PHILIPPINE BIDDING DOCUMENTS (As Harmonized with Development Partners)

Procurement of GOODS DOTC MRT-3 SYSTEM MAINTENANCE SERVICE PROVIDER (FOR THREE YEARS)

Government of the Republic of the Philippines

Fourth Edition December 2010

TABLE OF CONTENTS

SECTION I. INVITATION TO BID ...... 3 SECTION II. INSTRUCTIONS TO BIDDERS ...... 6 SECTION III. BID DATA SHEET ...... 34 SECTION IV. GENERAL CONDITIONS OF CONTRACT ...... 40 SECTION V. SPECIAL CONDITIONS OF CONTRACT ...... 57 SECTION VI. SCHEDULE OF REQUIREMENTS ...... 64 SECTION VII. TECHNICAL SPECIFICATIONS ...... 65 SECTION VIII. BIDDING FORMS ...... 274

Page 2 of 289

Section I. Invitation to Bid

Page 3 of 289

Republic of the Philippines DEPARTMENT OF TRANSPORTATION AND COMMUNICATIONS

INVITATION TO BID FOR DOTC MRT-3 SYSTEM MAINTENANCE SERVICE PROVIDER (FOR 3 YEARS)

1. The Department of Transportation and Communications (DOTC) and Metro Rail Transit 3 (MRT-3), through the General Appropriations Fund, intend to apply the sum of Two Billion Two Hundred Forty Seven Million Six Hundred Ninety Five Thousand Nine Hundred Ninety Four Pesos and Seventy Seven Centavos (Php 2,247,695,994.77) being the Approved Budget for the Contract (ABC) to payments under the contract for DOTC-MRT-3 System Maintenance Service Provider (For 3 Years). Bids received in excess of the ABC shall be automatically rejected at bid opening.

2. The DOTC now invites bids for the DOTC MRT-3 System Maintenance Service Provider (For 3 Years). Bidders should have completed, within twenty (20) years from the date of submission and receipt of bids, a contract similar to the Project. The description of an eligible bidder is contained in the Bidding Documents, particularly, in Section II. Instructions to Bidders.

3. Bidding will be conducted through open competitive bidding procedures using a non- discretionary “pass/fail” criteria as specified in the Revised Implementing Rules and Regulations (IRR) of Republic Act No. 9184 (RA 9184), otherwise known as the “Government Procurement Reform Act”.

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

4. Interested bidders may obtain further information from DOTC and inspect the Bidding Documents at Unit 22, 2nd Floor, The Columbia Tower, Ortigas Avenue, Barangay Wack-Wack, Mandaluyong City during weekdays from 8:00AM to 5:00PM.

A complete set of Bidding Documents may be purchased by interested Bidders from the address above and upon payment of a non-refundable fee for the Bidding Documents in the amount of Seventy Five Thousand Pesos (Php 75,000.00).

It may also be downloaded free of charge from the website of the Philippine Government Electronic Procurement System (PhilGEPS) (www.philgeps.net) and the DOTC (www.dotc.gov.ph), provided that Bidders shall pay the non-refundable fee for the Bidding Documents not later than the submission of their bids.

5. The DOTC will hold a Pre-Bid Conference on 09 September 2014, 1:00 PM at the DOTC Conference Room, 16th Floor, The Columbia Tower, Ortigas Avenue, Barangay Wack-Wack, Mandaluyong City which shall be open to all interested parties.

6. Bids must be delivered on or before 13 October 2014, 1:00 PM at Unit 153, 15th Floor, The Columbia Tower, Ortigas Avenue, Barangay Wack-Wack, Mandaluyong City. All

Page 4 of 289

bids must be accompanied by a bid security in any security in any of the acceptable forms and in the amount stated in ITB Clause 18.

Bid opening shall be on 13 October 2014, 1:00 PM at the DOTC Conference Room, 16th Floor, The Columbia Tower, Ortigas Avenue, Barangay Wack-Wack, Mandaluyong City. Bids will be opened in the presence of the Bidders’ representatives who choose to attend at the address above. Late bids shall not be accepted.

7. The DOTC reserves the right to accept or reject any bid, to annul the bidding process, and to reject all bids 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 P. GONZALES Overall Head, BAC Secretariat and Undersecretary for Procurement and Administration Address: Unit 153, 15th Floor, The Columbia Tower, Ortigas Avenue, Brgy. Wack-Wack 1555 Mandaluyong City, Philippines Tel. Nos.: (+632) 727-7960 loc. 235 Facsimile No.: (+632) 654-7725 Email Address: [email protected] Website: www.dotc.gov.ph

Issued this 1st September 2014.

(SGD.) RENE K. LIMCAOCO Vice-Chairman, Bids and Awards Committee and Undersecretary for Planning

Page 5 of 289

Section II. Instructions to Bidders

Page 6 of 289

TABLE OF CONTENTS

A. GENERAL ...... 9 1. Scope of Bid ...... 9 2. Source of Funds ...... 9 3. Corrupt, Fraudulent, Collusive, and Coercive Practices ...... 9 4. Conflict of Interest ...... 10 5. Eligible Bidders ...... 12 6. Bidder’s Responsibilities ...... 13 7. Origin of Goods ...... 15 8. Subcontracts ...... 15 B. CONTENTS OF BIDDING DOCUMENTS ...... 15 9. Pre-Bid Conference ...... 15 10. Clarification and Amendment of Bidding Documents ...... 16 C. PREPARATION OF BIDS ...... 16 11. Language of Bid ...... 16 12. Documents Comprising the Bid: Eligibility and Technical Components ...... 16 13. Documents Comprising the Bid: Financial Component ...... 18 14. Alternative Bids ...... 19 15. Bid Prices ...... 19 16. Bid Currencies ...... 20 17. Bid Validity ...... 21 18. Bid Security ...... 21 19. Format and Signing of Bids ...... 23 20. Sealing and Marking of Bids ...... 24 D. SUBMISSION AND OPENING OF BIDS ...... 24 21. Deadline for Submission of Bids ...... 24 22. Late Bids ...... 25 23. Modification and Withdrawal of Bids ...... 25 24. Opening and Preliminary Examination of Bids ...... 25 E. EVALUATION AND COMPARISON OF BIDS ...... 27 25. Process to be Confidential ...... 27 26. Clarification of Bids ...... 27 27. Domestic Preference ...... 27

Page 7 of 289

28. Detailed Evaluation and Comparison of Bids ...... 28 29. Post-Qualification ...... 29 30. Reservation Clause ...... 30 F. AWARD OF CONTRACT ...... 31 31. Contract Award ...... 31 32. Signing of the Contract ...... 32 33. Performance Security ...... 32 34. Notice to Proceed ...... 33

Page 8 of 289

A. General

1. Scope of Bid

1.1. The procuring entity named in the BDS (hereinafter referred to as the “Procuring Entity”) wishes to receive bids for supply and delivery of the goods as described in Section VII. Technical Specifications (hereinafter referred to as the “Goods”).

