Republic of the DEPARTMENT OF TRANSPORTATION AND COMMUNICATIONS

TERMS OF REFERENCE (TOR) FOR THE NEGOTIATION OF PROCUREMENT OF CIVIL WORKS (LOT 20, NCR-PNR) FOR THE “KAYO ANG BOSS KO” (KBK) TOILET FACILITIES IMPROVEMENT PROJECT

I. INTRODUCTION AND BACKGROUND INFORMATION

The Department of Transportation and Communications (DOTC) is the primary policy, planning, programming, coordinating and implementing administrative entity of the government in charge of the promotion, development and regulation of a dependable and coordinated network of transportation systems, as well as fast, safe, efficient and reliable transportation services.

With the end in view of realizing its mandate, the DOTC has embarked on a “Kayo ang Boss Ko (KBK)” Transport Facilities Frontline Services Improvement Project to ensure a more convenient, affordable, reliable, efficient and safe transport services to the public.

One of the priority improvement areas of the KBK Project for 2013 are the toilet facilities in the airports, seaports, Philippine National Railways (PNR), Metrorail Transit (MRT) and Light Rail Transit (LRT) stations, including the processing centers of the Land Transportation Office (LTO) and Land Transportation Franchising and Regulatory Board (LTFRB).

In support of this improvement project, the DOTC has adopted a Design, Cleanliness and Condition Standards for Toilet Facilities and Waiting Areas which will henceforth serve as the basic reference document in the design of new and/or renovation of existing toilet facilities, among others. It likewise provides standards for maintaining the cleanliness and good working condition of such facilities, including provisions to enhance their safety and security. The Standards likewise dictate adherence to all applicable laws, rules and regulations governing the design, construction and maintenance of public transport infrastructure facilities, including compliance with relevant environmental regulations.

Incorporation of the Bidding Documents

The Procuring Entity adopts the relevant provisions of the Bidding Documents in the previously conducted bidding for the subject procurement (“Bidding Documents”), whenever applicable.

The Procuring Entity adopts the relevant provisions in the General Conditions of Contract (GCC) and Special Conditions of Contract (SCC).

Page 1 of 22 TOR-Negotiation of Procurement of Civil Works for the KBK Toilet Facilities Improvement Project

II. OBJECTIVES

The project aims to:

1. Ensure delivery of a more convenient, affordable, reliable, efficient and safe transport services to the riding and transacting public; and,

2. Transform and uplift the quality of service to the public – to that which truly cares for their safety, comfort and well-being, respects their dignity and brings forth a fresh and wholesome experience in dealing with DOTC frontline offices/agencies, including the transport services that they provide and/or manage or supervise.

II. COVERAGE

For CY 2012, the DOTC will upgrade and/or rehabilitate 766 existing toilet facilities and construct additional 242 new toilet facilities, as indicated below:

Total Number of Toilets DOTC Sectoral Office, Attached Agency and For For New Corporation Renovation/ Construction Rehabilitation International Airport Authority (MIAA) 111 Civil Aviation Authority of the Philippines 107 - (CAAP) Mactan-Cebu International Airport Authority 110 - (MCIAA) Philippine Ports Authority (PPA) 51 11 Cebu Ports Authority (CPA) 15 - Light Rail Transport Authority (LRTA) 28 35 Metro Rail Transit-3 (MRT-3) 63 - Philippine National Railways (PNR) 21 42 Land Transportation Office (LTO) 239 125 Land Transportation Franchising and 21 29 Regulatory Board (LTFRB) GRAND TOTAL 766 242

Attached as Annex “A”, the specific address/location of toilet facilities for construction and/or rehabilitation on a per Agency per region basis.

IV. SCOPE OF WORK (Attached as Annex “B”)

Page 2 of 22 TOR-Negotiation of Procurement of Civil Works for the KBK Toilet Facilities Improvement Project

Name of Project : “KAYO ANG BOSS KO” TOILET FACILITIES IMPROVEMENT PROJECT (CONST./REHABILITATION OF TOILET FACILITIES) Location : LOT 20, NCR-PNR Duration : One Hundred Eighty Five (185) Calendar Days Source of Fund : CY 2012

V. DRAWINGS (Attached as Annex “C”)

VI. TERMS AND CONDITIONS

1. COLLECTION OF GOODS

1.1 The Contractor shall pick-up or collect the goods/materials to be installed for the Works (as enumerated in Annex “E” herein, “List of Goods/Materials To Be Supplied By the Procuring Entity to the Contractor”) from the Drop-Off Point (as enumerated in Annex “D” herein, “List of Drop-off points) and the cost therefore shall be incorporated in the Contract Price. At the point of the commencement of the delivery of the goods/materials from the Drop-off Point until the point of destination/Project Site, the Contractor has the sole responsibility for the care and custody of the said goods/materials, which are to be installed in the Works. Therefore, the risk for the goods/materials is passed on from the Procuring Entity to the Contractor beginning at the point of where the delivery from the Drop-off Point commences until the goods/materials are delivered to and/or installed in the Project Site.

1.2 The Contractor shall pay for any unjustified damage to or loss of the goods/materials within seven (7) calendar days after receipt of claims of the Procuring Entity for the total amount of loss/damage. If the Contractor fails to pay on the due date, the Procuring Entity shall be entitled to draw from the retention money. 1.3 If the Contractor’s liability for the loss/damages exceeds the amount of retention money, the Contractor shall pay the excess upon written demand by the Procuring Entity. The same is without prejudice to the other remedies provided under the GCC and other applicable laws.

2. CONTRACTOR’S OBLIGATIONS

2.1 The Contractor shall carry out the Works properly and in accordance with this Contract. The Contractor shall provide all supervision, labor, Materials, Plant and Contractor's Equipment, which may be required. All Materials and Plant on Site shall be deemed to be the property of the Procuring Entity.

Page 3 of 22 TOR-Negotiation of Procurement of Civil Works for the KBK Toilet Facilities Improvement Project

2.2 The Contractor shall commence execution of the Works on the Start Date and shall carry out the Works in accordance with the Program of Work submitted by the Contractor, as updated with the approval of the Procuring Entity’s Representative, and complete them by the Intended Completion Date.

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

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

2.5 The Contractor shall employ the key personnel named in the Schedule of Key Personnel, as referred to in the SCC, to carry out the supervision of the Works. The Procuring Entity will approve any proposed replacement of key personnel only if their relevant qualifications and abilities are equal to or better than those of the personnel listed in the Schedule.

2.6 If the Procuring Entity’s Representative asks the Contractor to remove a member of the Contractor’s staff or work force, for justifiable cause, the Contractor shall ensure that the person leaves the Site within seven (7) days and has no further connection with the Work in this Contract.

2.7 During Contract implementation, the Contractor and his subcontractors shall abide at all times by all labor laws, including child labor related enactments, and other relevant rules.

2.8 The Contractor shall submit to the Procuring Entity for consent the name and particulars of the person authorized to receive instructions on behalf of the Contractor.

2.9 The Contractor shall cooperate and share the Site with other contractors, public authorities, utilities, and the Procuring Entity between the dates given in the schedule of other contractors particularly when they shall require access to the Site. The Contractor shall also provide facilities and services for them during this period. The Procuring Entity may modify the schedule of other contractors, and shall notify the Contractor of any such modification thereto.

2.10 Should anything of historical or other interest or of significant value be unexpectedly discovered on the Site, it shall be the property of the Procuring Entity. The Contractor shall notify the Procuring Entity’s Representative of such discoveries and carry out the Procuring Entity’s Representative’s instructions in dealing with them.

3. PERFORMANCE SECURITY

Page 4 of 22 TOR-Negotiation of Procurement of Civil Works for the KBK Toilet Facilities Improvement Project

3.1 Within ten (10) calendar days from receipt of the Notice of Award from the Procuring Entity but in no case later than the signing of the contract by both parties, the Contractor shall furnish the performance security in any the forms prescribed in ITB Clause 32.2.

3.2 The performance security posted in favor of the Procuring Entity shall be forfeited in the event it is established that the Contractor is in default in any of its obligations under the Contract.

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

3.4 The performance security may be released by the Procuring Entity and returned to the Contractor after the issuance of the Certificate of Final Acceptance subject to the following conditions:

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

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

(c) Other terms specified in the SCC.

3.5 The Contractor shall post an additional performance security following the amount and form specified in ITB Clause Error! Reference source not found. to cover any cumulative increase of more than ten percent (10%) over the original value of the contract as a result of amendments to order or change orders, extra work orders and supplemental agreements, as the case may be. The Contractor shall cause the extension of the validity of the performance security to cover approved contract time extensions.

3.6 In case of a reduction in the contract value or for partially completed Works under the contract which are usable and accepted by the Procuring Entity the use of which, in the judgment of the implementing agency or the Procuring Entity, will not affect the structural integrity of the entire project, the Procuring Entity shall allow a proportional reduction in the original performance security, provided that any such reduction is more than ten percent (10%) and that the aggregate of such reductions is not more than fifty percent (50%) of the original performance security.

3.7 Unless otherwise indicated in the SCC, the Contractor, by entering into the Contract with the Procuring Entity, acknowledges the right of the Procuring Entity to institute action pursuant to Act 3688 against any subcontractor be they an individual, firm, partnership, corporation, or association supplying the Contractor with labor, materials and/or equipment for the performance of this Contract.

Page 5 of 22 TOR-Negotiation of Procurement of Civil Works for the KBK Toilet Facilities Improvement Project

4. SUBCONTRACTING

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

4.2 Subcontracting of any portion of the Works does not relieve the Contractor of any liability or obligation under this Contract. The Contractor will be responsible for the acts, defaults, and negligence of any subcontractor, its agents, servants or workmen as fully as if these were the Contractor’s own acts, defaults, or negligence, or those of its agents, servants or workmen.

4.3 Subcontractors disclosed and identified during the bidding may be changed during the implementation of this Contract, subject to compliance with the required qualifications and the approval of the Procuring Entity.

5. LIQUIDATED DAMAGES

5.1 The Contractor shall pay liquidated damages to the Procuring Entity for each day that the Completion Date is later than the Intended Completion Date. The applicable liquidated damages is at least one- tenth (1/10) of a percent of the cost of the unperformed portion for every day of delay. The total amount of liquidated damages shall not exceed ten percent (10%) of the amount of the contract. The Procuring Entity may deduct liquidated damages from payments due to the Contractor. Payment of liquidated damages shall not affect the Contractor. Once the cumulative amount of liquidated damages reaches ten percent (10%) of the amount of this Contract, the Procuring Entity shall rescind this Contract, without prejudice to other courses of action and remedies open to it.

5.2 If the Intended Completion Date is extended after liquidated damages have been paid, the Engineer of the Procuring Entity shall correct any overpayment of liquidated damages by the Contractor by adjusting the next payment certificate. The Contractor shall be paid interest on the overpayment, calculated from the date of payment to the date of repayment, at the rates specified in GCC Clause 40.3.

6. CONTRACTOR’S RISK AND WARRANTY SECURITY

6.1 The Contractor shall assume full responsibility for the Works from the time project construction commenced up to final acceptance by the Procuring Entity and shall be held responsible for any damage or destruction of the Works except those occasioned by force majeure. The Contractor shall be fully responsible for the safety, protection, security, and convenience of his personnel, third parties, and the public at large,

Page 6 of 22 TOR-Negotiation of Procurement of Civil Works for the KBK Toilet Facilities Improvement Project

as well as the Works, Equipment, installation, and the like to be affected by his construction work.

6.2 The defects liability period for infrastructure projects shall be one year from contract completion up to final acceptance by the Procuring Entity. During this period, the Contractor shall undertake the repair works, at his own expense, of any damage to the Works on account of the use of materials of inferior quality within ninety (90) days from the time the Head of the Procuring Entity has issued an order to undertake repair. In case of failure or refusal to comply with this mandate, the Procuring Entity shall undertake such repair works and shall be entitled to full reimbursement of expenses incurred therein upon demand.

6.3 Unless otherwise indicated in the SCC, in case the Contractor fails to comply with the preceding paragraph, the Procuring Entity shall forfeit its performance security, subject its property(ies) to attachment or garnishment proceedings, and perpetually disqualify it from participating in any public bidding. All payables of the GOP in his favor shall be offset to recover the costs.

6.4 After final acceptance of the Works by the Procuring Entity, the Contractor shall be held responsible for “Structural Defects”, i.e., major faults/flaws/deficiencies in one or more key structural elements of the project which may lead to structural failure of the completed elements or structure, or “Structural Failures”, i.e., where one or more key structural elements in an infrastructure facility fails or collapses, thereby rendering the facility or part thereof incapable of withstanding the design loads, and/or endangering the safety of the users or the general public:

(a) Contractor – Where Structural Defects/Failures arise due to faults attributable to improper construction, use of inferior quality/substandard materials, and any violation of the contract plans and specifications, the contractor shall be held liable;

(b) Consultants – Where Structural Defects/Failures arise due to faulty and/or inadequate design and specifications as well as construction supervision, then the consultant who prepared the design or undertook construction supervision for the project shall be held liable;

(c) Procuring Entity’s Representatives/Project Manager/Construction Managers and Supervisors – The project owner’s representative(s), project manager, construction manager, and supervisor(s) shall be held liable in cases where the Structural Defects/Failures are due to his/their willful intervention in altering the designs and other specifications; negligence or omission in not approving or acting on proposed changes to noted defects or deficiencies in the design and/or

Page 7 of 22 TOR-Negotiation of Procurement of Civil Works for the KBK Toilet Facilities Improvement Project

specifications; and the use of substandard construction materials in the project;

(d) Third Parties - Third Parties shall be held liable in cases where Structural Defects/Failures are caused by work undertaken by them such as leaking pipes, diggings or excavations, underground cables and electrical wires, underground tunnel, mining shaft and the like, in which case the applicable warranty to such structure should be levied to third parties for their construction or restoration works.

(e) Users - In cases where Structural Defects/Failures are due to abuse/misuse by the end user of the constructed facility and/or non–compliance by a user with the technical design limits and/or intended purpose of the same, then the user concerned shall be held liable.

6.5 The warranty against Structural Defects/Failures, except those occasioned on force majeure, shall cover the period specified in the SCC reckoned from the date of issuance of the Certificate of Final Acceptance by the Procuring Entity.

6.6 The Contractor shall be required to put up a warranty security in the form of cash, bank guarantee, letter of credit, GSIS or surety bond callable on demand, in accordance with the following schedule:

Minimum Amount in Form of Warranty Percentage (%) of Total Contract Price (a) Cash or letter of credit issued by Universal or Commercial bank: provided, however, that the letter of credit shall be confirmed or Five Percent (5%) authenticated by a Universal or Commercial bank, if issued by a foreign bank (b) Bank guarantee confirmed by Universal or Commercial bank: provided, however, that the letter of credit shall be confirmed or Ten Percent (10%) authenticated by a Universal or Commercial bank, if issued by a foreign bank (c) Surety bond callable upon demand issued by GSIS or any surety or insurance company duly Thirty Percent (30%) certified by the Insurance Commission

Page 8 of 22 TOR-Negotiation of Procurement of Civil Works for the KBK Toilet Facilities Improvement Project

6.7 The warranty security shall be stated in Philippine Pesos and shall remain effective for one year from the date of issuance of the Certificate of Final Acceptance by the Procuring Entity, and returned only after the lapse of said one year period.

6.8 In case of structural defects/failure occurring during the applicable warranty period provided in GCC Clause 12.5, the Procuring Entity shall undertake the necessary restoration or reconstruction works and shall be entitled to full reimbursement by the parties found to be liable for expenses incurred therein upon demand, without prejudice to the filing of appropriate administrative, civil, and/or criminal charges against the responsible persons as well as the forfeiture of the warranty security posted in favor of the Procuring Entity.

7. LIABILITY OF THE CONTRACTOR

Subject to additional provisions, if any, set forth in the SCC, the Contractor’s liability under this Contract shall be as provided by the laws of the Republic of the Philippines.

8. INSURANCE

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

(a) Contractor’s All Risk Insurance;

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

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

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

8.2 The Contractor shall provide evidence to the Procuring Entity’s Representative that the insurances required under this Contract have been effected and shall, within a reasonable time, provide copies of the insurance policies to the Procuring Entity’s Representative. Such evidence and such policies shall be provided to the Procuring Entity’s through the Procuring Entity’s Representative.

