PHILIPPINE BIDDING DOCUMENTS

PROCUREMENT OF CONSULTING SERVICES

METRO URBAN TRANSPORTATION INTEGRATION STUDY UPDATE AND CAPACITY ENHANCEMENT PROJECT (MUCEP) SURVEY

Government of the Republic of the

TABLE OF CONTENTS

PART I

SECTION I. REQUEST FOR EXPRESSION OF INTEREST ...... 3 SECTION II. ELIGIBILITY DOCUMENTS ...... 6 SECTION III. ELIGIBILITY DATA SHEET ...... 13

PART II

SECTION I. NOTICE OF ELIGIBILITY AND SHORT LISTING ...... 16 SECTION II. INSTRUCTIONS TO BIDDERS ...... 19 SECTION III. BID DATA SHEET ...... 43 SECTION IV. GENERAL CONDITIONS OF CONTRACT ...... 51 SECTION V. SPECIAL CONDITIONS OF CONTRACT ...... 76 SECTION VI. TERMS OF REFERENCE ...... 80 SECTION VII. BIDDING FORMS ...... 165 SECTION VIII. APPENDICES ...... 190

2 Part I

Section I. Request for Expression of Interest

3 Republic of the Philippines DEPARTMENT OF TRANSPORTATION AND COMMUNICATIONS

REQUEST FOR EXPRESSION OF INTEREST FOR Consulting Services for the Urban Transportation Integration Study Update and Capacity Enhancement Project (MUCEP) Survey

1. The Department of Transportation and Communications (DOTC), through the CY 2012 Transport Studies Fund intends to apply the sum of Forty One Million Fifty Thousand Four Hundred Sixty Four Pesos (Php 41,050,464.00) being the Approved Budget for the Contract (ABC) to payments under the contract for the procurement of consulting services for Metro Manila Urban Transportation Integration Study (MMUTIS) Update and Capacity Enhancement Project (MUCEP) Survey. Bids received in excess of the ABC shall be automatically rejected at the opening of the financial proposals.

2. The DOTC now calls for the submission of eligibility documents for the MMUTIS Update and Capacity Enhancement Project (MUCEP) Survey. Interested consultants must acquire the eligibility documents after payment of Five Thousand Pesos (Php 5,000.00) and submit their eligibility documents on or before 11 October 2012, 1:00 P.M. at DOTC Multi-Purpose Hall, 16th Floor, The Columbia Tower, Brgy. Wack-Wack, Ortigas Avenue, City. Applications for eligibility will be evaluated based on a non- discretionary “pass/fail” criterion.

3. The BAC shall draw up the short list of consultants from those who have submitted Expression of Interest and Eligibility Documents and have been determined as eligible in accordance with the provisions of Republic Act No. 9184 (RA 9184), otherwise known as the “Government Procurement Reform Act”, and its Implementing Rules and Regulations (IRR). The short list shall consist of five (5) prospective bidders who will be entitled to submit bids. The criteria and rating system for short listing are:

1. Applicable experience -40%

2. Qualification of principal and key staff -50%

3. Current workload relative to capacity -10%

“Applicable Experience” pertains to the Bidder and associates in case of joint ventures, considering both the overall experiences of the firm and the individual experiences of the principal and key staff including the times when employed by other Consultants.

“Qualification of personnel” pertains to the personnel who may be assigned to the job vis- à-vis extent and complexity of the undertaking;

“Job Capacity” means the absorptive capacity of the Applicant to do additional works other than those currently undertaken.

The “Rating” multiplied by their respective “Weights” gives the weighted “Scores”. These are added to determine the total points for the Applicant. The Applicants shall then be

4 ranked according to their “Total Points” and the top five (5) shall be considered as the “short list” and qualify them to bid for the contemplated contract. Should less than the required number apply for eligibility and short listing, pass the eligibility check, and/or pass the minimum score required in the short listing, the BAC shall consider the same. Further, Applicants must collect a minimum weighted score of “SEVENTY (70) POINTS” to qualify for short listing.

4. Bidding will be conducted through open competitive bidding procedures using non- discretionary “pass/fail” criterion as specified in the IRR of RA 9184.

Bidding is open to all interested bidders, whether local or foreign, subject to the conditions for eligibility provided in the IRR of RA 9184.

5. The DOTC shall evaluate bids using the Quality-Cost Based Evaluation/Selection (QCBE/QCBS). The DOTC shall indicate the weights to be allocated for the Technical and Financial Proposals. The criteria and rating system for the evaluation of bids shall be provided in the Instructions to Bidders.

6. The contract shall be completed within six (6) months from the date of the Notice to Proceed.

7. The DOTC reserves the right to reject any and all bids, annul the bidding process, or not award the contract at any time prior to contract award, without thereby incurring any liability to the affected bidder or bidders.

8. For further information, please refer to:

Atty. Catherine Jennifer P. Gonzales Assistant Secretary for Procurement and Overall Head, BAC Secretariat Department of Transportation and Communications Unit 153, 15th Floor, The Columbia Tower Brgy. Wack-Wack, Ortigas Avenue 1555 Mandaluyong City Tel No.: (+63 2) 654-7725 Facsimile No.: (+63 2) 654-7725 E-mail Address: [email protected] Website: www.dotc.gov.ph

(SGD.) ATTY. JOSE PERPETUO M. LOTILLA Undersecretary for Legal Affairs and Chairman, Bids and Awards Committee

5 Section II. Eligibility Documents

6 1. Eligibility Criteria

1.1. The following persons/entities shall be allowed to participate in the bidding for Consulting Services:

(a) Duly licensed Filipino citizens/sole proprietorships;

(b) Partnerships duly organized under the laws of the Philippines and of which at least sixty percent (60%) of the interest belongs to citizens of the Philippines;

(c) Corporations duly organized under the laws of the Philippines and of which at least sixty percent (60%) of the outstanding capital stock belongs to citizens of the Philippines;

(d) Cooperatives duly organized under the laws of the Philippines, and of which at least sixty percent (60%) interest belongs to citizens of the Philippines; or

(e) Persons/entities forming themselves into a joint venture, i.e., a group of two (2) or more persons/entities that intend to be jointly and severally responsible or liable for a particular contract: Provided, however, That Filipino ownership or interest thereof shall be at least sixty percent (60%). For this purpose, Filipino ownership or interest shall be based on the contributions of each of the members of the joint venture as specified in their JVA.

1.2. When the types and fields of Consulting Services involve the practice of professions regulated by law, those who will actually perform the services shall be Filipino citizens and registered professionals authorized by the appropriate regulatory body to practice those professions and allied professions specified in the EDS.

1.3. If the Request for Expression of Interest allows participation of foreign consultants, prospective foreign bidders may be eligible subject to the qualifications stated in the EDS.

1.4. Government corporate entities may be eligible to participate only if they can establish that they (a) are legally and financially autonomous, (b) operate under commercial law, and (c) are not dependent agencies of the GOP or the Procuring Entity.

2. Eligibility Requirements

2.1. The following eligibility requirements shall be submitted on or before the date of the eligibility check specified in the Request for Expression of Interest and Clause 5 for purposes of determining eligibility of prospective bidders:

(a) Class “A” Documents –

7 Legal Documents

(i) Registration certificate from Securities and Exchange Commission (SEC), Department of Trade and Industry (DTI) for sole proprietorship, or Cooperative Development Authority (CDA) for cooperatives, or any proof of such registration as stated in the EDS;

(ii) Mayor’s permit issued by the city or municipality where the principal place of business of the prospective bidder is located;

Technical Documents

(iii) Statement of the prospective bidder of all its ongoing and completed government and private contracts, including contracts awarded but not yet started, if any, whether similar or not similar in nature and complexity to the contract to be bid, within the relevant period provided in the EDS. The statement shall include, for each contract, the following:

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

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

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

(iii.4) consultant’s role (whether main consultant, subcontractor, or partner in a JV)

(iii.5) amount of contract;

(iii.6) contract duration; and

(iii.7) certificate of satisfactory completion or equivalent document specified in the EDS issued by the client, in the case of a completed contract;

(iv) Statement of the consultant specifying its nationality and confirming that those who will actually perform the service are registered professionals authorized by the appropriate regulatory body to practice those professions and allied professions in accordance with Clause 1.2.

Financial Document

(v) The consultant’s audited financial statements, showing, among others, the consultant’s total and current assets and liabilities, stamped “received” by the BIR or its duly accredited and authorized institutions, for the preceding calendar year which should not be earlier than two (2) years from the date of bid submission.

8 (b) Class “B” Document –

Valid joint venture agreement (JVA), in case a joint venture is already in existence. In the absence of a JVA, duly notarized statements from all the potential joint venture partners stating that they will enter into and abide by the provisions of the JVA in the instance that the bid is successful, shall be included in the bid. Failure to enter into a joint venture in the event of a contract award shall be ground for the forfeiture of the bid security. Each partner of the joint venture shall submit the legal eligibility documents. The submission of technical and financial documents by any of the joint venture partners constitutes compliance.

2.2. In the case of foreign consultants, the foregoing eligibility requirements under Class “A” Documents may be substituted by the appropriate equivalent documents, if any, issued by the foreign consultant’s country.

2.3. The eligibility requirements or statements and all other documents to be submitted to the BAC must be in English. A translation of the documents in English certified by the appropriate embassy or consulate in the Philippines must accompany the eligibility requirements under Classes “A” and “B” Documents if they are in other foreign language.

2.4. Prospective bidders may obtain a full range of expertise by associating with individual consultant(s) and/or other consultants or entities through a JV or subcontracting arrangements, as appropriate. However, subcontractors may only participate in the bid of one short listed consultant. Foreign Consultants shall seek the participation of Filipino Consultants by entering into a JV with, or subcontracting part of the project to, Filipino Consultants.

2.5. If a prospective bidder has previously secured a certification from the Procuring Entity to the effect that it has previously submitted the above- enumerated Class “A” Documents, the said certification may be submitted in lieu of the requirements enumerated in Clause 2.1 above.

3. Format and Signing of Eligibility Documents

3.1. Prospective bidders shall submit their eligibility documents through their duly authorized representative on or before the deadline specified in Clause 5.

3.2. Prospective bidders shall prepare an original and copies of the eligibility documents. In the event of any discrepancy between the original and the copies, the original shall prevail.

3.3. The eligibility documents, except for unamended printed literature, shall be signed, and each and every page thereof shall be initialed, by the duly authorized representative/s of the prospective bidder.

3.4. Any interlineations, erasures, or overwriting shall be valid only if they are signed or initialed by the duly authorized representative/s of the prospective bidder.

9 4. Sealing and Marking of Eligibility Documents

4.1. Unless otherwise indicated in the EDS, prospective bidders shall enclose their original eligibility documents described in Clause 2.1, in a sealed envelope marked “ORIGINAL – ELIGIBILITY DOCUMENTS”. Each copy of shall be similarly sealed duly marking the envelopes as “COPY NO. ___ - ELIGIBILITY DOCUMENTS”. These envelopes containing the original and the copies shall then be enclosed in one single envelope.

4.2. The original and the number of copies of the eligibility documents as indicated in the EDS shall be typed or written in indelible ink and shall be signed by the prospective bidder or its duly authorized representative/s.

4.3. All envelopes shall:

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

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

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

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

(e) bear a warning “DO NOT OPEN BEFORE…” the date and time for the opening of eligibility documents, in accordance with Clause 5.

4.4. If the eligibility documents are not sealed and marked as required, the Procuring Entity will assume no responsibility for its misplacement or premature opening.

5. Deadline for Submission of Eligibility Documents

Eligibility documents must be received by the Procuring Entity’s BAC at the address and on or before the date and time indicated in the Request for Expression of Interest and the EDS.

6. Late Submission of Eligibility Documents

Any eligibility documents submitted after the deadline for submission and receipt prescribed in Clause 5 shall be declared “Late” and shall not be accepted by the Procuring Entity.

7. Modification and Withdrawal of Eligibility Documents

7.1. The prospective bidder may modify its eligibility documents after it has been submitted; provided that the modification is received by the Procuring Entity prior to the deadline specified in Clause 5. The prospective bidder shall not be allowed to retrieve its original eligibility documents, but shall be allowed to submit another set equally sealed, properly identified, linked to its original bid marked as “ELIGIBILITY MODIFICATION” and stamped “received” by the

10 BAC. Modifications received after the applicable deadline shall not be considered and shall be returned to the prospective bidder unopened.

7.2. A prospective bidder may, through a letter of withdrawal, withdraw its eligibility documents after it has been submitted, for valid and justifiable reason; provided that the letter of withdrawal is received by the Procuring Entity prior to the deadline prescribed for submission and receipt of eligibility documents.

7.3. Eligibility documents requested to be withdrawn in accordance with this Clause shall be returned unopened to the prospective bidder concerned. A prospective bidder may also express its intention not to participate in the bidding through a letter which should reach and be stamped by the BAC before the deadline for submission and receipt of eligibility documents. A prospective bidder that withdraws its eligibility documents shall not be permitted to submit another set, directly or indirectly, for the same project.

8. Opening and Preliminary Examination of Eligibility Documents

8.1. The Procuring Entity’s BAC will open the envelopes containing the eligibility documents in the presence of the prospective bidders’ representatives who choose to attend, at the time, on the date, and at the place specified in the EDS. The prospective bidders’ representatives who are present shall sign a register evidencing their attendance.

8.2. Letters of withdrawal shall be read out and recorded during the opening of eligibility documents and the envelope containing the corresponding withdrawn eligibility documents shall be returned unopened to the withdrawing prospective bidder. If the withdrawing prospective bidder’s representative is present during the opening, the original eligibility documents and all copies thereof shall be returned to the representative during the opening of eligibility documents. If no representative is present, the eligibility documents shall be returned unopened by registered mail.

8.3. A prospective bidder determined as “ineligible” has seven (7) calendar days upon written notice or, if present at the time of the opening of eligibility documents, upon verbal notification, within which to file a request for reconsideration with the BAC: Provided, however, that the request for reconsideration shall not be granted if it is established that the finding of failure is due to the fault of the prospective bidder concerned: Provided, further, that the BAC shall decide on the request for reconsideration within seven (7) calendar days from receipt thereof. If a failed prospective bidder signifies his intent to file a request for reconsideration, in the case of a prospective bidder who is declared ineligible, the BAC shall hold the eligibility documents until such time that the request for reconsideration or protest has been resolved.

8.4. The eligibility documents envelopes and modifications, if any, shall be opened one at a time, and the following read out and recorded:

(a) the name of the prospective bidder;

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

(c) the presence or absence of each document comprising the eligibility documents vis-à-vis a checklist of the required documents.

8.5. The eligibility of each prospective bidder shall be determined by examining each bidder’s eligibility requirements or statements against a checklist of requirements, using non-discretionary “pass/fail” criterion, as stated in the Request for Expression of Interest, and shall be determined as either “eligible” or “ineligible.” If a prospective bidder submits the specific eligibility document required, he shall be rated “passed” for that particular requirement. In this regard, failure to submit a requirement, or an incomplete or patently insufficient submission, shall be considered “failed” for the particular eligibility requirement concerned. If a prospective bidder is rated “passed” for all the eligibility requirements, he shall be considered eligible to participate in the bidding, and the BAC shall mark the set of eligibility documents of the prospective bidder concerned as “eligible.” If a prospective bidder is rated “failed” in any of the eligibility requirements, he shall be considered ineligible to participate in the bidding, and the BAC shall mark the set of eligibility documents of the prospective bidder concerned as “ineligible.” In either case, the BAC chairperson or his duly designated authority shall countersign the markings.

9. Short Listing of Consultants

9.1. Only prospective bidders whose submitted contracts are similar in nature and complexity to the contract to be bid as provided in the EDS shall be considered for short listing.

9.2. The BAC of the Procuring Entity shall draw up the short list of prospective bidders from those declared eligible using the detailed set of criteria and rating system to be used specified in the EDS.

9.3. Short listed consultants shall be invited to participate in the bidding for this project through a Letter of Invitation to Bid issued by the BAC of the Procuring Entity.

9.4. Only bids from short listed bidders shall be opened and considered for award of contract. These short listed bidders, whether single entities or JVs, should confirm in their bids that the information contained in the submitted eligibility documents remains correct as of the date of bid submission.

12 Section III. Eligibility Data Sheet

13 Eligibility Data Sheet

Eligibility Documents 1.2 The Department of Transportation and Communications (DOTC) invites prospective bidders for the Procurement of Consultancy Services for Metro Manila Urban Transportation Integration Study (MMUTIS) Update and Capacity Enhancement Project (MUCEP) Survey.

1.3 Foreign consultants may be eligible to participate in this Project, subject to the following qualifications:

a) must be registered with the SEC and/or any agency authorized by the laws of the Philippines;

b) when the types and fields of consulting services in which the foreign consultant wishes to engage involve the practice of regulated professions, the foreign consultant must be authorized by the appropriate GOP professional regulatory body specified in Clause 1.2 to engage in the practice of those professions and allied professions: Provided, however, That the limits of such authority shall be strictly observed.

2(a)(i) No further instructions.

2(a)(iii) The statement of all on-going and completed government and private contracts shall include all such contracts within 10 years prior to the deadline for the submission and receipt of eligibility documents including contracts awarded but not yet started, if any.

2(a)(iii.7) Presentation of Certificate of Completion and Acceptance of related Projects undertaken of at least 50% in Project cost and/or coverage for the last ten years.

4.1 No further instructions.

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

4.3(c) DOTC-Bids and Awards Committee – Secondary For Goods and Consulting Services

4.3(d) Consultancy Services for Metro Manila Urban Transportation Integration Study (MMUTIS) Update and Capacity Enhancement Project (MUCEP) Survey

5 The address for submission of eligibility documents is DOTC Multi-purpose Hall, 16th Floor, The Columbia Towers, Ortigas Avenue, Brgy. Wack Wack, Mandaluyong City.

14

The deadline for submission of eligibility documents is 11 October 2012, at 1:00 P.M.

8.1 The place of opening of eligibility documents is:

DOTC Multi-Purpose Hall 16th Floor, The Columbia Tower, Brgy. Wack-Wack, Ortigas Avenue, Mandaluyong City, 1555

The date and time of opening of eligibility documents is:

11 October 2012, at 1:00 P.M.

9.1 For this purpose, the engagement of similar projects shall mean that the consultant shall have experiences or contracts in the conduct of Home Interview Survey (HIS) or person trip survey (i.e. cordon line and screenline survey) with at least 3,000 household samples.

9.2 Quality-Cost Based Evaluation/Selection

The criteria and rating system for short listing are:

a) Applicable Experience – 40%

b) Qualification of Principal and Key Staff – 50%

c) Current Workload Relative to Capacity – 10%

15 Part II

Section I. Notice of Eligibility and Short Listing

16 15 October 2012 NOTICE OF ELIGIBILITY AND SHORT LISTING

METRO MANILA URBAN TRANSPORTATION INTEGRATION STUDY (MMUTIS) UPDATE AND CAPACITY ENHANCEMENT PROJECT (MUCEP)

1. The Department of Transportation and Communications (hereinafter called “Procuring Entity”) has received financing (hereinafter called “funds”) from the Government of the Philippines (GOP) through the CY 2012 Transport Studies Fund General Appropriation Act (GAA) (hereinafter called the “Funding Source”) towards the cost of the procurement of consulting services for Metro Manila Urban Transportation Integration Study (MMUTIS) Update and Capacity Enhancement Project (MUCEP) Survey. The Procuring Entity intends to apply a portion of the funds in the amount Forty One Million Fifty Thousand Four Hundred Sixty Four Pesos (Php 41,050,464.00) to eligible payments under the contract for the for Metro Manila Urban Transportation Integration Study (MMUTIS) Update and Capacity Enhancement Project (MUCEP) Survey for which the Bidding Documents is issued.

2. The Procuring Entity now invites bids to provide the consulting services for Metro Manila Urban Transportation Integration Study (MMUTIS) Update and Capacity Enhancement Project (MUCEP) Survey. More details on the services are provided in the Terms of Reference for the project.

3. The Consultant shall be selected and employed in accordance with Quality-Cost Based Evaluation/Selection (QCBE/QCBS) procedures as described in the Bidding Documents.

4. This notice is addressed to the following short listed consultants:

No. Name of Bidders Address

1 Sustainable Development Solutions 15th Floor, JMT Corporate Condominium, ADB Avenue, Ortigas Avenue, City

2 Woodfields Consultants, Inc. and 153 Kamias Road Extension, Kamias, Quezon GHD Pty. Ltd. City

11th Floor, Alphaland Southgate Tower 2258 Chino Roces Ave. corner EDSA City

3 TCGI Engineers 9th Floor, Feliza Building, 108 V.A., Rufino Street, Legazpi Village, 1229 Makati City

4 Lichel Technologies, Inc. Unit 1403 Prestige Tower Condominium, F. Ortigas Jr. Road, , Pasig City

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

17 6. The Bidding Documents will be available at BAC Secretariat, Unit 153, 15th Floor, The Columbia Tower, Ortigas Avenue, Brgy. Wack-Wack, Mandaluyong City during office hours, from 8:00 a.m. to 5:00 p.m.

Interested bidders may obtain additional information and inspect the Bidding Documents at the office of the BAC Secretariat, Unit 153, 15th Floor, The Columbia Tower, Ortigas Avenue, Mandaluyong City. It may also be downloaded free of charge from the website of the Philippine Government Electronic Procurement System and the website of the DOTC at www.dotc.gov.ph provided that the bidders shall pay the fee in the amount of P20,000.00 for the Bidding Documents not later than the submission of their bids.

7. The DOTC will hold a Pre-Bid Conference on 23 October 2012 at 9:00 A.M. at Unit 167, 16th Floor, The Columbia Tower, Ortigas Avenue, Brgy. Wack-Wack, Mandaluyong City, which shall be open to all interested parties.

(SGD.) ATTY. JOSE PERPETUO M. LOTILLA Undersecretary for Legal Affairs and Chairman, Bids and Awards Committee

18 Section II. Instructions to Bidders

TABLE OF CONTENTS

A. General 21 1. Introduction 21 2. Conflict of Interest 21 3. Corrupt, Fraudulent, Collusive, and Coercive Practices 23 4. Consultant’s Responsibilities 24 5. Origin of Associated Goods 26 6. Subcontracts 26 B. Contents of Bidding Documents 26 7. Pre-Bid Conference 26 8. Clarifications and Amendments to Bidding Documents 26 C. Preparation of Bids 27 9. Language of Bids 27 10. Documents Comprising the Bid: Technical Proposal 27 11. Documents Comprising the Bid: Financial Proposal 30 12. Alternative Bids 30 13. Bid Currencies 30 14. Bid Validity 31 15. Bid Security 31 16. Format and Signing of Bids 33 17. Sealing and Marking of Bids 33 D. Submission of Bids 34 18. Deadline for Submission of Bids 34 19. Late Bids 34 20. Modification and Withdrawal of Bids 34 E. Evaluation and Comparison of Bids 35 21. Process to be Confidential 35 22. Clarification of Bids 35 23. Bid Evaluation 35 24. Opening and Evaluation of Technical Proposals 36 25. Opening and Evaluation of Financial Proposals 37 26. Negotiations 37 27. Post Qualification 38

19 28. Reservation Clause 39 F. Award of Contract 40 29. Contract Award 40 30. Signing of the Contract 41 31. Performance Security 41 32. Notice to Proceed 42

20 A. General

1. Introduction

1.1. The Procuring Entity named in the Bid Data Sheet (BDS) shall select an individual, sole proprietorship, partnership, corporation, or a joint venture (JV) (hereinafter referred to as “Consultant”) from among those short listed, in accordance with the evaluation procedure specified in the BDS.

1.2. The Procuring Entity has received financing (hereinafter called “funds”) from the source indicated in the BDS (hereinafter called the “Funding Source”) toward the cost of the Project named in the BDS. The Procuring Entity intends to apply a portion or the whole of the funds to payments for this Project.

1.3. Consultants are invited to submit bids composed of a technical proposal and a financial proposal for Consulting Services required for this Project described in the BDS. Bids shall be the basis for contract negotiations and ultimately for a signed contract with the selected Consultant.

1.4. If the BDS indicates that the Project will be completed in phases, each phase must be completed to the Procuring Entity’s satisfaction prior to the commencement of the next phase.

1.5. Consultants must familiarize themselves with local conditions and take them into account in preparing their bids. To obtain firsthand information on the project and on the local conditions, Consultants are encouraged to visit the Procuring Entity before submitting a bid and to attend the pre-bid conference specified in ITB Clause 7.

1.6. The Consultants’ costs of preparing their bids and negotiating the contract, including a visit to the Procuring Entity, are not reimbursable as a direct cost of the project.

1.7. Consultants shall not be under a declaration of ineligibility for corrupt, fraudulent, collusive, or coercive practices issued by the Funding Source or the Procuring Entity in accordance with ITB Clause 3.1.

2. Conflict of Interest

2.1. The Funding Source’s policy requires that Consultants provide professional, objective, and impartial advice and at all times hold the Procuring Entity’s interests paramount, without any consideration for future work, and strictly avoid situations where a conflict of interest shall arise with their other projects or their own interests. Consultants shall not be hired for any project that would be in conflict with their prior or current obligations to other entities, or that may place them in a position of not being able to carry out the Project in the best interest of the Procuring Entity. Without limitation on the generality of this rule, Consultants shall not be hired under the circumstances set forth below:

21 (a) If a Consultant combines the function of consulting with those of contracting and/or supply of equipment;

(b) If a Consultant is associated with, affiliated to, or owned by a contractor or a manufacturing firm with departments or design offices offering services as consultants unless such Consultant includes relevant information on such relationships along with a statement in the Technical Proposal cover letter to the effect that the Consultant shall limit its role to that of a consultant and disqualify itself and its associates from work in any other capacity that may emerge from the Project (including bidding for any part of the future project). The contract with the Consultant selected to undertake the Project shall contain an appropriate provision to such effect; or

(c) If there is a conflict among consulting projects, the Consultant (including its personnel and subcontractors) and any subsidiaries or entities controlled by such Consultant shall not be recruited for the relevant project. The duties of the Consultant depend on the circumstances of each case. While continuity of consulting services may be appropriate in particular situations where no conflict exists, a Consultant cannot be recruited to carry out a project that, by its nature, shall result in conflict with a prior or current project of such Consultant. Examples of the situations mentioned are when a Consultant engaged to prepare engineering design for an infrastructure project shall not be recruited to prepare an independent environmental assessment for the same project; similarly, a Consultant assisting a Procuring Entity in privatization of public assets shall not purchase, nor advise purchasers, of such assets; or a Consultant hired to prepare Terms of Reference (TOR) for a project shall not be recruited for the project in question.

2.2. Consultants shall not be related to the Head of the Procuring Entity, members of the BAC, the TWG, and the BAC Secretariat, the head of the PMO or the end-user unit, and the project consultants, by consanguinity or affinity up to the third civil degree. The prohibition shall apply as follows:

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

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

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

(d) If the Consultant is a JV, the provisions of items (a), (b), or (c) of this Section shall correspondingly apply to each of the members of the said joint venture, as may be appropriate.

Relationship of the nature described above or a failure to comply with the provisions of this clause will result in the rejection of the Consultant’s bid.

22 2.3. Subject to the provisions of ITB Clause 2, any previous or ongoing participation by the Consultant, its professional staff, or its affiliates or associates under a contract with the Funding Source or the Procuring Entity in relation to this Project may result in the rejection of its bid. Consultants should clarify their situation in that respect with the Procuring Entity before preparing its bid.

2.4. Failure by a Consultant to fully disclose potential conflict of interest at the time of Bid submission, or at a later date in the event that the potential conflict arises after such date, shall result in the Procuring Entity and/or the Funding Source seeking the imposition of the maximum administrative, civil and criminal penalties up to and including imprisonment.

2.5. Consultants are discouraged to include officials and employees of the Government of the Philippines (GOP) as part of its personnel. Participation of officials and employees of the GOP in the Project shall be subject to existing rules and regulations of the Civil Service Commission.

2.6. Fairness and transparency in the selection process require that Consultants do not derive unfair competitive advantage from having provided consulting services related to the Project in question. To this end, the Procuring Entity shall make available to all the short listed consultants together with the Bidding Documents all information that would in that respect give each Consultant a competitive advantage.

3. Corrupt, Fraudulent, Collusive, and Coercive Practices

3.1. The Procuring Entity as well as the Consultants shall observe the highest standard of ethics during the procurement and execution of the contract. In pursuance of this policy, the Procuring Entity:

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

(i) “corrupt practice” means behavior on the part of officials in the public or private sectors by which they improperly and unlawfully enrich themselves, others, or induce others to do so, by misusing the position in which they are placed, and includes the offering, giving, receiving, or soliciting of anything of value to influence the action of any such official in the procurement process or in contract execution; entering, on behalf of the GOP, into any contract or transaction manifestly and grossly disadvantageous to the same, whether or not the public officer profited or will profit thereby, and similar acts as provided in Republic Act 3019.

(ii) “fraudulent practice” means a misrepresentation of facts in order to influence a procurement process or the execution of a contract to the detriment of the Procuring Entity, and includes collusive practices among Bidders (prior to or after bid submission) designed to establish bid prices at artificial, non-

23 competitive levels and to deprive the Procuring Entity of the benefits of free and open competition.

(iii) “collusive practices” means a scheme or arrangement between two or more Bidders, with or without the knowledge of the Procuring Entity, designed to establish bid prices at artificial, non-competitive levels.

(iv) “coercive practices” means harming or threatening to harm, directly or indirectly, persons, or their property to influence their participation in a procurement process, or affect the execution of a contract;

(b) will reject a proposal for award if it determines that the Bidder recommended for award has engaged in any of the practices mentioned in this Clause for purposes of competing for the contract.

3.2. Further, the Procuring Entity will seek to impose the maximum civil, administrative, and/or criminal penalties available under applicable laws on individuals and organizations deemed to be involved in any of the practices mentioned in ITB Clause 3.1(a).

3.3. Furthermore, the Funding Source and the Procuring Entity reserve the right to inspect and audit records and accounts of a Consultant in the bidding for and performance of a contract themselves or through independent auditors as reflected in the GCC Clause 51.

4. Consultant’s Responsibilities

4.1. The Consultant or its duly authorized representative shall submit a sworn statement in the form prescribed in Section VII. Bidding Forms as required in ITB Clause 10.2(c).

4.2. The Consultant is responsible for the following:

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

(b) Having acknowledged all conditions, local or otherwise, affecting the implementation of the contract;

(c) Having made an estimate of the facilities available and needed for this Project, if any;

(d) Having complied with its responsibility to inquire or secure Supplemental/Bid Bulletin/s as provided under ITB Clause 8.3.

(e) Ensuring that it is not “blacklisted” or barred from bidding by the GOP or any of its agencies, offices, corporations, or LGUs, including foreign government/foreign or international financing institution whose blacklisting rules have been recognized by the GPPB;

24 (f) Ensuring that each of the documents submitted in satisfaction of the bidding requirements is an authentic copy of the original, complete, and all statements and information provided therein are true and correct;

(g) Authorizing the Head of the Procuring Entity or its duly authorized representative/s to verify all the documents submitted;

(h) Ensuring that the signatory is the duly authorized representative of the Bidder, and granted full power and authority to do, execute and perform any and all acts necessary and/or to represent the Bidder in the bidding, with the duly notarized Secretary’s Certificate attesting to such fact, if the Bidder is a corporation, partnership, cooperative, or joint venture;

(i) Complying with the disclosure provision under Section 47 of the Act in relation to other provisions of Republic Act 3019; and

(j) Complying with existing labor laws and standards, if applicable.

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

4.3. It shall be the sole responsibility of the prospective bidder to determine and to satisfy itself by such means as it considers necessary or desirable as to all matters pertaining to this Project, including: (a) the location and the nature of the contract, project, or work; (b) climatic conditions; (c) transportation facilities; (c) nature and condition of the terrain, geological conditions at the site communication facilities, requirements, location and availability of construction aggregates and other materials, labor, water, electric power and access roads; and (d) other factors that may affect the cost, duration and execution or implementation of the contract, project, or work.

4.4. The Procuring Entity shall not assume any responsibility regarding erroneous interpretations or conclusions by the Consultant out of the data furnished by the Procuring Entity.

4.5. Before submitting their bids, the Consultants are deemed to have become familiar with all existing laws, decrees, ordinances, acts and regulations of the GOP which may affect the contract in any way.

4.6. The Consultant shall bear all costs associated with the preparation and submission of his bid, and the Procuring Entity will in no case be responsible or liable for those costs, regardless of the conduct or outcome of the bidding process.

4.7. Consultants should note that the Procuring Entity will only accept bids only from those that have paid the nonrefundable fee for the Bidding Documents at the office indicated in the Request for Expression of Interest.

25 5. Origin of Associated Goods

Unless otherwise indicated in the BDS, there is no restriction on the origin of Goods other than those prohibited by a decision of the United Nations Security Council taken under Chapter VII of the Charter of the United Nations.

6. Subcontracts

6.1. Unless otherwise specified in the BDS, the Consultant may subcontract portions of the Consulting Services to an extent as may be approved by the Procuring Entity and stated in the BDS. However, subcontracting of any portion shall not relieve the Consultant from any liability or obligation that may arise from the contract for this Project.

6.2. Subcontractors must comply with the eligibility criteria and the documentary requirements specified in the BDS. In the event that any subcontractor is found by the Procuring Entity to be ineligible, the subcontracting of such portion of the Consulting Services shall be disallowed.

6.3. The Consultant may identify the subcontractor to whom a portion of the Consulting Services will be subcontracted at any stage of the bidding process or during contract implementation. If the Consultant opts to disclose the name of the subcontractor during bid submission, the Consultant shall include the required documents as part of the technical component of its bid.