1.2. The name, identification, and number of lots specific to this bidding are provided in the BDS. The contracting strategy and basis of evaluation of lots is described in ITB Clause 28.

2. Source of Funds

The Procuring Entity has a budget or has applied for or received funds from the Funding Source named in the BDS, and in the amount indicated in the BDS. It intends to apply part of the funds received for the Project, as defined in the BDS, to cover eligible payments under the contract.

3. Corrupt, Fraudulent, Collusive, and Coercive Practices

3.1. Unless otherwise specified in the BDS, the Procuring Entity as well as the bidders and suppliers 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 government, 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 RA 3019.

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

Page 9 of 289

(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;

(v) “obstructive practice” is

(aa) deliberately destroying, falsifying, altering or concealing of evidence material to an administrative proceedings or investigation or making false statements to investigators in order to materially impede an administrative proceedings or investigation of the Procuring Entity or any foreign government/foreign or international financing institution into allegations of a corrupt, fraudulent, coercive or collusive practice; and/or threatening, harassing or intimidating any party to prevent it from disclosing its knowledge of matters relevant to the administrative proceedings or investigation or from pursuing such proceedings or investigation; or

(bb) acts intended to materially impede the exercise of the inspection and audit rights of the Procuring Entity or any foreign government/foreign or international financing institution herein.

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

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

3.3. Furthermore, the Funding Source and the Procuring Entity reserve the right to inspect and audit records and accounts of a bidder or supplier in the bidding for and performance of a contract themselves or through independent auditors as reflected in the GCC Clause 3.

4. Conflict of Interest

4.1. All Bidders found to have conflicting interests shall be disqualified to participate in the procurement at hand, without prejudice to the imposition of appropriate administrative, civil, and criminal sanctions. A Bidder may be considered to have conflicting interests with another Bidder in any of the

Page 10 of 289

events described in paragraphs (a) through (c) below and a general conflict of interest in any of the circumstances set out in paragraphs (d) through (f) below:

(a) A Bidder has controlling shareholders in common with another Bidder;

(b) A Bidder receives or has received any direct or indirect subsidy from any other Bidder;

(c) A Bidder has the same legal representative as that of another Bidder for purposes of this bid;

(d) A Bidder has a relationship, directly or through third parties, that puts them in a position to have access to information about or influence on the bid of another Bidder or influence the decisions of the Procuring Entity regarding this bidding process. This will include a firm or an organization who lends, or temporarily seconds, its personnel to firms or organizations which are engaged in consulting services for the preparation related to procurement for or implementation of the project if the personnel would be involved in any capacity on the same project;

(e) A Bidder submits more than one bid in this bidding process. However, this does not limit the participation of subcontractors in more than one bid; or

(f) A Bidder who participated as a consultant in the preparation of the design or technical specifications of the Goods and related services that are the subject of the bid.

4.2. In accordance with Section 47 of the IRR of RA 9184, all Bidding Documents shall be accompanied by a sworn affidavit of the Bidder that it is not related to the Head of the Procuring Entity, members of the Bids and Awards Committee (BAC), members of the Technical Working Group (TWG), members of the BAC Secretariat, the head of the Project Management Office (PMO) or the end-user unit, and the project consultants, by consanguinity or affinity up to the third civil degree. On the part of the Bidder, this Clause shall apply to the following persons:

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

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

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

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

Relationship of the nature described above or failure to comply with this Clause will result in the automatic disqualification of a Bidder. Page 11 of 289

5. Eligible Bidders

5.1. Unless otherwise provided in the BDS, the following persons shall be eligible to participate in this bidding:

(a) Duly licensed Filipino citizens/sole proprietorships;

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

(e) Unless otherwise provided in the BDS, persons/entities forming themselves into a JV, i.e., a group of two (2) or more persons/entities that intend to be jointly and severally responsible or liable for a particular contract: Provided, however, that Filipino ownership or interest of the joint venture concerned shall be at least sixty percent (60%).

5.2. Foreign bidders may be eligible to participate when any of the following circumstances exist, as specified in the BDS:

(a) When a Treaty or International or Executive Agreement as provided in Section 4 of the RA 9184 and its IRR allow foreign bidders to participate;

(b) Citizens, corporations, or associations of a country, included in the list issued by the GPPB, the laws or regulations of which grant reciprocal rights or privileges to citizens, corporations, or associations of the Philippines;

(c) When the Goods sought to be procured are not available from local suppliers; or

(d) When there is a need to prevent situations that defeat competition or restrain trade.

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

5.4. Unless otherwise provided in the BDS, the Bidder must have completed at least one contract similar to the Project the value of which, adjusted to current

Page 12 of 289

prices using the National Statistics Office consumer price index, must be at least equivalent to a percentage of the ABC stated in the BDS.

For this purpose, contracts similar to the Project shall be those described in the BDS, and completed within the relevant period stated in the Invitation to Bid and ITB Clause 12.1(a)(iii).

5.5. The Bidder must submit a computation of its Net Financial Contracting Capacity (NFCC) or a commitment from a Universal or Commercial Bank to extend a credit line in its favor if awarded the contract for this Project (CLC).

The NFCC, computed using the following formula, must be at least equal to the ABC to be bid:

NFCC = [(Current assets minus current liabilities) (K)] minus the value of all outstanding or uncompleted portions of the projects under ongoing contracts, including awarded contracts yet to be started coinciding with the contract for this Project.

Where:

K = 10 for a contract duration of one year or less, 15 for a contract duration of more than one year up to two years, and 20 for a contract duration of more than two years.

The CLC must be at least equal to ten percent (10%) of the ABC for this Project. If issued by a foreign bank, it shall be confirmed or authenticated by a Universal or Commercial Bank. In the case of local government units (LGUs), the Bidder may also submit CLC from other banks certified by the Bangko Sentral ng Pilipinas (BSP) as authorized to issue such financial instrument.

