Consultancy Services to conduct Detailed Engineering Design and Construction Management Services for the Horizontal Infrastructure Projects

(Apron, Taxiway and Apron/Taxiway Shoulders) of the Clark International Airport New Terminal Building Project (formerly Clark Airport Low Cost

Terminal)

11.5 Taxes: Taxes applicable as required by local tax authorities.

Note: CIAC is a VAT-exempt corporation as per R.A. 9400

11.7 The ABC is One Hundred Forty Two Million Three Hundred Eighty Thousand Pesos (PHP142,380,000.00). Any bid with a financial component exceeding this amount shall not be accepted.

13.1 The bid prices shall be quoted in Philippine Pesos.

13.3 No further instructions.

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

15.1 The bid security shall be in the following amount:

1. Two Million Eight Hundred Forty Seven Thousand Six Hundred Pesos

and 00/100 (Php2,847,600.00), if bid security is in cash,

cashier’s/manager’s check, bank draft/guarantee or irrevocable letter

of credit; 2. Seven Million One Hundred Nineteen Thousand Pesos

(Php7,119,000.00), if bid security is in Surety Bond; 3. Any combination of the foregoing proportionate to the share of form

with respect to total amount of security; or 4. Notarized Bid Securing Declaration.

15.2 The bid security shall be valid until one hundred twenty (120) calendar days from the date of the opening of bids.

15.5(a)(iv) Additional grounds for forfeiture of bid security: 1. Submission of eligibility requirements containing false information or

falsified documents. 2. Submission of bids that contain false information or falsified

documents, or the concealment of such information in the bids in order

to influence the outcome of eligibility screening or any other stage of

the public bidding. 3. Allowing the use of one’s name, or using the name of another for

purposes of public bidding.

4. Withdrawal of a bid, or refusal to accept an award, or enter into

contract with the Government without justifiable cause, after the

Bidder had been adjudged as having submitted the Lowest Calculated

and Responsive Bid. 5. Refusal or failure to post the required performance security within the

prescribed time. 6. Refusal to clarify or validate in writing its bid during post-

qualification within a period of seven (7) calendar days from receipt of

the request for clarification. 7. Any documented unsolicited attempt by a bidder to unduly influence

50 Hiring of Consultancy Services to conduct Detailed Engineering Design and Construction Management Services for the Horizontal Infrastructure Projects

(Apron, Taxiway and Apron/Taxiway Shoulders) of the Clark International Airport New Terminal Building Project (formerly Clark Airport Low Cost

Terminal)

the outcome of the bidding in his favor. 8. Failure of the potential joint venture partners to enter into the joint

venture after the bid is declared as successful. 9. All other acts that tend to defeat the purpose of the competitive

bidding, such as habitually withdrawing from bidding, submitting late

Bids or patently insufficient bid, for at least three (3) times within a

year, except for valid reasons.

15.5(b)(iii) No further instructions.

17.1 No further instructions.

17.3 Each Bidder shall submit one (1) original and two (2) copies of the first and second components of its bid.

18 The address for submission of bids is at the Records Management Office, CIAC Corporate Office Building, Civil Aviation Complex, Clark Freeport Zone, Pampanga, Philippines 2023.

The deadline for submission of bids is on 10 July 2017 (Monday),

10:00AM.

21.1 No further instructions.

21.2 The address for opening of bids is CIAC Board Room, CIAC Corporate Office Building, Civil Aviation Complex, Clark Freeport Zone, Pampanga, Philippines 2023. The date and time for opening of bids is 10 July 2017 (Monday), 10:15AM.

22.1 No further instructions.

24.1 The following processes for the opening and evaluation of bids shall be adopted:

a) The technical proposal together with the financial proposal shall be

considered in the evaluation of consultants. The technical proposals

shall be evaluated first using the criteria in ITB Clause 24.2. The

financial proposals of the consultants who meet the minimum

technical score shall then be opened. b) The financial and technical proposals shall be given corresponding

weights with the financial proposal given a minimum weight of forty

percent (40%) up to a maximum of eighty percent (80%). The

weight of the t e c h n i ca l proposal shall be given a minimum weight

of ten percent (10%) up to a maximum of twenty percent (20%)

accordingly such that their total weight in percent together with the

weight given to the financial proposal shall add to one hundred

percent (100%). The BAC shall rank the consultants in descending

order based on the combined numerical ratings of their technical

and financial proposals and identify the Highest Rated Bid. c) The Head of the Procuring Entity shall approve or disapprove the

recommendations of the BAC within seven 7) calendar days after

receipt of the results of the evaluation from the BAC.

51 Hiring of Consultancy Services to conduct Detailed Engineering Design and Construction Management Services for the Horizontal Infrastructure Projects

(Apron, Taxiway and Apron/Taxiway Shoulders) of the Clark International Airport New Terminal Building Project (formerly Clark Airport Low Cost

Terminal)

d) After approval by the Head of the Procuring Entity of the Highest

Rated Bid, the BAC shall, within three (3) calendar days, notify and

invite the consultant with the Highest Rated Bid for negotiation in

accordance with ITB Clause 26.

24.3

The technical bid shall be evaluated based on the following criteria:

Selection Criteria for the DED &CM Consultant Rating

a) Company Experience 25%

b) Qualification of the key personnel to be assigned to the

Project 20%

c) Understanding the Project 15%

d) Project Schedule 10%

e) Quality Assurance Approach 10%

f) Design Approach 5%

g) Use of Sub-Consulatants 5%

h) Quality of SOQ 10%

TOTAL 100%

The minimum Sf required to pass is 70%.

The attention of the Consultant is drawn to Technical Proposal Forms–

Bids must adhere to the maximum number of pages outlined in this clause.

26.1 The opening of Financial Proposals shall be on _______, 10:00 AM, at CIAC Board Room, Corporate Office Bldg., Civil Aviation Complex, Clark Freeport Zone, Pampanga, Philippines 2023.

Financial Proposals shall be opened in public.

26.2 After the evaluation of quality is completed, the Procuring Entity shall

notify those Consultants whose Bids did not meet the minimum qualifying mark or were considered non-responsive to the Bidding Documents and TOR, indicating that their Financial Proposals shall be returned unopened after completing the selection process. The Procuring Entity shall simultaneously notify the Consultants that have secured the minimum qualifying mark, indicating the date and time set for opening the Financial Proposals. The opening date shall not be sooner than two weeks after the notification date unless otherwise specified in ITB Clause 25.1. The notification may be sent by registered letter, facsimile, or electronic mail. The Financial Proposals shall be opened publicly in the presence of the Consultants’ representatives who choose to attend. The name of the Consultant, the quality scores, and the proposed prices shall be read aloud and recorded when the Financial Proposals are opened. The Procuring Entity shall prepare minutes of the public opening. The BAC shall determine whether the Financial Proposals are complete,

i.e., whether all the documents mentioned in ITB Clause 11 are present

and all items of the corresponding Technical Proposals that are required to

be priced are so priced. If not, the Procuring Entity shall reject the

proposal. The BAC shall correct any computational errors, and convert

52 Hiring of Consultancy Services to conduct Detailed Engineering Design and Construction Management Services for the Horizontal Infrastructure Projects

(Apron, Taxiway and Apron/Taxiway Shoulders) of the Clark International Airport New Terminal Building Project (formerly Clark Airport Low Cost

Terminal)

prices in various currencies to the Philippine Peso at the rate indicated in ITB Clause 13. The Financial Proposal shall not exceed the ABC and

shall be deemed to include the cost of all taxes, duties, fees, levies, and

other charges imposed under the applicable laws. The evaluation shall

include all such taxes, duties, fees, levies, and other charges imposed

under the applicable laws; where special tax privileges are granted to a

particular class or nationality of Consultant by virtue of the GOP’s

international commitments, the amount of such tax privileges shall be

included in the Financial Proposal for purposes of comparative evaluation

of Bids.

The lowest Financial Proposal (Fm) shall be given a Financial Score (Sf)

of 100 points. The Sf of other Financial Proposals shall be computed

based on the formula indicated below:

Sf = 100 Fl/F Where:

Sf is the financial score of the Financial Proposal under consideration,

Fl is the price of the Fm, and

F is the price of the Financial Proposal under consideration.

Using the formula S = St T% + Sf F%, the Bids shall then be ranked

according to their combined St and Sf using the weights (T = the weight

given to the Technical Proposal; F = the weight given to the Financial

Proposal; T + F = 1) indicated below:

T 80% [Normally between 0.6 and 0.8]; and

F 20% [Normally between 0.15 and 0.2];

provided that the total weights given to the Technical and Financial

Proposals shall add up to 100%

27.2 (e) No negotiations pertaining to the Financial Proposal shall be undertaken.

28.2 Consultants have the option to submit manually filed tax returns or tax returns filed through the Electronic Filing and Payments System (EFPS).

NOTE: The latest income and business tax returns are those within the last

2 years preceding the date of bid submission.

27.(d) No additional licenses and permits.

30.4(f) No further instructions.

32.1 No further instructions.

32.2 No further instructions

53 Hiring of Consultancy Services to conduct Detailed Engineering Design and Construction Management Services for the Horizontal Infrastructure Projects

(Apron, Taxiway and Apron/Taxiway Shoulders) of the Clark International Airport New Terminal Building Project (formerly Clark Airport Low Cost

Terminal)

Section IV. General Conditions of

Contract

54 Hiring of Consultancy Services to conduct Detailed Engineering Design and Construction Management Services for the Horizontal Infrastructure Projects

(Apron, Taxiway and Apron/Taxiway Shoulders) of the Clark International Airport New Terminal Building Project (formerly Clark Airport Low Cost

Terminal)

1. Definitions

1.1. Unless the context otherwise requires, the following terms whenever used in

this Contract have the following meanings:

(a) “Applicable Law” means the laws and any other instruments having

the force of law in the Philippines as they may be issued and enforced

from time to time.

(b) “Consultant” refers to the short listed consultant with the Highest

Rated and Responsive Bid determined by the Procuring Entity as such

in accordance with the ITB and specified in the SCC.

(c) “Consulting Services” refer to services for Infrastructure Projects and

other types of projects or activities of the Government of the

Philippines (GOP) requiring adequate external technical and

professional expertise that are beyond the capability and/or capacity of

the Procuring Entity to undertake such as, but not limited to: (i)

advisory and review services; (ii) pre-investment or feasibility studies;

(iii) design; (iv) construction supervision; (v) management and related

services; and (vi) other technical services or special studies.

(d) “Contract” means the agreement signed by the Parties, to which these

General Conditions of Contract (GCC) and other sections of the

Bidding Documents are attached.

(e) “Effective Date” means the date on which this Contract comes into full

force and effect.

(f) “Foreign Currency” means any currency other than the currency of the

Philippines.

(g) “Funding Source” means the entity indicated in the SCC.

(h) “GCC” means these General Conditions of Contract.

(i) “Government” means the Government of the Philippines (GOP).

(j) “Local Currency” means the Philippine Peso (Php).

(k) “Member,” in case the Consultant is a Joint Venture (JV) of two (2) or

more entities, means any of these entities; and “Members” means all

these entities.

(l) “Party” means the Procuring Entity or the Consultant, as the case may

be, and “Parties” means both of them.

(m) “Personnel” means persons hired by the Consultant or by any Sub-

Consultant as employees and assigned to the performance of the

Services or any part thereof; “Foreign Personnel” means such persons

who at the time of being so hired had their domicile outside the

Government’s country; “Local Personnel” means such persons who at

55 Hiring of Consultancy Services to conduct Detailed Engineering Design and Construction Management Services for the Horizontal Infrastructure Projects

(Apron, Taxiway and Apron/Taxiway Shoulders) of the Clark International Airport New Terminal Building Project (formerly Clark Airport Low Cost

Terminal)

the time of being so hired had their domicile inside the Philippines; and

“Key Personnel” means the Personnel referred to in GCC Clause 39.

(n) “Procuring Entity” refers to any branch, constitutional commission or

office, agency, department, bureau, office or instrumentality of the

Government, including GOCC, GFI, SUC, and LGU procuring Goods,

Consulting Services, and Infrastructure Projects.

(o) “SCC” means the Special Conditions of Contract by which the GCC

may be amended or supplemented.

(p) “Services” means the work to be performed by the Consultant pursuant

to this Contract, as described in Appendix I.

(q) “Sub-consultant” means any person or entity to whom/which the

Consultant subcontracts any part of the Services in accordance with the

provisions of GCC Clause 50.

(r) “Third Party” means any person or entity other than the Government,

the Procuring Entity, the Consultant or a Sub-Consultant.

2. Headings

The headings shall not limit, alter or affect the meaning of this Contract.

3. Location

The Services shall be performed at such locations as are specified in Appendix I and,

where the location of a particular task is not so specified, at such locations, whether in

the Philippines or elsewhere, as the Procuring Entity may approve.

4. Law Governing Contract and Services

4.1. This Contract, its meaning and interpretation, and the relation between the

Parties shall be governed by the Applicable Law.

4.2. The Consultant shall perform the Services in accordance with the Applicable

Law and shall take all practicable steps to ensure that any Sub-Consultant, as

well as the Personnel of the Consultant and any Sub-Consultant, complies with

the Applicable Law. The Procuring Entity shall notify the Consultant in

writing of relevant local customs, and the Consultant shall, after such

notification, respect such customs.

4.3. If, after the date of this Contract, there is any change in the Applicable Law

with respect to taxes and duties which increases or decreases the cost incurred

by the Consultant in performing the Services, then the remuneration and

reimbursable expenses otherwise payable to the Consultant under this Contract

shall be increased or decreased on a no loss-no gain basis, and corresponding

adjustments shall be made to the ceiling amounts specified in GCC Clause 52,

provided that the cost is within the Approved Budget for the Contract (ABC).

56 Hiring of Consultancy Services to conduct Detailed Engineering Design and Construction Management Services for the Horizontal Infrastructure Projects

(Apron, Taxiway and Apron/Taxiway Shoulders) of the Clark International Airport New Terminal Building Project (formerly Clark Airport Low Cost

Terminal)

5. Language

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

and controlling language for all matters relating to the meaning or interpretation of

this Contract

6. Consultants and Affiliates Not to Engage in Certain Activities

6.1. The Consultant agrees that, during the term of this Contract and after its

termination, the Consultant and any entity affiliated with the Consultant, as

well as any Sub-Consultant and any entity affiliated with such Sub-Consultant,

shall be disqualified from providing goods, works, or consulting services for

any project resulting from or closely related to this Contract other than the

Services and any continuation thereof provided there is no current or future

conflict.

6.2. The Consultant shall not engage, and shall cause their Personnel as well as

their Sub-Consultants and their Personnel not to engage, either directly or

indirectly, in any of the following activities:

(a) during the term of this Contract, any business or professional activities

in the Government’s country which would conflict with the activities

assigned to them under this Contract; and

(b) after the termination of this Contract, such other activities as may be

specified in the SCC.

7. Authority of Member in Charge

In case the Consultant is a JV, the Members hereby authorize the entity specified in

the SCC to act on their behalf in exercising all the Consultant’s rights and obligations

towards the Procuring Entity under this Contract, including without limitation the

receiving of instructions and payments from the Procuring Entity.

8. Resident Project Manager

If required by the SCC, the Consultant shall ensure that at all times during the

Consultant’s performance of the Services in the Government’s country, a resident

project manager, acceptable to the Procuring Entity, shall take charge of the

performance of such Services.

9. Entire Agreement

This Contract, including the documents specified in Section 37.2.3 of the IRR,

contains all covenants, stipulations and provisions agreed by the Parties. No agent or

representative of either Party has authority to make any statement, representation,

promise, or agreement not set forth herein of which the Parties shall not be bound by

or be liable for.

57 Hiring of Consultancy Services to conduct Detailed Engineering Design and Construction Management Services for the Horizontal Infrastructure Projects

(Apron, Taxiway and Apron/Taxiway Shoulders) of the Clark International Airport New Terminal Building Project (formerly Clark Airport Low Cost

Terminal)

10. Modification

Unless otherwise specified in the SCC, no modification of the terms and conditions of

this Contract, including any modification of the scope of the Services shall be

allowed. Pursuant to GCC Clause 14 hereof, however, each Party shall give due

consideration to any proposal for modification made by the other Party.

11. Relationship of Parties

11.1. Nothing contained herein shall be construed as establishing a relation of

employer and employee or of principal and agent as between the Procuring

Entity and the Consultant. The Consultant, subject to this Contract, has

complete charge of its Personnel and Sub-Consultants, if any, performing the

Services and shall be fully responsible for the Services performed by them or

on their behalf hereunder.

11.2. The Consultant shall during the performance of the Services be an

independent contractor, retaining complete control over its Personnel,

conforming to all statutory requirements with respect to all its employees, and

providing all appropriate employee benefits.

12. Authorized Representatives

Any action required or permitted to be taken, and any document required or permitted

to be executed, under this Contract by the Procuring Entity or the Consultant may be

taken or executed by the officials specified in the SCC.

13. Good Faith

The Parties undertake to act in good faith with respect to each other’s rights under this

Contract and to adopt all reasonable measures to ensure the realization of the

objectives of this Contract.

14. Operation of the Contract

The Parties recognize that it is impractical for this Contract to provide for every

contingency which may arise during the life of this Contract, and the Parties hereby

agree that it is their intention that this Contract shall operate fairly as between them,

and without detriment to the interest of either of them; and that, if during the term of

this Contract either Party believes that this Contract is operating unfairly, the Parties

shall use their best efforts to agree on such action as may be necessary to remove the

cause or causes of such unfairness, but no failure to agree on any action pursuant to

this Clause shall give rise to a dispute subject to arbitration in accordance with GCC

Clause 34 hereof.

15. Notices

15.1. Any notice, request or consent required or permitted to be given or made

pursuant to this Contract shall be in writing. Any such notice, request or

consent shall be deemed to have been given or made when received by the

concerned party, either in person or through an authorized representative of

the Party to whom the communication is addressed, or when sent by registered

58 Hiring of Consultancy Services to conduct Detailed Engineering Design and Construction Management Services for the Horizontal Infrastructure Projects

(Apron, Taxiway and Apron/Taxiway Shoulders) of the Clark International Airport New Terminal Building Project (formerly Clark Airport Low Cost

Terminal)

mail, telex, telegram or facsimile to such Party at the address specified in the

SCC.

15.2. Notice shall be deemed to be effective as specified in the SCC.

15.3. A Party may change its address for notice hereunder by giving the other Party

notice of such change pursuant to the provisions listed in the SCC with respect

to GCC Clause 15.2.

16. Warranty as to Eligibility

16.1. The Consultant represents, warrants, and confirms that it, as well as its Sub-

Consultant, if any, is eligible, i.e., has the legal personality to act as a

consultant in accordance with Part I, Section II. Eligibility Documents issued

for this project.

16.2. The Consultant shall fulfill its obligations under this Contract by using

knowledge according to the best accepted professional standards. The

Consultant shall exercise all reasonable skill, care and diligence in the

discharge of duties agreed to be performed and shall work in the best interest

of the GOP.

17. Confidentiality

Except with the prior written consent of the Procuring Entity, the Consultant and the

Personnel shall not at any time communicate to any person or entity any confidential

information acquired in the course of the Services, nor shall the Consultant and the

Personnel make public the recommendations formulated in the course of, or as a result

of, the Services. For purposes of this clause, “confidential information” means any

information or knowledge acquired by the Consultant and/or its Personnel arising out

of, or in connection with, the performance of the Services under this Contract that is

not otherwise available to the public.

18. Payment

18.1. In consideration of the Services performed by the Consultant under this

Contract, the Procuring Entity shall make to the Consultant such payments and

in such manner as is provided by GCC Clause 53 of this Contract. However,

the Procuring Entity may refuse to make payments when the terms and

conditions of the contract are not satisfactorily performed by the Consultant.

18.2. Subject to the ceilings specified in GCC Clause 52 hereof, the Procuring

Entity shall pay to the Consultant: (i) remuneration as set forth in GCC Clause

53.2; and (ii) reimbursable expenditures as set forth in GCC Clause 53.4. Said

remuneration shall not be subject to price adjustment.

18.3. All payments under this Contract shall be made to the account of the

Consultant specified in the SCC.

19. Currency of Payment

All payments shall be made in Philippine Pesos.

59 Hiring of Consultancy Services to conduct Detailed Engineering Design and Construction Management Services for the Horizontal Infrastructure Projects

(Apron, Taxiway and Apron/Taxiway Shoulders) of the Clark International Airport New Terminal Building Project (formerly Clark Airport Low Cost

Terminal)

20. Liability of the Consultant

Subject to additional provisions, if any, set forth in the SCC, the Consultant’s liability

under this Contract shall be as provided by the laws of the Republic of the Philippines.

21. Insurance to be Taken Out by the Consultant

21.1. The Consultant, at its own cost, shall be responsible for taking out or

maintaining any insurance policy against any risk related to the project.

21.2. The Procuring Entity undertakes no responsibility in respect of life, health,

accident, travel or any other insurance coverage for the Personnel or for the

dependents of any such Personnel.

22. Effectivity of Contract

This Contract shall take effect on the date of the Consultant’s receipt of the NTP, in

accordance with ITB Clause 32, provided that the effectiveness of the conditions, if

any, listed in the SCC have been met.

23. Commencement of Services

The Consultant shall begin carrying out the Services starting from the effectivity date

of this Contract, as mentioned in GCC Clause 22.

24. Expiration of Contract

Unless sooner terminated pursuant to GCC Clauses 27 or 28 hereof, this Contract

shall terminate at the end of such time period after the effectivity date as shall be

specified in the SCC.

25. Force Majeure

25.1. For purposes of this Contract the terms “force majeure” and “fortuitous event”

may be used interchangeably. In this regard, a fortuitous event or force

majeure shall be interpreted to mean an event which the Consultant could not

have foreseen, or which though foreseen, was inevitable. It shall not include

ordinary unfavorable weather conditions; and any other cause the effects of

which could have been avoided with the exercise of reasonable diligence by

the Consultant.

25.2. The failure of a Party to fulfill any of its obligations hereunder shall not be

considered to be a breach of, or default under, this Contract insofar as such

inability arises from an event of force majeure, provided that the Party

affected by such an event has taken all reasonable precautions, due care and

reasonable alternative measures, all with the objective of carrying out the

terms and conditions of this Contract.

25.3. Unless otherwise agreed herein, force majeure shall not include:

60 Hiring of Consultancy Services to conduct Detailed Engineering Design and Construction Management Services for the Horizontal Infrastructure Projects

(Apron, Taxiway and Apron/Taxiway Shoulders) of the Clark International Airport New Terminal Building Project (formerly Clark Airport Low Cost

Terminal)

(a) any event which is caused by the negligence or intentional action of a

Party or such Party’s Sub-Consultants or agents or employees;

(b) any event which a diligent Party could reasonably have been expected

to both take into account at the time of the conclusion of this Contract

and avoid or overcome in the carrying out of its obligations hereunder;

(c) insufficiency of funds or failure to make any payment required

hereunder; or

(d) the Procuring Entity’s failure to review, approve or reject the outputs

of the Consultant beyond a reasonable time period.

25.4. A Party affected by an event of force majeure shall take all reasonable

measures to remove such Party’s inability to fulfill its obligations hereunder

immediately or within a reasonable time.

25.5. A Party affected by an event of force majeure shall notify the other Party of

such event as soon as possible, and in any event not later than fifteen (15) days

following the occurrence of such event, providing evidence of the nature and

cause of such event, and shall similarly give notice of the restoration of normal

conditions as soon as possible.

25.6. The Parties shall take all reasonable measures to minimize the consequences

of any event of force majeure.

25.7. Any period within which a Party shall, pursuant to this Contract, complete any

action or task, shall be extended for a period equal to the time during which

such Party was unable to perform such action as a direct and proximate result

of force majeure.

25.8. During the period of their inability to perform the Services as a direct and

proximate result of an event of force majeure, the Consultant shall be entitled

to continue receiving payment under the terms of this Contract as well as to be

reimbursed for additional costs reasonably and necessarily incurred by it

during such period for the purposes of the Services and in reactivating the

Services after the end of such period, provided that such costs are still within

the total contract price. However, the foregoing provision shall not apply if the

Procuring Entity suspends or terminates this Contract in writing, notice thereof

duly received by the Consultant, pursuant to GCC Clauses 26 and 27 hereof

with the exception of the direct and proximate result of force majeure.

25.9. Not later than fifteen (15) days after the Consultant, as the direct and

proximate result of an event of force majeure, has become unable to perform a

material portion of the Services, the Parties shall consult with each other with

a view to agreeing on appropriate measures considering the circumstances.

25.10. In the case of disagreement between the parties as to the existence, or extent of

force majeure, the matter shall be submitted to arbitration in accordance with

GCC Clause 34 hereof.

61 Hiring of Consultancy Services to conduct Detailed Engineering Design and Construction Management Services for the Horizontal Infrastructure Projects

(Apron, Taxiway and Apron/Taxiway Shoulders) of the Clark International Airport New Terminal Building Project (formerly Clark Airport Low Cost

Terminal)

26. Suspension

26.1. The Procuring Entity shall, by written notice of suspension to the Consultant,

suspend all payments to the Consultant hereunder if the Consultant fail to

perform any of their obligations due to their own fault or due to force majeure

or other circumstances beyond the control of either party (e.g. suspension of

civil works being supervised by the consultant) under this Contract, including

the carrying out of the Services, provided that such notice of suspension:

(a) shall specify the nature of the failure; and

(b) shall request the Consultant to remedy such failure within a period not

exceeding thirty (30) days after receipt by the Consultant of such

notice of suspension.

26.2. The Consultant may, without prejudice to its right to terminate this Contract

pursuant to GCC Clause 28, by written notice of suspension, suspend the

Services if the Procuring Entity fails to perform any of its obligations which

are critical to the delivery of the Consultant’s services such as, non-payment

of any money due the Consultant within forty-five (45) days after receiving

notice from the Consultant that such payment is overdue.

27. Termination by the Procuring Entity

27.1. The Procuring Entity shall terminate this Contract when any of the following

conditions attends its implementation:

(a) Outside of force majeure, the Consultant fails to deliver or perform the

Outputs and Deliverables within the period(s) specified in the Contract,

or within any extension thereof granted by the Procuring Entity

pursuant to a request made by the Consultant prior to the delay;

(b) As a result of force majeure, the Consultant is unable to deliver or

perform a material portion of the Outputs and Deliverables for a period

of not less than sixty (60) calendar days after the Consultant’s receipt

of the notice from the Procuring Entity stating that the circumstance of

force majeure is deemed to have ceased;

(c) In whole or in part, at any time for its convenience, the Head of the

Procuring Entity may terminate the Contract for its convenience if he

has determined the existence of conditions that make Project

Implementation economically, financially or technically impractical

and/or unnecessary, such as, but not limited to, fortuitous event(s) or

changes in law and National Government policies;

(d) If the Consultant is declared bankrupt or insolvent as determined with

finality by a court of competent jurisdiction; in which event,

termination will be without compensation to the Consultant, provided

that such termination will not prejudice or affect any right of action or

remedy which has accrued or will accrue thereafter to the Procuring

Entity and/or the Consultant;

62 Hiring of Consultancy Services to conduct Detailed Engineering Design and Construction Management Services for the Horizontal Infrastructure Projects

(Apron, Taxiway and Apron/Taxiway Shoulders) of the Clark International Airport New Terminal Building Project (formerly Clark Airport Low Cost

Terminal)

(e) In case it is determined prima facie that the Consultant has engaged,

before or during the implementation of this Contract, in unlawful deeds

and behaviors relative to contract acquisition and implementation, such

as, but not limited to, the following: corrupt, fraudulent, collusive and

coercive practices; drawing up or using forged documents; using

adulterated materials, means or methods, or engaging in production

contrary to rules of science or the trade; and any other act analogous to

the foregoing. For purposes of this clause, corrupt, fraudulent,

collusive, and coercive practices shall have the same meaning as that

provided in ITB Clause 3.1(a):

(f) The Consultant fails to remedy a failure in the performance of their

obligations hereunder, as specified in a notice of suspension pursuant

to GCC Clause 15.2 hereinabove, within thirty (30) days of receipt of

such notice of suspension or within such further period as the

Procuring Entity may have subsequently approved in writing;

(g) The Consultant’s failure to comply with any final decision reached as a

result of arbitration proceedings pursuant to GCC Clause 34 hereof; or

(h) The Consultant fails to perform any other obligation under the

Contract.

27.2. In case of termination, written notice shall be understood to mean fifteen (15)

days for short term contracts, i.e., four (4) months or less, and thirty (30) days

for long term contracts.

28. Termination by the Consultant

The Consultant must serve a written notice to the Procuring Entity of its intention to

terminate this Contract at least thirty (30) calendar days before its intended

termination. This Contract is deemed terminated if no action has been taken by the

Procuring Entity with regard to such written notice within thirty (30) calendar days

after the receipt thereof by the Procuring Entity. The Consultant may terminate this

Contract through any of the following events:

(a) The Procuring Entity is in material breach of its obligations pursuant to this

Contract and has not remedied the same within sixty (60) calendar days

following its receipt of the Consultant’s notice specifying such breach;

(b) The Procuring Entity’s failure to comply with any final decision reached as

a result of arbitration pursuant to GCC Clause 34 hereof

(c) As the direct and proximate result of force majeure, the Consultant is

unable to perform a material portion of the Services for a period of not less

than sixty (60) days; or

(d) The Procuring Entity fails to pay any money due to the Consultant

pursuant to this Contract and not subject to dispute pursuant to GCC

Clause 32 hereof within eighty four (84) days after receiving written

notice from the Consultant that such payment is overdue.

63 Hiring of Consultancy Services to conduct Detailed Engineering Design and Construction Management Services for the Horizontal Infrastructure Projects

(Apron, Taxiway and Apron/Taxiway Shoulders) of the Clark International Airport New Terminal Building Project (formerly Clark Airport Low Cost

Terminal)

29. Procedures for Termination of Contracts

The following provisions shall govern the procedures for the termination of this

Contract:

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

ground(s) for termination as aforementioned, or upon its own initiative,

the Procuring Entity shall, within a period of seven (7) calendar days,

verify the existence of such ground(s) and cause the execution of a

Verified Report, with all relevant evidence attached;

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

Procuring Entity shall terminate this Contract only by a written notice

to the Consultant conveying such termination. The notice shall state:

(i) that the contract is being terminated for any of the ground(s)

afore- mentioned, and a statement of the acts that constitute the

ground(s) constituting the same;

(ii) the extent of termination, whether in whole or in part;

(iii)an instruction to the Consultant to show cause as to why the

contract should not be terminated; and

(iv) special instructions of the Procuring Entity, if any.

The Notice to Terminate shall be accompanied by a copy of the

Verified Report;

(c) Within a period of seven (7) calendar days from receipt of the Notice

of Termination, the Consultant shall submit to the Head of the

Procuring Entity a verified position paper stating why this Contract

should not be terminated. If the Consultant fails to show cause after

the lapse of the seven (7) day period, either by inaction or by default,

the Head of the Procuring Entity shall issue an order terminating this

Contract;

(d) The Procuring Entity may, at anytime before receipt of the

Consultant’s verified position paper to withdraw the Notice to

Terminate if it is determined that certain services subject of the notice

had been completed or performed before the Consultant’s receipt of the

notice;

(e) Within a non-extendible period of ten (10) calendar days from receipt

of the verified position paper, the Head of the Procuring Entity shall

decide whether or not to terminate this Contract. It shall serve a

written notice to the Consultant of its decision and, unless otherwise

provided, this Contract is deemed terminated from receipt of the

Consultant of the notice of decision. The termination shall only be

based on the ground(s) stated in the Notice to Terminate; and

64 Hiring of Consultancy Services to conduct Detailed Engineering Design and Construction Management Services for the Horizontal Infrastructure Projects

(Apron, Taxiway and Apron/Taxiway Shoulders) of the Clark International Airport New Terminal Building Project (formerly Clark Airport Low Cost

Terminal)

(f) The Head of the Procuring Entity may create a Contract Termination

Review Committee (CTRC) to assist him in the discharge of this

function. All decisions recommended by the CTRC shall be subject to

the approval of the Head of the Procuring Entity.

30. Cessation of Services

Upon termination of this Contract by notice of either Party to the other pursuant to

GCC Clauses 27 or 28 hereof, the Consultant shall, immediately upon dispatch or

receipt of such notice, take all necessary steps to bring the Services to a close in a

prompt and orderly manner and shall make every reasonable effort to keep

expenditures for this purpose to a minimum. With respect to documents prepared by

the Consultant and equipment and materials furnished by the Procuring Entity, the

Consultant shall proceed as provided, respectively, by GCC Clauses 35 or 36 hereof.