8.3 The Contractor shall notify the insurers of changes in the nature, extent, or program for the execution of the Works and ensure the adequacy of the insurances at all times in accordance with the terms of this Contract and shall produce to the Procuring Entity’s Representative the insurance policies in force including the receipts for payment of the current premiums.

Page 9 of 22 TOR-Negotiation of Procurement of Civil Works for the KBK Toilet Facilities Improvement Project

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

8.4 If the Contractor fails to obtain and keep in force the insurances referred to herein or any other insurance which he may be required to obtain under the terms of this Contract, the Procuring Entity may obtain and keep in force any such insurances and pay such premiums as may be necessary for the purpose. From time to time, the Procuring Entity may deduct the amount it shall pay for said premiums including twenty five percent (25%) therein from any monies due, or which may become due, to the Contractor, without prejudice to the Procuring Entity exercising its right to impose other sanctions against the Contractor pursuant to the provisions of this Contract.

8.5 In the event the Contractor fails to observe the above safeguards, the Procuring Entity may, at the Contractor’s expense, take whatever measure is deemed necessary for its protection and that of the Contractor’s personnel and third parties, and/or order the interruption of dangerous Works. In addition, the Procuring Entity may refuse to make the payments under GCC Clause 40 until the Contractor complies with this Clause.

8.6 The Contractor shall immediately replace the insurance policy obtained as required in this Contract, without need of the Procuring Entity’s demand, with a new policy issued by a new insurance company acceptable to the Procuring Entity for any of the following grounds:

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

(i) become bankrupt;

(ii) been placed under receivership or under a management committee;

(iii) been sued for suspension of payment; or

(iv) been suspended by the Insurance Commission and its license to engage in business or its authority to issue insurance policies cancelled; or

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

9. RESOLUTION OF DISPUTES

9.1 If any dispute or difference of any kind whatsoever shall arise between the parties in connection with the implementation of the contract covered by the Act and this IRR, the parties shall make every effort to resolve amicably such dispute or difference by mutual consultation.

Page 10 of 22 TOR-Negotiation of Procurement of Civil Works for the KBK Toilet Facilities Improvement Project

9.2 If the Contractor believes that a decision taken by the PROCURING ENTITY’s Representative was either outside the authority given to the PROCURING ENTITY’s Representative by this Contract or that the decision was wrongly taken, the decision shall be referred to the Arbiter indicated in the SCC within fourteen (14) days of the notification of the PROCURING ENTITY’s Representative’s decision.

9.3 Any and all disputes arising from the implementation of this Contract covered by the R.A. 9184 and its IRR shall be submitted to arbitration in the Philippines according to the provisions of Republic Act No. 876, otherwise known as the “ Arbitration Law” and Republic Act 9285, otherwise known as the “Alternative Dispute Resolution Act of 2004”: Provided, however, That, disputes that are within the competence of the Construction Industry Arbitration Commission to resolve shall be referred thereto. The process of arbitration shall be incorporated as a provision in this Contract that will be executed pursuant to the provisions of the Act and its IRR: Provided, further, That, by mutual agreement, the parties may agree in writing to resort to other alternative modes of dispute resolution.

10. APPROVAL OF DRAWINGS AND TEMPORARY WORKS BY THE PROCURING ENTITY’S REPRESENTATIVE

10.1 All Drawings prepared by the Contractor for the execution of the Temporary Works, are subject to prior approval by the Procuring Entity’s Representative before its use.

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

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

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

11. ACCELERATION AND DELAYS ORDERED BY THE PROCURING ENTITY’S REPRESENTATIVE

11.1 When the Procuring Entity wants the Contractor to finish before the Intended Completion Date, the Procuring Entity’s Representative will obtain priced proposals for achieving the necessary acceleration from the Contractor. If the Procuring Entity accepts these proposals, the Intended Completion Date will be adjusted accordingly and confirmed by both the Procuring Entity and the Contractor.

11.2 If the Contractor’s Financial Proposals for an acceleration are accepted by the Procuring Entity, they are incorporated in the Contract Price and treated as a Variation.

12. EXTENSION OF THE INTENDED COMPLETION DATE

Page 11 of 22 TOR-Negotiation of Procurement of Civil Works for the KBK Toilet Facilities Improvement Project

12.1 The Procuring Entity’s Representative shall extend the Intended Completion Date if a Variation is issued which makes it impossible for the Intended Completion Date to be achieved by the Contractor without taking steps to accelerate the remaining work, which would cause the Contractor to incur additional costs. No payment shall be made for any event which may warrant the extension of the Intended Completion Date.

12.2 The Procuring Entity’s Representative shall decide whether and by how much to extend the Intended Completion Date within twenty one (21) days of the Contractor asking the Procuring Entity’s Representative for a decision thereto after fully submitting all supporting information. If the Contractor has failed to give early warning of a delay or has failed to cooperate in dealing with a delay, the delay by this failure shall not be considered in assessing the new Intended Completion Date.

13. RIGHT TO VARY

13.1 The Procuring Entity’s Representative with the prior approval of the Procuring Entity may instruct Variations, up to a maximum cumulative amount of ten percent (10%) of the original contract cost.

13.2 Variations shall be valued as follows:

(a) at a lump sum price agreed between the parties;

(b) where appropriate, at rates in this Contract;

(c) in the absence of appropriate rates, the rates in this Contract shall be used as the basis for valuation; or failing which

(d) at appropriate new rates, equal to or lower than current industry rates and to be agreed upon by both parties and approved by the Head of the Procuring Entity.

14. CONTRACTOR'S RIGHT TO CLAIM

If the Contractor incurs cost as a result of any of the events under GCC Clause 13, the Contractor shall be entitled to the amount of such cost. If as a result of any of the said events, it is necessary to change the Works, this shall be dealt with as a Variation.

15. DAYWORKS

15.1 Subject to GCC Clause 43 on Variation Order, and if applicable as indicated in the SCC, the Dayworks rates in the Contractor’s Bid shall be used for small additional amounts of work only when the Procuring Entity’s Representative has given written instructions in advance for additional work to be paid for in that way.

Page 12 of 22 TOR-Negotiation of Procurement of Civil Works for the KBK Toilet Facilities Improvement Project

15.2 All work to be paid for as Dayworks shall be recorded by the Contractor on forms approved by the Procuring Entity’s Representative. Each completed form shall be verified and signed by the Procuring Entity’s Representative within two days of the work being done.

15.3 The Contractor shall be paid for Dayworks subject to obtaining signed Dayworks forms.

16. EARLY WARNING

16.1 The Contractor shall warn the Procuring Entity’s Representative at the earliest opportunity of specific likely future events or circumstances that may adversely affect the quality of the work, increase the Contract Price, or delay the execution of the Works. The Procuring Entity’s Representative may require the Contractor to provide an estimate of the expected effect of the future event or circumstance on the Contract Price and Completion Date. The estimate shall be provided by the Contractor as soon as reasonably possible.

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

17. PROGRAM OF WORK

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

17.2 An update of the Program of Work shall show the actual progress achieved on each activity and the effect of the progress achieved on the timing of the remaining work, including any changes to the sequence of the activities.

17.3 The Contractor shall submit to the Procuring Entity’s Representative for approval an updated Program of Work at intervals no longer than the period stated in the SCC. If the Contractor does not submit an updated Program of Work within this period, the PROCURING ENTITY’s Representative may withhold the amount stated in the SCC from the next payment certificate and continue to withhold this amount until the next payment after the date on which the overdue Program of Work has been submitted.

Page 13 of 22 TOR-Negotiation of Procurement of Civil Works for the KBK Toilet Facilities Improvement Project

17.4 The Procuring Entity’s Representative’s approval of the Program of Work shall not alter the Contractor’s obligations. The Contractor may revise the Program of Work and submit it to the Procuring Entity’s Representative again at any time. A revised Program of Work shall show the effect of any approved Variations.

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

17.6 All Variations shall be included in updated Program of Work produced by the Contractor.

18. MANAGEMENT CONFERENCES

18.1 Either the Procuring Entity’s Representative or the Contractor may require the other to attend a Management Conference. The Management Conference shall review the plans for remaining work and deal with matters raised in accordance with the early warning procedure.

18.2 The Procuring Entity’s Representative shall record the business of Management Conferences and provide copies of the record to those attending the Conference and to the Procuring Entity . The responsibility of the parties for actions to be taken shall be decided by the PROCURING ENTITY’s Representative either at the Management Conference or after the Management Conference and stated in writing to all who attended the Conference.

19. BILL OF QUANTITIES

19.1 The Bill of Quantities shall contain items of work for the construction, installation, testing, and commissioning of work to be done by the Contractor.

19.2 The Bill of Quantities is used to calculate the Contract Price. The Contractor is paid for the quantity of the work done at the rate in the Bill of Quantities for each item.

19.3 If the final quantity of any work done differs from the quantity in the Bill of Quantities for the particular item and is not more than twenty five percent (25%) of the original quantity, provided the aggregate changes for all items do not exceed ten percent (10%) of the Contract price, the Procuring Entity’s Representative shall make the necessary adjustments to allow for the changes subject to applicable laws, rules, and regulations.

Page 14 of 22 TOR-Negotiation of Procurement of Civil Works for the KBK Toilet Facilities Improvement Project

19.4 If requested by the Procuring Entity’s Representative, the Contractor shall provide the Procuring Entity’s Representative with a detailed cost breakdown of any rate in the Bill of Quantities.

20. INSTRUCTIONS, INSPECTIONS AND AUDITS

20.1 The Procuring Entity’s personnel shall at all reasonable times during construction of the Work be entitled to examine, inspect, measure and test the materials and workmanship, and to check the progress of the construction.

20.2 If the Procuring Entity’s Representative instructs the Contractor to carry out a test not specified in the Specification to check whether any work has a defect and the test shows that it does, the Contractor shall pay for the test and any samples. If there is no defect, the test shall be a Compensation Event.

20.3 The Contractor shall permit the Funding Source named in the SCC to inspect the Contractor’s accounts and records relating to the performance of the Contractor and to have them audited by auditors appointed by the Funding Source, if so required by the Funding Source.

21. IDENTIFYING DEFECTS

The Procuring Entity’s Representative shall check the Contractor’s work and notify the Contractor of any defects that are found. Such checking shall not affect the Contractor’s responsibilities. The Procuring Entity’s Representative may instruct the Contractor to search uncover defects and test any work that the Procuring Entity’s Representative considers below standards and defective.

22. COST OF REPAIRS

Loss or damage to the Works or Materials to be incorporated in the Works between the Start Date and the end of the Defects Liability Periods shall be remedied by the Contractor at the Contractor’s cost if the loss or damage arises from the Contractor’s acts or omissions.

23. CORRECTION OF DEFECTS

23.1 The Procuring Entity’s Representative shall give notice to the Contractor of any defects before the end of the Defects Liability Period, which is One (1) year from project completion up to final acceptance by the Procuring Entity’s.

23.2 Every time notice of a defect is given, the Contractor shall correct the notified defect within the length of time specified in the Procuring Entity’s Representative’s notice.

Page 15 of 22 TOR-Negotiation of Procurement of Civil Works for the KBK Toilet Facilities Improvement Project

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

23.4 The Procuring Entity shall certify that all defects have been corrected. If the Procuring Entity considers that correction of a defect is not essential, he can request the Contractor to submit a quotation for the corresponding reduction in the Contract Price. If the Procuring Entity accepts the quotation, the corresponding change in the SCC is a Variation.

24. UNCORRECTED DEFECTS

24.1 The Procuring Entity shall give the Contractor at least fourteen (14) days notice of his intention to use a third party to correct a Defect. If the Contractor does not correct the Defect himself within the period, the Procuring Entity may have the Defect corrected by the third party. The cost of the correction will be deducted from the Contract Price.

24.2 The use of a third party to correct defects that are uncorrected by the Contractor will in no way relieve the Contractor of its liabilities and warranties under the Contract.

25. ADVANCE PAYMENT

25.1 The Procuring Entity shall, upon a written request of the contractor which shall be submitted as a contract document, make an advance payment to the contractor in an amount not exceeding fifteen percent (15%) of the total contract price, to be made in lump sum or, at the most two, installments according to a schedule specified in the SCC.

25.2 The advance payment shall be made only upon the submission to and acceptance by the Procuring Entity of an irrevocable standby letter of credit of equivalent value from a commercial bank, a bank guarantee or a surety bond callable upon demand, issued by a surety or insurance company duly licensed by the Insurance Commission and confirmed by the Procuring Entity.

25.3 The advance payment shall be repaid by the Contractor by an amount equal to the percentage of the total contract price used for the advance payment.

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

25.5 The Procuring Entity will provide an Advance Payment on the Contract Price as stipulated in the Conditions of Contract, subject to the maximum amount stated in SCC Clause 39.1.

26. PROGRESS PAYMENTS

Page 16 of 22 TOR-Negotiation of Procurement of Civil Works for the KBK Toilet Facilities Improvement Project

26.1 The Contractor may submit a request for payment for Work accomplished. Such request for payment shall be verified and certified by the Procuring Entity’s Representative/Project Engineer. Except as otherwise stipulated in the SCC, materials and equipment delivered on the site but not completely put in place shall not be included for payment.

26.2 The Procuring Entity shall deduct the following from the certified gross amounts to be paid to the contractor as progress payment:

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

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

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

(d) Amount to cover third party liabilities.

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

26.3 Payments shall be adjusted by deducting therefrom the amounts for advance payments and retention. The Procuring Entity shall pay the Contractor the amounts certified by the Procuring Entity’s Representative within twenty eight (28) days from the date each certificate was issued. No payment of interest for delayed payments and adjustments shall be made by the Procuring Entity.

26.4 The first progress payment may be paid by the Procuring Entity to the Contractor provided that at least twenty percent (20%) of the work has been accomplished as certified by the Procuring Entity’s Representative.

26.5 Items of the Works for which a price of “0” (zero) has been entered will not be paid for by the Procuring Entity and shall be deemed covered by other rates and prices in the Contract.

27. PAYMENT CERTIFICATES

27.1 The Contractor shall submit to the Procuring Entity’s Representative monthly statements of the estimated value of the work executed less the cumulative amount certified previously.

27.2 The Procuring Entity’s Representative shall check the Contractor’s monthly statement and certify the amount to be paid to the Contractor.

27.3 The value of Work executed shall:

(a) be determined by the Procuring Entity’s Representative;

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

Page 17 of 22 TOR-Negotiation of Procurement of Civil Works for the KBK Toilet Facilities Improvement Project

(c) include the valuations of approved variations.

27.4 The Procuring Entity’s Representative may exclude any item certified in a previous certificate or reduce the proportion of any item previously certified in any certificate in the light of later information.

28. RETENTION

28.1 The Procuring Entity shall retain from each payment due to the Contractor an amount equal to a percentage thereof using the rate as specified in ITB Sub-Clause 42.2.

28.2 Progress payments are subject to retention of ten percent (10%), referred to as the “retention money.” Such retention shall be based on the total amount due to the Contractor prior to any deduction and shall be retained from every progress payment until fifty percent (50%) of the value of Works, as determined by the Procuring Entity, are completed. If, after fifty percent (50%) completion, the Work is satisfactorily done and on schedule, no additional retention shall be made; otherwise, the ten percent (10%) retention shall again be imposed using the rate specified therefor.

28.3 The total “retention money” shall be due for release upon final acceptance of the Works. The Contractor may, however, request the substitution of the retention money for each progress billing with irrevocable standby letters of credit from a commercial bank, bank guarantees or surety bonds callable on demand, of amounts equivalent to the retention money substituted for and acceptable to the Procuring Entity, provided that the project is on schedule and is satisfactorily undertaken. Otherwise, the ten (10%) percent retention shall be made. Said irrevocable standby letters of credit, bank guarantees and/or surety bonds, to be posted in favor of the Government shall be valid for a duration to be determined by the concerned implementing office/agency or Procuring Entity and will answer for the purpose for which the ten (10%) percent retention is intended, i.e., to cover uncorrected discovered defects and third party liabilities.

28.4 On completion of the whole Works, the Contractor may substitute retention money with an “on demand” Bank guarantee in a form acceptable to the Procuring Entity.