6. Bidder’s Responsibilities

6.1. The Bidder or its duly authorized representative shall submit a sworn statement in the form prescribed in Section VIII. Bidding Forms as required in ITB Clause 12.1(b)(iii).

6.2. The Bidder is responsible for the following:

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

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

(c) Having made an estimate of the facilities available and needed for the contract to be bid, if any;

(d) Having complied with its responsibility to inquire or secure Supplemental/Bid Bulletin(s) as provided under ITB Clause 10.3.

Page 13 of 289

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

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

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

(h) Ensuring that the signatory is the duly authorized representative of the Bidder, and granted full power and authority to do, execute and perform any and all acts necessary 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 RA 9184 in relation to other provisions of RA 3019; and

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

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

6.3. The Bidder is expected to examine all instructions, forms, terms, and specifications in the Bidding Documents.

6.4. It shall be the sole responsibility of the Bidder to determine and to satisfy itself by such means as it considers necessary or desirable as to all matters pertaining to the contract to be bid, including: (a) the location and the nature of this Project; (b) climatic conditions; (c) transportation facilities; and (d) other factors that may affect the cost, duration, and execution or implementation of this Project.

6.5. The Procuring Entity shall not assume any responsibility regarding erroneous interpretations or conclusions by the prospective or eligible bidder out of the data furnished by the procuring entity.

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

6.7. Before submitting their bids, the Bidder is deemed to have become familiar with all existing laws, decrees, ordinances, acts and regulations of the Philippines which may affect this Project in any way.

Page 14 of 289

6.8. The Bidder should note that the Procuring Entity will accept bids only from those that have paid the nonrefundable fee for the Bidding Documents at the office indicated in the Invitation to Bid.

7. Origin of Goods

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, subject to ITB Clause 27.1.

8. Subcontracts

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

8.2. Subcontractors must 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 Goods shall be disallowed.

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

B. Contents of Bidding Documents

9. Pre-Bid Conference

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

(b) The pre-bid conference shall be held at least twelve (12) calendar days before the deadline for the submission and receipt of bids. If the Procuring Entity determines that, by reason of the method, nature, or complexity of the contract to be bid, or when international participation will be more advantageous to the GOP, a longer period for the preparation of bids is necessary, the pre-bid conference shall be held at least thirty (30) calendar days before the deadline for the submission and receipt of bids, as specified in the BDS.

9.2. Bidders are encouraged to attend the pre-bid conference to ensure that they fully understand the Procuring Entity’s requirements. Non-attendance of the Bidder will in no way prejudice its bid; however, the Bidder is expected to

Page 15 of 289

know the changes and/or amendments to the Bidding Documents discussed during the pre-bid conference.

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

10. Clarification and Amendment of Bidding Documents

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

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

10.3. Any Supplemental/Bid Bulletin issued by the BAC shall also be posted on the Philippine Government Electronic Procurement System (PhilGEPS) and the website of the Procuring Entity concerned, if available. It shall be the responsibility of all Bidders who secure the Bidding Documents to inquire and secure Supplemental/Bid Bulletins that may be issued by the BAC. However, Bidders who have submitted bids before the issuance of the Supplemental/Bid Bulletin must be informed and allowed to modify or withdraw their bids in accordance with ITB Clause 23.

C. Preparation of Bids

11. Language of Bid

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

12. Documents Comprising the Bid: Eligibility and Technical Components

12.1. Unless otherwise indicated in the BDS, the first envelope shall contain the following eligibility and technical documents:

(a) Eligibility Documents –

Class “A” Documents:

Page 16 of 289

(i) Registration certificate from the 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 BDS;

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

(iii) Statement of all its ongoing and completed government and private contracts within the period stated in the BDS, including contracts awarded but not yet started, if any. The statement shall include, for each contract, the following:

(iii.1) name of the contract;

(iii.2) date of the contract;

(iii.3) kinds of Goods;

(iii.4) amount of contract and value of outstanding contracts;

(iii.5) date of delivery; and

(iii.6) end user’s acceptance or official receipt(s) issued for the contract, if completed.

(iv) Audited financial statements, stamped “received” by the Bureau of Internal Revenue (BIR) or its duly accredited and authorized institutions, for the preceding calendar year, which should not be earlier than two (2) years from bid submission;

(v) NFCC computation or CLC in accordance with ITB Clause 5.5; and

Class “B” Document:

(vi) If applicable, the JVA in case the joint venture is already in existence, or 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.

(b) Technical Documents –

(i) Bid security in accordance with ITB Clause18. If the Bidder opts to submit the bid security in the form of:

(i.1) a bank draft/guarantee or an irrevocable letter of credit issued by a foreign bank, it shall be accompanied by a confirmation from a Universal or Commercial Bank; or

Page 17 of 289

(i.2) a surety bond, it shall be accompanied by a certification by the Insurance Commission that the surety or insurance company is authorized to issue such instruments;

(ii) Conformity with technical specifications, as enumerated and specified in Sections VI and VII of the Bidding Documents; and

(iii) Sworn statement in accordance with Section 25.2(a)(iv) of the IRR of RA 9184 and using the form prescribed in Section VIII. Bidding Forms.

13. Documents Comprising the Bid: Financial Component

13.1. Unless otherwise stated in the BDS, the financial component of the bid shall contain the following:

(a) Financial Bid Form, which includes bid prices and the bill of quantities and the applicable Price Schedules, in accordance with ITB Clauses 15.1 and 15.4;

(b) If the Bidder claims preference as a Domestic Bidder or Domestic Entity, a certification from the DTI, SEC, or CDA issued in accordance with ITB Clause 27, unless otherwise provided in the BDS; and

(c) Any other document related to the financial component of the bid as stated in the BDS.

13.2. (a) Unless otherwise stated in the BDS, all bids that exceed the ABC shall not be accepted.

(b) Unless otherwise indicated in the BDS, for foreign-funded procurement, a ceiling may be applied to bid prices provided the following conditions are met:

(i) Bidding Documents are obtainable free of charge on a freely accessible website. If payment of Bidding Documents is required by the procuring entity, payment could be made upon the submission of bids.

(ii) The procuring entity has procedures in place to ensure that the ABC is based on recent estimates made by the responsible unit of the procuring entity and that the estimates reflect the quality, supervision and risk and inflationary factors, as well as prevailing market prices, associated with the types of works or goods to be procured.