31. Payment Upon Termination

Upon termination of this Contract pursuant to GCC Clauses 27 or 28 hereof, the

Procuring Entity shall make the following payments to the Consultant:

(a) remuneration pursuant to GCC Clause 53 hereof for Services

satisfactorily performed prior to the effective date of termination;

(b) reimbursable expenditures pursuant to GCC Clause 53 hereof for

expenditures actually incurred prior to the effective date of

termination; and

(c) in the case of termination pursuant to GCC Clause 27.1(b)hereof,

reimbursement of any reasonable cost incident to the prompt and

orderly termination of this Contract including the cost of the return

travel of the Personnel and their eligible dependents.

32. Disputes about Events of Termination

If either Party disputes whether an event specified in GCC Clause 27.1 or in GCC

Clause 28 hereof has occurred, such Party may refer the matter to arbitration pursuant

to GCC Clause 34 hereof, and this Contract shall not be terminated on account of such

event except in accordance with the terms of any resulting arbitral award.

33. Cessation of Rights and Obligations

33.1. Upon termination of this Contract pursuant to GCC Clauses 27 or 28 hereof,

or upon expiration of this Contract pursuant to GCC Clause 24, all rights and

obligations of the Parties hereunder shall cease, except:

(a) such rights and obligations as may have accrued on the date of

termination or expiration;

(b) the obligation of confidentiality set forth in GCC Clause 17 hereof; and

(c) the Consultant’s obligation to permit inspection, copying and auditing

of their accounts and records set forth in GCC Clauses 51.1(b) and

65 Hiring of Consultancy Services to conduct Detailed Engineering Design and Construction Management Services for the Horizontal Infrastructure Projects

(Apron, Taxiway and Apron/Taxiway Shoulders) of the Clark International Airport New Terminal Building Project (formerly Clark Airport Low Cost

Terminal)

51.1(c) hereof, any right which a Party may have under the Applicable

Law.

34. Dispute Settlement

34.1. If any dispute or difference of any kind whatsoever shall arise between the

Parties in connection with the implementation of this Contract, the Parties

shall make every effort to resolve amicably such dispute or difference by

mutual consultation.

34.2. Any and all disputes arising from the implementation of this Contract shall be

submitted to arbitration in accordance with the rules of procedure specified in

the SCC.

35. Documents Prepared by the Consultant and Software Developed to be the

Property of the Procuring Entity

35.1. All plans, drawings, specifications, designs, reports, other documents and

software prepared by the Consultant for the Procuring Entity under this

Contract shall become and remain the property of the Procuring Entity, and

the Consultant shall, prior to termination or expiration of this Contract, deliver

all such documents to the Procuring Entity, together with a detailed inventory

thereof. The Consultant may retain a copy of such documents and software.

The plans, drawings, specifications, designs, reports, other documents and

software, including restrictions on future use of such documents and software,

if any, shall be specified in the SCC.

35.2. All computer programs developed by the Consultant under this Contract shall

be the sole and exclusive property of the Procuring Entity; provided, however,

that the Consultant may use such programs for its own use with prior written

approval of the Procuring Entity. If license agreements are necessary or

appropriate between the Consultant and third parties for purposes of

development of any such computer programs, the Consultant shall obtain the

Procuring Entity’s prior written approval to such agreements. In such cases,

the Procuring Entity shall be entitled at its discretion to require recovering the

expenses related to the development of the program(s) concerned.

36. Equipment and Materials Furnished by the Procuring Entity

Equipment and materials made available to the Consultant by the Procuring Entity, or

purchased by the Consultant with funds provided by the Procuring Entity, shall be the

property of the Procuring Entity and shall be marked accordingly. Upon termination

or expiration of this Contract, the Consultant shall make available to the Procuring

Entity an inventory of such equipment and materials and shall dispose of such

equipment and materials in accordance with the Procuring Entity’s instructions.

While in possession of such equipment and materials, the Consultant, unless

otherwise instructed by the Procuring Entity in writing, shall insure it at the expense

of the Procuring Entity in an amount equal to their full replacement value.

66 Hiring of Consultancy Services to conduct Detailed Engineering Design and Construction Management Services for the Horizontal Infrastructure Projects

(Apron, Taxiway and Apron/Taxiway Shoulders) of the Clark International Airport New Terminal Building Project (formerly Clark Airport Low Cost

Terminal)

37. Services, Facilities and Property of the Procuring Entity

The Procuring Entity shall make available to the Consultant and the Personnel, for the

purposes of the Services and free of any charge, the services, facilities and property

described in Appendix V at the terms and in the manner specified in said appendix,

provided that if such services, facilities and property shall not be made available to

the Consultant as and when so specified, the Parties shall agree on:

(a) any time extension that it may be appropriate to grant to the Consultant for the

performance of the Services; (b) the manner in which the Consultant shall procure any such services,

facilities and property from other sources; and (c) the additional payments, if any, to be made to the Consultant as a result thereof

pursuant to GCC Clause 52 hereinafter which should be within the agreed

contract ceiling.

38. Consultant’s Actions Requiring Procuring Entity’s Prior Approval

The Consultant shall obtain the Procuring Entity’s prior approval in writing before

taking any of the following actions:

(a) appointing such members of the Personnel as are listed in Appendix III

merely by title but not by name;

(b) entering into a subcontract for the performance of any part of the

Services, it being understood that:

(i) the selection of the Sub-Consultant and the terms and

conditions of the subcontract shall have been approved in

writing by the Procuring Entity prior to the execution of the

subcontract; and

(ii) the Consultant shall remain fully liable for the performance of

the Services by the Sub-Consultant and its Personnel pursuant

to this Contract;

(c) replacement, during the performance of the contract for any reason, of

any Personnel as listed in Appendix III of this Contract requiring the

Procuring Entity’s prior approval; and

(d) any other action that may be specified in the SCC.

39. Personnel

39.1. The Consultant shall employ and provide such qualified and experienced

Personnel and Sub-Consultants as are required to carry out the Services.

67 Hiring of Consultancy Services to conduct Detailed Engineering Design and Construction Management Services for the Horizontal Infrastructure Projects

(Apron, Taxiway and Apron/Taxiway Shoulders) of the Clark International Airport New Terminal Building Project (formerly Clark Airport Low Cost

Terminal)

39.2. The title, agreed job description, minimum qualification and estimated period

of engagement in the carrying out of the Services of each of the Consultant’s

Key Personnel are described in Appendix III.

39.3. The Key Personnel and Sub-Consultants listed by title as well as by name in

Appendix III are hereby approved by the Procuring Entity. In respect of other

Key Personnel which the Consultant proposes to use in the carrying out of the

Services, the Consultant shall submit to the Procuring Entity for review and

approval a copy of their biographical data and, in the case of Key Personnel to

be assigned within the GOP, a copy of a satisfactory medical certificate

attached as part of Appendix III. If the Procuring Entity does not object in

writing; or if it objects in writing but fails to state the reasons for such

objection, within twenty-one (21) calendar days from the date of receipt of

such biographical data and, if applicable, such certificate, the Key Personnel

concerned shall be deemed to have been approved by the Procuring Entity.

39.4. The Procuring Entity may request the Consultants to perform additional

services not covered by the original scope of work but are determined by the

Procuring Entity to be critical for the satisfactory completion of the Services,

subject to GCC Clause 55.6.

39.5. No changes shall be made in the Key Personnel, except for justifiable reasons

beyond the control of the Consultant, as indicated in the SCC, and only upon

prior approval of the Procuring Entity. If it becomes justifiable and necessary

to replace any of the Personnel, the Consultant shall forthwith provide as a

replacement a person of equivalent or better qualifications. If the Consultant

introduces changes in Key Personnel for reasons other than those mentioned in

the SCC, the Consultant shall be liable for the imposition of damages as

described in the SCC.

39.6. Any of the Personnel provided as a replacement under GCC Clauses 39.5 and

39.7, the rate of remuneration applicable to such person as well as any

reimbursable expenditures the Consultant may wish to claim as a result of

such replacement, shall be subject to the prior written approval by the

Procuring Entity. Except as the Procuring Entity may otherwise agree, the

Consultant shall bear all additional travel and other costs arising out of or

incidental to any removal and/or replacement, and the remuneration to be paid

for any of the Personnel provided as a replacement shall not exceed the

remuneration which would have been payable to the Personnel replaced.

39.7. If the Procuring Entity finds that any of the Personnel has committed serious

misconduct or has been charged with having committed a criminal action as

defined in the Applicable Law, or has reasonable cause to be dissatisfied with

the performance of any of the Personnel, then the Consultant shall, at the

Procuring Entity’s written request specifying the grounds therefore, forthwith

provide as a replacement a person with qualifications and experience

acceptable to the Procuring Entity.

40. Working Hours, Overtime, Leave, etc.

40.1. Working hours and holidays for Key Personnel are set forth in Appendix III.

68 Hiring of Consultancy Services to conduct Detailed Engineering Design and Construction Management Services for the Horizontal Infrastructure Projects

(Apron, Taxiway and Apron/Taxiway Shoulders) of the Clark International Airport New Terminal Building Project (formerly Clark Airport Low Cost

Terminal)

Any travel time prior to and after contract implementation shall not be

considered as part of the working hours.

40.2. The Key Personnel shall not be entitled to claim payment for overtime work,

sick leave, or vacation leave from the Procuring Entity since these items are

already covered by the Consultant’s remuneration. All leaves to be allowed to

the Personnel are included in the staff-months of service set forth in Appendix

III. Taking of leave by any Personnel should not delay the progress and

adequate supervision of the Services.

40.3. If required to comply with the provisions of GCC Clause 43.1 hereof,

adjustments with respect to the estimated periods of engagement of Key

Personnel set forth in Appendix III may be made by the Consultant by prior

written notice to the Procuring Entity, provided that:

(a) such adjustments shall not alter the originally estimated period of

engagement of any individual by more than ten percent (10%); and

(b) the aggregate of such adjustments shall not cause payments under this

Contract to exceed the ceilings set forth in GCC Clause 52.1 of this

Contract. Any other such adjustments shall only be made with the

Procuring Entity’s prior written approval.

41. Counterpart Personnel

41.1. If so provided in Appendix III hereto, the Procuring Entity shall make

available to the Consultant, as and when provided in such Appendix III, and

free of charge, such Counterpart Personnel to be selected by the Procuring

Entity, with the Consultant’s advice, as shall be specified in such Appendix

III. Counterpart Personnel shall work with the Consultant. If any member of

the Counterpart Personnel fails to perform adequately any work assigned to

such member by the Consultant which is consistent with the position occupied

by such member, the Consultant may request the replacement of such member,

and the Procuring Entity shall not unreasonably refuse to act upon such

request.

41.2. The responsibilities of the Counterpart Personnel shall be specified in

Appendix III, attached hereto, and the Counterpart Personnel shall not perform

any work beyond the said responsibilities.

41.3. If Counterpart Personnel are not provided by the Procuring Entity to the

Consultant as and when specified in Appendix III, and or if the Counterpart

Personnel lack the necessary training, experience or authority to effectively

undertake their responsibilities, the Procuring Entity and the Consultant shall

agree on how the affected part of the Services shall be carried out, and the

additional payments, if any, to be made by the Procuring Entity to the

Consultant as a result thereof pursuant to GCC Clause 52 hereof.

42. Performance Security

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

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

69 Hiring of Consultancy Services to conduct Detailed Engineering Design and Construction Management Services for the Horizontal Infrastructure Projects

(Apron, Taxiway and Apron/Taxiway Shoulders) of the Clark International Airport New Terminal Building Project (formerly Clark Airport Low Cost

Terminal)

than the signing of the contract by both parties, the Consultant shall furnish the

performance security in any the forms prescribed in the ITB Clause 31.2.

42.2. The performance security posted in favor of the Procuring Entity shall be

forfeited in the event it is established that the Consultant is in default in any

of its obligations under the contract.

42.3. The performance security shall remain valid until issuance by the Procuring

Entity of the Certificate of Final Acceptance.

42.4. The performance security may be released by the Procuring Entity and

returned to the Consultant after the issuance of the Certificate of Final

Acceptance subject to the following conditions:

(a) There are no pending claims against the Consultant or the surety

company filed by the PROCURING ENTITY;

(b) The Consultant has no pending claims for labor and materials filed

against it; and

(c) Other terms specified in the SCC.

42.5. In case of a reduction of the contract value, the Procuring Entity shall allow a

proportional reduction in the original performance security, provided that any

such reduction is more than ten percent (10%) and that the aggregate of such

reductions is not more than fifty percent (50%) of the original performance

security.

43. Standard of Performance

43.1. The Consultant shall perform the Services and carry out their obligations

hereunder with all due diligence, efficiency and economy, in accordance with

generally accepted professional techniques and practices, and shall observe

sound management practices, and employ appropriate advanced technology

and safe and effective equipment, machinery, materials and methods.

43.2. The Consultant shall always act, in respect of any matter relating to this

Contract or to the Services, as faithful advisers to the Procuring Entity, and

shall at all times support and safeguard the Procuring Entity’s legitimate

interests in any dealings with Sub-Consultants or third parties.

43.3. The Consultant shall furnish to the Procuring Entity such information related

to the Services as the Procuring Entity may from time to time reasonably

request.

43.4. The Consultant shall at all times cooperate and coordinate with the Procuring

Entity with respect to the carrying out of its obligations under this Contract.

44. Consultant Not to Benefit from Commissions, Discounts, etc.

The remuneration of the Consultant pursuant to GCC Clause 53 hereof shall constitute

the Consultant’s sole remuneration in connection with this Contract or the Services

70 Hiring of Consultancy Services to conduct Detailed Engineering Design and Construction Management Services for the Horizontal Infrastructure Projects

(Apron, Taxiway and Apron/Taxiway Shoulders) of the Clark International Airport New Terminal Building Project (formerly Clark Airport Low Cost

Terminal)

and, subject to GCC Clause 45 hereof, the Consultant shall not accept for their own

benefit any trade commission, discount or similar payment in connection with

activities pursuant to this Contract or to the Services or in the discharge of their

obligations hereunder, and the Consultant shall use its best efforts to ensure that any

sub-Consultants, as well as the Personnel and agents of either of them, similarly shall

not receive any such additional remuneration.

45. Procurement by the Consultant

If the Consultant, as part of the Services, has the responsibility of advising or

procuring goods, works or services, for the Procuring Entity, the Consultant shall

comply with any applicable procurement guidelines of the Funding Source, and shall

at all times exercise such responsibility in the best interest of the Procuring Entity.

Any discounts or advantages obtained by the Consultant in the exercise of such

procurement responsibility shall be for the benefit of the Procuring Entity.

46. Specifications and Designs

46.1. The Consultant shall prepare all specifications and designs using the metric

system and shall embody the best design criteria applicable to Philippine

conditions. The Consultant shall specify standards which are accepted and

well-known among industrial nations.

46.2. The Consultant shall ensure that the specifications and designs and all

documentation relating to procurement of goods and services for this Contract

are prepared on an impartial basis so as to promote national and international

competitive bidding.

47. Reports

The Consultant shall submit to the Procuring Entity the reports, deliverables and

documents in English, in the form, in the numbers, and within the time periods set

forth in Appendix II.

48. Assistance by the Procuring Entity on Government Requirements

48.1. The Procuring Entity may assist the Consultant, Sub-Consultants, and

Personnel in the payment of such taxes, duties, fees and other impositions as

may be levied under the Applicable Law by providing information on the

preparation of necessary documents for payment thereof.

48.2. The Procuring Entity shall use its best efforts to ensure that the Government

shall:

(a) provide the Consultant, Sub-Consultants, and Personnel with work

permits and such other documents as shall be necessary to enable the

Consultant, Sub-Consultants, or Personnel to perform the Services;

(b) arrange for the foreign Personnel and, if appropriate, their eligible

dependents to be provided promptly with all necessary entry and exit

visas, residence permits, and any other documents required for their

stay in the Philippines for the duration of the Contract;

71 Hiring of Consultancy Services to conduct Detailed Engineering Design and Construction Management Services for the Horizontal Infrastructure Projects

(Apron, Taxiway and Apron/Taxiway Shoulders) of the Clark International Airport New Terminal Building Project (formerly Clark Airport Low Cost

Terminal)

(c) facilitate prompt clearance through customs of any property required

for the Services and of the necessary personal effects of the foreign

Personnel and their eligible dependents;

(d) issue to officials, agents and representatives of the Government all such

instructions as may be necessary or appropriate for the prompt and effective

implementation of the Services; and

(e) grant to foreign Consultant, any foreign Sub-Consultant and the

Personnel of either of them the privilege, pursuant to the Applicable

Law, of bringing into the Government’s country reasonable amounts of

foreign currency for purposes of the Services or for the personal use of

the foreign Personnel and their dependents.

49. Access to Land

The Procuring Entity warrants that the Consultant shall have, free of charge,

unimpeded access to all lands in the Philippines in respect of which access is required

for the performance of the Services. The Procuring Entity shall be responsible for any

damage to such land or any property thereon resulting from such access and shall

indemnify the Consultant and each of the Personnel in respect of liability for any such

damage, unless such damage is caused by the default or negligence of the Consultant

or any Sub-Consultant or the Personnel of either of them.

50. Subcontract

(f) Subcontracting of any portion of the Consulting Services, if allowed in the

BDS, does not relieve the Consultant of any liability or obligation under this

Contract. The Consultant will be responsible for the acts, defaults, and

negligence of any sub-consultant, its agents, servants or workmen as fully as if

these were the Consultant’s own acts, defaults, or negligence, or those of its

agents, servants or workmen.

(g) Sub-consultants disclosed and identified during the bidding may be changed

during the implementation of this Contract, subject to compliance with the

required qualifications and the approval of the Procuring Entity.

51. Accounting, Inspection and Auditing

51.1. The Consultant shall:

(a) keep accurate and systematic accounts and records in respect of the

Services hereunder, in accordance with internationally accepted

accounting principles and in such form and detail as shall clearly

identify all relevant time changes and costs, and the bases thereof;

(b) permit the Procuring Entity or its designated representative and or the

designated representative of the Funding Source at least once for short-

term Contracts, and annually in the case of long-term Contracts, and up

to one year from the expiration or termination of this Contract, to

inspect the same and make copies thereof as well as to have them

72 Hiring of Consultancy Services to conduct Detailed Engineering Design and Construction Management Services for the Horizontal Infrastructure Projects

(Apron, Taxiway and Apron/Taxiway Shoulders) of the Clark International Airport New Terminal Building Project (formerly Clark Airport Low Cost

Terminal)

audited by auditors appointed by the Procuring Entity; and

(iii) permit the Funding Source to inspect the Consultant’s accounts

and records relating to the performance of the Consultant and to have

them audited by auditors approved by the Funding Source, if so

required.

51.2. The basic purpose of this audit is to verify payments under this Contract and,

in this process, to also verify representations made by the Consultant in

relation to this Contract. The Consultant shall cooperate with and assist the

Procuring Entity and its authorized representatives in making such audit. In

the event the audit discloses that the Consultant has overcharged the Procuring

Entity, the Consultant shall immediately reimburse the Procuring Entity an

amount equivalent to the amount overpaid. If overpayment is a result of the

Consultant having been engaged in what the Procuring Entity (or, as the case

may be, the Funding Source) determines to constitute corrupt, fraudulent, or

coercive practices, as defined in GCC Clause 27.1(e) and under the Applicable

Law, the Procuring Entity shall, unless the Procuring Entity decides otherwise,

terminate this Contract.

51.3. The determination that the Consultant has engaged in corrupt, fraudulent,

coercive practices shall result in the Procuring Entity and/or the Funding

Source seeking the imposition of the maximum administrative, civil and

criminal penalties up to and in including imprisonment.

52. Contract Cost

52.1. Except as may be otherwise agreed under GCC Clause 10, payments under

this Contract shall not exceed the ceiling specified in the SCC. The

Consultant shall notify the Procuring Entity as soon as cumulative charges

incurred for the Services have reached eighty percent (80%) of this ceiling.

52.2. The cost of the Services shall be payable in Philippine Pesos and shall be set

forth in the Appendix IV attached to this Contract.

53. Remuneration and Reimbursable Expenditures

53.1. Payments of Services do not relieve the Consultant of any obligation

hereunder.

53.2. Remuneration for the Personnel shall be determined on the basis of time

actually spent by such Personnel in the performance of the Services including

other additional factors indicated in the SCC after the date determined in

accordance with GCC Clause 22, or such other date as the Parties shall agree

in writing, including time for necessary travel via the most direct route, at the

rates referred to, and subject to such additional provisions as are set forth, in

the SCC.

53.3. Remuneration for periods of less than one month shall be calculated on an

hourly basis for time spent in home office (the total of 176 hours per month

shall apply) and on a calendar-day basis for time spent away from home office

73 Hiring of Consultancy Services to conduct Detailed Engineering Design and Construction Management Services for the Horizontal Infrastructure Projects

(Apron, Taxiway and Apron/Taxiway Shoulders) of the Clark International Airport New Terminal Building Project (formerly Clark Airport Low Cost

Terminal)

(1 day being equivalent to 1/30th of a month).

53.4. Reimbursable expenditures actually and reasonably incurred by the

Consultants in the performance of the Services are provided in the SCC.

53.5. Billings and payments in respect of the Services shall be made as follows:

(a) The Procuring Entity shall cause to be paid to the Consultant an

advance payment as specified in the SCC, and as otherwise set forth

below. The advance payment shall be due after the Consultant

provides a bank guarantee in favor of the Procuring Entity issued by a

bank acceptable to the Procuring Entity in accordance with the

requirements provided in the SCC.

(b) As soon as practicable and not later than fifteen (15) days after the end

of each calendar month during the period of the Services, the

Consultant shall submit to the Procuring Entity, in duplicate, itemized

statements, accompanied by copies of receipted invoices, vouchers and

other appropriate supporting materials, of the amounts payable

pursuant to GCC Clauses 52.1 and 53 for such month. Separate

monthly statements shall be submitted in respect of amounts payable in

foreign currency and in local currency. Each separate monthly

statement shall distinguish that portion of the total eligible costs which

pertains to remuneration from that portion which pertains to

reimbursable expenditures.

(c) The Procuring Entity shall cause the payment of the Consultant’s

monthly statements within sixty (60) days after the receipt by the

Procuring Entity of such statements with supporting documents. Only

such portion of a monthly statement that is not satisfactorily supported

may be withheld from payment. Should any discrepancy be found to

exist between actual payment and costs authorized to be incurred by

the Consultant, the Procuring Entity may add or subtract the difference

from any subsequent payments. Interest shall be paid for delayed

payments following the rate provided in the SCC.

54. Final Payment

54.1. The final payment shall be made only after the final report and a final

statement, identified as such, shall have been submitted by the Consultant and

approved as satisfactory by the Procuring Entity. The Services shall be

deemed completed and finally accepted by the Procuring Entity and the final

report and final statement shall be deemed approved by the Procuring Entity as

satisfactory ninety (90) calendar days after receipt of the final report and final

statement by the Procuring Entity unless the Procuring Entity, within such

ninety (90)-day period, gives written notice to the Consultant specifying in

detail deficiencies in the Services, the final report or final statement. The

Consultant shall thereupon promptly make any necessary corrections within a

maximum period of ninety (90) calendar days, and upon completion of such

corrections, the foregoing process shall be repeated.

74 Hiring of Consultancy Services to conduct Detailed Engineering Design and Construction Management Services for the Horizontal Infrastructure Projects

(Apron, Taxiway and Apron/Taxiway Shoulders) of the Clark International Airport New Terminal Building Project (formerly Clark Airport Low Cost

Terminal)

54.2. Any amount which the Procuring Entity has paid or caused to be paid in

accordance with this clause in excess of the amounts actually payable in

accordance with the provisions of this Contract shall be reimbursed by the

Consultant to the Procuring Entity within thirty (30) days after receipt by the

Consultant of notice thereof. Any such claim by the Procuring Entity for

reimbursement must be made within twelve (12) calendar months after receipt

by the Procuring Entity of a final report and a final statement approved by the

Procuring Entity in accordance with the above.

55. Lump Sum Contracts

55.1. For Lump Sum Contracts when applicable, notwithstanding the terms of GCC

Clauses 10, 18.1, 31(c), 41.3, 53.2, 53.3, 53.4, 53.5, and 54.1, the provisions

contained hereunder shall apply.

55.2. Personnel - Any replacement approved by the Procuring Entity in accordance

with ITB Clause 26.3 shall be provided by the Consultant at no additional

cost.

55.3. Staffing Schedule - Should the rate of progress of the Services, or any part

hereof, be at any time in the opinion of the Procuring Entity too slow to ensure

that the Services are completed in accordance with the Staffing Schedule, the

Procuring Entity shall so notify the Consultant in writing and the Consultant

shall at its sole cost and expense, thereupon take such steps as necessary,

subject to the Procuring Entity’s approval, or as reasonably required by the

Procuring Entity, to expedite progress so as to ensure that the Services are

completed in accordance with the Staffing Schedule.

55.4. Final payment pursuant to the Payment Schedule in Appendices IV and V

shall be made by the Procuring Entity after the final report has been submitted

by the Consultant and approved by the Procuring Entity.

55.5. Termination - Upon the receipt or giving of any notice referred to in GCC

Clause 29 and if the Consultant is not in default under this Contract and has

partly or substantially performed its obligation under this Contract up to the

date of termination and has taken immediate steps to bring the Services to a

close in prompt and orderly manner, there shall be an equitable reduction in

the maximum amount payable under this Contract to reflect the reduction in

the Services, provided that in no event shall the Consultant receive less than

his actual costs up to the effective date of the termination, plus a reasonable

allowance for overhead and profit.

55.6. Unless otherwise provided in the SCC, no additional payment for variation order, if any, shall be allowed for this Contract.

56. Liquidated Damages for Delay

If the Consultant fails to deliver any or all of the Services within the period(s)

specified in this Contract, the Procuring Entity shall, without prejudice to its other

remedies under this Contract and under the Applicable Law, deduct from the contract

price, as liquidated damages, a sum equivalent to one-tenth of one percent of the price

75 Hiring of Consultancy Services to conduct Detailed Engineering Design and Construction Management Services for the Horizontal Infrastructure Projects

(Apron, Taxiway and Apron/Taxiway Shoulders) of the Clark International Airport New Terminal Building Project (formerly Clark Airport Low Cost

Terminal)

of the unperformed portion of the Services for each day of delay based on the

approved contract schedule up to a maximum deduction of ten percent (10%) of the

contract price. Once the maximum is reached, the Procuring Entity may consider

termination of this Contract pursuant to GCC Clause 27.

76 Hiring of Consultancy Services to conduct Detailed Engineering Design and Construction Management Services for the Horizontal Infrastructure Projects

(Apron, Taxiway and Apron/Taxiway Shoulders) of the Clark International Airport New Terminal Building Project (formerly Clark Airport Low Cost

Terminal)

Section V. Special Conditions of

Contract

77 Hiring of Consultancy Services to conduct Detailed Engineering Design and Construction Management Services for the Horizontal Infrastructure Projects

(Apron, Taxiway and Apron/Taxiway Shoulders) of the Clark International Airport New Terminal Building Project (formerly Clark Airport Low Cost

Terminal)

Special Conditions of Contract GCC Clause

1.1 (g) The Funding Source is: The Government of the Philippines (GOP) under DOTr Budget

GAA CY 2016

BudgetGvernment

6.2(b) No further instructions.

7 Not applicable.

8 Not Applicable.

10 No further instructions.

12 The Authorized Representatives are as follows: For the Procuring Entity

15.1 The addresses are: Procuring Entity: Clark International Airport Corporation

Attention: Atty. Josep Jefri Miranda – BAC Chairman

Address: Corporate Office Bldg, Civil Aviation Complex, Clark Freeport

Zone, Pampanga, Philippines 2023

Facsimile: (045) 599-7748

Email Address: [email protected]

Consultants: [insert name of the Consultant]

Attention: [insert name of the Consultant’s authorized representative]

Address:

Facsimile:

Email Address:

15.2 and 15.3 Notice shall be deemed to be effective as follows: (a) in the case of personal delivery or registered mail, on delivery;

(b) in the case of facsimiles, within office hours (8:00 am – 5:00 pm)

following confirmed transmission; or

(c) in the case of telegrams, within office hours (8:00 am – 5:00 pm)

following confirmed transmission.

18.3 Not applicable

19 No further instructions.

20 No additional provision

22 The effectiveness conditions are the following: None

24 The time period shall be ____________ from the effective date of the contract.

34.2 Any and all disputes arising from the implementation of this contract shall be submitted to arbitration in the Philippines according to the provisions

of Republic Acts 876 and 9285, as required in Section 59 of the IRR of

RA 9184.

35.1 All drawings, specifications, designs, reports, other documents and software prepared by the Consultant for the Procuring Entity under this

Contract that shall become and remain the property of CIAC.

38.1(d) No further instructions.

78 Hiring of Consultancy Services to conduct Detailed Engineering Design and Construction Management Services for the Horizontal Infrastructure Projects

(Apron, Taxiway and Apron/Taxiway Shoulders) of the Clark International Airport New Terminal Building Project (formerly Clark Airport Low Cost

Terminal)

39.5 The Consultant may change its Key Personnel only for reasons of death, serious illness, incapacity of an individual Consultant, or until after fifty

percent (50%) of the Personnel’s man-months have been served.

Violators will be fined an amount equal to the refund of the replaced

Personnel's basic rate, which should be at least fifty percent (50%) of the total basic rate for the duration of the engagement.

42.1 No further instructions.

42.4(c) No further instructions

52.1 The total ceiling amount in Philippine Pesos is Three Hundred Thirty Million Pesos (Php 330,000,000.00)

52.2 No further instructions.

53.2 No additional instructions.

53.4 No reimbursements shall be made with respect to the project.

53.5(a) The following provisions shall apply to the advance payment and the advance payment guarantee:

a. An advance payment of fifteen percent (15%) of the contract price

in Philippine peso shall be made within fifteen (15) working days

upon the receipt of the Notice to Proceed (NTP) and submission of

the required documents for the processing of the advance payment.

The advance payment shall be set off by the Procuring Entity

against the first statement of the Services.

b. The advance payment shall be made only upon the submission

to and acceptance by the Procuring Entity of an irrevocable

standby letter of credit of equivalent value from a commercial

bank, a bank guarantee or a surety bond callable upon demand,

issued by a duly licensed surety or insurance company and

confirmed by the Procuring Entity.

53.5(c) The interest rate is: zero percent (0%)

55.6 No further instructions.

79 Hiring of Consultancy Services to conduct Detailed Engineering Design and Construction Management Services for the Horizontal Infrastructure Projects

(Apron, Taxiway and Apron/Taxiway Shoulders) of the Clark International Airport New Terminal Building Project (formerly Clark Airport Low Cost

Terminal)

Section VI. Terms of Reference

80 Hiring of Consultancy Services to conduct Detailed Engineering Design and Construction Management Services for the Horizontal

Infrastructure Projects (Apron, Taxiway and Apron/Taxiway Shoulders) of the Clark International Airport New Terminal Building

Project (formerly Clark Airport Low Cost Terminal)

TERMS OF REFERENCE Phase I – Construction of New Taxiways & Aprons

(Horizontal Works)

HIRING OF CONSULTANCY SERVICES TO CONDUCT DETAILED

ENGINEERING DESIGN AND CONSTRUCTION MANAGEMENT SERVICES FOR

THE HORIZONTAL INFRASTRUCTURE PROJECTS (APRON, TAXIWAY, AND

APRON/TAXIWAY SHOULDERS) OF THE CLARK INTERNATIONAL AIRPORT

NEW TERMINAL BUILDING PROJECT (FORMERLY CLARK AIRPORT LOW

COST TERMINAL)

I. BACKGROUND.

1. The Government of the Republic of the Philippines has identified the Clark International

Airport Expansion project as one of the priority infrastructure projects of the government.

2. To support the Clark International Airport Corporation (CIAC), a subsidiary of the Bases

Conversion Development Authority (BCDA), The Bidding and Awards Committee

(BAC) of the Clark International Airport Corporation seeks qualified Detailed

Engineering Consultants to prequalify and submit bids for the Hiring of Consultancy

Services to conduct Detailed Engineering Design and Construction Management Services

for the Horizontal Infrastructure Projects (Apron, Taxiway and Apron/Taxiway

Shoulders) of the Clark International Airport New Terminal Building Projects (formerly

Clark Airport Low Cost Terminal) of the Airport Expansion projects which involve the

construction of the following:

2.1 New apron;

2.2 New taxiway extension;

2.3 Taxiway and apron shoulders;

2.4 Pavement markings and lightings; and

2.5 Required grading of buffer and appurtenant areas for drainage and other related

facilities.