B. Contents of Bidding Documents

7. Pre-Bid Conference

7.1. If so specified in the BDS, a pre-bid conference shall be held at the venue and on the date indicated therein, to clarify and address the Consultants’ questions on the technical and financial components of this Project.

7.2. Consultants are encouraged to attend the pre-bid conference to ensure that they fully understand the Procuring Entity’s requirements. Non-attendance of the Consultant will in no way prejudice its bid; however, the Consultant is expected to know the changes and/or amendments to the Bidding Documents discussed during the pre-bid conference.

7.3. Any statement made at the pre-bid conference shall not modify the terms of the Bidding Documents unless such statement is specifically identified in writing as an amendment thereto and issued as a Supplemental/Bid Bulletin.

8. Clarifications and Amendments to Bidding Documents

8.1. Consultants who have purchased the Bidding Documents may request for clarifications on any part of the Bidding Documents for an interpretation. Such a request must be in writing and submitted to the Procuring Entity at the address indicated in the BDS at least ten (10) calendar days before the deadline set for the submission and receipt of bids.

26 8.2. Supplemental/Bid Bulletins may be issued upon the Procuring Entity’s initiative for purposes of clarifying or modifying any provision of the Bidding Documents not later than seven (7) calendar days before the deadline for the submission and receipt of bids. Any modification to the Bidding Documents shall be identified as an amendment.

8.3. Any Supplemental/Bid Bulletin issued by the BAC shall also be posted on the Philippine Government Electronic Procurement System (PhilGEPS) and the website of the Procuring Entity concerned, if available. It shall be the responsibility of all Consultants who secure the Bidding Documents to inquire and secure Supplemental/Bid Bulletins that may be issued by the BAC. However, Consultants who have submitted bids before the issuance of the Supplemental/Bid Bulletin must be informed and allowed to modify or withdraw their bids in accordance with ITB Clause 20.

C. Preparation of Bids

9. Language of Bids

The Bid, as well as all correspondence and documents relating to the bid exchanged by the Consultant and the Procuring Entity, shall be written in English. Supporting documents and printed literature furnished by the Consultant may be in another language provided they are accompanied by an accurate translation in English certified by the appropriate embassy or consulate in the Philippines, in which case the English translation shall govern, for purposes of interpretation of the bid.

10. Documents Comprising the Bid: Technical Proposal

10.1. While preparing the Technical Proposal, Consultants must give particular attention to the following:

(a) The Technical Proposal shall not include any financial information. Any Technical Proposal containing financial information shall be declared non-responsive.

(b) For projects on a staff-time basis, the estimated number of professional staff-months specified in the BDS shall be complied with. Bids shall, however, be based on the number of professional staff-months estimated by the Consultant.

(c) Proposed professional staff must, at a minimum, have the experience indicated in the BDS, preferably working under conditions similar to those prevailing in the Republic of the Philippines.

(d) No alternative professional staff shall be proposed, and only one Curriculum Vitae (CV) may be submitted for each position.

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

(a) Bid security as prescribed in ITB Clause 15. If the Bidder opts to submit the bid security in the form of:

27 (i) a bank draft/guarantee or an irrevocable Letter of Credit issued by a foreign bank, it shall be accompanied by a confirmation from a Universal or Commercial Bank; or

(ii) a surety bond accompanied by a certification coming from an authorized Insurance Commission that a surety or insurance company is authorized to issue such instrument.

(b) Information indicated in the paragraphs below must be provided by the Consultant and each partner and/or subcontractor, if any, following the formats described in Section VI. Terms of Reference:

(i) A brief description of the organization and outline of recent experience of the Consultant and each partner and/or subcontractor on projects of a similar and related nature as required in form TPF 2. Consultant’s References. For each project, the outline should indicate inter alia, the project, contract amount and the Consultant’s involvement. Information should be provided only for those projects for which the Consultant was legally contracted by itself or as one of the major participating consultants within an association. Whenever applicable, the experience of individual experts from projects completed independently or when associated with consultants other than the one with whom the individual is currently associated with cannot be claimed as the experience of the current consultant or any one of its partners and/or subcontractors, but can be claimed by the individuals themselves in their CVs. Consultants should be prepared to substantiate the claimed experience if so requested by the Procuring Entity.

(ii) A concise, complete, and logical description of how the Consultant’s team shall carry out the services to meet all requirements of the TOR.

(iii) A work plan showing in graphical format (bar chart) the timing of major activities, anticipated coordination meetings, and deliverables such as reports required under the TOR.

(iv) A Time Schedule (TPF 7. Time Schedule for Professional Personnel) indicating clearly the estimated duration in terms of person-months (shown separately for work in the field and in the home office) and the proposed timing of each input for each nominated expert, including domestic experts, if required, using the format shown. The schedule shall also indicate when experts are working in the project office and when they are working at locations away from the project office.

(v) An organization chart indicating relationships amongst the Consultant and any partner and/or subcontractor, the Procuring

28 Entity, the Funding Source and the GOP, and other parties or stakeholders, if any, involved in the project.

(vi) Comments, if any, on the TOR (TPF 3. Comments and Suggestions of Consultant on the Terms of Reference and on Data, Services, and Facilities to be Provided by the Procuring Entity) to improve performance in carrying out the Project. Innovativeness shall be appreciated, including workable suggestions that could improve the quality/effectiveness of the Project. In this regard, unless the Consultant clearly states otherwise, it shall be assumed by the Procuring Entity that work required to implement any such improvements, are included in the inputs shown on the Consultant’s Staffing Schedule.

(vii) A list of facilities requested by the Consultant to be provided by the Procuring Entity in addition to those shown on the Data Sheet that may include support facilities such as: counterpart staff, office space, local transportation, equipment, domestic administrative support, etc. that would be needed to carry out the project.

(viii) The name, age, nationality, background employment record, and professional experience of each nominated expert including ongoing projects, with particular reference to the type of experience required for the tasks assigned should be presented in the CV format shown in TPF 6. Format of Curriculum Vitae (CV) for Proposed Professional Staff.

(ix) Only one CV for each consultant involved in the Project may be submitted for each position.

(x) The Procuring Entity requires that each expert confirm that the content of his/her CV is correct and the experts themselves should sign the certification of the CV. In addition, the expert should submit a signed written commitment stating that the expert shall work for the Project once awarded the contract.A zero rating shall be given to a nominated expert if the expert:

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

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

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

(c) Sworn statement in accordance with Section 25.2(b)(iv) of the IRR of RA 9184 and using the form prescribed in Section VII. Bidding Forms.

29 11. Documents Comprising the Bid: Financial Proposal

11.1. All information provided in a Consultant’s Financial Proposal shall be treated as confidential. The Financial Proposal must be submitted in hard copy using the format shown in Financial Proposal Forms.

11.2. The Financial Proposal requires completion of six (6) forms, particularly, FPF 1, FPF 2, FPF 3, FPF 4, FPF 5, and FPF 6. FPF 1. Financial Proposal Submission Form should form the covering letter of the Financial Proposal. FormFPF 2. Summary of CostsFPF 3. Breakdown of Price per Activity, FPF 4. Breakdown of Remuneration per Activity, FPF 5.Reimbursables per Activity, and FPF 6. Miscellaneous Expenses, relate to the costs of consulting services under two distinct categories, namely: (a) Remuneration; and (b) Reimbursable Expenditures.

11.3. Remuneration is divided into billing rate estimates for international and domestic consultants. Reimbursable Expenditures are divided into per diem rates for international and domestic consultants and costs for other reimbursable expenditure items required to perform the consulting services.

11.4. The list of experts, and their respective inputs, identified in Financial Proposal Forms, must match the list of experts and their respective inputs shown inTechnical Proposal Forms.

11.5. The Consultant shall be subject to Philippine taxes on amounts payable by the Procuring Entity under the contract through mandated withholding by local tax authorities of specified percentages of such amounts or otherwise. The BDS details the taxes payable.

11.6. The Financial Proposal should clearly estimate, as a separate amount, the local taxes (including social security), duties, fees, levies, and other charges imposed under the applicable law, on the Consultants, the subcontractors, and its personnel (other than Philippine Nationals or permanent residents of the Philippines).

11.7. Unless otherwise provided in the BDS, total calculated bid prices, as evaluated and corrected for minor arithmetical corrections, such as computational errors, which exceed the approved budget for the contract (ABC) shall not be considered.

12. Alternative Bids

Consultants shall submit only one bid and shall not associate with any other entity other than those already provided in its eligibility documents and allowed by the Procuring Entity.

13. Bid Currencies

13.1. All bid prices shall be quoted in Philippine Pesos unless otherwise provided in the BDS. However, for purposes of bid evaluation, bids denominated in

30 foreign currencies shall be converted to Philippine currency based on the exchange rate prevailing on the day of the bid opening.

13.2. If so allowed in accordance with ITB Clause 13.1, the Procuring Entity for purposes of bid evaluation and comparing the bid prices will convert the amounts in various currencies in which the bid price is expressed to Philippine Pesos at the exchange rate as published in the BangkoSentralngPilipinas (BSP) reference rate bulletin on the day of the bid opening.

13.3. Unless otherwise specified in the BDS, payment of the contract price shall be made in Philippine Pesos.

14. Bid Validity

14.1. Bids shall remain valid for the period specified in the BDS which shall not exceed one hundred twenty (120) calendar days from the date of the opening of bids.

14.2. In exceptional circumstances, prior to the expiration of the bid validity period, the Procuring Entity may request Consultants to extend the period of validity of their bids. The request and the responses shall be made in writing. The bid security described in ITB Clause 15should also be extended corresponding to, at least, the extension of the bid validity period. A Consultant may refuse the request without forfeiting its bid security, but his bid shall no longer be considered for further evaluation and award. A Consultant granting the request shall not be required or permitted to modify its bid.

15. Bid Security

15.1. The bid security, issued in favor of the Procuring Entity, in the amount stated in the BDS shall be equal to the percentage of the ABC in accordance with the following schedule:

Amount of Bid Security Form of Bid Security (Equal to Percentage of the ABC) a) Cash or cashier’s/manager’s check issued by a Universal or Commercial Bank. b) Bank draft/guarantee or irrevocable letter of credit issued by a Universal or Commercial Two percent (2%) Bank: Provided, however, that it shall be confirmed or authenticated by a Universal or Commercial Bank, if issued by a foreign bank. c) Surety bond callable upon demand issued by a surety or insurance company duly Five percent (5%) certified by the Insurance Commission as authorized to

31 issue such security. d) Any combination of the Proportionate to share of form with foregoing. respect to total amount of security

For biddings conducted by LGUs, the Consultant may also submit bid securities in the form of cashier’s/manager’s check, bank draft/guarantee, or irrevocable letter of credit from other banks certified by the BSP as authorized to issue such financial statement.

15.2. The bid security should be valid for the period specified in the BDS. Any bid not accompanied by an acceptable bid security shall be rejected by the Procuring Entity as non-responsive.

15.3. No bid securities shall be returned to the Consultants after the opening of bids and before contract signing, except to those that failed or declared as post- disqualified, upon submission of a written waiver of their right to file a motion for reconsideration and/or protest. Without prejudice on its forfeiture, bid securities shall be returned only after the bidder with the Lowest Calculated and Responsive Bid has signed the contract and furnished the performance security, but in no case later than the expiration of the bid security validity period indicated in ITB Clause 15.2.

15.4. Upon signing and execution of the contract pursuant to ITB Clause 30, and the posting of the performance security pursuant to ITB Clause 31, the Consultant’s bid security will be discharged, but in no case later than the bid security validity period as indicated in ITB Clause 15.2.

15.5. The bid security may be forfeited:

(a) if a Consultant:

(i) withdraws its bid during the period of bid validity specified in ITB Clause 15.2;

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

(iii) fails to submit the requirements within the prescribed period or a finding against their veracity as stated in ITB Clause 27.2; or

(iv) any other reason stated in the BDS.

(b) if the successful Consultant:

(i) fails to sign the contract in accordance with ITB Clause 30;

(ii) fails to furnish performance security in accordance with ITB Clause 31; or

(iii) any other reason stated in the BDS.

32 16. Format and Signing of Bids

16.1. Consultants shall submit their bids through their duly authorized representative using the appropriate forms provided in Section VII. Bidding Forms on or before the deadline specified in the ITB Clause18 in two (2) separate sealed bid envelopes, and which shall be submitted simultaneously. The first shall contain the technical proposal and the second shall contain the financial proposal.

16.2. Forms as mentioned in ITB Clause 16.1 must be completed without any alterations to their format, and no substitute form shall be accepted. All blank spaces shall be filled in with the information requested.

16.3. The Consultant shall prepare an original of the first and second envelopes as described in ITB Clauses 10 and 11. In addition, the Consultant shall submit copies of the first and second envelopes. In the event of any discrepancy between the original and the copies, the original shall prevail.

16.4. The bid, except for unamended printed literature, shall be signed, and each and every page thereof shall be initialed, by the duly authorized representative/s of the Consultant.

16.5. Any interlineations, erasures, or overwriting shall be valid only if they are signed or initialed by the duly authorized representative/s of the Consultant.

17. Sealing and Marking of Bids

17.1. Unless otherwise indicated in the BDS, Consultants shall enclose their original technical proposal described in ITB Clause 10, in one sealed envelope marked “ORIGINAL - TECHNICAL PROPOSAL”, and the original of their financial proposal in another sealed envelope marked “ORIGINAL - FINANCIAL PROPOSAL”, sealing them all in an outer envelope marked “ORIGINAL BID”.

17.2. Each copy of the first and second envelopes shall be similarly sealed duly marking the inner envelopes as “COPY NO. ___ - TECHNICAL PROPOSAL” and “COPY NO. ___ – FINANCIAL PROPOSAL” and the outer envelope as “COPY NO. ___”, respectively. These envelopes containing the original and the copies shall then be enclosed in one single envelope.

17.3. The original and the number of copies of the bid as indicated in the BDS shall be typed or written in indelible ink and shall be signed by the bidder or its duly authorized representative/s.

17.4. All envelopes shall:

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

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

33 (c) be addressed to the Procuring Entity’s BAC identified in ITB Clause 8.1;

(d) bear the specific identification of this bidding process indicated in the Request for Expression of Interest; and

(e) bear a warning “DO NOT OPEN BEFORE…” the date and time for the opening of bids, in accordance with ITB Clause 18.

17.5. If bids are not sealed and marked as required, the Procuring Entity will assume no responsibility for the misplacement or premature opening of the bid.

D. Submission of Bids

18. Deadline for Submission of Bids

Bids must be received by the Procuring Entity’s BAC at the address and on or before the date and time indicated in the BDS.

19. Late Bids

Any bid submitted after the deadline for submission and receipt of bids prescribed by the Procuring Entity, pursuant to ITB Clause 18, shall be declared “Late” and shall not be accepted by the Procuring Entity.

20. Modification and Withdrawal of Bids

20.1. The Consultant may modify its bid after it has been submitted; provided that the modification is received by the Procuring Entity prior to the deadline prescribed for submission and receipt of bids. The Consultant shall not be allowed to retrieve its original bid, but shall be allowed to submit another bid equally sealed, properly identified, linked to its original bid marked as “TECHNICAL MODIFICATION” or “FINANCIAL MODIFICATION” and stamped “received” by the BAC. Bid modifications received after the applicable deadline shall not be considered and shall be returned to the Consultant unopened.

20.2. A Consultant may, through a letter of withdrawal, withdraw its bid after it has been submitted, for valid and justifiable reason; provided that the letter of withdrawal is received by the Procuring Entity prior to the deadline prescribed for submission and receipt of bids.

20.3. Bids requested to be withdrawn in accordance with ITB Clause 20.1 shall be returned unopened to the Consultants. A Consultant may also express its intention not to participate in the bidding through a letter which should reach and be stamped by the BAC before the deadline for submission and receipt of bids. A Consultant that withdraws its bid shall not be permitted to submit another bid, directly or indirectly, for the same contract.

20.4. No bid may be modified after the deadline for submission of bids. No bid may be withdrawn in the interval between the deadline for submission of bids and

34 the expiration of the period of bid validity specified by the Consultant on the Financial Bid Form. Withdrawal of a bid during this interval shall result in the forfeiture of the Consultant’s bid security, pursuant to ITB Clause 15.5, and the imposition of administrative, civil, and criminal sanctions as prescribed by R.A. 9184 and its IRR.

E. Evaluation and Comparison of Bids

21. Process to be Confidential

21.1. Members of the BAC, including its staff and personnel, as well as its Secretariat and TWG, are prohibited from making or accepting any kind of communication with any Consultant regarding the evaluation of their bids until the issuance of the Notice of Award, unless otherwise allowed in the BDSor in the case of ITB Clause 22.

21.2. Any effort by a bidder to influence the Procuring Entity in the Procuring Entity’s decision in respect of bid evaluation, bid comparison or contract award will result in the rejection of the Consultant’s bid.

22. Clarification of Bids

To assist in the evaluation, comparison and post-qualification of the bids, the Procuring Entity may ask in writing any Consultant for a clarification of its bid. All responses to requests for clarification shall be in writing. Any clarification submitted by a Consultant in respect to its bid and that is not in response to a request by the Procuring Entity shall not be considered.

23. Bid Evaluation

23.1. For the evaluation of bids, numerical ratings shall be used. In order to eliminate bias in evaluating the Bids, it is recommended that the highest and lowest scores for each Consultant for each criterion shall not be considered in determining the average scores of the Consultants, except when the evaluation is conducted in a collegial manner.

23.2. For complex or unique undertakings, such as those involving new concepts/technology or financial advisory services, participating short listed consultants may be required, at the option of the Procuring Entity concerned, to make an oral presentation to be presented by each Consultant, or its nominated Project Manager or head, in case of consulting firms, within fifteen (15) calendar days after the deadline for submission of Technical Proposals.

23.3. The entire evaluation process, including the submission of the results thereof to the Head of the Procuring Entity for approval, shall be completed in not more than twenty-one (21) calendar days after the deadline for receipt of bids. The bid with the highest rank shall be identified as the Highest Rated Bid. The Head of the Procuring Entity shall approve or disapprove the recommendations of the BAC within two (2) calendar days after receipt of the results of the evaluation from the BAC.

35 23.4. All participating short listed consultants shall be furnished the results (ranking and total scores only) of the evaluation after the approval by the Head of the Procuring Entity of the ranking. Said results shall also be posted in the PhilGEPS and the website of the Procuring Entity, if available, for a period of not less than seven (7) calendar days.

24. Opening and Evaluation of Technical Proposals

24.1. The Procuring Entity shall conduct a detailed evaluation of bids following the procedures specified in the BDS depending on the evaluation procedure identified in the Request for Expression of Interest and ITB Clause 1.1.

24.2. The BAC evaluates the Technical Proposals on the basis of their compliance with the requirements under ITB Clause 10 and responsiveness to the TOR using the following criteria:

(a) Quality of personnel to be assigned to the Project which covers suitability of key staff to perform the duties for the Project and general qualifications and competence including education and training of the key staff;

(b) Experience and capability of the CONSULTANT which include records of previous engagement and quality of performance in similar and in other projects; relationship with previous and current clients; and, overall work commitments, geographical distribution of current/impending projects and attention to be given by the consultant. The suitability of the CONSULTANT to the Project shall consider both the overall experiences of the firm and the individual experiences of the principal and key staff including the times when employed by other consultants; and

(c) Plan of approach and methodology with emphasis on the clarity, feasibility, innovativeness and comprehensiveness of the plan approach, and the quality of interpretation of project problems, risks, and suggested solutions.

24.3. The BAC shall assign numerical weights to each of the above criteria which shall be indicated in the BDS. A Bid shall be rejected at this stage if it does not respond to important aspects of the TOR or if it fails to achieve the minimum Technical Score (St) indicated in the BDS.

24.4. Technical Proposals shall not be considered for evaluation in any of the following cases:

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

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

(c) the Consultant that submitted a Bid or any of its partner and/or subcontractor belongs to one of the conflict of interest cases as

36 described in ITB Clauses (a) to (b) and failed to make a proper statement to that effect in the cover letter; or

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

25. Opening and Evaluation of Financial Proposals

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

25.2. The Financial Proposals opened shall be evaluated based on the evaluation procedure indicated in ITB Clause 1.1 using the corresponding procedure provided in the BDS.

26. Negotiations

26.1. Negotiations shall be held at the address indicated in the BDS. The aim is to reach agreement on all points.

26.2. Negotiations shall cover the following:

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

(b) Discussion and finalization of the methodology and work program proposed by the Consultant;

(c) Consideration of appropriateness of qualifications and pertinent compensation, number of man-months and the personnel to be assigned to the job, taking note of over-qualified personnel to be commensurate with the compensation of personnel with the appropriate qualifications, number of man-months and schedule of activities (manning schedule);

(d) Discussion on the services, facilities and data, if any, to be provided by Procuring Entityconcerned;

(e) Unless otherwise indicated in the BDS, discussion on the Financial Proposal submitted by the Consultant; and

(f) Provisions of the contract.

26.3. Having selected the Consultant on the basis of, among other things, an evaluation of the proposed key professional staff, the Procuring Entity expects to negotiate a contract on the basis of the experts named in the bid. Before contract negotiations, the Procuring Entityshall require assurances that the experts shall be actually available. The Procuring Entity shall not consider substitutions during contract negotiations other than for reasons of death or illness unless both parties agree that undue delay in the selection process makes such substitution unavoidable or that such changes are critical to meet the objectives of the Project. If this is not the case and if it is established that key staff were offered in the bid without confirming their availability, the Consultant may be disqualified. Once the contract has been awarded, no replacement shall be allowed until after fifty percent (50%) of the personnel’s

37 man-months have been served, except for justifiable reasons. Violators shall be fined an amount equal to the refund of the replaced personnel’s basic rate, which should be at least fifty percent (50%) of the total basic rate for the duration of the engagement.

26.4. Negotiations shall include a discussion of the technical proposal, the proposed methodology (work plan), staffing and any suggestions made by the Consultant to improve the TOR. The Procuring Entity and Consultant shall then work out the final TOR, staffing, and bar charts indicating activities, staff, periods in the field and in the home office, staff-months, logistics, and reporting. The agreed work plan and final TOR shall then be incorporated in Appendix I and form part of the contract. Special attention shall be paid to getting the most the Consultant can offer within the available budget and to clearly defining the inputs required from the Procuring Entityto ensure satisfactory implementation of the Project.

26.5. The financial negotiations shall include a clarification of the Consultant’s tax liability in the Philippines, if any, and the manner in which it shall be reflected in the contract; and shall reflect the agreed technical modifications in the cost of the services. The negotiations shall conclude with a review of the draft form of the contract. To complete negotiations, the Procuring Entityand the Consultant shall initial the agreed contract. If negotiations fail, the Procuring Entityshall invite the Consultant whose Bid received the second highest score to negotiate a contract. If negotiations still fail, the Procuring Entityshall repeat the process for the next-in-rank Consultant until the negotiation is successfully completed.

27. Post Qualification

27.1. The Procuring Entity shall determine to its satisfaction whether the Consultant that is evaluated as having submitted the Highest Rated Bid (HRB) complies with and is responsive to all the requirements and conditions specified in the Eligibility Documents and ITB Clauses10 and 11.

27.2. Within a non-extendible period of three (3) calendar days from receipt by the Consultant of the notice from the BAC that it is the HRB, the Consultant shall submit the following documentary requirements:

(a) Tax clearance per Executive Order 398, Series of 2005;

(b) Latest income and business tax returns in the form specified in the BDS;

(c) Certificate of PhilGEPS Registration; and

(d) Other appropriate licenses and permits required by law and stated in the BDS.

Failure of the Consultant declared as HRB to duly submit the requirements under this Clause or a finding against the veracity of such, shall be ground for forfeiture of the bid security and disqualification of the Consultant for award.

38 27.3. The determination shall be based upon an examination of the documentary evidence of the Consultant’s qualifications submitted pursuant to ITB Clauses 10 and 11, as well as other information as the Procuring Entity deems necessary and appropriate, using a non-discretionary “pass/fail” criterion.

27.4. If the BAC determines that the Consultant with the HRB passes all the criteria for post-qualification, it shall declare the said bid as the Consultant with the Highest Rated and Responsive Bid (HRRB), and recommend to the Head of the Procuring Entity the award of contract to the said Consultant at its submitted price or its calculated bid price, whichever is lower, subject to ITB Clause29.3.

27.5. A negative determination shall result in rejection of the Consultant’sbid, in which event the Procuring Entity shall proceed to the next HRB to make a similar determination of that Consultant’s capabilities to perform satisfactorily. If the second Consultant, however, fails the post qualification, the procedure for post qualification shall be repeated for the Consultant with the next HRB, and so on until the HRRB is determined for contract award.

27.6. Within a period not exceeding seven (7) calendar days from the date of receipt of the recommendation of the BAC, the Head of the Procuring Entity shall approve or disapprove the said recommendation. In the case of GOCCs and GFIs, the period provided herein shall be fifteen (15) calendar days.

28. Reservation Clause

28.1. Notwithstanding the eligibility, short listing, or post-qualification of a Consultant, the Procuring Entity concerned reserves the right to review its qualifications at any stage of the procurement process if it has reasonable grounds to believe that a misrepresentation has been made by the said Consultant, or that there has been a change in the Consultant’s capability to undertake this Project from the time it submitted its eligibility requirements. Should such review uncover any misrepresentation made in the eligibility and bidding requirements, statements or documents, or any changes in the situation of the Consultant which will affect its capability to undertake the project so that it fails the preset eligibility or bid evaluation criteria, the Procuring Entity shall consider the said Consultant as ineligible and shall disqualify it from submitting a bid or from obtaining an award or contract.

28.2. Based on the following grounds, the Procuring Entity reserves the right to reject any and all bids, declare a failure of bidding at any time prior to the contract award, or not to award the contract, without thereby incurring any liability, and make no assurance that a contract shall be entered into as a result of the bidding:

(a) if there is prima facie evidence of collusion between appropriate public officers or employees of the Procuring Entity, or between the BAC and any of the bidders, or if the collusion is between or among the bidders themselves, or between a bidder and a third party, including any act which restricts, suppresses or nullifies or tends to restrict, suppress or nullify competition;

39 (b) if the Procuring Entity’s BAC is found to have failed in following the prescribed bidding procedures; or

(c) for any justifiable and reasonable ground where the award of the contract will not redound to the benefit of the GOP as follows:

(i) If the physical and economic conditions have significantly changed so as to render the project no longer economically, financially or technically feasible as determined by the head of the procuring entity;

(ii) If the project is no longer necessary as determined by the Head of the Procuring Entity; and

(iii) If the source of funds for the project has been withheld or reduced through no fault of the Procuring Entity.

28.3. In addition, the Procuring Entity may likewise declare a failure of bidding when:

(a) No bids are received;

(b) All prospective bidders are declared ineligible;

(c) All bids fail to comply with all the bid requirements or fail post- qualification; or

(d) The bidder with the HRRB refuses, without justifiable cause to accept the award of contract, and no award is made.

F. Award of Contract

29. Contract Award

29.1. Subject to ITB Clause 27, the Procuring Entity shall award the contract to the Bidder whose bid has been determined to be the HRRB.

29.2. Prior to the expiration of the period of bid validity, the Procuring Entity shall notify the successful Consultant in writing that its bid has been accepted, through a Notice of Award received personally or sent by registered mail or electronically, receipt of which must be confirmed in writing within two (2) days by the Consultant with the HRRB and submitted personally or sent by registered mail or electronically to the Procuring Entity.

29.3. Notwithstanding the issuance of the Notice of Award, award of contract shall be subject to the following conditions:

(a) Submission of the valid JVA, if applicable, within ten (10) calendar days from receipt by the Consultant of the notice from the BAC that the Consultant has the HRRB;

(b) Posting of the performance security in accordance with ITB Clause 31;

40 (c) Signing of the contract as provided in ITB Clause 30; and

(d) Approval by higher authority, if required.

30. Signing of the Contract

30.1. At the same time as the Procuring Entity notifies the successful Bidder that its bid has been accepted, the Procuring Entity shall send the Contract Form to the Bidder, which contract has been provided in the Bidding Documents, incorporating therein all agreements between the parties.

30.2. Within ten (10) calendar days from receipt of the Notice of Award, the successful Bidder shall post the required performance security and sign and date the contract and return it to the Procuring Entity.

30.3. The Procuring Entity shall enter into contract with the successful Bidder within the same ten (10) calendar day period provided that all the documentary requirements are complied with.

30.4. The following documents shall form part of the contract:

(a) Contract Agreement;

(b) Bidding Documents;

(c) Winning bidder’s bid, including the Technical and Financial Proposals, and all other documents/statements submitted;

(d) Performance Security;

(e) Notice of Award of Contract; and

(f) Other contract documents that may be required by existing laws and/or specified in the BDS.

31. Performance Security

31.1. Unless otherwise provided in the BDS, to guarantee the faithful performance by the winning Consultant of its obligations under the contract, it shall post a performance security within a maximum period of ten (10) calendar days from the receipt of the Notice of Award from the Procuring Entity and in no case later than the signing of the contract.

31.2. The performance security shall be denominated in Philippine Pesos and posted in favor of the Procuring Entity in an amount equal to the percentage of the total contract price in accordance with the following schedule:

41 Amount of Performance Security Form of Performance Security (Equal to Percentage of the Total Contract Price) (a) Cash or cashier’s/manager’s check issued by a Universal or Commercial Bank. (b) Bank draft/guarantee or irrevocable letter of credit issued by a Universal or Five percent (5%) Commercial Bank: Provided, however, that it shall be confirmed or authenticated by a Universal or Commercial Bank, if issued by a foreign bank. (c) Surety bond callable upon demand issued by a surety or Thirty percent (30%) insurance company duly certified by the Insurance Commission as authorized to issue such security; and/or (d) Any combination of the Proportionate to share of form with foregoing. respect to total amount of security

31.3. Failure of the successful Consultant to comply with the above-mentioned requirement shall constitute sufficient ground for the annulment of the award and forfeiture of the bid security, in which event the Procuring Entity shall initiate and complete the post qualification of the second HRB. The procedure shall be repeated until the HRRB is identified and selected for contract award. However if no Consultant passed post-qualification, the BAC shall declare the bidding a failure and conduct a re-bidding with re-advertisement.

32. Notice to Proceed

32.1. Within three (3) calendar days from the date of approval of the contract by the appropriate government approving authority, the Procuring Entity shall issue its Notice to Proceed to theConsultant.

32.2. The date of the Consultant’s receipt of the Notice to Proceed will be regarded as the effective date of the contract, unless otherwise specified in the BDS.

42 Section III. Bid Data Sheet

43 Bid Data Sheet

ITB Clause

1.1 The Procuring Entity is the Department of Transportation and Communications (DOTC)

The evaluation procedure is

Quality Cost Based Evaluation/Selection (QCBE/QCBS)

1.2 The Funding Source is:

The Government of the Philippines (GOP) through Transport Studies Fund of 2012 General Appropriations Act (GAA).

The name of the project is Consultancy Services for Household Interview Survey of MMUTIS Update and Capacity Enhancement Project.

1.3 Project Description:

To procure the services of a consultant for the purposes of conducting Household Interview Survey for Metro Manila (excluding the city of Manila) and Rizal as well as selected parts of Bulacan, Laguna and Cavite..

1.4 The Project shall not be phased.

5 No further instructions.

6.1 Subcontracting is not allowed.

6.2 Not applicable

7 The Procuring Entity will hold a pre-bid conference for this Project

At the 16th Floor, DOTC Multi-Purpose Hall, 16th Floor, The Columbia Tower, Brgy. Wack-Wack, Ortigas Avenue, Mandaluyong City

On 23 October 2012, 9:00 A.M.

44 8.1 The Procuring Entity’s address is:

DEPARTMENT OF TRANSPORTATION AND COMMUNICATIONS Unit 153, 15th Floor, The Columbia Tower, Brgy. Wack-Wack, Ortigas Avenue, Mandaluyong City

Tel. Nos.: (+632) 654-7725 Facsimile No. (+632) 654-7725 E-mail Address: [email protected] Website: www.dotc.gov.ph 10.1(b) The estimated number of professional staff-months required for the Project is six (6) months from receipt of the Notice to Proceed.

10.1(c) The minimum required experience of proposed professional staff is as follows:

Ø HIS Chief · Bachelor’s degree holder in engineering or economics with at least two- year specialized course in transportation planning or engineering; · At least ten (10) years of experience in transportation planning; · Project Manager or Team Leader in at least five (5) transport/planning studies; and · Handled the management of at least two (2) HIS

Ø Coordinator · Bachelor degree holder in any college course · Survey coordinator in at least two (2) HIS surveys in support to a transport planning studies · Survey supervisors in at least five (5) passenger interview survey sin support to transport planning studies · Traffic survey/interviewer in at least two (2) transport/traffic surveys

Ø Supervisor · With at least two-year college education · Supervisor in at least two (2) HIS surveys in support to transport studies; · Supervisor in at least two passenger interview surveys in support to transport planning studies; and · Traffic surveyor/interviewer in at least two (2) transport/traffic surveys

Ø Surveyor/Interviewer · With at least two-year college education · Surveyor/interviewer in at least one (1) HIS survey in support to a transport planning study; · Surveyor/interviewer in at least (2) passenger interview surveys in support to transport planning studies; and · Traffic surveyor/interviewer in at least two (2) transport/traffic surveys

Ø Database Systems Specialist · Bachelor degree holder in any college course with a specialized training in computerized database system

45 · Database system design and implementation in at least two (2) passenger interview type of surveys in support to transport planning studies; and · Database system design and implementation in at least two (2) transport/traffic surveys. 11.5 Taxes: CONSULTANTS shall shoulder all relevant taxes.