(iii) The procuring entity has trained cost estimators on estimating prices and analyzing bid variances.

Page 18 of 289

(iv) The procuring entity has established a system to monitor and report bid prices relative to ABC and engineer’s/procuring entity’s estimate.

(v) The procuring entity has established a system to monitor and report bid prices relative to ABC and procuring entity’s estimate. The procuring entity has established a monitoring and evaluation system for contract implementation to provide a feedback on actual total costs of goods and works.

14. Alternative Bids

Alternative Bids shall be rejected. For this purpose, alternative bid is an offer made by a Bidder in addition or as a substitute to its original bid which may be included as part of its original bid or submitted separately therewith for purposes of bidding. A bid with options is considered an alternative bid regardless of whether said bid proposal is contained in a single envelope or submitted in two (2) or more separate bid envelopes.

15. Bid Prices

15.1. The Bidder shall complete the appropriate Price Schedules included herein, stating the unit prices, total price per item, the total amount and the expected countries of origin of the Goods to be supplied under this Project.

15.2. The Bidder shall fill in rates and prices for all items of the Goods described in the Bill of Quantities. Bids not addressing or providing all of the required items in the Bidding Documents including, where applicable, Bill of Quantities, shall be considered non-responsive and, thus, automatically disqualified. In this regard, where a required item is provided, but no price is indicated, the same shall be considered as non-responsive, but specifying a "0" (zero) for the said item would mean that it is being offered for free to the Government.

15.3. The terms Ex Works (EXW), Cost, Insurance and Freight (CIF), Cost and Insurance Paid to (CIP), Delivered Duty Paid (DDP), and other trade terms used to describe the obligations of the parties, shall be governed by the rules prescribed in the current edition of the International Commercial Terms (INCOTERMS) published by the International Chamber of Commerce, Paris.

15.4. Prices indicated on the Price Schedule shall be entered separately in the following manner:

(a) For Goods offered from within the Procuring Entity’s country:

(i) The price of the Goods quoted EXW (ex works, ex factory, ex warehouse, ex showroom, or off-the-shelf, as applicable), including all customs duties and sales and other taxes already paid or payable:

Page 19 of 289

(i.1) on the components and raw material used in the manufacture or assembly of Goods quoted ex works or ex factory; or

(i.2) on the previously imported Goods of foreign origin quoted ex warehouse, ex showroom, or off-the-shelf and any Procuring Entity country sales and other taxes which will be payable on the Goods if the contract is awarded.

(ii) The price for inland transportation, insurance, and other local costs incidental to delivery of the Goods to their final destination.

(iii) The price of other (incidental) services, if any, listed in the BDS.

(b) For Goods offered from abroad:

(i) Unless otherwise stated in the BDS, the price of the Goods shall be quoted DDP with the place of destination in the Philippines as specified in the BDS. In quoting the price, the Bidder shall be free to use transportation through carriers registered in any eligible country. Similarly, the Bidder may obtain insurance services from any eligible source country.

(ii) The price of other (incidental) services, if any, listed in the BDS.

15.5. Prices quoted by the Bidder shall be fixed during the Bidder’s performance of the contract and not subject to variation or price escalation on any account. A bid submitted with an adjustable price quotation shall be treated as non- responsive and shall be rejected, pursuant to ITB Clause 24.

All bid prices shall be considered as fixed prices, and therefore not subject to price escalation during contract implementation, except under extraordinary circumstances. Extraordinary circumstances refer to events that may be determined by the National Economic and Development Authority in accordance with the Civil Code of the Philippines, and upon the recommendation of the Procuring Entity. Nevertheless, in cases where the cost of the awarded contract is affected by any applicable new laws, ordinances, regulations, or other acts of the GOP, promulgated after the date of bid opening, a contract price adjustment shall be made or appropriate relief shall be applied on a no loss-no gain basis.

16. Bid Currencies

16.1. Prices shall be quoted in the following currencies:

(a) For Goods that the Bidder will supply from within the Philippines, the prices shall be quoted in Philippine Pesos.

Page 20 of 289

(b) For Goods that the Bidder will supply from outside the Philippines, the prices may be quoted in the currency(ies) stated in the BDS. However, for purposes of bid evaluation, bids denominated in foreign currencies shall be converted to Philippine currency based on the exchange rate as published in the BSP reference rate bulletin on the day of the bid opening.

16.2. If so allowed in accordance with ITB Clause 16.1, the Procuring Entity for purposes of bid evaluation and comparing the bid prices will convert the amounts in various currencies in which the bid price is expressed to Philippine Pesos at the foregoing exchange rates.

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

17. Bid Validity

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

17.2. In exceptional circumstances, prior to the expiration of the Bid validity period, the Procuring Entity may request Bidders to extend the period of validity of their bids. The request and the responses shall be made in writing. The bid security described in ITB Clause 18 should also be extended corresponding to the extension of the bid validity period at the least. A Bidder may refuse the request without forfeiting its bid security, but his bid shall no longer be considered for further evaluation and award. A Bidder granting the request shall not be required or permitted to modify its bid.

18. Bid Security

18.1. The bid security in the amount stated in the BDS shall be equal to the percentage of the ABC in accordance with the following schedule:

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 Five percent (5%) demand issued by a surety or

Page 21 of 289

insurance company duly certified by the Insurance Commission as authorized to 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 Bidder may also submit bid securities in the form of cashier’s/manager’s check, bank draft/guarantee, or irrevocable letter of credit from other banks certified by the BSP as authorized to issue such financial statement.

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

18.3. No bid securities shall be returned to bidders after the opening of bids and before contract signing, except to those that failed or declared as post- disqualified, upon submission of a written waiver of their right to file a motion for reconsideration and/or protest. Without prejudice on its forfeiture, bid securities shall be returned only after the bidder with the Lowest Calculated 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 18.2.

18.4. Upon signing and execution of the contract pursuant to ITB Clause 32, and the posting of the performance security pursuant to ITB Clause 33, the successful Bidder’s bid security will be discharged, but in no case later than the bid security validity period as indicated in the ITB Clause 18.2.