3. The Clark International Airport (“Clark Airport”) with an IATA code “CRK”, is an

integral part of the 2,366.7-hectare Clark Civil Aviation Complex (“Clark Aviation

Complex”) situated within the 4,400-hectare Clark Freeport Zone, Pampanga. The Clark

Aviation Complex is 90 kilometers northwest of Manila. It can be accessed through the

Subic-Clark-Tarlac Expressway (SCTEX) connected to the North Luzon Expressway

(NLEX).

4. The Clark Freeport Zone was the former Clark Air Base, which from 1903 to 1991 served

the United States Air Force as the largest American base outside the United States. These

areas were greatly affected by the eruption of nearby Mount Pinatubo in June 1991. This,

coupled with the rejection of the Philippine Senate to renew the RP-US Military Bases

Agreement, resulted in the return of Clark Air Base from the United States Air Force to

the Philippine Government in November 1991. With the passage of Republic Act No.

7227 in February 1992 and the issuance of Proclamation No. 163 in April 1993, the

former Clark Air Base was declared as the Clark Special Economic Zone (“CSEZ”) in

1993.

Through the Bases and Conversion Development Authority (BCDA) and its subsidiaries,

the Clark Development Corporation (“CDC”) and the Clark International Airport

81 Hiring of Consultancy Services to conduct Detailed Engineering Design and Construction Management Services for the Horizontal

Infrastructure Projects (Apron, Taxiway and Apron/Taxiway Shoulders) of the Clark International Airport New Terminal Building

Project (formerly Clark Airport Low Cost Terminal)

Corporation (”CIAC”), the Philippine Government led the rehabilitation of the CSEZ

including the Clark Aviation Complex. Subsequently, Republic Act No. 9400 was passed

in March 2007, declaring Clark as a Freeport Zone to provide tax incentives identical

with those of the Subic Bay Freeport Zone.

In 1994, President Fidel V. Ramos issued Executive Order No. 174 and designated Clark

Airport as the next premiere gateway of the Philippines. The development of the airport

was delayed due to the restrictive provisions of the PIATCO NAIA Terminal-3

Agreement, which limited the operating capacity of Clark Airport to 850,000 passengers

per annum. However, the Supreme Court voided the contract in 2005. In October 2005,

CDC granted CIAC, a 50-year franchise to operate the Clark Airport.

Despite E.O. No. 174, regular operations in Clark Airport only started in 2002, with

United Parcel Service starting air cargo flights and eventually establishing its intra-Asian

hub, in 2003; passenger traffic trickled in with the entry of scheduled chartered flights of

South Korean airline Asiana. Subsequently, low-cost carriers (“LCC”) led by Air Asia

Berhad and Tiger Airways flew to Clark Airport from Kuala Lumpur and Singapore in

April 2005, respectively, which paved the way for international and Philippine LCCs to

establish their hub in Clark Airport.

Currently, the airport primarily serves LCCs for domestic and regional flights. In 2012,

the annual throughput was at 1.3 Million passengers – a growth of 72% from 2011’s

767,109 passengers in 2013 and 2014, however, traffic dipped to 1,200,592 (-9%) and

877,000 (-27%) passengers, respectively, owing largely to Zest Air’s (now Air Asia Zest)

transfer of flights from Clark Airport to NAIA and the pullout of certain airlines of their

flights from Clark Airport (i.e. Tiger airways with respect to their Hong kong – Davao –

and Bangkok flights. Emirates, with respect to their Dubai flights; and Sea Air with

respect to their Caticlan flights.

II. SUBMITTAL INSTRUCTIONS.

Seven (7) bound copies of the Statements of Qualifications shall be submitted. Submittals

must be in actual possession at the location indicated above on or prior to the exact time

and date indicated above. Statements of Qualification submitted after the time and date

specified herein will not be accepted. The Clark International Airport Corporation (CIAC)

- Bids and wards Committee (BAC), reserves the right to accept or reject any or all

Statements of Qualifications or to waive any irregularities therein. Any incomplete, false

or misleading information provided by or through the Consultant shall be grounds for

non-consideration.

The Consultant acknowledges that this solicitation is subject to Philippine laws and

regulations, including aviation regulations by the Civil Aviation Authority of the

Philippines (CAAP) and the Department of Transportation (DOTr) , policies, specifically

but not exclusively, as outlined in (FAA Advisory Circular (AC) 150/5100-14E), all

relating to the procurement of architectural/engineering consultant services. The

Consultant, with the submission of the Statement of Qualifications and Experience,

accepts the responsibility for knowledge of, and compliance with, the guidelines and

procedure stated within this noted documentation.

The CIAC-BAC reserves the right to make changes to this Request for Qualifications.

Changes will be made by written addendum, which will be issued to those firms that have

requested this Request for Statement of Qualifications and Experience, and firms shall

acknowledge receipt of any addendums that may be necessary.

82 Hiring of Consultancy Services to conduct Detailed Engineering Design and Construction Management Services for the Horizontal

Infrastructure Projects (Apron, Taxiway and Apron/Taxiway Shoulders) of the Clark International Airport New Terminal Building

Project (formerly Clark Airport Low Cost Terminal)

III. DEFINITION OF LEGAL TERMINOLOGY.

A. “Applicable Law” means the laws and any other instruments having the force of law

in the Philippines as they be issued and enforced from time to time;

B. “Services” refer to the consulting services for Hiring of Consultancy Services to

conduct Detailed Engineering Design and Construction Management Services for the

Horizontal Infrastructure Projects (Apron, Taxiway and Apron/Taxiway Shoulders)

of the Clark International Airport New Terminal Building Projects (formerly Clark

Airport Low Cost Terminal), requiring adequate external management and

professional expertise that are beyond the capability and/or capacity of the Client

organization or Agency (Clark International Airport Corporation or CIAC);

C. “The Project” means the Hiring of Consultancy Services to conduct Detailed

Engineering Design and Construction Management Services for the Horizontal

Infrastructure Projects (Apron, Taxiway and Apron/Taxiway Shoulders) of the Clark

International Airport New Terminal Building Projects (formerly Clark Airport Low

Cost Terminal) with its derived basic requirements or components, as determined by

the selected Design Consultants, as presented in this terms of reference;

D. “First Party” or “CIAC” means the Client Agency” hereby known as Clark

International Airport Corporation (CIAC); the implementing agency of the BCDA,

with jurisdiction over the Clark Aerodrome;

E. “Second Party” or “Design Consultant” or “Design Consultant/Construction

Manager” means the pre-qualified entity or firm representing the winning bidder in

bidding process or the Hiring of Consultancy Services to conduct Detailed

Engineering Design and Construction Management Services for the Horizontal

Infrastructure Projects (Apron, Taxiway and Apron/Taxiway Shoulders) of the Clark

International Airport New Terminal Building Projects (formerly Clark Airport Low

Cost Terminal) or “the Project”;

F. “Parties” means both of them;

G. “Agreement” means the resulting Contract for the Hiring of Consultancy Services to

conduct Detailed Engineering Design and Construction Management Services for the

Horizontal Infrastructure Projects (Apron, Taxiway and Apron/Taxiway Shoulders)

of the Clark International Airport New Terminal Building Projects (formerly Clark

Airport Low Cost Terminal), which stipulates the basic agreement or guidelines in the

drafting of (a) specific agreement(s) or specific contract(s); provides the objectives of

the relations between the First Party and Second Party, and as defined by the Scope

of Works of the project, duration of the Agreement, with provisions on Deliverables

and Remunerations;

H. “Effective Date” means the date on which this Contract comes into full force and

effect;

I. “Foreign Currency” means the foreign currency exchange monetary unit, the United

States Dollar (US$) currency;

J. “Government” means the Government of the Philippines;

K. “Local Currency” means the Philippine Peso (PhP);

L. “Personnel” means persons hired by the Consultant or by any sub-consultant as

employees and assigned to the performance of the Services or any part thereof;

M. “CIAC” refers to “Clark International Airport Corporation” or hereby known as the

Client or Agency;

N. “DOTr” means the “Department of Transportation”; the line agency or department

supervising Air Transportation;

O. “CAAP” means the Civil Aviation Authority of the Philippines; the former “Air

Transportation Office (ATO)”; the national civil aviation authority in the Philippines;

P. “BCDA” means the “Bases Conversion and Development Authority”; the mother

company or agency of CIAC and CDC, the subsidiary companies covering the

83 Hiring of Consultancy Services to conduct Detailed Engineering Design and Construction Management Services for the Horizontal

Infrastructure Projects (Apron, Taxiway and Apron/Taxiway Shoulders) of the Clark International Airport New Terminal Building

Project (formerly Clark Airport Low Cost Terminal)

jurisdictions over the Clark Aerodrome (2,200-hectares portion of the main zone) and

(2,000-hectare Main Zone or Clark Freeport Zone and 29,000-hectare sub-zone),

respectively;

Q. “CDC” means the “Clark Development Corporation”; the implementing agency or

administrator of the BCDA over the Clark Freeport Zone and its sub-zones;

R. “PMO” means the CIAC-Project Management Office; an organization of selected

detailed government officers from the DOTr, BCDA, and CIAC, and the technical

consultants from the private-sector; tasked to provide project administration over the

implementation of “the Project”; the said PMO shall supervise the work of “Design

Consultant/Construction Manager” & shall be the interface between the “Design

Consultant/Construction Manager” and the CIAC;

S. “Primary Flag Carriers” means the designated nation’s flag carriers, namely

“Philippine Airlines” and its secondary carrier, “ Cebu Pacific Airlines”; both ply the

domestic and international flights;

T. “Regular Air Carriers” means airlines (local and international) other than the

budget airlines or regional airlines;

U. “Cargo Airlines” means airlines regularly dedicated to cargo services or logistics

services such as FEDEX, UPS, DHL, etc.;

V. “Chartered Airlines” means airlines or aircrafts chartered with specific destinations

with no regular schedule nor flights; can include general aviation;

W. “Military Aircraft” means aircraft usually belonging to the Philippine Air Forces;

and/or host to its allied forces such as in the Visiting Forces Agreement, U.S. Air

Forces or aircrafts of the U.S. Armed Forces, and other visiting military aircrafts from

South east and East Asian countries such as the Republic of South Korea; usually

occupying the military area reserved for the Philippine Air Force or specifically as

permitted by CIAC; these includes helicopter aircrafts from the Philippine Air Force

(PAF), Philippine Navy (PN), Philippine National Police Aviation Group (PNP),

Philippine Coast Guard (PCG), and other aircrafts as necessary per military and

rescue operations;

X. “Budget Airlines” means regional airlines plying (mostly among Southeast Asian

and East Asian countries; served by the budget terminals and ground services

restricted by budget considerations (not using the aero bridges for loading and

unloading);

Y. “Third Party” means any person or entity other than the Client or Agency and the

Consultant;

Z. “Deliverables” means the output document required for submittal to the Client for

decision points to achieve the project activity objectives;

AA.“Remuneration” means the various types of payment for Consultant’s services and

expenses required in the delivery of project output and performance of functions as

required by the Client and agreed upon by both Parties, in accordance with the project

milestones and compliance with the expected results and Client preferences;

BB.“ADPI” means “Aeroports de Paris Ingeniere”; designated firm commissioned to

draft the “Clark International Airport Master Plan” in 2013 and completed in 2015;

IV. DEFINITION OF TECHNICAL TERMINOLOGY.

A. “Accuracy” means a degree of conformance between estimated or measured value and the true value;

B. “Aerodrome” means a defined area on land or water (including any buildings,

installations, and equipment) intended to be used either wholly or in part for arrival,

departure and surface movement of aircraft;

C. “Aerodrome Beacon” means aeronautical beacon used to indicate the location of an

aerodrome from the air;

84 Hiring of Consultancy Services to conduct Detailed Engineering Design and Construction Management Services for the Horizontal

Infrastructure Projects (Apron, Taxiway and Apron/Taxiway Shoulders) of the Clark International Airport New Terminal Building

Project (formerly Clark Airport Low Cost Terminal)

D. “Aerodrome Certificate” means a certificate issued by the appropriate authority

under applicable regulations for the operation of an aerodrome;

E. “Aerodrome Elevation” means the elevation of the highest point of the landing area;

F. “Aerodrome Identification Sign” means a sign placed on an aerodrome to aid in

identifying the aerodrome from the air;

G. “Aerodrome Reference Point” means the designated geographical location of an

aerodrome;

H. “Aerodrome Traffic Density”

a) Light. Where the number of movements in the mean busy hour is not

greater than 15 per runway or typically less than 20 total aerodrome

movements;

b) Medium. Where the number of movements in the mean busy hour is I the

order of 16 to 25 per runway or typically between 20 to 35 total

movements;

c) Heavy. Where the number of movements in the mean busy hour is of the

order of 26 or more per runway or typically more than 35 total aerodrome

movements;

The number of movements in the mean busy hour is the arithmetic

mean over the year of the number of movements in the daily busiest

hour;

Either a take-off or a landing constitutes a movement;

I. “Aeronautical Beacon” means an aeronautical ground light visible at all azimuths,

either continuously or intermittently, to designate a particular point on the surface of

the earth;

J. “Aeronautical ground light” means any light specially provided as an aid to air

navigation, other than a light displayed on an aircraft;

K. “Aeronautical reference field length” means The minimum field length required for

take-off at maximum certificated take-off mass, sea level, standard atmospheric

conditions, still air and zero runway slope, as shown on appropriate airplane flight

manual prescribed by the certificating authority or equivalent data from the airplane

manufacturer; Field length means balanced field length for airplanes, or take-off

distance in other cases;

L. “Aircraft classification number (ACN)” means a number expressing the relative

effect of an aircraft on a pavement for a specified category;

The aircraft classification number is calculated with respect to the

center of gravity (CG) position which yields the critical loading on

the critical gear; normally the aft most CG position appropriate to

the maximum gross apron (ramp) mass is used to calculate the ACN;

in exceptional cases the forward most CG position may result in the

nose gear loading being more critical;

M. “Aircraft stand” means a designated area on an apron intended to be used for

parking an aircraft;

N. “Apron” means a defined area, on a land aerodrome, intended to accommodate

aircraft for purposes of loading or unloading passengers, mail or cargo, fueling,

parking or maintenance;

O. “Apron management service” means a service provided to regulate the activities

and the movement of aircraft and vehicles on an apron;

P. “Barrette” means three (3) or more aeronautical ground lights closely spaced in a

traverse line so that from a distance they appear as a short bar of light;

Q. “Certified Aerodrome” means an aerodrome whose operator has been granted an

aerodrome certificate;

R. “Capacitor discharge light” means a lamp in which high-intensity flashes of

extremely short duration are produced by the discharge of electricity at high voltage

through a gas enclosed in a tube;

85 Hiring of Consultancy Services to conduct Detailed Engineering Design and Construction Management Services for the Horizontal

Infrastructure Projects (Apron, Taxiway and Apron/Taxiway Shoulders) of the Clark International Airport New Terminal Building

Project (formerly Clark Airport Low Cost Terminal)

S. “Clearway” means a defined rectangular area on the ground or water under the

control of the appropriate authority, selected or prepared as a suitable area over which

an airplane may make a portion of its initial climb to a specified height;

T. “Cyclic redundancy check (CRC)” means a mathematical algorithm applied to the

digital expression of data that provides a level of assurance against loss or alteration

of data;

U. “Data quality” means a degree or level of confidence that the data provided meet the

requirements of the data user I terms of accuracy, resolution and integrity;

V. “Declared distances”

a) Take-off run available (TORA). The length of the runway declared available and

suitable for the ground run of an airplane taking off;

b) Take-off distance (TODA). The length of the take-off run available plus the length

of the clearway, if provided;

c) Accelerate-stop distance available (ASDA). The length of take-off run available

plus the length of the stop way, if provided;

d) Landing distance available (LDA). The length of runway which is declared

available and suitable for ground run of an airplane landing;

W. “Dependent parallel approaches” means simultaneous approaches to parallel or

near-parallel instrument runways where radar separation minima between aircraft on

adjacent extended runway center lines are prescribed;

X. “Displaced threshold” means a threshold not located at the extremity of a runway;

Y. “Effective intensity” means the effective intensity of a flashing light is equal to the

intensity of a fixed light of the same color which will produce the same visual range

under identical conditions of observation;

Z. “Ellipsoidal height (Geodetic height)” means the height related to the reference

ellipsoid, measured along the ellipsoidal outer normal through the point in question;

AA.“Fixed light” means a light having constant luminous intensity when observed from

a fixed point;

BB.“Frangible object” means an object of low mass designed to break, distort or yield

on impact so as to present the minimum hazard to aircraft;

CC.“Geodetic datum” means a minimum set of parameters required to define location

and orientation of the local reference system with respect to the global reference

system/frame;

DD.“Geoid” means The equipotential surface in the gravity field of the Earth which

coincides with the undisturbed mean sea level (MSL) extended continuously through

the continents;

The geoid is irregular in shape because of the local gravitational

disturbances (wind tides, salinity, current, etc.) and direction of gravity is

perpendicular to the geoid undulation;

EE.“Geoid undulation” means the distance of a geoid above (positive) or below

(negative) the mathematical reference ellipsoid;

In respect to the World Geodetic System C 1984 (WGS-84) defined ellipsoid,

the difference between the WGS-84 ellipsoidal height and orthometric height

represents WGS-84 geoid undulation;

FF.“Hazard beacon” means an aeronautical beacon used to designate a danger to air

navigation;

GG.“Heliport” means an aerodrome or a defined area on a structure intended to be used

wholly or in part for the arrival, departure, and surface movement of helicopters;

HH.“Holding bay” means a defined area where aircraft can be held, or bypassed, to

facilitate efficient surface movement of aircraft;

II.“Human Factors principles” means principles which apply to aeronautical design,

certification, training, operations, and maintenance and which seek safe interface

between the human and other system components by proper consideration to human

performance;

86 Hiring of Consultancy Services to conduct Detailed Engineering Design and Construction Management Services for the Horizontal

Infrastructure Projects (Apron, Taxiway and Apron/Taxiway Shoulders) of the Clark International Airport New Terminal Building

Project (formerly Clark Airport Low Cost Terminal)

JJ.“Human performance” means human capabilities and limitations which have an

impact on the safety and efficiency of aeronautical operations;

KK. “Identification beacon” means an aeronautical beacon emitting a coded signal by

means of which a particular point of reference can be identified ;

LL.“Independent parallel approaches” means simultaneous approaches to parallel or

non-parallel instrument runways where radar separation minima between aircraft on

adjacent extended runway centerlines are not prescribed;

MM.“Independent parallel departures” mean simultaneous departures from parallel or

near-parallel instrument runways;

NN.“Instrument runway” means one of the following types of runways intended for the

operation of aircraft using instrument approach procedures:

a) Non-precision approach runway. An instrument runway served by visual aids

and a non-visual aid providing at least directional guidance adequate for a

straight-in approach;

b) Precision approach runway, category I. An instrument runway served by ILS

and/or MLS and visual aids intended for operations with a decision height not

lower than 60 meters (200 feet) and either a visibility not less than 800

meters (2,624 feet) or a runway visual range of not less than 550 meters

(1,804 feet);

c) Precision approach runway, category II. An instrument runway served by

ILS and/or MLS and visual aids intended for operations, with a decision

height lower than 60 meters (200 feet) but not lower than 30 meters (100 feet)

and a runway visual range not less than 350 meters (1,148 feet);

d) Precision approach runway, category III. An instrument runway served by

ILS and/or MLS to and along the surface of the runway and;

o Intended for operations with a decision height lower than 30 Meters (100

feet), or no decision height and a runway visual range not less than 200

meters (656 feet);

o Intended for operations with a decision height lower than 15 meters (50

feet),or no decision height and a runway visual range less than 200

meters (656 feet) but not less than 50 meters (164 feet);

o Intended for operations with no decision height and no runway visual

range limitations.

Visual aids need not necessarily be matched to the scale of non-

visual aids provided; the criterion for the selection of visual aids is

the condition in which operations are intended to be conducted;

OO. “ILS” means Instrument Landing System; enables an aircraft to land if pilots are

unable to establish visual contact with the runway;

PP. “Integrity (aeronautical data)” means a degree of assurance that an aeronautical

data and its value has not been lost nor altered since the data origination or authorized

amendment;

QQ.“Intermediate holding position” means a designated position intended for traffic

control at which taxiing aircraft and vehicles shall stop and hold until further cleared

to proceed, when so instructed by the aerodrome control tower;

RR.“Landing area” means that part of a movement area intended for landing or take-off

of an aircraft;

SS.“Landing direction indicator” means a device to indicate visually the direction

currently designated for landing and for take-off;

TT.“Lighting system reliability” means the probability that the complete installation

operates within the specified tolerances and that the system is operationally usable;

UU.“Maneuvering area” means that part of an aerodrome to be used for take-off,

landing, and taxiing of aircraft, excluding aprons;

87 Hiring of Consultancy Services to conduct Detailed Engineering Design and Construction Management Services for the Horizontal

Infrastructure Projects (Apron, Taxiway and Apron/Taxiway Shoulders) of the Clark International Airport New Terminal Building

Project (formerly Clark Airport Low Cost Terminal)

VV.“Marker” means an object displayed above ground level in order to indicate an

obstacle or delineate a boundary;

WW. “Marking” means a symbol or group of symbols displayed on the surface of the

movement area in order to convey aeronautical information;

XX. “MLS” means microwave landing system or an all-weather, precision radio

guidance system installed at large airports to assist aircraft in landing;

YY. “Movement area” means part of an aerodrome to be used for the take-off , landing,

and taxiing of aircraft, consisting of the maneuvering area and the apron(s);

ZZ. “Non-parallel runways” means non-intersecting runways whose runways extended

centerlines have an angle of convergence/divergence of 15 degrees or less;

AAA.“Non-instrument runway” means a runway intended for the operation of aircraft

using visual approach procedures;

BBB. “Obstacle” means all fixed (whether temporary or permanent) and mobile objects,

or parts thereof, that are located on an area intended for the surface movement of

aircraft or that extend above a defined surface intended to protect aircraft in flight;

CCC. “Obstacle free zone (OFZ)” means the airspace above the inner approach surface,

inner transitional surfaces, and balked landing surface and that portion of the strip

bounded by these surfaces, which is not penetrated by any fixed obstacle other than a

low-mass and frangibly mounted one required for air navigation purposes;

DDD. “Orthometric height” means the height of the geoid, generally presented as an

MSL elevation;

EEE. “Pavement Classification Number (PCN)” means number expressing the bearing

strength of a pavement for unrestricted operations;

FFF.“Precision approach runway”, see instrument runway;

GGG.“Primary runway(s)” means runways used in preference to others whenever

conditions permit;

HHH.“Road” means an established surface route on the movement area meant for the

exclusive use of vehicles;

III. “Road-holding positions” means a designated position at which vehicles may be

required to hold;

JJJ.“Runway” means a defined rectangular area on a land aerodrome prepared for the

landing and take-off of aircraft;

KKK.“Runway and safety area (RESA)” means an area symmetrical about the extended

runway centerline and adjacent to the end of the strip primarily intended to reduce

the risk of damage to an airplane undershooting or overrunning the runway;

LLL.“Runway guard lights” mean a light system intended to caution pilots or vehicle

drivers that they are about to enter an active runway;

MMM.“Runway-holding position” means a designated position intended to protect a

runway, an obstacle limitation surface, or an ILS/MLS critical/sensitive area at which

taxiing aircraft and vehicles shall stop and hold, unless otherwise authorized by the

aerodrome control tower;

NNN.“Runway strip” means a defined area including the runway and stopway, if

provided, intended:

a) To reduce the risk of damage to aircraft running off a runway; and

b) To protect aircraft flying over it during take-off or landing operations;

OOO.“Runway visual range (RVR)” means the range over which the pilot of an aircraft

on the centerline of a runway can see the runway surface markings or the lights

delineating the runway or identifying its centerline;

The determination of the airplane reference field length is solely for the

selection of a code number and is not intended to influence the actual runway

length provided.

88 Hiring of Consultancy Services to conduct Detailed Engineering Design and Construction Management Services for the Horizontal

Infrastructure Projects (Apron, Taxiway and Apron/Taxiway Shoulders) of the Clark International Airport New Terminal Building

Project (formerly Clark Airport Low Cost Terminal)

V. DESIGN CONSULTANT SERVICES.

The Airport Design Consultant’s services required for the aforementioned scope of works

involves services generally of civil, geotechnical, structural, and electrical engineering

nature. The basic services that will be required are the following:

1. Preliminary Stage. This stage involves those activities required for defining the

scope of a project and establishing preliminary requirements. Some examples of

activities within this stage of a project includes:

1.1 Conferring with CIAC on project requirements, finances, schedules, early phases

of the project, and other pertinent matters and meeting with the Civil Aviation

Authority of the Philippines (CAAP) and other concerned agencies and parties on

matters affecting the project.

1.2 Planning, procuring and/or preparing necessary surveys, geotechnical engineering

investigations, field investigations and engineering studies required for

preliminary design considerations.

1.3 Developing or re-developing design schematics, sketches, environmental and

aesthetic considerations, project recommendations and preliminary layouts and

cost estimates.

2. Design Stage. This stage includes all activities required to undertake and accomplish

a full and complete project design. Examples include:

2.1 Conducting and attending meetings and design conferences to obtain information

and to coordinate or resolve design matters;

2.2 Collecting engineering data and undertaking field investigations, performing

geotechnical engineering studies; and architectural, engineering and special

environmental studies;

2.3 Preparing necessary engineering reports and recommendations;

2.4 Preparing detailed plans, specifications and cost estimates;

2.5 Printing and providing necessary copies of engineering drawings, contract

documents and specifications.

3. Construction Stage. This stage includes all activities to construct the project.

Examples include:

3.1 Assisting CIAC-sponsored construction works in advertising and securing bids ,

negotiating for services, analyzing bid results, furnishing recommendations on

the award of contracts and preparing contract documents;

3.2 On-site construction inspection and/or management involving the services of a

part-time or full-time resident engineer(s), inspector(s) or manager(s) during the

construction or installation stage of a project;

3.3 Providing consultation and advice to the CIAC-sponsored airport projects during

all phases of construction;

3.4 Representing CIAC-sponsored projects at pre-construction conferences;

3.5 Inspecting work in progress periodically and providing appropriate reports to the

CIAC-sponsored projects;

3.6 Reviewing and approving shop and erection drawings submitted by contractors

for compliance with design concepts;

3.7 Reviewing, analyzing and approving laboratory and mill test reports of materials

and equipment;

3.8 Preparing and negotiating change orders and supplemental agreements;

89 Hiring of Consultancy Services to conduct Detailed Engineering Design and Construction Management Services for the Horizontal

Infrastructure Projects (Apron, Taxiway and Apron/Taxiway Shoulders) of the Clark International Airport New Terminal Building

Project (formerly Clark Airport Low Cost Terminal)

3.9 Observing or reviewing performance tests required by specifications;

3.10 Preparation of record drawings;

3.11 Determining amounts owed to contractors and assisting CIAC-sponsored

projects in the preparation of payment requests for amounts;

3.12 Making final inspection and submitting a report of the completed project to

the CIAC-sponsored projects, the CAAP, and the DOTr.

4. Special Services. The development of some projects may involve special activities or

studies. Some examples of special services that might be employed for airport

projects include:

4.1 Soils investigations, including core sampling, laboratory tests, related analyses

and reports;

4.2 Land surveys and topographic maps;

4.3 Field and/or construction surveys;

4.4 Photogrammetric surveys;

4.5 Special environmental studies and analyses;

4.6 Expert witness testimony in litigation involving specific projects;

4.7 Public information and community involvement surveys, studies and activities;

4.8 Assisting CIAC-sponsored projects in the preparation of necessary applications

for local, national or international grants*;

4.9 Preparation of or updating the airport layout plan;

4.10 Preparation of property maps;

4.11 Preparation of quality control plan;

4.12 Preparation of final report. *Optional services.

VI. EXPECTED PROJECT COMPONENTS.

a) Design Apron and Taxiway/Taxi lanes;

b) Design Apron and Taxiway Shoulder;

c) Airport Planning and Environmental Studies;

d) Design and install Taxiway Markings, and Lightings;

e) Airport Property Layout Plan; and

f) Prepare an Environmental Review

VII. ON OF LEGAL TERMINOLINIONOLOGY.

VII. PROPOSED AIRPORT LAYOUT FOR PHASE I.

In June 2013, the French Embassy in the Philippines, approached the Department of

Transportation (then known as DOTC) with an offer to conduct consultancy services for

Clark International Airport under the French Ministry of Finance’s Le Fonds d’etude et

d’Aide au Sector Prive’ (FASEP) Grant. This grant was finalized in January 2014 after

coordination with the National Economic and Development Authority (NEDA), the

Department of Foreign Affairs (DFA), and the French Government.

Under the FASEP Grant, Aeroports de Paris Ingeniere (ADPI) was appointed as the

consultant to assist the DOTr and CIAC in updating the Master Plan, preparing the

feasibility study for the proposed new terminal, preparing a concept design, and providing

assistance in the procurement process. ADPI commenced work in January 2014 and

finished in February 2015.

Whereas the Clark International Airport New Terminal Building project (“the Project”)

90 Hiring of Consultancy Services to conduct Detailed Engineering Design and Construction Management Services for the Horizontal

Infrastructure Projects (Apron, Taxiway and Apron/Taxiway Shoulders) of the Clark International Airport New Terminal Building

Project (formerly Clark Airport Low Cost Terminal)

was approved by the NEDA Board on September 4, 2015, the DOTr now intends to

implement the Project as approved by the NEDA Board for a three (3) Million passenger

per annum terminal expandable to five (5) Million passenger per annum, as necessary.

The Project’s supervision was turned over, in March 2017, to the Bases Conversion

Development Authority (BCDA), after the DOTr decided to have it for PPP

implementation, where it is now reverted back to being a solicited project under GAA

funding, where is to build an eight (8) Million passenger per annum terminal in a period

of three (3) years with the related taxiway and apron constructions, aside from the access

roads and parking infrastructures. The design Consultant (to be selected through a bidding

process) is hereby instructed the following course of activities as part of this Terms of

Reference for the “Detailed Engineering Design and Construction Management

Consultancy” for the said Project:

1. To review the current (ADPI) Airport Master Plan, feasibility study and concept

designs for the new terminal building and assess the adequacy of the requirements of

the Project;

2. To define critical issues on the airport layout, design and implementation

(construction) and define the definite objectives of Phase I and lay the ground for the

targets and goals of the succeeding phases in the development of the Clark

International Airport Master Plan, based on a wholistic and systems approach;

3. To prepare in modular configuration, the detailed engineering design and cost

estimates for the passenger terminal building with a passenger per annum capacity of

eight (8) Million including: (a) Passenger Terminal Building; (b) support buildings;

(d) terminal apron; (e) access roads; car parking (and/or building); (f) other utility

facilities, included in the existing concept design of ADPI;

4. To conduct an Environmental Impact Assessment (EIA) study and prepare the

“Environmental Impact Statement” (EIS) for the Project, which shall be submitted to

the DENR-EMB, for subsequent issuance of the Environmental Compliance

Certificate (ECC);

5. To craft and prepare the necessary bid documents and provide assistance during the

tendering process and for the entire procurement process (RA 9184) in the selection

of qualified contractor(s) ;

6. To supervise and manage (on a daily basis) the construction of the civil and

structural; installation of electrical works and markings of the airside components;

7. To deliver the comprehensive and quality reports and documentation that will serve

as historical basis for future planning activities, upgrading, or rehabilitation;

8. To provide the latest state of-the-art technology and infuse the transfer of technology

to the future airport employees by providing training and the preparation of operating

and repair manuals, as provided for in this terms of reference.

VIII. PROPOSED IMPLEMENTATION OF THE PHASE-I OBJECTIVES.

The review of the ADPI Airport Master Plan, shall provide the opportunity for the airport

planners to draft a Master plan for the Aviation Complex, considering that the complex is

currently now a multiple-use complex with the mixing of military use and civilian uses of

the aerodrome. This should provide the guidelines to use during the eventual

transformation of this airport from the standpoint of safety, security, efficiency and

organization.