11.7 The ABC is Php 41,050,464.00 (Forty One million Fifty Thousand Four Hundred Sixty Four Pesos). Any bid with a financial component exceeding this amount shall not be accepted.

13.1 The bid prices shall be quoted in Philippine Pesos. The bid price should be inclusive of 12% VAT and all applicable taxes.

13.3 No further instructions.

14.1 Bids will be valid within 120 days after the submission date.

15.1 The bid security shall be in the following amount:

1. 2% of the ABC, or Eight Hundred Twenty One Thousand Nine Pesos and Twenty Centavos (Php 821,009.28), if bid security is in cash, cashier’s/manager’s check, bank draft/guarantee or irrevocable letter of credit;

2. 5% of ABC, Two Million Fifty Two Thousand Five Hundred Twenty Three Pesos and Twenty Centavos (Php2,052,523.20), if bid security is in Surety Bond; or

3. Any combination of the foregoing proportionate to the share of form with respect to total amount of security.

In lieu of a bid security mentioned above, the bidder may submit a Bid Securing Declaration that is an undertaking which states, among others, that the bidder shall enter into contract with the procuring entity and furnish the required performance security within ten (10) calendar days, or less, as indicated in the Bidding Documents, from receipt of the Notice of Award, and committing to pay the corresponding fine and be suspended for a period of time from being qualified to participate in any government procurement activity in the event it violates any of the conditions stated therein as required in the guidelines issued by the GPPB.

In no case shall bid security or Bid Securing Declaration be returned later than the expiration of the bid validity period indicated in the Bidding Documents, unless it has been extended in accordance with Section 28.2 of the IRR.

The Bid Securing Declaration Form is in Section VII. Bidding Form.

15.2 The bid security shall be valid until one hundred twenty (120) calendar days from the date of the opening of bids.

46 15.5(a)(iv) The additional grounds for forfeiture of bid security are as follows:

1. Submission of eligibility requirements containing false information or falsified documents.

2. Submission of bids that contain false information or falsified documents, or the concealment of such information in the bids in order to influence the outcome of eligibility screening or any other stage of the public bidding.

3. Allowing the use of one’s name, or using the name of another for purposes of public bidding.

4. Withdrawal of a bid, or refusal to accept an award, or enter into contract with the Government without justifiable cause, after the Bidder had been adjudged as having submitted the Lowest Calculated and Responsive Bid.

5. Refusal or failure to post the required performance security within the prescribed time.

6. Refusal to clarify or validate in writing its bid during post-qualification within a period of seven (7) calendar days from receipt of the request for clarification.

7. Any documented unsolicited attempt by a bidder to unduly influence the outcome of the bidding in his favor.

8. Failure of the potential joint venture partners to enter into the joint venture after the bid is declared as successful.

9. All other acts that tend to defeat the purpose of the competitive bidding, such as habitually withdrawing from bidding, submitting late Bids or patently insufficient bid, for at least three (3) times within a year, except for valid reasons.

15.5(b)(iii) No further instructions.

17.1 No further instructions.

17.3 Each Bidder shall submit one (1) original and two (2) copies of the first and second components of its bid.

18 The address for submission of bids is

Department of Transportation and Communications Unit 164, 16th Floor, The Columbia Tower, Brgy. Wack-Wack Ortigas Avenue, Mandaluyong City

The deadline for submission of bids is on 9 November 2012 at 9:00 A.M.

47 21.1 No further instructions.

24.1 The Quality-Cost Based Evaluation/Selection shall be used. The following processes for the opening and evaluation of bids shall be adopted:

a) The technical proposal together with the financial proposal shall be considered in the evaluation of consultants. The technical proposals shall be evaluated first using the criteria in ITB Clause 24.2. The financial proposals of the consultants who meet the minimum technical score shall then be opened.

b) The financial and technical proposals shall be given corresponding weights as follows:

i. Technical Proposal – 70%

ii. Financial Proposal – 30% Total – 100%

The BAC shall rank the consultants in descending order based on the combined numerical ratings of their technical and financial proposals and identify the Highest Rated Bid.

c) The Head of the Procuring Entity shall approve or disapprove the recommendations of the BAC within two (2) calendar days after receipt of the results of the evaluation from the BAC.

d) After approval by the Head of the Procuring Entity of the Highest Rated Bid, the BAC shall, within three (3) calendar days, notify and invite the consultant with the Highest Rated Bid for negotiation in accordance with ITB Clause 26.

24.3 The minimum required St for each criterion is as follows:

a) Qualification of personnel to be assigned to the project - 60 pts. b) Experience and capability of the consultant - 10 pts. c) Plan of approach and methodology - 30 pts.

The minimum St required to pass is seventy (70) points.

25.1 The opening of Financial Proposals shall be

on 9 November 2012 at 9:00 A.M.

at 16th Floor, DOTC Multi-Purpose Hall, 16th Floor, The Columbia Tower, Brgy. Wack-Wack, Ortigas Avenue, Mandaluyong City.

Financial Proposals shall be opened in public.

25.2 For Quality Cost Based Evaluation (QCBE):

After the evaluation of quality is completed, the Procuring Entity shall

48 notify those Consultants whose Bids did not meet the minimum qualifying mark or were considered non-responsive to the Bidding Documents and TOR, indicating that their Financial Proposals shall be returned unopened after completing the selection process. The Procuring Entity shall simultaneously notify the Consultants that have secured the minimum qualifying mark, indicating the date and time set for opening the Financial Proposals. The opening date shall not be sooner than two weeks after the notification date unless otherwise specified in ITB Clause 25.1. The notification may be sent by registered letter, facsimile, or electronic mail.

The Financial Proposals shall be opened publicly in the presence of the Consultants’ representatives who choose to attend. The name of the Consultant, the quality scores, and the proposed prices shall be read aloud and recorded when the Financial Proposals are opened. The Procuring Entity shall prepare minutes of the public opening.

The BAC shall determine whether the Financial Proposals are complete, i.e., whether all the documents mentioned in ITB Clause 11 are present and all items of the corresponding Technical Proposals that are required to be priced are so priced. If not, the Procuring Entity shall reject the proposal. The BAC shall correct any computational errors, and convert prices in various currencies to the Philippine Peso at the rate indicated in ITB Clause 13. The Financial Proposal shall not exceed the ABC and shall be deemed to include the cost of all taxes, duties, fees, levies, and other charges imposed under the applicable laws. The evaluation shall include all such taxes, duties, fees, levies, and other charges imposed under the applicable laws; where special tax privileges are granted to a particular class or nationality of Consultant by virtue of the GOP’s international commitments, the amount of such tax privileges shall be included in the Financial Proposal for purposes of comparative evaluation of Bids.

The lowest Financial Proposal (Fm) shall be given a Financial Score (Sf) of 100 points. The Sf of other Financial Proposals shall be computed based on the formula indicated below:

Sf = 100  Fl/F

Where:

Sf is the financial score of the Financial Proposal under consideration,

Fl is the price of the Fm, and

F is the price of the Financial Proposal under consideration.

Using the formula S = St  T% + Sf P%, the Bids shall then be ranked according to their combined St and Sf using the weights (T = the weight given to the Technical Proposal; F = the weight given to the Financial Proposal; T + F = 1) indicated below:

49 T = 0.70; and

P = 0.30;

provided that the total weights given to the Technical and Financial Proposals shall add up to 1.0.

26.1 The address for negotiations is:

DOTC Multi-Purpose Hall 16th Floor, The Columbia Tower, Brgy. Wack-Wack Ortigas Avenue, Mandaluyong City

26.2(e) No negotiations pertaining to the Financial Proposal shall be undertaken.

27.2(b) Consultants shall submit manually filed tax returns.

NOTE: The latest income and business tax returns are those within the last six months preceding the date of bid submission.

27.2 No further instructions.

30.4(f) No further instructions.

31.1 No further instructions.

32.2 No further instructions.

50 Section IV. General Conditions of Contract

51

TABLE OF CONTENTS

1. Definitions...... 54 2. Headings ...... 55 3. Location ...... 55 4. Law Governing Contract and Services ...... 55 5. Language ...... 56 6. Consultants and Affiliates Not to Engage in Certain Activities ...... 56 7. Authority of Member in Charge ...... 56 8. Resident Project Manager ...... 56 9. Entire Agreement ...... 56 10. Modification ...... 57 11. Relationship of Parties ...... 57 12. Authorized Representatives ...... 57 13. Good Faith ...... 57 14. Operation of the Contract...... 57 15. Notices ...... 57 16. Warranty as to Eligibility ...... 58 17. Confidentiality ...... 58 18. Payment...... 58 19. Currency of Payment ...... 59 20. Liability of the Consultant ...... 59 21. Insurance to be Taken Out by the Consultant ...... 59 22. Effectivity of Contract ...... 59 23. Commencement of Services ...... 59 24. Expiration of Contract...... 59 25. Force Majeure ...... 59 26. Suspension ...... 61 27. Termination by the Procuring Entity ...... 61 28. Termination by the Consultant...... 62 29. Procedures for Termination of Contracts ...... 63 30. Cessation of Services ...... 64 31. Payment Upon Termination ...... 64 32. Disputes about Events of Termination ...... 64 33. Cessation of Rights and Obligations ...... 64 34. Dispute Settlement ...... 65

52

35. Documents Prepared by the Consultant and Software Developed to be the Property of the Procuring Entity ...... 65 36. Equipment and Materials Furnished by the Procuring Entity ...... 65 37. Services, Facilities and Property of the Procuring Entity ...... 65 38. Consultant’s Actions Requiring Procuring Entity’s Prior Approval ...... 66 39. Personnel ...... 66 40. Working Hours, Overtime, Leave, etc...... 67 41. Counterpart Personnel ...... 68 42. Performance Security ...... 68 43. Standard of Performance...... 69 44. Consultant Not to Benefit from Commissions, Discounts, etc...... 69 45. Procurement by the Consultant ...... 70 46. Specifications and Designs ...... 70 47. Reports ...... 70 48. Assistance by the Procuring Entity on Government Requirements ...... 70 49. Access to Land ...... 71 50. Subcontract ...... 71 51. Accounting, Inspection and Auditing ...... 71 52. Contract Cost ...... 72 53. Remuneration and Reimbursable Expenditures ...... 72 54. Final Payment ...... 73 55. Lump Sum Contracts ...... 74 56. Liquidated Damages for Delay ...... 74

53

1. Definitions

1.1. Unless the context otherwise requires, the following terms whenever used in this Contract have the following meanings:

(a) “Applicable Law” means the laws and any other instruments having the force of law in the Philippines as they may be issued and enforced from time to time.

(b) “Consultant” refers to the short listed consultant with the Highest Rated and Responsive Bid determined by the Procuring Entity as such in accordance with the ITB and specified in the SCC.

(c) “Consulting Services” refer to services for Infrastructure Projects and other types of projects or activities of the Government of the Philippines (GOP) requiring adequate external technical and professional expertise that are beyond the capability and/or capacity of the Procuring Entity to undertake such as, but not limited to: (i) advisory and review services; (ii) pre-investment or feasibility studies; (iii) design; (iv) construction supervision; (v) management and related services; and (vi) other technical services or special studies.

(d) “Contract” means the agreement signed by the Parties, to which these General Conditions of Contract (GCC) and other sections of the Bidding Documents are attached.

(e) “Effective Date” means the date on which this Contract comes into full force and effect.

(f) “Foreign Currency” means any currency other than the currency of the Philippines.

(g) “Funding Source” means the entity indicated in the SCC.

(h) “GCC” means these General Conditions of Contract.

(i) “Government” means the Government of the Philippines (GOP).

(j) “Local Currency” means the Philippine Peso (Php).

(k) “Member,” in case the Consultant is a Joint Venture (JV) of two (2) or more entities, means any of these entities; and “Members” means all these entities.

(l) “Party” means the Procuring Entity or the Consultant, as the case may be, and “Parties” means both of them.

(m) “Personnel” means persons hired by the Consultant or by any Sub- Consultant as employees and assigned to the performance of the Services or any part thereof; “Foreign Personnel” means such persons who at the time of being so hired had their domicile outside the Government’s country; “Local Personnel” means such persons who at

54

the time of being so hired had their domicile inside the Philippines; and “Key Personnel” means the Personnel referred to in GCC Clause 39.

(n) “Procuring Entity” refers to any branch, constitutional commission or office, agency, department, bureau, office or instrumentality of the Government, including GOCC, GFI, SUC, and LGU procuring Goods, Consulting Services, and Infrastructure Projects.

(o) “SCC” means the Special Conditions of Contract by which the GCC may be amended or supplemented.

(p) “Services” means the work to be performed by the Consultant pursuant to this Contract, as described in Appendix I.

(q) “Sub-consultant” means any person or entity to whom/which the Consultant subcontracts any part of the Services in accordance with the provisions of GCC Clause 50.

(r) “Third Party” means any person or entity other than the Government, the Procuring Entity, the Consultant or a Sub-Consultant.

2. Headings

The headings shall not limit, alter or affect the meaning of this Contract.

3. Location

The Services shall be performed at such locations as are specified in Appendix I and, where the location of a particular task is not so specified, at such locations, whether in the Philippines or elsewhere, as the Procuring Entity may approve.

4. Law Governing Contract and Services

4.1. This Contract, its meaning and interpretation, and the relation between the Parties shall be governed by the Applicable Law.

4.2. The Consultant shall perform the Services in accordance with the Applicable Law and shall take all practicable steps to ensure that any Sub-Consultant, as well as the Personnel of the Consultant and any Sub-Consultant, complies with the Applicable Law. The Procuring Entity shall notify the Consultant in writing of relevant local customs, and the Consultant shall, after such notification, respect such customs.

4.3. If, after the date of this Contract, there is any change in the Applicable Law with respect to taxes and duties which increases or decreases the cost incurred by the Consultant in performing the Services, then the remuneration and reimbursable expenses otherwise payable to the Consultant under this Contract shall be increased or decreased on a no loss-no gain basis, and corresponding adjustments shall be made to the ceiling amounts specified in GCC Clause 52, provided that the cost is within the Approved Budget for the Contract (ABC).

55

5. Language

This Contract has been executed in the English language, which shall be the binding and controlling language for all matters relating to the meaning or interpretation of this Contract.

6. Consultants and Affiliates Not to Engage in Certain Activities

6.1. The Consultant agrees that, during the term of this Contract and after its termination, the Consultant and any entity affiliated with the Consultant, as well as any Sub-Consultant and any entity affiliated with such Sub-Consultant, shall be disqualified from providing goods, works, or consulting services for any project resulting from or closely related to this Contract other than the Services and any continuation thereof provided there is no current or future conflict.

6.2. The Consultant shall not engage, and shall cause their Personnel as well as their Sub-Consultants and their Personnel not to engage, either directly or indirectly, in any of the following activities:

(a) during the term of this Contract, any business or professional activities in the Government’s country which would conflict with the activities assigned to them under this Contract; and

(b) after the termination of this Contract, such other activities as may be specified in the SCC.

7. Authority of Member in Charge

In case the Consultant is a JV, the Members hereby authorize the entity specified in the SCC to act on their behalf in exercising all the Consultant’s rights and obligations towards the Procuring Entity under this Contract, including without limitation the receiving of instructions and payments from the Procuring Entity.

8. Resident Project Manager

If required by the SCC, the Consultant shall ensure that at all times during the Consultant’s performance of the Services in the Government’s country, a resident project manager, acceptable to the Procuring Entity, shall take charge of the performance of such Services.

9. Entire Agreement

This Contract, including the documents specified in Section 37.2.3 of the IRR, contains all covenants, stipulations and provisions agreed by the Parties. No agent or representative of either Party has authority to make any statement, representation, promise, or agreement not set forth herein of which the Parties shall not be bound by or be liable for.

56

10. Modification

Unless otherwise specified in the SCC, no modification of the terms and conditions of this Contract, including any modification of the scope of the Services shall be allowed. Pursuant to GCC Clause 14 hereof, however, each Party shall give due consideration to any proposal for modification made by the other Party.

11. Relationship of Parties

11.1. Nothing contained herein shall be construed as establishing a relation of employer and employee or of principal and agent as between the Procuring Entity and the Consultant. The Consultant, subject to this Contract, has complete charge of its Personnel and Sub-Consultants, if any, performing the Services and shall be fully responsible for the Services performed by them or on their behalf hereunder.

11.2. The Consultant shall during the performance of the Services be an independent contractor, retaining complete control over its Personnel, conforming to all statutory requirements with respect to all its employees, and providing all appropriate employee benefits.

12. Authorized Representatives

Any action required or permitted to be taken, and any document required or permitted to be executed, under this Contract by the Procuring Entity or the Consultant may be taken or executed by the officials specified in the SCC.

13. Good Faith

The Parties undertake to act in good faith with respect to each other’s rights under this Contract and to adopt all reasonable measures to ensure the realization of the objectives of this Contract.

14. Operation of the Contract

The Parties recognize that it is impractical for this Contract to provide for every contingency which may arise during the life of this Contract, and the Parties hereby agree that it is their intention that this Contract shall operate fairly as between them, and without detriment to the interest of either of them; and that, if during the term of this Contract either Party believes that this Contract is operating unfairly, the Parties shall use their best efforts to agree on such action as may be necessary to remove the cause or causes of such unfairness, but no failure to agree on any action pursuant to this Clause shall give rise to a dispute subject to arbitration in accordance with GCC Clause 34 hereof.

15. Notices

15.1. Any notice, request or consent required or permitted to be given or made pursuant to this Contract shall be in writing. Any such notice, request or consent shall be deemed to have been given or made when received by the concerned party, either in person or through an authorized representative of the Party to whom the communication is addressed, or when sent by registered

57

mail, telex, telegram or facsimile to such Party at the address specified in the SCC.

15.2. Notice shall be deemed to be effective as specified in the SCC.

15.3. A Party may change its address for notice hereunder by giving the other Party notice of such change pursuant to the provisions listed in the SCC with respect to GCC Clause 15.2.

16. Warranty as to Eligibility

16.1. The Consultant represents, warrants, and confirms that it, as well as its Sub- Consultant, if any, is eligible, i.e., has the legal personality to act as a consultant in accordance with Part I, Section II. Eligibility Documents 2 Eligibility Data Sheet issued for this project.

16.2. The Consultant shall fulfill its obligations under this Contract by using knowledge according to the best accepted professional standards. The Consultant shall exercise all reasonable skill, care and diligence in the discharge of duties agreed to be performed and shall work in the best interest of the GOP.

17. Confidentiality

Except with the prior written consent of the Procuring Entity, the Consultant and the Personnel shall not at any time communicate to any person or entity any confidential information acquired in the course of the Services, nor shall the Consultant and the Personnel make public the recommendations formulated in the course of, or as a result of, the Services. For purposes of this clause, “confidential information” means any information or knowledge acquired by the Consultant and/or its Personnel arising out of, or in connection with, the performance of the Services under this Contract that is not otherwise available to the public.

18. Payment

18.1. In consideration of the Services performed by the Consultant under this Contract, the Procuring Entity shall make to the Consultant such payments and in such manner as is provided by GCC Clause 53 of this Contract. However, the Procuring Entity may refuse to make payments when the terms and conditions of the contract are not satisfactorily performed by the Consultant.

18.2. Subject to the ceilings specified in GCC Clause 52 hereof, the Procuring Entity shall pay to the Consultant: (i) remuneration as set forth in GCC Clause 53.2; and (ii) reimbursable expenditures as set forth in GCC Clause 53.4. Said remuneration shall not be subject to price adjustment.

18.3. All payments under this Contract shall be made to the account of the Consultant specified in the SCC.

58

19. Currency of Payment

All payments shall be made in Philippine Pesos.

20. Liability of the Consultant

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

21. Insurance to be Taken Out by the Consultant

21.1. The Consultant, at its own cost, shall be responsible for taking out or maintaining any insurance policy against any risk related to the project.

21.2. The Procuring Entity undertakes no responsibility in respect of life, health, accident, travel or any other insurance coverage for the Personnel or for the dependents of any such Personnel.

22. Effectivity of Contract

This Contract shall take effect on the date of the Consultant’s receipt of the NTP, in accordance with ITB Clause 32, provided that the effectiveness of the conditions, if any, listed in the SCC have been met.

23. Commencement of Services

The Consultant shall begin carrying out the Services starting from the effectivity date of this Contract, as mentioned in GCC Clause 22.

24. Expiration of Contract

Unless sooner terminated pursuant to GCC Clauses 27 or 28 hereof, this Contract shall terminate at the end of such time period after the effectivity date as shall be specified in the SCC.

25. Force Majeure

25.1. For purposes of this Contract the terms “force majeure” and “fortuitous event” may be used interchangeably. In this regard, a fortuitous event or force majeure shall be interpreted to mean an event which the Consultant could not have foreseen, or which though foreseen, was inevitable. It shall not include ordinary unfavorable weather conditions; and any other cause the effects of which could have been avoided with the exercise of reasonable diligence by the Consultant.

25.2. The failure of a Party to fulfill any of its obligations hereunder shall not be considered to be a breach of, or default under, this Contract insofar as such inability arises from an event of force majeure, provided that the Party affected by such an event has taken all reasonable precautions, due care and reasonable alternative measures, all with the objective of carrying out the terms and conditions of this Contract.

59

25.3. Unless otherwise agreed herein, force majeure shall not include:

(a) any event which is caused by the negligence or intentional action of a Party or such Party’s Sub-Consultants or agents or employees;

(b) any event which a diligent Party could reasonably have been expected to both take into account at the time of the conclusion of this Contract and avoid or overcome in the carrying out of its obligations hereunder;

(c) insufficiency of funds or failure to make any payment required hereunder; or

(d) the Procuring Entity’s failure to review, approve or reject the outputs of the Consultant beyond a reasonable time period.

25.4. A Party affected by an event of force majeure shall take all reasonable measures to remove such Party’s inability to fulfill its obligations hereunder immediately or within a reasonable time.

25.5. A Party affected by an event of force majeure shall notify the other Party of such event as soon as possible, and in any event not later than fifteen (15) days following the occurrence of such event, providing evidence of the nature and cause of such event, and shall similarly give notice of the restoration of normal conditions as soon as possible.

25.6. The Parties shall take all reasonable measures to minimize the consequences of any event of force majeure.

25.7. Any period within which a Party shall, pursuant to this Contract, complete any action or task, shall be extended for a period equal to the time during which such Party was unable to perform such action as a direct and proximate result of force majeure.

25.8. During the period of their inability to perform the Services as a direct and proximate result of an event of force majeure, the Consultant shall be entitled to continue receiving payment under the terms of this Contract as well as to be reimbursed for additional costs reasonably and necessarily incurred by it during such period for the purposes of the Services and in reactivating the Services after the end of such period, provided that such costs are still within the total contract price. However, the foregoing provision shall not apply if the Procuring Entity suspends or terminates this Contract in writing, notice thereof duly received by the Consultant, pursuant to GCC Clauses 26 and 27 hereof with the exception of the direct and proximate result of force majeure.

25.9. Not later than fifteen (15) days after the Consultant, as the direct and proximate result of an event of force majeure, has become unable to perform a material portion of the Services, the Parties shall consult with each other with a view to agreeing on appropriate measures considering the circumstances.

25.10. In the case of disagreement between the parties as to the existence, or extent of force majeure, the matter shall be submitted to arbitration in accordance with GCC Clause 34 hereof.

60

26. Suspension

26.1. The Procuring Entity shall, by written notice of suspension to the Consultant, suspend all payments to the Consultant hereunder if the Consultant fail to perform any of their obligations due to their own fault or due to force majeure or other circumstances beyond the control of either party (e.g. suspension of civil works being supervised by the consultant) under this Contract, including the carrying out of the Services, provided that such notice of suspension:

(a) shall specify the nature of the failure; and

(b) shall request the Consultant to remedy such failure within a period not exceeding thirty (30) days after receipt by the Consultant of such notice of suspension.

26.2. The Consultant may, without prejudice to its right to terminate this Contract pursuant to GCC Clause 28, by written notice of suspension, suspend the Services if the Procuring Entity fails to perform any of its obligations which are critical to the delivery of the Consultant’s services such as, non-payment of any money due the Consultant within forty-five (45) days after receiving notice from the Consultant that such payment is overdue.

27. Termination by the Procuring Entity

27.1. The Procuring Entity shall terminate this Contract when any of the following conditions attends its implementation:

(a) Outside of force majeure, the Consultant fails to deliver or perform the Outputs and Deliverables within the period(s) specified in the Contract, or within any extension thereof granted by the Procuring Entity pursuant to a request made by the Consultant prior to the delay;

(b) As a result of force majeure, the Consultant is unable to deliver or perform a material portion of the Outputs and Deliverables for a period of not less than sixty (60) calendar days after the Consultant’s receipt of the notice from the Procuring Entity stating that the circumstance of force majeure is deemed to have ceased;

(c) In whole or in part, at any time for its convenience, the Head of the Procuring Entity may terminate the Contract for its convenience if he has determined the existence of conditions that make Project Implementation economically, financially or technically impractical and/or unnecessary, such as, but not limited to, fortuitous event(s) or changes in law and National Government policies;

(d) If the Consultant is declared bankrupt or insolvent as determined with finality by a court of competent jurisdiction; in which event, termination will be without compensation to the Consultant, provided that such termination will not prejudice or affect any right of action or remedy which has accrued or will accrue thereafter to the Procuring Entity and/or the Consultant;

61

(e) In case it is determined prima facie that the Consultant has engaged, before or during the implementation of this Contract, in unlawful deeds and behaviors relative to contract acquisition and implementation, such as, but not limited to, the following: corrupt, fraudulent, collusive and coercive practices; drawing up or using forged documents; using adulterated materials, means or methods, or engaging in production contrary to rules of science or the trade; and any other act analogous to the foregoing. For purposes of this clause, corrupt, fraudulent, collusive, and coercive practices shall have the same meaning as that provided in ITB Clause 3.1(a):

(f) The Consultant fails to remedy a failure in the performance of their obligations hereunder, as specified in a notice of suspension pursuant to GCC Clause 15.2 hereinabove, within thirty (30) days of receipt of such notice of suspension or within such further period as the Procuring Entity may have subsequently approved in writing;

(g) The Consultant’s failure to comply with any final decision reached as a result of arbitration proceedings pursuant to GCC Clause 34 hereof; or

(h) The Consultant fails to perform any other obligation under the Contract.

27.2. In case of termination, written notice shall be understood to mean fifteen (15) days for short term contracts, i.e., four (4) months or less, and thirty (30) days for long term contracts.

28. Termination by the Consultant

The Consultant must serve a written notice to the Procuring Entity of its intention to terminate this Contract at least thirty (30) calendar days before its intended termination. This Contract is deemed terminated if no action has been taken by the Procuring Entity with regard to such written notice within thirty (30) calendar days after the receipt thereof by the Procuring Entity. The Consultant may terminate this Contract through any of the following events:

(a) The Procuring Entity is in material breach of its obligations pursuant to this Contract and has not remedied the same within sixty (60) calendar days following its receipt of the Consultant’s notice specifying such breach;

(b) The Procuring Entity’s failure to comply with any final decision reached as a result of arbitration pursuant to GCC Clause 34 hereof

(c) As the direct and proximate result of force majeure, the Consultant is unable to perform a material portion of the Services for a period of not less than sixty (60) days; or

(d) The Procuring Entityfails to pay any money due to the Consultant pursuant to this Contract and not subject to dispute pursuant to GCC Clause 32 hereof within eighty four (84) days after receiving written notice from the Consultant that such payment is overdue.

62

29. Procedures for Termination of Contracts

The following provisions shall govern the procedures for the termination of this Contract:

(a) Upon receipt of a written report of acts or causes which may constitute ground(s) for termination as aforementioned, or upon its own initiative, the Procuring Entity shall, within a period of seven (7) calendar days, verify the existence of such ground(s) and cause the execution of a Verified Report, with all relevant evidence attached;

(b) Upon recommendation by the Procuring Entity, the Head of the Procuring Entity shall terminate this Contract only by a written notice to the Consultant conveying such termination. The notice shall state:

(i) that the contract is being terminated for any of the ground(s) afore- mentioned, and a statement of the acts that constitute the ground(s) constituting the same;

(ii) the extent of termination, whether in whole or in part;

(iii) an instruction to the Consultant to show cause as to why the contract should not be terminated; and

(iv) special instructions of the Procuring Entity, if any.

The Notice to Terminate shall be accompanied by a copy of the Verified Report;

(c) Within a period of seven (7) calendar days from receipt of the Notice of Termination, the Consultant shall submit to the Head of the Procuring Entity a verified position paper stating why this Contract should not be terminated. If the Consultant fails to show cause after the lapse of the seven (7) day period, either by inaction or by default, the Head of the Procuring Entity shall issue an order terminating this Contract;

(d) The Procuring Entity may, at anytime before receipt of the Consultant’s verified position paper to withdraw the Notice to Terminate if it is determined that certain services subject of the notice had been completed or performed before the Consultant’s receipt of the notice;

(e) Within a non-extendible period of ten (10) calendar days from receipt of the verified position paper, the Head of the Procuring Entity shall decide whether or not to terminate this Contract. It shall serve a written notice to the Consultant of its decision and, unless otherwise provided, this Contract is deemed terminated from receipt of the Consultant of the notice of decision. The termination shall only be based on the ground(s) stated in the Notice to Terminate; and

(f) The Head of the Procuring Entity may create a Contract Termination Review Committee (CTRC) to assist him in the discharge of this function. All

63

decisions recommended by the CTRC shall be subject to the approval of the Head of the Procuring Entity.

30. Cessation of Services

Upon termination of this Contract by notice of either Party to the other pursuant to GCC Clauses 27 or 28 hereof, the Consultant shall, immediately upon dispatch or receipt of such notice, take all necessary steps to bring the Services to a close in a prompt and orderly manner and shall make every reasonable effort to keep expenditures for this purpose to a minimum. With respect to documents prepared by the Consultant and equipment and materials furnished by the Procuring Entity, the Consultant shall proceed as provided, respectively, by GCC Clauses 35 or 36 hereof.

31. Payment Upon Termination

Upon termination of this Contract pursuant to GCC Clauses 27 or 28 hereof, the Procuring Entity shall make the following payments to the Consultant:

(a) remuneration pursuant to GCC Clause 53 hereof for Services satisfactorily performed prior to the effective date of termination;

(b) reimbursable expenditures pursuant to GCC Clause 53 hereof for expenditures actually incurred prior to the effective date of termination; and

(c) in the case of termination pursuant to GCC Clause 27.1(b) hereof, reimbursement of any reasonable cost incident to the prompt and orderly termination of this Contract including the cost of the return travel of the Personnel and their eligible dependents.

32. Disputes about Events of Termination

If either Party disputes whether an event specified in GCC Clause 27.1 or in GCC Clause 28 hereof has occurred, such Party mayrefer the matter to arbitration pursuant to GCC Clause 34 hereof, and this Contract shall not be terminated on account of such event except in accordance with the terms of any resulting arbitral award.

33. Cessation of Rights and Obligations

Upon termination of this Contract pursuant to GCC Clauses 27 or 28 hereof, or upon expiration of this Contract pursuant to GCC Clause 24, all rights and obligations of the Parties hereunder shall cease, except:

(a) such rights and obligations as may have accrued on the date of termination or expiration;

(b) the obligation of confidentiality set forth in GCC Clause 17 hereof; and

(c) the Consultant’s obligation to permit inspection, copying and auditing of their accounts and records set forth in GCC Clauses 51.1(b) and 51.1(c) hereof, any right which a Party may have under the Applicable Law.

64

34. Dispute Settlement

34.1. If any dispute or difference of any kind whatsoever shall arise between the Parties in connection with the implementation of this Contract, the Parties shall make every effort to resolve amicably such dispute or difference by mutual consultation.

34.2. Any and all disputes arising from the implementation of this Contract shall be submitted to arbitration in accordance with the rules of procedure specified in the SCC.

35. Documents Prepared by the Consultant and Software Developed to be the Property of the Procuring Entity

35.1. All plans, drawings, specifications, designs, reports, other documents and software prepared by the Consultant for the Procuring Entity under this Contract shall become and remain the property of the Procuring Entity, and the Consultant shall, prior to termination or expiration of this Contract, deliver all such documents to the Procuring Entity, together with a detailed inventory thereof. The Consultant may retain a copy of such documents and software. The plans, drawings, specifications, designs, reports, other documents and software, including restrictions on future use of such documents and software, if any, shall be specified in the SCC.

35.2. All computer programs developed by the Consultant under this Contract shall be the sole and exclusive property of the Procuring Entity; provided, however, that the Consultant may use such programs for its own use with prior written approval of the Procuring Entity. If license agreements are necessary or appropriate between the Consultant and third parties for purposes of development of any such computer programs, the Consultant shall obtain the Procuring Entity’s prior written approval to such agreements. In such cases, the Procuring Entity shall be entitled at its discretion to require recovering the expenses related to the development of the program(s) concerned.

36. Equipment and Materials Furnished by the Procuring Entity

Equipment and materials made available to the Consultant by the Procuring Entity, or purchased by the Consultant with funds provided by the Procuring Entity, shall be the property of the Procuring Entity and shall be marked accordingly. Upon termination or expiration of this Contract, the Consultant shall make available to the Procuring Entity an inventory of such equipment and materials and shall dispose of such equipment and materials in accordance with the Procuring Entity’s instructions. While in possession of such equipment and materials, the Consultant, unless otherwise instructed by the Procuring Entity in writing, shall insure it at the expense of the Procuring Entity in an amount equal to their full replacement value.