18.5. The bid security may be forfeited:

(a) if a Bidder:

(i) withdraws its bid during the period of bid validity specified in ITB Clause 17;

(ii) does not accept the correction of errors pursuant to ITB Clause 28.3(b);

(iii) fails to submit the requirements within the prescribed period or a finding against their veracity as stated in ITB Clause 29.2;

(iv) submission of eligibility requirements containing false information or falsified documents;

(v) 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;

Page 22 of 289

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

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

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

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

(x) any documented attempt by a bidder to unduly influence the outcome of the bidding in his favor;

(xi) failure of the potential joint venture partners to enter into the joint venture after the bid is declared successful; or

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

(b) if the successful Bidder:

(i) fails to sign the contract in accordance with ITB Clause 32; or

(ii) fails to furnish performance security in accordance with ITB Clause 33.

19. Format and Signing of Bids

19.1. Bidders shall submit their bids through their duly authorized representative using the appropriate forms provided in Section VII. Bidding Forms on or before the deadline specified in the ITB Clauses 21 in two (2) separate sealed bid envelopes, and which shall be submitted simultaneously. The first shall contain the technical component of the bid, including the eligibility requirements under ITB Clause 12.1, and the second shall contain the financial component of the bid.

19.2. Forms as mentioned in ITB Clause 19.1 must be completed without any alterations to their format, and no substitute form shall be accepted. All blank spaces shall be filled in with the information requested.

19.3. The Bidder shall prepare and submit an original of the first and second envelopes as described in ITB Clauses 12 and 13. In the event of any discrepancy between the original and the copies, the original shall prevail.

Page 23 of 289

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

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

20. Sealing and Marking of Bids

20.1. Bidders shall enclose their original eligibility and technical documents described in ITB Clause 12 in one sealed envelope marked “ORIGINAL - TECHNICAL COMPONENT”, and the original of their financial component in another sealed envelope marked “ORIGINAL - FINANCIAL COMPONENT”, sealing them all in an outer envelope marked “ORIGINAL BID”.

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

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

20.4. All envelopes shall:

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

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

(c) be addressed to the Procuring Entity’s BAC in accordance with ITB Clause 1.1;

(d) bear the specific identification of this bidding process indicated in the ITB Clause 1.2; and

(e) bear a warning “DO NOT OPEN BEFORE…” the date and time for the opening of bids, in accordance with ITB Clause 21.

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

D. Submission and Opening of Bids

21. Deadline for Submission of Bids

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

Page 24 of 289

22. Late Bids

Any bid submitted after the deadline for submission and receipt of bids prescribed by the Procuring Entity, pursuant to ITB Clause 21, shall be declared “Late” and shall not be accepted by the Procuring Entity.

23. Modification and Withdrawal of Bids

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

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

23.3. Bids requested to be withdrawn in accordance with ITB Clause 23.1 shall be returned unopened to the Bidders. A Bidder may also express its intention not to participate in the bidding through a letter which should reach and be stamped by the BAC before the deadline for submission and receipt of bids. A Bidder that withdraws its bid shall not be permitted to submit another bid, directly or indirectly, for the same contract.

23.4. No bid may be modified after the deadline for submission of bids. No bid may be withdrawn in the interval between the deadline for submission of bids and the expiration of the period of bid validity specified by the Bidder on the Financial Bid Form. Withdrawal of a bid during this interval shall result in the forfeiture of the Bidder’s bid security, pursuant to ITB Clause 18.5, and the imposition of administrative, civil and criminal sanctions as prescribed by RA 9184 and its IRR.

24. Opening and Preliminary Examination of Bids

24.1. The BAC shall open the first bid envelopes of Bidders in public as specified in the BDS to determine each Bidder’s compliance with the documents prescribed in ITB Clause 12. For this purpose, the BAC shall check the submitted documents of each bidder against a checklist of required documents to ascertain if they are all present, using a non-discretionary “pass/fail” criterion. If a bidder submits the required document, it shall be rated “passed” for that particular requirement. In this regard, bids that fail to include any requirement or are incomplete or patently insufficient shall be considered as “failed”. Otherwise, the BAC shall rate the said first bid envelope as “passed”.

24.2. Unless otherwise specified in the BDS, immediately after determining compliance with the requirements in the first envelope, the BAC shall

Page 25 of 289

forthwith open the second bid envelope of each remaining eligible bidder whose first bid envelope was rated “passed”. The second envelope of each complying bidder shall be opened within the same day. In case one or more of the requirements in the second envelope of a particular bid is missing, incomplete or patently insufficient, and/or if the submitted total bid price exceeds the ABC unless otherwise provided in ITB Clause 13.2, the BAC shall rate the bid concerned as “failed”. Only bids that are determined to contain all the bid requirements for both components shall be rated “passed” and shall immediately be considered for evaluation and comparison.

24.3. Letters of withdrawal shall be read out and recorded during bid opening, and the envelope containing the corresponding withdrawn bid shall be returned to the Bidder unopened. If the withdrawing Bidder’s representative is in attendance, the original bid and all copies thereof shall be returned to the representative during the bid opening. If the representative is not in attendance, the bid shall be returned unopened by registered mail. The Bidder may withdraw its bid prior to the deadline for the submission and receipt of bids, provided that the corresponding Letter of Withdrawal contains a valid authorization requesting for such withdrawal, subject to appropriate administrative sanctions.

24.4. If a Bidder has previously secured a certification from the Procuring Entity to the effect that it has previously submitted the above-enumerated Class “A” Documents, the said certification may be submitted in lieu of the requirements enumerated in ITB Clause 12.1(a), items (i) to (v).

24.5. In the case of an eligible foreign Bidder as described in ITB Clause 5, the Class “A” Documents described in ITB Clause 12.1(a) may be substituted with the appropriate equivalent documents, if any, issued by the country of the foreign Bidder concerned.

24.6. Each partner of a joint venture agreement shall likewise submit the requirements in ITB Clauses 12.1(a)(i) and 12.1(a)(ii). Submission of documents required under ITB Clauses 12.1(a)(iii) to 12.1(a)(v) by any of the joint venture partners constitutes compliance.

24.7. A Bidder determined as “failed” has three (3) calendar days upon written notice or, if present at the time of bid opening, upon verbal notification, within which to file a request or motion for reconsideration with the BAC: Provided, however, that the motion for reconsideration shall not be granted if it is established that the finding of failure is due to the fault of the Bidder concerned: Provided, further, that the BAC shall decide on the request for reconsideration within seven (7) calendar days from receipt thereof. If a failed Bidder signifies his intent to file a motion for reconsideration, the BAC shall keep the bid envelopes of the said failed Bidder unopened and/or duly sealed until such time that the motion for reconsideration or protest has been resolved.