29. VARIATION ORDERS

29.1 Variation Orders may be issued by the Procuring Entity to cover any increase/decrease in quantities, including the introduction of new work items that are not included in the original contract or reclassification of work items that are either due to change of plans, design or alignment to suit actual field conditions resulting in disparity between the preconstruction plans used for purposes of bidding and the “as staked

Page 18 of 22 TOR-Negotiation of Procurement of Civil Works for the KBK Toilet Facilities Improvement Project

plans” or construction drawings prepared after a joint survey by the Contractor and the Procuring Entity after award of the contract, provided that the cumulative amount of the Variation Order does not exceed ten percent (10%) of the original project cost. The addition/deletion of Works should be within the general scope of the project as bid and awarded. The scope of works shall not be reduced so as to accommodate a positive Variation Order. A Variation Order may either be in the form of a Change Order or Extra Work Order.

29.2 A Change Order may be issued by the Procuring Entity to cover any increase/decrease in quantities of original Work items in the contract.

29.3 An Extra Work Order may be issued by the Procuring Entity to cover the introduction of new work necessary for the completion, improvement or protection of the project which were not included as items of Work in the original contract, such as, where there are subsurface or latent physical conditions at the site differing materially from those indicated in the contract, or where there are duly unknown physical conditions at the site of an unusual nature differing materially from those ordinarily encountered and generally recognized as inherent in the Work or character provided for in the contract.

29.4 Any cumulative Variation Order beyond ten percent (10%) shall be subject of another contract to be bid out if the works are separable from the original contract. In exceptional cases where it is urgently necessary to complete the original scope of work, the Head of the Procuring Entity may authorize a positive Variation Order go beyond ten percent (10%) but not more than twenty percent (20%) of the original contract price, subject to the guidelines to be determined by the GPPB: Provided, however, That appropriate sanctions shall be imposed on the designer, consultant or official responsible for the original detailed engineering design which failed to consider the Variation Order beyond ten percent (10%).

29.5 In claiming for any Variation Order, the Contractor shall, within seven (7) calendar days after such work has been commenced or after the circumstances leading to such condition(s) leading to the extra cost, and within twenty-eight (28) calendar days deliver a written communication giving full and detailed particulars of any extra cost in order that it may be investigated at that time. Failure to provide either of such notices in the time stipulated shall constitute a waiver by the contractor for any claim. The preparation and submission of Variation Orders are as follows:

(a) If the Procuring Entity’s representative/Project Engineer believes that a Change Order or Extra Work Order should be issued, he shall prepare the proposed Order accompanied with the notices submitted by the Contractor, the plans therefore, his computations as to the quantities of the additional works

Page 19 of 22 TOR-Negotiation of Procurement of Civil Works for the KBK Toilet Facilities Improvement Project

involved per item indicating the specific stations where such works are needed, the date of his inspections and investigations thereon, and the log book thereof, and a detailed estimate of the unit cost of such items of work, together with his justifications for the need of such Change Order or Extra Work Order, and shall submit the same to the Head of the Procuring Entity for approval.

(b) The Head of the Procuring Entity or his duly authorized representative, upon receipt of the proposed Change Order or Extra Work Order shall immediately instruct the technical staff of the Procuring Entity’s to conduct an on-the-spot investigation to verify the need for the Work to be prosecuted. A report of such verification shall be submitted directly to the Head of the Procuring Entity or his duly authorized representative.

(c) The, Head of the Procuring Entity or his duly authorized representative, after being satisfied that such Change Order or Extra Work Order is justified and necessary, shall review the estimated quantities and prices and forward the proposal with the supporting documentation to the Head of Procuring Entity for consideration.

(d) If, after review of the plans, quantities and estimated unit cost of the items of work involved, the proper office of the procuring entity empowered to review and evaluate Change Orders or Extra Work Orders recommends approval thereof, Head of the Procuring Entity or his duly authorized representative, believing the Change Order or Extra Work Order to be in order, shall approve the same.

(e) The timeframe for the processing of Variation Orders from the preparation up to the approval by the Head of the Procuring Entity concerned shall not exceed thirty (30) calendar days.

30. CONTRACT COMPLETION

Once the project reaches an accomplishment of ninety five (95%) of the total contract amount, the Procuring Entity may create an inspectorate team to make preliminary inspection and submit a punch-list to the Contractor in preparation for the final turnover of the project. Said punch-list will contain, among others, the remaining Works, Work deficiencies for necessary corrections, and the specific duration/time to fully complete the project considering the approved remaining contract time. This, however, shall not preclude the claim of the Procuring Entity for liquidated damages.

31. SUSPENSION OF WORK

31.1 The Procuring Entity shall have the authority to suspend the work wholly or partly by written order for such period as may be deemed

Page 20 of 22 TOR-Negotiation of Procurement of Civil Works for the KBK Toilet Facilities Improvement Project

necessary, due to force majeure or any fortuitous events or for failure on the part of the Contractor to correct bad conditions which are unsafe for workers or for the general public, to carry out valid orders given by the Procuring Entity or to perform any provisions of the contract, or due to adjustment of plans to suit field conditions as found necessary during construction. The Contractor shall immediately comply with such order to suspend the work wholly or partly.

31.2 The Contractor or its duly authorized representative shall have the right to suspend work operation on any or all projects/activities along the critical path of activities after fifteen (15) calendar days from date of receipt of written notice from the Contractor to the district engineer/regional director/consultant or equivalent official, as the case may be, due to the following:

(a) There exist right-of-way problems which prohibit the Contractor from performing work in accordance with the approved construction schedule.

(b) Requisite construction plans which must be owner-furnished are not issued to the contractor precluding any work called for by such plans.

(c) Peace and order conditions make it extremely dangerous, if not possible, to work. However, this condition must be certified in writing by the Philippine National Police (PNP) station which has responsibility over the affected area and confirmed by the Department of Interior and Local Government (DILG) Regional Director.

(d) There is failure on the part of the Procuring Entity to deliver government-furnished materials and equipment as stipulated in the contract.

(e) Delay in the payment of Contractor’s claim for progress billing beyond forty-five (45) calendar days from the time the Contractor’s claim has been certified to by the procuring entity’s authorized representative that the documents are complete unless there are justifiable reasons thereof which shall be communicated in writing to the Contractor.

31.3 In case of total suspension, or suspension of activities along the critical path, which is not due to any fault of the Contractor, the elapsed time between the effective order of suspending operation and the order to resume work shall be allowed the Contractor by adjusting the contract time accordingly.

32. COMPLETION

Page 21 of 22 TOR-Negotiation of Procurement of Civil Works for the KBK Toilet Facilities Improvement Project

The Contractor shall request the Procuring Entity’s Representative to issue a certificate of Completion of the Works, and the Procuring Entity’s Representative will do so upon deciding that the work is completed.

33. TAKING OVER

The Procuring Entity shall take over the Site and the Works within seven (7) days from the date the Procuring Entity’s Representative issues a certificate of Completion.

34. OPERATING AND MAINTENANCE MANUALS

34.1 If “as built” Drawings and/or operating and maintenance manuals are required, the Contractor shall supply them by the dates stated in the SCC.

34.2 If the Contractor does not supply the Drawings and/or manuals by the dates stated in the SCC, or they do not receive the Procuring Entity’s Representative’s approval, the Procuring Entity’s Representative shall withhold the amount stated in the SCC from payments due to the Contractor.

35. CONTRACT AMENDMENT

Subject to applicable laws, no variation in or modification of the terms of this Contract shall be made except by written amendment signed by the parties.

36. JOINT VENTURE

If the Supplier is a joint venture, “All partners to the joint venture shall be jointly and severally liable to the Procuring Entity.”

37. GENERAL CLAUSE

In case of any conflicting or missing provisions on the Terms and Conditions then the provisions of the General Conditions of Contract and the Specific Conditions of Contract shall govern whenever applicable.

Page 22 of 22 TOR-Negotiation of Procurement of Civil Works for the KBK Toilet Facilities Improvement Project

CONTRACT “KAYO ANG BOSS KO” TOILET FACILITIES IMPROVEMENT PROJECT- CIVIL WORKS LOT- 20 (NCR REGION: PNR) ______

This CONTRACT made and entered into this __ day of ______2013 at City, by and between:

The Government of Republic of the Philippines, through the DEPARTMENT OF TRANSPORTATION AND COMMUNICATIONS (DOTC), with principal office at Unit __, __ Floor The Columbia Tower, Ortigas Avenue, Wack-Wack, Mandaluyong City, represented herein by ______, hereinafter referred to as “the PROCURING ENTITY”,

-and-

[Name of the Contractor], a [corporation/partnership/cooperative, duly organized and existing under the laws of the Philippines, if applicable], with business address at______, represented herein by its______, hereinafter referred to as the “the CONTRACTOR”.

WHEREAS, the PROCURING ENTITY as the primary policy, planning, programming, coordinating and implementing administrative entity of the government in charge of the promotion, development and regulation of a dependable and coordinated network of transportation systems, as well as fast, safe, efficient and reliable transportation services invited bids for goods in relation to the “Kayo ang Boss Ko” Toilet Facilities Improvement Project (hereinafter, the “Project”);

WHEREAS, the objective of the Project is to transform and uplift the quality of service to the public – to that which truly cares for their safety, comfort and well-being, respects their dignity and brings forth a fresh and wholesome experience in dealing with DOTC frontline offices/agencies, including the transport services that they provide and/or manage or supervise;

WHEREAS, the said project intends to improve the toilet facilities in the airports, seaports, Philippine National Railways (PNR), Metrorail Transit (MRT) and Light Rail Transit (LRT) stations, including the processing centers of the Land Transportation Office (LTO) and Land Transportation Franchising and Regulatory Board (LTFRB), adopting a Design, Cleanliness and Condition Standards for Toilet Facilities and Waiting Areas, which will serve as the basic reference document in the design of new and/or renovation of existing toilet facilities, among others;

WHEREAS, the PROCURING ENTITY twice conducted the bidding for the Civil Works Component Lot- 20 (NCR Region: PNR) of the said Project but on both instances declared a failure of bidding on the ground that all prospective bidders were declared ineligible;

WHEREAS, in view of the Two (2)-Failed Biddings for the Civil Works Component Lot- 20 (NCR Region: PNR) of the said Project with an Approved Budget for the Contract (ABC) of SEVEN MILLION TWENTY FIVE THOUSAND THREE HUNDRED FORTY THREE and 60/100 PESOS (P7,025,343.60), the PROCURING ENTITY resolved that the mode of Negotiated Procurement pursuant to Section 53.1 of the Revised Implementing Rules and Regulations (“IRR”) of Republic Act No. 9184 (“RA 9184”) shall be adopted and constituted a Negotiating Team to undertake the negotiations, pursuant to BAC Resolution No. ______;

WHEREAS, the Negotiated Procurement for Civil Works Component Lot- 20 (NCR Region: PNR) of the said Project was undertaken by the DOTC-Bids and Awards Committee (BAC) through its Negotiating Team by the publication of the Invitation to Negotiate on __ July 2013 and the subsequent negotiations for the same;

WHEREAS, during the negotiations, the CONTRACTOR which is technically, legally, and financially capable to undertake the Supply and Delivery of Phenolic Board and Stainless Accessories, presented the most advantageous offer to the Government;

WHEREAS, the PROCURING ENTITY, after the conduct of negotiations and due diligence through its Negotiating Team, has accepted the offer made by the CONTRACTOR for the execution and completion of the [Construction/Rehabilitation] of Toilet Facilities in [Location] and the remedying of any defects therein, in the sum of [contract price in words and figures] (hereinafter called “the Contract Price”), inclusive of all applicable taxes and fees.

NOW THIS AGREEMENT WITNESSETH AS FOLLOWS:

1. In this Agreement, words and expressions shall have the same meanings as are respectively assigned to them in the Conditions of Contract referred to.

2. The following documents shall be deemed to form and be read and construed as part of this Contract, viz:

(a) Bidding Documents (i.e. General and Special Conditions of Contract) and Supplemental/Bid Bulletins in the last conducted bidding for the aforementioned Project; (b) Drawings/Plans; (c) Specifications; (d) Terms of Reference; (e) Invitation to Negotiate and/or Letter of Invitation to Negotiate; (f) Instructions to Offerers and amendments thereto, if any; (g) Technical and Financial Proposal/Offer of the Contractor; (h) Report of the Negotiating Team for the Project; (i) Notice of Award and the Contractor’s Conforme thereto; (j) Performance Security in the form prescribed by RA 9184 and its Revised IRR; and (k) Other contract documents that may be required by existing laws and/or the Procuring Entity.

3. In consideration of the payments to be made by the PROCURING ENTITY to the CONTRACTOR as hereinafter mentioned, the CONTRACTOR hereby covenants with the PROCURING ENTITY to execute and complete the Works and remedy defects therein in conformity in all respects with the provisions of this Contract.

2

4. The PROCURING ENTITY hereby covenants to pay the CONTRACTOR in consideration of the execution and completion of the Works and the remedying of defects wherein, the Contract Price or such other sum as may become payable under the provisions of the contract at the times and in the manner prescribed by this contract.

5. This Contract, together with any documents referred to in it constitutes the whole agreement between the Parties relating to its subject matter and supersedes and extinguishes any prior drafts, agreements, undertakings, representations, warranties and arrangements of any nature, whether in writing or oral, relating to such subject matter.

IN WITNESS WHEREOF the Parties thereto have caused this Contract to be executed on the day and in the year first above written.

DEPARTMENT OF TRANSPORTATION [NAME OF THE CONTRACTOR] AND COMMUNICATIONS

By: By:

______

Approved by:

JOSEPH EMILIO A. ABAYA Secretary Department of Transportation and Communications

Witnesses:

______

3

ACKNOWLEDGMENT

Republic of the Philippines) City of Mandaluyong ) s.s.

BEFORE ME, a Notary Public, in and for the City of ______, this ____ day of ______2013, personally appeared:

Name Passport No. or Date & Place Issued Government-Issued ID

1) 2) 3) 4) both known to me, and to me known, to be the same persons who executed the foregoing Contract Agreement and acknowledged to me that the same is their free and voluntary act and deed and that of the entity they represent.

This instrument consists of ___ (__) pages, including this page on which the Acknowledgment is written, duly signed by the authorized representatives of the parties and their witnesses on each and every page thereof.

WITNESS MY HAND AND NOTARIAL SEAL on the date and year first above written.

NOTARY PUBLIC

Doc. No. ______; Page No. ______; Book No. ______; Series of 2013.