37. Services, Facilities and Property of the Procuring Entity

The Procuring Entity shall make available to the Consultant and the Personnel, for the purposes of the Services and free of any charge, the services, facilities and property described in Appendix V at the terms and in the manner specified in said appendix,

65

provided that if such services, facilities and property shall not be made available to the Consultant as and when so specified, the Parties shall agree on:

(a) any time extension that it may be appropriate to grant to the Consultant for the performance of the Services;

(b) the manner in which the Consultant shall procure any such services, facilities and property from other sources; and

(c) the additional payments, if any, to be made to the Consultant as a result thereof pursuant to GCC Clause 52 hereinafter which should be within the agreed contract ceiling.

38. Consultant’s Actions Requiring Procuring Entity’s Prior Approval

The Consultant shall obtain the Procuring Entity’s prior approval in writing before taking any of the following actions:

(a) appointing such members of the Personnel as are listed in Appendix III merely by title but not by name;

(b) entering into a subcontract for the performance of any part of the Services, it being understood that:

(i) the selection of the Sub-Consultant and the terms and conditions of the subcontract shall have been approved in writing by the Procuring Entity prior to the execution of the subcontract; and

(ii) the Consultant shall remain fully liable for the performance of the Services by the Sub-Consultant and its Personnel pursuant to this Contract;

(c) replacement, during the performance of the contract for any reason, of any Personnel as listed in Appendix III of this Contract requiring the Procuring Entity’s prior approval; and

(d) any other action that may be specified in the SCC.

39. Personnel

39.1. The Consultant shall employ and provide such qualified and experienced Personnel and Sub-Consultants as are required to carry out the Services.

39.2. The title, agreed job description, minimum qualification and estimated period of engagement in the carrying out of the Services of each of the Consultant’s Key Personnel are described in Appendix III.

39.3. The Key Personnel and Sub-Consultants listed by title as well as by name in Appendix III are hereby approved by the Procuring Entity. In respect of other Key Personnel which the Consultant proposes to use in the carrying out of the Services, the Consultant shall submit to the Procuring Entity for review and approval a copy of their biographical data and, in the case of Key Personnel to

66

be assigned within the GOP, a copy of a satisfactory medical certificate attached as part of Appendix III. If the Procuring Entity does not object in writing; or if it objects in writing but fails to state the reasons for such objection, within twenty-one (21) calendar days from the date of receipt of such biographical data and, if applicable, such certificate, the Key Personnel concerned shall be deemed to have been approved by the Procuring Entity.

39.4. The Procuring Entity may request the Consultants to perform additional services not covered by the original scope of work but are determined by the Procuring Entity to be critical for the satisfactory completion of the Services, subject to GCC Clause 55.6.

39.5. No changes shall be made in the Key Personnel, except for justifiable reasons beyond the control of the Consultant, as indicated in the SCC, and only upon prior approval of the Procuring Entity. If it becomes justifiable and necessary to replace any of the Personnel, the Consultant shall forthwith provide as a replacement a person of equivalent or better qualifications. If the Consultant introduces changes in Key Personnel for reasons other than those mentioned in the SCC, the Consultant shall be liable for the imposition of damages as described in the SCC.

39.6. Any of the Personnel provided as a replacement under GCC Clauses 39.5 and 39.7, the rate of remuneration applicable to such person as well as any reimbursable expenditures the Consultant may wish to claim as a result of such replacement, shall be subject to the prior written approval by the Procuring Entity. Except as the Procuring Entity may otherwise agree, the Consultant shall bear all additional travel and other costs arising out of or incidental to any removal and/or replacement, and the remuneration to be paid for any of the Personnel provided as a replacement shall not exceed the remuneration which would have been payable to the Personnel replaced.

39.7. If the Procuring Entity finds that any of the Personnel has committed serious misconduct or has been charged with having committed a criminal action as defined in the Applicable Law, or has reasonable cause to be dissatisfied with the performance of any of the Personnel, then the Consultant shall, at the Procuring Entity’s written request specifying the grounds therefore, forthwith provide as a replacement a person with qualifications and experience acceptable to the Procuring Entity.

40. Working Hours, Overtime, Leave, etc.

40.1. Working hours and holidays for Key Personnel are set forth in Appendix III. Any travel time prior to and after contract implementation shall not be considered as part of the working hours.

40.2. The Key Personnel shall not be entitled to claim payment for overtime work, sick leave, or vacation leave from the Procuring Entity since these items are already covered by the Consultant’s remuneration. All leaves to be allowed to the Personnel are included in the staff-months of service set forth in Appendix III. Taking of leave by any Personnel should not delay the progress and adequate supervision of the Services.

67

40.3. If required to comply with the provisions of GCC Clause 43.1 hereof, adjustments with respect to the estimated periods of engagement of Key Personnel set forth in Appendix III may be made by the Consultant by prior written notice to the Procuring Entity, provided that:

(a) such adjustments shall not alter the originally estimated period of engagement of any individual by more than ten percent (10%); and

(b) the aggregate of such adjustments shall not cause payments under this Contract to exceed the ceilings set forth in GCC Clause 52.1 of this Contract. Any other such adjustments shall only be made with the Procuring Entity’s prior written approval.

41. Counterpart Personnel

41.1. If so provided in Appendix III hereto, the Procuring Entity shall make available to the Consultant, as and when provided in such Appendix III, and free of charge, such Counterpart Personnel to be selected by the Procuring Entity, with the Consultant’s advice, as shall be specified in such Appendix III. Counterpart Personnel shall work with the Consultant. If any member of the Counterpart Personnel fails to perform adequately any work assigned to such member by the Consultant which is consistent with the position occupied by such member, the Consultant may request the replacement of such member, and the Procuring Entity shall not unreasonably refuse to act upon such request.

41.2. The responsibilities of the Counterpart Personnel shall be specified in Appendix III, attached hereto, and the Counterpart Personnel shall not perform any work beyond the said responsibilities.

41.3. If Counterpart Personnel are not provided by the Procuring Entity to the Consultant as and when specified in Appendix III, and or if the Counterpart Personnel lack the necessary training, experience or authority to effectively undertake their responsibilities, the Procuring Entity and the Consultant shall agree on how the affected part of the Services shall be carried out, and the additional payments, if any, to be made by the Procuring Entity to the Consultant as a result thereof pursuant to GCC Clause 52 hereof.

42. Performance Security

42.1. Unless otherwise specified in the SCC, within ten (10) calendar days from receipt of the Notice of Award from the Procuring Entity but in no case later than the signing of the contract by both parties, the Consultant shall furnish the performance security in any the forms prescribed in the ITB Clause 31.2.

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

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

68

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

(a) There are no pending claims against the Consultant or the surety company filed by the PROCURING ENTITY;

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

(c) Other terms specified in the SCC.

42.5. In case of a reduction of the contract value, the Procuring Entity shall allow a proportional reduction in the original performance security, provided that any such reduction is more than ten percent (10%) and that the aggregate of such reductions is not more than fifty percent (50%) of the original performance security.

43. Standard of Performance

43.1. The Consultant shall perform the Services and carry out their obligations hereunder with all due diligence, efficiency and economy, in accordance with generally accepted professional techniques and practices, and shall observe sound management practices, and employ appropriate advanced technology and safe and effective equipment, machinery, materials and methods.

43.2. The Consultant shall always act, in respect of any matter relating to this Contract or to the Services, as faithful advisers to the Procuring Entity, and shall at all times support and safeguard the Procuring Entity’s legitimate interests in any dealings with Sub-Consultants or third parties.

43.3. The Consultant shall furnish to the Procuring Entity such information related to the Services as the Procuring Entity may from time to time reasonably request.

43.4. The Consultant shall at all times cooperate and coordinate with the Procuring Entity with respect to the carrying out of its obligations under this Contract.

44. Consultant Not to Benefit from Commissions, Discounts, etc.

The remuneration of the Consultant pursuant to GCC Clause 53 hereof shall constitute the Consultant’s sole remuneration in connection with this Contract or the Services and, subject to GCC Clause 45 hereof, the Consultant shall not accept for their own benefit any trade commission, discount or similar payment in connection with activities pursuant to this Contract or to the Services or in the discharge of their obligations hereunder, and the Consultant shall use its best efforts to ensure that any Sub-Consultants, as well as the Personnel and agents of either of them, similarly shall not receive any such additional remuneration.

69

45. Procurement by the Consultant

If the Consultant, as part of the Services, has the responsibility of advising or procuring goods, works or services, for the Procuring Entity, the Consultant shall comply with any applicable procurement guidelines of the Funding Source, and shall at all times exercise such responsibility in the best interest of the Procuring Entity. Any discounts or advantages obtained by the Consultant in the exercise of such procurement responsibility shall be for the benefit of the Procuring Entity.

46. Specifications and Designs

46.1. The Consultant shall prepare all specifications and designs using the metric system and shall embody the best design criteria applicable to Philippine conditions. The Consultant shall specify standards which are accepted and well-known among industrial nations.

46.2. The Consultant shall ensure that the specifications and designs and all documentation relating to procurement of goods and services for this Contract are prepared on an impartial basis so as to promote national and international competitive bidding.

47. Reports

The Consultant shall submit to the Procuring Entity the reports, deliverables and documents in English, in the form, in the numbers, and within the time periods set forth in Appendix II.

48. Assistance by the Procuring Entity on Government Requirements

48.1. The Procuring Entity may assist the Consultant, Sub-Consultants, and Personnel in the payment of such taxes, duties, fees and other impositions as may be levied under the Applicable Law by providing information on the preparation of necessary documents for payment thereof.

48.2. The Procuring Entity shall use its best efforts to ensure that the Government shall:

(a) provide the Consultant, Sub-Consultants, and Personnel with work permits and such other documents as shall be necessary to enable the Consultant, Sub-Consultants, or Personnel to perform the Services;

(b) arrange for the foreign Personnel and, if appropriate, their eligible dependents to be provided promptly with all necessary entry and exit visas, residence permits, and any other documents required for their stay in the Philippines for the duration of the Contract;

(c) facilitate prompt clearance through customs of any property required for the Services and of the necessary personal effects of the foreign Personnel and their eligible dependents;

70

(d) issue to officials, agents and representatives of the Government all such instructions as may be necessary or appropriate for the prompt and effective implementation of the Services; and

(e) grant to foreign Consultant, any foreign Sub-Consultant and the Personnel of either of them the privilege, pursuant to the Applicable Law, of bringing into the Government’s country reasonable amounts of foreign currency for purposes of the Services or for the personal use of the foreign Personnel and their dependents.

49. Access to Land

The Procuring Entity warrants that the Consultant shall have, free of charge, unimpeded access to all lands in the Philippines in respect of which access is required for the performance of the Services. The Procuring Entity shall be responsible for any damage to such land or any property thereon resulting from such access and shall indemnify the Consultant and each of the Personnel in respect of liability for any such damage, unless such damage is caused by the default or negligence of the Consultant or any Sub-Consultant or the Personnel of either of them.

50. Subcontract

50.1. Subcontracting of any portion of the Consulting Services, if allowed in the BDS, does not relieve the Consultant of any liability or obligation under this Contract. The Consultant will be responsible for the acts, defaults, and negligence of any sub-consultant, its agents, servants or workmen as fully as if these were the Consultant’s own acts, defaults, or negligence, or those of its agents, servants or workmen.

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

51. Accounting, Inspection and Auditing

51.1. The Consultant shall:

(a) keep accurate and systematic accounts and records in respect of the Services hereunder, in accordance with internationally accepted accounting principles and in such form and detail as shall clearly identify all relevant time changes and costs, and the bases thereof;

(b) permit the Procuring Entity or its designated representative and or the designated representative of the Funding Source at least once for short- term Contracts, and annually in the case of long-term Contracts, and up to one year from the expiration or termination of this Contract, to inspect the same and make copies thereof as well as to have them audited by auditors appointed by the Procuring Entity; and

71

(c) permit the Funding Source to inspect the Consultant’s accounts and records relating to the performance of the Consultant and to have them audited by auditors approved by the Funding Source, if so required.

51.2. The basic purpose of this audit is to verify payments under this Contract and, in this process, to also verify representations made by the Consultant in relation to this Contract. The Consultant shall cooperate with and assist the Procuring Entity and its authorized representatives in making such audit. In the event the audit discloses that the Consultant has overcharged the Procuring Entity, the Consultant shall immediately reimburse the Procuring Entity an amount equivalent to the amount overpaid. If overpayment is a result of the Consultant having been engaged in what the Procuring Entity (or, as the case may be, the Funding Source) determines to constitute corrupt, fraudulent, or coercive practices, as defined in GCC Clause 27.1(e) and under the Applicable Law, the Procuring Entity shall, unless the Procuring Entity decides otherwise, terminate this Contract.

51.3. The determination that the Consultant has engaged in corrupt, fraudulent, coercive practices shall result in the Procuring Entity and/or the Funding Source seeking the imposition of the maximum administrative, civil and criminal penalties up to and in including imprisonment.

52. Contract Cost

52.1. Except as may be otherwise agreed under GCC Clause 10, payments under this Contract shall not exceed the ceiling specified in the SCC. The Consultant shall notify the Procuring Entity as soon as cumulative charges incurred for the Services have reached eighty percent (80%) of this ceiling.

52.2. The cost of the Services shall be payable in Philippine Pesos and shall be set forth in the Appendix IV attached to this Contract.

53. Remuneration and Reimbursable Expenditures

53.1. Payments of Services do not relieve the Consultant of any obligation hereunder.

53.2. Remuneration for the Personnel shall be determined on the basis of time actually spent by such Personnel in the performance of the Services including other additional factors indicated in the SCC after the date determined in accordance with GCC Clause 22, or such other date as the Parties shall agree in writing, including time for necessary travel via the most direct route, at the rates referred to, and subject to such additional provisions as are set forth, in the SCC.

53.3. Remuneration for periods of less than one month shall be calculated on an hourly basis for time spent in home office (the total of 176 hours per month shall apply) and on a calendar-day basis for time spent away from home office (1 day being equivalent to 1/30th of a month).

72

53.4. Reimbursable expenditures actually and reasonably incurred by the Consultants in the performance of the Services are provided in the SCC.

53.5. Billings and payments in respect of the Services shall be made as follows:

(a) The Procuring Entity shall cause to be paid to the Consultant an advance payment as specified in the SCC, and as otherwise set forth below. The advance payment shall be due after the Consultant provides a bank guarantee in favor of the Procuring Entity issued by a bank acceptable to the Procuring Entity in accordance with the requirements provided in the SCC.

(b) As soon as practicable and not later than fifteen (15) days after the end of each calendar month during the period of the Services, the Consultant shall submit to the Procuring Entity, in duplicate, itemized statements, accompanied by copies of receipted invoices, vouchers and other appropriate supporting materials, of the amounts payable pursuant to GCC Clauses 52.1 and 53 for such month. Separate monthly statements shall be submitted in respect of amounts payable in foreign currency and in local currency. Each separate monthly statement shall distinguish that portion of the total eligible costs which pertains to remuneration from that portion which pertains to reimbursable expenditures.

(c) The Procuring Entity shall cause the payment of the Consultant’s monthly statements within sixty (60) days after the receipt by the Procuring Entity of such statements with supporting documents. Only such portion of a monthly statement that is not satisfactorily supported may be withheld from payment. Should any discrepancy be found to exist between actual payment and costs authorized to be incurred by the Consultant, the Procuring Entity may add or subtract the difference from any subsequent payments. Interest shall be paid for delayed payments following the rate provided in the SCC.

54. Final Payment

54.1. The final payment shall be made only after the final report and a final statement, identified as such, shall have been submitted by the Consultant and approved as satisfactory by the Procuring Entity. The Services shall be deemed completed and finally accepted by the Procuring Entity and the final report and final statement shall be deemed approved by the Procuring Entity as satisfactory ninety (90) calendar days after receipt of the final report and final statement by the Procuring Entity unless the Procuring Entity, within such ninety (90)-day period, gives written notice to the Consultant specifying in detail deficiencies in the Services, the final report or final statement. The Consultant shall thereupon promptly make any necessary corrections within a maximum period of ninety (90) calendar days, and upon completion of such corrections, the foregoing process shall be repeated.

54.2. Any amount which the Procuring Entity has paid or caused to be paid in accordance with this clause in excess of the amounts actually payable in

73

accordance with the provisions of this Contract shall be reimbursed by the Consultant to the Procuring Entity within thirty (30) days after receipt by the Consultant of notice thereof. Any such claim by the Procuring Entity for reimbursement must be made within twelve (12) calendar months after receipt by the Procuring Entity of a final report and a final statement approved by the Procuring Entity in accordance with the above.

55. Lump Sum Contracts

55.1. For Lump Sum Contracts when applicable, notwithstanding the terms of GCC Clauses 10, 18.1, 31(c), 41.3, 53.2, 53.3, 53.4, 53.5, and 54.1, the provisions contained hereunder shall apply.

55.2. Personnel - Any replacement approved by the Procuring Entity in accordance with ITB Clause 26.3 shall be provided by the Consultant at no additional cost.

55.3. Staffing Schedule - Should the rate of progress of the Services, or any part hereof, be at any time in the opinion of the Procuring Entity too slow to ensure that the Services are completed in accordance with the Staffing Schedule, the Procuring Entity shall so notify the Consultant in writing and the Consultant shall at its sole cost and expense, thereupon take such steps as necessary, subject to the Procuring Entity’s approval, or as reasonably required by the Procuring Entity, to expedite progress so as to ensure that the Services are completed in accordance with the Staffing Schedule.

55.4. Final payment pursuant to the Payment Schedule in Appendices IV and V shall be made by the Procuring Entity after the final report has been submitted by the Consultant and approved by the Procuring Entity.

55.5. Termination - Upon the receipt or giving of any notice referred to in GCC Clause 29 and if the Consultant is not in default under this Contract and has partly or substantially performed its obligation under this Contract up to the date of termination and has taken immediate steps to bring the Services to a close in prompt and orderly manner, there shall be an equitable reduction in the maximum amount payable under this Contract to reflect the reduction in the Services, provided that in no event shall the Consultant receive less than his actual costs up to the effective date of the termination, plus a reasonable allowance for overhead and profit.

55.6. Unless otherwise provided in the SCC, no additional payment for variation order, if any, shall be allowed for this Contract.

56. Liquidated Damages for Delay

If the Consultant fails to deliver any or all of the Services within the period(s) specified in this Contract, the Procuring Entity shall, without prejudice to its other remedies under this Contract and under the Applicable Law, deduct from the contract price, as liquidated damages, a sum equivalent to one-tenth of one percent of the price of the unperformed portion of the Services for each day of delay based on the approved contract schedule up to a maximum deduction of ten percent (10%) of the

74

contract price. Once the maximum is reached, the Procuring Entity may consider termination of this Contract pursuant to GCC Clause 27.

75

Section V. Special Conditions of Contract

76

Special Conditions of Contract GCC Clause

(b) The Funding Source is:

The Government of the Philippines (GOP) through the Transport Studies Fund FY 2012 General Appropriations Act (GAA).

6.2(b) For a period of two years after the expiration of this Contract, the Consultant shall not engage, and shall cause its Personnel as well as their Sub-Consultants and its Personnel not to engage, in the activity of a purchaser (directly or indirectly) of the assets on which they advised the Procuring Entity under this Contract nor in the activity of an adviser (directly or indirectly) of potential purchasers of such assets. The Consultant also agrees that their affiliates shall be disqualified for the same period of time from engaging in the said activities.

7 The Member in Charge is [name of member, address, and other necessary contact information].

8 The person designated as resident project manager in Appendix III shall serve in that capacity, as specified in GCC Clause 8.

10 No further instructions.

12 The Authorized Representatives are as follows:

For the Procuring Entity: ______

For the Consultant:

15.1 The addresses are:

Procuring Entity: Department of Transportation and Communications

Attention: ______

Facsimile: ______

E-Mail Address: ______

Consultants: [insert name of the Consultant]

Attention: [insert name of the Consultant’s authorized representative]

Address:

Facsimile:

E-mail Address:

77

15.2 and 15.3 Notice shall be deemed to be effective as follows:

(a) in the case of personal delivery or registered mail, on delivery;

(b) in the case of facsimiles, within [insert hours] following confirmed transmission; or

(c) in the case of telegrams, within [insert hours] following confirmed transmission.

18.3 State here Consultant’s account where payment may be made.

20 No additional provision.

22 The effectiveness condition is upon:

Receipt by Consultant of advance payment and by Procuring Entity of advance payment guarantee.

24 The time period shall be four (4) months or such other time period as the parties may agree in writing.

34.2 Any and all disputes arising from the implementation of this contract shall be submitted to arbitration in the Philippines according to the provisions of Republic Acts 876 and 9285, as required in Section 59 of the IRR of RA 9184.

35.1 The drawings, specifications, designs, reports, other documents and software prepared by the Consultant for the Procuring Entity under this Contract that shall become and remain the property of the Procuring Entity are as follows:

All submitted documents as required under the TOR. All reports and relevant data such as maps, diagrams, plans, statistics and supporting records or materials complied or prepared in the course of the services shall be confidential and shall be absolute property of the DOTC. The Consultant agrees to deliver all these materials to the DOTC upon completion of this contract. The Consultant may retain a copy of such data but shall not use the same for purposes unrelated to this contract without prior written consent of the DOTC.

Computer software and programming works purchased or paid for by the Consultant for the DOTC shall be licensed in the name of the DOTC.

38.1(d) The Consultant’s actions requiring the Procuring Entity’s prior approval are:

Refer to the requirements of the TOR.

39.5 The Consultant may change its Key Personnel only for reasons of death, serious illness, incapacity of an individual Consultant, or until after fifty

78

percent (50%) of the Personnel’s man-months have been served.

Violators will be fined an amount equal to the refund of the replaced Personnel's basic rate, which should be at least fifty percent (50%) of the total basic rate for the duration of the engagement.

42.1 No further instructions.

42.4(c) No further instructions.

52.1 The total ceiling amount in Philippine Pesos is Php 41,050,464.00 (Forty One Million Fifty Thousand and Four Hundred Sixty Four Pesos).

53.2 No additional instructions.

53.4 Not applicable.

53.5(a) No advance payment is allowed.

53.5(c) The interest rate is: 0%.

55.6 No further instructions.

79

Section VI. Terms of Reference

80

Terms of Reference

For the

MMUTIS Update and Capacity Enhancement Project (MUCEP) Survey

Table of Contents

1 INTRODUCTION ...... 82 2 SCOPE OF WORK ...... 82 ANNEX A: Household Interview Survey Forms ...... 90 ANNEX B: Number of Samples for the Household Interview Survey ...... 107

List of Tables

Table 1 Schedule of the Main Household Interview Survey Table 2 Minimum Required Inputs for the Household Interview Survey Table 3 Required Deliverables

List of Figures

Figure 1 HIS Survey Organization Figure 2 Survey Area of the Household Interview Survey

81

1 INTRODUCTION

The Japan International Cooperation Agency (JICA) Project Team (hereinafter referred to as “the Project Team”) is conducting the “Project for Capacity Development on Transportation Planning and Database Management” (hereinafter referred to as “the Project”), or MUCEP for short, in cooperation with the Department of Transportation and Communications (DOTC). The purpose of the Project is to strengthen the capacity of the DOTC on transportation database management and public transportation network planning. Under the Project, the Project Team shall engage a qualified local consultant (hereinafter referred as “the Consultant”) to execute the hereunder survey,

(i) Household Interview Survey (HIS)

HIS is conducted to obtain basic data in aid of formulating comprehensive urban and transportation plans. HIS results can be utilized not only as an essential database from which to determine existing travel behaviors of people and to forecast future traffic demand, but also as an important resource for understanding evaluations and opinions on the existing transportation environment (traffic congestion and safety, public transportation and transportation measures) and for making evaluation indicators for future policies.

2 SCOPE OF WORK

2.1 Household Interview Survey

1) Survey Items

The survey form shown in Appendix A include the items as listed below. The survey forms will be used for consistency on the previous HIS pilot study.

(a) Form 1 Household Information: This questionnaire covers the socio-economic characteristics of the households, their structure, car ownership, income levels, location of residence, number of years in said residence, etc.

(b) Form 2 Household member Information: This questionnaire covers the socio-economic characteristics of each household member 5 years old and above. These include age, gender, occupation, work and/or school address, and income.

(c) Form 3 Daily Activity Information: This questionnaire covers the characteristics of weekday trips made by each household member 5 years old and above. These include trip origin and destination, trip

82

purpose, travel mode, transfers, as well as departure and arrival times.

(d) Form 4 People’s Opinion on Transportation Environment: This questionnaire covers public opinion on present traffic conditions, traffic safety, public transportation, and transportation policies.

2) Survey Organizational Setup

The organizational setup should be formed to efficiently implement household interviews and to process collected data.

A survey chief, who must have enough experience of this kind of survey, should coordinate the entire survey team under the supervision of the Project Team and the DOTC. Major tasks of the survey chief are the preparation and periodic review of the survey schedule, coordination of the whole survey team, and submission of a weekly progress report to the Project Team and the DOTC.

Three groups should be established under the survey chief, namely (i) interview group for Metro Manila, (ii) interview group for adjoining areas, and (iii) encoding group.

(i) Interview Groups

There will be groups to conduct interviews in the survey area to cover areas within Metro Manila and other groups will be in adjoining areas consists of the following members:

 Area coordinator: S/he will make a survey plan for the area assigned by the survey chief and will give appropriate instructions to supervisors;

 Supervisors: They will prepare survey plans for the interview teams, closely supervise them, and rapidly assess the collected survey forms as to their acceptability;

 Interviewers: They will visit households in the assigned areas in pairs and conduct interviews with the household members as indicated in the survey forms.

(ii) Encoding Groups

There will be groups which will check the answers in the collected survey forms and build the database, which is an important output of HIS. The group is responsible with the following tasks:

83

 The supervisors of the encoding group are expected to receive the collected survey forms from the survey chief or the area coordinators and to distribute them to the encoders. Supervisors will analyze data processing problems, provide solutions to them, and share the same with the whole HIS survey team to ensure a more efficient work;

 Encoders will check the collected survey forms and, based on a zone code, assign numbers (codes) to the barangays where the respondents reside, work, as well as where they start, transfer, and end their trips (trip origins/trip destinations/transfer points) and which they then input into electronic files using a data entry software. When the software indicates errors, the encoders are expected to recheck the subject answers and communicate with interviewers who worked on the questionnaire.

3 Survey Method

(a) Preparation

Two dry runs of the interview will be done to ensure a better understanding of the survey forms and conditions of the survey areas by the survey team. The first dry run will entail a sampling of friends and neighbors of each interviewer. The second dry run will be conducted at the actual survey area. The same HIS survey forms will be used.

At the same time, the Consultant should train staff to be assigned with data encoding and entry, while the Project Team will provide detailed survey manuals, survey forms, as well as data entry and error checking system in the preparation phase.

(b) Field Survey

HIS is an interview survey by interviewers will visit target households and interview the respective household heads and every household member 5 years old and above according to the prepared survey forms.

The respondent households will be randomly selected at a sampling rate of 1.0% in all barangays in the survey area coverage. The sampling method is area sampling, wherein samples will be selected randomly in the field. The first house to be surveyed will be randomly selected with succeeding samples to be selected based on the density of the area.

Supervisors should check all the collected survey forms. If necessary, survey forms should be returned to interviewers for callbacks.

84

(c) Encoding, data entry, and error check

Guided by a zone code, encoders will assign a zone code to each representing a respondent’s residence, work place, and trip origin and destination.

Data entry operators will input answer into the database using a data entry and checking system. This system will send automatic warnings about data errors to enable data entry operators to correct them as they occur.

4. Survey Coverage

This HIS survey area consists of Metro Manila and adjacent municipalities, the latter forming part of the metropolitan area in terms of traffic interaction and demonstrating the present and future integration of the urban areas. Figure 2 shows the survey area which encompasses six municipalities/ cities of Laguna province, 14 of Rizal province, 17 of Bulacan province, and 14 of Cavite province. Trips made outside the study area should also be considered; therefore, external traffic zones should be determined.

Target households will be selected from all barangays in the survey area on a random basis with a sampling rate of 1.0% which implies a total 41,256 of sample households. The number of samples for each barangay is shown in Appendix B.

The survey will be conducted among household members 5 years of age and older in each respondent household. However, forms 1 and 4 will be filled out only by the household representative.

The HIS is main survey. The rest of the survey area will be covered by the Main Household Interview Survey. The Consultant will finalize the survey organization and management system during the Pilot HIS to maximize efficiency of the Main HIS which will be conducted on a larger scale.

5. Payment

The DOTC will pay the Consultant in Philippine Peso for the survey costs. The survey cost will cover all cost, such as remuneration, company profit, equipment costs, overhead costs, travel costs, communication costs, printing costs, insurance costs, tax, safety and security, among others, needed to prepare for the surveys, conduct them and encode the results. No cost increases or reduction will be allowed for price escalations, inflation or other reasons.

The DOTC will pay the consultant with the following schedule:

 Twenty (20%) percent of the contract amount as first payment within 15 days after signing the survey contract.

85

 Forty (40%) percent of the contract amount as second payment within 15 days after the project team approved the Household Interview Survey Plan.

 Twenty (20%) percent of the contract as the last payment within 15 days after submission of the Survey Completion Report.

 Twenty (20%) percent of the contract as upon submission and acceptance by the Project Team of the Survey Results Report with Encoded Database.

The DOTC will impose a penalty of one (1%) percent of the contract amount on the Consultant for each day of delay beyond the agreed contract period but not exceeding ten (10%) of the contract amount.

6. Responsibilities

The Consultant should take into consideration the following responsibilities:

1. Prepare a detailed survey methodology which should be approved by the DOTC through the Project Team;

2. Established office as the headquarters for survey activities;

3. Consider an appropriate survey organization for efficient operation with the DOTC approval, through the Project Team;

4. Train the survey staff to ensure their full understanding of the survey objectives, contents and methodologies;

5. Provide appropriate insurance to secure the safety of surveyors;

6. Collaborate with the DOTC Project Team to obtain official permits from concerned authorities to conduct the surveys;

7. Accommodate members of the Counterpart Project Team and/or official representatives of concerned authorities during their on-site check to monitor/control the surveys;

8. Hold weekly and ad-hoc meetings to report the survey progress to the Counterpart Project Team;

86

9. Advise the Counterpart Project Team in improving the survey manuals; and

10. Keep survey information/results confidential during the survey and after the termination of the contract, unless the release of the same has written permission from the DOTC.

7. HIS Schedule

The Consultant shall undertake the activities following the schedule below.

Schedule of Household Interview Survey (HIS)

Activity 1 2 3 4 5 6 1. Preparation by the Project Team and DOTC 2. Preparation by the Consultants 3. Field Survey 4. Data Encoding / Processing 5. Report Preparation 6. Submission of Database 7. Submission of Reports

87

8. Project Cost

Metro Manila (Except City of Manila) , Bulacan, Laguna, Rizal, Cavite: Rate per (1%) Sample

Unit Cost Total Cost Item Quantity Unit Remarks (Peso) (Peso)

Preparation/Dry Run 684 Man-days 600.00 410,400 Training 456 Man-days 600.00 273,600 Interviewer 20,600 Man-days 600.00 12,360,000 Supervisor 2,100 Man-days 1,000.00 2,100,000 Encoder 4,300 Man-days 600.00 2,580,000 Coding/Editing 4,300 Man-days 850.00 3,655,000 Area Coordinator 200 Man-days 1,300.00 260,000 Man- Survey Chief 6.0 Month 150,000.00 900,000 Including gas & Transportation 375 Veh-days 5,000.00 1,875,000 driver Supplies, Materials,Survey Lumpsum forms 3,780,000 Sub-total 28,194,000

Management Cost (MC) 30% 8,458,200

VAT (Sub-total + MC) x 12% 4,398,264 Grand Total 41,050,464

Unit Cost per Household 995

Assumptions: Number of sample HH 41,256 Number of interviewers/day 206 Encoding speed (samples/day) 16 Editing speed (samples/day) 8 Interviewers per Supervisor 10 Suprevisors per Area Coordinator 7 Vehicle capacity (pax) 16 Margin rate for prep/training 10% Margin rate for prep/training 5%

88

9. Inputs

Based on survey schedule and organizational requirements, the Consultant will employ survey personnel, as follows:

Position Number of Assignment Period

Persons (month)

Survey Chief 1 6

Area Coordinator 2 6

Interview Supervisor 21 6

Interviewer 206 6

Encoding Supervisor 20 6

Encoder 20 6

10. Deliverables : Duration, Reports and Documents

The consultant should submit the deliverables indicated below, to wit:

Item Number and Format Due Date Description

Compiled Database of In editable digital data All data HIS gathered the Pilot Household format Interview Survey Accomplished Survey As is To be submitted to forms DOTC Survey Report 20 copies on A4 paper

In editable digital data  Survey format Methodology

 Survey Implementation records including pictures of the surveys

 Suggestions to improve survey manuals

Sampling Rate: 1% (min. no./brgy=4) LGU Coverage Expanded MUCEP MUCEP PHP No. of HHs PHP No. of HHs NCR Manila 5,057,452 4,966 5,057,452 4,966 c/o JICA Kalookan 4,152,30089 3,794 4,152,300 3,794 Las Pinas 1,480,776 1,353 1,480,776 1,353 Makati 1,162,294 1,062 1,162,294 1,062 818,640 748 818,640 748 Mandaluyong 932,462 852 932,462 852 1,005,789 919 1,005,789 919 1,310,043 1,197 1,310,043 1,197 636,963 582 636,963 582 Paranaque 1,625,241 1,485 1,625,241 1,485 1,330,837 1,216 1,330,837 1,216 Pasig 1,862,735 1,702 1,862,735 1,702 151,033 138 151,033 138 6,888,397 6,294 6,888,397 6,294 San Juan 302,065 276 302,065 276 1,650,414 1,508 1,650,414 1,508 Valenzuela 1,477,492 1,350 1,477,492 1,350 Subtotal 26,787,481 24,476 26,787,481 24,476 Cavite 9,437,104 8,032 7,992,956 7,050 Bulacan 7,653,158 6,374 1,157 5,003 Rizal 6,657,891 5,812 6,657,891 5,812 Laguna 8,405,488 7,078 4,576,663 3,881 Pampanga 6,074,152 5,278 0 Total (excl. Manila) 59,957,822 52,084 40,958,695 41,256 c/o DOTC Total (incl. Manila) 65,015,274 57,050 46,016,147 46,222 1. Expanded MUCEP area covers NCR and the entire provinces of Bulacan, Cavite, Laguna, Pampanga, and Rizal. 2. MMUCEP area refers to the MMUTIS area or NCR, Rizal, northern Cavite and Laguna, and southern Bulacan. See list below. Bulacan Cavite Laguna Balagtas Bacoor Binan Bocaue Carmona Cabuyao Bulacan Cavite City City of Calamba Calumpit Dasmarinas Los Baños Guiguinto General Trias San Pedro Hagonoy Imus City of Santa Rosa Malolos Kawit Marilao Naic Meycauayan Noveleta

ANNEX A: Household Interview Survey Forms

Department of Transportation and Communications

90

Japan International Cooperation Agency

PROJECT FOR CAPACITY DEVELOPMENT ON TRANSPORTATION PLANNING AND DATABASE MANAGEMENT IN THE REPUBLIC OF THE PHILIPPINES

16 May 2012

Dear Head of the Family:

The Department of Transportation and Communications (DOTC) is undertaking a Household Interview Survey to obtain detailed information on the travel characteristics of the inhabitants of the City of Manila. This is part of the DOTC’s task of planning for the transportation needs of city residents and visitors under the Project for Capacity Development on Transportation Planning and Database Management in the Republic of the Philippines, a technical assistance grant from the Government of Japan.