24.8. The Procuring Entity shall prepare the minutes of the proceedings of the bid opening that shall include, as a minimum: (a) names of Bidders, their bid

Page 26 of 289

price, bid security, findings of preliminary examination; and (b) attendance sheet. The BAC members shall sign the abstract of bids as read.

E. Evaluation and Comparison of Bids

25. Process to be Confidential

25.1. Members of the BAC, including its staff and personnel, as well as its Secretariat and TWG, are prohibited from making or accepting any kind of communication with any bidder regarding the evaluation of their bids until the issuance of the Notice of Award, unless otherwise allowed in the case of ITB Clause 26.

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

26. Clarification of Bids

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

27. Domestic Preference

27.1. Unless otherwise stated in the BDS, the Procuring Entity will grant a margin of preference for the purpose of comparison of bids in accordance with the following:

(a) The preference shall be applied when (i) the lowest Foreign Bid is lower than the lowest bid offered by a Domestic Bidder, or (ii) the lowest bid offered by a non-Philippine national is lower than the lowest bid offered by a Domestic Entity.

(b) For evaluation purposes, the lowest Foreign Bid or the bid offered by a non-Philippine national shall be increased by fifteen percent (15%).

(c) In the event that (i) the lowest bid offered by a Domestic Entity does not exceed the lowest Foreign Bid as increased, or (ii) the lowest bid offered by a non-Philippine national as increased, then the Procuring Entity shall award the contract to the Domestic Bidder/Entity at the amount of the lowest Foreign Bid or the bid offered by a non- Philippine national, as the case may be.

(d) If the Domestic Entity/Bidder refuses to accept the award of contract at the amount of the Foreign Bid or bid offered by a non-Philippine national within two (2) calendar days from receipt of written advice from the BAC, the Procuring Entity shall award to the bidder offering the Foreign Bid or the non-Philippine national, as the case may be, Page 27 of 289

subject to post-qualification and submission of all the documentary requirements under these Bidding Documents.

27.2. A Bidder may be granted preference as a Domestic Entity subject to the certification from the DTI (in case of sole proprietorships), SEC (in case of partnerships and corporations), or CDA (in case of cooperatives) that the (a) sole proprietor is a citizen of the Philippines or the partnership, corporation, cooperative, or association is duly organized under the laws of the Philippines with at least seventy five percent (75%) of its interest or outstanding capital stock belonging to citizens of the Philippines, (b) habitually established in business and habitually engaged in the manufacture or sale of the merchandise covered by his bid, and (c) the business has been in existence for at least five (5) consecutive years prior to the advertisement and/or posting of the Invitation to Bid for this Project.

27.3. A Bidder may be granted preference as a Domestic Bidder subject to the certification from the DTI that the Bidder is offering unmanufactured articles, materials or supplies of the growth or production of the Philippines, or manufactured articles, materials, or supplies manufactured or to be manufactured in the Philippines substantially from articles, materials, or supplies of the growth, production, or manufacture, as the case may be, of the Philippines.

28. Detailed Evaluation and Comparison of Bids

28.1. The Procuring Entity will undertake the detailed evaluation and comparison of bids which have passed the opening and preliminary examination of bids, pursuant to ITB Clause 24, in order to determine the Lowest Calculated Bid.

28.2. The Lowest Calculated Bid shall be determined in two steps:

(a) The detailed evaluation of the financial component of the bids, to establish the correct calculated prices of the bids; and

(b) The ranking of the total bid prices as so calculated from the lowest to the highest. The bid with the lowest price shall be identified as the Lowest Calculated Bid.

28.3. The Procuring Entity's BAC shall immediately conduct a detailed evaluation of all bids rated “passed,” using non-discretionary pass/fail criteria. Unless otherwise specified in the BDS, the BAC shall consider the following in the evaluation of bids:

(a) Completeness of the bid. Unless the ITB specifically allows partial bids, bids not addressing or providing all of the required items in the Schedule of Requirements including, where applicable, bill of quantities, shall be considered non-responsive and, thus, automatically disqualified. In this regard, where a required item is provided, but no price is indicated, the same shall be considered as non-responsive, but specifying a "0" (zero) for the said item would mean that it is being offered for free to the Procuring Entity; and

Page 28 of 289

(b) Arithmetical corrections. Consider computational errors and omissions to enable proper comparison of all eligible bids. It may also consider bid modifications, if allowed in the BDS. Any adjustment shall be calculated in monetary terms to determine the calculated prices.

28.4. Based on the detailed evaluation of bids, those that comply with the above- mentioned requirements shall be ranked in the ascending order of their total calculated bid prices, as evaluated and corrected for computational errors, discounts and other modifications, to identify the Lowest Calculated Bid. Total calculated bid prices, as evaluated and corrected for computational errors, discounts and other modifications, which exceed the ABC shall not be considered, unless otherwise indicated in the BDS.

28.5. The Procuring Entity’s evaluation of bids shall only be based on the bid price quoted in the Financial Bid Form.

28.6. Bids shall be evaluated on an equal footing to ensure fair competition. For this purpose, all bidders shall be required to include in their bids the cost of all taxes, such as, but not limited to, value added tax (VAT), income tax, local taxes, and other fiscal levies and duties which shall be itemized in the bid form and reflected in the detailed estimates. Such bids, including said taxes, shall be the basis for bid evaluation and comparison.

29. Post-Qualification

29.1. The Procuring Entity shall determine to its satisfaction whether the Bidder that is evaluated as having submitted the Lowest Calculated Bid (LCB) complies with and is responsive to all the requirements and conditions specified in ITB Clauses 5, 12, and 13.

29.2. Within a non-extendible period of three (3) calendar days from receipt by the bidder of the notice from the BAC that it submitted the LCB, the Bidder shall submit the following documentary requirements:

(a) 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 Bidder declared as Lowest Calculated Bid to duly submit the requirements under this Clause or a finding against the veracity of such shall be ground for forfeiture of the bid security and disqualification of the Bidder for award.

29.3. The determination shall be based upon an examination of the documentary evidence of the Bidder’s qualifications submitted pursuant to ITB Clauses 12

Page 29 of 289

and 13, as well as other information as the Procuring Entity deems necessary and appropriate, using a non-discretionary “pass/fail” criterion.

29.4. If the BAC determines that the Bidder with the Lowest Calculated Bid passes all the criteria for post-qualification, it shall declare the said bid as the Lowest Calculated Responsive Bid, and recommend to the Head of the Procuring Entity the award of contract to the said Bidder at its submitted price or its calculated bid price, whichever is lower.