This shall also pave the way for the establishment of the proper protocols that may be

required during the construction stages of the project. The current Memoranda-of-

Agreement (MOA) between the various entities comprising the Clark Aerodrome, namely

CIAC (Clark International Airport, CRK ), the various airlines operating flights to and

91 Hiring of Consultancy Services to conduct Detailed Engineering Design and Construction Management Services for the Horizontal

Infrastructure Projects (Apron, Taxiway and Apron/Taxiway Shoulders) of the Clark International Airport New Terminal Building

Project (formerly Clark Airport Low Cost Terminal)

from the airport regularly, the Philippine Air Force detachments and Air Wings, its

various arrangement with visiting forces such as the U.S. Armed Forces and other allied

forces, the various operating locators such as General Aviation, Cargo and Logistics firms

such as United Parcel Services (UPS), FEDEX, the aircraft maintenance locators, and

other chartered aircrafts residing within the Clark Aerodrome. The following

considerations shall be made:

IX. STUDY AREA.

The study area is defined as the area located within the 4,400 hectares of the Clark

Freeport Zone, Province of Pampanga and Angeles City defined in the feasibility study

report of the Project.

X. SCOPE OF WORK.

The Design Consultant shall discharge the Scope of Services in accordance with the

following stages:

Part 1: Review of the existing materials (literature) and preparation of the updated

conceptual design;

Part 2: Preparation of the detailed engineering design;

Part 3: Preparation of the Implementation Plan (schedule);

Part 4: Tender assistance during the Procurement process; and

Part 5: Construction, supervision and construction management.

Part 1: Review of existing materials and update of the ADPI concept plan.

The Design Consultant shall review available and relevant reports and update the air

traffic forecast and facility requirements based on the latest data and socio-economic

parameters. This involves evaluating the capacity of existing facilities at Clark

International Airport based on the existing conditions. Various considerations such as

general condition and expected life time of the facilities or sustainability of

infrastructures.

In parallel, the Consultant shall also compare the future facility requirements with

estimated capacity of the existing facilities, using results of the assessment of the capacity

of existing facilities. This will assist in determining the development priorities in the

Revised Implementation Plan.

Based on the review and update, the Design Consultant shall prepare and update the

concept design previously established. In particular, the Design Consultant shall perform

a detailed assessment of the relevant project documents including:

a. Airport Master Plan and Drawings

b. Air Traffic Study Report

c. Airport Layout Plan

d. Feasibility Study Report

e. Concept Design Report

Civil Engineering Report

Electrical HV/LV Report

Sustainable Strategy Report

Other project documents

The Design Consultant, shall prepare the conceptual site development and basic design of

92 Hiring of Consultancy Services to conduct Detailed Engineering Design and Construction Management Services for the Horizontal

Infrastructure Projects (Apron, Taxiway and Apron/Taxiway Shoulders) of the Clark International Airport New Terminal Building

Project (formerly Clark Airport Low Cost Terminal)

horizontal structures and airside facilities including, but not limited to:

a. Apron

b. Taxiways

c. Shoulder surface

The following, among others, must be considered in crafting the conceptual site

development plan and basic design:

a. Air traffic review

b. Airport security and safety

The deliverables include (1) design criteria, siting conditions, horizontal and vertical

alignments, sizes, composition of facilities, outline of specifications, etc. on which the

detailed design is to be prepared; (2) sequence and method of construction (taking into

consideration the interfacing with the on-going construction works of the airside; and (3)

preliminary cost estimates.

Part 2: Formulation of the Detailed Engineering Design.

Based on review and comments by the DOTr, BCDA, CIAC and CAAP, on the

concept/design, the Design Consultant shall:

a. Prepare and submit the final Detailed Engineering Design; and

b. Re-assess the requirements, prepare and submit the detailed design,

specifications, cost estimates (approved budget for the contract) for

construction works, construction program including temporary

works, construction method and construction schedule for approval

by the Executing Agency.

At the time of its submission, the Design Consultant, will ensure that the detailed

engineering and design it has prepared satisfies or exceeds standards prescribed by:

a. Civil Aviation Authority of the Philippines

b. Manual of Standards for Aerodromes

c. ICAO standards and recommended practices

d. FAA Advisory Circulars (latest)

e. ACRP Reports/Synthesis

f. Any other standards/recommended practices by ICAO, FAA and

IATA.

Part 3: Preparation of the Implementation Plan.

Based on the review of existing materials (literature), the Design Consultant will prepare

the Implementation Plan for the Project such that the Phase I Passenger Terminal (under a

separate contract package) shall be for eight (8) Million Per Annum (MPA) capacity.

The Design Consultant must take into account requirements in terms of functional areas

and number or dimensioning of specific airport processes based on a defined Level of

Service ratio. The Implementation Plan will list the main functions to be provided in the

project scope. For example, it should include space and equipment requirements for major

functional elements such as ramp/apron operation, physical security for development

phase.

Under the Revised Implementation Plan, the Design Consultant will compile

93 Hiring of Consultancy Services to conduct Detailed Engineering Design and Construction Management Services for the Horizontal

Infrastructure Projects (Apron, Taxiway and Apron/Taxiway Shoulders) of the Clark International Airport New Terminal Building

Project (formerly Clark Airport Low Cost Terminal)

requirements for the horizontal structures and future new terminal building using a set of

proven dimensioning methodology with the following:

a. Rigorous analysis of existing Aircraft Movement Area traffic process

and Client’s operational requirements;

b. Ratios usually applied t similar types of airports when this analysis

has been possible, or

c. Ratios recommended by CAAP, IATA, ICAO and FAA.

Based on existing conditions, the previously prepared facilities requirements and the

existing traffic study, the Design Consultant will identify how the airport functions and

what areas need to be expanded.

The Revised Implementation Plan must set out the projected phasing requirements for the

key facilities identified in the Detailed Engineering Design;

The deliverables will consist of a narrative report detailing the building program

(horizontal works) and a schedule of facility requirements for the development phase that

will expand the terminal capacity to 8 MPA. The Design Consultant shall determine the

triggers when the development phase shall commence.

The Implementation Plan will examine the following subjects:

a. Simulation of the Passenger Terminal Building area (Concept Plan)

including the Airside and Landside;

b. Re-organization of accesses (landside and airside);

c. Consideration of the need for expansion and flexibility of those

facilities directly linked to traffic growth (terminals, aprons, vehicle

parking areas, cargo area etc.), as compared to the facilities with

fixed needs that require a definitive location and dimensioning

(control tower, rescue/fire station);

d. Relations with the surrounding areas (access requirements, noise

impacts);

e. Compliance with national and international standards; and

f. Capital expenditure plan.

Part 4: Tender Assistance.

The Design Consultant shall assist the Executing Agency (CIAC) during the bidding for

the construction contract(s) so as to ensure compliance with the Government Procurement

Law (RA 9184) and its Revised Implementing Rules and Regulations (IRR). The Design

Consultant shall execute the following tasks:

a. Provide Terms of Reference, Bidding Documents, and Costing for

the horizontal infrastructure construction;

b. Provide professional advice to the Bids and Awards Committee

(BAC) during Pre-Procurement Conference;

c. Assist the BAC in holding a pre-bid conference(s) and in preparing

replies to queries submitted by the bidders;

d. Assists the Technical Working Group in the evaluation of the

eligibility, technical and financial bid/documents submitted by the

applicants;

e. Assists the BAC (or its Technical Working Group) in the conduct of

Post Qualification process; and

f. Recommendation of the successful bidder.

94 Hiring of Consultancy Services to conduct Detailed Engineering Design and Construction Management Services for the Horizontal

Infrastructure Projects (Apron, Taxiway and Apron/Taxiway Shoulders) of the Clark International Airport New Terminal Building

Project (formerly Clark Airport Low Cost Terminal)

Part 5: Construction, Supervision and Construction Management.

The Design Consultant exercises the authority as the “Designer” and “Employer’s

Representative” given by and on behalf of its employers in order to complete the

construction and site activities:

a. In compliance with related conditions of contract;

b. In compliance with legislation, rules, regulations, standards, specifications, technical

works and field of art rules and;

c. In compliance with application/detailed design, within specified budget and time and;

d. In compliance with post construction activities, among other but not limited to:

Final acceptance warranty

As-built plans

Testing, commissioning, operation and maintenance.

XI. STATEMENT OF QUALIFICATIONS SUBMITTAL REQUIREMENTS.

All copies of the Statement of Qualifications will be retained by CIAC and will not be

returned. The Statement of Qualifications shall include at a minimum the following:

1. Front Cover;

2. Cover Letter;

3. Background and information on Firm

3.1 Include company organization structure, company history and

background, size of company, recent experience in airport

projects, experience and familiarity with projects at aviation

airports; also include name, address, and telephone number of

person(s) in your organization authorized to negotiate contract

terms and render binding decisions;

3.2 Identify other firms that you plan to subcontract or joint

venture with, if any, for this contract and identify work items

for which they will be responsible;

3.3 Detail your knowledge, experience and capability to

successfully perform and/or administer the four (4) main basic

services described above (Preliminary Phase, Design Phase,

Construction Phase, and Special Services);

3.4 Provide a list of references from other airports (include contact

persons, contact title, contact address, phone numbers, e-mail

and a brief description of the airport project(s) you have3

worked together on.).

4. Qualifications and Information on Key Personnel.

4.1 Explain who will be the main direct contact for the (Airport

Manager) to interface with. Explain what other airports and

what other projects this person is responsible for. Please

provide 3-5 professional references for this individual;

4.2 Provide information on other key personnel that will be

involved in this contract; explain how they will be involved in

projects, their backgrounds, their experience and whom they

report , include resumes for these people;

4.3 Provide information on who would provide presentations to the

public and conduct public meetings, if required; Organizational

Chart.

5. Detail your firms and key personnel’s experiences and relationships

with (CAAP, DOTr, BCDA, CIAC) Government agencies;

6. Detail and provide evidence that firm(s) has established and

implemented an “Affirmative Action Program”;

95 Hiring of Consultancy Services to conduct Detailed Engineering Design and Construction Management Services for the Horizontal

Infrastructure Projects (Apron, Taxiway and Apron/Taxiway Shoulders) of the Clark International Airport New Terminal Building

Project (formerly Clark Airport Low Cost Terminal)

7. Provide evidence of general liability and professional liability

insurance for the firm(s);

8. Any additional information.

XII. SELECTION CRITERIA.

Respondents meeting the Minimum Qualifications of this terms of reference,

shall be evaluated as follows:

Company Experience 25 %

Key Personnel 20 %

Understanding the Project 15 %

Project Schedule 10 %

Quality Assurance Approach 10 %

Design Approach 5 %

Use of Sub-consultants 5 %

Quality of SOQ* 10%

Total Points

1

100%

*As determined by the Selection Committee.

96 Hiring of Consultancy Services to conduct Detailed Engineering Design and Construction Management Services for the Horizontal

Infrastructure Projects (Apron, Taxiway and Apron/Taxiway Shoulders) of the Clark International Airport New Terminal Building

Project (formerly Clark Airport Low Cost Terminal)

XIII. Manpower Requirements.

The following are the minimum manpower manning requirements:

Detailed Architectural & Engineering-Construction Management Consultant

Position Qualifications Basic Roles/Responsibilities Reports to

DC-CM

Project Manager

1 Civil engineer or Architect with at

least 10 years’ experience in airport planning & engineering design;

Successful track record as project

manager for at least two (2) airport projects that involve either (1)

detailed engineering design and

tender assistance, or (2) construction supervision and defects liability

period supervision.

Shall be responsible for the overall

conduct of the services and for providing the professional expertise

for formulating and conducting field

investigation programs.

Shall be assigned full-time on the

project from commencement until

completion of the project

CIAC PMO

Project Manager

DC-CM

Senior Airport Engineer

Deputy Project Manager

(Design)

1 Civil engineer with at least 10 years’ experience in airport planning,

design and/or construction/management

Shall be responsible in assisting the Project Manager in supervising all

the activities of the Project.

DC-CM Project Manager

Detailed Architectural & Engineering-Construction Management Consultant Position Qualifications Basic Roles/Responsibilities Reports to

DC-CM

Senior Civil Engineer

Deputy Project Manager

(Construction)

1 Civil engineer with at least 10 years’ experience in airport planning,

design and/or

construction/management.

Shall be responsible for the supervision of all construction

operations-Horizontal

DC-CM

Project Manager

DC-CM

Sr. Structural Engineer

(Design)

1 Should be a qualified civil or

structural engineer (with Masters in

Structural engineering) with at least 10 years’ experience in structural

engineering design and/or

construction supervision/management of vertical

structures.

Shall be responsible for the design of

all pavements (runway, taxiways &

apron);

Prepares technical specifications and

cost estimates;

Conducts engineering studies &

pavement evaluations (ACN/PCN).

DC-CM

Deputy Project Manager

(Design)

DC-CM

Sr. Electrical Engineer

(Design/Construction)

11 Should be a qualified professional

electrical engineer with at least 10 years’ experience in planning,

engineering design and/or

installation supervision of electrical systems for vertical structures as well

as power supply/distribution systems

and telecommunications system.

DC-CM

Deputy Project Manager

(Design)

Detailed Architectural and Engineering-Construction Management Consultant

Position Qualifications Basic Roles & Responsibilities Reports to

DC-CM

Sr. Electrical Engineer

(Construction)

1 Should be a qualified electrical engineer with at least 10 years’

experience in planning, engineering design and/or installation supervision

of electrical systems for vertical

structures as well as power supply/distribution systems and

telecommunications system.

Shall be responsible for the electrical design & supervision installation of

(visual aids) electrical works of the taxiways, aprons & repair works on

other areas.

Shall prepare final inspection of installations & as-built plans of the

electrical works (visual aids)

Shall be in-charge of commissioning of electrical works (visual aids) of

the new airfield (taxiway & apron) lights

DC-CM Deputy Project Manager

(Construction)

DC-CM

Sr. Materials Engineer

(Quality Control)

1 Should be qualified materials (civil

or chemical) engineer with at least

10 years’ experience in airport

planning, and engineering design and/or construction supervision and

management.

Shall be responsible for the Quality

Assurance program of the project;

Shall keep the maintenance of all quality control records and maintain

consistent tracking of all materials

tests and their conformance to the plans and specifications and the

compliance to the ICAO,AASHTO,

& other relevant standards & codes.

DC-CM

Deputy Project Manager

(Design)

DC-CM

Sr. Civil Engineer

1 Should be a qualified civil engineer

with at least 10 years’ experience in

Shall be responsible for supervision

of all earthmoving works and

DC-CM

Deputy Project Manager

97 Hiring of Consultancy Services to conduct Detailed Engineering Design and Construction Management Services for the Horizontal

Infrastructure Projects (Apron, Taxiway and Apron/Taxiway Shoulders) of the Clark International Airport New Terminal Building

Project (formerly Clark Airport Low Cost Terminal)

(Construction-Horizontal)

airport construction

supervision/management

Must have at least 5 years’

experience in horizontal construction

drainage constructions

Shall be responsible for the

commissioning of all civil works

(taxiways, aprons, access roads, car

parking, all drainage works) & drainage works.

(Construction)

Detailed Architectural & Engineering Design-Construction Management Consultant Position Qualification Basic Roles & Responsibilities Reports to

DC-CM

Senior Electronics &

Communications

Engineer

(Sr. NAVAIDS

Specialist)

1 Should be a qualified professional

electronics engineer with at least 10 years’ experience in airport

navigational aid facilities.

Shall be responsible for the evaluation

of the Airport Master Plan (navigational aid components);

compliance, adequacy & reliability

Shall prepare an inventory of existing Navigational systems & prepare a

report on their condition

Preparation of proposals for future ATC equipment acquisition

DC-CM

Deputy Project Manager

(Design)

DC-CM

Sr. Quantity/Cost

Engineer

(Construction)

1 Should be a qualified engineer or architect with at least 10 years’

experience in cost estimation of large

scale horizontal and vertical construction projects, particularly

airport and aviation development

projects.

Shall prepare cost comparison studies & optimization studies

Prepare post-bidding re-conciliation/adjustments of contractor

bid estimates (bill of quantities)

Prepare cost templates for construction monitoring & quantity surveys

Conduct quantity surveys for progress billing certifications.

DC-CM Deputy Project Manager

(Construction)

DC-CM

Document Specialist

(Design/Construction)

1 Should be a B.S. degree holder, who has at least 10 years’ experience in

preparing bid documents for

Government projects.

Shall be responsible for all document control

Shall prepare bid documents

(assistance to CIAC during the bidding period & evaluation)\

Shall prepare templates/form for reporting requirements of

design/construction

DC-CM

Deputy Project Manager (Design)

DC-CM

Sr. Transport

Planner/Economist

(Design)

1 Should be a graduate of economics or related fields, who has at least 10

years’ experience in transport

infrastructure project feasibility studies.

Shall conduct a data review of the Airport Master Plan

Shall evaluate new data & update the Airport configuration & re-set future

targets/improvements in the Airport

Master Plan

DC-CM Deputy Project Manager

(Design)

DC-CM

Sr. Environmental

Specialist

(Design/Consruction)

1 Should be a qualified consultant/planner with at least 10

years’ experience in planning and design, construction methodologies

and sustainable management system.

Evaluate environmental conditions & prepare an Environmental Impact

Statement & secure an ECC for the project

Shall evaluate construction activities & measure the environmental & social

impacts

Conduct a periodic assessment of the impacts of Clark Airport’s yearly

operations on the environment/propose solutions to mitigate pollution

(emissions & noise)

DC-CM Deputy Project Manager

(Design)

DC-CM

Geodetic Engineer (Surveyor)

Should be a graduate of Geodetic Engineering; a licensed Geodetic

Engineer with at least 10 years’

experience in the construction of airport-related projects

Should be knowledgeable in the use of

GPS and state-of-the art in surveying

DC-CM

Safety Engineer

(Construction)

1 Should be a graduate of any

engineering discipline and with at least 10 years’ experience in the

construction of airports or airport-

related projects

Must have earned at least adequate

points (must have completed safety

course on LCM) to be a full-time safety engineer

Evaluates the Construction Safety Plan

of contractors (airside)

Supervises & evaluates the

performance (safety) of contractors &

subcontractors & monitors safety risks of construction operations on FOD

Prepares proposals on mitigation measures & resolves construction

safety issues

DC-CM

Deputy Project Manager

(Construction)

Support Staff:

Jr. Structural Engineer 1 Support Staff

Jr. Civil Engineer 1 Support Staff

Jr. Electrical Engineer 1 Support Staff

Jr. ECE 1 Support Staff

98 Hiring of Consultancy Services to conduct Detailed Engineering Design and Construction Management Services for the Horizontal

Infrastructure Projects (Apron, Taxiway and Apron/Taxiway Shoulders) of the Clark International Airport New Terminal Building

Project (formerly Clark Airport Low Cost Terminal)

Jr. Quantity Engineer 1 Support Staff

Admin/Accountant 1 Support Staff

Admin/Assistant 1 Support Staff

Secretary 1 Support Staff

Computer Operators 2 Support Staff

CAD Operators 3 Support Staff

Equipment Technician 1 Support Staff

Messenger/Utility Worker 1 Support Staff

Drivers 5 Support Staff

The other key consultant staff shall be qualified engineers in the field relevant to the position who have at least 5 years’

experience in airport development studies, planning, design, and/or construction. All key consultants must have a valid

licensed from the Professional Regulation commission (PRC).

XIV. DESIGN CRITERIA.

1. Airport Pavement - Runway, Taxiways and Apron.

a) It is assumed that the Clark International Airport and other current airside

operations shall be, generally, active throughout the duration of the

construction activities for the Project. However, particular attention should be

made on construction activities within the Clark Aerodrome. Various

restrictions shall be imposed on the Northern portion (where the new

taxiways and Passenger Terminal shall be constructed).

b) Due diligence shall be required from the Design Consultants to review the

ultimate capacity of the existing runway. Although, the CIAC is advised to

solicit a proposal to extend the runway to 4,000 meters (to accommodate

fully-loaded Boeing B-747-xxx, Airbus A-3xx, and large heavy air transports

in the near future-Aircraft Design Group VI); this shall be implemented when

the second runway (4,000 meters) shall have been available (most probably in

2022).

c) It would also be prudent for the Design Consultant to know the current

ACN/PCN ratings of the various pavements (other taxiways and aprons)

within the aerodrome to optimize the Airfield capacity (actual bearing

capacities of pavement). This would also be helpful for future maintenance

requirements of the aerodrome.

d) The plan to detour the taxiway routes of arriving (most of the time) aircrafts

would depend on finding out the capacities of other existing taxiways (based

on aircraft loading & the traffic frequency). If the findings would provide

restricting data, varying schedules of re-routing will be necessary for

prolonged durability of pavement.

e) This re-routing may be necessary after the closing of the diagonal exit

taxiway from the main runway threshold to the North Apron (Budget

Terminal). The demolition of this taxiway may be deferred; the taxiway (in

front of the new Terminal) shall have to be constructed first before the

demolition of the diagonal taxiway. These routes will have to be constructed

first, as there is no existing access route (no existing direct taxiway from the

runway’s end); if the diagonal taxiway remains, construction may proceed

with the parallel taxiways (demolition, earthmoving and paving). Only after

the full curing of the concrete pavement shall traffic be allowed (full

commissioning shall have been made at this point). Once the whole route to

the North Apron (alternative route) has been made available, only then the

demolition of the diagonal taxiway may proceed. By this time, construction

99 Hiring of Consultancy Services to conduct Detailed Engineering Design and Construction Management Services for the Horizontal

Infrastructure Projects (Apron, Taxiway and Apron/Taxiway Shoulders) of the Clark International Airport New Terminal Building

Project (formerly Clark Airport Low Cost Terminal)

of the Passenger Terminal should be commencing. The construction of the

Terminal apron may start after the demolition of Runway 2 (portion of

Runway 2 covered by the new Passenger Terminal). Other works outside of

these areas may be started independently (such as access roads, car parking);

f) During the earthmoving and construction of the parallel taxiways (route to

North Apron), stringent control (traffic at the intersection of the diagonal

taxiway and haul road towards the northwestern exits) on traffic between haul

vehicles vs. taxiing aircrafts and dust control should be implemented;

g) Primary considerations shall be made on dust/debris control to prevent FOD

(Foreign Object Damage). Earthmoving may be stopped if the wind direction

may be going eastwards or southwards;

h) The use of the runway for taxiing is strongly discouraged for safety reasons;

if conditions allow, aircraft landing is encouraged from north-to-south

direction (if possible, aircraft landing from south-to-north is discouraged);

i) A proposal from the Design Consultants (initial programming of the taxiway

construction activities) is highly solicited; a thorough evaluation from the

CIAC in-house consultants, the CIAC engineering department, the Design

Consultants, representatives from CAAP; upon recommendation from the

technical resource members, members of the CIAC Board shall make the

decision.

The pavement design for the taxiways and aprons shall be as provisions of Chapter 2 & 3

of the ICAO Aerodrome Standards and shall be consistent with provisions of the AC-

150/5325-4B, the preliminary engineering shall be based on requirements of AC-

150/5320-6F and shall not be less than the provisions of the ICAO Aerodrome Standards

Annex 14 Chapter 2. Any pavement evaluation of shall be based on procedures as per AC

150/5320-5C Standardized Method of Reporting Airport Pavement Strength (Refer to the

Basis of Design Table).

2. Drainage of Airport Pavements – Runway, Taxiways and Apron.

During the preliminary engineering of the project, a hydrological study of the areas of

the Clark Aerodrome shall be conducted. This shall apply to the period for this phase

of the project only. Later developments shall result in a changed hydrological patterns.

Adequate drainage of paved areas through a proper conveyance system, and through

efficient infiltration capacities of impervious surfaces; in case of the probability of

flash floods, water impounding ponds may be constructed outside of movement areas.

Preliminary engineering shall include a full topographic survey of the existing

aerodrome areas (not including the future expansion plans) including other areas

outside of the construction limits. Soil investigations shall be made on proposed

pavements for taxiways and aprons, including extensions of shoulders. The building

areas investigations required for five-level structures (big shed type or space u.

3. The objective for the design of the taxiway, and apron pavements is to accommodate

ADG VI aircraft. The construction shall be designed to accommodate maximum

expected traffic levels and a foreseeable variety of aircraft (Group VI) for the next 30

years of service.

Per FAA guidelines, for new larger aircraft such as Airbus A-380 and Boeing 747-

800, taxiways for ADG VI aircraft should be constructed one 25 meter wide (eighty-

100 Hiring of Consultancy Services to conduct Detailed Engineering Design and Construction Management Services for the Horizontal

Infrastructure Projects (Apron, Taxiway and Apron/Taxiway Shoulders) of the Clark International Airport New Terminal Building

Project (formerly Clark Airport Low Cost Terminal)

two (82) feet wide) with 12 meter (forty (40) feet) of shoulder on each side of the

taxiway. All works shall be designed to meet FAA standards and procedures and

ICAO Aerodrome Standards Annex 14 (Refer to Basis of Design Table).

4. A separate Preliminary Engineering Study Stage (Phase I) will be required of the

Design Consultant before the Design Stage to determine future taxiway capacity and

traffic loads, to develop alternative solutions and report on the results of the

investigations of the various systems. The studies will be documented by a written

Preliminary Engineering Report (PER). It will include results of investigations, the

Consultants’ assessments, recommended design solution, construction budget

estimates corresponding to the various design and upgrade alternatives as well as

schedules, exhibits and illustrations. During the study stage, the Design Consultant

will be required to hold periodic meetings with the project team to discuss, conditions

encountered, decisions, and coordination/support. Upon completion of this stage,

(30% review submittal), the CIAC-Engineering Department will choose the

design/upgrade alternative to be designed by the Design Consultant.

5. During the Design stage, formal review submittals will be required at approximately

the 65%, 95% and 100% design progress levels. These submittals will include

drawings, specifications and semi-detailed cost estimates corresponding to the level

of design development. The Final Engineering Report (FER) shall be submitted at the

end of the Design Stage, and a revision, if necessary, after construction is complete.

Periodic meetings with the project team are normally held also during this stage.

6. During the construction stage, the Design Consultant will furnish CIAC-Engineering

Department, the Phase I-Construction Contract Documents. The services envisioned

generally include periodic observation of the work, consulting with CIAC

concerning the quality, execution and changes needed, review of shop drawings,

submittals, test reports review, issuing clarifications or change documentation,

attending weekly progress meetings and prepare final inspection punch-list. The

Design Consultant shall be required to do a detailed inspection except Project

Administration services which shall be the responsibility of CIAC.

XV. SCOPE OF SERVICES.

General

1. The work shall consists of geotechnical investigations and topographic surveys,

traffic load and design alternatives analysis, life cycle cost studies, and

recommendations. The development of cost effective design solutions and

construction documents will be based on the decisions taken on the study stage

report. Estimates of probable construction cost and schedule, as well as work phasing

recommendations to minimize construction interference with airfield operations will

also be required both during the study stage and the design stage.

2. The contracted design firm will be responsible to obtain plans review and agency

approvals before work is advertised for construction bids and to update construction

and record documents to “As-Built” condition.

Work Element

1. Specifically, the services will consists of all actions needed incidental to the

accomplishment of the design for the project consisting of the following major work

elements:

101 Hiring of Consultancy Services to conduct Detailed Engineering Design and Construction Management Services for the Horizontal

Infrastructure Projects (Apron, Taxiway and Apron/Taxiway Shoulders) of the Clark International Airport New Terminal Building

Project (formerly Clark Airport Low Cost Terminal)

a) All work shall be coordinated with CIAC-Engineering Department;

b) Evaluation of the taxiways’ pavement’s current theoretical traffic capacity by

field tests and calculations in comparison to the anticipated traffic load and

aircraft mix;

c) Construct the parallel taxiways to accommodate ADG VI aircraft (TDG VII);

d) Design Consultant shall evaluate horizontal and vertical geometry for compliance

with the latest FAA Advisory Circular for ADG VI (TDG VII);

e) Any replacement and improvement of the existing taxiway surfacing with

concrete pavement without changing the taxiway’s structural integrity;

f) Replacement of asphalt mower strip shoulders at the taxiways to accommodate

ADG VI requirements;

g) All electrical work shall comply with the latest applicable revision of the NEC –

National Electrical Code, the Philippine Electrical Code, NFPA -70E, FAA 150

series of Airport Advisory Circulars;

h) All electrical field work shall be coordinated and approved by CIAC-

Engineering’s electrical superintendent. This includes relocating and/or installing

any power distribution equipment;

i) All communications will be coordinated and approved by CIAC-IT Department.

All communications work shall follow CIAC-approved standards and

specifications. This includes but not limited to all communications duct bank,

cabling and electronic equipment, etc.;

j) Design Consultants shall utilize personnel with a minimum of five (5) years of

experience of producing substantial design of control systems on similar

equipment, and shall be able to show evidence of at least five (5) installations in

satisfactory operation for at least five (5) years;

k) Submittals shall include the following:

(1) Dimensional information;

(2) Three-line diagrams;

(3) Technical specifications;

(4) Catalog cuts;

(5) Construction details of enclosures.

l) Replacement of taxiways edge lights and installation of taxiway centerline lights:

LED is recommended to be used for all taxiway edge lights. Possibilities of using

LED at the centerline, and for signage should also be considered. Acceptable

LED and light fixtures manufacturer list shall be provided and approved by

CIAC. LED and light fixtures specification and cut sheets shall be submitted for

CIAC approval. Recommend adding electrical fixtures at 15 meter (50 feet)

spacing.

m) Replacement of light fixtures, cable, spacers, multi-hole adapter rings and

transformers, where applicable along taxiway;

n) All signs and panels shall comply with the latest FAA requirements;

102 Hiring of Consultancy Services to conduct Detailed Engineering Design and Construction Management Services for the Horizontal

Infrastructure Projects (Apron, Taxiway and Apron/Taxiway Shoulders) of the Clark International Airport New Terminal Building

Project (formerly Clark Airport Low Cost Terminal)

o) Evaluate lighting circuits for quality of insulation resistance and make

recommendations. Constant current regulator loads need to be analyzed and load

re-distributed to prevent overloading. New circuits may be required.

p) Evaluate the new parallel taxiways for their capacity to accommodate Group VI

aircraft for the next 30 years of service. The taxiways may be widened as

determined by CIAC. All work shall be designed to meet FAA standards and

procedures;

q) Review and implement recommendation from CIAC experience on in-field

drainage analysis; the intent is to make storm water elevations lower than the

electrical and communications MH top-of-grate elevations;

r) All structures within safety areas of the taxiways shall be aircraft-rated;

s) Design of pavement markings per the latest FAA Advisory Circular-AC

150/5340-1L (09/27/2013).

XVI. TECHNICAL CONSIDERATIONS.

In general, it is CIAC’s desire that all works on this project reflects engineering

excellence, economy and use proven, up to date technology meeting applicable codes,

engineering standards and be reasonably reflective of the established budget. It is

understood that the study phase investigations and analysis may develop information

and/or solutions that could result in adjustment of the current budget to assure maximum

cost-benefit from the project.

Design of Taxiway Pavement:

1. Pavement design alternatives shall be developed to meet the requirements of the latest

FAA Advisory Circulars, specifically AC 150/5300-13A and AC 150/5320-6E and

prudent engineering judgment of the physical condition of the various pavement

areas, contributory cause of deterioration and current technical capabilities. The

alternatives shall also respect the structural concept of the pavement in so far as

feasible while meeting the needs of future traffic loads.

2. Anticipated airport traffic levels have been projected by the Airport Master Plan

update. Probable traffic loads on individual airfield areas shall be developed as part of

infrastructure project (Airfield Pavement Management Study). The Design Consultant

shall study the corresponding reports, for review and reference.

3. The Design Consultant shall draw its own conclusions from the data and perform a

minimum amount of additional research study/updating of the information, especially

regarding aircraft mix, to assure himself of the sufficiency of the premises chosen to

meet the needs of the project.

4. The Design Consultant will be required to perform surveys, testing and pavement

evaluations of pavement areas to be improved to determine actual strength and

conditions that may affect decisions. Soil studies and survey will also be required to

the extent necessary to support the evaluation and design efforts.

103 Hiring of Consultancy Services to conduct Detailed Engineering Design and Construction Management Services for the Horizontal

Infrastructure Projects (Apron, Taxiway and Apron/Taxiway Shoulders) of the Clark International Airport New Terminal Building

Project (formerly Clark Airport Low Cost Terminal)

5. The Design Consultant shall prepare not less than three (3) concrete pavement

alternatives for the present and future improvements of the pavement for CIAC’s

considerations, and shall make recommendations concerning the optimum solution

and timing of any future structural reinforcement that may be needed to accommodate

traffic growth. The alternatives will include initial and the life cycle cost projections.