Your household has been chosen as one of the household respondents for the survey. In this regard, we would like to ask for your consent to allow our surveyors to interview you and other household members regarding your travel characteristics and needs. The information you will provide will be treated as strictly confidential and will be used solely for the purpose of the project.

If you have any questions or require more information about the project, you may contact the JICA Project Team at these phone numbers: 6547726 and 9190182.

Your cooperation is essential for the project to be successful and will thus be most appreciated.

Thank you.

Very truly yours,

Manuel Roxas II Secretary Department of Transportation and Communications

17F, The Columbia Tower, Ortigas Avenue, Barangay Wack-wack, Mandaluyong City 1555 Tel. No.: +63-2-7246465 / 7267109 / 7267229

HOUSEHOLD INTERVIEW SURVEY

INSTRUCTIONS FOR ANSWERING THE SURVEY FORMS

91

Please answer all the survey items one by one sequentially by printing the information in the space provided or putting a check mark in the appropriate box.

If you have doubts in answering any point in the survey forms, please consult the interviewer

Form 1. Household Information

Form 1 can be completed by the father, mother, or any adult household member who can provide reliable information.

Form 2. Household Member Information

Form 2 should be completed by every member of the household who is 5 years of age and above. It is one sheet per person.

Form 3. Daily Trip Information

1. Form 3 should be completed by every member of the household who is 5 years old and above. 2. Information about ALL TRIPS made within the target date should be provided. The survey covers 24 hours beginning at 3:00 a.m. and ending at 3:00 a.m. of the following day. 3. Start the first trip (Trip No. 1) and proceed sequentially to the next trips. Give all information about each trip.

Form 4. Perception Survey on Transportation Development

Form 4 should be completed by an adult member of the household.

Coordinator’s Log

Date Name

THIS PORTION IS HIS Zone No. For Interviewers

FOR OFFICE USE Household No. For Editors

ONLY No. of HH Member’s Sheets For Coders

92

FORM 1: HOUSEHOLD INFORMATION

(1) Name ______

Last Name First Name M.I.

(2) Address of ______household No. Street Barangay

______

Municipality/City Telephone No. (optional)

(Note: Interviewers should inform interviewees that their names and addresses are needed only for follow-ups and checking of interviewer’s activities and will not be part of the database.)

(3) How many members are there in your household?

60 Years Old and Household Under 5 5–59 Years Old Above Helpers

Withou With Withou With Withou With Withou With t t t t disabilit disabilit disabilit disabilit disabilit disabilit disabilit disabilit y y y y y y y y

Male

Female

Total

(4) What is your total (5) How many vehicles (6) How many of your household

monthly household are owned/rented vehicles are parked in your

income (PHP)? by your household? garage/ near your house?

(Encircle one item)

93

1. Below 5,000 NO. OF NO. OF 2. 5,0009,999 UNITS UNITS 3. 10,00014,999 TYPE TYPE 4. 15,00019,999 OWNED RENTED 5. 20,00024,999 6. 25,00029,999 1. Bicycle 7. 30,00034,999 Bicycle 8. 35,00039,999 2. Motorcycle 9. 40,00049,999 Motorcycle 10. 50,00059,999

11. 60,00079,999 3. Car/Jeep Car/Jeep 12. 80,00099,999 13. 100,000149,999 4. Pedicab Pedicab 14. 150,000199,999 15. 200,000299,999 5. Tricycle Tricycle 16. 300,000499,999 17. Above 500,000 6. Taxi Taxi

7. Filcab Filcab

8. HOV HOV

9. Jeepney Jeepney

10. Minibus Minibus

11. Standard Bus Standard Bus

12. School/Co./ School/Co./ Tourist Bus Tourist Bus

13. Pick-up/Delivery Pick-up/Delivery Van Van

14. Truck Truck

15. Trailer Trailer

16. Others Others

(7) Ownership of house and land (8) Length of stay in

current residence

Owned Rented PHP/Month

House ______No. of years ______Land ______

94

(9) What is your previous residential address?

______

No. Street Barangay Municipality/City Province

95

FORM 2: HOUSEHOLD MEMBER INFORMATION

INSTRUCTION: To be completed by every household member aged 5 years and above.

(1) Name ______

Last Name First Name M.I.

(2) Age _____ (3) Gender Male Female 4) Differently Abled Yes No

(5) Work address ______

No. Street Barangay

______

Municipality/City Province

(6) School address ______

No. Street Barangay

______

Municipality/City Province

(7) Occupation (8) Employment sector (9) Monthly income (PHP)

(Encircle one item) (Encircle one item) (Encircle one item)

1. Official of Govt. & Special 1. Agriculture, Hunting & Forestry 1. Below 5,000 Interest Org., Corporate Exec., 2. Fishing Manager 3. Mining & Quarrying 2. 5,0009,999 2. Professional 4. Manufacturing 3. 10,00014,999 3. Technical & Associate 5. Electricity, Gas & Water Supply 4. 15,00019,999 Professionals 6. Construction 5. 20,00024,999 4. Clerical Staff 7. Wholesale & Retail Trade; Repair of 6. 25,00029,999 5. Service Worker, Shop & Market Motor Vehicles, Personal & Worker Household Goods 7. 30,00034,999 6. Farmer, Forestry Worker & 8. Hotels & Restaurants 8. 35,00039,999 Fisherman 9. Transport, Storage & Comm. 9. 40,00049,999 7. Trader & Related Worker 10. Financial Intermediation 10. 50,00059,999 8. Plant & Machine Operator & 11. Real Estate Development, Rental Assembler and Sale 11. 60,00079,999 9. Laborer & Unskilled Worker 12. Public Admin. & Defense; 12. 80,00099,999

96

10. Student (Elem.) Compulsory Social Security 13. 100,000149,999 11. Student (H.S. & Univ.) 13. Education 14. 150,000199,999 12. Housewife 14. Health & Social Work 15. 200,000299,999 13. Unemployed 15. Other Community, Social & 14. Others (specify)______Personal Services 16. 300,000499,999 16. Private Households 17. Above 500,000 17. Extraterritorial Organizations

(10) State the type of driver’s license held

Student Non-Prof. Professional None

(11) Number of vehicles for your own use

Bicycle: Motorcycle: Car/Jeep: Others: a

(12) Work hours Fixed Time Flexible Time

A pilot study is examining the possibility of using mobile phones to complement household interview surveys. It involves the analysis of the Call Detail Record 10.(CDR), which shows call durations, as well as approximate locations where calls were made and text messages were sent.

(13) Are you willing to participate in the pilot study for Metro Manila? Rest assured that no information to identify you or the location of your house is kept in the CDR. Data collection will also stop when the household survey ends. All data will be treated with utmost confidentiality.

Yes. Mobile phone #: ______Carrier: ______or Globe/SMART No I have no cellular phone.

97

FORM 3: DAILY TRIP INFORMATION

98

99

FORM 4: PERCEPTION SURVEY ON TRANSPORTATION DEVELOPMENT

INSTRUCTION: Form 4 should be completed by an adult member of the household.

Household No.

Member Code (1) Name

Traffic Congestion

(2) How do you feel about the traffic situation (congestion)? 1. Very bad 2. Bad 3. Average 4. Good 5. Very good (3) If “bad” or “very bad,” what do you think are the causes of traffic congestion? (choose two)

1. Increase of 4-wheel traffic 4. Lack of enforcement 2. Increase of motorcycle traffic 5. Lack of public transportation 3. Bad driving behavior 6. Lack of parking / other reasons (4) Compare the current traffic situation to that 5 years ago.

Much Much Worse Same Better worse better

1. Congestion 1 2 3 4 5

2. Safety 1 2 3 4 5

3. Convenience 1 2 3 4 5

Traffic Safety

(5) Were you involved in traffic accidents in the past 5 years? 1. Yes 2. No (6) If yes, how many times were you involved?

1. Seriously injured

2. Lightly injured

3. Not injured

(7) How do you feel about traffic safety?

100

Very Very Dangerous So-so Safe Dangerous safe

1. When you use a car? 1 2 3 4 5

2. When you use a motorcycle? 1 2 3 4 5

3. When you use a bicycle? 1 2 3 4 5

4. When you walk in the neighborhood? 1 2 3 4 5

5. When you walk in the city 1 2 3 4 5

6. When you cross the road? 1 2 3 4 5

(8) How do you find the driving behavior of motorcyclists? 1. Very bad 2. Bad 3. OK 4. Good 5. Very good

(9) What makes traffic safety poor? (choose two)

1. People’s driving manner 4. Lack of traffic signals 7. Lack of traffic signs 2. Increase in vehicle traffic 5. Poor traffic enforcement 8. Lack of traffic safety facilities 3. Increase in traffic congestion 6. Poor road condition 9. Lack of education

(10) What do you think is needed to improve traffic safety? (choose two)

1. Enhance people’s awareness 6. Provide more traffic signals

2. Improve roads 7. Provide more safety facilities for pedestrians

3. Provide traffic safety education/campaign 8. Strictly enforce traffic rules

4. Control motorcycle use 9. Impose helmet use within the city

5. Control car use 10. Others (please specify ______)

Public Transportation

(11) How often do you use buses? 1. 5–7 times a week 3. Once a week 5. Never 2. 2–4 times a week 4. Rarely (12) Why don’t you use buses?

1. Have own vehicle 3. Do not need to use buses 2. Not satisfied with bus services 4. No opinion (13) Please assess bus services on the following aspects:

Very Bad Bad Average Good Very Good

101

1. Route network 1 2 3 4 5

2. Operating hours 1 2 3 4 5

3. Frequency / Headway 1 2 3 4 5

4. Punctuality 1 2 3 4 5

5. Bus speeds 1 2 3 4 5

6. Bus fares 1 2 3 4 5

7. Access to bus stops 1 2 3 4 5

8. Bus stop facilities 1 2 3 4 5

9. Waiting conditions 1 2 3 4 5

10. Number of bus stops 1 2 3 4 5

11. On-board comfort 1 2 3 4 5

12. On-board security 1 2 3 4 5

13. Driver / Conductor behavior 1 2 3 4 5

14. Convenience of transfer 1 2 3 4 5

15. Others ( ) 1 2 3 4 5

(14) From the list above, select the three (3) most important aspects to improve bus services.

(15) Do you think public transportation services must improve and expand in the future? 1. Yes 2. No 3. Don’t know 4. No opinion (16) If your answer to (15) is“yes,” what types of public transportation services must improve/be offered? (choose two) 1. Jeepney 3. Aircon buses 5. Elevated railway 7. Bus rapid 2. Bus 4. Underground railway 6. Railway transit (17) If your answer to (15) is “yes,” will you pay higher fares for better public transportation services? 1. Yes 2. No 3. Don’t know 4. No opinion

Environment

(18) Please evaluate the air quality in your residential area. 1. Very bad 2. Bad 3. So-so 4. Good 5. Very good

(19) If “very bad” or “bad,” what do you think is the reason for this? 1. Vehicle traffic 2. Factories 3. Construction work 4. Other (specify:______)

102

Transportation Measures

(18) Do you support the following transportation improvement measures?

Strongly No Strongly Do not Support do not support support opinion support

1 2 3 4 5 1. Restrict car use in the CBD

1 2 3 4 5 2. Restrict motorcycle use

1 2 3 4 5 3. Restrict pedicabs

1 2 3 4 5 4. Restrict tricycles

1 2 3 4 5 5. Restrict jeepneys

1 2 3 4 5 6. Strictly control parking

7. Increase charges for car use (registration, license, fuel 1 2 3 4 5 tax, parking fees) 8. Increase charges for motorcycle use (registration, 1 2 3 4 5 license, fuel tax, parking fees) 1 2 3 4 5 9. Control air pollution (e.g., fine smoke belchers)

1 2 3 4 5 10. Promote use of electric vehicles, CNG, LPG, etc.

11. Promote people’s understanding of transportation 1 2 3 4 5 problems and measures

12. Expand bus services 1 2 3 4 5

13. Impose a 40-km/h maximum bus speed 1 2 3 4 5

14. Resume the Pasig River ferry services 1 2 3 4 5

15. Install traffic signals 1 2 3 4 5

16. Keep U-turn slots 1 2 3 4 5

17. Provide more parking facilities 1 2 3 4 5

18. Improve walking conditions (e.g., improve 1 2 3 4 5 sidewalks)

19. Provide bike lanes 1 2 3 4 5

20. Construct / Improve roads 1 2 3 4 5

21. Establish north and south integrated provincial bus 1 2 3 4 5 terminals

22. Construct exclusive bus lanes /busways (BRT) 1 2 3 4 5

103

23. Construct urban railway (elevated) 1 2 3 4 5

24. Construct urban railway (underground) 1 2 3 4 5

25. Construct urban railway (at-grade) 1 2 3 4 5

26. Transfer airport from NAI to Clark 1 2 3 4 5

27. Introduce TDM measures (e.g., park-and-ride 1 2 3 4 5 facilities)

(19) From the list above, select the three (3) most important measures.

104

Sampling Card and Control Form

Zone Code Address:

Barangay Code

Household Code Tel. No.:

Letter Scheduled Date of Date Dispatched: of Request Visit:

Trips to be surveyed: Check if Returned:

Household Members Result of Visit

Individua Age 1st 2nd 3rd 4th Visit l Name or Relationship Date Code Time

1. (Head)

2.

3.

4. 1. Interviewe d 5. 2. Absent

6. 3. Refused to Answer 7.

8. 4. Not Found

105

9.

10. 5. Moved Residence 11.

12.

Total Number of Household Result Complete Members of Total No. of Households to Incomplete Interview Interview Not Interviewed

Interviewer Name

Signature: Date:

Supervisor of Name Interviewer Signature: Date:

106

ANNEX B: Number of Samples for the Household Interview Survey Number of Province City / Municipality Barangay Total Population Sample Size Households

NCR City of Mandaluyong Addition Hills 90,556 22,292 223 5,446 1,341 13 Drive 12,216 3,007 30 Barangka Ibaba 9,082 2,236 22 Barangka Ilaya 5,783 1,424 14 Barangka Itaas 10,875 2,677 27 Burol 2,826 696 7 Buayang Bato 1,663 409 4 Daang Bakal 4,818 1,186 12 Hagdang Bato Itaas 10,572 2,602 26 Hagdang Bato Libis 7,053 1,736 17 Harapin Ang Bukas 4,049 997 10 Highway Hills 26,110 6,427 64 Hulo 21,163 5,210 52 Mabini-J. Rizal 8,702 2,142 21 Malamig 7,044 1,734 17 Mauway 27,902 6,868 69 Namayan 6,416 1,579 16 New Zañiga 7,128 1,755 18 Old Zañiga 8,549 2,104 21 Pag-asa 4,167 1,026 10 Plainview 24,003 5,909 59 Pleasant Hills 5,046 1,242 12 Poblacion 15,409 3,793 38 San Jose 6,581 1,620 16 Vergara 4,412 1,086 11 Wack-wack Greenhills 9,495 2,337 23 Subtotal 347,066 85,435 852

City of Pasig Bagong Ilog 16,676 3,977 40 Bagong Katipunan 1,150 274 4 Bambang 19,208 4,581 46 Buting 10,517 2,508 25 Caniogan 27,242 6,497 65 Dela Paz 21,155 5,045 50 Kalawaan 27,393 6,533 65 Kapasigan 5,687 1,356 14 Kapitolyo 12,414 2,961 30 Malinao 4,722 1,126 11

107

Number of Province City / Municipality Barangay Total Population Sample Size Households

Manggahan 43,647 10,409 104 Maybunga 33,307 7,943 79 Oranbo 4,028 961 10 Palatiw 19,047 4,542 45 Pinagbuhatan 144,371 34,431 344 Pineda 20,910 4,987 50 Rosario 60,563 14,443 144 Sagad 6,792 1,620 16 San Antonio 16,408 3,913 39 San Joaquin 13,642 3,253 33 San Jose 1,889 451 5 San Miguel 30,242 7,212 72 San Nicolas (Pob.) 2,239 534 5 Santa Cruz 5,355 1,277 13 Santa Rosa 692 165 4 Santo Tomas 6,251 1,491 15 Santolan 42,288 10,085 101 Sumilang 4,918 1,173 12 Ugong 20,852 4,973 50 Santa Lucia 42,755 10,196 102 Napico 45,494 10,850 109 Subtotal 711,854 169,767 1,702

Quezon City Alicia 6,547 1,457 15 Amihan 4,533 1,009 10 Apolonio Samson 37,935 8,444 84 Aurora 5,570 1,240 12 Baesa 55,890 12,441 124 Bagbag 41,732 9,290 93 Bagumbuhay 6,523 1,452 15 Bagong Lipunan Ng Crame 13,682 3,046 30 Bagong Pag-asa 42,862 9,541 95 81,634 18,172 182 Bagumbayan 9,195 2,047 20 Bahay Toro 72,319 16,098 161 20,991 4,673 47 Bayanihan 1,299 289 4 Blue Ridge A 1,546 344 4 Blue Ridge B 1,844 410 4 Botocan 7,595 1,691 17

108

Number of Province City / Municipality Barangay Total Population Sample Size Households

Bungad 12,773 2,843 28 5,247 1,168 12 Central 20,666 4,600 46 Claro 4,470 995 10 Commonwealth 196,996 43,852 439 New Era (Constitution Hills) 5,791 1,289 13 Kristong Hari 4,196 934 9 Culiat 68,846 15,325 153 Damar 1,608 358 4 Damayan 9,242 2,057 21 Damayang Lagi 16,309 3,630 36 Del Monte 12,359 2,751 28 Dioquino Zobel 1,919 427 4 Doña Imelda 21,483 4,782 48 Doña Josefa 3,746 834 8 Don Manuel 3,911 871 9 Duyan-duyan 3,853 858 9 E. Rodriguez 19,361 4,310 43 East Kamias 6,370 1,418 14 Escopa I 2,139 476 5 Escopa II 2,019 449 4 Escopa III 8,584 1,911 19 Escopa IV 1,791 399 4 Fairview 48,128 10,713 107 N. S. Amoranto (Gintong Silahis) 6,632 1,476 15 Gulod 51,473 11,458 115 Horseshoe 2,849 634 6 Immaculate Concepcion 8,772 1,953 20 Kaligayahan 51,900 11,553 116 Kalusugan 3,444 767 8 Kamuning 17,018 3,788 38 Katipunan 3,231 719 7 Kaunlaran 9,466 2,107 21 20,480 4,559 46 Laging Handa 5,637 1,255 13 Libis 4,274 951 10 Lourdes 4,828 1,075 11 Loyola Heights 17,515 3,899 39 Maharlika 4,654 1,036 10

109

Number of Province City / Municipality Barangay Total Population Sample Size Households

Malaya 4,192 933 9 Manresa 20,320 4,523 45 Mangga 2,240 499 5 Mariana 11,203 2,494 25 Mariblo 3,914 871 9 Marilag 10,458 2,328 23 Masagana 4,142 922 9 Masambong 13,058 2,907 29 Santo Domingo (Matalahib) 13,636 3,035 30 Matandang Balara 71,827 15,989 160 Milagrosa 6,843 1,523 15 Nagkaisang Nayon 47,012 10,465 105 Nayong Kanluran 2,268 505 5 Novaliches Proper 14,706 3,274 33 Obrero 7,779 1,732 17 Old Capitol Site 2,234 497 5 Paang Bundok 5,920 1,318 13 Pag-ibig Sa Nayon 5,288 1,177 12 Paligsahan 4,903 1,091 11 Paltok 17,221 3,833 38 Pansol 32,184 7,164 72 Paraiso 3,882 864 9 Pasong Putik Proper (Pasong Putik) 34,372 7,651 77 Pasong Tamo 88,500 19,700 197 Phil-Am 3,199 712 7 29,432 6,552 66 Pinagkaisahan 6,690 1,489 15 Project 6 14,791 3,293 33 Quirino 2-A 5,340 1,189 12 Quirino 2-B 4,572 1,018 10 Quirino 2-C 2,482 552 6 Quirino 3-A 1,182 263 4 Ramon Magsaysay 16,769 3,733 37 Roxas 12,504 2,783 28 Sacred Heart 9,379 2,088 21 Saint Ignatius 1,768 394 4 Saint Peter 4,955 1,103 11 Salvacion 7,472 1,663 17

110

Number of Province City / Municipality Barangay Total Population Sample Size Households

San Agustin 20,605 4,587 46 San Antonio 24,505 5,455 55 San Bartolome 44,669 9,943 99 San Isidro 8,779 1,954 20 San Isidro Labrador 6,991 1,556 16 San Jose 6,254 1,392 14 San Martin De Porres 11,950 2,660 27 San Roque 20,029 4,458 45 San Vicente 6,136 1,366 14 Santa Cruz 4,732 1,053 11 Santa Lucia 24,495 5,453 55 Santa Monica 44,262 9,853 99 Santa Teresita 8,625 1,920 19 Santo Cristo 9,511 2,117 21 Santo Niño 10,128 2,255 23 Santol 7,380 1,643 16 Sauyo 80,395 17,896 179 Sienna 3,599 801 8 Sikatuna Village 7,260 1,616 16 Silangan 4,562 1,016 10 Socorro 20,404 4,542 45 South Triangle 12,310 2,740 27 Tagumpay 2,159 481 5 Talayan 5,267 1,172 12 Talipapa 34,922 7,774 78 Tandang Sora 93,515 20,817 208 Tatalon 59,598 13,267 133 Teachers Village East 3,752 835 8 Teachers Village West 3,973 884 9 U.P. Campus 38,261 8,517 85 U.P. Village 5,003 1,114 11 Ugong Norte 10,544 2,347 23 Unang Sigaw 6,230 1,387 14 Valencia 7,970 1,774 18 Vasra 9,515 2,118 21 9,372 2,086 21 Villa Maria Clara 2,157 480 5 West Kamias 5,622 1,251 13 West Triangle 4,404 980 10

111

Number of Province City / Municipality Barangay Total Population Sample Size Households

White Plains 3,718 828 8 Balong Bato 7,723 1,719 17 Capri 12,665 2,819 28 Sangandaan 24,264 5,401 54 120,224 26,762 268 151,890 33,811 338 Holy Spirit 97,657 21,739 217 Greater Lagro 20,987 4,672 47 North Fairview 39,782 8,856 89 Subtotal 2,823,069 628,418 6,294

City of San Juan Addition Hills 3,533 824 8 Balong-Bato 7,102 1,656 17 Batis 9,522 2,220 22 Corazon De Jesus 9,398 2,191 22 Ermitaño 2,629 613 6 Halo-halo (St. Joseph) 4,553 1,062 11 Isabelita 1,687 393 4 Kabayanan 6,184 1,442 14 Little Baguio 6,553 1,528 15 Maytunas 2,582 602 6 Onse 5,045 1,176 12 Pasadeña 3,672 856 9 Pedro Cruz 3,883 905 9 Progreso 1,467 342 4 Rivera 2,794 651 7 Salapan 8,611 2,008 20 San Perfecto 3,829 893 9 Santa Lucia 5,739 1,338 13 Tibagan 4,489 1,047 10 West Crame 15,145 3,531 35 Greenhills 10,011 2,334 23 Subtotal 118,428 27,612 276

Kalookan City Barangay 1 2,619 611 6 Barangay 2 4,987 1,164 12 Barangay 3 2,840 663 7 Barangay 4 2,946 688 7 Barangay 5 2,633 614 6 Barangay 6 1,233 288 4 Barangay 7 2,756 643 6

112

Number of Province City / Municipality Barangay Total Population Sample Size Households

Barangay 8 22,953 5,357 54 Barangay 9 1,916 447 4 Barangay 10 1,253 292 4 Barangay 11 3,050 712 7 Barangay 12 29,794 6,953 70 Barangay 13 1,129 263 4 Barangay 14 19,075 4,452 45 Barangay 15 1,362 318 4 Barangay 16 3,709 866 9 Barangay 17 2,745 641 6 Barangay 18 10,221 2,385 24 Barangay 19 3,426 800 8 Barangay 20 9,716 2,268 23 Barangay 21 2,921 682 7 Barangay 22 8,402 1,961 20 Barangay 23 2,596 606 6 Barangay 24 2,921 682 7 Barangay 25 1,730 404 4 Barangay 26 33,546 7,829 78 Barangay 27 6,287 1,467 15 Barangay 28 28,827 6,728 67 Barangay 29 2,024 472 5 Barangay 30 3,519 821 8 Barangay 31 5,040 1,176 12 Barangay 32 2,372 554 6 Barangay 33 5,203 1,214 12 Barangay 34 6,471 1,510 15 Barangay 35 18,744 4,375 44 Barangay 36 4,338 1,012 10 Barangay 37 2,550 595 6 Barangay 38 4,388 1,024 10 Barangay 39 730 170 4 Barangay 40 1,472 344 4 Barangay 41 807 188 4 Barangay 42 755 176 4 Barangay 43 4,070 950 10 Barangay 44 815 190 4 Barangay 45 2,011 469 5 Barangay 46 1,597 373 4

113

Number of Province City / Municipality Barangay Total Population Sample Size Households

Barangay 47 496 116 4 Barangay 48 678 158 4 Barangay 49 4,904 1,145 11 Barangay 50 1,353 316 4 Barangay 51 1,544 360 4 Barangay 52 2,193 512 5 Barangay 53 1,400 327 4 Barangay 54 1,743 407 4 Barangay 55 1,692 395 4 Barangay 56 3,607 842 8 Barangay 57 1,002 234 4 Barangay 58 681 159 4 Barangay 59 4,203 981 10 Barangay 60 1,853 432 4 Barangay 61 1,248 291 4 Barangay 62 739 172 4 Barangay 63 2,848 665 7 Barangay 64 1,397 326 4 Barangay 65 1,267 296 4 Barangay 66 1,980 462 5 Barangay 67 2,437 569 6 Barangay 68 1,192 278 4 Barangay 69 3,044 710 7 Barangay 70 3,700 864 9 Barangay 71 1,206 281 4 Barangay 72 235 55 4 Barangay 73 16,096 3,757 38 Barangay 74 3,420 798 8 Barangay 75 3,562 831 8 Barangay 76 20 5 4 Barangay 77 1,049 245 4 Barangay 78 1,499 350 4 Barangay 79 502 117 4 Barangay 80 1,932 451 5 Barangay 81 2,350 548 5 Barangay 82 2,544 594 6 Barangay 83 2,146 501 5 Barangay 84 2,847 664 7 Barangay 85 1,694 395 4

114

Number of Province City / Municipality Barangay Total Population Sample Size Households

Barangay 86 3,104 724 7 Barangay 87 1,722 402 4 Barangay 88 2,228 520 5 Barangay 89 1,628 380 4 Barangay 90 1,547 361 4 Barangay 91 965 225 4 Barangay 92 732 171 4 Barangay 93 4,123 962 10 Barangay 94 849 198 4 Barangay 95 2,462 575 6 Barangay 96 1,186 277 4 Barangay 97 2,014 470 5 Barangay 98 1,874 437 4 Barangay 99 671 157 4 Barangay 100 962 225 4 Barangay 101 2,020 471 5 Barangay 102 1,419 331 4 Barangay 103 881 206 4 Barangay 104 804 188 4 Barangay 105 1,738 406 4 Barangay 106 396 92 4 Barangay 107 1,053 246 4 Barangay 108 1,090 254 4 Barangay 109 1,231 287 4 Barangay 110 1,004 234 4 Barangay 111 1,677 391 4 Barangay 112 1,216 284 4 Barangay 113 223 52 4 Barangay 114 970 226 4 Barangay 115 885 207 4 Barangay 116 1,206 281 4 Barangay 117 1,478 345 4 Barangay 118 5,148 1,201 12 Barangay 119 1,082 253 4 Barangay 120 8,049 1,878 19 Barangay 121 409 95 4 Barangay 122 1,907 445 4 Barangay 123 964 225 4 Barangay 124 405 95 4

115

Number of Province City / Municipality Barangay Total Population Sample Size Households

Barangay 125 1,179 275 4 Barangay 126 1,382 323 4 Barangay 127 2,425 566 6 Barangay 128 851 199 4 Barangay 129 1,441 336 4 Barangay 130 2,127 496 5 Barangay 131 1,788 417 4 Barangay 132 7,734 1,805 18 Barangay 133 5,598 1,306 13 Barangay 134 1,304 304 4 Barangay 135 598 140 4 Barangay 136 516 120 4 Barangay 137 1,115 260 4 Barangay 138 1,348 315 4 Barangay 139 3,896 909 9 Barangay 140 719 168 4 Barangay 141 2,823 659 7 Barangay 142 4,462 1,041 10 Barangay 143 3,302 771 8 Barangay 144 4,461 1,041 10 Barangay 145 4,612 1,076 11 Barangay 146 2,809 656 7 Barangay 147 3,466 809 8 Barangay 148 4,105 958 10 Barangay 149 4,875 1,138 11 Barangay 150 4,443 1,037 10 Barangay 151 4,568 1,066 11 Barangay 152 3,669 856 9 Barangay 153 3,493 815 8 Barangay 154 3,642 850 9 Barangay 155 4,107 958 10 Barangay 156 5,220 1,218 12 Barangay 157 2,721 635 6 Barangay 158 2,402 561 6 Barangay 159 4,071 950 10 Barangay 160 15,231 3,555 36 Barangay 161 7,858 1,834 18 Barangay 162 15,642 3,651 37 Barangay 163 11,087 2,588 26

116

Number of Province City / Municipality Barangay Total Population Sample Size Households

Barangay 164 13,652 3,186 32 Barangay 165 26,161 6,105 61 Barangay 166 19,562 4,565 46 Barangay 167 49,783 11,618 116 Barangay 168 29,364 6,853 69 Barangay 169 3,951 922 9 Barangay 170 9,682 2,260 23 Barangay 171 93,031 21,712 217 Barangay 172 20,882 4,873 49 Barangay 173 16,564 3,866 39 Barangay 174 19,343 4,514 45 Barangay 175 53,667 12,525 125 Barangay 176 255,719 59,680 597 Barangay 177 80,996 18,903 189 Barangay 178 103,977 24,266 243 Barangay 179 32,067 7,484 75 Barangay 180 19,025 4,440 44 Barangay 181 26,682 6,227 62 Barangay 182 8,957 2,090 21 Barangay 183 3,532 824 8 Barangay 184 2,872 670 7 Barangay 185 27,566 6,433 64 Barangay 186 19,184 4,477 45 Barangay 187 21,809 5,090 51 Barangay 188 25,717 6,002 60 Subtotal 1,576,959 368,030 3,794

City of Malabon Acacia 5,907 1,281 13 Baritan 11,833 2,566 26 Bayan-bayanan 7,589 1,646 16 Catmon 36,013 7,810 78 Concepcion 11,254 2,441 24 Dampalit 10,595 2,298 23 Flores 4,382 950 10 Hulong Duhat 9,397 2,038 20 Ibaba 6,365 1,380 14 Longos 45,614 9,893 99 Maysilo 11,243 2,438 24 Muzon 5,667 1,229 12 Niugan 5,992 1,300 13

117

Number of Province City / Municipality Barangay Total Population Sample Size Households

Panghulo 13,109 2,843 28 Potrero 38,637 8,379 84 San Agustin 11,094 2,406 24 Santolan 18,645 4,044 40 Tañong (Pob.) 13,425 2,912 29 Tinajeros 17,458 3,786 38 Tonsuya 38,526 8,355 84 22,601 4,902 49 Subtotal 345,346 74,897 748