4

ANNEX “A and D”

LOCATION OF FACILITIES

LTFRB EXISTING NEW REGION DEPOT TOILET TOILET 1 LTFRB Regional Office No. 1 2 3 Government Center, Brgy. Sevilla, San Fernando City, La Union 2500

2 LTFRB Regional Office No. II 2 3 CARIG Regional Center, Tuguegaro, Cagayan 3500

3 LTFRB Regional Office No. III 2 3 Government Center, Brgy. Maimpis San Fernando City, Pampanga 2000

5 LTFRB Regional Office No. V 5 5 Regional Center, Rawis Legazpi City 4500

6 LTFRB Regional Office No. VI 2 3 Quintin Salas, Jaro, Iloilo 5000

8 LTFRB Regional Office No. VIII 2 3 Nipa Hut Compound, Jones St., City 6500

10 LTFRB Regional Office No. X 2 3 Apovel Subdivision, Patag-Bulua Hi-way City 9000

11 LTFRB Regional Office No. XI 2 3 Balusong Avenue, McArthur Hi-way Matina, 8000

12 LTFRB Regional Office No. XII 2 3 ARMM Compound (bet. NFA & NEDA Offices) 9600

TOTAL 21 29

1

LOCATION OF FACILITIES

MRT-3 EXISTING NEW REGION DEPOT TOILET TOILET Depot North Ave., cor. EDSA North 15 Triangle NCR (per Station Delivery) North Avenue 6 0 Quezon Avenue 6 0 GMA Kamuning 6 0 Araneta Center-Cubao 3 0 Santolan 6 0 Ortigas 6 0 Shaw Boulevard 6 0 Boni 3 0 Guadalupe 6 0 Buendia 3 0 Ayala 3 0 Magallanes 6 0 Taft Avenue 3 0

TOTAL 63 0

2

LOCATION OF FACILITIES

LRTA - LINE 1 EXISTING NEW REGION DEPOT TOILET TOILET 15 Light Rail Transit Authority (Line 1) NCR LRTA Compound, Aurora Blvd., City Baclaran 2 0 EDSA 6 0 Central 2 0 Doroteo Jose 6 0 Monumento 2 0

TOTAL 18 0

LRTA - LINE 2 EXISTING NEW REGION DEPOT TOILET TOILET 15 Light Rail Transit Authority (Line 2) NCR LRTA Line 2 Depot, Marcos Highway City Recto 1 2 Legarda 1 4 Pureza 1 4 V. Mapa 1 2 J. Ruiz 1 4 Gilmore 1 4 Betty-Go Belmonte 1 4 Cubao 1 2 Anonas 1 4 Katipunan 0 3 Santolan 1 2

TOTAL 10 35

3

LOCATION OF FACILITIES

PNR EXISTING NEW REGION DEPOT TOILET TOILET 15 PNR Tutuban, Manila NCR Main Building, Engineering Department Tutuban 3 Blumentrit 3 Laon-Laan 3 Espana 3 Sta. Mesa 3 Pandacan 3 Buendia 3 Pasay Road 3 EDSA 3 FTI 3 Bicutan 3 Sucat 3

4-A PNR Station Engineering Department Calamba 0 3 San Pablo 0 3 Lucena 0 3 Tagkawayan 0 3

5 PNR Naga Station Engineering Department 0 3 Naga 0 3 Iriga 3 0 Ligaw 0 3 Legaspi 0 3

TOTAL 21 42

4

LOCATION OF FACILITIES

PPA EXISTING NEW REGION DEPOT TOILET TOILET 3 Port of Capinpin, Orion, Bataan 7 0

3 Port of Dingalan, Aurora Province 2 0

4-A Port of Lucena 3 0

4-A Port of Sta.Cruz 3 0

4-A Port of Balanacan 3 0

4-B Port of Romblon 3 0

4-B Port of Brookes Point, Palawan 4 0

4-B Port of Culion 3 0

6 Port of Dumaguit, New Washington, Aklan 3 0

6 Port of Jordan, Guimaras 0 3

6 Port of Lipata, Culasi, Antique 0 3

7 Port of Tandayag 3 0

7 Port of Larena 3 0

7 Port of Siquijor 0 3

9 Port of Zamboanga Zamboanga 3 1 Basilan 2 1

10 Port of Balingoan 3 0

13 Port of Surigao Baseport 3 0

13 Port of Dapa 3 0

TOTAL 51 11

5

LOCATION OF FACILITIES

CPA EXISTING NEW REGION PROVINCE/ AREA TOILET TOILET 7 CIP Complex, Sergio Osmena Blvd., North Reclamation Area, Port of Argao, Cebu 2 0 Port of Camotes, Cebu 2 0 Port of Danao, Cebu 3 0 Port of Dumanjug, Cebu 2 0 Port of Santa Fe, Cebu 2 0 Port of Santa Rosa, Olango Island, Cebu 2 0 Port of Toledo, Cebu 2 0

TOTAL 15 0

6

LOCATION OF FACILITIES

LTO EXISTING NEW REGION PROVINCE/ AREA TOILET TOILET 1 LTO Regional Office No. 1 Aguila Road, San Fernando, La Union Alaminos City, Pangasinan 2 1 City, Pangasinan 2 1 City, Ilocos Sur 2 1 City 2 1 City 2 1 Lingayen, Pangasinan 2 1 Urdaneta, Pangasinan 2 1 City, Ilocos Sur 2 1 Regional Office 4 2

2 LTO Regional Office No. 2 San Gabriel Village, , Cagayan Regional Office 2 1 District Office 0 3 San Isidro District Office 0 3 Cabarroguis District Office 2 1 Bayombong District Office 0 3 Aparri District Office 2 1 Basco District Office 0 3 Roxas District Office 2 1 Gattaran Extension Office 0 3 Cabangan Extension Office 2 1

3 LTO Regional Office No. 3 Government Center, Brgy. Maimpis San Fernando, Pampanga Angeles District Office 2 1 Baloc District Office 2 1 District Office 2 1 Guagua District Office 2 1 Iba District Office 2 1 San Fernando MVIS 2 1 Extension Office 2 1 San Fernando Licensing Center 2 1 Tarlac District Office 2 1

7

LOCATION OF FACILITIES LTO EXISTING NEW REGION PROVINCE/ AREA TOILET TOILET 4-A LTO Regional Office No. 4-A JC Abadilla Memorial Bldg., Old City Hall Compound Morada Ave., Lipa city Alaminos MVIC 3 0 Gumaca District Office 2 1 District Office 2 1 Lipa City District Office 2 1 Lipa MVIC 2 1 Pila District Office 2 1 Laguna Licensing Center 2 1

4-B LTO Regional Office No. 4-B LTO Compound, East Ave., Quezon City Romblon 2 1 Boac 2 1 , Oriental Mindoro 2 1 Palawan 2 1 San Jose, Oriental Mindoro 2 1

5 LTO Regional Office No. 5 Regional Government Center Legaspi City, Central Office 2 1 Legaspi District Office 2 1 District Office 2 1 Iriga District Office 2 1 Naga District Office 2 1 District Office 2 1 District Office 2 1 Virac District Office 2 1

6 LTO Regional Office No. 6 Tabucbuba, Jaro, Iloilo City District Office 2 1 Calinog District Office 2 1 Iloilo Licensing Center 2 0 Roxas City District Office 2 1 Antique District Office 2 1 Negros Occidental Licensing Center 2 0 City District Office 2 1 Cadiz City District Office 2 1 Hinawayan District Office 2 1

8

LOCATION OF FACILITIES LTO EXISTING NEW REGION PROVINCE/ AREA TOILET TOILET 7 LTO Regional Office No. 7 N. Bacalso Ave., Cebu City Regional Office 2 1 Bais City District Office 2 1 District Office 2 1 Danao City District Office 2 1

8 LTO Regional Office No. 8 Old Army Road, Tacloban City District Office 2 1 District Office 2 1 Catarman District Office 2 1 District Office 2 1 District Office 2 1 Palompon District Office 2 1 Naval District Office 2 1 San Juan District Office 2 1 Tacloban District Office 2 1

9 LTO Regional Office No. 9 Veterans Ave., Zamboanga District Office 2 1 District Office 2 1 Ipil District Office 2 1 Regional Office 2 1

10 LTO Regional Office No. 10 MVIS Compound, Zone 7 Bulua, Cagayan de Oro City Regional Office 2 1 City District Office 2 1 City 2 1 Camiguin City 2 1 City 2 1

11 LTO Regional Office No. 11 Quimpo Blvd., Davao City Regional Office 2 1 District Office 2 1 District Office 2 1 Mati District Office 2 1

9

LOCATION OF FACILITIES

LTO EXISTING NEW REGION PROVINCE/ AREA TOILET TOILET 12 LTO Regional Office No. 12 No. 79 G. Del Pilar St., City Sarangani Extension Office 2 1 District Office 2 1 Koronadal District Offce 2 1 Surallah District Office 2 1 District Office 2 1 District Office 2 1 Midsayap Extension Office 2 1 CotabatoDistrict Office 2 1 Cotabato District Office 2 1

13 LTO Regional Office No. 13 Capitol Ave., City District Office 2 1 Patin-ay District Office 2 1 Surigao District Office 2 1 District Office 2 1 District Office 2 1

14 LTO Regional Office CAR Session Road, City Regional Office, Baguio City 2 1 La Trinidad District Office, Benguet 2 1 Bontoc District Office, Mt. Province 2 1 Lamut District Office, Ifugao 2 1 Tabuk District Office, Kalinga 2 1 Bangued District Office, Abra 2 1

10

LOCATION OF FACILITIES

LTO EXISTING NEW REGION PROVINCE/ AREA TOILET TOILET 15 LTO Regional Office NCR 96 Delta Bldg., Mirasol St., 20th Ave., Cubao Quezon City Quezon City District Office 0 3 Quezon City Licensing Center 2 1 Diliman District Office 2 1 PUVRC/North MVIC 2 1 Manila North District Office/ 2 1 Manila Licensing Center Manila East District Office 2 1 District Office 2 1 Valenzuela District Office 2 1 Kaloocan District Office/ 2 1 Kaloocan Licensing Extension Office Pasay District Office/ Pasay Licensing Center 2 1 South MVIC/ PUVREC 2 1

15 LTO Central Office East Ave., Quezon City Central Office 13 0 Central office, LETAS Building 5 0 Central Office, LTO Compound 2 1

TOTAL 239 125

11

LOCATION OF FACILITIES

CAAP EXISTING NEW REGION PROVINCE/ AREA TOILET TOILET

1 Vigan Airport 3 0

6 Antique Airport 4 0

6 Roxas Airport 9 0

9 Zamboanga Airport 12 0

10 Cagayan De Oro Airport 9 0

10 Ozamis Airport 9 0

11 Davao International Airport 31 0

12 General Santos International Airport 9 0

13 Tandag Airport 6 0

13 Bislig Airport 6 0

13 Butuan Airport 9 0

TOTAL 107 0

12

LOCATION OF FACILITIES

MIAA EXISTING NEW REGION DEPOT TOILET TOILET

15 NAIA Terminal 3 (Villamor Air Base) 85 0 NCR Andrews Ave., Pasay City

MIAA Warehouse MIAA Road, Pasay City NAIA Terminal 2 16 0 NAIA Terminal 4 10 0

TOTAL 111 0

MCIAA EXISTING NEW REGION DEPOT TOILET TOILET

7 Mactan-Cebu International Airport 110 0 Lapu-Lapu City, Cebu

13

ANNEX “D”

DOTC TOILET FACILITIES IMPROVEMENT PROJECT REVISED DISTRIBUTION LIST ON PROCUREMENT OF GOODS

REGION Drop-off points/ Agency KEY CITY 1 and CAR LTFRB : San Fernando City, La Union Regional Office San Fernando City La Union LTO : San Fernando City, La Union Regional Office Alaminos City, Pangasinan District Office Lingayen, Pangasinan District Office Urdaneta, Pangasinan District Office

LTO : Vigan City, Ilocos Sur District Office Vigan City

Candon City, Ilocos Sur District Office

Laoag City, Ilocos Sur District Office

Batac City, Ilocos Sur District Office

CAAP : Vigan, Ilocos Sur, Vigan Airport

(CAR) LTO : Baguio City, Mt. Province Regional Office Baguio City La Trinidad, Benguet District Office Bontoc, Mt. Province District Office Lamut, Ifugao District Office Tabuk Kalinga District Office Bangued, Abra District Office

2 LTFRB : Tuguegarao City, Cagayan Regional Office Tuguegarao City

LTO : Tuguegarao City, Cagayan Regional Office Aparri, Cagayan District Office Gattaran, Cagayan District Office Roxas, Isabela District Office Ilagan, Isabela District Office San Isidro, Isabela District Office Cabangan, Isabela Extension Office Cabarroguis, Quirino District Office Bayombong, Nueva Vizcaya District Office

Basco, Batanes District Office

14

DOTC TOILET FACILITIES IMPROVEMENT PROJECT REVISED DISTRIBUTION LIST ON PROCUREMENT OF GOODS

REGION Drop-off points/ Agency KEY CITY 3 LTFRB : San Fernando City, Pampanga Regional Office San Fernando City Pampanga LTO : San Fernando City, Pampanga Regional Office San Fernando City, Pampanga Licensing Office San Fernando City, Pampanga Motor Vehicle Inspection Service Angeles City, Pampanga District Office Guagua, Pampanga District Office Tarlac, Pampanga District Office Iba, Zambales District Office

LTO : Gapan, Nueva Ecija District Office Gapan City Baloc, Nueva Ecija District Office Palayan City, Nueva Ecija Extension Office

PPA : PMO Limay Bataan Orion, Bataan Port of Capinpin Dingalan, Aurora Province Port of Dingalan

4 LTO : Lipa City, Batangas Regional Office Alaminos, Laguna Motor Vehicle Inspection Center Pila, Laguna District Office Lipa City, Batangas District Office Lipa City, Batangas Motor Vehicle Inspection Center Calapan, Oriental Mindoro Extension Office San Jose, Occidental Mindoro District Office Imus, Cavite District Office Romblon, Romblon District Office

PPA : PMO Batangas Romblon, Romblon Port of Romblon

15

DOTC TOILET FACILITIES IMPROVEMENT PROJECT REVISED DISTRIBUTION LIST ON PROCUREMENT OF GOODS

REGION Drop-off points/ Agency KEY CITY 4 PNR : Lucena City, Lucena Quezon Station Lucena City Lucena, Quezon Station Tagkawayan, Quezon Station San Pablo, Laguna Station

LTO : Lucena City, Lucena District Office Boac, Marinduque District Office Gumaca, Quezon District Office San Pablo, Laguna Licensing Center PPA : TMO Lucena Lucena, Quezon Port of Lucena Sta. Cruz, Marinduque Port of Sta. Cruz Balanacan, Marinduque Port of Balanacan

PPA : TMO Culion Culion Culion, Palawan, Port of Culion Palawan

PPA : PMO , Puerto Princesa Palawan Puerto Princesa City Brookes Point, Palawan Port of Brookes Point Palawan

LTO : Puerto Princesa, Puerto Princesa, Palawan District Office

5 LTFRB : Legazpi City, Albay Regional Office Legazpi City

LTO : Legazpi City, Albay Regional Office Legazpi City, Albay District Office , Sorsogon Office , Masbate District Office Virac, District Office

PNR : Naga City, Naga Station Naga Sipocot, Station Naga City, Camarines Sur Station Iriga City, Camarines Sur Station Legazpi City, Albay Station City, Albay Station

LTO : Naga City, Naga District Office Daet, District Office Iriga City, Camarines Sur District Office Naga City, Camarines Sur District Office

16

DOTC TOILET FACILITIES IMPROVEMENT PROJECT REVISED DISTRIBUTION LIST ON PROCUREMENT OF GOODS

REGION Drop-off points/ Agency KEY CITY 6 LTFRB : Iloilo City, Iloilo Regional Office Iloilo City

LTO : Iloilo City, Iloilo Regional Office Iloilo City, Iloilo Licensing Center Iloilo City Iloilo District Office Calinog, Iloilo District Office

PPA : PMO Iloilo Jordan, Guimaras Port of Guimaras

CAAP : Roxas City, Capiz Roxas Airport Roxas City San Jose, Antique Antique Airport

LTO : Roxas City, Roxas City District Office Roxas City, Capiz District Office San Jose, Antique District Office

PPA : TMO Culasi, Roxas City Dumaguit, Aklan Port of Dumaguit Lipata, Antique Port of Lipata

7 LTO : Cebu City, Cebu Regional Office Cebu City Danao City, Cebu District Office Tagbilaran, Bohol District Office

CPA : CPA Headquarters Argao, Cebu Port of Argao Camotes, Cebu Port of Camotes Danao, Cebu Port Of Danao Dumanjug, Cebu Port of Dumanjug Santa Fe, Cebu Port of Santa Fe Olango Island, Cebu Port of Santa Rosa

MCIAA: Lapu -Lapu City, Cebu, Mactan-Cebu Airport

17

DOTC TOILET FACILITIES IMPROVEMENT PROJECT REVISED DISTRIBUTION LIST ON PROCUREMENT OF GOODS

REGION Drop-off points/ Agency KEY CITY 7 PPA : PMO Dumaguete Tandayag, Negros Oriental Port of Tandayag Larena, Siquijor Port of Larena Siquijor, Siquijor Port of Siquijor

LTO : Dumaguete Bais City, Negros Oriental District Office

LTO : Bacolod City Bacolod City Negros Occidental Licensing Center Bacolod City, Negros Occidental District Office Cadiz City, Negros Occidental District Office City, Negros Occidental District Office

8 LTFRB : Tacloban City, Leyte Regional Office Tacloban City

LTO : Tacloban City, Leyte District Office Ormoc, Leyte District Office Palompon, Leyte District Office Naval, Leyte District Office San Juan, Leyte District Office Catbalogan, Samar District Office Calbayog, Samar District Office Catarman, Samar District Office Borongan, Samar District Office

9 LTO : Zamboanga City Zamboanga Regional Office Zamboanga City Zamboanga City Zamboanga District Office Ipil, Zamboanga District Office

CAAP : Zamboanga City, Zamboanga Zamboanga Airport

PPA : PMO Zamboanga Zamboanga City, Zamboanga Port of Zamboanga Basilan, Basilan Port of Basilan

LTO : Dipolog City, Dipolog Regional Office Dipolog City Dipolog, Zamboanga District Office

CAAP : Ozamis City, Misamis Occidental Ozamis Airport

18

DOTC TOILET FACILITIES IMPROVEMENT PROJECT REVISED DISTRIBUTION LIST ON PROCUREMENT OF GOODS

REGION Drop-off points/ Agency KEY CITY 10 LTFRB : Cagayan de Oro City, Regional Office Cagayan De Oro City