If the pavement elevations change as a result of the upgrade the work will include the

appropriate transitions to adjacent pavements. Pavement thickness calculations shall

comply with the latest FAA Advisory Circular.

6. Re-establishing of pavement markings shall also form part of this project to meet the

latest FAA Advisory Circular requirements at the time of construction. Generally,

they shall include the centerline stripping & lead in and hold lines. Replace surface

painted and mandatory enhanced hold short markings and thermo-plastic material

rather than paint. At locations where paint is necessary, the paint used shall be latex

based lead-free water-borne traffic paint on asphalt and concrete surfaces; and two (2)

coats of paint should be applied to all markings. Type III beads shall be used. Paint

markings as a minimum shall meet the requirements of (Federal specifications TT-

P1952D).

7. Sustainability is becoming increasingly important in preserving the longevity of the

taxiway pavement structures. The Design Team should address how sustainability is

provided for both the key components of the pavement design and construction as

well as elements of the program of monitoring to be carried out by CIAC to assess the

need for pavement maintenance. Key components of the design would include

pavement support, joints, and drainage components; aspects of construction would

include crack control and quality of curing. The Design Team should outline the key

aspects of the maintenance monitoring program (to include equipment and frequency

of testing) that should be undertaken to preserve the condition of the pavement

structure at a high enough level to avoid the need for full-depth patch repair or joint

under-sealing over the design life of the pavement structure.

8. Prepare construction phasing plan including staging/haul routes.

9. Prepare cost analysis-cost comparison analysis for each proposed alternative design.

Airfield Lighting Modifications.

1. The new regulator line up will need to be incorporated in the Airfield Lighting

Control system. The system will require software and hardware upgrades.

2. The Design Consultant shall utilize an experienced specialty firm with qualifications

specifically in the product design of control systems, ALRCS and addressable

components for Runway Guard Light System and LED products for the airfield. The

qualifications of the personnel shall include performance specifications, system

design, electronic testing of runway guard light systems, and detailed technical

knowledge of the addressable lighting products control systems and LED products

from all suppliers.

Airfield Drainage Repairs.

Design re-grading as necessary to prevent storm water intrusion into electrical and

communications duct systems through the MH.

1. Re-grading along pavement edges and to improve area drainage may be necessary.

Should re-grading affect manholes, markers, signage, and drainage facilities, those

104 Hiring of Consultancy Services to conduct Detailed Engineering Design and Construction Management Services for the Horizontal

Infrastructure Projects (Apron, Taxiway and Apron/Taxiway Shoulders) of the Clark International Airport New Terminal Building

Project (formerly Clark Airport Low Cost Terminal)

shall be adjusted to the new grades or ne grading designed in a manner to minimize

such adjustments.

2. All re-graded areas shall be top soiled and grassed. Solid sodding will be used along

pavement edges, drainage channels and around storm inlets. A combination of strip

sodding, hydro seeding and mulching shall be used in open areas.

XVII. MISCELLANEOUS REQUIREMENTS/SPECIAL CONSIDERATIONS.

1. The Design Consultant will endeavor to stay within the established budget and advise

at various stages of progress of expected probable cost so that appropriate

decisions/adjustments may be made by CIAC. Statements of estimated construction

cost (line item, unit cost, and quantities) will be submitted at the conclusion of the

engineering study stage and with 30%, 65% and 95% design progress submittals.

2. The areas within the north complex must continue in operation while the project is

constructed. The (demolition of Runway 2 and the diagonal exit taxiway will be

deferred) the diagonal exit taxiway (leads to the north apron) shall first be utilized

while the new parallel taxiway and taxiway link to the north apron, are being

constructed. Upon curing and completion of parallel taxiway and link taxiway to the

north apron, such shall be commissioned and open to traffic. The demolition of the

portion of Runway 2 and the diagonal exit taxiway shall be demolished and aircraft

traffic shall be re-routed using the new taxiway and linkage to the north apron. Other

taxiways shall be kept in operation at all times. The selected firm as Design

Consultant, shall prepare a phased construction schedule concept and operations plan

as part of the preliminary (30%) design submittal for CIAC approval, and incorporate

the finalized phased construction schedule into the construction documents. Schedule

and phasing of work elements shall be designed to minimize construction impact on

airfield operations.

3. Computer Aided Design and Drafting (CADD) Requirements:

All project record drawings submitted by the Design Consultant to CIAC shall be

provided in a format in accordance with the CIAC-approved standards, and shall be

submitted on appropriate electronic media as specified. The Design Consultant will

be required to produce/transcribe the design drawings into a compact disc (CD) in

Autocad 2015 (or latest version) computer data disks and provide it as a

“Deliverable” to CIAC, in addition to the traditional “hard copy” plans and

specifications.

XVIII. AIRSIDE CONFIGURATION AND GEOMETRIC DESIGN AND THE

AIRSIDE

The Terms of Reference herewith provides the prospective Design Consultant (Detailed

Engineering Consultant of the proposed project) the fundamental principles of geometric

design of the airfield and the specific design standards and procedures required for the

preparation of plans and specifications for the airport airside. The process to follow and

topics to be covered include the following:

a) Airfield configuration

b) Runway orientation

c) Taxiway length

d) Longitudinal-grade design for runways and taxiways

e) Geometric design for runways and taxiways

105 Hiring of Consultancy Services to conduct Detailed Engineering Design and Construction Management Services for the Horizontal

Infrastructure Projects (Apron, Taxiway and Apron/Taxiway Shoulders) of the Clark International Airport New Terminal Building

Project (formerly Clark Airport Low Cost Terminal)

f) Design of obstruction-free surfaces

The design criteria presented herewith have been derived from the ICAO and the U.S.

FAA, with some variation in the rigidity of these criteria. Unless otherwise indicated, the

ICAO criteria are recommended practices, as distinguished from compulsory standards.

The ICAO annexes are Designated Standards and Recommended Practices.

Similarly, the FAA criteria are recommended standards rather than absolute requirements.

Because of local conditions, designers may find it necessary to deviate from a particular

standard. Any decision to deviate from a particular standard should be discussed with the

Licensing Authority and dispensation (the Department of Transportation and the Civil

Aviation Authority of the Philippines-the DOTr and CAAP) obtained before proceeding

to final designs.

A table for the Basis of Design is hereby attached as Section XIX in this Technical Terms

of Reference. The Design Consultant is hereby advised to base the engineering

configurations and calculations on the design criteria as recommended by the ICAO

(Aerodrome Manual Annex 14) and as recommended the U.S. Department of

Transportation Federal Aviation Administration (FAA).

Airports are grouped into classes according to the type of air service provided. The design

requirements for the Clark International Airport (CRK) must reflect the numbers, types

and operating characteristics of the aircraft to be served.

The FAA provides design criteria for six (6) groups of transport airports, four (4) classes

of general aviation airports, and special criteria for heliports and short take-off and

landing (STOL) ports. Aircraft are grouped according to approach speed and wingspan

width.

The ICAO relates the recommended runway dimensions and clearances to an “airport

reference code”. The code takes into account key lateral dimensions of the critical aircraft

as well as the runway length requirements of the critical aircraft for sea-level and standard

atmospheric conditions.

The primary determinants of airport geometric design are the overall layout and

geometric characteristics of the airfield. Airfield configuration is the general arrangement

of the various parts or components of the airport airside system.

106 Hiring of Consultancy Services to conduct Detailed Engineering Design and Construction Management Services for the Horizontal

Infrastructure Projects (Apron, Taxiway and Apron/Taxiway Shoulders) of the Clark International Airport New Terminal Building

Project (formerly Clark Airport Low Cost Terminal)

XIX. BASIS OF DESIGN.

Basis for Detailed Design

Object/Design

Activity/Phase of

Development

ICAO Recommended Design

Criteria & Standards

FAA Recommended Design

Criteria & Standards

Specific Design

Criteria/Issue

1 Review of Master Plan/Concept

ICAO Aerodrome Standards

Aerodrome Design & Operations

Annex 14 3rd Edition 07/1999

Chapters 2 & 3

FAA AC-150/5070-6B 01/27/2015

Object: ADPI Concept

Master Plan for the Clark

International Airport

This Advisory Circular (AC) provides guidance for the preparation of master

plans for all airports. Its intent to foster

the development and adoption of a flexible approach to master planning that

devotes resources and attention to

critical issues.

2 Review of Runway Length

Requirements for Phase 1

FAA AC-150/5325-4B

07/01/2005

Do we consider having

additional runway length for

Phase 1?

Object: Existing Main Runway (current length of

3200 M x 60 M)

Various factors govern the suitability of available runway lengths, most notably

airport elevation above mean sea level,

temperature, wind velocity, airplane operating weights, takeoff and landing

flap settings, runway surface conditions

(dry or wet), effective runway gradient, presence of obstructions in the vicinity of

the airport, and if any, locally imposed

noise abatement restrictions or prohibitions. To design /construct an

additional runway length to existing

runway that is suitable for the forecasted critical design airplanes.

Rationale: Increase to 4,000 M Airbus A-3xx & B-747-xxx

aircraft requires a minimum

takeoff runoff length of 4,000 M (11,000 feet

minimum requirement of

large NLA). Does the given runway

capacity match with the

targeted Terminal capacity of 8 MPA?

3 Review of Airport Concept

Design P-1

FAA AC-150/5300-13A

09/28/2012

Do we consider deferring the

demolition of Runway 2 & diagonal exit Taxiway (to

North Apron) ?

Object: Schedule of Demolition of Existing

Runway 2 & Exit Taxiway

(diagonal taxiway to North Apron)

USDOT-FAA AC 150/5300-13

09/29/1989

Airport Design Federal Aviation Administration (FAA)

standards & recommendations for airport

design.

Rationale: No alternative taxiway route to North

Apron; the setting & curing of

the new apron & taxiways may take a longer time

affecting revenue operations

of the North Apron.

Airport Geometry

Runway Design Rationale

Surface Gradient & Line of

Sight

107 Hiring of Consultancy Services to conduct Detailed Engineering Design and Construction Management Services for the Horizontal

Infrastructure Projects (Apron, Taxiway and Apron/Taxiway Shoulders) of the Clark International Airport New Terminal Building

Project (formerly Clark Airport Low Cost Terminal)

Object/Design

Activity/Phase of

Development

ICAO Recommended Design

Criteria & Standards

FAA Recommended Design

Criteria & Standards

Specific Design

Criteria/Issue

Site requirements for

Navaid & ATC Facilities

The Construction

Management Plan should include the prevention, if not

the mitigation of FOD; efforts

should be done to mitigate the potential of FOD

(construction operations area

should be blocked off); consideration of wind speed

& direction to prevent the

spreading of construction debris.

4 Preliminary Engineering P-

1 ICAO Aerodrome Standards

Aerodrome Design & Operations Annex 14 3rd Edition 07/1999

Chapter 2 Aerodrome Data

FAA AC-150/5320-6F

11/10/2016

Chapter 2: Soil Investigations and

Evaluations 1. Soil Conditions

2. Subgrade Support

3. Drainage 4. Aerial Photography

5. Surveying & Sampling

6. Number of borings, locations & depths

7. Subsurface borings &

Pavement cores 8. In-place testing subgrade

stabilization

9. California Bearing Ratio

A minimum list of materials

testing requirements is found in Appendix I.

FAA AC 150/5335-5C

Standardized Method of Reporting

Airport Pavement Strength

5 Airport Pavement Design P-1

ICAO Aerodrome Standards

Aerodrome Design & Operations

Annex 14 3rd Edition 07/1999 Chapters 2 & 3

FAA 150/5320-6F

11/10/2016

Airport Pavement Design & Evaluation

ICAO Runway Surface Conditions

Assessment, Measurement and Reporting

FAA AC 150/5300-13A

02/26/2014

Airport Design

ICAO Aerodrome Standards

Aerodrome Design & Operations

Annex 14 3rd Edition 07/1999 Attachment A

These standards and recommendations

represent the most effective national

approach for meeting the long-term aviation demand that is consistent with

national policy.

Design of Concrete Airport Pavement

R. Packard Portland Cement Association

IPRF Research Report

Best Practices for Airport

Portland Cement Concrete Pavement

Construction

04/2003

6 Taxiway Pavement & Geometric Design P-1

ICAO Aerodrome Standards

Aerodrome Design & Operations

Annex 14 3rd Edition 07/1999

Chapters 2 & 3

FAA AC 150/5300-13A 02/26/2014

Taxiway Fillet Design

7 Apron Pavement &

Geometric Design

ICAO Aerodrome Standards

Aerodrome Design & Operations

Annex 14 3rd Edition 07/1999 Chapters 2 & 3

108 Hiring of Consultancy Services to conduct Detailed Engineering Design and Construction Management Services for the Horizontal

Infrastructure Projects (Apron, Taxiway and Apron/Taxiway Shoulders) of the Clark International Airport New Terminal Building

Project (formerly Clark Airport Low Cost Terminal)

Object/Design

Activity/Phase of

Development

ICAO Recommended Design

Criteria & Standards

FAA Recommended Design Criteria

& Standards

Specific Design

Criteria/Issue

8 Airport Drainage Planning

& Design

FAA AC 150/5320-5D

08/15/2013 Guidance in the design& construction of

airport surface storm drainage systems;

& subsurface drainage systems for paved runways, taxiways, & aprons.

9 Design of Airport

Markings ICAO Aerodrome Standards

Aerodrome Design & Operations

Annex 14 3rd Edition 07/1999 Chapters 5.1 , 5.2 & 5.5

FAA AC 150/5340-1L

09/27/2013

Standards for Markings used on airports runways, taxiways, & aprons.

Consideration of removal of

obsolete military markings, if

any, on existing pavements or structures & replacement of

new markings for civil

airports? A rationalization study should be made as to

the medium-term & long-term

plans for the airport utilization and/or partitioning

of the areas for military use

& civilian use.

Rationale: The airfield has

been a former U.S. Military

Air Force Base; remnants of old markings remain, if any to

this date; a review of the

“Master Plan” for the Airport Complex which

involves the joint use of the

Airport Complex’ areas

FAA 10/2011

Airfield Standards

Airfield Markings

Airfield Lighting

10 Design & Installation of

Visual Aids (Lightings) on

Runways, Taxiways &

Aprons.

ICAO Aerodrome Standards

Aerodrome Design & Operations

Annex 14 3rd Edition 07/1999

Chapters 5.3, 5.6 & 7.0

FAA AC 150/5340-30H

07/21/2014

Guidance & Recommendations on

Installation of Airport Visual Aids

(including Lightings)

ACRP Report 148

LED Airfield Lighting System Operation

& Maintenance

11 Planning & Design

Guidelines for Airport Terminal Facilities

ICAO Aerodrome Standards

Aerodrome Design & Operations Annex 14 3rd Edition 07/1999

Chapters 8 & 9

FAA AC 150/5360-13

04/22/1988 Planning & Design of airport Terminal

Buildings and related facilities

Siting Requirements for the Airport Fuel Farm

ACRP Report 25

Volume 1

Airport Passenger Terminal Planning &

Design

A comprehensive study should be made to locate the

proposed fuel farm (fuel is

supplied by trucks); it may not be feasible to revive the

old fuel line from the depot to

the airport; remnants of the existing structure (fuel pump

should be demolished).

Siting Requirements for Power Emergency Support

Facilities

ACRP Report 52

Guidebook

Wayfinding & Signing Guidelines for

Airport Terminals & Landside

109 Hiring of Consultancy Services to conduct Detailed Engineering Design and Construction Management Services for the Horizontal

Infrastructure Projects (Apron, Taxiway and Apron/Taxiway Shoulders) of the Clark International Airport New Terminal Building

Project (formerly Clark Airport Low Cost Terminal)

Object/Design

Activity/Phase of

Development

ICAO Recommended Design

Criteria & Standards

FAA Recommended Design Criteria

& Standards

Specific Design

Criteria/Issue

Chapter 10: Passenger Terminal

Airport Passenger Terminal Hart, W. (Wiley Interscience)

Chapter 3: The Problem of Capacity &

Delay

Airport System Development

12 Standards for Airport Sign

Systems ICAO Aerodrome Standards

Aerodrome Design & Operations

Annex 14 3rd Edition 07/1999 Chapters 5.4

FAA AC 150/5340-18F

08/16/2010

Standards for Siting & Installation of Signs on airport Runways & Taxiways

13 Standards for Specifying

Construction for Airports

FAA AC 150/5370-10G

07/21/2014 Materials & Methods Used for

Construction on Airports-Include

General Provisions, Earthworks, Flexible Base Courses, Flexible Surface Courses,

Rigid Pavement, Fencing, Drainage,

Turf, & Lighting Installation

14 Operational Safety on

Airports During

Construction

FAA AC 150/5370-2F

09/29/2011

Operational Safety on Airports During Construction

ACRP Report 42

2011

Sustainable Airport Practices

Sustainable Construction Practices in

Airport Rehabilitation Projects Eileen M. Velez-Vega, PE & David R. Bardt, PE

Kimley-Horn & Associates, Inc.

Security Checkpoint Layout Design/Re-

configuration Guide Version 1 (11/07/2006)

Transport Security Administration

USDHS

15 InformationTechnology

Enhancement

ACRP Report 88

2013

Guidebook on Integrating GIS in Emergency Management at Airports

16 Airport Sustainability ACRP Synthesis 10

2008 Airport Sustainability Practices

ACRP Report 36

Airport/Airline Agreements-Practices & Characteristics

Airport Collaborative Decision-Making

(CDM) Applications

National Building Code of the Philippines (R.A. 6541)

Philippine Green Handbook

(Supplementary to the National Building

Code of the Philippines)

XX. PRELIMINARY ENGINEERING.

Project Location.

Project site is located at the northeastern portion of the aerodrome about five–hundred

(500) meters from the runway’s northern end. The proposed new passenger terminal

building (154,200 square meters floor area-implementation by a separate contract

package) and apron (161,000 square meters) shall be on the western side of the Runway

02/20 (main runway – existing 60 x 3,200 Meters), for future extension to 4,000 Meters,

linked by a new parallel taxiways (25 x 2,400 Meters) and exit taxiways, connecting to

the existing taxiways to the north apron (existing budget terminal).

110 Hiring of Consultancy Services to conduct Detailed Engineering Design and Construction Management Services for the Horizontal

Infrastructure Projects (Apron, Taxiway and Apron/Taxiway Shoulders) of the Clark International Airport New Terminal Building

Project (formerly Clark Airport Low Cost Terminal)

The site is a relatively flat terrain and covered with grass. The locations subject to soil

exploratory investigation shall cover the proposed new parallel taxiways, exit taxiway

expansion areas (increased pavement & shoulders width), proposed new terminal apron

area, area covered by the footprint of the proposed new passenger terminal building,

access roads, and parking areas.

Purpose and Scope of Services

The purpose of this study is to obtain preliminary information on the general subsurface

conditions including soil and groundwater conditions in order to make geotechnical

engineering assessments and recommendations to guide the detailed design of the

taxiway, apron pavements, design of access road pavement and open parking area,

detailed design of the foundations of the passenger terminal’s structural frames. The

following services shall be for the following objectives:

1. Review available geologic and topographic information;

2. Visit the site to evaluate existing conditions and drilling accessibility;

3. Execute a program of subsurface exploration consisting of the following:

a) Perform auger exploratory borings to a depth of 1.52 meters (5 feet) within the

project area;

b) Perform SPT borings to a depth of 3.0 meters (10 feet) and field permeability test

at specific location of storm water pond.

4. Measure the existing ground water table at the individual boring locations and

estimated normal wet seasonal high ground water table depths;

5. Visually classify and stratify representative soil samples in the laboratory using the

Unified Soil Classification System; perform laboratory testing of selected soil

samples to evaluate the basic index and engineering properties of soils;

6. Determine the soils’ subgrade k, specific gravity, in-situ and compacted field density

& CBR determination;

7. Prepare this formal engineering report summarizing the field exploration, laboratory

tests, engineering analyses, evaluations and recommendations.

The minimum recommended materials testing required for the horizontal works of the

project (Phase-I) are tabulated in Appendix I. Review existing storm water drainage

systems and determine the actual stream flows altered by changes in the project’s

configuration; perform a hydrologic analyses of the areas and re-design the storm water

drainage system for the new taxiways, apron, access roads, and parking areas. Hydrologic

calculations using the Rational Method and the latest precipitation (100-year rainfall) data

from PAGASA for the area (based on PAGASA Clark Station).

The Design Consultant shall submit the proposed Preliminary Engineering program for

the project indicating the methods to be used, number of borings & samples, depths of

borings; indicate the study areas for soil investigations and hydrological analyses; shall be

subject to approval by CIAC prior to implementation; the Design Consultant shall submit

a Preliminary Engineering Report to CIAC, to include the following:

1. Soil Investigation Report and Geotechnical Assessment Report;

2. Hydrological Study;

3. Geodetic Survey Reports (topographic survey, indicating control points and

elevations of the project’s configurations;

4. Environmental Characterization Study (air quality determination, water quality

determination) and any specific investigation of possible contamination or

pollution problem;

111 Hiring of Consultancy Services to conduct Detailed Engineering Design and Construction Management Services for the Horizontal

Infrastructure Projects (Apron, Taxiway and Apron/Taxiway Shoulders) of the Clark International Airport New Terminal Building

Project (formerly Clark Airport Low Cost Terminal)

XXI. DESIGN DOCUMENTATION.

The Design Consultant shall provide all construction documents for the Airport

Expansion project per their contractual documents (including CIAC Electronic Submittal

Requirements). A Building Information Model (BIM) is strongly encouraged for all new

projects due to its usefulness for future life cycle management of the airport. The BIM

shall include all Structural, Electrical and other components developed to a detail level of

300. The Design Consultant shall obtain a copy of the latest CAD and/or BIM standards

from CIAC prior to the commencement of work. Useful resources for BIM is the AIA

Document E202.

Design Review Process, Submittal Requirements and Approvals.

Review Process.

CIAC will require that the Design Consultant through a preliminary design review. The

intent is to ensure that the proposed scope and design complies with aesthetics planned

for the airport terminals and described in the Terminal Design Guideline Manual. The

Design Review Committee will focus on the spatial relationship and aesthetic decisions

for the CIAC projects that will be visible to the public. This includes:

a) Demolition works

b) Construction of new taxiways and apron

c) Construction of taxiway and apron shoulders of access roads and

parking

Construction of new signa advertising locations

The CIAC Design Review Committee shall be formed consisting of vital officials of

CIAC involve in Airport operations and infrastructures and in-house consultants.

All submittal requirements for Schematic Design (SD), Design Development (DD) and

Construction Documents (CD) are outlined in the CIAC Design Review Committee

Manual.

112 Hiring of Consultancy Services to conduct Detailed Engineering Design and Construction Management Services for the Horizontal

Infrastructure Projects (Apron, Taxiway and Apron/Taxiway Shoulders) of the Clark International Airport New Terminal Building

Project (formerly Clark Airport Low Cost Terminal)

XXII. CONSTRUCTION MANAGEMENT MATRIX.

Project Function Matrix

O G

ove

rnm

en

t -

DO

Tr

O G

ove

rnm

en

t -

CA

AP

O G

ove

rnm

en

t – B

CD

A/C

IAC

Pro

jec

t M

an

ag

em

en

t

O D

eta

ile

d E

ng

ine

erin

g D

esi

gn

-

Co

nst

ruc

tio

n M

an

ag

er

O A

rch

ite

ctu

ral C

on

sulta

nts

O S

pe

cia

lty

Co

nsu

lta

nts

-AD

PI

O M

ain

Co

ntr

ac

tor

O A

irsi

de

Su

b-C

on

tra

cto

r

O L

an

dsi

de

Su

b-C

on

tra

cto

r

O S

up

plie

rs

O U

tility

Co

mp

an

ies

Prim

ary

Ac

co

un

t

Remarks

A. Concept and Pre-Design Stage

A.1 Selection of Consultants

A.1.1

Airport Design Consultant ADPI (Airport Master Plan)

x x O

FASEP

Under FASEP

French Grant

A.1.2

Project Management Consultant

O

GAA

CIAC negotiates

for the hiring of in-

house consultants

to prepare the

Technical Terms

of Reference for

bidding of the

Detailed

Architectural &

Engineering

Design and

Construction

Management

Consultant

A.2 Review of existing information

x x O x x

GAA

ADPI Concept

Plans

A.3 Concept Paper & Business Plan

O x x

ADPI Concept

Plans

A.4 Project Development Plan (PDP)

O O x

ADPI Concept

Plans

A.5 Airport Feasibility Study (AFS)

O O

FASEP By ADPI

A.5.1 Preparation O

A.5.2 Review &

Evaluation x O

A.5.3 Approval x O

A.6 B-O-T Proposal Submit to PPP Center

Not

applicable

113 Hiring of Consultancy Services to conduct Detailed Engineering Design and Construction Management Services for the Horizontal

Infrastructure Projects (Apron, Taxiway and Apron/Taxiway Shoulders) of the Clark International Airport New Terminal Building

Project (formerly Clark Airport Low Cost Terminal)

B. Preliminary Engineering Stage

B.1

Final Airport Concept & Schematic Configuration Assessment Update

x O

GAA Modified ADPI

Concept Plans

B.2

Airport Data/Traffic Projection Assessment Study

x O

GAA Updated ADPI

Concept Plans

B.3

Final Project Configuration (updated) & Preliminary Design Scope

x O

GAA Updated ADPI

Concept Plans

B.4 Right-of-Way Preparation

Not

Applicable

B.4.1 Social Preparation & Census

Not

Applicable

B.4.2 Preparation of Relocation Sites

Not

Applicable

B.4.3 Relocation of Informal Settlers

Not

Applicable

B.4.4 Acquisition of new ROW

Not

Applicable

B.4.5 Payment of new ROW Not

Applicable

B.4.6 Demolition & Clearing of ROW

Not

Applicable

B.4.7 Securing the ROW Not

Applicable

Relocation of existing utilities

Not

Applicable

B.5 Geodetic/Control Surveys

O

GAA General

Layout Plan

B.5.1 New Taxiway Alignment Surveys

O

GAA Horizontal

Works

B.5.2 Topographic & Section Surveys

O

GAA Horizontal

Works

B.5.3 Relocation Surveys Not

Applicable

B.6 Soils & Materials Investigation

O

GAA Horizontal

Works

B.7 Hydrologic Studies O GAA Horizontal

Works

B.8 Transport & Air Traffic Studies

x x x O

GAA

Horizontal

Works

114 Hiring of Consultancy Services to conduct Detailed Engineering Design and Construction Management Services for the Horizontal

Infrastructure Projects (Apron, Taxiway and Apron/Taxiway Shoulders) of the Clark International Airport New Terminal Building

Project (formerly Clark Airport Low Cost Terminal)

C. Design Development Stage

C.1 Airport Standards &

Design Criteria x x O O x O GAA

Horizontal

Works

C.2 Preliminary Designs Horizontal

Works

C.2.1 Prepare Prelim

Designs O x

GAA Horizontal

Works

C.2.2 Outline Specifications O x GAA Horizontal

Works

C.2.3 Preliminary Estimate O x GAA Horizontal

Works

C.2.4 Alternatives Analysis O x GAA Horizontal

Works

C.3 General Final Design x O x GAA Horizontal

Works

C.4 Detailed Final Design x O x GAA Horizontal

Works

C.5 Approval of General &

Detailed Final Design x x x O x GAA Horizontal

Works

C.6 Construction Drawings GAA Horizontal

Works

C.6.1 Preparation of

Construction Drawings x O x GAA Horizontal

Works

C.6.2 Prepare Final

Detailed Estimate x O x GAA Horizontal

Works

C.6.3 Prepare Final Project

Schedule (PIS) x O GAA Horizontal

Works

C.7 Technical Specifications GAA Horizontal

Works

C.7.1

Preparation of

Technical

Specifications x O x

GAA Horizontal

Works

C.7.2

Approval of

Technical

Specifications x O

GAA Horizontal

Works

C.8 Contract

Documentation O GAA Horizontal

Works

C.8.1

Approval of

Contract

Documents O

GAA Horizontal

Works

C.8.2

Approval of Final

Project Schedule

(PIS) O

GAA Horizontal

Works

C.9

Approval of Project

Budget

(Total Cost Estimate of

Projects)

O x

GAA

Horizontal

Works

C.10 PTB-Preliminary

Architectural Design O x

- Separate

contract

package

C.10.1 PTB Design/Model

Option Study O

-

Separate

contract

package

C.11 PTB Final Architectural

Design O x

-

Separate

contract

package

115 Hiring of Consultancy Services to conduct Detailed Engineering Design and Construction Management Services for the Horizontal

Infrastructure Projects (Apron, Taxiway and Apron/Taxiway Shoulders) of the Clark International Airport New Terminal Building

Project (formerly Clark Airport Low Cost Terminal)

C.12 Approval of Final

Design O

-

Separate

contract

package

D. Pre-Construction/Procurement Stage

D.1

Selection of Bid and

Awards Committee

(BAC) O

GAA Horizontal

Works

D.2 Formation of Technical

Working Group (TWG) O GAA Horizontal

Works

D.3 Pre-qualification of

Bidders O x GAA Horizontal

Works

D.4 Conduct of

Bidding/Negotiation O x GAA Horizontal

Works

D.5 Evaluation of

Bids/Proposals O x GAA Horizontal

Works

D.6 Approval/Award of

Contracts O GAA Horizontal

Works

D.7

Pre-construction

Meetings w/

Contractor(s) x O

GAA Horizontal

Works

D.8

Pre-construction

Inspection of ROW

readiness/availability O O

GAA Not

applicable

E. Construction Stage

E.1

Mobilization

Access Roads

Contractor camp

sites

Material Quarry

sources

Permitting

Requirements

O x x

GAA Horizontal

Works

E.2

Main Works

Construction Project

Management O

GAA Horizontal

Works

E.3 Provision of Temporary

Facilities O GAA Horizontal

Works

E.3.1 Project Office x O x x GAA Horizontal

Works

E.3.2 Field Offices x O x x GAA Horizontal

Works

E.3.3 Housing & Utilities Not

applicable

E.4 Construction Time

Schedule (CPM) GAA Horizontal

Works

E.4.1 Preparation O x x GAA Horizontal

Works

E.4.2 Review O x GAA Horizontal

Works

E.4.3 Approval O x x GAA Horizontal

Works

E.5 Keeping of Field

Records GAA Horizontal

Works

116 Hiring of Consultancy Services to conduct Detailed Engineering Design and Construction Management Services for the Horizontal

Infrastructure Projects (Apron, Taxiway and Apron/Taxiway Shoulders) of the Clark International Airport New Terminal Building

Project (formerly Clark Airport Low Cost Terminal)

E.5.1 Time Records O O GAA Horizontal

Works

E.5.2 Materials &

Equipment O O GAA Horizontal

Works

E.5.3 Progress Reports O O GAA Horizontal

Works

E.5.4 Change Orders

(Variations) O O GAA Horizontal

Works

E.5.5 Payments O GAA Horizontal

Works

E.5.6 As-Built Plans O GAA Horizontal

Works

E.5.7 Shop Drawings x O GAA Horizontal

Works

E.5.8 Field Logbook O GAA Horizontal

Works

E.5.9 Contract

Documents x O O GAA Horizontal

Works

E.5.10 Test Results O O GAA Horizontal

Works

E.5.11 Minutes of Meetings

& Correspondence x O O GAA Horizontal

Works

E.6 Field Supervision GAA Horizontal

Works

E.6.1 Full-time Inspection O O x x GAA Horizontal

Works

E.6.2 Part-time Inspection x x x GAA Horizontal

Works

E.7 Change Management GAA Horizontal

Works

E.7.1 Request O x x GAA Horizontal

Works

E.7.2 Issuance x O GAA Horizontal

Works

E.7.3 Evaluation O x GAA Horizontal

Works

E.7.4 Approval/Payment O GAA Horizontal

Works

E.8 Progress Payments GAA Horizontal

Works

E.8.1 Billing O GAA Horizontal

Works

E.8.2 Verification of Billing O GAA Horizontal

Works

E.8.3 Certification of Billing x O GAA Horizontal

Works

E.8.4 Approval/Payment O GAA Horizontal

Works

E.9

Interpretation of

Drawings,

Specifications & other

Contract documents

x O

GAA Horizontal

Works

E.10

Resolution of conflict

on technical matters

x O

GAA Horizontal

Works

E.11

Assist in solving

construction problems

caused by unforeseen

events

O O

GAA Horizontal

Works

117 Hiring of Consultancy Services to conduct Detailed Engineering Design and Construction Management Services for the Horizontal