City of Navotas Sipac-Almacen 11,702 2,697 27 Bagumbayan North 2,198 507 5 Bagumbayan South 4,379 1,009 10 Bangculasi 8,933 2,059 21 Daanghari 19,331 4,456 45 Navotas East 2,194 506 5 Navotas West 8,651 1,994 20 North Bay Blvd., North 16,347 3,768 38 North Bay Blvd., South 69,646 16,054 161 San Jose (Pob.) 28,729 6,622 66 San Rafael Village 3,426 790 8 San Roque 17,772 4,097 41 Tangos 32,675 7,532 75 Tanza 25,813 5,950 60 Subtotal 251,796 58,041 582

City of Parañaque Baclaran 18,162 4,380 44 12,273 2,960 30 La Huerta 10,058 2,426 24 San Dionisio 61,175 14,752 148 Santo Niño 28,228 6,807 68 Tambo 26,701 6,439 64 B. F. Homes 85,412 20,597 206 Don Bosco 51,752 12,480 125 Marcelo Green Village 29,113 7,021 70 Merville 23,146 5,582 56 Moonwalk 68,046 16,409 164 San Antonio 62,801 15,145 151 San Isidro 75,937 18,312 183 San Martin De Porres 19,054 4,595 46 Sun Valley 39,057 9,419 94

118

Number of Province City / Municipality Barangay Total Population Sample Size Households

Vitalez 5,035 1,214 12 Subtotal 615,950 148,538 1,485

City of Valenzuela 11,585 2,680 27 Bagbaguin 12,746 2,949 29 Balangkas 10,828 2,505 25 Parada 14,788 3,421 34 Bignay 24,461 5,659 57 Bisig 1,313 304 4 Canumay 28,057 6,491 65 37,517 8,680 87 Coloong 10,265 2,375 24 Dalandanan 16,823 3,892 39 Hen. T. De Leon 84,174 19,474 195 Isla 4,711 1,090 11 17,639 4,081 41 Lingunan 19,767 4,573 46 Mabolo 1,309 303 4 15,796 3,655 37 Malinta 47,673 11,030 110 Mapulang Lupa 23,639 5,469 55 Marulas 49,986 11,565 116 Maysan 22,222 5,141 51 Palasan 5,631 1,303 13 1,176 272 4 Paso De Blas 14,041 3,249 32 Pasolo 6,280 1,453 15 Poblacion 424 98 4 Pulo 1,180 273 4 Punturin 22,599 5,228 52 Rincon 6,589 1,524 15 Tagalag 3,148 728 7 Ugong 38,506 8,909 89 Viente Reales 22,307 5,161 52 Wawang Pulo 2,535 586 6 Subtotal 579,715 134,121 1,350

City of Las Pinas Almanza Uno 31,629 7,533 75 Daniel Fajardo 9,500 2,263 23 Elias Aldana 11,653 2,775 28 Ilaya 6,041 1,439 14

119

Number of Province City / Municipality Barangay Total Population Sample Size Households

Manuyo Uno 15,001 3,573 36 Pamplona Uno 20,003 4,764 48 Pulang Lupa Uno 36,792 8,762 88 Talon Uno 34,025 8,103 81 Zapote 23,043 5,488 55 Almanza Dos 38,643 9,203 92 B. F. International Village 69,834 16,632 166 Manuyo Dos 39,111 9,315 93 Pamplona Dos 9,862 2,349 23 Pamplona Tres 33,383 7,951 80 Pilar 29,533 7,034 70 Pulang Lupa Dos 29,769 7,090 71 Talon Dos 44,406 10,576 106 Talon Tres 26,507 6,313 63 Talon Kuatro 18,979 4,520 45 Talon Singko 40,176 9,568 96 Subtotal 567,890 135,251 1,353

City of Makati Bangkal 24,637 5,213 52 Bel-Air 12,136 2,568 26 Cembo 28,365 6,002 60 Comembo 13,590 2,875 29 Carmona 2,630 556 6 Dasmariñas 3,815 807 8 East Rembo 28,506 6,031 60 Forbes Park 1,118 237 4 Guadalupe Nuevo 14,771 3,125 31 Guadalupe Viejo 18,562 3,927 39 Kasilawan 4,835 1,023 10 La Paz 7,035 1,488 15 Magallanes 3,917 829 8 Olympia 20,114 4,256 43 Palanan 15,251 3,227 32 Pembo 49,131 10,395 104 Pinagkaisahan 6,036 1,277 13 Pio Del Pilar 24,190 5,118 51 Pitogo 15,198 3,216 32 Poblacion 14,720 3,115 31 Post Proper Northside 7,086 1,499 15 Post Proper Southside 39,590 8,377 84

120

Number of Province City / Municipality Barangay Total Population Sample Size Households

San Antonio 10,980 2,323 23 San Isidro 7,374 1,560 16 San Lorenzo 7,117 1,506 15 Santa Cruz 8,031 1,699 17 Singkamas 7,891 1,670 17 South Cembo 13,924 2,946 29 Tejeros 11,231 2,376 24 Urdaneta 2,223 470 5 Valenzuela 6,930 1,466 15 West Rembo 27,546 5,828 58 Rizal 42,727 9,040 90 Subtotal 501,207 106,045 1,062

City of Muntinlupa 57,514 14,818 148 Bayanan 36,811 9,484 95 Buli 6,662 1,716 17 Cupang 55,428 14,281 143 Poblacion 109,484 28,209 282 Putatan 81,630 21,032 210 Sucat 45,555 11,737 117 50,307 12,962 130 New Alabang Village 21,478 5,534 55 Subtotal 464,869 119,773 1,197

Pateros Aguho 7,070 1,471 15 Magtanggol 1,767 368 4 Martires Del 96 5,509 1,146 11 Poblacion 2,230 464 5 San Pedro 2,289 476 5 San Roque 4,720 982 10 Santa Ana 27,479 5,717 57 Santo Rosario-Kanluran 6,238 1,298 13 Santo Rosario-Silangan 5,319 1,107 11 Tabacalera 3,187 663 7 Subtotal 65,808 13,692 138

Taguig City Bagong Tanyag 23,102 5,212 52 Bagumbayan 34,414 7,765 78 Bambang 7,968 1,798 18 Calzada 18,880 4,260 43 Hagonoy 20,114 4,538 45 Ibayo-Tipas 19,219 4,336 43

121

Number of Province City / Municipality Barangay Total Population Sample Size Households

Ligid-Tipas 7,855 1,772 18 Lower Bicutan 45,721 10,316 103 18,759 4,233 42 14,772 3,333 33 Palingon 12,841 2,897 29 Santa Ana 14,763 3,331 33 Signal Village 37,398 8,438 84 8,155 1,840 18 39,747 8,968 90 Ususan 38,682 8,728 87 Wawa 8,204 1,851 19 70,609 15,931 159 Central Bicutan 26,000 5,866 59 Fort Bonifacio 22,409 5,056 51 Katuparan 20,268 4,573 46 34,958 7,887 79 North Daan Hari 11,662 2,631 26 North Signal Village 27,114 6,118 61 22,862 5,158 52 San Miguel 7,532 1,699 17 South Daan Hari 18,799 4,242 42 South Signal Village 35,688 8,052 81 Subtotal 668,495 150,829 1,508

Pasay City Barangay 1 1,325 346 4 Barangay 2 1,320 344 4 Barangay 3 1,122 293 4 Barangay 4 2,034 531 5 Barangay 5 789 206 4 Barangay 6 859 224 4 Barangay 7 301 79 4 Barangay 8 1,042 272 4 Barangay 9 432 113 4 Barangay 10 1,629 425 4 Barangay 11 406 106 4 Barangay 12 815 213 4 Barangay 13 2,203 575 6 Barangay 14 6,314 1,647 16 Barangay 15 962 251 4 Barangay 16 993 259 4

122

Number of Province City / Municipality Barangay Total Population Sample Size Households

Barangay 17 777 203 4 Barangay 18 798 208 4 Barangay 19 496 129 4 Barangay 20 1,484 387 4 Barangay 21 1,240 324 4 Barangay 22 649 169 4 Barangay 23 1,325 346 4 Barangay 24 757 197 4 Barangay 25 741 193 4 Barangay 26 682 178 4 Barangay 27 257 67 4 Barangay 28 1,146 299 4 Barangay 29 1,463 382 4 Barangay 30 1,958 511 5 Barangay 31 1,791 467 5 Barangay 32 2,218 579 6 Barangay 33 817 213 4 Barangay 34 1,652 431 4 Barangay 35 959 250 4 Barangay 36 295 77 4 Barangay 37 707 184 4 Barangay 38 1,382 361 4 Barangay 39 1,024 267 4 Barangay 40 1,527 398 4 Barangay 41 2,077 542 5 Barangay 42 1,306 341 4 Barangay 43 2,499 652 7 Barangay 44 1,106 289 4 Barangay 45 850 222 4 Barangay 46 5,553 1,449 14 Barangay 47 891 232 4 Barangay 48 653 170 4 Barangay 49 463 121 4 Barangay 50 333 87 4 Barangay 51 1,931 504 5 Barangay 52 1,946 508 5 Barangay 53 345 90 4 Barangay 54 1,716 448 4 Barangay 55 481 125 4

123

Number of Province City / Municipality Barangay Total Population Sample Size Households

Barangay 56 531 139 4 Barangay 57 1,460 381 4 Barangay 58 1,219 318 4 Barangay 59 853 223 4 Barangay 60 1,183 309 4 Barangay 61 2,327 607 6 Barangay 62 1,264 330 4 Barangay 63 617 161 4 Barangay 64 992 259 4 Barangay 65 2,620 684 7 Barangay 66 2,315 604 6 Barangay 67 664 173 4 Barangay 68 728 190 4 Barangay 69 825 215 4 Barangay 70 1,156 302 4 Barangay 71 537 140 4 Barangay 72 836 218 4 Barangay 73 786 205 4 Barangay 74 523 136 4 Barangay 75 1,307 341 4 Barangay 76 3,320 866 9 Barangay 77 1,571 410 4 Barangay 78 278 73 4 Barangay 79 584 152 4 Barangay 80 1,333 348 4 Barangay 81 1,840 480 5 Barangay 82 475 124 4 Barangay 83 980 256 4 Barangay 84 675 176 4 Barangay 85 761 199 4 Barangay 86 1,298 339 4 Barangay 87 390 102 4 Barangay 88 1,172 306 4 Barangay 89 476 124 4 Barangay 90 2,072 541 5 Barangay 91 1,394 364 4 Barangay 92 480 125 4 Barangay 93 273 71 4 Barangay 94 1,650 430 4

124

Number of Province City / Municipality Barangay Total Population Sample Size Households

Barangay 95 1,174 306 4 Barangay 96 864 225 4 Barangay 97 1,004 262 4 Barangay 98 1,052 274 4 Barangay 99 1,345 351 4 Barangay 100 1,556 406 4 Barangay 101 385 100 4 Barangay 102 676 176 4 Barangay 103 1,437 375 4 Barangay 104 1,563 408 4 Barangay 105 561 146 4 Barangay 106 1,271 332 4 Barangay 107 1,792 468 5 Barangay 108 1,883 491 5 Barangay 109 973 254 4 Barangay 110 2,340 610 6 Barangay 111 1,201 313 4 Barangay 112 447 117 4 Barangay 113 1,689 441 4 Barangay 114 810 211 4 Barangay 115 1,120 292 4 Barangay 116 1,409 368 4 Barangay 117 963 251 4 Barangay 118 867 226 4 Barangay 119 1,325 346 4 Barangay 120 519 135 4 Barangay 121 777 203 4 Barangay 122 1,140 297 4 Barangay 123 1,264 330 4 Barangay 124 1,418 370 4 Barangay 125 1,120 292 4 Barangay 126 2,182 569 6 Barangay 127 2,313 603 6 Barangay 128 696 182 4 Barangay 129 874 228 4 Barangay 130 3,520 918 9 Barangay 131 912 238 4 Barangay 132 2,079 542 5 Barangay 133 1,274 332 4

125

Number of Province City / Municipality Barangay Total Population Sample Size Households

Barangay 134 1,901 496 5 Barangay 135 2,783 726 7 Barangay 136 970 253 4 Barangay 137 2,387 623 6 Barangay 138 1,025 267 4 Barangay 139 844 220 4 Barangay 140 1,191 311 4 Barangay 141 387 101 4 Barangay 142 346 90 4 Barangay 143 3,225 841 8 Barangay 144 2,878 751 8 Barangay 145 6,520 1,701 17 Barangay 146 189 49 4 Barangay 147 1,565 408 4 Barangay 148 3,597 938 9 Barangay 149 318 83 4 Barangay 150 587 153 4 Barangay 151 788 206 4 Barangay 152 2,101 548 5 Barangay 153 1,179 308 4 Barangay 154 241 63 4 Barangay 155 680 177 4 Barangay 156 3,442 898 9 Barangay 157 2,486 649 6 Barangay 158 730 190 4 Barangay 159 1,284 335 4 Barangay 160 881 230 4 Barangay 161 2,718 709 7 Barangay 162 2,080 543 5 Barangay 163 1,196 312 4 Barangay 164 1,467 383 4 Barangay 165 5,189 1,354 14 Barangay 166 1,743 455 5 Barangay 167 707 184 4 Barangay 168 334 87 4 Barangay 169 2,204 575 6 Barangay 170 2,056 536 5 Barangay 171 2,920 762 8 Barangay 172 5,018 1,309 13

126

Number of Province City / Municipality Barangay Total Population Sample Size Households

Barangay 173 1,863 486 5 Barangay 174 1,440 376 4 Barangay 175 1,796 469 5 Barangay 176 1,754 458 5 Barangay 177 4,973 1,297 13 Barangay 178 5,632 1,469 15 Barangay 179 5,052 1,318 13 Barangay 180 3,633 948 9 Barangay 181 2,815 734 7 Barangay 182 3,287 858 9 Barangay 183 23,726 6,190 62 Barangay 184 12,890 3,363 34 Barangay 185 5,004 1,306 13 Barangay 186 7,485 1,953 20 Barangay 187 3,770 984 10 Barangay 188 1,548 404 4 Barangay 189 1,473 384 4 Barangay 190 4,916 1,283 13 Barangay 191 4,120 1,075 11 Barangay 192 4,191 1,093 11 Barangay 193 8,067 2,105 21 Barangay 194 5,762 1,503 15 Barangay 195 2,121 553 6 Barangay 196 946 247 4 Barangay 197 3,582 935 9 Barangay 198 1,946 508 5 Barangay 199 1,974 515 5 Barangay 200 560 146 4 Barangay 201 22,041 5,750 58 Subtotal 384,925 100,427 1,216

City of Marikina Barangka 20,656 4,486 45 Calumpang 14,325 3,111 31 Concepcion Uno 38,310 8,320 83 Jesus De La Peña 10,195 2,214 22 Malanday 52,275 11,352 114 Nangka 39,808 8,645 86 Parang 39,026 8,475 85 San Roque 17,832 3,872 39 Santa Elena (Pob.) 6,895 1,497 15

127

Number of Province City / Municipality Barangay Total Population Sample Size Households

Santo Niño 27,187 5,904 59 Tañong 7,846 1,704 17 Concepcion Dos 24,833 5,393 54 (Concepcion) 33,608 7,298 73 Industrial Valley 14,390 3,125 31 Fortune 32,768 7,116 71 Tumana 43,432 9,432 94 Subtotal 423,386 91,944 919

Total 10,446,763 2,412,820 24,476 Bulacan Balagtas (Bigaa) Borol (2nd) 8,929 1,947 19 Borol (1st) 9,474 2,065 21 Dalig 1,971 430 4 Longos 2,286 498 5 Panginay 12,544 2,735 27 Pulong Gubat 4,334 945 9 San Juan 9,240 2,014 20 Santol 14,089 3,071 31 Wawa (Pob.) 4,680 1,020 10 Subtotal 67,547 14,725 146

Bocaue Antipona 2,085 449 4 Bagumbayan 1,633 352 4 Bambang 9,177 1,977 20 Batia 21,686 4,673 47 Biñang 1st 3,475 749 7 Biñang 2nd 2,050 442 4 Bolacan 952 205 4 Bundukan 6,305 1,359 14 Nbunlo 4,946 1,066 11 Caingin 5,932 1,278 13 Duhat 6,862 1,479 15 Igulot 1,323 285 4 Lolomboy 16,319 3,516 35 Poblacion 753 162 4 Sulucan 2,758 594 6 Taal 8,340 1,797 18 Tambobong 4,494 968 10 Turo 5,805 1,251 13 Wakas 1,858 400 4 Subtotal 106,753 23,002 237

128

Number of Province City / Municipality Barangay Total Population Sample Size Households

Bulacan Bagumbayan 3,457 707 7 Balubad 3,103 635 6 Bambang 12,916 2,642 26 Matungao 9,740 1,993 20 Maysantol 2,394 490 5 Perez 2,139 438 4 Pitpitan 3,790 775 8 San Francisco 5,073 1,038 10 San Jose (Pob.) 3,583 733 7 San Nicolas 5,115 1,046 10 Santa Ana 7,968 1,630 16 Santa Ines 2,975 609 6 Taliptip 6,169 1,262 13 Tibig 2,856 584 6 Subtotal 71,278 14,582 144

Calumpit Balite 2,976 611 6 Balungao 4,600 944 9 Bunguion 3,381 694 7 Bulusan 2,274 467 5 Calizon 1,874 385 4 Calumpang 3,824 785 8 Caniogan 4,012 823 8 Corazon 2,614 537 5 Frances 5,387 1,106 11 Gatbuca 5,050 1,036 10 Gugo 1,723 354 4 Iba Este 2,615 537 5 Iba O'Este 13,236 2,717 27 Longos 2,952 606 6 Meysulao 3,304 678 7 Meyto 2,783 571 6 Palimbang 1,919 394 4 Panducot 2,457 504 5 Pio Cruzcosa 4,450 913 9 Poblacion 1,909 392 4 Pungo 8,084 1,659 17 San Jose 5,297 1,087 11 San Marcos 2,005 412 4 San Miguel 4,402 903 9

129

Number of Province City / Municipality Barangay Total Population Sample Size Households

Santa Lucia 2,457 504 5 Santo Niño 2,509 515 5 Sapang Bayan 2,500 513 5 Sergio Bayan 1,793 368 4 Sucol 962 197 4 Subtotal 103,349 21,212 214

Guiguinto Cutcut 2,570 528 5 Daungan 1,451 298 4 Ilang-ilang 3,754 771 8 Malis 14,496 2,978 30 Panginay 1,140 234 4 Poblacion 3,892 800 8 Pritil 4,061 834 8 Pulong Gubat 4,579 941 9 Santa Cruz 11,947 2,455 25 Santa Rita 13,375 2,748 27 Tabang 6,494 1,334 13 Tabe 7,559 1,553 16 Tiaong 7,716 1,585 16 Tuktukan 8,370 1,720 17 Subtotal 91,404 18,779 190

Hagonoy Abulalas 5,535 1,153 12 Carillo 1,881 392 4 Iba 5,396 1,124 11 Mercado 6,894 1,436 14 Palapat 2,467 514 5 Pugad 1,779 371 4 Sagrada Familia 6,739 1,404 14 San Agustin 9,812 2,044 20 San Isidro 7,234 1,507 15 San Jose 5,470 1,140 11 San Juan 2,837 591 6 San Miguel 5,556 1,158 12 San Nicolas 4,433 924 9 San Pablo 2,975 620 6 San Pascual 5,871 1,223 12 San Pedro 4,008 835 8 San Roque 4,972 1,036 10 San Sebastian 8,059 1,679 17

130

Number of Province City / Municipality Barangay Total Population Sample Size Households

Santa Cruz 3,887 810 8 Santa Elena 4,719 983 10 Santa Monica 8,640 1,800 18 Santo Niño (Pob.) 3,575 745 7 Santo Rosario 5,410 1,127 11 Tampok 2,995 624 6 Tibaguin 2,279 475 5 Iba-ibayo 1,662 346 4 Subtotal 125,085 26,061 259 City of Malolos (Capital) Anilao 2,165 464 5 Atlag 5,083 1,090 11 Babatnin 1,087 233 4 Bagna 4,731 1,015 10 Bagong Bayan 3,410 731 7 Balayong 3,480 746 7 Balite 2,663 571 6 Bangkal 12,901 2,767 28 Barihan 5,142 1,103 11 Bulihan 13,254 2,842 28 Bungahan 2,913 625 6 Dakila 5,825 1,249 12 Guinhawa 5,154 1,105 11 Caingin 6,100 1,308 13 Calero 1,263 271 4 Caliliwagan 500 107 4 Canalate 4,194 899 9 Caniogan 5,225 1,121 11 Catmon 2,088 448 4 Ligas 6,207 1,331 13 Liyang 1,533 329 4 Longos 11,630 2,494 25 Look 1st 5,313 1,139 11 Look 2nd 2,670 573 6 Lugam 4,608 988 10 Mabolo 6,458 1,385 14 Mambog 2,048 439 4 Masile 993 213 4 Matimbo 6,517 1,398 14

131

Number of Province City / Municipality Barangay Total Population Sample Size Households

Mojon 18,423 3,951 40 Namayan 872 187 4 Niugan 576 124 4 Pamarawan 3,870 830 8 Panasahan 8,956 1,921 19 Pinagbakahan 7,508 1,610 16 San Agustin 2,258 484 5 San Gabriel 1,975 424 4 San Juan 5,075 1,088 11 San Pablo 5,024 1,077 11 San Vicente 2,971 637 6 Santiago 2,019 433 4 Santisima Trinidad 6,504 1,395 14 Santo Cristo 2,080 446 4 Santo Niño (Pob.) 592 127 4 Santo Rosario (Pob.) 7,783 1,669 17 Santol 8,943 1,918 19 Sumapang Bata 2,677 574 6 Sumapang Matanda 6,842 1,467 15 Taal 2,100 450 5 Tikay 8,809 1,889 19 Cofradia 3,132 672 7 Subtotal 244,144 52,357 538

Marilao Abangan Norte 8,443 1,787 18 Abangan Sur 9,048 1,915 19 Ibayo 5,835 1,235 12 Lambakin 53,373 11,296 113 Lias 12,353 2,614 26 Loma de Gato 54,487 11,532 115 Nagbalon 3,287 696 7 Patubig 6,108 1,293 13 Poblacion I 1,676 355 4 Poblacion II 5,009 1,060 11 Prenza I 5,741 1,215 12 Prenza II 6,499 1,375 14 Santa Rosa I 10,303 2,181 22 Santa Rosa II 9,145 1,935 19 Saog 11,077 2,344 23 Tabing Ilog 4,748 1,005 10

132

Number of Province City / Municipality Barangay Total Population Sample Size Households

Subtotal 207,132 43,838 438

City of Meycauayan Bagbaguin 6,110 1,345 13 Bahay Oare 9,914 2,183 22 Bancal 15,092 3,323 33 Banga 2,963 652 7 Bayugo 19,585 4,312 43 Calvario 4,197 924 9 Camalig 8,905 1,961 20 Hulo 1,669 367 4 Iba 6,990 1,539 15 Langka 3,280 722 7 Lawa 15,345 3,379 34 Libtong 13,495 2,971 30 Liputan 1,439 317 4 Longos 3,102 683 7 Malhacan 19,601 4,316 43 Pajo 5,538 1,219 12 Pandayan 13,356 2,941 29 Pantoc 11,070 2,437 24 Perez 15,977 3,518 35 Poblacion 265 58 4 Saluysoy 8,891 1,958 20 San Francis (Gasak) 1,063 234 4 Tugatog 3,796 836 8 Ubihan 2,245 494 5 Zamora 2,256 497 5 Caingin 4,802 1,057 11 Subtotal 200,946 44,243 448

Norzagaray Bangkal 1,386 268 4 Baraka 576 111 4 Bigte 10,484 2,025 20 Bitungol 8,117 1,568 16 Matictic 11,193 2,162 22 Minuyan 8,937 1,726 17 Partida 5,436 1,050 11 Pinagtulayan 1,342 259 4 Poblacion 15,262 2,948 29 San Mateo 9,422 1,820 18 Tigbe 13,248 2,559 26

133

Number of Province City / Municipality Barangay Total Population Sample Size Households

San Lorenzo 1,519 293 4 Friendship Village Resources (FVR) 14,308 2,763 28 Subtotal 101,230 19,552 203

Obando Binauangan 5,176 1,099 11 Catanghalan 3,202 680 7 Hulo 2,558 543 5 Lawa 8,041 1,708 17 Salambao 1,484 315 4 Paco 6,347 1,348 13 Pag-asa (Pob.) 3,292 699 7 Paliwas 6,660 1,414 14 Panghulo 13,492 2,865 29 San Pascual 7,094 1,506 15 Tawiran 1,970 418 4 Subtotal 59,316 12,595 126

Pandi Bagbauin 2,307 520 5 Bagong Barrio 6,933 1,564 16 Bunsuran III 2,561 578 6 Bunsuran I 4,938 1,114 11 Bunsuran II 3,655 825 8 Cacarong Bata 1,493 337 4 Cacarong Matanda 2,188 494 5 Cupang 1,918 433 4 Malibong Bata 2,281 515 5 Malibong Matanda 6,288 1,418 14 Manatal 3,932 887 9 Mapulang Lupa 2,570 580 6 Masagana 2,390 539 5 Masuso 3,474 784 8 Pinagkuartelan 4,271 963 10 Poblacion 8,487 1,915 19 Real de Cacarong 708 160 4 San Roque 2,549 575 6 Siling Bata 2,605 588 6 Siling Matanda 3,611 815 8 Baka-bakahan 867 196 4 Santo Niño 1,513 341 4 Subtotal 71,539 16,141 167

134

Number of Province City / Municipality Barangay Total Population Sample Size Households

Paombong Binakod 1,516 290 4 Kapitangan 3,778 724 7 Malumot 1,765 338 4 Masukol 1,931 370 4 Pinalgdan 2,305 442 4 Poblacion 1,266 243 4 San Isidro I 3,465 664 7 San Isidro II 10,083 1,931 19 San Jose 5,090 975 10 San Roque 4,692 899 9 San Vicente 2,779 532 5 Santa Cruz 1,463 280 4 Santo Niño 3,388 649 6 Santo Rosario 5,503 1,054 11 Subtotal 49,024 9,391 98

Plaridel Agnaya 2,466 507 5 Bagong Silang 2,703 556 6 Banga I 6,351 1,306 13 Banga II 8,146 1,675 17 Bintog 4,344 893 9 Bulihan 5,289 1,088 11 Culianin 3,717 764 8 Dampol 3,034 624 6 Lagundi 5,141 1,057 11 Lalangan 2,042 420 4 Lumang Bayan 4,516 929 9 Parulan 9,399 1,933 19 Poblacion 3,729 767 8 Rueda 1,648 339 4 San Jose 4,198 863 9 Santa Ines 2,205 453 5 Santo Niño 10,487 2,157 22 Sipat 4,213 866 9 Tabang 18,963 3,900 39 Subtotal 102,591 21,097 214

Pulilan Balatong A 1,596 349 4 Balatong B 3,679 804 8 Cutcot 5,047 1,103 11 Dampol I 5,565 1,217 12

135

Number of Province City / Municipality Barangay Total Population Sample Size Households

Dampol II-A 2,704 591 6 Dampol II-B 3,845 841 8 Dulong Malabon 4,189 916 9 Inaon 7,813 1,708 17 Longos 5,425 1,186 12 Lumbac 4,210 920 9 Paltao 5,735 1,254 13 Penabatan 2,148 470 5 Poblacion 11,468 2,507 25 Santa Peregrina 1,320 289 4 Santo Cristo 6,555 1,433 14 Taal 5,725 1,252 13 Tabon 3,775 825 8 Tibag 2,500 547 5 Tinejero 3,103 678 7 Subtotal 86,402 18,890 190 City of San Jose Del Monte Bagong Buhay 6,535 1,309 13 Dulong Bayan 5,529 1,107 11 Gaya-gaya 17,302 3,465 35 Kaypian 24,689 4,944 49 Kaybanban 2,299 460 5 Minuyan 2,464 493 5 Muzon 79,937 16,007 160 Poblacion 2,043 409 4 Santo Cristo 31,916 6,391 64 Sapang Palay 5,160 1,033 10 Tungkong Mangga 11,953 2,394 24 Citrus 22,028 4,411 44 San Martin 3,507 702 7 Santa Cruz 2,022 405 4 Fatima 2,977 596 6 San Pedro 13,789 2,761 28 San Rafael 7,637 1,529 15 Santo Niño 2,738 548 5 Assumption 4,513 904 9 Bagong Buhay II 3,806 762 8 Bagong Buhay III 5,901 1,182 12 Ciudad Real 2,807 562 6

136

Number of Province City / Municipality Barangay Total Population Sample Size Households

Fatima II 1,491 299 4 Fatima III 1,519 304 4 Fatima IV 1,821 365 4 Fatima V 2,160 433 4 Francisco Homes - Guijo 6,064 1,214 12 Francisco Homes - Mulawin 10,118 2,026 20 Francisco Homes - Narra 6,478 1,297 13 Francisco Homes - Yakal 2,999 601 6 Graceville 25,372 5,081 51 Gumaoc Central 3,323 665 7 Gumaoc East 3,982 797 8 Gumaoc West 6,606 1,323 13 Lawang Pari 3,718 745 7 Maharlika 3,081 617 6 Minuyan II 5,782 1,158 12 Minuyan III 2,623 525 5 Minuyan IV 3,670 735 7 Minuyan V 2,063 413 4 Minuyan Proper 46,505 9,313 93 Paradise III 3,521 705 7 Poblacion I 4,403 882 9 San Isidro 2,384 477 5 San Manuel 13,664 2,736 27 San Martin II 3,304 662 7 San Martin III 3,044 610 6 San Martin IV 3,409 683 7 San Rafael I 2,860 573 6 San Rafael III 2,836 568 6 San Rafael IV 5,034 1,008 10 San Rafael V 2,770 555 6 San Roque 1,856 372 4 Santa Cruz II 3,017 604 6 Santa Cruz III 2,383 477 5 Santa Cruz IV 2,796 560 6 Santa Cruz V 3,333 667 7 Santo Niño II 2,700 541 5 St. Martin De Porres 1,964 393 4 Subtotal 466,205 93,358 937

Santa Maria Bagbauin 7,238 1,435 14

137

Number of Province City / Municipality Barangay Total Population Sample Size Households

Balasing 6,841 1,356 14 Buenavista 2,054 407 4 Bulac 7,846 1,555 16 Camangyanan 4,511 894 9 Catmon 11,616 2,303 23 Cay Pombo 30,948 6,135 61 Caysio 11,421 2,264 23 Guyong 15,109 2,995 30 Lalakhin 2,015 399 4 Mag-asawang Sapa 8,983 1,781 18 Mahabang Parang 3,522 698 7 Manggahan 2,492 494 5 Parada 6,940 1,376 14 Poblacion 9,417 1,867 19 Pulong Buhangin 33,892 6,719 67 San Gabriel 7,360 1,459 15 San Jose Patag 10,166 2,015 20 San Vicente 14,218 2,819 28 Santa Clara 8,684 1,722 17 Santa Cruz 8,229 1,631 16 Silangan 1,623 322 4 Tabing Bakod 5,246 1,040 10 Tumana 8,254 1,636 16 Subtotal 228,625 45,322 454

Total 2,382,570 495,145 5,003

Rizal Angono Bagumbayan 2,455 535 5 Kalayaan 13,719 2,991 30 Poblacion Ibaba 2,488 542 5 Poblacion Itaas 449 98 4 San Isidro 29,281 6,383 64 San Pedro 2,220 484 5 San Roque 9,741 2,124 21 San Vicente 12,478 2,720 27 Santo Niño 2,732 596 6 Mahabang Parang 30,763 6,706 67 Subtotal 106,326 23,179 234 City of Antipolo (Capital) Calawis 4,458 908 9 Cupang 90,474 18,433 184

138

Number of Province City / Municipality Barangay Total Population Sample Size Households

Dela Paz (Pob.) 63,231 12,882 129 Mayamot 50,589 10,307 103 San Isidro 59,317 12,085 121 San Jose (Pob.) 89,139 18,161 182 San Roque (Pob.) 53,340 10,867 109 Mambugan 51,971 10,588 106 Bagong Nayon 47,797 9,738 97 Beverly Hills 1,363 278 4 Dalig 49,624 10,110 101 Inarawan 18,189 3,706 37 San Juan 8,461 1,724 17 San Luis 52,251 10,645 106 Santa Cruz 61,293 12,488 125 Muntingdilaw 10,059 2,049 20 Subtotal 711,556 144,969 1,450

Baras Engelista 3,979 886 9 Rizal (Pob.) 3,303 735 7 San Jose 3,031 675 7 San Salvador 2,851 635 6 Santiago 3,640 810 8 Concepcion 1,318 293 4 San Juan 3,416 760 8 San Miguel 1,704 379 4 Mabini 2,406 536 5 Pinugay 7,742 1,723 17 Subtotal 33,390 7,432 75

Binangonan Bangad 1,613 349 4 Batingan 13,737 2,975 30 Bilibiran 16,761 3,630 36 Binitagan 716 155 4 Bombong 3,110 674 7 Buhangin 2,113 458 5 Calumpang 16,509 3,576 36 Ginoong Sanay 1,541 334 4 Gulod 1,193 258 4 Habagatan 1,587 344 4 Ithan 2,974 644 6 Janosa 2,726 590 6 Kalawaan 28,941 6,268 63

139

Number of Province City / Municipality Barangay Total Population Sample Size Households