LTO : Cagayan de Oro City, District Office Malaybalay City, Bukidnon Camiguin City, Camiguin District Office Iligan City, Iligan District Office

PPA : PMO Cagayan De Oro Balingoan, Misamis Oriental Port of Balingoan

CAAP : Cagayan de Oro, Cagayan Cagayan de Oro Airport

11 LTFRB : Davao City, Davao Regional Office Davao City

LTO : Davao City, Davao Regional Office Tagum, Davao District Office Digos, Davao District Office Mati, Davao District Office

CAAP : Davao City, Davao Davao International Airport

12 LTFRB : Cotabato City, Cotabato Regional Office Cotabato City

LTO : Cotabato City, Cotabato District Office Kidapawan, North Cotabato District Office Midsayap, North Cotabato Extension Office Marawi, Lanao Del Sur District Office Tacurong, Sultan Kudarat District Office

LTO : General Santos City, Gensan District Office General Santos City Koronadal, South Cotabato District Office Surallah, South Cotabato District Office Alabel, Sarangani Extension Office

CAAP : General Santos Airport

19

DOTC TOILET FACILITIES IMPROVEMENT PROJECT REVISED DISTRIBUTION LIST ON PROCUREMENT OF GOODS

REGION Drop-off points/ Agency KEY CITY 13 LTO : Butuan City, Agusan Del Norte Regional Office Butuan City CARAGA Butuan City, Agusan Del Norte Regional Office Patin-ay, Agusan Del Sur District Office

CAAP : Butuan City, Agusan Del Norte Butuan Airport

PPA : PMO Surigao Surigao City, Surigao Port of Surigao Dapa City, Surigao Del Norte Port of Dapa

CAAP : Tandag, Surigao Del Sur, Tandag Airport

CAAP : Bislig, Surigao Del Sur Bislig Airport

LTO : Surigao City, Surigao District Office Surigao City, Surigao Del Norte District Office Tandag, Surigao Del Sur District Office Bislig, Surigao Del Sur District Office

NCR MIAA : MIAA Warehouse, MIAA Road, Pasay City Pasay City NAIA Terminal 2 NAIA Terminal 4

MIAA : NAIA Terminal 3 (Villamor Air Base), Andrews Ave., Pasay City

LTO : LTO Headquarters (Central Office) Quezon City Quezon City Regional Office Quezon City District Office Quezon City Licensing Center Diliman District Office PUVRC/North MVIC Manila North District Office/ Manila Licensing Center Manila East District Office Makati District Office Valenzuela District Office Kaloocan District Office/ Kaloocan Licensing Extension Office Pasay District Office/ Pasay Licensing Center South MVIC/ PUVREC

20

DOTC TOILET FACILITIES IMPROVEMENT PROJECT REVISED DISTRIBUTION LIST ON PROCUREMENT OF GOODS

REGION Drop-off points/ Agency KEY CITY NCR MRT3 : Depot North Ave., cor. EDSA North Triangle, Quezon City Quezon City

LRTA : LINE 1 - LRTA Compound, Aurora Blvd., Pasay City Pasay City

LRTA : LINE 2 - LRTA Line 2 Depot, Marcos Highway, Pasig City Pasig City

PNR : PNR Tutuban, Manila, Main Building, Engineering Department Manila Calamba, Laguna Station

21

ANNEX “B”

Name of Project : Construction / Renovation of Toilet Facilities Of the Philippine National Railways Location : PNR NCR Station Buildings, Metro Manila Duration : One Hundred Eighty Five (185) Calendar Days Source of Fund : CY 2012

Scope of Works

The project covers the following scope of works which shall be done in accordance with the approved plans, specifications and provisions of contract. All other works not specified herein shall be deemed incidental for payment and have been considered by the contractor in his unit cost estimate for the completion of the project.

Category I - Utilization Renovation of Existing Comfort Room Category II- Demolition of Existing Comfort Room, Construction of New Comfort Room, Condemning of Existing Septic Tank, Construction of New Standard Septic Tank and Pump House Category III- Construction of Comfort Rooms Inside Station Building with demolition, New Septic Tank and Pump House Category IV- New Construction of CR with Demolition, Construction of a New Septic Tank and Pump House Category V- New Construction of CR, New Septic Tank and Pump House

NAME OF STATION Reference elevation of floor tiles Category Referred Below from top of PNR rails On Specific Works 1 TUTUBAN as is Category I 2 BLUMENTRITT 1.2 meters Category II 3 LAON-LAAN 1.2 meters Category V 4 ESPAÑA 1.2 meters Category II 5 STA. MESA 1.2 meters Category III 6 PANDACAN 1.2 meters Category II 7 BUENDIA 1.2 meters Category V 8 PASAY ROAD 1.2 meters Category V 9 EDSA 1.2 meters Category IV 10 FTI 1.2 meters Category II 11 BICUTAN 1.2 meters Category V

12 SUCAT 1.2 meters Category V Note: For Male and Female (actual floor tile elevation less 50 mm) For PWD (actual floor tile elevation +/- 6 mm)

Category I - This station is located at PNR Executive Building which has an existing comfort room (area = 45.69sq.m) compliant with the required DOTC minimum floor area for PNR. Thus, the works will consist of utilizing the existing toilet floor area to conform to the standard materials, fixtures and fittings, basic toilet provisions and special needs prescribed by DOTC. No demolition of existing CR. I.1 Site Preparation – This item covers the supply of labor and tools in preparation of the actual site condition prior to the start of the demolition works of the existing comfort room to be rehabilitated/renovated (please refer to plans).

I.2 Demolition Works – This item covers the supply of labor, and equipment/tools in the demolition/removal of existing tiles, toilet fixtures and ceilings to be replaced with new ones (please refer to plans). This also includes turn-over of reusable materials to PNR, clearing and disposal of debris as per the engineer’s instruction.

I.3 Architectural Works – This item covers the supply of labor, tools/equipment and other materials needed in the preparation of wall and floor tile surfaces removed and for the installation of new DOTC/PNR supplied (floor and wall) tiles delivered here at Tutuban, Manila PNR Executive Building. In addition the contractor shall supply and install all face mirrors (please refer to plans).

I.4 Ceiling Works – This item covers the supply of materials, labor and equipment/tools for the installation of new ceiling (please refer to plans).

I.5 Electrical Works – This item covers the supply of materials, labor and equipment/tools for the installation works of new lightings, outlets, switches, electrical wirings and others for its completion (please refer to plans).

I.6 Painting Works – This item covers the supply of materials, labor and equipment/tools for the preparation of surfaces to be painted such as doors, concretes and woods (please refer to plans).

I.7 Plumbing Works – This item covers the supply of labor and equipment/tools for the installation of new DOTC/PNR supplied water closet, urinal, lavatory, toilet and paper dispenser, hand drier, bag coat hangers, automatic air fresheners, diaper changing table, grab bar, floor drain, exhaust fan and its accessories delivered at Tutuban, Manila PNR Executive Building for its completion (refer to plans).

Category II – Blumentritt, España, Pandacan and FTI Stations – These stations have an existing comfort rooms not compliant with the required DOTC standard for PNR. Thus, the works will

consist of but not limited to demolition of existing comfort rooms and/or affected areas and to fit in spaces the proposed new typical PNR toilet which shall conform to the standard materials, fixtures and fittings, basic toilet provisions and special needs prescribed by DOTC.

II.1 Site Preparation –

This item covers the supply of labor and tools in preparation of the actual site condition prior to the start of the demolition works of the existing comfort room to be rehabilitated/renovated such as survey works, staking and laying out (please refer to plans).

II.2 Demolition Works – This item covers the supply of labor, and equipment/tools in the demolition/removal of but not limited to affected walls, columns, ceilings, roofings and tiles, and toilet fixtures to be replaced with new ones (please refer to plans). This also includes turn- over of reusable materials to PNR, clearing and disposal of debris as per the engineer’s instruction.

II.3 Earthworks – This item covers the supply of materials, labor and equipment/tools for the excavation of column and wall footing below the natural grade line, backfilling and compacting of the sub-based materials to meet the required elevated floor elevation from the PNR’s top of rails (please refer to plans.

II.4 Concreting Works – This item covers the supply of materials, labor and equipment/tools for the preparation of the works such as cutting of reinforcing steel bars, formworks, and for the works on concrete pouring for columns, wall and column footings and for beams /girders (please refer to plans).

II.5 Masonry – This item covers the works for the supply of materials, labor and equipment/tools for the installation/laying of CHB walls (plastered finished with reinforcing steel bars (please refer to plans).

II.6 Thermal and Moisture Protection – This item covers the supply of materials, labor and equipment/tools for the installation of new roofings affected by the demolition works and lean to aligned to existing station building station roofings (please refer to plans).

II.7 Ceiling Works – This item covers the supply materials, labor and equipment/tools for the installation of new ceiling (please refer to plans).

II.8 Architectural Works – This item covers the supply of labor, tools/equipment and other materials needed in the preparation of (wall and floor) surfaces for the installation of new floor and wall tiles delivered at Tutuban, Manila PNR Executive Building, to be hauled thereat by the contractor of Civil Works.This item also include the supply of cement, tile

adhesive and other materials needed for the preparation of surfaces and areas where granite countertop, splash boards, sidings and ledges are to be installed. Likewise, the contractor shall supply and install all face mirrors (please refer to plans).

II.9 Plumbing Works – This item covers the supply of labor and equipment/tools for the installation of new supplied toilet fixtures namely: water closet, urinal, lavatory, toilet and paper dispenser, hand drier, bag coat hangers, automatic air fresheners, Diaper Changing table, PWD Stainless grab bar, floor drain, exhaust fan and its accessories delivered at Tutuban, Manila PNR Executive Building to be hauled thereat by the contractor for its completion (refer to plans).

II.10 Electrical Works – This item covers the supply of materials, labor and equipment/tools for the installation works of new lightings, outlets, switches, electrical wirings and others for its completion (please refer to plans).

II.11 Painting Works – This item covers the supply of materials, labor and equipment/tools for the preparation of surfaces to be painted such as doors, concretes and woods (please refer to plans).

II.12 Construction of Septic Tank This item covers all the materials, labor and equipment/tools for the construction of Septic Vault as shown in the plans. This item also includes condemning of existing septic tank, earthworks and concreting. Actual location of this septic tank shall be as designated by the Engineer (please refer to plans)

II.13 Construction of Pump House This item covers all the materials, labor and equipment/tools for the completion of this lot item described above such as but not limited to site preparation, earthworks, concreting, masonry, roofings, plumbing (installation of DOTC supplied water tank and pressure gauge delivered at Tutuban, Manila PNR Executive Building - to be hauled thereat by the contractor), electrical and painting works. Actual location of this pump house will be as designated by the Engineer (please refer to plans).

Category III – Sta. Mesa – This station will be provided with new comfort rooms inside existing station building compliant with the required minimum floor area for PNR. Thus, the works will consist of but not limited to demolition of affected areas/walls and to fit in spaces the proposed new typical PNR toilet which shall conform to the standard materials, fixtures and fittings, basic toilet provisions and special needs prescribed by DOTC.

III.1 Site Preparation – This item covers the supply of labor and tools in preparation of the actual site condition prior to the start of the demolition works of the existing comfort room to be rehabilitated/renovated such as survey works, staking and laying out (please refer to plans).

III.2 Demolition Works –

This item covers the supply of labor, and equipment/tools in the demolition/removal of but not limited to affected walls, columns, ceilings, roofings and tiles, and toilet fixtures to be replaced with new ones (please refer to plans). This also includes turn- over of reusable materials to PNR, clearing and disposal of debris as per the engineer’s instruction.

III.3 Earthworks – This item covers the supply of materials, labor and equipment/tools for the excavation of column and wall footing below the natural grade line, backfilling and compacting of the sub-based materials to meet the required elevated floor elevation from the PNR’s top of rails (please refer to plans).

III.4 Concreting Works – This item covers the supply of materials, labor and equipment/tools for the preparation of the works such as cutting of reinforcing steel bars, formworks, and for the works on concrete pouring for columns, wall and column footings and for beams /girders (please refer to plans).

III.5 Masonry – This item covers the works for the supply of materials, labor and equipment/tools for the installation/laying of CHB walls (plastered finished with reinforcing steel bars (please refer to plans).

III.6 Ceiling Works – This item covers the supply materials, labor and equipment/tools for the installation of new ceiling (please refer to plans).

III.7 Architectural Works – This item covers the supply of labor, tools/equipment and other materials needed in the preparation of (wall and floor) surfaces for the installation of new floor and wall tiles delivered at Tutuban, Manila PNR Executive Building, to be hauled thereat by the contractor of Civil Works.This item also include the supply of cement, tile adhesive and other materials needed for the preparation of surfaces and areas where granite countertop, splash boards, sidings and ledges are to be installed. Likewise, the contractor shall supply and install all face mirrors (please refer to plans).

III.8 Plumbing Works – This item covers the supply of labor and equipment/tools for the installation of new DOTC/PNR supplied water closet, urinal, lavatory, toilet and paper dispenser, hand drier, bag coat hangers, automatic air fresheners diaper changing table, grab bar, floor drain, exhaust fan and its accessories delivered at Tutuban, Manila PNR Executive Building to be hauled thereat by the contractor for its completion (refer to plans).

III.9 Electrical Works – This item covers the supply of materials, labor and equipment/tools for the installation works of new lightings, outlets, switches, electrical wirings and others for its completion (please refer to plans).

III.10 Painting Works –

This item covers the supply of materials, labor and equipment/tools for the preparation of surfaces to be painted such as doors, concretes and woods (please refer to plans).

III.11 Construction of Septic Tank This item covers all the materials, labor and equipment/tools for the construction of Septic Vault as shown in the plans. This item also includes condemning of existing septic tank, earthworks and concreting. Actual location of this septic tank shall be as designated by the Engineer (please refer to plans)

III.12 Construction of Pump House This item covers all the materials, labor and equipment/tools for the completion of this lot item described above such as but not limited to site preparation, earthworks, concreting, masonry, roofings, plumbing (installation of DOTC supplied water tank and pressure gauge delivered at Tutuban, Manila PNR Executive Building - to be hauled thereat by the contractor), electrical and painting works. Actual location of this pump house will be as designated by the Engineer (please refer to plans).

Category IV – EDSA – This station has an existing/unconstraint comfort rooms not compliant with the required DOTC standard. Thus, the works will consist of but not limited to demolition of affected areas and construction of the proposed new typical PNR toilet which shall conform to the standard materials, fixtures and fittings, basic t oilet provisions and special needs prescribed by DOTC.

IV.1 Site Preparation – This item covers the supply of labor and tools in preparation of the actual site condition prior to the start of the demolition works of the existing comfort room to be rehabilitated/renovated such as survey works, staking and laying out (please refer to plans).

IV.2 Demolition Works – This item covers the supply of labor, and equipment/tools in the demolition/removal of but not limited to affected walls, columns, ceilings, roofings and tiles, and toilet fixtures to be replaced with new ones (please refer to plans). This also includes turn- over of reusable materials to PNR, clearing and disposal of debris as per the engineer’s instruction.

IV.3 Earthworks – This item covers the supply of materials, labor and equipment/tools for the excavation of column and wall footing below the natural grade line, backfilling and compacting of the sub-based materials to meet the required elevated floor elevation from the PNR’s top of rails (please refer to plans).

IV.4 Concreting Works – This item covers the supply of materials, labor and equipment/tools for the preparation of the works such as cutting of reinforcing steel bars, formworks, and for the works on concrete pouring for columns, wall and column footings and for beams /girders (please refer to plans).

IV.5 Masonry –

This item covers the works for the supply of materials, labor and equipment/tools for the installation/laying of CHB walls (plastered finished with reinforcing steel bars (please refer to plans).

IV.6 Thermal and Moisture Protection – This item covers the supply of materials, labor and equipment/tools for the installation of new roofings affected by the demolition works and lean to aligned to existing station building station roofings (please refer to plans).

IV.7 Ceiling Works – This item covers the supply materials, labor and equipment/tools for the installation of new ceiling (please refer to plans).

IV.8 Architectural Works – This item covers the supply of labor, tools/equipment and other materials needed in the preparation of (wall and floor) surfaces for the installation of new floor and wall tiles delivered at Tutuban, Manila PNR Executive Building, to be hauled thereat by the contractor of Civil Works.This item also include the supply of cement, tile adhesive and other materials needed for the preparation of surfaces and areas where granite countertop, splash boards, sidings and ledges are to be installed. Likewise, the contractor shall supply and install all face mirrors (please refer to plans).