Infrastructure Projects (Apron, Taxiway and Apron/Taxiway Shoulders) of the Clark International Airport New Terminal Building

Project (formerly Clark Airport Low Cost Terminal)

E.12 Preparation of

working/shop drawings O O x x x GAA Horizontal

Works

E.13 Approval of

working/shop drawings O GAA Horizontal

Works

E.14 Quality Control

Management GAA Horizontal

Works

E.14.1 Testing & Sampling of

materials x x O x x x GAA Horizontal

Works

E.14.2 Inspection of structural

system x O O GAA Horizontal

Works

E.1

4.3

Inspection of electrical

system x O GAA Horizontal

Works

E.1

4.4

Inspection of civil

works x O GAA Horizontal

Works

E.1

4.5

Overall field

coordination x x O

GAA Horizontal

Works

E.1

5

Coordination of Works

of various Contractors &

Specialty & Trade

contractors

x O

GAA Horizontal

Works

E.1

6

Adherence to

Approved Schedule GAA Horizontal

Works

E.1

6.1 Equipment O x x GAA Horizontal

Works

E.1

6.2 Manpower O x GAA Horizontal

Works

E.1

6.3 Materials Deliveries O x O GAA Horizontal

Works

E.1

6.4 Utility Services O

Utility

provi

der(s)

Local utility

service

providers

Clark

Electric/Clark

Water

E.1

7

Cost Control

Management GAA Horizontal

Works

E.1

7.1 Cash Flow x O x GAA Horizontal

Works

E.1

7.2 Cost Records x x O GAA Horizontal

Works

E.1

8

Health-Safety-

Environment

Management (HSE) x x O

GAA Horizontal

Works

E.1

8.1

Preparation of

Requirements O GAA Horizontal

Works

E.1

8.2 Implementation O x x x GAA Horizontal

Works

E.1

8.3 Inspection x O GAA Horizontal

Works

E.1

9 Testing of Systems O O x x x GAA Horizontal

Works

E.2

0 Substantial Completion x O O GAA Horizontal

Works

E.20.1 Inspection O x x x x x GAA

Horizontal

Works

E.20.2

Preparation of

checklists, list of

uncompleted work O x x x x x

GAA Horizontal

Works

118 Hiring of Consultancy Services to conduct Detailed Engineering Design and Construction Management Services for the Horizontal

Infrastructure Projects (Apron, Taxiway and Apron/Taxiway Shoulders) of the Clark International Airport New Terminal Building

Project (formerly Clark Airport Low Cost Terminal)

and/or defective

works

E.21 Completion GAA Horizontal

Works

E.21.1

Preparation of

Request for Final

Inspection O

GAA Horizontal

Works

E.21.2

Certificate of

Complete Payment

of Contractor’s

manpower,

materials &

equipment

O

GAA Horizontal

Works

E.21.3 Preparation of As-

Built Drawings O O GAA Horizontal

Works

E.21.4 Verification of As-

Built Drawings x O GAA Horizontal

Works

E.22

Final Inspection by the

Independent Certifying

Engineer O x

GAA Horizontal

Works

E.22.1 Filing of Report &

Guarantee Bond O GAA Horizontal

Works

E.22.2 Certification of Final

Payment O GAA Horizontal

Works

E.22.3 Verification of billing O x GAA Horizontal

Works

E.22.4 Issuance of

certificate x O GAA Horizontal

Works

E.22.5 Acceptance O x GAA Horizontal

Works

F. Post Construction Stage

F.1

Issuance of

Maintenance

Guidelines & Policies O x

GAA Horizontal

Works

F.2 Maintenance

operations (Main Works) O GAA Horizontal

Works

F.3 Correction measure on

deficiencies O GAA Horizontal

Works

F.4 Maintenance

Certificate GAA Horizontal

Works

F.4.1 Request O GAA Horizontal

Works

F.4.2 Issuance O x GAA Horizontal

Works

GAA Horizontal

Works

F.5

Final Report on

Completion of

Construction O

GAA Horizontal

Works

F.6 Operations &

Maintenance Manuals

x

x

GAA Horizontal

Works

F.6.1 Preparation O x x GAA Horizontal

Works

119 Hiring of Consultancy Services to conduct Detailed Engineering Design and Construction Management Services for the Horizontal

Infrastructure Projects (Apron, Taxiway and Apron/Taxiway Shoulders) of the Clark International Airport New Terminal Building

Project (formerly Clark Airport Low Cost Terminal)

F.6.2 Review x O GAA Horizontal

Works

F.6.3 Submittal O GAA Horizontal

Works

F.6.4 Approval O GAA Horizontal

Works

F.7 Project Turn-over to

Airport Management O O O GAA Horizontal

Works

G. Pre-Commissioning and Warranty Stage

G.1 The DC-CM shall

provide assistance to

the CIAC for the

Operations Planning

and review of the

Maintenance Plan

x O x GAA Horizontal

Works

G.2 The DC-CM shall monitor

the testing and pre-

commissioning of the

completed Airport

Phase-1 Horizontal Works

(Airside) project

(excluding the

passenger terminal and

support infrastructures)

x O x

GAA Horizontal

Works

G.3 The DC-CM shall

maintain the vital

documents during the

testing period.

x O x GAA Horizontal

Works

G.4 The DC-CM shall

maintain the vital

documents during the

Pre-operations period or

Pre-commissioning, to

include the following:

Trial Run Procedures

Operations Safety Plan

Operations Plans

Traffic Regulation

Procedures

Timetable Preparation

Procedures

x O x GAA Horizontal

Works

G.5 The DC-CM shall

maintain submittals such

as:

Testing Reports

Trial Run Reports

during the

manufacturing and

installation period;

RAMS Report

(Reliability, Availability,

Maintainability, and

x O x GAA Horizontal

Works

120 Hiring of Consultancy Services to conduct Detailed Engineering Design and Construction Management Services for the Horizontal

Infrastructure Projects (Apron, Taxiway and Apron/Taxiway Shoulders) of the Clark International Airport New Terminal Building

Project (formerly Clark Airport Low Cost Terminal)

Safety)

G.6 All records and

documents related to

the Phase-I (Horizontal

Airside) project shall be

turned over to the CIAC

or its designated

Operations and

Maintenance

contractor

O O

GAA Horizontal

Works

Legend:

O Primary Responsibility

x

Secondary Responsibility or Assistance

Color designations according legend above.

Project Proponents:

Abbreviations:

XXIII. CONSTRUCTION MANAGEMENT OF HORIZONTAL WORKS

(AIRSIDE).

The Architect/Engineer or the Design Consultant, unless otherwise stated, represents the

CIAC (project owner) on all matters pertaining to the execution of the construction

contract. The Design Consultant, being also the Construction Manager, shall familiarize

themselves completely with the plans, addendums, specifications and supplemental

specifications pertinent to the various items of work in the contract; the matrix of

functions for the construction management of the project implementation stages of Phase

I Expansion are as shown in the foregoing tabulation.

121 Hiring of Consultancy Services to conduct Detailed Engineering Design and Construction Management Services for the Horizontal

Infrastructure Projects (Apron, Taxiway and Apron/Taxiway Shoulders) of the Clark International Airport New Terminal Building

Project (formerly Clark Airport Low Cost Terminal)

The Design Consultant will work directly with the PMO Project Manager (or authorized

representatives of the PMO). The Design Consultant is essentially to supervise the

engineering and inspection required for the project in order to monitor the contractor’s

conformance with all the terms of the construction contract, including the plans and

specifications. In general, The Design Consultant duties and responsibilities, as

construction manager, are as follows:

1. To inspect the contractor’s performance to determine if the work conforms to the

requirements of the contract plans and specifications;

2. Furnish the field equipment and personnel for construction management and project

control as required for the project;

3. During construction the Design Consultant will be immediately available for

consultation on project problems;

4. Prepare periodic cost estimates, change orders/contract modifications, start and stop

orders, recommendations for changes and construction inspection reports. Copies

shall be submitted to the PMO Project Manager within a timely manner;

5. Conduct periodic inspections to determine if the project is within budget and track

funding breakdown. Submit recommendations to the PMO to adjust the work if, in

the Design Consultant’s opinion, it is advisable;

6. Verify all necessary project permits are on site;

7. Perform all quality assurance testing, as required in this contract, to determine the

contractor’s conformance with the plans and specifications;

8. Prepare and maintain an accurate written record of contract time expended on the

project by the contractor throughout the life of the contract. This written record may

be of paramount importance at the time of closing out the contract in order to

determine whether the assessment of liquidated damages is justified in the event the

contract time is exceeded by the contractor;

9. Compute all final quantities and prepare complete “as-constructed” or “as-built”

plans, following the guidelines agreed upon by the PMO and the Design Consultant;

10. Approve shop drawings, catalog cuts and material certifications as required for the

project as submitted by the contractor; copies shall be submitted to the PMO Project

Manager in a timely manner;

11. Approve the concrete and/or bituminous mix designs including the required physical

tests and submit to the PMO prior to paving operations;

12. Prepare a final construction contract report in accordance with the guidelines agreed

upon by the PMO and the Design Consultant;

13. Update the Airport Layout Plan (ALP) to show any new construction and new

taxiway and elevations and coordinates; all sheets within the ALP shall be updated, if

they were affected by any construction; The Design Consultant will submit the

applicable number of paper and electronic files to the PMO Project Manager.

The Design Consultant shall manifest the spirit of cooperation at all times and is

responsible for the following relationships to other personnel assigned to the project:

1. The Design Consultant shall act as liaison between the contractor, and the PMO;

2. The design Consultant shall cooperate with the contractor to the extent of obtaining

workmanship conforming to acceptable industry standards, as per the contract plans

and specifications;

3. When work is under construction on existing airports, the Design Consultant shall

coordinate the work of the contractor with the activities of the airport in order to

ensure safety and a minimum of disruption to all concerned; The Design Consultant

shall inform the contractor any time temporary marking, lighting, flagging or

barricading is not in accordance with the “Construction Safety/Phasing Plan”; the

Design Consultant , as the Construction Manager, has the authority to suspend work

if the contractor fails to comply; in the event additional provisions are necessary or

122 Hiring of Consultancy Services to conduct Detailed Engineering Design and Construction Management Services for the Horizontal

Infrastructure Projects (Apron, Taxiway and Apron/Taxiway Shoulders) of the Clark International Airport New Terminal Building

Project (formerly Clark Airport Low Cost Terminal)

no safety plan is provided, the Design Consultant, in cooperation with the Airport

Manager, shall designate areas to be closed to traffic, displaced thresholds, relocated

thresholds, etc., with the proper markings so as to alleviate any conflict to safe traffic

movements during the project, an arrange, through the Airport Manager, the issuance

of appropriate Notices to Airmen (NOTAMs); at lighted airports, the Design

Consultant shall designate those areas where lighted barricades, warning signs,

hazard markings, or other types of safety lights shall be placed;

4. The Design Consultant shall conduct inspections and engineering supervision in a

manner which is both efficient and reliable;

5. The Design Consultant shall cooperate with the authorized PMO and the CAAP

representatives and shall be available for consultation during their scheduled periodic

construction inspections; the Design Consultant shall provide the authorized

representatives access to all plans, inspection reports, files, notes, and any other

information which is pertinent to the project;

6. All important instructions, irregularities, orders, rejection of work, etc., shall be

transmitted to the contractor in writing; a copy of this transmittal letter should be

forwarded immediately to the PMO; in order not to delay the execution of the work,

oral instructions may be given to the contractor, with the instructions confirmed

promptly in writing;

7. Coordinate activities between all utility companies, other prime contractors or any

other authorized personnel in the vicinity.

PRIOR TO NOTICE-TO-PROCEED.

After the construction contract has been executed by the Contractor and CIAC, copies of

the executed contract shall be distributed by the CIAC.

PRE-CONSTRUCTION MEETING.

A pre-construction meeting will be scheduled by the PMO or the Design Consultant

before the construction begins. This meeting will be attended by representatives of the

Contractor, the Design Consultant & Construction Manager, the PMO, the CAAP,

subcontractors, the Airport Manager, local officials and any other interested parties.

Minutes will be recorded by the Design Consultant with a typed copy being sent to all in

attendance.

The project schedule, as prepared by the prime contractor, shall be submitted in writing,

at this meeting. The schedule will incorporate any dates or times included in the plans and

documents, and the proposed starting and completion dates for major items of work. The

schedule may be revised at the pre-construction meeting, in which case a copy of the

revised schedule should be submitted to the Design Consultant and the CIAC for

approval. Notification shall be given to the PMO Project Manager of any approved

changes.

NOTICE TO PROCEED.

Prior to start of construction by the Contractor, an official “Notice-to-Proceed” will be

issued to the Contractor, and the PMO by CIAC. The “Notice-to-Proceed” specifies when

the Contractor is authorized to start work. The Contractor is required to start work on this

date or within seven (7) calendar days from receipt of the Notice to Proceed. The Design

Consultant shall begin calculating contract time from the actual starting date or 7 calendar

days after the Contractor is authorized to begin work, whichever is earliest. The actual

starting date should appear on the first weekly report. The “Notice-to-Proceed also

123 Hiring of Consultancy Services to conduct Detailed Engineering Design and Construction Management Services for the Horizontal

Infrastructure Projects (Apron, Taxiway and Apron/Taxiway Shoulders) of the Clark International Airport New Terminal Building

Project (formerly Clark Airport Low Cost Terminal)

specifies the number of calendar days allotted for the completion of the work. Under

certain circumstances, specific information concerning contract time allotted to particular

items of work in the contract may be included in the “Notice-to-Proceed”. The prime

contractor is responsible for submitting all subcontract cover sheets and line item lists to

the Design Consultant/Construction Manager, prior to the subcontractor working on the

project site.

START AND STOP ORDERS.

Stop Orders shall be issued only when it is in the public interest to stop work. Stop Orders

may be issued for strikes, lockouts, unusual delays in transportation, extensive periods of

unsuitable weather conditions, or any unusual delay over which the Contractor has no

control, or any suspensions ordered by the Design Consultant for causes not the fault of

the Contractor.

Stop Orders are numbered in consecutive order. Each Stop Order shall indicate the reason

for stopping construction operations, the specific work covered by this order if other

phases of work are allowed to continue, and the effective date. The Stop Order shall also

state when the work is expected to resume. All copies shall be signed by the Design

Consultant and the Contractor. The Contractor and Design Consultant shall each retain

one (1) copy with the Design Consultant forwarding a copy to the PMO and CIAC.

Before the Contractor is permitted to resume work which has been stopped by a Stop

Order the Design Consultant must issue a Start Order. Start Orders are numbered in

consecutive order. Each Start Order shall specify the effective date when work shall

resume, the number of the Stop Order cancelled by this action, and the number of

calendar days remaining for the work completion. All Copies shall be signed by the

Design Consultant forwarding a copy to the PMO and CIAC.

CONSTRUCTION.

Construction Surveying.

The Design Consultant is responsible for the construction surveying required to

accomplish the contract work. This includes laying out the job, setting benchmarks and

grade stakes, taking cross section elevations, and laying out the location and elevation of

runway and taxiway lighting and navigational aids. The field method of staking is to be

determined by the Design Consultant, as long as adequate project control is provided to

allow the Contractor to comply with project plans and specifications.

Inspection and Testing.

The General Provisions of the contract documents state the authority of the Design

Consultant relative to the quality and acceptability of materials, work performed and rate

of progress. Work or materials not meeting specification requirements may be designated

for removal and replacement at the Contractor’s expense.

All operations of the Contractor do not require full-time inspection. However, the

engineer/inspector shall keep informed as to what activities are in progress, and be

available in a timely manner when a problem arises or at the site when a major activity is

to begin. The Design Consultant is expected to use good judgment in determining when it

is necessary to be on the job.

124 Hiring of Consultancy Services to conduct Detailed Engineering Design and Construction Management Services for the Horizontal

Infrastructure Projects (Apron, Taxiway and Apron/Taxiway Shoulders) of the Clark International Airport New Terminal Building

Project (formerly Clark Airport Low Cost Terminal)

Throughout the life of the construction contract, the Design Consultant is required to

conduct testing and project control inspections in such a manner that will be both reliable

and efficient. The Design Consultant shall conduct tests and set stakes within a reasonable

time after being requested by the Contractor and in such a manner that will cause the least

amount of delay to the Contractor. As soon as tests are completed and results analyzed,

the Design Consultant shall inform the Contractor of the test results.

It is not the responsibility of the Design Consultant to tell the Contractor how to do the

work, but it is the responsibility of the Design Consultant to tell the Contractor whether

the work conforms to the plans and specifications and, consequently, whether the work is

accepted or rejected.

The Design Consultant is responsible for the quality assurance field testing required by

this contract in relation to the contract technical specifications. The Design Consultant

and inspectors shall be familiar with the tests required and the method of performing each

test. List of tests required, where to find the test procedure and the frequency of testing

are included as Appendix I. One copy of each test report, certification, etc., shall be

submitted by the Design Consultant to the PMO and CIAC. Test reports will contain the

Design Consultant approval or disapproval of the results of the tests. Any acceptance of a

failing test must be completely and clearly explained in writing. All documentation shall

be made available by the Design Consultant for review when requested by the PMO or

CAAP.

Material samples will be taken by, or in the presence of, the Design Consultant or

approved independent testing laboratory. It is the Design Consultant’s responsibility to

ensure material test reports and certifications are completed and approved prior to use of

the material in the project and prior to the Contractor’s payment for this material.

Testing is one of the most important and responsibilities of the Design Consultant, as

Construction Manager. The material testing section of the contract documents details the

tests which are the responsibility of the Contractor. At the beginning of the project, the

Design Consultant should examine each item of work listed on the plans and

specifications and prepare a list of all the tests which are required to be performed. The

list should include all the tests, even though some of the tests are the responsibility of the

Contractor, as denoted in the material testing section. The list of tests will provide a ready

reference and check-off list for the Design Consultant and will ensure that all required

tests have been performed.

The Design Consultant is required to perform the project control field testing as

construction progresses for each item of work before allowing another item of work to

start which cover up the particular item of work being tested. No work shall be approved

by the Design Consultant unless all of the required testing and inspection has been

performed and it has been determined that the work conforms to all of the requirements of

the contract documents, plans, and specifications.

If the Design Consultant is in doubt about the acceptability of a test result or has a

question regarding a construction issue/problem, the Design Consultant should

immediately contact the PMO Project Manager to discuss possible alternatives.

Aggregate Subbase and Base Inspection.

The inspector shall have a thorough knowledge of the specification requirements. Testing

shall include gradations, physical material test requirements and density. Field inspection

shall include, but not to be limited to, proper elevations and thickness determinations.

125 Hiring of Consultancy Services to conduct Detailed Engineering Design and Construction Management Services for the Horizontal

Infrastructure Projects (Apron, Taxiway and Apron/Taxiway Shoulders) of the Clark International Airport New Terminal Building

Project (formerly Clark Airport Low Cost Terminal)

Bituminous Inspection.

To maintain good quality control of asphalt production and construction, the Design

Consultant shall have a sufficient number of experienced inspectors (filed and plant) for

the project during paving operations. A prompt system of communication shall exist

between the Design Consultant’s plant and field inspectors and the Contractor’s quality

control personnel.

Prior to paving operations, the Design Consultant shall receive from the Contractor all of

the applicable material acceptance test reports and certifications. This includes coarse and

fine aggregate physical tests, mineral filler certification, and asphalt cement certification

and/or test results.

No bituminous mixture shall be produced for payment until a job mix formula prepared

specifically for this contract has been approved by the Design Consultant. The job mix

formula shall be submitted by the Contractor at least ten (10) calendar days prior to

paving operations. All test data used to develop the job mix formula shall also be

submitted.

A test section using a quantity of bituminous mixture meeting the job mix formula

specifications shall be placed as directed by the Design Consultant. The section shall be

tested by the Design Consultant as outlined in the bituminous specification. Until the

plant is producing the desired mix consistency, frequent testing may be necessary. The

test section offers the Contractor and the Design Consultant an opportunity to determine

the quality of the mixture in place, as well as performance of the plant and paving

equipment.

Material acceptance and testing requirements for bituminous pavement are listed in

Appendix I in tabular form and in the bituminous specification.

Concrete Inspection.

To maintain good quality control of concrete production and construction, the Design

Consultant shall have sufficient number of inspectors for the project during paving

operations. Prior to paving operations, the Design Consultant shall receive from the

Contractor all of the applicable materials acceptance tests reports and certifications. This

includes coarse and fine aggregates physical tests, cement certification, approval of

admixtures, joint filler, steel reinforcement, calcium chloride, and curing compound.

No concrete shall be produced for payment until a job mix formula prepared specifically

for this contract has been approved by the Design Consultant. The job mix formula shall

be submitted by the Contractor, at least ten (10) calendar days, prior to paving operations.

All test data used to develop the job mix formula shall also be submitted.

Minimum material acceptance and testing requirements for concrete pavement are listed

in Appendix I in tabular form and in the concrete specifications.

Materials Acceptance.

Before any material is used at the project site, the proper independent laboratory test or

manufacturer’s materials certification shall be submitted by the Contractor. The Design

Consultant shall review the documentation submitted by the Contractor for compliance

with the specifications, and issue approval to proceed. Delivery and weight slips for

materials shall be retained by the Design Consultant in the project records.

126 Hiring of Consultancy Services to conduct Detailed Engineering Design and Construction Management Services for the Horizontal

Infrastructure Projects (Apron, Taxiway and Apron/Taxiway Shoulders) of the Clark International Airport New Terminal Building

Project (formerly Clark Airport Low Cost Terminal)

Reports and Records.

The Design Consultant is responsible to approve and submit all test documentation and

material certifications to the PMO. The acceptance of any test or material not within

specifications must be documented. Each test report or summary should be signed and

approved for submission by the Design Consultant/Construction Manager. This

documentation must be submitted as part of the final construction contract report and also

upon request by the PMO Project Manager.

Every project must have daily inspection records completed by the Design

Consultant/Construction Manager, or its inspector, including the date and their signature.

These need not be submitted but must be available at the time of the field inspections by

the PMO or upon request. They will be included in the project records at the end of the

project and be retained by the Design Consultant. Entries should include:

a. Daily weather conditions and temperatures;

b. Communications with the PMO, CAAP, Contractor, CIAC, etc.;

c. Items of work in progress, estimated quantities, difficulties encountered and

methods used in correcting them;

d. Information concerning disputes with the Contractor over quality or quantity of

materials or work performance;

e. List of equipment in use, number and types of personnel, number of inspectors on

the job;

f. Starting and completion dates of major items of work and note any delays in

progress and reason for the delays;

g. Tests performed and locations.

All test documentation, reports, daily inspection records, letters, etc., must be retained by

the Design Consultant/Construction Manager, for a period of ten (10) years from the date

of the last payment to the Design Consultant/Construction Manager.

Weekly reports or Field Manager Inspector’s Daily Reports (IDR) are to be submitted by

the Design Consultant to the PMO, as part of the final construction contract report and as

requested by the PMO Project Manager.

Payments to Contractors.

The Design Consultant shall prepare periodic contractor pay estimates, typically on a bi-

weekly basis. The Design Consultant will not include any item of work for payment

unless the required test reports and material certifications have been received from the

Contractor for that item of work and are considered acceptable by the Design Consultant.

The Design Consultant shall verify that the results of these test reports conform to the

specifications.

Contract Modification (Change Orders).

In the event of a need for changes to the construction contract time, quantities or unit

prices, the Design Consultant shall prepare the proper contract modification. The Design

Consultant shall submit three (3) original contract modifications signed by the Contractor,

CIAC, and the Design Consultant to the PMO for approval and processing. Major

changes to scope or budget shall have prior approval by the PMO before the work is

accomplished.

127 Hiring of Consultancy Services to conduct Detailed Engineering Design and Construction Management Services for the Horizontal

Infrastructure Projects (Apron, Taxiway and Apron/Taxiway Shoulders) of the Clark International Airport New Terminal Building

Project (formerly Clark Airport Low Cost Terminal)

Payroll Compliance.

On contracts with a national government agency, the Design Consultant shall submit

certified payrolls for the time period covered by the pay estimate.

POST CONSTRUCTION.

Final Inspection.

Upon notice from the Contractor of substantial completion of the contract, the Design

Consultant/Construction Manager, shall conduct a pre-final inspection with the

Contractor to assure that all of the contract requirements have been performed, in

accordance with the plans and specifications. If the pre-final inspection discloses any

unsatisfactory work, the Design Consultant will give the Contractor the necessary written

instructions. Upon correction of the unsatisfactory work or if the pre-final inspection

shows that the Contractor has completed all work in accordance to the contract, the

Design Consultant will schedule the final inspection with the PMO Project Manager,

CIAC, BCDA, Contractor, DOTr (including the OTS) and CAAP. All inspection reports,

test reports, materials certifications, shop drawings, etc., must be submitted to the PMO in

the final construction contract report if they have not been submitted already. Once the

project is accepted, the Design Consultant shall provide the CIAC with the Sponsor

Certification for Construction Project Final Acceptance form for signature. A signed

original of the Certification form shall be submitted to the PMO.

Final Payment to Contractor.

After the Contractor’s work has been approved and all contract requirements have been

met, the Design Consultant should submit a final contract modification, then Contractor’s

final payment request, and any other supporting documentation previously not submitted.

Upon completion of the PMO’s review of the final project documentation, final payment

to the Contractor will be processed.

Final Payment to the Design Consultant and Project Closeout.

Final payment to the Design Consultant will be processed by the PMO after all project

documentation has been submitted and approved by the PMO.

128 Hiring of Consultancy Services to conduct Detailed Engineering Design and Construction Management Services for the Horizontal

Infrastructure Projects (Apron, Taxiway and Apron/Taxiway Shoulders) of the Clark International Airport New Terminal Building

Project (formerly Clark Airport Low Cost Terminal)

APPENDIX I – MINIMUM MATERIAL TESTING REQUIREMENTS.

SPEC TITLE REQUIREMENT MINIMUM

SAMPE

SELECTION

REMARKS

P-152 EXCAVATION AND

EMBANKMENT

(All Testing Requirements are ASTM

unless noted otherwise.)

Items Requiring Material Testing

By Independent Laboratory

None

Items Requiring Certification

None

Items Requiring Field Testing

Density:

Under Pavement Areas As specified on plans

Min 1/3000

SYD/Layer

Outside of Pavement Areas 95% Non-cohesive-AASHTO-T99

90% cohesive-AASHTO T-

99

Surface Tests +-1/2” when measured with

16’

As Required

straightedge

P-154 SUBBASE COURSE (All Testing Requirements are ASTM

unless noted otherwise.)

Items Requiring Material Testing By Independent Laboratory

Gradation See Specifications – Also, not

more than 3% shall be finer than 0.02 mm in diameter,

D422

1/Source

Liquid Limit 25 Max – D423 1/Source

Plasticity Index 6 Max – D424 1/Source

Items Requiring Certification

None

Items Requiring Field Testing

Density/Moisture:

Less than 12.5 K GAW AASHTO T99 – 95%

Density Min

1/3000 SYD/layer

Less than 30 K GAW AASHTO T99 – 100% Density Min

1/3000 SYD/layer

30K or more GAW AASHTO T180–100%

Density Min

1/3000 SYD/layer

Gradation See Specifications 1/6000 SYD/layer

Thickness Deficiencies in excess of ½”

must be corrected

1/3000 SYD

Surface Test +- ½” when measured with a

16’ straight edge

As Required

F-160 WIRE FENCE WITH WOOD

POSTS

(All Testing Requirements are ASTM

unless noted otherwise.)

Items Requiring Material Testing By Independent Laboratory

None

Items Requiring Certification

Wire See Specification 1/Source

Gates & Hardware See Specification 1/Source

Posts See Specification 1/Source

Items Requiring Field Testing

None

F-161 WIRE FENCE WITH STEEL (All Testing Requirements are ASTM

unless noted otherwise.)

129 Hiring of Consultancy Services to conduct Detailed Engineering Design and Construction Management Services for the Horizontal

Infrastructure Projects (Apron, Taxiway and Apron/Taxiway Shoulders) of the Clark International Airport New Terminal Building

Project (formerly Clark Airport Low Cost Terminal)

POSTS

Items Requiring material Testing By Independent Laboratory

None

Items Requiring Certification

Wire See Specification 1/Source

Posts, Gates, Rails, Braces & Accessories

See Specification 1/Source

F-162 CHAIN LINK FENCE (All Testing Requirements are ASTM

unless noted otherwise.)

Items Requiring Material Testing

By Independent Laboratory

None

Items Requiring Certification

Fabric See Specification 1/Source

Barbed Wired See Specification 1/Source

Post Rails & Braces See Specification 1/Source

Gates See Specification 1/Source

Wire See Specification 1/Source

Items Requiring Field Testing

None

P-208 AGGREGATE BASE COURSE (All Testing Requirements are ASTM

unless noted otherwise.)

Items Requiring Material Testing By Independent Laboratory

Liquid Limit* AASHTO T89 -25 Max 1/Source

Plastic Limit* AASHTO T90 – See PI 1/Source

Plasticity Index* AASHTO T90 – 6 Max 1/Source

Abrasion:

Uncrushed CA AASHTO T96 – 45 Max

@ 500 revolutions

1/Source

Crushed CA AASHTO T96 – 50 Max @ 500 revolutions

1/Source

Unit Weight (Slag) AASHTO T19 – 70 lbs/C FT

Min

1/Source

Gradation AASHTO T11, T27 – Specifications

1/Source

Fracturing Specified on plans 1/Source

Items Requiring Certification

None

Items Requiring Field Testing

Density/Moisture:

Less than 30K GAW AASHTO T99 – 100% Density Min

1/3000 SYD/Layer

30k GAW or more AASHTO T180 –100%

Density Min

1/3000 SYD/Layer

Materials:

Gradation AASHTO T11, T27 –

Specifications

1/1500 CYD

Liquid Limit* AASHTO T89 – 25 Max As required by

change in material

Plastic Limit* AASHTO T90 – See PI As required by

change in material

Plasticity Index* AASHTO T90 – 6 Max As required by change in material

Thickness Depth Check – Specifications 1/3000 SYD

Smoothness 16’ straight edge or String +-

3/8”

As required for

acceptance

*Not applicable to slag

130 Hiring of Consultancy Services to conduct Detailed Engineering Design and Construction Management Services for the Horizontal

Infrastructure Projects (Apron, Taxiway and Apron/Taxiway Shoulders) of the Clark International Airport New Terminal Building

Project (formerly Clark Airport Low Cost Terminal)

P-209 CRUSHED AGGREGATE

BASE COURSE

(All Testing Requirements are ASTM

unless noted otherwise.) If slag is used, it must

be air-cooled blast

furnace slag

Items Requiring Material Testing By Independent Laboratory

Thin & Elongated Aggregate D693 15% Max 1/Source

Abrasion C131 – 45 Max @ 500 Revolutions

1/Source

Soundness C88 – 12% Max Loss, 5 CU

Cycles

1/Source

Liquid Limit* D4318 – 25 Max 1/Source

Plastic Limit* D4318 See PI 1/Source

Plasticity Index* D4318 – 6 Max 1/Source

Sand Equivalent D4319 – 35 Min 1/Source

Unit Weight (Slag) C29 – 70 lbs/C FT Min 1/Source

Gradation C117 & C136 – Specification 1/Source

Fracturing Lab – Retained #4: 100% 1 Fractured Face

90% 2 Fractured Face

1/Source

1/Source

Particle Size Analysis D422 – Max 3% Smaller than

0.02 mm

1/Source

Items Requiring Certification

None

Items Requiring Field Testing

Density/ Moisture:

Less than 60K GAW

D698 Method D – 100%

Density Min

1/3000 SYD/Layer Acceptance testing may

be accomplished using a

nuclear gauge if done in

accordance with the

specifications.

60K GAW or more D1557 Method D – 100%

Density Min

1/3000 SYD/Layer

Thickness Cores shall not be deficient by more than ½”

1/3000 SYD/Layer

Materials:

Liquid Limit* D4318 – 25 Max As required by

change in gradation

Plastic Limit* D4318 – See PI As required by

change in gradation

Plasticity Index* D4318 – 6 Max As required by

change in gradation

Gradation C177 – C136 1/1500 C YD The job mix tolerances

in table I shall be

applied to the job mix

gradation determined by

an independent

laboratory. This will

establish a job control

grading band.