Kalinawan 2,029 439 4 Kasile 495 107 4 Kaytome 2,253 488 5 Kinaboogan 1,193 258 4 Kinagatan 1,371 297 4 Libis (Pob.) 6,727 1,457 15 Limbon-limbon 1,470 318 4 Lunsad 11,597 2,512 25 Mahabang Parang 7,778 1,685 17 Macamot 9,078 1,966 20 Mambog 8,400 1,819 18 Palangoy 13,412 2,905 29 Pantok 13,020 2,820 28 Pila Pila 8,801 1,906 19 Pinagdilawan 705 153 4 Pipindan 2,854 618 6 Rayap 1,962 425 4 Sapang 2,079 450 5 Tabon 842 182 4 Tagpos 12,407 2,687 27 Tatala 8,491 1,839 18 Tayuman 10,688 2,315 23 Layunan (Pob.) 3,364 729 7 Libid (Pob.) 7,045 1,526 15 Malakaban 1,184 256 4 Pag-Asa 15,159 3,283 33 San Carlos 10,073 2,182 22 Subtotal 257,998 55,877 577

Cainta San Andres (Pob.) 87,225 19,420 194 San Isidro 84,235 18,754 188 San Juan 102,013 22,712 227 San Roque 8,430 1,877 19 Santa Rosa 1,579 352 4 Santo Niño 5,401 1,202 12 Santo Domingo 40,125 8,933 89 Subtotal 329,008 73,250 733

Cardona Balibago 2,088 459 5 Boor 869 191 4 Calahan 5,204 1,143 11

140

Number of Province City / Municipality Barangay Total Population Sample Size Households

Dalig 6,975 1,533 15 Del Remedio (Pob.) 2,240 492 5 Iglesia (Pob.) 1,634 359 4 Lambac 2,040 448 4 Looc 9,525 2,093 21 Malanggam-Calubacan 353 78 4 Nagsulo 243 53 4 Navotas 3,240 712 7 Patunhay 1,760 387 4 Real (Pob.) 484 106 4 Sampad 2,170 477 5 San Roque (Pob.) 3,309 727 7 Subay 3,979 874 9 Ticulio 2,118 465 5 Tuna 1,052 231 4 Subtotal 49,283 10,828 122

Jala-jala Bagumbong 3,829 740 7 Bayugo 4,726 913 9 Second District (Pob.) 1,919 371 4 Third District (Pob.) 2,919 564 6 Lubo 1,709 330 4 Pagkalinawan 1,779 344 4 Palaypay 2,288 442 4 Punta 3,014 582 6 Sipsipin 4,477 865 9 Special District (Pob.) 4,086 790 8 Paalaman 322 62 4 Subtotal 31,068 6,003 65 Rodriguez (Montalban) Balite (Pob.) 9,949 2,491 25 Burgos 45,158 11,308 113 Geronimo 6,701 1,678 17 Macabud 7,261 1,818 18 Manggahan 14,622 3,661 37 Mascap 4,824 1,208 12 Puray 3,137 786 8 Rosario 6,672 1,671 17 San Isidro 78,539 19,667 197 San Jose 129,534 32,436 324

141

Number of Province City / Municipality Barangay Total Population Sample Size Households

San Rafael 26,958 6,750 68 Subtotal 333,355 83,474 836

Morong Bombongan 3,142 610 6 Can-Cal-Lan (Caniogan-Calero- Lanang) 4,466 867 9 Lagundi 8,846 1,716 17 Maybancal 7,675 1,489 15 San Guillermo 8,781 1,704 17 San Jose (Pob.) 3,356 651 7 San Juan (Pob.) 10,599 2,057 21 San Pedro (Pob.) 6,516 1,264 13 Subtotal 53,381 10,358 105

Pililla Bagumbayan (Pob.) 9,426 1,999 20 Halayhayin 7,799 1,654 17 Hulo (Pob.) 9,738 2,065 21 Imatong (Pob.) 1,040 221 4 Malaya 7,637 1,620 16 Niogan 4,623 980 10 Quisao 13,948 2,958 30 Wawa (Pob.) 4,244 900 9 Takungan (Pob.) 1,724 366 4 Subtotal 60,179 12,763 131

San Mateo Ampid I 27,654 6,284 63 Dulong Bayan 1 5,628 1,279 13 Dulong Bayan 2 7,271 1,652 17 Guinayang 8,084 1,837 18 Guitnang Bayan I (Pob.) 26,126 5,937 59 Guitnang Bayan II (Pob.) 14,767 3,356 34 Malanday 14,222 3,232 32 Maly 15,578 3,540 35 Santa Ana 9,159 2,081 21 Ampid II 4,107 933 9 Banaba 21,926 4,982 50 Gulod Malaya 9,793 2,225 22 Pintong Bocawe 4,555 1,035 10 Santo Niño 11,069 2,515 25 Silangan 41,845 9,509 95 Subtotal 221,784 50,397 503

Tanay Cayabu 645 129 4

142

Number of Province City / Municipality Barangay Total Population Sample Size Households

Cuyambay 2,563 514 5 Daraitan 4,206 844 8 Katipunan-Bayan (Pob.) 5,074 1,018 10 Kaybuto (Pob) 7,328 1,470 15 Laiban 1,327 266 4 Mag-Ampon (Pob.) 2,150 431 4 Mamuyao 1,121 225 4 Pinagkamaligan (Pob.) 3,653 733 7 Plaza Aldea (Pob.) 15,463 3,101 31 Sampaloc 23,813 4,776 48 San Andres 1,840 369 4 San Isidro (Pob.) 3,709 744 7 Santa Inez 1,499 301 4 Santo Niño 691 139 4 Tabing Ilog (Pob.) 2,213 444 4 Tandang Kutyo (Pob.) 17,810 3,572 36 Tinucan 748 150 4 Wawa (Pob.) 6,316 1,267 13 Subtotal 102,169 20,493 216

Taytay Dolores (Pob.) 60,334 12,824 128 Muzon 27,658 5,879 59 San Isidro 34,708 7,377 74 San Juan 88,860 18,887 189 Santa Ana 98,638 20,965 210 Subtotal 310,198 65,932 660

Teresa Bagumbayan 9,264 1,988 20 Dalig 9,888 2,121 21 Dulumbayan 7,382 1,584 16 May-Iba 7,587 1,628 16 Poblacion 2,362 507 5 Prinza 4,764 1,022 10 San Gabriel 2,990 641 6 San Roque 3,395 728 7 Calumpang Santo Cristo 1,613 346 4 Subtotal 49,245 10,565 105

Total 2,648,940 575,520 5,812

Cavite Bacoor Alima 5,994 1,462 15 Aniban I 3,325 811 8 Banalo 2,691 656 7

143

Number of Province City / Municipality Barangay Total Population Sample Size Households

Bayanan 9,917 2,418 24 Daang Bukid 3,493 852 9 Digman 1,925 469 5 Dulong Bayan 9,636 2,350 24 Habay I 15,890 3,875 39 Kaingin (Pob.) 3,439 839 8 Ligas I 4,550 1,110 11 Mabolo I 1,235 301 4 Maliksi I 5,982 1,459 15 Mambog I 10,354 2,525 25 Molino I 8,026 1,957 20 Niog I 5,110 1,246 12 P.F. Espiritu I (Panapaan) 4,731 1,154 12 Real I 4,788 1,168 12 Salinas I 13,504 3,293 33 San Nicolas I 7,404 1,806 18 Sineguelasan 5,648 1,377 14 Tabing Dagat 3,782 922 9 Talaba I 2,702 659 7 Zapote I 5,585 1,362 14 Queens Row Central 5,451 1,329 13 Queens Row East 14,095 3,437 34 Queens Row West 13,777 3,360 34 Aniban II 2,875 701 7 Aniban III 845 206 4 Aniban IV 2,216 540 5 Aniban V 2,554 623 6 Campo Santo 1,397 341 4 Habay II 9,565 2,333 23 Ligas II 4,400 1,073 11 Ligas III 8,225 2,006 20 Mabolo II 1,516 370 4 Mabolo III 1,984 484 5 Maliksi II 2,002 488 5 Maliksi III 4,886 1,192 12 Mambog II 5,745 1,401 14 Mambog III 13,599 3,316 33 Mambog IV 12,738 3,106 31 Mambog V 3,921 956 10

144

Number of Province City / Municipality Barangay Total Population Sample Size Households

Molino II 29,626 7,225 72 Molino III 69,581 16,969 170 Molino IV 47,833 11,665 117 Molino V 4,127 1,006 10 Molino VI 15,137 3,691 37 Molino VII 9,786 2,386 24 Niog II 6,608 1,611 16 Niog III 5,735 1,399 14 P.F. Espiritu II 3,010 734 7 P.F. Espiritu III 4,145 1,011 10 P.F. Espiritu IV 11,436 2,789 28 P.F. Espiritu V 6,254 1,525 15 P.F. Espiritu VI 3,595 877 9 P.F. Espiritu VII 4,195 1,023 10 P.F. Espiritu VIII 6,018 1,468 15 Real II 4,739 1,156 12 Salinas II 3,224 786 8 Salinas III 1,913 467 5 Salinas IV 1,689 412 4 San Nicolas II 12,698 3,097 31 San Nicolas III 30,214 7,368 74 Talaba II 10,403 2,537 25 Talaba III 1,478 360 4 Talaba IV 3,527 860 9 Talaba V 2,020 493 5 Talaba VI 2,842 693 7 Talaba VII 3,205 782 8 Zapote II 4,064 991 10 Zapote III 2,864 698 7 Zapote IV 2,511 612 6 Zapote V 21,834 5,325 53 Subtotal 587,813 143,349 1,442

Carmona Bancal 11,867 3,061 31 Cabilang Baybay 6,295 1,624 16 Lantic 13,189 3,402 34 Mabuhay 9,167 2,364 24 Maduya 8,401 2,167 22 Milagrosa 22,319 5,756 58 Barangay 1 (Pob.) 2,592 669 7

145

Number of Province City / Municipality Barangay Total Population Sample Size Households

Barangay 2 (Pob.) 663 171 4 Barangay 3 (Pob.) 729 188 4 Barangay 4 (Pob.) 536 138 4 Barangay 5 (Pob.) 432 111 4 Barangay 6 (Pob.) 686 177 4 Barangay 7 (Pob.) 628 162 4 Barangay 8 (Pob.) 2,906 749 7 Subtotal 80,410 20,739 223

Cavite City Barangay 1 (Hen. M. Alvarez) 756 172 4 Barangay 10 (Kingfisher) 1,233 281 4 Barangay 2 (C. Tirona) 718 164 4 Barangay 11 (Lawin) 1,525 347 4 Barangay 12 (Love Bird) 325 74 4 Barangay 13 (Aguila) 1,988 453 5 Barangay 14 (Loro) 983 224 4 Barangay 15 (Kilyawan) 278 63 4 Barangay 16 (Martines) 673 153 4 Barangay 17 (Kalapati) 406 92 4 Barangay 18 (Maya) 552 126 4 Barangay 19 (Gemini) 505 115 4 Barangay 20 (Virgo) 578 132 4 Barangay 21 (Scorpio) 843 192 4 Barangay 22 (Leo) 1,724 393 4 Barangay 23 (Aquarius) 622 142 4 Barangay 24 (Libra) 1,922 438 4 Barangay 25 (Capricorn) 273 62 4 Barangay 26 (Cancer) 1,241 283 4 Barangay 27 (Sagitarius) 638 145 4 Barangay 28 (Taurus) 1,788 407 4 Barangay 29 (Lao-lao) 783 178 4 Barangay 3 (Hen. E. Aguinaldo) 388 88 4 Barangay 30 (Bid-bid) 2,096 477 5 Barangay 31 (Maya-maya) 758 173 4 Barangay 32 (Salay-salay) 477 109 4 Barangay 33 (Buwan-buwan) 715 163 4 Barangay 34 (Lapu-lapu) 576 131 4 Barangay 35 (Hasa-hasa) 852 194 4 Barangay 36 (Sap-sap) 1,861 424 4 Barangay 37 (Cadena De Amor) 1,261 287 4

146

Number of Province City / Municipality Barangay Total Population Sample Size Households

Barangay 38 (Sampaguita) 855 195 4 Barangay 39 (Jasmin) 616 140 4 Barangay 4 (Hen. M. Trias) 256 58 4 Barangay 40 (Gumamela) 390 89 4 Barangay 41 (Rosal) 1,258 287 4 Barangay 42 (Pinagbuklod) 1,703 388 4 Barangay 43 (Pinagpala) 1,140 260 4 Barangay 44 (Maligaya) 1,217 277 4 Barangay 45 (Kaunlaran) 1,080 246 4 Barangay 46 (Sinagtala) 1,041 237 4 Barangay 47 (Pagkakaisa) 1,294 295 4 Barangay 48 (Narra) 1,652 376 4 Barangay 49 (Akasya) 1,249 285 4 Barangay 5 (Hen. E. Evangelista) 1,405 320 4 Barangay 50 (Kabalyero) 1,037 236 4 Barangay 51 (Kamagong) 988 225 4 Barangay 52 (Ipil) 1,234 281 4 Barangay 53 (Yakal) 1,730 394 4 Barangay 54 (Pechay) 1,819 414 4 Barangay 55 (Ampalaya) 877 200 4 Barangay 56 (Labanos) 1,447 330 4 Barangay 57 (Repolyo) 1,402 319 4 Barangay 58 (Patola) 1,347 307 4 Barangay 59 (Sitaw) 818 186 4 Barangay 6 (Diego Silang) 2,264 516 5 Barangay 60 (Letsugas) 1,204 274 4 Barangay 61 (Talong) 737 168 4 Barangay 62 (Kangkong) 1,261 287 4 Barangay 7 (Kapitan Kong) 1,381 315 4 Barangay 8 (Manuel S. Rojas) 4,062 925 9 Barangay 9 (Kanaway) 520 118 4 Barangay 10-A (Kingfisher-A) 1,676 382 4 Barangay 10-B (Kingfisher-B) 2,352 536 5 Barangay 22-A (Leo A) 1,142 260 4 Barangay 29-A (Lao-lao A) 1,004 229 4 Barangay 36-A (Sap-sap A) 963 219 4 Barangay 37-A (Cadena de Amor A) 1,068 243 4 Barangay 38-A (Sampaguita A) 746 170 4

147

Number of Province City / Municipality Barangay Total Population Sample Size Households

Barangay 42-A (Pinagbuklod A) 1,246 284 4 Barangay 42-B (Pinagbuklod B) 722 164 4 Barangay 42-C (Pinagbuklod C) 1,630 371 4 Barangay 45-A (Kaunlaran A) 1,108 252 4 Barangay 47-A (Pagkakaisa A) 829 189 4 Barangay 47-B (Pagkakaisa B) 1,274 290 4 Barangay 48-A (Narra A) 3,213 732 7 Barangay 49-A (Akasya A) 819 187 4 Barangay 53-A (Yakal A) 751 171 4 Barangay 53-B (Yakal B) 1,763 402 4 Barangay 54-A (Pechay A) 993 226 4 Barangay 58-A (Patola A) 1,405 320 4 Barangay 61-A (Talong A) 2,149 490 5 Barangay 62-A (Kangkong A) 2,422 552 6 Barangay 62-B (Kangkong B) 388 88 4 Subtotal 98,285 22,387 351

Dasmariñas Burol 9,603 2,025 20 Langkaan I 16,668 3,514 35 Paliparan I 7,541 1,590 16 Sabang 13,570 2,861 29 Salawag 59,534 12,551 126 Salitran I 3,712 783 8 Sampaloc I 5,743 1,211 12 San Agustin I 9,352 1,972 20 San Jose 14,755 3,111 31 Zone I (Pob.) 3,691 778 8 Zone II (Pob.) 956 202 4 Zone III (Pob.) 3,925 827 8 Zone IV (Pob.) 2,991 631 6 Datu Esmael (Bago-a-ingud) 8,921 1,881 19 Emmanuel Bergado I 6,401 1,349 13 Fatima I 5,478 1,155 12 Luzviminda I 3,381 713 7 Saint Peter I 2,311 487 5 San Andres I 3,937 830 8 San Antonio De Padua I 2,901 612 6 San Dionisio (Barangay 1) 6,093 1,285 13 San Esteban (Barangay 4) 4,365 920 9 San Francisco I 2,575 543 5

148

Number of Province City / Municipality Barangay Total Population Sample Size Households

San Isidro Labrador I 3,853 812 8 San Juan (San Juan I) 3,723 785 8 San Lorenzo Ruiz I 2,999 632 6 San Luis I 3,391 715 7 San Manuel I 2,654 560 6 San Mateo 4,503 949 9 San Miguel 3,581 755 8 San Nicolas I 2,046 431 4 San Roque (Sta. Cristina II) 2,566 541 5 San Simon (Barangay 7) 6,952 1,466 15 Santa Cristina I 3,401 717 7 Santa Cruz I 4,552 960 10 Santa Fe 6,594 1,390 14 Santa Lucia (San Juan II) 5,742 1,211 12 Santa Maria (Barangay 20) 5,025 1,059 11 Santo Cristo (Barangay 3) 4,348 917 9 Santo Niño I 2,868 605 6 Burol I 16,779 3,537 35 Burol II 4,067 857 9 Burol III 8,764 1,848 18 Emmanuel Bergado II 2,915 615 6 Fatima II 3,683 776 8 Fatima III 3,723 785 8 Langkaan II 26,803 5,651 57 Luzviminda II 4,156 876 9 Paliparan II 14,582 3,074 31 Paliparan III 59,518 12,548 125 Saint Peter II 2,042 431 4 Salitran II 9,742 2,054 21 Salitran III 14,688 3,097 31 Salitran IV 5,763 1,215 12 Sampaloc II 10,661 2,248 22 Sampaloc III 9,024 1,902 19 Sampaloc IV 37,061 7,813 78 Sampaloc V 2,869 605 6 San Agustin II 10,919 2,302 23 San Agustin III 9,747 2,055 21 San Andres II 3,267 689 7 San Antonio De Padua II 2,683 566 6

149

Number of Province City / Municipality Barangay Total Population Sample Size Households

San Francisco II 3,536 745 7 San Isidro Labrador II 2,149 453 5 San Lorenzo Ruiz II 3,503 739 7 San Luis II 3,889 820 8 San Manuel II 3,047 642 6 San Miguel II 2,138 451 5 San Nicolas II 4,653 981 10 Santa Cristina II 3,514 741 7 Santa Cruz II 2,243 473 5 Santo Niño II 2,673 564 6 Zone I-B 3,637 767 8 H-2 8,604 1,814 18 Victoria Reyes 15,113 3,186 32 Subtotal 589,357 124,256 1,245

General Trias Alingaro 2,727 668 7 Bacao I 5,349 1,311 13 Gov. Ferrer Pob. (Bgy. 1) 230 56 4 Sampalucan Pob. (Bgy. 2) 1,026 251 4 Dulong Bayan Pob. (Bgy. 3) 832 204 4 San Gabriel Pob. (Bgy. 4) 1,867 458 5 Bagumbayan Pob. (Bgy. 5) 937 230 4 Vibora Pob. (Bgy. 6) 875 214 4 Ninety Sixth Pob. (Bgy. 8) 483 118 4 Prinza Pob. (Bgy. 9) 555 136 4 Biclatan 11,416 2,798 28 Buenavista I 4,055 994 10 Corregidor Pob. (Bgy. 10) 1,128 276 4 Javalera 4,582 1,123 11 Manggahan 15,033 3,685 37 Navarro 8,281 2,030 20 Panungyanan 2,911 714 7 Pasong Camachile I 18,497 4,534 45 Pasong Kawayan I 3,413 837 8 Pasong Kawayan II 20,967 5,139 51 Pinagtipunan 7,238 1,774 18 San Francisco 68,018 16,672 167 San Juan I 4,515 1,107 11 Santa Clara 3,390 831 8 Santiago 15,442 3,785 38

150

Number of Province City / Municipality Barangay Total Population Sample Size Households

Tapia 2,569 630 6 Tejero 5,186 1,271 13 Arnaldo Pob. (Bgy. 7) 824 202 4 Bacao II 64 8,993 2,204 22 Buenavista II 65 9,056 2,220 22 Buenavista III 65 7,030 1,723 17 Pasong Camachile II 66 22,596 5,538 55 San Juan II 67 3,348 821 8 Subtotal 263,369 64,554 663

Imus Alapan I-A 14,991 3,253 33 Alapan II-A 3,301 716 7 Anabu I-A 4,784 1,038 10 Anabu II-A 2,177 472 5 Poblacion I-A (Pob.) 2,492 541 5 Poblacion II-A (Pob.) 798 173 4 Poblacion III-A (Pob.) 686 149 4 Poblacion IV-A (Pob.) 1,013 220 4 Bayan Luma I 3,518 763 8 Bucandala I 5,595 1,214 12 Carsadang Bago I 3,288 713 7 Malagasang I-A 2,754 598 6 Malagasang II-A 10,991 2,385 24 Medicion I-A 1,563 339 4 Medicion II-A 1,530 332 4 Pag-Asa I 2,124 461 5 Palico I 2,365 513 5 Pasong Buaya I 2,196 477 5 Tanzang Luma I 804 174 4 Toclong I-A 1,208 262 4 Toclong II-A 881 191 4 Alapan I-B 6,694 1,453 15 Alapan I-C 5,543 1,203 12 Alapan II-B 2,108 457 5 Anabu I-B 1,894 411 4 Anabu I-C 5,065 1,099 11 Anabu I-D 2,811 610 6 Anabu I-E 823 179 4 Anabu I-F 1,324 287 4 Anabu I-G 1,291 280 4

151

Number of Province City / Municipality Barangay Total Population Sample Size Households

Anabu II-B 6,831 1,482 15 Anabu II-C 5,628 1,221 12 Anabu II-D 1,482 322 4 Anabu II-E 3,276 711 7 Anabu II-F 6,638 1,440 14 Bagong Silang (Bahayang Pag- Asa) 775 168 4 Bayan Luma II 1,691 367 4 Bayan Luma III 4,567 991 10 Bayan Luma IV 2,326 505 5 Bayan Luma V 4,379 950 10 Bayan Luma VI 3,049 662 7 Bayan Luma VII 2,977 646 6 Bayan Luma VIII 2,719 590 6 Bayan Luma IX 2,016 437 4 Bucandala II 1,967 427 4 Bucandala III 9,235 2,004 20 Bucandala IV 2,735 593 6 Bucandala V 4,052 879 9 Buhay na Tubig 29,006 6,294 63 Carsadang Bago II 12,773 2,772 28 Magdalo 12,611 2,736 27 Maharlika 4,101 890 9 Malagasang I-B 4,907 1,065 11 Malagasang I-C 2,117 459 5 Malagasang I-D 2,621 569 6 Malagasang I-E 2,578 559 6 Malagasang I-F 3,408 739 7 Malagasang I-G 13,366 2,900 29 Malagasang II-B 11,554 2,507 25 Malagasang II-C 2,809 610 6 Malagasang II-D 2,936 637 6 Malagasang II-E 1,148 249 4 Malagasang II-F 1,154 250 4 Malagasang II-G 2,571 558 6 Mariano Espeleta 1,433 311 4 Mariano Espeleta II 1,396 303 4 Mariano Espeleta III 2,173 472 5 Medicion I-B 2,315 502 5

152

Number of Province City / Municipality Barangay Total Population Sample Size Households

Medicion I-C 2,252 489 5 Medicion I-D 1,085 235 4 Medicion II-B 1,941 421 4 Medicion II-C 1,724 374 4 Medicion II-D 1,354 294 4 Medicion II-E 1,357 294 4 Medicion II-F 2,618 568 6 Pag-Asa II 3,516 763 8 Pag-Asa III 1,375 298 4 Palico II 1,293 281 4 Palico III 723 157 4 Palico IV 1,731 376 4 Pasong Buaya II 21,196 4,599 46 Pinagbuklod 1,946 422 4 Poblacion I-B 315 68 4 Poblacion I-C 192 42 4 Poblacion II-B 348 76 4 Poblacion III-B 670 145 4 Poblacion IV-B 549 119 4 Poblacion IV-C 526 114 4 Poblacion IV-D 891 193 4 Tanzang Luma II 1,375 298 4 Tanzang Luma III 1,690 367 4 Tanzang Luma IV (Southern City) 2,900 629 6 Tanzang Luma V 1,860 404 4 Tanzang Luma VI 3,107 674 7 Toclong I-B 1,684 365 4 Toclong I-C 1,138 247 4 Toclong II-B 2,237 485 5 Subtotal 343,525 74,537 807

Kawit Binakayan-Kanluran 3,196 790 8 Gahak 2,765 684 7 Kaingen 1,643 406 4 Marulas 3,672 908 9 Panamitan 3,333 824 8 Poblacion 934 231 4 Magdalo (Putol) 4,095 1,012 10 San Sebastian 935 231 4 Santa Isabel 3,980 984 10

153

Number of Province City / Municipality Barangay Total Population Sample Size Households

Tabon I 5,049 1,248 12 Toclong 8,169 2,019 20 Wakas I 2,012 497 5 Batong Dalig 4,838 1,196 12 Balsahan-Bisita 2,147 531 5 Binakayan-Aplaya 4,001 989 10 Congbalay-Legaspi 4,821 1,192 12 Manggahan-Lawin 4,693 1,160 12 Pulvorista 2,816 696 7 Samala-Marquez 4,519 1,117 11 Tabon II 1,447 358 4 Tabon III 2,019 499 5 Tramo-Bantayan 6,764 1,672 17 Wakas II 1,528 378 4 Subtotal 79,376 19,622 200

Naic Bagong Karsada 1,960 444 4 Balsahan 485 110 4 Bancaan 4,044 917 9 Bucana Malaki 1,292 293 4 Bucana Sasahan 4,576 1,038 10 Capt. C. Nazareno (Pob.) 555 126 4 Calubcob 1,596 362 4 Palangue 2 & 3 3,328 755 8 Gomez-Zamora (Pob.) 780 177 4 Halang 3,471 787 8 Humbac 804 182 4 Ibayo Estacion 3,312 751 8 Ibayo Silangan 10,141 2,300 23 Kanluran 1,574 357 4 Labac 5,416 1,228 12 Latoria 1,912 434 4 Mabolo 1,793 407 4 Makina 814 185 4 Malainen Bago 4,624 1,049 10 Malainen Luma 2,829 641 6 Molino 1,318 299 4 Munting Mapino 5,385 1,221 12 Muzon 1,832 415 4 Palangue 1 2,898 657 7

154

Number of Province City / Municipality Barangay Total Population Sample Size Households

Sabang 6,165 1,398 14 San Roque 4,589 1,041 10 Santulan 663 150 4 Sapa 1,274 289 4 Timalan Balsahan 3,813 865 9 Timalan Concepcion 5,477 1,242 12 Subtotal 88,720 20,120 218

Noveleta Magdiwang 1,693 429 4 Poblacion 2,048 519 5 Salcedo I 2,575 652 7 San Antonio I 5,047 1,279 13 San Juan I 1,964 498 5 San Rafael I 1,304 330 4 San Rafael II 3,370 854 9 San Jose I 1,314 333 4 Santa Rosa I 2,971 753 8 Salcedo II 5,897 1,494 15 San Antonio II 1,755 445 4 San Jose II 1,062 269 4 San Juan II 2,814 713 7 San Rafael III 6,089 1,543 15 San Rafael IV 2,270 575 6 Santa Rosa II 1,283 325 4 Subtotal 43,456 11,011 114

Rosario Silangan I 4,270 1,079 11 Bagbag I 4,760 1,203 12 Kanluran 3,581 905 9 Ligtong I 3,817 965 10 Ligtong II 2,115 535 5 Muzon I 2,705 684 7 Poblacion 1,416 358 4 Sapa I 1,252 316 4 Tejeros Convention 15,909 4,022 40 Wawa I 4,988 1,261 13 Ligtong III 5,917 1,496 15 Bagbag II 5,089 1,286 13 Ligtong IV 2,810 710 7 Muzon II 2,672 675 7 Sapa II 6,048 1,529 15

155

Number of Province City / Municipality Barangay Total Population Sample Size Households

Sapa III 3,570 902 9 Sapa IV 950 240 4 Silangan II 2,747 694 7 Wawa II 5,217 1,319 13 Wawa III 10,686 2,701 27 Subtotal 90,519 22,880 232

Silang Adlas 6,175 1,270 13 Balite I 1,971 405 4 Balite II 2,393 492 5 Balubad 3,067 631 6 Batas 3,664 754 8 Biga I 7,205 1,482 15 Biluso 4,063 836 8 Buho 1,767 364 4 Bucal 1,339 275 4 Bulihan 23,071 4,746 47 Cabangaan 1,066 219 4 Carmen 1,665 343 4 Hukay 1,435 295 4 Iba 3,880 798 8 Inchican 5,354 1,101 11 Kalubkob 2,854 587 6 Kaong 7,364 1,515 15 Lalaan I 4,497 925 9 Lalaan II 5,813 1,196 12 Litlit 3,418 703 7 Lucsuhin 3,034 624 6 Lumil 3,433 706 7 Maguyam 8,795 1,809 18 Malabag 3,601 741 7 Mataas Na Burol 839 173 4 Munting Ilog 2,979 613 6 Paligawan 1,208 249 4 Pasong Langka 2,763 568 6 Barangay I (Pob.) 877 180 4 Barangay II (Pob.) 747 154 4 Barangay III (Pob.) 296 61 4 Barangay IV (Pob.) 633 130 4 Barangay V (Pob.) 1,887 388 4

156

Number of Province City / Municipality Barangay Total Population Sample Size Households

Pooc I 1,788 368 4 Pulong Bunga 2,590 533 5 Pulong Saging 1,522 313 4 Puting Kahoy 5,070 1,043 10 Sabutan 4,495 925 9 San Miguel I 1,575 324 4 San Vicente I 1,986 409 4 Santol 1,478 304 4 Tartaria 13,049 2,684 27 Tibig 3,377 695 7 Tubuan I 2,436 501 5 Ulat 1,526 314 4 Acacia 7,221 1,486 15 Anahaw I 4,487 923 9 Ipil I 2,846 585 6 Narra I 2,769 570 6 Yakal 5,768 1,187 12 Anahaw II 3,483 717 7 Banaba 4,724 972 10 Biga II 6,632 1,364 14 Hoyo 792 163 4 Ipil II 4,133 850 9 Malaking Tatyao 1,329 273 4 Narra II 2,061 424 4 Narra III 2,860 588 6 Pooc II 1,823 375 4 San Miguel II 2,929 603 6 San Vicente II 3,056 629 6 Toledo 1,297 267 4 Tubuan II 677 139 4 Tubuan III 899 185 4 Subtotal 223,831 46,046 493

Tanza Amaya I 7,021 1,668 17 Bagtas 23,121 5,493 55 Biga 11,027 2,620 26 Biwas 7,687 1,826 18 Bucal 5,508 1,309 13 Bunga 2,850 677 7 Calibuyo 5,620 1,335 13

157

Number of Province City / Municipality Barangay Total Population Sample Size Households

Capipisa 5,822 1,383 14 Daang Amaya I 4,244 1,008 10 Halayhay 6,854 1,628 16 Julugan I 5,146 1,223 12 Mulawin 5,984 1,422 14 Paradahan I 14,152 3,362 34 Barangay I (Pob.) 1,709 406 4 Barangay II (Pob.) 1,122 267 4 Barangay III (Pob.) 1,159 275 4 Barangay IV (Pob.) 2,092 497 5 Punta I 12,009 2,853 29 Sahud Ulan 11,214 2,664 27 Sanja Mayor 5,206 1,237 12 Santol 5,775 1,372 14 Tanauan 1,952 464 5 Tres Cruses 5,934 1,410 14 Lambingan 1,571 373 4 Amaya II 4,076 968 10 Amaya III 1,578 375 4 Amaya IV 1,822 433 4 Amaya V 2,842 675 7 Amaya VI 1,230 292 4 Amaya VII 2,312 549 5 Daang Amaya II 5,597 1,330 13 Daang Amaya III 3,484 828 8 Julugan II 1,099 261 4 Julugan III 1,875 445 4 Julugan IV 1,507 358 4 Julugan V 1,012 240 4 Julugan VI 4,898 1,164 12 Julugan VII 1,652 393 4 Julugan VIII 4,751 1,129 11 Paradahan II 4,782 1,136 11 Punta II 2,858 679 7 Subtotal 202,154 48,027 487

Trece Martires City Cabezas 5,313 1,261 13 Cabuco 9,984 2,370 24 De Ocampo 7,379 1,752 18 Lallana 1,368 325 4

158

Number of Province City / Municipality Barangay Total Population Sample Size Households

San Agustin (Pob.) 8,294 1,969 20 Osorio 9,489 2,253 23 Conchu (Lagundian) 6,104 1,449 14 Perez (Lucbanan) 6,408 1,521 15 Aguado (Piscal Mundo) 13,451 3,193 32 Gregorio (Aliang) 4,031 957 10 Inocencio (B. Pook) 27,529 6,535 65 Lapidario (Bayog) 10,892 2,586 26 Luciano (Bitangan) 6,407 1,521 15 Subtotal 116,649 27,692 279

Gen. Mariano Alvarez Aldiano Olaes 4,406 932 9 Barangay 1 Poblacion (Area I) 5,375 1,137 11 Barangay 2 Poblacion 4,282 906 9 Barangay 3 Poblacion 2,139 452 5 Barangay 4 Poblacion 4,265 902 9 Barangay 5 Poblacion 12,829 2,713 27 Benjamin Tirona (Area D) 2,481 525 5 Bernardo Pulido (Area H) 12,316 2,605 26 Epifanio Malia 3,033 641 6 Francisco De Castro (Sunshine Vill.) 8,541 1,806 18 Francisco Reyes 4,381 926 9 Fiorello Carimag (Area C) 2,485 526 5 Gavino Maderan 6,611 1,398 14 Gregoria De Jesus 8,845 1,870 19 Inocencio Salud 2,273 481 5 Jacinto Lumbreras 4,373 925 9 Kapitan Kua (Area F) 2,782 588 6 Koronel Jose P. Elises (Area E) 3,568 755 8 Macario Dacon 4,628 979 10 Marcelino Memije 4,048 856 9 Nicolasa Virata (San Jose) 5,423 1,147 11 Pantaleon Granados (Area G) 3,224 682 7 Ramon Cruz (Area J) 7,349 1,554 16 San Gabriel (Area K) 7,347 1,554 16 San Jose 3,797 803 8 Severino De Las Alas 5,651 1,195 12 Tiniente Tiago 3,165 669 7 Subtotal 139,617 29,527 296