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

29.6. 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.

30. Reservation Clause

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

30.2. 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;

Page 30 of 289

(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.

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

(a) No bids are received;

(b) All prospective Bidders are declared ineligible;

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

(d) The Bidder with the Lowest Calculated Responsive Bid (LCRB) refuses, without justifiable cause to accept the award of contract, and no award is made.

F. Award of Contract

31. Contract Award

31.1. Subject to ITB Clause 29, the Procuring Entity shall award the contract to the Bidder whose bid has been determined to be the LCRB.

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

31.3. 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 Bidder of the notice from the BAC that the Bidder has the LCRB;

Page 31 of 289

(b) Posting of the performance security in accordance with ITB Clause 33;

(c) Signing of the contract as provided in ITB Clause 32; and

(d) Approval by higher authority, if required.

31.4. At the time of contract award, the Procuring Entity shall not increase or decrease the quantity of goods originally specified in Section VI. Schedule of Requirements.

32. Signing of the Contract

32.1. 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.

32.2. 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.

32.3. 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.

32.4. 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) Credit line in accordance with ITB Clause 5.5, if applicable;

(f) Notice of Award of Contract; and

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

33. Performance Security

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

Page 32 of 289

33.2. 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:

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 insurance company duly Thirty percent (30%) 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

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

34. Notice to Proceed

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

34.2. The contract effectivity date shall be provided in the Notice to Proceed by the Procuring Entity, which date shall not be later than seven (7) calendar days from the issuance of the Notice to Proceed.

Page 33 of 289

Section III. Bid Data Sheet

Page 34 of 289

Bid Data Sheet ITB Clause

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

The name of the project is DOTC-MRT3 System Maintenance Service Provider (For 3 Years).

1.2 Procurement of DOTC-MRT3 System Maintenance Service Provider (For 3 Years).

2 The Funding Source is:

The Government of the Philippines (GOP) through the Multi-Year Obligational Authority (MYOA) 2014-2017 in the amount of Two Billion Two Hundred Forty Seven Million Six Hundred Ninety Five Thousand Nine Hundred Ninety Four and Seventy Seven Centavos (Php 2,247,695,994.77).

The name of the project is DOTC-MRT3 System Maintenance Service Provider (For 3 Years).

3.1 No further instructions.

5.1 No further instructions.

5.2 None of the circumstances mentioned in the ITB Clause exists in this Project. Foreign bidders, except those falling under ITB Clause 5.2(b), may not participate in this Project.

5.4 The bidder must have completed within the last twenty (20) years from the submission of bids, a single contract that is similar to this project, equivalent to at least fifty percent (50%) of the ABC.

For this purpose, similar contracts shall refer to contract involving the maintenance of railway tracks, rolling stocks, railway stations and railway power supply.

7 No further instructions.

8.1 Subcontracting the project in full/entirety of the scope of works is not allowed. The Contractor shall sub-contract directly to the Original Equipment Manufacturer (OEM) of Elevator, Escalator and Signaling System (with proprietary rights).

However, DOTC MRT3 may allow the contractor to sub-contract but the contractor retains the single point responsibility of all sub-contracted works. Sub-contracts are allowed for the maintenance of the following:

Page 35 of 289

i. Rolling Stock;

ii. Civil & Tracks;

iii. Power and OCS;

iv. Signaling and Communications; and

v. Station/Depot Equipment, Facilities and AFCS.

8.2 Not applicable.

9.1 The Procuring Entity will hold a Pre-Bid Conference for this Project on 09 September 2014, 1:00 PM at the DOTC Conference Room, 16th Floor, The Columbia Tower, Ortigas Avenue, Barangay Wack-Wack, Mandaluyong City

10.1 The Procuring Entity’s address is:

Department of Transportation and Communications Unit 153, 15th Floor, The Columbia Tower Ortigas Avenue, Brgy. Wack-Wack 1555 Mandaluyong City Tel. No. (+632) 727-7960 loc. 235 Fax No. (+632) 654-7725 Email: [email protected] Website: dotc.gov.ph

12.1 (a) No further instructions.

12.1(a)(i) For Foreign Bidders, the eligibility requirements under Class “A” Documents may be substituted by the appropriate equivalent documents, if any, issued by the country of the foreign bidder concerned. The eligibility requirements or statements, the bids, and all other documents to be submitted to the BAC must be in English. A translation of the documents in English certified by the appropriate embassy or consulate in the Philippines must accompany the eligibility requirements under Class “A” and “B” Documents if they are in other foreign language.

If there is no appropriate equivalent document in the country of the foreign bidder concerned, a certification under oath to that effect shall be submitted by the bidder. If executed abroad, the certification must be duly authenticated by the Philippine embassy/consulate where said certification was executed.

The following foreign documents, where applicable, must be submitted duly authenticated by the Philippine embassy/consulate in the country of origin:

i. Appropriate equivalent document to the Registration certificate from the Securities and Exchange Commission, Department of

Page 36 of 289

Trade and Industry for sole proprietorship, or Cooperative Development Authority for cooperatives;

ii. Appropriate equivalent document to the Mayor’s permit issued by the city or municipality where the principal place of business of the prospective bidder is located;

iii. Audited financial statements for the last two (2) years (i.e., from 2012 to 2013). (There has to be proof that these where submitted to the taxing authority in the bidder’s country of origin.);

iv. Certifications executed and notarized abroad (If statement is not required to be notarized under the Bidding Documents then authentication is likewise not necessary.); and

v. Contracts.

If the authentication is not completed in time for the bidding, the submission of proof of filing of application for authentication with the concerned Philippine embassy/consulate may be submitted; provided that the duly authenticated document is submitted during the post-qualification stage.

12.1(a)(iii) The statement of all ongoing and completed government and private contracts shall include all such contracts within twenty (20) years prior to the deadline for the submission and receipt of bids.

12.1(b) As part of the bid proposal, all completed projects shall be accompanied by a Certificate of Satisfactory Performance/Completion covering the period of the contract and subsequent extensions as the case maybe.

13.1 No additional requirements.

13.1(b) No further instructions.

13.2 The ABC is Two Billion Two Hundred Forty Seven Million Six Hundred Ninety Five Thousand Nine Hundred Ninety Four and Seventy Seven Centavos (Php 2,247,695,994.77). Any bid with a financial component exceeding this amount shall not be accepted.