IV.9 Plumbing Works – This item covers the supply of labor and equipment/tools for the installation of new DOTC/PNR supplied water closet, urinal, lavatory, toilet and paper dispenser, hand drier, bag coat hangers, automatic air fresheners diaper changing table, grab bar, floor drain, exhaust fan and its accessories delivered at Tutuban, Manila PNR Executive Building to be hauled thereat by the contractor for its completion (refer to plans).

IV.10 Electrical Works – This item covers the supply of materials, labor and equipment/tools for the installation works of new lightings, outlets, switches, electrical wirings and others for its completion (please refer to plans).

IV.11 Painting Works – This item covers the supply of materials, labor and equipment/tools for the preparation of surfaces to be painted such as doors, concretes and woods (please refer to plans).

IV.12 Construction of Septic Tank This item covers all the materials, labor and equipment/tools for the completion of this lot item such as but not limited to site preparation, earthworks and concreting. Actual location of this septic tank will be as designated by the Engineer (please refer to plans). IV.13 Construction of Pump House This item covers all the materials, labor and equipment/tools for the completion of this lot item described above such as but not limited to site preparation, earthworks,

concreting, masonry, roofings, plumbing (installation of DOTC supplied water tank and pressure gauge delivered at Tutuban, Manila PNR Executive Building - to be hauled thereat by the contractor), electrical and painting works. Actual location of this pump house will be as designated by the Engineer (please refer to plans).

Category V – Laon Laan, Buendia, Pasay Road, Bicutan, Sucat – These stations will be provided with an independent/separate comfort rooms either near/besides existing PNR structures. Thus, the works will consist of constructing the proposed new typical PNR toilet which shall conform to the standard materials, fixtures and fittings, basic toilet provisions and special needs prescribed by DOTC.

V.1 Site Preparation – This item covers the supply of labor and tools in preparation of the actual site condition prior to the start of the demolition works of the existing comfort room to be rehabilitated/renovated such as survey works, staking and laying out (please refer to plans)

V.2 Earthworks – This item covers the supply of materials, labor and equipment/tools for the excavation of column and wall footing below the natural grade line, backfilling and compacting of the sub-based materials to meet the required elevated floor elevation from the PNR’s top of rails (please refer to plans).

V.3 Concreting Works – This item covers the supply of materials, labor and equipment/tools for the preparation of the works such as cutting of reinforcing steel bars, formworks, and for the works on concrete pouring for columns, wall and column footings and for beams /girders (please refer to plans).

V.4 Masonry – This item covers the works for the supply of materials, labor and equipment/tools for the installation/laying of CHB walls (plastered finished with reinforcing steel bars (please refer to plans).

V.5 Thermal and Moisture Protection – This item covers the supply of materials, labor and equipment/tools for the installation of new roofings lean to aligned to existing station building station roofings as per the engineers instruction (please refer to plans).

V.6 Ceiling Works – This item covers the supply materials, labor and equipment/tools for the installation of new ceiling (please refer to plans).

V.7 Architectural Works – This item covers the supply of labor, tools/equipment and other materials needed in the preparation of wall and floor tile surfaces and for the installation of new DOTC/PNR supplied (floor and wall) tiles delivered at Tutuban, Manila PNR Executive Building, to be hauled thereat by the contractor. In addition the contractor shall supply and install all face mirrors (please refer to plans).

V.8 Plumbing Works – This item covers the supply of labor and equipment/tools for the installation of new DOTC/PNR supplied water closet, urinal, lavatory, toilet and paper dispenser, hand drier, bag coat hangers, automatic air fresheners diaper changing table, grab bar, floor drain, exhaust fan and its accessories delivered at Tutuban, Manila PNR Executive Building to be hauled thereat by the contractor for its completion (refer to plans).. V.9 Electrical Works – This item covers the supply of materials, labor and equipment/tools for the installation works of new lightings, outlets, switches, electrical wirings and others for its completion (please refer to plans).

V.10 Painting Works – This item covers the supply of materials, labor and equipment/tools for the preparation of surfaces to be painted such as doors, concretes and woods (please refer to plans).

V.11 Construction of Septic Tank This item covers all the materials, labor and equipment/tools for the completion of this lot item such as but not limited to site preparation, earthworks and concreting. Actual location of this septic tank will be as designated by the Engineer (please refer to plans).

V.12 Construction of Pump House This item covers all the materials, labor and equipment/tools for the completion of this lot item described above such as but not limited to site preparation, earthworks, concreting, masonry, roofings, plumbing (installation of DOTC supplied water tank and pressure gauge delivered at Tutuban, Manila PNR Executive Building - to be hauled thereat by the contractor), electrical and painting works. Actual location of this pump house will be as designated by the Engineer (please refer to plans).

GENERAL REQUIREMENTS

1.1 OBLIGATIONS OF THE CONTRACTOR

The Contractor shall be responsible in undertaking all the tests required by the Engineer and conduct the testing of materials from a legitimate testing laboratory in compliance with the requirements of the Contract.

The Contractor shall prepare all requisite working and shop drawings and submit to the Engineer for approval.

The Contractor shall, without extra payment, re-establish railway facilities, etc., where these have been broken up by him during the execution of the Contract. Power supply cables, telephone cables, water supply pipes, drain pipes, etc., affected during the works shall be kept in working condition.

The Contractor shall not disrupt nor interfere with the continuous daily train operation plying the route where the Contractor proposes his construction operation until the Contractor’s proposals have been approved by the Engineer. It shall be the Contractor’s responsibility to coordinate and obtain from PNR the daily train operation schedule prior to commencing the works. The Contractor shall also coordinate with PNR about the unscheduled train movements or change in train schedule during the works.

No work that will in any way adversely affect train operation shall be started until adequate provision, satisfactory to the Engineer, has been made to allow trains to operate safely and punctually.

No train operation shall be hampered by the Contractor except by written permission from the Engineer.

When the train route under repair/construction is being used by the traveling public, special attention shall be paid to such conditions that the train can travel in comfort and safety without undue delay.

Materials stored along the railway tracks shall be so placed and the work at all time shall be conducted as to cause as little obstruction to the train operation as possible.

The Contractor shall bear all expenses that will be incurred for the purpose particularly over the section of undergoing improvement/construction and maintaining such structures and other features as may be necessary without direct compensation except otherwise provided and accepted by the Engineer.

The Contractor shall appoint, subject to approval of the Engineer, a responsible member of his staff to inspect daily all traffic aids and to maintain the proper effectiveness of these traffic aids at all times.

1.2 SCOPE OF SPECIFICATIONS The Specifications define the general requirements for the quality and control of materials and workmanship for the satisfactory completion of the work herein described in the following Sections. 1.3 COORDINATION OF SPECIFICATIONS WITH OTHER CONTRACT DOCUMENTS These Specifications shall be read in conjunction with the other contract documents. In case of ambiguities or discrepancies, the Specifications shall have precedence over the Drawings.

1.4 SITE INVESTIGATION INFORMATION

The Contractor shall be deemed to have acquired and considered the information critical during the preparation of his bid and have carried out such further tests as he may consider necessary. No claims for additional payment will be considered from the Contractor on the grounds that the information acquired from the Engineer is incorrect or misleading.

1.5 REFERENCE IN SPECIFICATION

Reference to standard specifications such as AREA, ASTM or AASHTO shall in every case be deemed to include the latest edition or issue of such specifications. Such specifications are referred to by abbreviations, for example AASHTO T 193 means the Standard Specifications for concrete aggregates.

References to parts, items, clauses or paragraphs which appear in the following text, but which have no title, shall be parts, items, clauses or paragraphs in the Specifications.

1.6 TESTING

The testing methods and procedures shall be in accordance with ASTM unless otherwise specified in the particular Section of this Specification or as shown on the Drawings and as may be directed by the Engineer in writing. When samples of materials are to be taken for testing, the methods to be utilized are fully described in the ASTM and shall be followed unless described in this Specification or referred to in this Specification to other standards or as directed in writing by the Engineer.

Any material which do not conform with the requirements of these Specifications will be rejected whether in place or not. Such material shall be removed immediately from the Site at the Contractor’s expense.

1.7 STANDARDS

In the specifications, references are made to the standards issued by the following organizations and referred to by abbreviations shown.

AREA - American Railway Engineering Association AASHTO - American Association of State Highways and Transportation Officials

ANSI - American National Standards Institute ASTM - American Society for Testing and Materials AWS - American Welding Society AISC - American Institute of Steel Construction AISI - American Iron and Steel Institute ACI - American Concrete Institute JIS - Japanese Industrial Standard PS - Philippine Standard SSPC - Steel Structure Painting Council

Where one of the above standards is referred to the corresponding other standards listed above it shall be considered to be equally applicable, provided that performance and functions of materials, or workmanship or methods of tests, etc., are equal to or better than those specified in the referred standards and provided that the quantity of the works will not be increased on account of the compliance to with the new standard.

The Contractor shall submit proof that, when a standard other than that specified is proposed, it is in fact equal to or better than the specified standard. Such reference shall in every case be considered to be made to the latest edition of the said references.

1.8 UNITS OF MEASUREMENT

Throughout the Contract, whenever practicable, the International System of Units (SI) has been used. Where not practicable, other customary units have been used like for instance the units board foot/feet (bf).

Measurement and payment shall be as specified only in the Bill of Quantities.

1.9 ABBREVIATIONS

In these Technical Specifications, the following abbreviations are used:

(a) millimeter(s) mm(s)

(b) centimeter(s) cm(s)

(c) meter(s) m(s)

(d) Newton(s) N(s)

(e) metric ton(s) t(s)

(f) maximum max.

(g) minimum min.

(h) typical typ.

(i) Drawing(s) DWG(s)

(j) elevation(s) EL(s)

(k) diameter dia

(l) division Div

(m) approximate(ly) approx.

(n) Quantity Qty.

(o) Length(s) Lg(s)

(p) Pascal Pa

(q) Mega Pascal MPa

(r) Linear Meter LM

(s) Square Meter M2 or M2 or sq. m.

t) Cubic Meter M3 or M3 or cu. M.

1.10 DRAWINGS

A list of drawings which accompany these specifications is given in Section VI - Drawings.

TEMPORARY WORKS

This Section sets forth supplementary and additional provisions relating to preparatory works, facilities and safeguards required for execution of works for this Contract.

2.1 GENERAL PROVISIONS

The Contractor shall be responsible for temporary works, facilities and safeguards specified or required under the Contract.

The Contractor shall select, arrange for, and if necessary pay for the use of sites for detours, for all central mixing plants for concrete and for the storage of equipment, for office buildings, housing, or other uses necessary to the prosecution of the work:

Before any land belonging to the Employer or to a private landowner is used for any purpose in connection with the prosecution of the Work, the Engineer’s approval shall be obtained.

If any utility for water, electricity, drainage, etc., passing through the site will be affected by the Works, the contractor shall provide a satisfactory alternative utility in full working order to the satisfaction of the owner of the utility and the Engineer, before the cutting of the existing utility.

Temporary Works shall be adequate for intended uses and for all loads imposed without excessive settlement, deflection or deformation. All parts and members shall be properly supported, wedged, braced and secured to prevent displacement or failure.

Temporary and permanent utilities used for construction shall be adequate for intended uses and not to be overloaded or otherwise used or arranged in any manner which will endanger persons, properties and premises of the Works. Connections shall be properly made, lines and wirings securely anchored in place, and protected against accidents.

Upon completion of the Works, unless otherwise required or directed, all preparatory structures, installations and utility services shall be disconnected and removed from the Site.

2.2 TEMPORARY UTILITIES AND SERVICES

Water: The Contractor shall provide and maintain the necessary pumps, valves, motors, storage tanks or reservoir and distribution lines to adequately supply water for the Project.

a) Drinking Water: Provide and maintain canister, coolers or connected drinking fountains, of sufficient number to reasonable serve the Project.

b) Construction Water: Provide and maintain temporary water service and distribution of adequate capacity for construction purposes. Include portable units, lines extensions, hoses, valves, etc., as necessary.

c) Electricity: The Contractor shall provide and maintain supply of electricity, including a stand-by generator of adequate capacity, to reasonably serve the Project.

(1) Provide and maintain temporary electric service and distribution of adequate capacity for power, lighting, and other construction needs including wiring, transformers, safety devices, connections, etc., as necessary.

(2) Provide temporary lighting as necessary to properly and safely perform work at enclosed spaces or under hazardous conditions. Likewise, provide lights for night protection as necessary.

(3) Temporary electrical system shall comply with the Philippine Electrical Code. The Employer will assist the contractor to secure the necessary power source and permit prior to the temporary installation of electric service to site. However, the cost of installation, permits and other related works for this purpose shall be borne by the Contractor.

d) The Contractor shall undertake or arrange for the regular daily clean-up and removal of trash, waste, construction debris, etc., from the Site and Temporary Work Yard to disposal areas designated by the Engineer or in accordance with local Codes and Regulations.

2.3 FIRST-AID AND FIRE PROTECTION

Emergency Calls: Determine locations of nearest available police, hospital or medical services and maintain their list at the Contractor’s Site Office. The copied list shall be furnished to the Engineer.

Fire Protection

a) Establish appropriate emergency routes and procedures and submit plan to the Engineer.

b) Maintain fire extinguishers and other facilities necessary for reasonable fire protection deterrent action at the Site and Temporary Work Yard.

Minor Injuries: Provide and maintain at the Contractor’s Site Office reasonable bandage and sterilant materials for first-aid treatment of minor injuries.

2.4 CONSTRUCTION SAFEGUARDS

Trenches intersecting thoroughfares shall be provided with bridges or other crossing with railings, as necessary, suitable for safely carrying the type of traffic involved.

Open shafts, ramps, platforms and other such conditions shall be protected by sturdy barricades or railings.

Scaffolds, ladders ramps, hoists, and other facilities shall be provided, maintained and operated as necessary.

Storage and shop areas shall be provided, arranged and maintained at approved locations as necessary to properly store, handle and fabricate the various materials and equipment required.

2.5 ACCESS

The Contractor shall provide and maintain adequate access to the Project Site and all areas related to the Works.

(1) The Contractor shall provide, maintain, and remove on completion of the works for which they are required adequate access to the Project Site including sleepers, tracks, and stagings over roads, access and service roads, temporary crossings or bridges over streams or unstable ground, and he shall make them suitable in every respect for carrying all Constructional Plant required for the Work, for providing access and traffic for himself or others, or for any other purpose. Such temporary road works shall be constructed to the satisfaction of the Engineer, but the Contractor shall nevertheless be responsible for any damage done to or used by such temporary road works.

(2) Before constructing temporary road works, the Contractor shall make all necessary arrangements, including payment if required, with the public authorities or landowners concerned, for the use of the land, and he shall obtain the approval of the Engineer. Such approval will not, however, relieve the contractor of his responsibility. Upon completion of the Works, the contractor shall clean up and restore the land to the satisfaction of the Engineer or the landowner concerned. If existing roads will be used for access to the Site, the Contractor shall maintain such road for the duration of its use.

(3) The Contractor shall make all arrangements necessary to permit the passage along the railway section relating to this Contract of the Constructional Plants, materials and employees belonging to other Contractors engaged in the construction of contiguous stretches of railway (if any). For this purpose the Contractor and the Contractors concerned in the construction of the stretches contiguous to those through which they pass shall, when necessary and with at least 15 days notice, request the Engineer for permission to pass and submit a schedule for passage. After the Engineer has granted such permission and approved the schedule submitted, both the Contractors permitting the passage and those requesting it shall undertake to observe the schedule approved by the Engineer for the passage along the site without any right to extra payment in consequence of the restrictions on passage or the necessary temporary suspension of works due to the aforesaid schedule.

2.6 TEMPORARY TRAFFIC RAMPS

In cases where it is necessary or required by the Engineer, the Contractor shall construct and maintain temporary traffic ramps, and furnish all the labor and materials required thereof.

2.7 TEMPORARY TRAFFIC CONTROL

a) In order to facilitate traffic through or around the Works, or whenever ordered by the Engineer, the Contractor shall erect and maintain at prescribed points on the work and at the approaches to the work, traffic signs, lights, flares, barricades and other facilities as required by the Engineer for the direction and control of traffic.

b) Where required, or where directed by the Engineer, the Contractor shall furnish and station competent flagmen whose sole duties shall consist in directing the movement of traffic through or around the work.

c) In addition to the requirements of (1) and (2) above, the Contractor shall furnish and erect, within or in the vicinity of the project area, such warning and guide signs as may be ordered by the Engineer.