159

Number of Province City / Municipality Barangay Total Population Sample Size Households

Total 2,947,081 674,747 7,050

Laguna Biñan Biñan (Poblacion) 4,248 1,073 11 Bungahan 1,727 436 4 Santo Tomas (Calabuso) 41,503 10,486 105 Canlalay 20,322 5,134 51 Casile 3,550 897 9 De La Paz 30,363 7,671 77 Ganado 4,629 1,170 12 San Francisco (Halang) 27,986 7,071 71 Langkiwa 29,125 7,358 74 Loma 7,091 1,792 18 Malaban 29,019 7,332 73 Malamig 3,204 809 8 Mampalasan 7,172 1,812 18 Platero 11,200 2,830 28 Poblacion 4,485 1,133 11 Santo Niño 4,504 1,138 11 San Antonio 20,026 5,059 51 San Jose 6,070 1,534 15 San Vicente 7,726 1,952 20 Soro-soro 7,286 1,841 18 Santo Domingo 5,777 1,460 15 Timbao 9,908 2,503 25 Tubigan 7,919 2,001 20 Zapote 4,562 1,153 12 Subtotal 299,402 75,645 757

Cabuyao Baclaran 11,665 2,865 29 Banaybanay 25,758 6,327 63 Banlic 15,301 3,758 38 Butong 12,250 3,009 30 Bigaa 11,106 2,728 27 Casile 2,662 654 7 Gulod 8,786 2,158 22 Mamatid 62,204 15,278 153 Marinig 48,604 11,938 119 Niugan 30,713 7,544 75 Pittland 1,805 443 4 Pulo 16,539 4,062 41 Sala 8,798 2,161 22

160

Number of Province City / Municipality Barangay Total Population Sample Size Households

San Isidro 20,166 4,953 50 Diezmo 2,637 648 6 Barangay Uno (Pob.) 3,002 737 7 Barangay Dos (Pob.) 1,738 427 4 Barangay Tres (Pob.) 2,596 638 6 Subtotal 286,330 70,328 703

City of Calamba Bagong Kalsada 4,613 1,014 10 Banadero 8,757 1,926 19 Banlic 12,708 2,794 28 Barandal 6,339 1,394 14 Bubuyan 1,809 398 4 Bucal 10,599 2,331 23 Bunggo 3,876 852 9 Burol 1,804 397 4 Camaligan 1,011 222 4 Canlubang 53,891 11,850 119 Halang 7,033 1,546 15 Hornalan 1,452 319 4 Kay-Anlog 3,042 669 7 Laguerta 1,751 385 4 La Mesa 11,569 2,544 25 Lawa 12,260 2,696 27 Lecheria 9,783 2,151 22 Lingga 5,381 1,183 12 Looc 16,092 3,538 35 Mabato 697 153 4 Makiling 7,722 1,698 17 Mapagong 6,170 1,357 14 Masili 4,194 922 9 Maunong 2,227 490 5 Mayapa 21,399 4,705 47 Paciano Rizal 11,953 2,628 26 Palingon 7,506 1,650 17 Palo-Alto 13,970 3,072 31 Pansol 11,424 2,512 25 Parian 20,459 4,499 45 Barangay 1 (Pob.) 6,590 1,449 14 Barangay 2 (Pob.) 8,963 1,971 20 Barangay 3 (Pob.) 3,882 854 9

161

Number of Province City / Municipality Barangay Total Population Sample Size Households

Barangay 4 (Pob.) 3,388 745 7 Barangay 5 (Pob.) 6,943 1,527 15 Barangay 6 (Pob.) 2,520 554 6 Barangay 7 (Pob.) 2,351 517 5 Prinza 5,247 1,154 12 Punta 4,326 951 10 Puting Lupa 1,323 291 4 Real 13,933 3,064 31 Sucol 5,102 1,122 11 Saimsim 6,180 1,359 14 Sampiruhan 9,214 2,026 20 San Cristobal 11,786 2,592 26 San Jose 4,071 895 9 San Juan 5,095 1,120 11 Sirang Lupa 9,487 2,086 21 Tulo 5,044 1,109 11 Turbina 5,118 1,125 11 Ulango 855 188 4 Uwisan 2,317 509 5 Batino 1,197 263 4 Majada Labas 5,564 1,223 12 Subtotal 411,987 90,589 917

Los Baños Anos 7,539 1,731 17 Bagong Silang 538 123 4 Bambang 7,158 1,643 16 Batong Malake 10,751 2,468 25 Baybayin (Pob.) 1,148 264 4 Bayog 10,436 2,396 24 Lalakay 4,511 1,036 10 Maahas 7,065 1,622 16 Mayondon 16,410 3,767 38 Putho Tuntungin 9,714 2,230 22 San Antonio 13,585 3,118 31 Tadlak 3,603 827 8 Timugan (Pob.) 5,213 1,197 12 Malinta 6,492 1,490 15 Subtotal 104,163 23,912 242

San Pedro Bagong Silang 7,088 1,439 14 Cuyab 20,729 4,209 42

162

Number of Province City / Municipality Barangay Total Population Sample Size Households

Estrella 3,884 789 8 G.S.I.S. 2,539 516 5 Landayan 29,029 5,895 59 Langgam 25,512 5,181 52 Laram 5,885 1,195 12 Magsaysay 11,339 2,303 23 Nueva 4,029 818 8 Poblacion 5,303 1,077 11 Riverside 1,928 392 4 San Antonio 54,939 11,156 112 San Roque 6,260 1,271 13 San Vicente 95,336 19,359 194 Santo Niño 3,993 811 8 United Bayanihan 7,463 1,515 15 United Better Living 6,181 1,255 13 Sampaguita Village 5,947 1,208 12 Calendola 3,808 773 8 Narra 2,214 450 5 Subtotal 303,406 61,612 618

City of Santa Rosa Aplaya 15,988 3,451 35 Balibago 15,681 3,385 34 Caingin 24,892 5,374 54 Dila 24,291 5,244 52 Dita 19,852 4,286 43 Don Jose 10,365 2,238 22 Ibaba 4,091 883 9 Labas 14,780 3,191 32 Macabling 18,620 4,020 40 Malitlit 22,804 4,923 49 Malusak (Pob.) 5,438 1,174 12 Market Area (Pob.) 12,104 2,613 26 Kanluran (Pob.) 3,806 822 8 Pook 45,295 9,778 98 Pulong Santa Cruz 21,161 4,568 46 Santo Domingo 3,583 773 8 Sinalhan 17,637 3,807 38 Tagapo 17,772 3,837 38 Subtotal 298,160 64,367 644

Total 1,703,448 386,453 3,881

163

Number of Province City / Municipality Barangay Total Population Sample Size Households

Grand Total 41,256

164

Section VII. Bidding Forms

Eligibility Documents Submission Form ...... 166 Technical Proposal Forms...... 167 Financial Proposal Forms ...... 177 Form of Contract Agreement ...... 184 Omnibus Sworn Statement ...... 186 Bid Securing Declaration ...... 188

165

ELIGIBILITY DOCUMENTS SUBMISSION FORM

[Date]

[Name and address of the Procuring Entity]

Ladies/Gentlemen:

In connection with your Request for Expression of Interest dated [insert date] for [Title of Project], [Name of Consultant] hereby expresses interest in participating in the eligibility and short listing for said Project and submits the attached eligibility documents in compliance with the Eligibility Documents therefor.

In line with this submission, we certify that:

a) [Name of Consultant] is not blacklisted or barred from bidding by the GOP or any of its agencies, offices, corporations, or LGUs, including foreign government/foreign or international financing institution whose blacklisting rules have been recognized by the Government Procurement Policy Board, and that each of the documents submit; and

b) Each of the documents submitted herewith is an authentic copy of the original, complete, and all statements and information provided therein are true and correct.

We acknowledge and accept the Procuring Entity’s right to inspect and audit all records relating to our submission irrespective of whether we are declared eligible and short listed or not.

Yours sincerely,

Signature Name and Title of Authorized Signatory Name of Consultant Address

166

TECHNICAL PROPOSAL FORMS

Notes for Consultants

The following summarizes the content and maximum number of pages permitted for the Technical Proposal. A page is considered to be one printed side of A4 or letter sized paper.

Cover Letter

Use TPF 1. Technical Proposal Submission Form.

Experience of the Firm

Maximum of [insert acceptable number of pages] introducing the background and general experience of the Consultant, including its partner(s) and subcontractors, if any.

Maximum of [insert acceptable number of pages] completed projects in the format of TPF 2. Consultant’s References illustrating the relevant experience of the Consultant, including its partner and subcontractors, if any. No promotional material should be included.

General approach and methodology, work and staffing schedule

Use TPF 4. Description of the Methodology and Work Plan for Performing the Project, TPF 5. Team Composition and Task , TPF 7. Time Schedule for Professional Personnel, and TPF 8. Activity (Work) Schedule.

If subcontracting is allowed, add the following: If the Consultant will engage a subcontractor for the portions of the Consulting Services allowed to be subcontracted, the Consultant shall indicate which portions of the Consulting Services will be subcontracted, identify the corresponding subcontractor, and include the legal eligibility documents of such subcontractor.

Curriculum Vitae (CV)

Use TPF 6. Format of Curriculum Vitae (CV) for Proposed Professional Staff.

Comments on the terms of reference and data and facilities to be provided by the Procuring Entity

Not more than [insert acceptable number of pages] usingTPF 3. Comments and Suggestions of Consultant on the Terms of Reference and on Data, Services, and Facilities to be Provided by the

167

TPF 1. TECHNICAL PROPOSAL SUBMISSION FORM

[Date]

[Name and address of the Procuring Entity]

Ladies/Gentlemen:

We, the undersigned, offer to provide the consulting services for [Title of Project] in accordance with your Bidding Documents dated [insert date] and our Bid. We are hereby submitting our Bid, which includes this Technical Proposal, and a Financial Proposal sealed under a separate envelope.

If negotiations are held during the period of bid validity, i.e., before [insert date], we undertake to negotiate on the basis of the proposed staff. Our Bid is binding upon us and subject to the modifications resulting from contract negotiations.

In accordance with GCC Clause 18 we acknowledge and accept the PROCURING ENTITY’s right to inspect and audit all records relating to our Bid irrespective of whether we enter into a contract with the Procuring Entity as a result of this Bid or not.

We understand you are not bound to accept any Bid received for the selection of a consultant for the Project.

We remain,

Yours sincerely,

Authorized Signature: Name and Title of Signatory: Name of Firm: Address:

168

TPF 2. CONSULTANT’S REFERENCES

Relevant Services Carried Out in the Last Five Years That Best Illustrate Qualifications

Using the format below, provide information on each project for which your firm/entity, either individually, as a corporate entity, or as one of the major companies within an association, was legally contracted.

Project Name: Country:

Location within Country: Professional Staff Provided by Your Firm/Entity(profiles):

Name of Client: No of Staff:

Address: No of Staff-Months; Duration of Project:

Start Date (Month/Year): Completion Date (Month/Year): Approx. Value of Services (in Current US$):

Name of Associated Consultants, if any: No of Months of Professional Staff Provided by Associated Consultants:

Name of Senior Staff (Project Director/Coordinator, Team Leader) Involved and Functions Performed:

Narrative Description of Project:

Description of Actual Services Provided by Your Staff:

Consultant’s Name:

169

TPF 3. COMMENTS AND SUGGESTIONS OF CONSULTANT ON THE TERMS OF REFERENCE AND ON DATA, SERVICES, AND FACILITIES TO BE PROVIDED BY THE PROCURING ENTITY

On the Terms of Reference:

1.

2.

3.

4.

5.

On the data, services, and facilities to be provided by the Procuring Entity:

1.

2.

3.

4.

5.

170

TPF 4. DESCRIPTION OF THE METHODOLOGY AND WORK PLAN FOR PERFORMING THE PROJECT

171

TPF 5. TEAM COMPOSITION AND TASK PROJECTS

1. Technical/Managerial Staff Name Position Task

2. Support Staff Name Position Task

172

TPF 6. FORMAT OF CURRICULUM VITAE (CV) FOR PROPOSED PROFESSIONAL STAFF

Proposed Position:

Name of Firm:

Name of Staff:

Profession:

Date of Birth:

Years with Firm/Entity: Nationality:

Membership in Professional Societies:

Detailed Tasks Assigned:

Key Qualifications:

[Give an outline of staff member’s experience and training most pertinent to tasks on project. Describe degree of responsibility held by staff member on relevant previous projects and give dates and locations. Use about half a page.]

Education:

[Summarize college/university and other specialized education of staff members, giving names of schools, dates attended, and degrees obtained. Use about one quarter of a page.]

Employment Record:

[Starting with present position, list in reverse order every employment held. List all positions held by staff member since graduation, giving dates, names of employing organizations, titles of positions held, and locations of projects. For experience in last ten years, also give types of activities performed and client references, where appropriate. Use about two pages.]

173

Languages:

[For each language, indicate proficiency: excellent, good, fair, or poor in speaking, reading, and writing.]

Certification:

I, the undersigned, certify that to the best of my knowledge and belief, these data correctly describe me, my qualifications, and my experience.

Date: [Signature of staff member and authorized representative of the firm] Day/Month/Year

Full name of staff member: ______Full name of authorized representative: ______

174

TPF 7. TIME SCHEDULE FOR PROFESSIONAL PERSONNEL

Months (in the Form of a Bar Chart)

Name Position Reports Due/Activities 1 2 3 4 5 6 7 8 9 10 11 12 Number of Months

Subtotal (1)

Subtotal (2)

Subtotal (3)

Subtotal (4)

Full-time: Part-time: Reports Due: Activities Duration: Location Signature: (Authorized representative)

Full Name: Title: Address:

175

TPF 8. ACTIVITY (WORK) SCHEDULE

A. Field Investigation and Study Items

[1st, 2nd, etc. are months from the start of project.]

1st 2nd 3rd 4th 5th 6th 7th 8th 9th 10th 11th 12th

Activity (Work) ______

______

______

______

B. Completion and Submission of Reports

Reports Date

1. Inception Report

2. Interim Progress Report (a) First Status Report (b) Second Status Report

3. Draft Report

4. Final Report

176

FINANCIAL PROPOSAL FORMS

Notes for Consultants

The following summarizes the content of the Financial Proposal.

Cover Letter

Use FPF 1. Financial Proposal Submission Form, which is an acknowledgement that, in preparation and submission of the Technical and Financial Proposals, Consultants have:

(f) followed the applicable rules and guidelines indicated in this ITB;

(g) not taken any action which is or constitutes a corrupt, fraudulent, or coercive practice as defined in the applicable rules and guidelines; and

(h) agrees to allow the Procuring Entity and the Funding Source, at their option, to inspect and audit all accounts, documents, and records relating to the its Bid and to the performance of the ensuing contract.

Costs of Consulting Services

Use FPF 2. Summary of Costs; FPF 3. Breakdown of Price per Activity; FPF 4. Breakdown of Remuneration per Activity; FPF 5.Reimbursables per Activity; and FPF 6. Miscellaneous Expenses.

177

FPF 1. FINANCIAL PROPOSAL SUBMISSION FORM

[Date]

[Name and address of the Procuring Entity]

Ladies/Gentlemen:

We, the undersigned, offer to provide the consulting services for [Title of Project] in accordance with your Bidding Documents dated [insert date] and our Bid (Technical and Financial Proposals). Our attached Financial Proposal is for the sum of [amount in words and figures]. This amount is exclusive of the local taxes, which we have estimated at [amount(s) in words and figures].

Our Financial Proposal shall be binding upon us subject to the modifications resulting from Contract negotiations, up to expiration of the bid validity period, i.e., [Date].

In accordance with GCC Clause 51, we acknowledge and accept the Procuring Entity’s right to inspect and audit all records relating to our Bid irrespective of whether we enter into a contract with the Procuring Entity as a result of this Bid.

We confirm that we have read, understood and accept the contents of the Instructions to Bidders (ITB), the Bid Data Sheet (BDS), General Conditions of Contract (GCC), Special Conditions of Contract (SCC), Terms of Reference (TOR), the provisions relating to the eligibility of Consultant and the applicable guidelines for the procurement rules of the Funding Source, any and all Bid bulletins issued and other attachments and inclusions included in the Bidding Documents sent to us.

We understand you are not bound to accept any Bid you receive.

We remain,

Yours sincerely, Authorized Signature: Name and Title of Signatory: Name of Firm: Address:

178

FPF 2. SUMMARY OF COSTS

Costs Currency(ies)1 Amount in Philippine Peso

Subtotal

Local Taxes

Total Amount of Financial Proposal ______

1In cases of contracts involving foreign consultants, indicate the exchange rate used.

179

FPF 3. BREAKDOWN OF PRICE PER ACTIVITY

Activity No.:______Activity No.:______Description:______

Price Component Currency(ies)2 Amount in Philippine Peso

Remuneration

Reimbursables

Miscellaneous Expenses

Subtotal ______

2In cases of contracts involving foreign consultants, indicate the exchange rate used.

180

FPF 4. BREAKDOWN OF REMUNERATION PER ACTIVITY

Activity No.______Name:______

Remuneration Names Position Input3 Currency(ies) Rate Amount

Regular staff

Local staff

Consultants

Grand Total ______

3 Staff months, days, or hours as appropriate.

181

FPF 5.REIMBURSABLES PER ACTIVITY

Activity No:______Name:______

No. Description Unit Quantity Unit Price In Total Amount In 1. International flights Trip ______

2. Miscellaneous travel expenses Trip

3. Subsistence allowance Day

4. Local transportation costs4

5. Office rent/accommodation/ clerical assistance

Grand Total ______

4 Local transportation costs are not included if local transportation is being made available by the Entity. Similarly, in the project site, office rent/accommodations/clerical assistance costs are not to be included if being made available by the Entity.

182

FPF 6. MISCELLANEOUS EXPENSES

Activity No.______Activity Name: ______

No. Description Unit Quantity Unit Price Total Amount

1. Communication costs between ______and ______(telephone, telegram, telex)

2. Drafting, reproduction of reports

3. Equipment: vehicles, computers, etc.

4. Software

Grand Total ______

183

FORM OF CONTRACT AGREEMENT

THIS AGREEMENT, made this [insert date] day of [insert month], [insert year] between [name and address of PROCURING ENTITY](hereinafter called the“Entity”) and [name and address of Consultant] (hereinafter called the “Consultant”).

WHEREAS, the Entity is desirous that the Consultant execute [name and identification number of contract] (hereinafter called “the Works”) and the Entity has accepted the bid for [insert the amount in specified currency in numbers and words] by the Consultant for the execution and completion of such Consulting Services and the remedying of any defects therein.

NOW THIS AGREEMENT WITNESSETH AS FOLLOWS:

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

2. The following documents shall be attached, deemed to form, and be read and construed as part of this Agreement, to wit:

(a) General and Special Conditions of Contract; (b) Terms of Reference (c) Request for Expression of Interest; (d) Instructions to Bidders; (e) Bid Data Sheet; (f) Addenda and/or Supplemental/Bid Bulletins, if any; (g) Bid forms, including all the documents/statements contained in the Bidder’s bidding envelopes, as annexes; (h) Eligibility requirements, documents and/or statements; (i) Performance Security; (j) Credit line issued by a licensed bank, if any; (k) Notice of Award of Contract and the Bidder’s conforme thereto; (l) Other contract documents that may be required by existing laws and/or the Entity.

3. In consideration of the payments to be made by the Entity to the Consultant as hereinafter mentioned, the Consultant hereby covenants with the Entity to execute and complete the Consulting Services and remedy any defects therein in conformity with the provisions of this Consultant in all respects.

4. The Entity hereby covenants to pay the Consultant in consideration of the execution and completion of the Consulting Services, the Contract Price or

184

such other sum as may become payable under the provisions of this Contract at the times and in the manner prescribed by this Contract.

IN WITNESS whereof the parties thereto have caused this Agreement to be executed the day and year first before written.

Binding Signature of PROCURING ENTITY

______

Binding Signature of Contractor

______

[Addendum showing the corrections, if any, made during the bid evaluation should be attached with this agreement]

185

OMNIBUS SWORN STATEMENT

REPUBLIC OF THE PHILIPPINES ) CITY/MUNICIPALITY OF ______) S.S.

AFFIDAVIT

I, [Name of Affiant], of legal age, [Civil Status], [Nationality], and residing at [Address of Affiant], after having been duly sworn in accordance with law, do hereby depose and state that:

1. Select one, delete the other:

If a sole proprietorship: I am the sole proprietor of [Name of Consultant] with office address at [address of Consultant];

If a partnership, corporation, cooperative, or joint venture: I am the duly authorized and designated representative of [Name of Consultant] with office address at [address of Consultant];

2. Select one, delete the other:

If a sole proprietorship: As the owner and sole proprietor of [Name of Consultant], I have full power and authority to do, execute and perform any and all acts necessary to represent it in the bidding for [Name of the Project] of the [Name of the Procuring Entity];

If a partnership, corporation, cooperative, or joint venture: I am granted full power and authority to do, execute and perform any and all acts necessary and/or to represent the [Name of Bidder] in the bidding as shown in the attached [state title of attached document showing proof of authorization (e.g., duly notarized Secretary’s Certificate issued by the corporation or the members of the joint venture)];

3. [Name of Consultant] is not “blacklisted” or barred from bidding by the Government of the Philippines or any of its agencies, offices, corporations, or Local Government Units, foreign government/foreign or international financing institution whose blacklisting rules have been recognized by the Government Procurement Policy Board;

4. Each of the documents submitted in satisfaction of the bidding requirements is an authentic copy of the original, complete, and all statements and information provided therein are true and correct;

5. [Name of Consultant]is authorizing the Head of the Procuring Entity or its duly authorized representative(s) to verify all the documents submitted;

186

6. Select one, delete the rest:

If a sole proprietorship: I am not related to the Head of the Procuring Entity, members of the Bids and Awards Committee (BAC), the Technical Working Group, and the BAC Secretariat, the head of the Project Management Office or the end-user unit, and the project consultants by consanguinity or affinity up to the third civil degree;

If a partnership or cooperative: None of the officers and members of [Name of Bidder] is related to the Head of the Procuring Entity, members of the Bids and Awards Committee (BAC), the Technical Working Group, and the BAC Secretariat, the head of the Project Management Office or the end-user unit, and the project consultants by consanguinity or affinity up to the third civil degree;

If a corporation or joint venture: None of the officers, directors, and controlling stockholders of [Name of Consultant] is related to the Head of the Procuring Entity, members of the Bids and Awards Committee (BAC), the Technical Working Group, and the BAC Secretariat, the head of the Project Management Office or the end-user unit, and the project consultants by consanguinity or affinity up to the third civil degree;

7. [Name of Consultant] complies with existing labor laws and standards; and

8. [Name of Consultant] is aware of and has undertaken the following responsibilities as a Bidder:

a) Carefully examine all of the Bidding Documents;

b) Acknowledge all conditions, local or otherwise, affecting the implementation of the Contract;

c) Made an estimate of the facilities available and needed for the contract to be bid, if any; and

d) Inquire or secure Supplemental/Bid Bulletin(s) issued for the [Name of the Project].

IN WITNESS WHEREOF, I have hereunto set my hand this __ day of ___, 20__ at ______, Philippines.

______[Bidder’s Representative/Authorized Signatory]

[JURAT]

187

BID SECURING DECLARATION

REPUBLIC OF THE PHILIPPINES ) CITY OF ______) S.S. x------x

BID-SECURING DECLARATION Invitation to Bid/Request for Expression of Interest No.5: [Insert reference number]

To: [Insert name and address of the Procuring Entity]

I/We6, the undersigned, declare that:

1. I/We understand that, according to your conditions, bids must be supported by a Bid Security, which may be in the form of a Bid-Securing Declaration.

2. I/We accept that: (a) I/we will be automatically disqualified from bidding for any contract with any procuring entity for a period of two (2) years upon receipt of your Blacklisting Order; and, (b) I/we will pay the applicable fine provided under Section 6 of the Guidelines on the Use of Bid Securing Declaration7, if I/we have committed any of the following actions:

(i) Withdrawn my/our Bid during the period of bid validity required in the Bidding Documents; or

(ii) Fail or refuse to accept the award and enter into contract or perform any and all acts necessary to the execution of the Contract, in accordance with the Bidding Documents after having been notified of your acceptance of our Bid during the period of bid validity.

3. I/We understand that this Bid-Securing Declaration shall cease to be valid on the following circumstances:

(a) Upon expiration of the bid validity period, or any extension thereof pursuant to your request;

(b) I am/we are declared ineligible or post-disqualified upon receipt of your notice to such effect, and (i) I/we failed to timely file a request for reconsideration or (ii) I/we filed a waiver to avail of said right;

5 Select one and delete the other.

6 Select one and delete the other. Adopt same instruction for similar terms throughout the document.

7Issued by the GPPB through GPPB Resolution 03-2012 on 27 January 2012.

188

(c) I am/we are declared as the bidder with the Lowest Calculated and Responsive Bid/Highest Rated and Responsive Bid8, and I/we have furnished the performance security and signed the Contract.

IN WITNESS WHEREOF, I/We have hereunto set my/our hand/s this ____ day of [month] [year] at [place of execution].

[Insert NAME OF BIDDER’S AUTHORIZED REPRESENTATIVE] [Insert signatory’s legal capacity] Affiant

SUBSCRIBED AND SWORN to before me this __ day of [month] [year] at [place of execution], Philippines. Affiant/s is/are personally known to me and was/were identified by me through competent evidence of identity as defined in the 2004 Rules on Notarial Practice (A.M. No. 02-8-13-SC). Affiant/s exhibited to me his/her [insert type of government identification card used], with his/her photograph and signature appearing thereon, with no. ______and his/her Community Tax Certificate No. ______issued on ______at ______.

Witness my hand and seal this ___ day of [month] [year].

NAME OF NOTARY PUBLIC Serial No. of Commission ______Notary Public for ______until ______Roll of Attorneys No. _____ PTR No. __, [date issued], [place issued] IBP No. __, [date issued], [place issued]

Doc No. ___ Page No. ___ Book No. ___ Series of ____.

8 Select one and delete the other.

189

Section VIII. Appendices

I. Description of Services

Give detailed descriptions of the Services to be provided, dates for completion of various tasks, place of performance for different tasks, specific tasks to be approved by Client, etc.

II. Reporting Requirements

List format, frequency, and contents of reports; persons to receive them; dates of submission; etc. If no reports are to be submitted, state here “Not applicable.”

III. Key Personnel and Sub-Consultants

List under:

1. Titles [and names, if already available], detailed job descriptions and minimum qualifications, and staff-months of service, and estimated periods of engagement for each, including a copy of a satisfactory medical certificate.

2. Same information as in no. 1 for Key foreign Personnel to be assigned to work outside the Government’s country.

3. Same information as in no.1 for Key Local Personnel.

4. List of approved Sub-Consultants (if already available) and Counterpart personnel (if allowed); same information with respect to their Personnel as in no.’s 1 and 2.

IV. Breakdown of Contract Price

List here the elements of cost, including expenditures in foreign currency(ies) denominated and payable in Philippine Peso, used to arrive at the itemized breakdown of the contract price:

1. Monthly rates for Personnel (Key Personnel and other Personnel)

2. Reimbursable expenditures

3. Applicable taxes

V. Services and Facilities Provided by the Client

Give detailed description of the services and facilities made available to the Consultant, and the time and manner of its availment.

190

VI. Consultant’s Representations Regarding Costs and Charges

Breakdown of Remuneration Rates, WB funded projects using Quality Based Selection, Selection Based on the Consultant’s Qualifications and Single Source Selection.

1. Review of Remuneration Rates

1.1 The remuneration rates for staff are made up of salary, social costs, overheads, fee that is profit, and any premium or allowance paid for projects away from headquarters. To assist the Consultant in preparing for financial negotiations, a sample form giving a breakdown of rates is attached (no financial information should be included in the Technical Proposal). Agreed breakdown sheets shall form part of the negotiated contract.

1.2 The Procuring Entityis charged with the custody of Government funds and is expected to exercise prudence in the expenditure of these funds. The Procuring Entityis, therefore, concerned with the reasonableness of the firm’s Financial Proposal, and, during negotiations, it expects to be able to review audited financial statements backing up the Consultant’s remuneration rates, certified by an independent auditor. The Consultant shall be prepared to disclose such audited financial statements for the last three years, to substantiate its rates, and accept that its proposed rates and other financial matters are subject to scrutiny. Rate details are discussed below.

(i) Salary

This is the gross regular cash salary paid to the individual in the Consultant’s home office. It shall not contain any premium for work away from headquarters or bonus (except where these are included by law or government regulations).

(ii) Bonus

Bonuses are normally paid out of profits. Because the Procuring Entitydoes not wish to make double payments for the same item, staff bonuses shall not normally be included in the rates. Where the Consultant’s accounting system is such that the percentages of social costs and overheads are based on total revenue, including bonuses, those percentages shall be adjusted downward accordingly. Where national policy requires that thirteen (13) months’ pay be given for twelve (12) months’ work, the profit element need not be adjusted downward. Any discussions on bonuses shall be supported by audited documentation, which shall be treated as confidential.

(iii) Social Costs

Social costs are the costs to the Consultant of staff’s non-monetary benefits. These items include, inter alia, pension, medical and life insurance costs, and the cost of a staff member being sick or on vacation. In this regard, the cost of leave for public holidays is not an acceptable social cost nor is the cost of leave taken during the Contract if no additional staff replacement has been provided. Additional leave taken at the end of the Contract in accordance with the Consultant’s leave policy is acceptable as a social cost.

191

(iv) Cost of Leave

The principles of calculating the cost of total days leave per annum as a percentage of basic salary shall normally be as follows: total days leave x 100 Leave cost as percentage of salary9 = [365 - w - ph - v - s] It is important to note that leave can be considered a social cost only if the Procuring Entityis not charged for the leave taken.

(v) Overheads

Overhead expenses are the firm’s business costs that are not directly related to the execution of the project and shall not be reimbursed as separate items under the Contract. Typical items are home office costs (partner’s time, non-billable time, time of senior staff monitoring the project, rent, support staff, research, staff training, marketing, etc.), the cost of staff not currently employed on revenue-earning projects, and business promotion costs. During negotiations, audited financial statements, certified as correct by an independent auditor and supporting the last three years’ overheads, shall be available for discussion, together with detailed lists of items making up the overheads and the percentage by which each relates to basic salary. The Procuring Entity does not accept an add-on margin for social charges, overhead expenses, etc., for staff who are not permanent employees of the firm. In such case, the firm shall be entitled only to administrative costs and fee on the monthly payments charged for subcontracted staff.

(vi) Fee or Profit

The fee or profit shall be based on the sum of the salary, social costs, and overhead. If any bonuses paid on a regular basis are listed, a corresponding reduction in the profit element shall be expected. Fee or profit shall not be allowed on travel or other reimbursable expenses, unless in the latter case an unusually large amount of procurement of equipment is required. The Consultant shall note that payments shall be made against an agreed estimated payment schedule as described in the draft form of the Contract.

(vii) Away from Headquarters Allowance or Premium

Some consultants pay allowances to staff working away from headquarters. Such allowances are calculated as a percentage of salary and shall not draw overheads or profit. Sometimes, by law, such allowances may draw social costs. In this case, the amount of this social cost shall still be shown under social costs, with the net allowance shown separately. For concerned staff, this allowance, where paid, shall cover home education, etc.; these and similar items shall not be considered as reimbursable costs.

(viii) Subsistence Allowances

9 Where w = weekends, ph = public holidays, v = vacation, and s = sick leave.

192

Subsistence allowances are not included in the rates, but are paid separately and in local currency. No additional subsistence is payable for dependents  the subsistence rate shall be the same for married and single team members.

UNDP standard rates for the particular country may be used as reference to determine subsistence allowances.

2. Reimbursables

2.1 The financial negotiations shall further focus on such items as out-of-pocket expenses and other reimbursables. These costs may include, but are not restricted to, cost of surveys, equipment, office rent, supplies, international and local travel, computer rental, mobilization and demobilization, insurance, and printing. These costs may be either fixed or reimbursable in foreign or local currency.

3. Bank Guarantee

3.1 Payments to the Consultant, including payment of any advance based on cash flow projections covered by a bank guarantee, shall be made according to an agreed estimated schedule ensuring the firm regular payments in local and foreign currency, as long as the services proceed as planned.

193

VII. BREAKDOWN OF AGREED FIXED RATES10

[Currencies:______11]

Consultants 1 2 3 4 5 6 7 8 Name Position Basic Rate12 Social Overhead Subtotal Fee Away from Total Agreed Fixed Rate Charge (__% of 1) (__% of 4) Headquarters Agreed (__ % of 1) (__% of 1) Allowance Fixed Rate (__ % of 1) Philippines

Home Office

Signature of Consultant:______Date:______Authorized Representative:______Name:______Title:______

10 This model form is given for negotiation purposes only. It is not part of the proposals (technical or financial). 11 If different currencies, a different table for each currency should be used. 12 Per month, day, or hour as appropriate.

194

195