Smoothness 16’ Straightedge or String Line +-3/8”

As required for Acceptance

P-304 CEMENT TREATED BASE

COURSE

(All Testing Requirements are ASTM

unless noted otherwise.)

Items Requiring Material Testing

By Independent Laboratory

Water AASHTO T26 1/Source Only required if quality

of water is questionable

Aggregates:

Sulfates C295 1/Source Only required if

injurious quantities of

sulfates are suspected

Gradation See Specifications 1/Source

Liquid Limit D423 – 25 Max 1/Source

Plasticity Index D424 – 6 Max 1/Source

Cement Content Minimum compressive strength should be 750 psi

when molded, broken, and

cured in accordance with D560 and D1633

1/Source

131 Hiring of Consultancy Services to conduct Detailed Engineering Design and Construction Management Services for the Horizontal

Infrastructure Projects (Apron, Taxiway and Apron/Taxiway Shoulders) of the Clark International Airport New Terminal Building

Project (formerly Clark Airport Low Cost Terminal)

Items Requiring Certification

Portland cement C150 Type 1 1/Source

Bituminous Material:

Cutback D2088 1/Source

Emulsified:

RS-2, SS-1 D977 1/Source

CRS-1 D2397 1/Source

Items Requiring Field Testing

Atmospheric Temperatures Min 40°F

Daily

Density Min 98% of Lab Field Density – D558

Lab Density – D1556 or

D2167

4/Lot (Lot=1200 SYD)

Moisture Content:

Optimum D558 1/Source

Field +- 2% of Optimum 4/Lot

Aggregate Gradation See Specifications 1/1500 CYD

Surface Tolerance Finished surface shall not

vary more than 3/8” when tested with a 16’ straight

edge.

As required

P – 402 POROUS FRICTION COURSE (All Testing Requirements are ASTM

unless noted otherwise.)

Items Requiring Material Testing

By Independent Laboratory

Aggregate:

Flat or Elongated Max 15% by Weight D693 1/Source

Percentage of wear Max 30% C131 1/Source

Weighted Average Loss Max 9% after 5 Cycles in

Sodium Sulfate C88

1/Source

Coated Area Min 95% D1664 1/Source

Crushed Content Min 75% Two Face Min 90% One Face

1/Source 1/Source

Unit Weight – Slag Only Min 70 lbs/C FT – C29 1/Source

Gradation See Specification C136 1/Source

Mineral Filler D242 1/Source

Job Mix Formula (JMF) The Contractor is responsible for supplying the materials to

an independent testing

laboratory for preparation of the JMF. The PE is

responsible for approving the

JMF prior to production.

Items Requiring Certification

Latex See the Specifications 1/Source

Bituminous Material See the Specifications 1/Carload or

equivalent shipped to the site

Items Requiring Field Testing

Placement Temperature +-20°F of JMF Target Temperature

Periodically throughout the paving

operation

Bituminous Content of Mix +-0.4% of JMF – D2179 Once for plant run of

30 min or less. Twice

for each 5 hours of

plant operation.

Aggregate Gradation of Mix AASHTO T30 No.4 Sieve +-7% of JMF

Target

No.8-30 +-4% of JMF Target No.20 +-2% of JMF Target

Same as Bit Content

Gradation of Aggregate in Bin C136

No.4 Sieve +-7% of JMF Target

Twice Daily

132 Hiring of Consultancy Services to conduct Detailed Engineering Design and Construction Management Services for the Horizontal

Infrastructure Projects (Apron, Taxiway and Apron/Taxiway Shoulders) of the Clark International Airport New Terminal Building

Project (formerly Clark Airport Low Cost Terminal)

No.8-30 +-4% of JMF Target

No.20 +-2% of JMF Target

Pavement Thickness ¾” Aggregate – Target 1” (Max 1.5”, Min 0.75”)

½” Aggregate – Target 0.75”

(Max 1.25”, Min 0.50”)

1/10000 SYD

P – 411 BITUMINOUS BASE,

LEVELING AND TOP

COURSES

(All Testing Requirements are ASTM

unless noted otherwise.) The Contractor is

responsible for

acquisition of all

samples not acquired by

independent testing

laboratory. All

materials shall be

determined acceptable

prior to use by

Contractor. Sample

selection per ASTM

D75. If slag is used, it

must be air-cooled blast

furnace slag.

Items Requiring Material Testing

By Independent Laboratory

Aggregates (Coarse): All aggregate requirements apply to aggregate mixture if

blended.

Flat & Elongated Pieces Laboratory – 8% Max 1/Source

Soft Pieces (Top Course Only) Laboratory – 5% max 1/Source

Clay Balls, etc. Laboratory – None 1/Source

Crushed Content See Specifications 1/Source

Abrasion (+8 Screen):

Base Course C131 – 50 Max @ 500

Revolutions

1/Source

Leveling/Top C131 – 40 Max @ 500

Revolutions

1/Source

Slag – Base/Leveling/Top C131 – 50 max @ 500

Revolutions

1/Source

Soundness (+8 Screen):

(5 Cycle Sodium Sulfate) C88 – 9% Max Loss 1/Source

Unit Weight (Slag) C29 – 75 lb/C FT Min 1/Source

Bulk Specific Gravity C127 – None 1/Source For VMA calculation

Gradation C136, C117 – See Specifications

1/Source Obtain Composite

Sample

Aggregate Coating D1664 – 95% Min 1/Source

Aggregates (Fine): Samples Selection per

D75

Foreign Materials Laboratory – None 1/Source

Liquid Limit D423 – 25 Max 1/Source Including Blended Filler

Plastic Limit D424 – See PI 1/Source Including Blended Filler

Plasticity Index D424 – 6 Max 1/Source Including Blended Filler

Gradation C136, C117 – See

Specifications

1/Source Obtain Composite

Sample

Specific Gravity C128 – None 1/Source For VMA calculation

Aggregates (Mineral Filler) D242 – DPWH-BRS Certification for fly ash is

acceptable

1/Source

Bituminous Material:

Asphalt Cement See Specifications 1/Source

Bituminous Mixture Marshall Requirements – See

Specifications

An approved

independent testing

laboratory will develop a job mix

formula (JMF) that

will yield the required

Marshall properties

shown in the

Specifications.

Items Requiring Certification

None

Items Requiring Field Testing

Plant Inspection See Specifications Continuous Monitor Daily Reports

Temperature at Plant 325°F Max – Asphalt Cement Record at least every

133 Hiring of Consultancy Services to conduct Detailed Engineering Design and Construction Management Services for the Horizontal

Infrastructure Projects (Apron, Taxiway and Apron/Taxiway Shoulders) of the Clark International Airport New Terminal Building

Project (formerly Clark Airport Low Cost Terminal)

2 hours

350°F Max – Dried

Aggregate

Record at least every

2 hours

Extractions S2172/AASHTO T30 – Job

Mix Formula (See

Specifications) All mixtures furnished shall

conform to the job mix

formula within the tolerances of the Specifications.

2/Day Report All Screens JMF

Materials:

Aggregates Stockpiles See Specifications (JMF)

AASHTO T11/AASHTO T27

As required Daily Report

Thickness Specifications

Temperature at Placement +- 20°Target in JMF

(Temperature of paver shall not fall below 250°F)

Continuous Monitor Checked at Paver

Surface Tests +-1/4” from Plan Grade (Top

and Leveling)

Continuous Monitor 16’ Straight Edge or

String Line. Record

finding in daily report.

+-3/8” from Plan Grade

(Base)

Quantity

Tonnage Used Continuous Record Record gross and tare

of trucks. Periodically

verify tare. (Weight

Slips)

*Air Voids (12,500 lbs. GAW and over)

See Specifications 4/Lot

*Density (Under 12,500 lbs.

GAW)

D2726 – 92% Theoretical 4/Lot

Test Section See Specifications

P – 501 PORTLAND CEMENT

CONCRETE PAVEMENT

(All Testing Requirements are ASTM

unless noted otherwise.)

Items Requiring Material Testing By Independent Laboratory

Aggregates:

Fine:

General C33 1/Source

Gradation See Specifications 1/Source

Course:

General C33 1/Source

Gradation See Specifications 1/Source

Percentage of Wear 40% Max – C131 & C535 1/Source

Flat & Elongated 8% Max 1/Source

Mixed Proportions Contractor shall submit test results from an independent

laboratory verifying the

proposed mix meets the requirements in the

Specifications.

Items Requiring Certification

Cement C150 Types 1, 1A & 1P 1/Delivery to job site

Pre-molded Joint Filler:

Expansion Joints D1751 1/Delivery to job site

Contraction Joints D1752 1/Delivery to job site Resin-Impregnated

Tie Bars A615 or A616 See Specifications for

tie bars to be bent

during construction.

Dowel Bars A615 or A617 1/Delivery to job site

Items Requiring Certification

Cover Material for Curing:

Liquid Membrane-Forming Compound

C309 Type 2 1/Delivery to job site

White Polyethylene Film C171 1/Delivery to job site

White Burlap-Polyethylene

Sheeting

C171 1/Delivery to job site

Waterproof Paper C171 1/Delivery to job site

134 Hiring of Consultancy Services to conduct Detailed Engineering Design and Construction Management Services for the Horizontal

Infrastructure Projects (Apron, Taxiway and Apron/Taxiway Shoulders) of the Clark International Airport New Terminal Building

Project (formerly Clark Airport Low Cost Terminal)

Items Requiring Field Testing

Admixtures:

Pozzolanic C618 1/Delivery to job site Maximum loss of

ignition will be 6%

Air-Entraining C260 1/Delivery to job site

Water-Reducing C494 Type A or Type D 1/Delivery to job site

Flexural Test Beams-Molding C31 8/Day (4/a.m.-4/p.m.)

Flexural Test Beams-Testing C78 4/Day

(one at 7 days from

a.m. one at 28 days from a.m.

one at 7 days from

p.m. one at 28 days from p.m.)

(Save other four

molds in case of bad samples.)

Pavement Thickness – Coring C174 1/1200 SYDS

Slump C143 One per 2 loads More, if problem

Air Content C173 or C231 One per 2 loads More, if problem

Surface Smoothness P-501 Random 0.25 “/16 FT Horizontal

P -602 BITUMINOUS PRIME COAT

MATERIALS

(All Testing Requirements are ASTM

unless noted otherwise.)

Items Requiring Material Testing By Independent Laboratory

None

Items Requiring Certification

RC-70/MC-70/SC-70 AASHTO M81/M82/M141 1/Vendor Tank The Contractor shall

submit to the Design

Consultant/Construction

Manager samples of the

bituminous materials to

used on the project. The

Design

Consultant/Construction

Manager may require

the samples to be tested

by an independent

laboratory.

RC-250/MC-250/SC-250 AASHTO M81/M82/M141 1/Vendor Tank

RT-1/RT-3 AASHTO M52 1/Vendor tank

Emulsified Asphalt – MS – OP D244 1/Vendor Tank

Items Requiring Field Testing

Application Temperature See Specifications Per Application Record

Application Rate 0.25 to 0.50 Gal/SYD Per Application

P – 605 JOINT SEALING FILLER (All Testing Requirements are ASTM

unless noted otherwise.)

Items Requiring Material Testing

By Independent Laboratory

None

Items Requiring Certification

Joint Sealing Material See Specifications 1/Lot Delivered to

Job Site

Lubricant:

Average Weight 7.8 lbs.

Solids (Percent by Weight) 22-28 D1644 Method A 1/Lot Delivered to

Job Site

Film Strength, psi 2300 Min D412

Elongation, Percent 750 Min D412

Storage Temperature 50°F - 80°F

Items Requiring Field Testing

Pavement Temperatures:

135 Hiring of Consultancy Services to conduct Detailed Engineering Design and Construction Management Services for the Horizontal

Infrastructure Projects (Apron, Taxiway and Apron/Taxiway Shoulders) of the Clark International Airport New Terminal Building

Project (formerly Clark Airport Low Cost Terminal)

Preformed Joint Sealant Minimum 40°F 1/Day

Poured Joint Sealant Minimum 50°F 1/Day

P – 609 SEAL COATS AND

BITUMINOUS SURFACE

TREATMENTS

(All Testing Requirements are ASTM

unless noted otherwise.)

Items Requiring Material Testing By Independent Laboratory

Aggregates:

Elongated or Flat Pieces Max 8% 1/Source

Percent Wear Max 40 @ 500 Revolutions AASHTO T96

1/Source

Soundness 12% - 5 Cycles AASHTO

T104

1/ Source

Gradation See Table 2 – AASHTO T11 & T27

1/Source Specific aggregate to be

used should be

designated on the plans.

Stripping No striping – AASHTO T182 1/Source

Slag Shall not weigh less than 70

lbs/C FT AASHTO T19

1/Source

Items Requiring Certification

Bituminous Material 1/Lot or Batch The specific bituminous

material to be used

shall be designated on

the plans.

Rubber Compound:

Total Rubber Solids 45-72% by Weight 1/Source

Allowable variations from Target

Value for Total Rubber Solids

+-1% 1/Source

Ash, % by Total Rubber Solids Max 3.5 D297 1/Source

Viscosity Max 2000 1/Source

Items Requiring Field Testing

Atmospheric Temperature Min 70°F 1/Day

Quality of Material Per Square Yard

See Specifications Exact amount should be

specified on plans.

P – 610 STRUCTURAL PORTLAND

CEMENT CONCRETE

(All Testing Requirements are ASTM

unless noted otherwise.)

Items Requiring Material Testing

By Independent Laboratory

Aggregate:

Course: AASHTO M80

Percentage of Wear Max 45 @ 500 Revolutions AASHTO T96

Gradation See Specifications AASHTO

T27

Absorption AASHTO T85

Fine: AASHTO M6

Gradation See Table 3 AASHTO T27

Absorption AASHTO T85

Water If Not Potable – AASHTO T26

Items Requiring Certification

When this specification is used for

fence post footing, manholes, catch

basins, inlets, headwalls, light bases,

wind cone and beacon footings, electric

duct, sidewalk, curbing, cable markers,

and other non-critical structures, the

requirements for testing will be waived

if either the concrete is furnished by a

reputable transit mix firm approved by

the Design Consultant/Construction

Manager, or the materials are

approved by the Design

Consultant/Construction Manager

when the concrete is mixed on the site.

However, when any items, such as

electrical duct or poured manholes are

placed in or under a pavement intended

to support aircraft of 60,000 pounds or

136 Hiring of Consultancy Services to conduct Detailed Engineering Design and Construction Management Services for the Horizontal

Infrastructure Projects (Apron, Taxiway and Apron/Taxiway Shoulders) of the Clark International Airport New Terminal Building

Project (formerly Clark Airport Low Cost Terminal)

more gross weight, such tests may be

required if so indicated on the plans.

When tests are waived, the concrete

shall be a standard 6 bag mix, with 1”

maximum coarse aggregate, unless

otherwise specified, and shall have a

slump range of 2-5 inches. Cement:

Portland Cement AASHTO M85 1/Delivery to job site (Typical for all certification

items under P-610).

Air-Entraining Portland Cement AASHTO M134

Portland Blast Furnace Slag AASHTO M151

Air-Entraining Portland Blast Furnace Slag Cement

AASHTO M151

Admixtures:

Pozzolanic Admixtures:

Fly ash C350

Raw or Calcined Natural Pozolansq

C350

Air-Entraining Admixtures AASHTO M154

Water-Reducing C494 Type A or D

Pre-molded Joint Material AASHTO M33 or M90 or M153 or M213

Joint Filler See Specifications P-605

Steel Reinforcement:

Deformed Bars: AASHTO M137

Structural, Intermediate or Hard-Grade Billet Steel

AASHTO M31

Rail Steel AASHTO M42

Welded Wire Fabric AASHTO M55

Calcium Chloride AASHTO M144

Curing Materials:

Cotton Mats AASHTO M73

Waterproof Paper AASHTO M139

Polyethylene Sheeting AASHTO M171

Burlap Cloth AASHTO M182

Liquid Membrane-Forming Compound

AASHTO M148

Items Requiring Field Testing

Air Content 3%-6% AASHTO T121 or T152

Concrete Cylinders Made in accordance with

AASHTO T23

Slump Test Tested in accordance with AASHTO T119

Strength and slump

requirements will be

designated on the plans.

Temperature 50°F - 100°F Periodically during

placement.

The structure is to be

maintained at 50°F until

it reaches 60% of the

design strength.

P – 625 COAL-TAR PITCH

EMULSION SEAL COAT

(All Testing Requirements are ASTM

unless noted otherwise.)

Items Requiring Material Testing By Independent Laboratory

Coal-Tar See Specifications 1/Vendor Tank

Coal-Tar Pitch Emulsion See Specifications (Except

water content shall not

exceed 50%)

1/Vendor Tank

Water If known to be potable, then

testing is not necessary.

Items Requiring Certification

Latex Rubber See Specifications 1/Vendor Tank

Items Requiring Field Testing

Aggregate Gradation Sieve Size Percent Passing

No.16 97 – 100 20 85 - 100

137 Hiring of Consultancy Services to conduct Detailed Engineering Design and Construction Management Services for the Horizontal

Infrastructure Projects (Apron, Taxiway and Apron/Taxiway Shoulders) of the Clark International Airport New Terminal Building

Project (formerly Clark Airport Low Cost Terminal)

30 15 - 85

40 2 - 15

100 0 - 2

Application Rate See Specifications Specific rate to be

designated on Plans.

Friction Test Min 50 Mu Reading – E670 1/Job Site Mu meter test should be

done on test section if

P-625 is going to be

placed on runway.

D – 701 PIPE FOR STORM DRAINS

AND CULVERTS

(All Testing Requirements are ASTM

unless noted otherwise.)

Items Requiring Material Testing By Independent Laboratory

None

Items Requiring Certification

Pipe See the Specifications for applicable testing

requirements.

1/Source

Items Requiring Field Testing

Field Review of Joint Materials

D – 705 PIPE UNDERDRAINS FOR

AIRPORTS

(All Testing Requirements are ASTM

unless noted otherwise.)

Items Requiring Material Testing

By Independent Laboratory

None

Items Requiring Certification

Pipe See Specifications for

applicable testing requirements.

1/Source

Items Requiring Field Testing

None

D – 751 MANHOLES, CATCH

BASINS, LEACHING BASINS,

INLETS AND INSPECTION

HOLES

(All Testing Requirements are ASTM

unless noted otherwise.)

Items Requiring Material Testing

By Independent Laboratory

None

Items Requiring Certification

Brick and Block See Specifications 1/Source

Pre-cast Units See Specifications 1/Source

Frames, Covers, Grates See Specifications 1/Source

Items Requiring Field Testing

None

D - 752 CONCRETE CULVERTS,

HEADWALLS AND

MISCELLANEOUS

DRAINAGE STRUCTURES

(All Testing Requirements are ASTM

unless noted otherwise.)

Items Requiring Material Testing

By Independent Laboratory

None

Items Requiring Certification

None

138 Hiring of Consultancy Services to conduct Detailed Engineering Design and Construction Management Services for the Horizontal

Infrastructure Projects (Apron, Taxiway and Apron/Taxiway Shoulders) of the Clark International Airport New Terminal Building

Project (formerly Clark Airport Low Cost Terminal)

Items Requiring Field Testing

None

D – 754 CONCRETE GUTTERS,

DITCHES AND FLUMES

(All Testing Requirements are ASTM

unless noted otherwise.)

Items Requiring Material Testing By Independent Laboratory

None

Items Requiring Certification

None

Items Requiring Field Testing

None

D – 901 SEEDING (All Testing Requirements are ASTM

unless noted otherwise.)

Items Requiring Material Testing

By Independent Laboratory

None

Items Requiring Certification

Seed See Specifications 1/Lot See Specifications for

information to be

supplied on

Certification.

Items Requiring Field Testing

None

T – 904 SODDING (All Testing Requirements are ASTM

unless noted otherwise.)

Items Requiring Material Testing By Independent Lab

None

Items Requiring Certification

None

Items Requiring Field Testing

None

T – 905 TOP SOILING (All Testing Requirements are ASTM

unless noted otherwise.)

Items Requiring Material Testing By Independent Lab

Top Soil:

pH Range 5.5 to 7.6 1/Source The Contractor is not

responsible for any

tests, chemical or

mechanical analysis or

the results of such test

or analyses for top soil

obtained “on site” or

“owner” furnished.

Material Testing

Requirements may be

waived by the Design

Consultant/Construction

Manager if they are

satisfied with the quality

the Contractor proposes

to use.

Organic Content 3% - 20% (Wet-Combustion

Method Chromic Acid Reduction)

1/Source

139 Hiring of Consultancy Services to conduct Detailed Engineering Design and Construction Management Services for the Horizontal

Infrastructure Projects (Apron, Taxiway and Apron/Taxiway Shoulders) of the Clark International Airport New Terminal Building

Project (formerly Clark Airport Low Cost Terminal)

Gradation 20%-80% Passing the 200

Sieve C117

1/Source

Items Requiring Certification

None

Items Requiring Field Testing

None

T - 907 TILLING (All Testing Requirements are ASTM

unless noted otherwise.)

Items Requiring Material Testing

By Independent Lab

None

Items Requiring Certification

None

Items Requiring Field Testing

None

T – 908 MULCHING (All Testing Requirements are ASTM

unless noted otherwise.)

Items Requiring Material Testing By Independent Lab

None

Items Requiring Certification

None

Items Requiring Field Testing

None

XXIV. SAFETY AND SECURITY.

NEED TO IDENTIFY SECURITY CONCERNS AND CITE SECURITY

GUIDELINES FOR THE NEW AIRPORT

References: a) The distributed CIAC consultants scope of work

b) Regulatory Requirements

REGULATORY REQUIREMENTS

1. ICAO Annex 17 Chapter 3.2.1

Each Contracting State shall require each airport serving civil aviation to establish,

implement and maintain a written airport security programme appropriate to meet

the requirements of the national civil aviation security programme

1. ICAO Annex 17 Chapter 3.2.4

Each Contracting State shall ensure that airport design requirements,

including architectural and infrastructure-related requirements necessary

for the implementation of the security measures in the national civil

aviation security programme, are integrated into the design and

construction of the new facilities and alterations to existing facilities at

airports.

2. ICAO Annex 17 Chapter 4.2.2

140 Hiring of Consultancy Services to conduct Detailed Engineering Design and Construction Management Services for the Horizontal

Infrastructure Projects (Apron, Taxiway and Apron/Taxiway Shoulders) of the Clark International Airport New Terminal Building

Project (formerly Clark Airport Low Cost Terminal)

Each Contracting State shall ensure that security restricted areas are

established at each airport serving civil aviation designated by the State

based upon a security risk assessment carried out by the relevant national

authorities.

3. ICAO Annex 17 Chapter 4.8 Measures relating to the landside.

Recommendation: Each Contracting State should ensure that security measures in

landside areas are established to mitigate possible threats of acts of unlawful

interference in accordance with a risk assessment carried out by the relevant

authorities.

4. Extracts from Annex 14- Aerodromes

Volume I: Aerodrome Resign and Operations

5. An isolated aircraft parking position shall be designated and the

aerodrome control tower shall be advised of an area or areas suitable for

the parking of an aircraft which is known or believed to be the subject of

unlawful interference, or which for other reasons needs isolation from

normal aerodrome activities.

Recommendation: The isolated aircraft parking position should be located at the

maximum distance practicable and in any case never less than 100m from other

parking positions, buildings or public areas, etc. Care should be taken to ensure

that the position is not located over underground utilities such as gas and aviation

fuel and, to the extent feasible, electrical or communication cables.

2. Fencing

2.1 A fence or other suitable barrier shall be provided on an

aerodrome to deter the inadvertent or premeditated access of

an unauthorized person onto a non-public area of the

aerodrome.

Note 1. This is intended to include the barring of sewers,

ducts, tunnels, etc., where necessary, to prevent access.

Note 2. Special measures may be required to prevent the

access of an unauthorized person to runways or taxiways

which overpass public roads.

2.2 Suitable means of protection shall be provided to deter the

inadvertent or premeditated access of unauthorized persons

into ground installations and facilities essential for the safety

of civil aviation located off the aerodrome.

Location

2.3 The fence or barrier shall be located so as to separate the

movement area and other facilities or zones on the aerodrome

vital to the safe operation of aircraft from areas open to public

access.

141 Hiring of Consultancy Services to conduct Detailed Engineering Design and Construction Management Services for the Horizontal

Infrastructure Projects (Apron, Taxiway and Apron/Taxiway Shoulders) of the Clark International Airport New Terminal Building

Project (formerly Clark Airport Low Cost Terminal)

Recommendation: When greater security is thought necessary, a cleared area

should be provided on both sides of the fence or barrier to facilitate the work of

patrols and to make trespassing more difficult. Consideration should be given to

the provision of a perimeter road inside the aerodrome fencing for the use of both

maintenance personnel and security patrols.

3. Security Lighting

Recommendation: At an aerodrome where it is demand desirable for security

reasons, a fence or other barrier provided for the protection of international civil

aviation and its facilities should be illuminated at a minimum essential level.

Consideration should be given to locating lights so that the ground area on both

sides of the fence or barrier, particularly at access points, is illuminated.

PROPOSED AND RECOMMENDED SECURITY STANDARDS

A. Conduct of vulnerability assessment

B. Formulation of Airport Security Program (New Terminal)

C. Conduct of Periodic Security Inspection

D. Conduct of Security Training

142 Hiring of Consultancy Services to conduct Detailed Engineering Design and Construction Management Services for the Horizontal

Infrastructure Projects (Apron, Taxiway and Apron/Taxiway Shoulders) of the Clark International Airport New Terminal Building

Project (formerly Clark Airport Low Cost Terminal)

Advance Planning Security Checklist (General Security Consideration) for

Horizontal Requirements

PROPOSED AND RECOMMENDED SECURITY STANDARDS

No Yes

I. GEOGRAPHICAL LOCATION

Surrounding Localities

1. Is the vulnerability assessment for the existing planned

facility conducted.

2. Is the present perimeter protection (fences, gates, patrol) will

be enough as first line of the defense in providing physical

security for personnel and property of the present and future

terminal.

3. Are security areas, and boundaries identified.

4. Does the general airport layout consider the boundary lines

between airside, landside and terminal.

II. SUPPORT FACILITIES

A. Airside

1. Does the airside area integrate the system of pavements:

runways, taxiways, aircraft apron or lighting, flight

instrumentation and navigational aid and cargo operation

2. Does the landside area infrastructures consider the

provision of passenger holding area well-wishers

and family assistance center.

3. Does the landside areas consider the security control

measures and security equipment such as: CCTV and

other equipment at the security checkpoint.

4. Does the landside area consider the accommodation

of public convenience facilities such as: hotel, banks,

food shops, stores and the like.

143 Hiring of Consultancy Services to conduct Detailed Engineering Design and Construction Management Services for the Horizontal

Infrastructure Projects (Apron, Taxiway and Apron/Taxiway Shoulders) of the Clark International Airport New Terminal Building

Project (formerly Clark Airport Low Cost Terminal)

A. CONDUCT OF VULNERABILITY ASSESSMENT

B. FORMULATION OF AIRPORT SECURITY PROGRAM (ASP)

(TO BE FORMULATED UPON COMPLETION OF THE PROJECT)

C. CONDUCT OF SECURITY SURVEY

(TO BE CONDUCTED UPON COMPLETION OF THE DEMOLITION)

D. CONDUCT OF SECURITY TRAINING

144 Hiring of Consultancy Services to conduct Detailed Engineering Design and Construction Management Services for the Horizontal

Infrastructure Projects (Apron, Taxiway and Apron/Taxiway Shoulders) of the Clark International Airport New Terminal Building

Project (formerly Clark Airport Low Cost Terminal)

Section VII. Bidding Forms

145 Hiring of Consultancy Services to conduct Detailed Engineering Design and Construction Management Services for the Horizontal Infrastructure Projects

(Apron, Taxiway and Apron/Taxiway Shoulders) of the Clark International Airport New Terminal Building Project (formerly Clark Airport Low Cost

Terminal)

ELIGIBILITY DOCUMENTS SUBMISSION FORM

[Date]

[Name and address of the Procuring Entity]

Ladies/Gentlemen:

In connection with your Request for Expression of Interest dated [insert date] for

[Title of Project] , [Name of Consultant] hereby expresses interest in participating in the

eligibility and short listing for said Project and submits the attached eligibility documents in

compliance with the Eligibility Documents therefor.

In line with this submission, we certify that:

a) [Name of Consultant] is not blacklisted or barred from bidding by the GOP or

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

government/foreign or international financing institution whose blacklisting

rules have been recognized by the Government Procurement Policy Board, and

that each of the documents submit; and

b) Each of the documents submitted herewith is an authentic copy of the original,

complete, and all statements and information provided therein are true and

correct.

We acknowledge and accept the Procuring Entity’s right to inspect and audit all

records relating to our submission irrespective of whether we are declared eligible and short

listed or not.

Yours sincerely,

Signature

Name and Title of Authorized Signatory

Name of Consultant

Address

146 Hiring of Consultancy Services to conduct Detailed Engineering Design and Construction Management Services for the Horizontal Infrastructure Projects

(Apron, Taxiway and Apron/Taxiway Shoulders) of the Clark International Airport New Terminal Building Project (formerly Clark Airport Low Cost

Terminal)

TECHNICAL PROPOSAL FORMS

Notes for Consultants The following summarizes the content and maximum number of pages permitted for the Technical Proposal. A page is considered to be one printed side of A4 or letter sized paper.

Cover Letter Use TPF 1. Technical Proposal Submission Form.

Experience of the Firm Maximum of [insert acceptable number of pages] introducing the background and general experience of the Consultant, including its partner(s) and subcontractors, if any.

Maximum of [insert acceptable number of pages] completed projects in the format of TPF 2.

Consultant’s References illustrating the relevant experience of the Consultant, including its

partner and subcontractors, if any. No promotional material should be included.

General approach and methodology, work and staffing schedule Use TPF 4. Description of the Methodology and Work Plan for Performing the Project, TPF 5. Team Composition and Task , TPF 7. Time Schedule for Professional Personnel, and TPF

8. Activity (Work) Schedule.

If subcontracting is allowed, add the following: If the Consultant will engage a subcontractor

for the portions of the Consulting Services allowed to be subcontracted, the Consultant shall

indicate which portions of the Consulting Services will be subcontracted, identify the

corresponding subcontractor, and include the legal eligibility documents of such

subcontractor.

Curriculum Vitae (CV) Use TPF 6. Format of Curriculum Vitae (CV) for Proposed Professional Staff.

Comments on the terms of reference and data and facilities to be provided by the

Procuring Entity Not more than [insert acceptable number of pages] using TPF 3. Comments and Suggestions of Consultant on the Terms of Reference and on Data, Services, and Facilities to be Provided

by the

151 Hiring of Consultancy Services to conduct Detailed Engineering Design and Construction Management Services for the Horizontal Infrastructure

Projects (Apron, Taxiway and Apron/Taxiway Shoulders) of the Clark International Airport New Terminal Building Project (formerly Clark Airport

Low Cost Terminal)

TPF 1. TECHNICAL PROPOSAL SUBMISSION FORM

[Date]

[Name and address of the Procuring Entity]

Ladies/Gentlemen:

We, the undersigned, offer to provide the consulting services for [Title of Project] in

accordance with your Bidding Documents dated [insert date] and our Bid. We are hereby

submitting our Bid, which includes this Technical Proposal, and a Financial Proposal sealed

under a separate envelope.

If negotiations are held during the period of bid validity, i.e., before [insert date], we

undertake to negotiate on the basis of the proposed staff. Our Bid is binding upon us and

subject to the modifications resulting from contract negotiations.

In accordance with GCC Clause 18 we acknowledge and accept the PROCURING

ENTITY’s right to inspect and audit all records relating to our Bid irrespective of whether we

enter into a contract with the Procuring Entity as a result of this Bid or not.

We understand you are not bound to accept any Bid received for the selection of a

consultant for the Project.

We remain,

Yours sincerely,

Authorized Signature:

Name and Title of Signatory:

Name of Firm:

Address:

152 Hiring of Consultancy Services to conduct Detailed Engineering Design and Construction Management Services for the Horizontal Infrastructure

Projects (Apron, Taxiway and Apron/Taxiway Shoulders) of the Clark International Airport New Terminal Building Project (formerly Clark Airport

Low Cost Terminal)

TPF 2. CONSULTANT’S REFERENCES

Relevant Services Carried Out in the Last Five Years

That Best Illustrate Qualifications

Using the format below, provide information on each project for which your firm/entity,

either individually, as a corporate entity, or as one of the major companies within an

association, was legally contracted.