2.8 PROTECTION OF DRAINAGE STRUCTURES, ACCESS ROAD, ETC.

1) In the movement of the Contractor’s equipment and/or material from one portion of the work to another on the existing road or bridges, spillage resulting from haulage operation shall be removed immediately at the Contractor’s expense.

2) The Contractor shall assume all cost of constructing any and all temporary bridges and accessory features, and the removal of the same after the completion of the project.

3) The Contractor shall carry out all temporary control measures as shown on the plans or ordered by the Engineer during the life of this contract to control soil erosion and water pollution to protect the existing structures as well as new structures to be provided under this contract, through use of beams, dikes, dams, sediment basins, fiber mats, netting, gravel, mulches, grasses, slope drains, and other erosion control devices or methods. The temporary erosion control provisions shall be coordinated with the permanent erosion control features specified elsewhere in the contract to the extent practical to assure economical, effective and continuous erosion control throughout the construction and post construction period. At the pre-construction conference or prior to the start of the applicable construction, the Contractor shall submit for acceptance his schedules for accomplishment of temporary and permanent erosion control work, as are applicable for bridges and other structures at watercourses, lakes, ponds or other areas of water impoundment.

2.9. EXTRAORDINARY TRAFFIC

The Contractor is responsible for carrying out any necessary investigations and the obtaining of approvals, licenses, escorts and any other necessary facilities in order to enable extraordinary traffic to be moved on the roads in the project area. Any expenses arising out of this requirement shall be deemed to have been included in other item of works.

2.10 MAINTENANCE AND PROTECTION OF TRAFFIC

The Contractor shall keep the existing road open to traffic during the performance of the works, provided that when approved by the Engineer the Contractor may bypass traffic over a detour.

The contractor shall take necessary care at all times during the execution of the works to ensure the existing convenience and safety of residents along and adjacent to the road, and any public highway that may be affected by the Works. Any failure of the Contractor to meet this requirement will entitle the Engineer to carry out such work as he deems to be necessary and to charge the Contractor with the full cost thereof plus ten percent of such cost, which sum will be deducted from any money due or which may become due to the Contractor under the Contract. The Engineer shall indicate the number and type of road crossings involve in this Project.

2.11 PARKING

The parking space if any for use of vehicles for the project shall be maintained by the Contractor.

2.12 PROTECTION

The Contractor shall provide barricades as necessary for public protection.

2.13 COMMUNICATION FACILITIES

The Contractor shall provide telephone between jobsite and Engineer’s/Contractor’s Office.

2.14 MEASUREMENT AND PAYMENT

TEMPORARY WORKS

The requirements under Temporary Works are incidental to other items of work and will not be measured for payment. .

3 GENERAL REQUIREMENTS

3.1 TEST AND INSPECTIONS

This Section sets forth general provisions regarding tests and inspections required under this Contract.

3.2 FIELD LABORATORY

The Contractor shall provide all the necessary testing of materials from legitimate testing laboratory as approved by the Engineer and where laboratory tests specified under various sections of the Specifications shall be carried out, all at the Contractor’s expense.

3.3 TESTS

The Contractor shall carry out all tests required under the various Sections of the Specifications in the presence and under the supervision of the Engineer.

All tests shall generally be carried out in accordance with the requirements and procedures of the referred standards for the Engineer’s approval.

The tests shall be considered as particularized if the purpose or normal title such tests are specified.

1) For the estimation purpose, the requirements of ASTM, AASHTO, JIS or similar standards shall be taken into account.

2) Where the tests are specified to be carried out in a manner directed by the Engineer, the requirements of the above mentioned standards for similar tests shall be taken into account for estimation purpose and the tests shall be considered also as specified.

Unless otherwise expressly stated, all tests and the works in connection therewith shall be considered as incidental to the Permanent Works which require such tests and all costs thereof shall be deemed to be included in and covered by Pay Items as shown in the Bill of Quantities.

3.4 TEST AT THE SITE

Notwithstanding any previous inspections and tests, all materials delivered to the Site shall be subject to examinations and tests, if so directed by the Engineer. Should such test be desired by Engineer, Contractor will be advised in sufficient time to permit such testing.

1) All such examinations and tests shall be carried out by the Contractor at his cost in the presence of the Engineer in accordance with the normal practice in respect of such examinations and tests if the same may be carried out by the Contractor with his staff and equipment available at the Site. 2) Otherwise, the tests shall be made at a laboratory by the Engineer at the cost to the Contractor.

The Engineer shall be at liberty to reject any materials which do not comply with the requirements of the Contract notwithstanding any previous approval thereof.

The Contractor shall not be entitled to any extra payments or extension of time for completion of the Works on account of the rejection of materials due to their non- compliance with the requirements of the Contract or of the waiting time reasonably required for carrying out the examinations and tests.

The Contractor shall furnish test samples as instructed and shall provide reasonable assistance and cooperation as necessary to permit tests to be performed on materials or work in place including reasonable stoppage of Work during testing.

3.5 MEASUREMENT OF PAYMENT

Unless otherwise expressly stated, all tests and the works in connection therewith shall be considered as incidental to the Permanent Works which required such tests and all costs thereof shall be deemed to be included in and covered by the Pay Items as shown in the Bill of Quantities

4 GENERAL REQUIREMENTS

SUBMITTALS

This Section sets forth general provisions regarding submittals required of the Contractor.

The Contractor shall submit to the Engineer all construction schedules, monthly progress reports, final construction report, statement of completion, final statement, survey data, shop drawings, as-built drawings, product data, samples, and construction photographs as specified.

Until submittal is reviewed by the Engineer, approved and released for distribution, work involving relevant product data may not proceed.

Engineer’s review will be signified by comments as required identifying items for resubmission and by stamp of Engineer when work is released for distribution.

4.1 CONSTRUCTION SCHEDULES, SURVEY DATA AND SHOP DRAWINGS

Schedules, data, field drawings and shop drawings shall be originally prepared by Contractor, Sub-Contractor, Supplier or Distributor which shall illustrate appropriate portions of work. The work items shall be described in relation to responsibility, fabrication, layout, setting or erection details as specified in appropriate Sections.

Submittal drawings to be reproducible transparency with one opaque print.

Maximum sheet size is 610mm x 1070mm (23.5 in. x 33 in.)

4.2 PRODUCT DATA

Certain Sections of the Specifications state that manufacturer’s standard schematic drawings, catalogue sheets, diagrams, schedules, performance charts, illustrations and other standard descriptive data will be accepted in lieu of shop drawings.

From the above and when necessary:

1) Delete information which is not applicable to the project;

2) Supplement standard information to provide additional information applicable to the project;

3) Show dimensions and clearances required; and

4) Show performance characteristics and capacities.

4.3 SAMPLES

Submit samples in sizes and quantities specified.

Where color is a criterion, submit full range of colors.

Construct field samples or mock-ups at locations acceptable to Engineer.

Construct each sample or mock-up complete, including work of all trades required to finish work.

Reviewed and approved samples or mock-ups will become standards of workmanship and material against which, installed work will be checked on the Project.

4.4 CONTRACTOR’S RESPONSIBILITIES

Review shop drawings product data and samples prior to submission.

Verify:

1) Field Measurements 2) Field Construction Criteria 3) Catalogue Numbers and Similar Data

Coordinate each submittal with the Project requirements and Contract Documents.

Contractor’s responsibility for errors and omissions on submittals is not relieved by Engineer’s review of submittals.

Contractor’s responsibility for deviations on submittals from requirements of Contract Documents is not relieved by Engineer’s review of submittals, unless Engineer gives written acceptance of specified deviations.

Notify Engineer, in writing at time of submission, of deviation on submittals from requirements of Contract Documents.

After Engineer’s review, distribute copies.

The Contractor shall schedule submissions at least 5 working days before dates reviewed submittals will be needed.

The Contractor shall submit one (1) reproducible transparency and one opaque print of schedules, survey data and shop drawings, and number of copies of project data which Contractor requires for distribution plus four (4) copies which will be retained by Engineer.

The Contractor’s submittals shall be accompanied with transmittal letter, in duplicate copies, containing:

1) Date 2) Project title and number 3) Contractor’s name and address

4) Number of each shop drawing, product data and sample 5) Other pertinent data

Submittals shall include:

1) Data and revision dates 2) Project title and number 3) Name of - Contractor - Sub-Contractor - Supplier - Manufacturer - Separate retailer when pertinent 4) Identification of product or material 5) Relation to adjacent structure or material 6) Field dimensions, clearly identified as such 7) Specifications Section Number 8) Applicable standards, such as ASTM, JIS numbers 9) Contractor’s stamp, initialed or signed, certifying review of submittal, verification of field measurements and compliance with Contract Documents

4.5 DISTRIBUTION OF SUBMITTALS AFTER REVIEW

Distribute copies of shop drawings and product data which carry Engineer’s stamp, to:

1) Job-site file 2) Record documents file 3) Sub-Contractors 4) Suppliers 5) Fabricators

As appropriate in each case.

4.6 CONSTRUCTION PHOTOGRAPHS

Provide record progress photographs taken at a fixed point and angle as when and where directed by the Engineer as intervals of not more than twenty eight (28) calendar days.

The photographs shall be sufficient in number and location to record the exact progress of works. Provide one (1) proof print of each photograph taken and the negative and five (5) colored copies, 245 x 203 mm of any of the photographs selected by the Engineer. Two (2) copies are to be signed by the Contractor and the Engineer. Albums to accommodate the selected photographs shall be supplied by Contractor.

4.7 MONTHLY PROGRESS REPORT

The Contractor shall maintain a daily log describing the important events pertaining to the works, the working hours, the number of laborers employed, effective operation time of equipment, overtime hours, delays due to meteorological conditions, the lack of labor, materials or equipment, progress made and instructions, notifications and recommendations made by the Engineer.

The Contractor shall furnish to the Engineer ten (10) copies of the monthly progress reports within seven (7) days after the end of every month, indicating progress made, construction activities, inventories of material used and stored on jobsite numbers of labors, equipment available and hours utilized, number of working days, the summary of the daily log of the month and all important events in relation to the Works.

4.8 AS-BUILT DRAWINGS AND FINAL CONSTRUCTION REPORT

Within twenty eight (28) calendar days after the issuance of the Taking Over Certificate, the Contractor shall prepare and submit two (2) sets of As-Built Drawings and final construction report as draft. And within fourteen (14) days after the issuance of the last Taking Over Certificate, the Contractor shall submit five (5) sets of final construction report and final As- Built Drawings. As built Drawings of the works consist of one (1) set of original size copy, one (1) set of original size reproducible, two (2) sets of reduced size copy, one (1) set of reduced size reproducible and one (1) set of electronic file, which shall be subject to approval of the Engineer.

5 GENERAL REQUIREMENTS

5.1 QUALITY CONTROL REQUIREMENTS

This Section sets forth supplementary and additional provisions relating to quality control and additional provisions relating to quality control and workmanship required under this Contract.

5.2 CONTRACTOR’S SUBMISSION

All shop drawings, certificates of compliance manufacturer’s literature, material samples, mix design, guarantees, equipment data, and other information as called for under the various headings of these specifications shall be submitted by the Contractor as required. The adequacy and accuracy of submittals for compliance and so certify them in accordance with the quality control requirements. Except in cases where approval by the Engineer is required under the various headings of these specifications or on the Contract Drawings, certification by the Contractor that a submittal, complies with the contract requirements shall signify completion of the review process. However, the Engineer reserves the right to review and require correction of any submittal, but failure to do so shall not constitute a waiver of any requirement of the contract drawings or specifications.

a) Within twenty eight (28) calendar days after receipt of Notice to Proceed, the Contractor shall submit to the Engineer four (4) copies of submittals control document listing all submittal items. In preparing the document adequate time will be allowed for review by the Contractor’s quality control organization and a minimum of fourteen (14) calendar days for review approval, and possible re- submittal of items for which approval by the Engineer is required and items for which deviation from the requirements of the contract drawings or specifications is proposed by the Contractor. Scheduling of submittals on the control document shall be coordinated with the approved progress schedule. All required submittals must be made in time to allow for review, certification, approval if required, procurement, delivery and preparatory inspection of the item before it is needed in construction. It is the Contractor’s obligation to comply with the specification requirements for the items on the Schedule. The Contractor’s quality control representative shall review the listing at least every twenty eight (28) calendar days and take appropriate action to maintain a complete and current listing. Copies of updated or corrected listing shall be submitted to the Engineer at least every twenty eight (28) calendar days in four (4) copies. Payment will not be made for any material or equipment which does not comply with contract requirements. The Contractor shall submit a preliminary submittal control document covering submittals required within the first fifty six (56) calendar days after receipt of Notice to Proceed prior to making any submittals.

b) All submittals made under this Section entitled “Shop Drawings” in a foreign language shall be accompanied by an English translation.

c) The Contractor shall maintain a complete file of all submittals which he has certified and all submittals which have also been approved by the Engineer. Upon the completion of the work under this Contract, the Contract shall furnish one complete

set of prints of all shop drawings as finally certified in addition to those furnished in accordance with the Specification requirements for shop drawings. These drawings shall show changes and revisions made up to the time the Project is completed and accepted. d) Submittal control documents and all submittals to the Engineer shall be addressed to:

The Project Manager Project Implementation Office PNR Management Center, T. Bugallon St. City, Metro Manila e) The Contractor shall perform on the site, and with his own organization, work equivalent to at least fifty (50) percent of the total amount of work to be performed under the Contract. If during the progress of the work hereunder, the Contractor shall request a reduction in such percentage to the Employer through the Engineer, and the Engineer determines that it would be to the Employer’s advantage, the percentage of the work required to be performed by the Contractor may be reduced, provided, written approval of such reduction is obtained by the Contractor from the Engineer. If the above percentage is less than 100%, the successful bidder must furnish to the engineer within fifteen (15) days after award a description of the items of work which he will perform with his own forces, the estimated cost of those items, and the percentage of total work those items represent.

The Employer will furnish to the Contractor some rails available as listed on the drawings to be incorporated or installed in the work or used in its performance. Such property will be furnished at the place shown on the drawings, and the Contractor will be required to accept delivery when made, paying any demurrage or detention charges incurred, and loading and transporting the property to the job site at his own expense. All such property will be installed or incorporated into the work at the expense of the Contractor, unless otherwise indicated herein. The Contractor shall verify the quantity and condition of such Government furnished property when delivered to him, acknowledge receipt thereof in writing to the Engineer, and in case of damage to or shortage of such property, he shall within 24 hours report in writing such damage or shortage to the Engineer.

Contractor’s Quality Control

(a) The Contractor shall provide and maintain an effective quality control program.

(1) The Contractor shall establish a quality control system to review all submittals made to the Engineer in accordance with the above submission requirements, and to perform sufficient inspection and/or tests of all items of work, including that of his subcontractors, to ensure conformance to applicable specifications and drawings with respect to the materials, workmanship, construction, with emphasis on the surveillance tests and submittals required in the technical provisions of the contract specification including in plant inspection. The Contractor’s quality control system will be established to include all construction, except where the technical provisions of the contract provide for specific Government control by inspections, tests, or other means. The

Contractor’s quality control system will be keyed to the proposed construction deficiencies. The Employer reserves the right to direct the location of the required test. Any of the test that, when performed, do not indicate compliance with contract requirements will be reported but will not be considered as a test to satisfy the required number of tests.

(2) The Contractor has full responsibility for compliance with all provisions of the Contract. The burden of proof of Contract compliance is placed on the Contractor and not assumed by the Employer. The Contractor’s quality control without question and the right to inspect or verify at any time is reserved by the Engineer.

(3) The Engineer, reserves the right to inspect at the source supplies or services not manufactured or performed within the Contractor’s facility. Engineer’s inspection shall not constitute acceptance, or shall it in any way replace Contractor inspection or otherwise relieve the contractors, or suppliers plants is performed by the Engineer, such inspection shall not be used by Contractor as evidence of effective inspection by such subcontractors or suppliers.

(4) The quality control program may be implemented by the Contractor utilizing his job supervisory staff to insure compliance with the Contract Plans and Specifications. It will be supplemented as necessary with special technicians, part-time specialty quality control men, and testing facilities to provide capability for the reviews, inspection, controls and tests required. The Contractor’s quality control personnel shall be experienced and qualified in the specialty of work they are performing. They will report to the Engineer when required.