Project Name: Country:

Location within Country: Professional Staff Provided by Your Firm/Entity(profiles):

Name of Client: No

of Staff:

Address: No

of Staff-Months; Duration of Project:

Start Date (Month/Year): Completion Date (Month/Year): Approx. Value of Services (in Current US$):

Name of Associated Consultants, if any: No

of Months of Professional Staff Provided by Associated Consultants:

Name of Senior Staff (Project Director/Coordinator, Team Leader) Involved and Functions Performed:

Narrative Description of Project:

Description of Actual Services Provided by Your Staff:

Consultant’s Name:

153 Hiring of Consultancy Services to conduct Detailed Engineering Design and Construction Management Services for the Horizontal Infrastructure

Projects (Apron, Taxiway and Apron/Taxiway Shoulders) of the Clark International Airport New Terminal Building Project (formerly Clark Airport

Low Cost Terminal)

TPF 3. COMMENTS AND SUGGESTIONS OF CONSULTANT ON THE TERMS OF

REFERENCE AND ON DATA, SERVICES, AND FACILITIES TO BE PROVIDED BY

THE PROCURING ENTITY

On the Terms of Reference:

1.

2.

3.

4.

5.

On the data, services, and facilities to be provided by the Procuring Entity:

1.

2.

3.

4.

5.

154 Hiring of Consultancy Services to conduct Detailed Engineering Design and Construction Management Services for the Horizontal Infrastructure

Projects (Apron, Taxiway and Apron/Taxiway Shoulders) of the Clark International Airport New Terminal Building Project (formerly Clark Airport

Low Cost Terminal)

TPF 4. DESCRIPTION OF THE METHODOLOGY AND WORK PLAN FOR

PERFORMING THE PROJECT

155 Hiring of Consultancy Services to conduct Detailed Engineering Design and Construction Management Services for the Horizontal Infrastructure Projects (Apron, Taxiway and Apron/Taxiway Shoulders) of the Clark International Airport

New Terminal Building Project (formerly Clark Airport Low Cost Terminal)

TPF 5. TEAM COMPOSITION AND TASK PROJECTS

1. Technical/Managerial Staff

Name Position Task

2. Support Staff

Name Position Task

156 Hiring of Consultancy Services to conduct Detailed Engineering Design and Construction Management Services for the Horizontal Infrastructure Projects (Apron, Taxiway and Apron/Taxiway Shoulders) of the Clark International Airport

New Terminal Building Project (formerly Clark Airport Low Cost Terminal)

157 Hiring of Consultancy Services to conduct Detailed Engineering Design and Construction Management Services for the Horizontal Infrastructure

Projects (Apron, Taxiway and Apron/Taxiway Shoulders) of the Clark International Airport New Terminal Building Project (formerly Clark Airport

Low Cost Terminal)

TPF 6. FORMAT OF CURRICULUM VITAE (CV) FOR PROPOSED PROFESSIONAL

STAFF

Proposed Position:

Name of Firm:

Name of Staff:

Profession:

Date of Birth:

Years with Firm/Entity: Nationality:

Membership in Professional Societies:

Detailed Tasks Assigned:

Key Qualifications:

[Give an outline of staff member’s experience and training most pertinent to tasks on project. Describe degree

of responsibility held by staff member on relevant previous projects and give dates and locations. Use about

half a page.]

Education:

[Summarize college/university and other specialized education of staff members, giving names of schools, dates

attended, and degrees obtained. Use about one quarter of a page.]

Employment Record:

[Starting with present position, list in reverse order every employment held. List all positions held by staff

member since graduation, giving dates, names of employing organizations, titles of positions held, and locations

of projects. For experience in last ten years, also give types of activities performed and client references, where

appropriate. Use about two pages.]

158 Hiring of Consultancy Services to conduct Detailed Engineering Design and Construction Management Services for the Horizontal Infrastructure

Projects (Apron, Taxiway and Apron/Taxiway Shoulders) of the Clark International Airport New Terminal Building Project (formerly Clark Airport

Low Cost Terminal)

Languages:

[For each language, indicate proficiency: excellent, good, fair, or poor in speaking, reading, and writing.]

Certification:

I, the undersigned, certify that to the best of my knowledge and belief, these data correctly

describe me, my qualifications, and my experience.

Date: [Signature of staff member and authorized representative of the firm] Day/Month/Year

Full name of staff member:

Full name of authorized representative:

SUBSCRIBED AND SWORN to before me this __ day of [month] [year] at [place of execution],

Philippines. Affiant/s is/are personally known to me and was/were identified by me through

competent evidence of identity as defined in the 2004 Rules on Notarial Practice (A.M. No. 02-8-

13-SC). Affiant/s exhibited to me his/her [insert type of government identification card used], with

his/her photograph and signature appearing thereon, with no. ______.

Witness my hand and seal this ___ day of [month] [year].

NAME OF NOTARY PUBLIC

Serial No. of Commission ___________

Notary Public for ______ until _______

Roll of Attorneys No. _____

PTR No. __, [date issued], [place issued]

IBP No. __, [date issued], [place issued]

Doc. No. ___

Page No. ___

Book No. ___

Series of ____.

159 Hiring of Consultancy Services to conduct Detailed Engineering Design and Construction Management Services for the Horizontal Infrastructure Projects (Apron, Taxiway and Apron/Taxiway Shoulders) of the Clark International

Airport New Terminal Building Project (formerly Clark Airport Low Cost Terminal)

TPF 7. TIME SCHEDULE FOR PROFESSIONAL PERSONNEL

Months (in the Form of a Bar Chart)

Name Position Reports Due/Activities 1 2 3 4 5 6 7 8 9 10 11 12 Number of Months

Subtotal (1)

Subtotal (2)

Subtotal (3)

Subtotal (4)

Full-time: Part-time: Reports Due:

Activities Duration: Location Signature:

(Authorized

representative)

Full

Name: Title: Address:

160 Hiring of Consultancy Services to conduct Detailed Engineering Design and Construction Management Services for the Horizontal

Infrastructure Projects (Apron, Taxiway and Apron/Taxiway Shoulders) of the Clark International Airport New Terminal Building

Project (formerly Clark Airport Low Cost Terminal)

TPF 8. ACTIVITY (WORK) SCHEDULE

A. Field Investigation and Study Items [1st, 2nd, etc. are months from the start of project.]

1st 2nd 3rd 4th 5th 6th 7th 8th 9th 10th 11th 12th

Activity (Work)

B. Completion and Submission of Reports

Reports Date

1. Inception Report

2. Interim Progress Report

(a) First Status Report

(b) Second Status Report

3. Draft Report

4. Final Report

161 Hiring of Consultancy Services to conduct Detailed Engineering Design and Construction Management Services for the Horizontal

Infrastructure Projects (Apron, Taxiway and Apron/Taxiway Shoulders) of the Clark International Airport New Terminal Building

Project (formerly Clark Airport Low Cost Terminal)

Omnibus Sworn Statement

REPUBLIC OF THE PHILIPPINES )

CITY/MUNICIPALITY OF ______ ) S.S.

A F F I D A V I T

I, [Name of Affiant], of legal age, [Civil Status], [Nationality], and residing at [Address

of Affiant], after having been duly sworn in accordance with law, do hereby depose and state

that:

1. Select one, delete the other:

If a sole proprietorship: I am the sole proprietor or authorized representative of

[Name of Consultant] with office address at [address of Consultant];

If a partnership, corporation, cooperative, or joint venture: I am the duly authorized

and designated representative of [Name of Consultant] with office address at [address

of Consultant];

2. Select one, delete the other:

If a sole proprietorship: As the owner and sole proprietor or authorized representative

of [Name of Consultant], I have full power and authority to do, execute and perform

any and all acts necessary to participate, submit the bid, and to sign and execute the

ensuing contract for [Name of the Project] of the [Name of the Procuring

Entity][insert “as shown in the attached duly notarized Special Power of Attorney”

for authorized representative];

If a partnership, corporation, cooperative, or joint venture: I am granted full power

and authority to do, execute and perform any and all acts necessary to participate,

submit the bid, and to sign and execute the ensuing contract for [Name of the Project]

of the [Name of the Procuring Entity], accompanied by the duly notarized Special

Power of Attorney, Board/Partnership Resolution, or Secretary’s Certificate,

whichever is applicable;

3. [Name of Consultant] is not “blacklisted” or barred from bidding by the Government

of the Philippines or any of its agencies, offices, corporations, or Local Government

Units, foreign government/foreign or international financing institution whose

blacklisting rules have been recognized by the Government Procurement Policy

Board;

4. Each of the documents submitted in satisfaction of the bidding requirements is an

authentic copy of the original, complete, and all statements and information provided

therein are true and correct;

5. [Name of Consultant] is authorizing the Head of the Procuring Entity or its duly

authorized representative(s) to verify all the documents submitted;

162 Hiring of Consultancy Services to conduct Detailed Engineering Design and Construction Management Services for the Horizontal

Infrastructure Projects (Apron, Taxiway and Apron/Taxiway Shoulders) of the Clark International Airport New Terminal Building

Project (formerly Clark Airport Low Cost Terminal)

6. Select one, delete the rest:

If a sole proprietorship: The owner or sole proprietor is not related to the Head of the

Procuring Entity, members of the Bids and Awards Committee (BAC), the Technical

Working Group, and the BAC Secretariat, the head of the Project Management Office

or the end-user unit, and the project consultants by consanguinity or affinity up to the

third civil degree;

If a partnership or cooperative: None of the officers and members of [Name of

Bidder] is related to the Head of the Procuring Entity, members of the Bids and

Awards Committee (BAC), the Technical Working Group, and the BAC Secretariat,

the head of the Project Management Office or the end-user unit, and the project

consultants by consanguinity or affinity up to the third civil degree;

If a corporation or joint venture: None of the officers, directors, and controlling

stockholders of [Name of Consultant] is related to the Head of the Procuring Entity,

members of the Bids and Awards Committee (BAC), the Technical Working Group,

and the BAC Secretariat, the head of the Project Management Office or the end-user

unit, and the project consultants by consanguinity or affinity up to the third civil

degree;

7. [Name of Consultant] complies with existing labor laws and standards; and

8. [Name of Consultant] is aware of and has undertaken the following responsibilities as

a Bidder:

a) Carefully examine all of the Bidding Documents;

b) Acknowledge all conditions, local or otherwise, affecting the implementation of

the Contract;

c) Made an estimate of the facilities available and needed for the contract to be bid,

if any; and

d) Inquire or secure Supplemental/Bid Bulletin(s) issued for the [Name of the

Project].

9. [Name of Bidder] did not give or pay directly or indirectly, any commission, amount,

fee, or any form of consideration, pecuniary or otherwise, to any person or official,

personnel or representative of the government in relation to any procurement project

or activity.

IN WITNESS WHEREOF, I have hereunto set my hand this __ day of ___, 20__ at

____________, Philippines.

______________________________________

[Bidder’s Representative/Authorized Signatory]

163 Hiring of Consultancy Services to conduct Detailed Engineering Design and Construction Management Services for the Horizontal

Infrastructure Projects (Apron, Taxiway and Apron/Taxiway Shoulders) of the Clark International Airport New Terminal Building

Project (formerly Clark Airport Low Cost Terminal)

SUBSCRIBED AND SWORN to before me this __ day of [month] [year] at [place of

execution], Philippines. Affiant/s is/are personally known to me and was/were identified by

me through competent evidence of identity as defined in the 2004 Rules on Notarial Practice

(A.M. No. 02-8-13-SC). Affiant/s exhibited to me his/her [insert type of government

identification card used], with his/her photograph and signature appearing thereon, with no.

______.

Witness my hand and seal this ___ day of [month] [year].

NAME OF NOTARY PUBLIC

Serial No. of Commission ___________

Notary Public for ______ until _______

Roll of Attorneys No. _____

PTR No. __, [date issued], [place issued]

IBP No. __, [date issued], [place issued]

Doc. No. ___

Page No. ___

Book No. ___

Series of ____.

164 Hiring of Consultancy Services to conduct Detailed Engineering Design and Construction Management Services for the Horizontal Infrastructure

Projects (Apron, Taxiway and Apron/Taxiway Shoulders) of the Clark International Airport New Terminal Building Project (formerly Clark Airport

Low Cost Terminal)

Bid-Securing Declaration

(REPUBLIC OF THE PHILIPPINES) CITY OF _______________________ ) S.S. x-------------------------------------------------------x

Invitation to Bid [Insert reference number]

To: [Insert name and address of the Procuring Entity]

I/We, the undersigned, declare that:

1. I/We understand that, according to your conditions, bids must be supported by a Bid

Security, which may be in the form of a Bid-Securing Declaration.

2. I/We accept that: (a) I/we will be automatically disqualified from bidding for any contract

with any procuring entity for a period of two (2) years upon receipt of your Blacklisting

Order; and, (b) I/we will pay the applicable fine provided under Section 6 of the Guidelines

on the Use of Bid Securing Declaration, within fifteen (15) days from receipt of written

demand by the procuring entity for the commission of acts resulting to the enforcement of the

bid securing declaration under Sections 23.1(b), 34.2, 40.1 and 69.1, except 69.1 (f), of the

IRR of RA 9184; without prejudice to other legal action the government may undertake.

3. I/We understand that this Bid-Securing Declaration shall cease to be valid on the following

circumstances:

a. Upon expiration of the bid validity period, or any extension thereof pursuant to your

request;

b. I am/we are declared ineligible or post-disqualified upon receipt of your notice to such

effect, and (i) I/we failed to timely file a request for reconsideration or (ii) I/we filed a

waiver to avail of said right;

c. I am/we are declared as the bidder with the Highest Rated Responsive Bid, and I/we have

furnished the performance security and signed the Contract.

IN WITNESS WHEREOF, I/We have hereunto set my/our hand/s this ____ day of

[month] [year] at [place of execution].

[Insert NAME OF BIDDER’S AUTHORIZED REPRESENTATIVE]

[Insert signatory’s legal capacity]

165 Hiring of Consultancy Services to conduct Detailed Engineering Design and Construction Management Services for the Horizontal Infrastructure

Projects (Apron, Taxiway and Apron/Taxiway Shoulders) of the Clark International Airport New Terminal Building Project (formerly Clark Airport

Low Cost Terminal)

Affiant

SUBSCRIBED AND SWORN to before me this __ day of [month] [year] at [place of

execution], Philippines. Affiant/s is/are personally known to me and was/were identified

by me through competent evidence of identity as defined in the 2004 Rules on Notarial

Practice (A.M. No. 02-8-13-SC). Affiant/s exhibited to me his/her [insert type of

government identification card used], with his/her photograph and signature appearing

thereon, with no. ______.

Witness my hand and seal this ___ day of [month] [year].

NAME OF NOTARY PUBLIC

Serial No. of Commission ___________

Notary Public for ______ until _______

Roll of Attorneys No. _____

PTR No. __, [date issued], [place issued]

IBP No. __, [date issued], [place issued]

Doc. No. ___

Page No. ___

Book No. ___

Series of ____.

167 Hiring of Consultancy Services to conduct Detailed Engineering Design and Construction Management Services for the Horizontal Infrastructure Projects (Apron,

Taxiway and Apron/Taxiway Shoulders) of the Clark International Airport New Terminal Building Project (formerly Clark Airport Low Cost Terminal)

FINANCIAL PROPOSAL FORMS

Notes for Consultants The following summarizes the content of the Financial Proposal.

Cover Letter

Use FPF 1. Financial Proposal Submission Form, which is an acknowledgement that, in

preparation and submission of the Technical and Financial Proposals, Consultants

have:

(a) followed the applicable rules and guidelines indicated in this ITB;

(b) not taken any action which is or constitutes a corrupt, fraudulent, or coercive

practice as defined in the applicable rules and guidelines; and

(c) agrees to allow the Procuring Entity and the Funding Source, at their option, to

inspect and audit all accounts, documents, and records relating to the its Bid and

to the performance of the ensuing contract.

Costs of Consulting Services

Use FPF 2. Summary of Costs; FPF 3. Breakdown of Price per Activity; FPF 4. Breakdown of Remuneration per Activity; FPF 5. Reimbursables per Activity; and FPF 6.

Miscellaneous Expenses.

168 Hiring of Consultancy Services to conduct Detailed Engineering Design and Construction Management Services for the Horizontal Infrastructure Projects (Apron,

Taxiway and Apron/Taxiway Shoulders) of the Clark International Airport New Terminal Building Project (formerly Clark Airport Low Cost Terminal)

FPF 1. FINANCIAL PROPOSAL SUBMISSION FORM

[Date]

[Name and address of the Procuring Entity]

Ladies/Gentlemen:

We, the undersigned, offer to provide the consulting services for [Title of Project] in

accordance with your Bidding Documents dated [insert date] and our Bid (Technical and

Financial Proposals). Our attached Financial Proposal is for the sum of [amount in words and

figures] . This amount is exclusive of the local taxes, which we have estimated at [amount(s)

in words and figures] .

Our Financial Proposal shall be binding upon us subject to the modifications resulting

from Contract negotiations, up to expiration of the bid validity period, i.e., [Date] .

In accordance with GCC Clause 51, we acknowledge and accept the Procuring

Entity’s right to inspect and audit all records relating to our Bid irrespective of whether we

enter into a contract with the Procuring Entity as a result of this Bid.

We confirm that we have read, understood and accept the contents of the Instructions

to Bidders (ITB), the Bid Data Sheet (BDS), General Conditions of Contract (GCC), Special

Conditions of Contract (SCC), Terms of Reference (TOR), the provisions relating to the

eligibility of Consultant and the applicable guidelines for the procurement rules of the

Funding Source, any and all Bid bulletins issued and other attachments and inclusions

included in the Bidding Documents sent to us.

We understand you are not bound to accept any Bid you receive.

We remain,

Yours sincerely,

Authorized Signature:

Name and Title of Signatory:

Name of Firm:

Address:

169 Hiring of Consultancy Services to conduct Detailed Engineering Design and Construction Management Services for the Horizontal Infrastructure Projects (Apron, Taxiway and Apron/Taxiway Shoulders) of the Clark

International Airport New Terminal Building Project (formerly Clark Airport Low Cost Terminal)

FPF 2. SUMMARY OF COSTS

Costs Currency(ies)1 Amount in Philippine Peso

Subtotal

Local Taxes

Total Amount of Financial Proposal

1 In cases of contracts involving foreign consultants, indicate the exchange rate used.

170 Hiring of Consultancy Services to conduct Detailed Engineering Design and Construction Management Services for the Horizontal Infrastructure Projects (Apron, Taxiway and Apron/Taxiway Shoulders) of the Clark

International Airport New Terminal Building Project (formerly Clark Airport Low Cost Terminal)

FPF 3. BREAKDOWN OF PRICE PER ACTIVITY

Activity No.:

Activity No.:

Description:

Price Component Currency(ies)2 Amount in Philippine Peso

Remuneration

Reimbursables

Miscellaneous Expenses

Subtotal

171 Hiring of Consultancy Services to conduct Detailed Engineering Design and Construction Management Services for the Horizontal Infrastructure Projects (Apron, Taxiway and Apron/Taxiway Shoulders) of the Clark

International Airport New Terminal Building Project (formerly Clark Airport Low Cost Terminal)

FPF 4. BREAKDOWN OF REMUNERATION PER ACTIVITY

Activity No. Name:

Names

Position

Input3

Remuneration

Currency(ies) Rate

Amount

Regular staff

Local staff

Consultants

Grand Total

3 Staff months, days, or hours as appropriate.

172 Hiring of Consultancy Services to conduct Detailed Engineering Design and Construction Management Services for the Horizontal Infrastructure Projects (Apron, Taxiway and Apron/Taxiway Shoulders) of the Clark

International Airport New Terminal Building Project (formerly Clark Airport Low Cost Terminal)

FPF 5. REIMBURSABLES PER ACTIVITY

Activity No:

No. Description Unit Quantity Unit Price In Total Amount In

1.

2.

3.

4.

5.

International flights

Miscellaneous travel expenses

Subsistence allowance

Local transportation costs4

Office rent/accommodation/

clerical assistance

Trip

Trip

Day

Grand Total

4 Local transportation costs are not included if local transportation is being made available by the Entity. Similarly, in the project site, office rent/accommodations/clerical assistance costs are not to be included if being made available by the Entity.

173 Hiring of Consultancy Services to conduct Detailed Engineering Design and Construction Management Services for the Horizontal Infrastructure

Projects (Apron, Taxiway and Apron/Taxiway Shoulders) of the Clark International Airport New Terminal Building Project (formerly Clark

Airport Low Cost Terminal)

FPF 6. MISCELLANEOUS EXPENSES

Activity No.

Activity Name:

No.

1.

2.

3.

4.

Description

Communication costs between

and

(telephone, telegram, telex)

Drafting, reproduction of

reports

Equipment: vehicles,

computers, etc.

Software

Grand Total

Unit Quantity Unit Price Total Amount

174 Hiring of Consultancy Services to conduct Detailed Engineering Design and Construction Management Services for the Horizontal Infrastructure

Projects (Apron, Taxiway and Apron/Taxiway Shoulders) of the Clark International Airport New Terminal Building Project (formerly Clark

Airport Low Cost Terminal)

FORM OF CONTRACT AGREEMENT

THIS AGREEMENT, made this [insert date] day of [insert month] , [insert year]

between [name and address of PROCURING ENTITY] (hereinafter called the“Entity”) and

[name and address of Consultant] (hereinafter called the “Consultant”).

WHEREAS, the Entity is desirous that the Consultant execute [name and

identification number of contract] (hereinafter called “the Works”) and the Entity has

accepted the bid for [insert the amount in specified currency in numbers and words] by the

Consultant for the execution and completion of such Consulting Services and the remedying

of any defects therein.

NOW THIS AGREEMENT WITNESSETH AS FOLLOWS:

1. In this Agreement, words and expressions shall have the same meanings as are

respectively assigned to them in the Conditions of Contract hereinafter

referred to.

2. The following documents shall be attached, deemed to form, and be read and

construed as part of this Agreement, to wit:

(a) General and Special Conditions of Contract;

(b) Terms of Reference

(c) Request for Expression of Interest;

(d) Instructions to Bidders;

(e) Bid Data Sheet;

(f) Addenda and/or Supplemental/Bid Bulletins, if any;

(g) Bid forms, including all the documents/statements contained in the

Bidder’s bidding envelopes, as annexes; and all other documents/

statements submitted (e.g., bidder’s response to request for clarifications

on the bid), including corrections to the bid, if any, resulting from the

Procuring Entity’s bid evaluation;

(h) Eligibility requirements, documents and/or statements;

(i) Performance Security;

(j) Notice of Award of Contract and the Bidder’s conforme thereto;

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

the Entity.

3. In consideration of the payments to be made by the Entity to the Consultant as

hereinafter mentioned, the Consultant hereby covenants with the Entity to

execute and complete the Consulting Services and remedy any defects therein

in conformity with the provisions of this Consultant in all respects.

175 Hiring of Consultancy Services to conduct Detailed Engineering Design and Construction Management Services for the Horizontal Infrastructure

Projects (Apron, Taxiway and Apron/Taxiway Shoulders) of the Clark International Airport New Terminal Building Project (formerly Clark

Airport Low Cost Terminal)

4. The Entity hereby covenants to pay the Consultant in consideration of the

execution and completion of the Consulting Services, the Contract Price or

such other sum as may become payable under the provisions of this Contract

at the times and in the manner prescribed by this Contract.

IN WITNESS whereof the parties thereto have caused this Agreement to be executed the day and

year first before written.

Binding Signature of PROCURING ENTITY

Binding Signature of Contractor

[Addendum showing the corrections, if any, made during the bid evaluation should be attached

with this agreement]

176 Hiring of Consultancy Services to conduct Detailed Engineering Design and Construction Management Services for the Horizontal Infrastructure Projects

(Apron, Taxiway and Apron/Taxiway Shoulders) of the Clark International Airport New Terminal Building Project (formerly Clark Airport Low Cost

Terminal)

Section VIII. Appendices

I. Description of Services

Give detailed descriptions of the Services to be provided, dates for completion of various

tasks, place of performance for different tasks, specific tasks to be approved by Client, etc.

II. Reporting Requirements

List format, frequency, and contents of reports; persons to receive them; dates of submission;

etc. If no reports are to be submitted, state here “Not applicable.”

III. Key Personnel and Sub-Consultants

List under:

1. Titles [and names, if already available], detailed job descriptions and minimum

qualifications, and staff-months of service, and estimated periods of engagement

for each, including a copy of a satisfactory medical certificate.

2. Same information as in no. 1 for Key foreign Personnel to be assigned to work

outside the Government’s country.

3. Same information as in no.1 for Key Local Personnel.

4. List of approved Sub-Consultants (if already available) and Counterpart personnel

(if allowed); same information with respect to their Personnel as in no.’s 1 and 2.

IV. Breakdown of Contract Price

List here the elements of cost, including expenditures in foreign currency(ies) denominated

and payable in Philippine Peso, used to arrive at the itemized breakdown of the contract

price:

1. Monthly rates for Personnel (Key Personnel and other Personnel)

2. Reimbursable expenditures

3. Applicable taxes

V. Services and Facilities Provided by the Client

Give detailed description of the services and facilities made available to the Consultant, and

the time and manner of its availment.

VI. Consultant’s Representations Regarding Costs and Charges

Breakdown of Remuneration Rates, WB funded projects using Quality Based Selection,

177 Hiring of Consultancy Services to conduct Detailed Engineering Design and Construction Management Services for the Horizontal Infrastructure Projects

(Apron, Taxiway and Apron/Taxiway Shoulders) of the Clark International Airport New Terminal Building Project (formerly Clark Airport Low Cost

Terminal)

Selection Based on the Consultant’s Qualifications and Single Source Selection.

1. Review of Remuneration Rates

1.1 The remuneration rates for staff are made up of salary, social costs, overheads,

fee that is profit, and any premium or allowance paid for projects away from

headquarters. To assist the Consultant in preparing for financial negotiations, a sample

form giving a breakdown of rates is attached (no financial information should be

included in the Technical Proposal). Agreed breakdown sheets shall form part of the

negotiated contract.

1.2 The Procuring Entity is charged with the custody of Government funds and is

expected to exercise prudence in the expenditure of these funds. The Procuring Entity

is, therefore, concerned with the reasonableness of the firm’s Financial Proposal, and,

during negotiations, it expects to be able to review audited financial statements backing

up the Consultant’s remuneration rates, certified by an independent auditor. The

Consultant shall be prepared to disclose such audited financial statements for the last

three years, to substantiate its rates, and accept that its proposed rates and other

financial matters are subject to scrutiny. Rate details are discussed below.

(i) Salary

This is the gross regular cash salary paid to the individual in the Consultant’s home office. It shall not contain any premium for work away from headquarters or

bonus (except where these are included by law or government regulations).

(ii) Bonus

Bonuses are normally paid out of profits. Because the Procuring Entity does not wish to make double payments for the same item, staff bonuses shall not normally

be included in the rates. Where the Consultant’s accounting system is such that the

percentages of social costs and overheads are based on total revenue, including bonuses,

those percentages shall be adjusted downward accordingly. Where national policy

requires that thirteen (13) months’ pay be given for twelve (12) months’ work, the profit

element need not be adjusted downward. Any discussions on bonuses shall be

supported by audited documentation, which shall be treated as confidential.

(iii) Social Costs

Social costs are the costs to the Consultant of staff’s non-monetary benefits. These items include, inter alia, pension, medical and life insurance costs, and the cost

of a staff member being sick or on vacation. In this regard, the cost of leave for public

holidays is not an acceptable social cost nor is the cost of leave taken during the

Contract if no additional staff replacement has been provided. Additional leave taken at

the end of the Contract in accordance with the Consultant’s leave policy is acceptable as

a social cost.

178 Hiring of Consultancy Services to conduct Detailed Engineering Design and Construction Management Services for the Horizontal Infrastructure Projects

(Apron, Taxiway and Apron/Taxiway Shoulders) of the Clark International Airport New Terminal Building Project (formerly Clark Airport Low Cost

Terminal)

(iv) Cost of Leave

The principles of calculating the cost of total days leave per annum as a

percentage of basic salary shall normally be as follows:

Leave cost as percentage of salary11 =

total days leave x 100

[365 - w - ph - v - s]

It is important to note that leave can be considered a social cost only if the Procuring Entity is not charged for the leave taken.

(v) Overheads

Overhead expenses are the firm’s business costs that are not directly related to the execution of the project and shall not be reimbursed as separate items under the

Contract. Typical items are home office costs (partner’s time, non-billable time, time of

senior staff monitoring the project, rent, support staff, research, staff training,

marketing, etc.), the cost of staff not currently employed on revenue-earning projects,

and business promotion costs. During negotiations, audited financial statements,

certified as correct by an independent auditor and supporting the last three years’

overheads, shall be available for discussion, together with detailed lists of items making

up the overheads and the percentage by which each relates to basic salary. The

Procuring Entity does not accept an add-on margin for social charges, overhead

expenses, etc., for staff who are not permanent employees of the firm. In such case, the

firm shall be entitled only to administrative costs and fee on the monthly payments

charged for subcontracted staff.

(vi) Fee or Profit

The fee or profit shall be based on the sum of the salary, social costs, and overhead. If any bonuses paid on a regular basis are listed, a corresponding reduction in

the profit element shall be expected. Fee or profit shall not be allowed on travel or

other reimbursable expenses, unless in the latter case an unusually large amount of

procurement of equipment is required. The Consultant shall note that payments shall be

made against an agreed estimated payment schedule as described in the draft form of

the Contract.

(vii) Away from Headquarters Allowance or Premium

Some consultants pay allowances to staff working away from headquarters. Such allowances are calculated as a percentage of salary and shall not draw overheads

or profit. Sometimes, by law, such allowances may draw social costs. In this case, the

amount of this social cost shall still be shown under social costs, with the net allowance

shown separately. For concerned staff, this allowance, where paid, shall cover home

education, etc.; these and similar items shall not be considered as reimbursable costs.

11 Where w = weekends, ph = public holidays, v = vacation, and s = sick leave.

179 Hiring of Consultancy Services to conduct Detailed Engineering Design and Construction Management Services for the Horizontal Infrastructure Projects

(Apron, Taxiway and Apron/Taxiway Shoulders) of the Clark International Airport New Terminal Building Project (formerly Clark Airport Low Cost

Terminal)

(viii) Subsistence Allowances

Subsistence allowances are not included in the rates, but are paid separately and

in local currency. No additional subsistence is payable for dependents - the

subsistence rate shall be the same for married and single team members.

UNDP standard rates for the particular country may be used as reference to determine

subsistence allowances.

2. Reimbursables

2.1 The financial negotiations shall further focus on such items as out-of-pocket expenses and other reimbursables. These costs may include, but are not restricted to,

cost of surveys, equipment, office rent, supplies, international and local travel,

computer rental, mobilization and demobilization, insurance, and printing. These costs

may be either fixed or reimbursable in foreign or local currency.

3. Bank Guarantee

3.1 Payments to the Consultant, including payment of any advance based on cash flow projections covered by a bank guarantee, shall be made according to an agreed

estimated schedule ensuring the firm regular payments in local and foreign currency, as

long as the services proceed as planned.

180 Hiring of Consultancy Services to conduct Detailed Engineering Design and Construction Management Services for the Horizontal Infrastructure Projects (Apron, Taxiway and Apron/Taxiway Shoulders)

of the Clark International Airport New Terminal Building Project (formerly Clark Airport Low Cost Terminal)

VII. BREAKDOWN OF AGREED FIXED RATES1

[Currencies:_________2]

Consultants 1 2 3 4 5 6 7 8

Name Position Basic Rate3 Social Charge

(__% of 1)

Overhead (__% of 1)

Subtotal Fee (__% of 4)

Away from Headquarters Allowance (__ % of 1)

Total Agreed Fixed

Rate

Agreed Fixed Rate (__ % of 1)

Philippines

Home Office

Signature of Consultant:________________________ Date:___________________

Authorized Representative:_____________________ Name:___________________

Title:______________________

1 This model form is given for negotiation purposes only. It is not part of the proposals (technical or financial). 2 If different currencies, a different table for each currency should be used. 3 Per month, day, or hour as appropriate.