(5) The prime Contractor’s designated quality control representative, will be required to certify, with each submittal, that it has been reviewed in detail and that it is correct and in strict conformance with the contract drawings and specifications, except as may be otherwise explicitly stated.

(6) The Contractor’s inspection system shall for producers which will assure that the latest applicable contract drawings, specifications, certified submittals, approved submittals, and instructions required by the contract, as well as authorized changes thereto, are used for fabrication inspection and testing.

(7) The Contractor shall provide and maintain all measuring and testing devices, laboratory equipment, instruments, transportation, and supplies necessary to accomplish the required testing and inspection. All measuring and testing devices shall be calibrated at established intervals against certified standards which have known valid relationships to national standards. The Contractor’s measuring and testing equipment shall be made available for use by the Engineer for verification of their accuracy and condition as well as for any inspection or test desired.

(b) The Contractor’s quality control system at the job site shall follow a three-step procedure.

(1) First, to ensure that the plant, materials, equipment, and safety auxiliaries meet the submittals and contract requirements. The Contractor will perform preparatory inspections as soon as possible after delivery of plant, equipment, and material to the site and, in any event, prior to incorporation of material and equipment in the work. The Contractor will appropriately annotate his quality control reports for all preparatory inspections with a detailed list of items of plant, equipment, and material inspected or tested, findings relative to compliance with approvals, Contractors-certified submittals and contract requirements, and actions taken where non-compliance is discovered. In addition, during preparatory inspections, the Contractor will make an examination of the work area to insure that all preliminary work has been completed, check to assure that provisions have been completed to provide required control testing, and take necessary action to insure that all plant, equipment, and material is properly stored to prevent damage from the elements and construction operations and will so note on the quality control reports. Names of all personnel who participate in each preparatory inspection will be listed on the quality control report.

(2) Second, at the start of each new phase of construction to establish that methods, techniques, and standards of workmanship are in strict compliance with the contract requirements. The Contractor will appropriately annotate his quality control reports for all initial inspections to include a detailed description and location of the segment or phase of work inspected including checks, tests and measurements made to determine that quality of construction, tolerances, and workmanship standards are in strict compliance with the contract requirements. The names of personnel who participate in the initial inspection will be listed on the quality control reports.

(3) Third, follow-up inspections will be performed on a daily or re-curring basis as necessary to insure that construction is proceeding in accordance with contract requirements. The Contractor’s quality control reports will detail the results of follow-up testing, inspection, and corrective actions.

(4) The Contractor’s quality control representative will advise the Engineer at least 24 hours prior to all preparatory and initial inspections. The Engineer will participate in the preparatory and follow-up inspection.

(c) The Contractor shall furnish a daily construction quality control report. The report shall be in accordance with a form as may be proposed by the Contractor and approved by the Engineer. Additional check lists and forms for specific operations may be required to supplement the daily inspection form. The report shall include all inspections and tests made. It shall provide factual evidence that the required inspections or tests have been performed, including type and number of inspections or rejection and the corrective action taken. The daily report shall cover both conforming and defective items. It shall include a statement that all materials and equipment incorporated in the work are in full compliance with the terms of the contract except as noted. The report will cover all items and specifically include the items listed in the quality control paragraphs of the technical provisions. The report will be verified and signed by the prime Contractor’s designated quality control representative. The daily reports will be furnished in two copies (Original and one duplicate) to the Engineer at the job site. The report will be legibly handwritten in

ink or typewritten. Reports shall be submitted not later than the close of business on the first working day following the date of the report. Reports shall have all supporting documents (such as concrete placement checklists, laboratory reports of compaction tests, sieve analysis, etc.) attached. Incomplete reports will not be accepted. The Contractor is responsible for insuring that test reports are prepared and attached to the daily report for the day that the test was performed. Negative reports are required for days during which there is no activity on the project site to include a brief statement as to why there was no activity during a normal workday or schedule.

(d) After the contract is awarded and before field construction operations are started, the Contractor shall meet the Engineer, and discuss quality control requirements. The meeting shall develop mutual understanding relative to details of the system, including the forms to be used for recording the quality control operations, inspections, administration of the system, and the interrelationship of Contractor and Engineer inspection.

(e) The Contractor will need to give consideration to his quality control plan prior to bidding. This will assist in the early submission of an acceptable plan. The Contractor will furnish to the Employer not later than fourteen (14) calendar days after receipt of Notice to Proceed, a quality control plan which will include the procedures, instructions, and reports to be used. This document will include as a minimum.

(1) The quality control organization. This will be in the form of an organization chart that shows names and specific responsibilities of each of the quality control personnel.

(2) The qualifications of each person performing submittal review and certification, and inspection will be summarized not to exceed one (1) typewritten page, giving education, present job position, and previous work experience. These may be furnished in phases as the work progresses but in no cases later than fourteen (14) calendar days before coming on the job.

(3) A copy of a letter of direction to each of the Contractor’s quality control representatives, outlining his duties, authority, and responsibilities, and signed by a responsible officer of the firm.

(4) Proposed methods of performing quality control inspections, including those for his subcontractors’ work.

(5) Test methods to include the names and qualifications of technicians employed by the Contractor as well as specific tests to be performed by each, the names of all qualified test organization to be used, and the location and availability of test facilities and equipment.

(6) Procedures for reviewing all shop drawings, samples, certificates, etc., for contract compliance and certifying them.

(7) Method of documenting quality control operation, inspection, and testing. Including samples of proposed forms.

(8) Each copy of the complete plan will be assembled in a folder in the order listed above. Four (4) copies will be submitted for approval. Revisions to the plan will be submitted in four (4) copies.

(f) Unless specifically authorized by the Engineer, no construction shall be started until the Contractor’s quality control plan is approved. The approval will be contingent on satisfactory implementation and results. Payments will be withheld for all work until the quality control plan has been submitted and approved.

(g) The Contractor shall notify the Engineer in writing of any proposed change in his quality control system or personnel. No such change will be implemented prior to acceptance by the Engineer.

1.12.2.3Measurement and Payment

The requirements under this Section are incidental to other items of work and will not be measured for payment, unless otherwise specified in the Bill of Quantities.

6 GENERAL REQUIREMENTS

6.1 MOBILIZATION AND DEMOBILIZATION

SCOPE

This Section refers to the mobilization in preparation for the execution of the Works, and demobilization after completion of the Works.

6.2 MOBILIZATION

Mobilization includes the following:

1) Plant and Equipment

a) Assembly, preparation and loading for shipment of all plant and equipment at the Contractor’s home station or source of supply.

b) Transportation of plant, equipment and materials from home station or source of supply to the site.

c) Unload and install, ready for use, all plant and equipment and whatever else required for the execution of the Works.

d) Maintenance of the plant and equipment during the construction which shall include providing sufficient supply of spare for the construction plant and equipment.

2) Construction of temporary site office and appurtenant facilities such as office tables, drafting table and instrument, water, power and sanitary facilities necessary for an effective and efficient execution of the work.

3) Construction of all temporary access roads for an effective and efficient execution of the Works.

4) Survey layout and installation of fixed points for the setting out of the works.

6.3 DEMOBILIZATION

Demobilization shall include the following:

1) The dismantling, preparation and loading for removal and shipment of all Contractor’s plant and equipment at the Site.

2) Transportation of all the above plant, equipment and materials of the site to the home station or somewhere else outside the Site.

3) Dismantling and removing of all temporary buildings and structures.

4) Removal of all supplementary markers furnished and installed by the Contractor, provided that the Engineer has not taken the option to retain the markers. 5) The clean-up of the Site and Work area, and the removal of material, debris, waste, etc., and making good damage or temporary alterations.

6.4 MEASUREMENT AND PAYMENT

The requirements under this Section are incidental to other items of work and will not be measured for payment.

ANNEX “E”

LIST OF GOODS/MATERIALS TO BE SUPPLIED BY THE PROCURING ENTITY TO THE CONTRACTOR

1.1 Contract Package 1 – Supply and delivery of major fixtures (urinals, water closets, lavatories and faucets)

MAJOR FIXTURES SPECIFICATION Quantity Unit 1. URINAL Sensor Type Ware Wall-hung urinal for concealed 308 Units sensor urinal flush valve, including accessories, color white, with anti-bacterial protection, stain resistant and low maintenance Sensor Type Concealed sensor urinal flush 308 Units Flush/Fittings with valve, DC battery operated, water-saving including accessories, chrome, mechanism with water-saving mechanism, LEED Compliant (Gold Level)

Lever Type Ware Wall-hung urinal for lever type 627 Units flush valve, including accessories, color white, with anti-bacterial protection, stain resistant, and low maintenance

Lever Type High pressure urinal lever type 627 Units Flush/Fittings with flush valve, including water-saving accessories, chrome, with water- mechanism saving mechanism, LEED Compliant (Gold Level)

2. WATER CLOSET Sensor Type Ware Floor-mounted, back-to-wall, 365 Units elongated water closet for concealed sensor flush valve, including accessories, color white, with anti-bacterial protection including open front seat & cover, stain resistant, and low maintenance

Wall-hung, elongated water 350 Units closet for concealed sensor flush valve, including accessories, color white, with anti-bacterial protection including seat & cover, stain resistant, and low maintenance

Bracket set for wall-hung 350 Units water closet

MAJOR FIXTURES SPECIFICATION Quantity Unit Sensor Type Concealed sensor water closet 715 Units Flush/Fittings with flush valve, DC battery water-saving operated, including mechanism accessories, chrome, siphon jet flushing with water-saving mechanism, LEED Compliant (Gold Level) Connecting pipe for concealed 715 Units sensor water closet flush valve, chrome Lever Type Ware Floor-mounted, elongated 1,124 Units water closet for lever type flush valve, including accessories, with anti- bacterial protection including seat & cover, stain resistant, and low maintenance

Lever Type High Pressure water closet 1,124 Units Flush/Fittings with lever type flush valve, water-saving including accessories, chrome, mechanism siphon jet flushing with water- saving mechanism, LEED Compliant (Gold Level) 3. LAVATORY Lavatory Ware Under counter oval lavatory, 1,920 Units including accessories, color white with anti-bacterial protection, stain resistant, and low maintenance 4. FAUCET Sensor Type Sensor type single hole 832 Units Faucet/Fittings lavatory faucet, DC battery operated, including accessories, chrome, with water-saving mechanism, LEED Compliant (Gold Level) Angle Valve 1/2" x 1/2" both 832 Units thread male with flange Push type pop-up for lavatory 832 Units Lever Type High pressure single hole 1,088 Units Faucet/Fittings lavatory lever type faucet including plastic pop-up drain and other accessories, chrome, with water-saving mechanism, LEED Compliant (Gold Level) Angle Valve 1/2 x 1/2 (2)/ P- 1,088 Units trap

1.2 Contract Package 2 – Supply and delivery of floor and wall tiles

Particulars Technical Description Quantity Unit 1 TILES Floor (60 cm. x 60 60 cm x 60 cm, durable non- 35,130 pcs cm. ) skid, water and stain resistant, homogeneous, synthetic granite or porcelain floor tiles, except vinyl, ceramic or double loading tiles, of light tone color

Wall (30 cm. x 60 30 cm x 60 cm durable glossy, 184,178 pcs cm.) stain resistant, homogeneous, synthetic granite or porcelain wall tiles, except vinyl and ceramic, of light tone color

1.3 Contract Package 3 – Supply and delivery of minor fixtures (e.g.:Hand Dryer, Toilet Paper Dispenser, Trash Bins, Liquid soap dispenser, Person with Disability (PWD) grab rails, water pump and pressure tank, etc.)

MINOR FIXTURES Technical Description Quantity Unit 1 HAND DRYER per Wall-mounted, heavy duty, high 898 pcs toilet velocity sensor type hand dryer, AC 220v, color white, with energy saving mechanism

2 FOOT DRYER Wall-mounted, heavy duty sensor 103 pcs (Airport and type foot dryer, AC 220v, color Seaport) white, with energy saving mechanism 3 SOAP DISPENSER Automatic Wall-mounted, automatic soap 822 pcs (Airport/Seaport) dispenser, DC battery operated, with brush finish stainless casing Manual Wall-mounted, push type soap 955 pcs dispenser, with brush finish stainless casing 4 TRASH BIN Per Cubicle 30-liter capacity floor-standing 1,698 pcs open top type trash bin, with brush finish stainless casing Per Toilet 30-liter capacity floor-standing 898 pcs open top type trash bin, with brush finish stainless casing

MINOR FIXTURES Technical Description Quantity Unit 5 DRUM-ROLL TOILET Wall-mounted, round jumbo 1,698 pcs PAPER DISPENSER drum-roll toilet paper dispenser, per cubicle color white 6 PAPER TOWEL Wall-mounted paper towel 218 pcs DISPENSER (Airport) dispenser, with brush finish stainless casing 7 AIR FRESHENER per Wall-mounted, automatic air 546 pcs toilet freshener dispenser, color white

8 BIDET Stainless flexible bidet spray and 762 pcs (Airport/Seaport) hose, at least 6mm Ø x 1.22m per cubicle long hose

9 HAND SANITIZER Wall-mounted, sensor-type, 218 pcs (Airport) per toilet chlorine- based hand sanitizer, color white 10 BABY/DIAPER Recessed-mounted foldable hard 177 pcs CHANGING plastic changing tables, light tone (Airport/Seaport) color with high quality ABS/HDPE finish and with anti- bacterial protection 11 FLOOR DRAIN 100mm stainless steel floor drain 2,501 pcs with trap seal design

12 WATER PUMP 1hp Water Pump 157 pcs 2hp Water Pump 14 pcs 13 PRESSURE TANK 82-gal. stainless steel pressure 159 pcs tank 14 PWD GRAB RAILS 40mm Ø stainless steel L-Type 1,757 pcs (fixed) anti-bacterial ABS Grab Rail 15 EXHAUST FAN Ceiling-mounted, 12-in. exhaust 271 set fan with pipe ducts

1.4 Contract Package 4 – Supply and delivery of signages

SIGNAGE Technical Description Quantity Unit 1 Directional Signage 406.5mm x 160mm x 4.5mm 342 pcs acrylic directional signage with DOTC/ agency logos and in DOTC-approved design

2 Male 160mm x 160mm x 4.5mm 379 pcs acrylic individual toilet signage Female 375 pcs with DOTC/ agency logos and PWD in DOTC-approved design 251 pcs Common 3 pcs 3 Cleaning Checklist 160mm x 160mm x 4.5mm 1,008 pcs acrylic cleaning checklist board with DOTC/ agency logos and in DOTC-approved design 4 Announcement Board 210mm x 297mm x 4.5mm 1,008 pcs acrylic announcement board with DOTC/ agency logos and in DOTC-approved design

1.5 Contract Package 5 – Granite countertop and accessories

Particulars Technical Description Quantity Unit 1 GRANITE Lavatory Countertop 60cm x 240cm x 18cm, with fascia, 60cm x 220cm x 19cm, splashboard, Ledge natural granite, solid jet black tone color (refer to Annex “B” for Cutting List per Toilet per Agency)

 Supply, Delivery, 912.44 sqm Cutting and Installation within NCR  Supply and delivery 1,391.24 sqm for toilet facilities outside of NCR* *Note: Pick-up, cutting and installation will be under CIVIL WORKS.

1.6 Contract Package 6 – Phenolic board and stainless accessories

Particulars Technical Description Quantity Unit 1 PHENOLIC 12 mm thick plain phenolic BOARDincludes board (5 x 8), color beige with  Cubicle partition, high grade stainless door and ledge accessories which includes:  Urinal partition and  Footing (H=150mm or 6”), ledge  Top bar (L=6m, 50mmØ),  U-Channel (L= 3.7m or 6 m),  Lockset (inclusive of an indicator),  Hinges (Left or Right),  Handle,  Corner Fastener Brackets,  Screws and  Headrail. (Refer to Annex “C” for Cutting List)

(a) Supply, Delivery, Cubicle partition with ledge 672 Units Cutting and and stainless accessories Installation within Urinal Partition with ledge 360 Units NCR and stainless accessories (b) Supply and Cubicle partition with ledge 916 Units delivery for toilet and stainless accessories facilities outside of Urinal Partition with ledge 575 Units NCR* and stainless accessories *Note: Pick-up, cutting and installation will be under CIVIL WORKS.