15.4(a)(iii) Incidental services are required but no additional charges or fees of whatever nature shall be paid by DOTC / DOTC MRT-3.

15.4(b) Please refer to SCC Clause 6.2

16.1(b) The Bid prices shall be quoted in Philippine Currency.

16.3 Not applicable.

17.1 Bids will be valid until One Hundred Twenty (120) calendar days from bid

Page 37 of 289

opening.

18.1 The bid security shall be in the following amount:

1. The amount of Forty Four Million Nine Hundred Fifty Three Thousand Nine Hundred Nineteen Pesos and Ninety Centavos (Php44,953,919.90) or two percent (2%) of the ABC, if bid security is in cash, cashier’s/manager’s check, bank draft/guarantee or irrevocable letter of credit;

2. The amount of One Hundred Twelve Million Three Hundred Eighty Four Thousand Seven Hundred Ninety Nine Pesos and Seventy Four Centavos (Php112,384,799.74) or five percent (5%) of the ABC if bid security is in Surety Bond; or

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

4. Bid Securing Declaration

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 Revised IRR.

The Bid Securing Declaration Form is in Section VIII. Bidding Forms.

18.2 The bid security shall be valid until One Hundred Twenty (120) calendar days.

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

21 The address for submission of bids is Unit 153, 15th Floor, The Columbia Tower, Ortigas Avenue, Barangay Wack-Wack, Mandaluyong City, Philippines.

The deadline for submission of bids is on 13 October 2014 at 1:00 PM.

24.1 The place of bid opening is DOTC Conference Room, 16th Floor, The Columbia Tower, Ortigas Avenue, Barangay Wack-Wack, Mandaluyong Page 38 of 289

City.

The date and time of bid opening is on 13 October 2014 at 1:00 PM.

24.2 No further instructions.

27.1 No further instructions.

28.3 The goods are grouped in a single lot and the lot shall not be divided into sub-lots for the purpose of bidding, evaluation, and contract award.

28.3(b) Bid modification is not allowed.

28.4 No further instructions.

29.2(a) No further instructions.

29.2(b) Bidders have the option to submit manually filed tax returns or tax returns filed through the Electronic Filling and Payments System (EFPS).

The latest income and business tax returns are those within the last six (6) months preceding the date of bid submission.

29.2(d) No further instructions.

32.4(g) The effective date of the contract is seven calendar (7) days from the date stated in the Notice To Proceed.

Page 39 of 289

Section IV. General Conditions of Contract

Page 40 of 289

TABLE OF CONTENTS

1. DEFINITIONS ...... 43 2. CORRUPT, FRAUDULENT, COLLUSIVE, AND COERCIVE PRACTICES ...... 44 3. INSPECTION AND AUDIT BY THE FUNDING SOURCE ...... 45 4. GOVERNING LAW AND LANGUAGE ...... 45 5. NOTICES ...... 45 6. SCOPE OF CONTRACT ...... 46 7. SUBCONTRACTING ...... 46 8. PROCURING ENTITY’S RESPONSIBILITIES ...... 46 9. PRICES ...... 46 10. PAYMENT ...... 47 11. ADVANCE PAYMENT AND TERMS OF PAYMENT ...... 47 12. TAXES AND DUTIES ...... 48 13. PERFORMANCE SECURITY ...... 48 14. USE OF CONTRACT DOCUMENTS AND INFORMATION ...... 49 15. STANDARDS ...... 49 16. INSPECTION AND TESTS ...... 49 17. WARRANTY ...... 50 18. DELAYS IN THE SUPPLIER’S PERFORMANCE ...... 50 19. LIQUIDATED DAMAGES ...... 51 20. SETTLEMENT OF DISPUTES ...... 51 21. LIABILITY OF THE SUPPLIER ...... 52 22. FORCE MAJEURE ...... 52 23. TERMINATION FOR DEFAULT ...... 52 24. TERMINATION FOR INSOLVENCY ...... 53 25. TERMINATION FOR CONVENIENCE ...... 53 26. TERMINATION FOR UNLAWFUL ACTS ...... 54 27. PROCEDURES FOR TERMINATION OF CONTRACTS ...... 54 28. ASSIGNMENT OF RIGHTS ...... 55

Page 41 of 289

29. CONTRACT AMENDMENT ...... 55 30. APPLICATION ...... 56

Page 42 of 289

1. Definitions

1.1. In this Contract, the following terms shall be interpreted as indicated:

(a) “The Contract” means the agreement entered into between the Procuring Entity and the Supplier, as recorded in the Contract Form signed by the parties, including all attachments and appendices thereto and all documents incorporated by reference therein.

(b) “The Contract Price” means the price payable to the Supplier under the Contract for the full and proper performance of its contractual obligations.

(c) “The Goods” means all of the supplies, equipment, machinery, spare parts, other materials and/or general support services which the Supplier is required to provide to the Procuring Entity under the Contract.

(d) “The Services” means those services ancillary to the supply of the Goods, such as transportation and insurance, and any other incidental services, such as installation, commissioning, provision of technical assistance, training, and other such obligations of the Supplier covered under the Contract.

(e) “GCC” means the General Conditions of Contract contained in this Section.

(f) “SCC” means the Special Conditions of Contract.

(g) “The Procuring Entity” means the organization purchasing the Goods, as named in the SCC.

(h) “The Procuring Entity’s country” is the Philippines.

(i) “The Supplier” means the individual contractor, manufacturer distributor, or firm supplying/manufacturing the Goods and Services under this Contract and named in the SCC.

(j) The “Funding Source” means the organization named in the SCC.

(k) “The Project Site,” where applicable, means the place or places named in the SCC.

(l) “Day” means calendar day.

(m) The “Effective Date” of the contract will be the date of receipt by the Supplier of the Notice to Proceed or the date provided in the Notice to Proceed. Performance of all obligations shall be reckoned from the Effective Date of the Contract.

Page 43 of 289

(n) “Verified Report” refers to the report submitted by the Implementing Unit to the Head of the Procuring Entity setting forth its findings as to the existence of grounds or causes for termination and explicitly stating its recommendation for the issuance of a Notice to Terminate.

2. Corrupt, Fraudulent, Collusive, and Coercive Practices

2.1. Unless otherwise provided in the SCC, the Procuring Entity as well as the bidders, contractors, or suppliers shall observe the highest standard of ethics during the procurement and execution of this Contract. In pursuance of this policy, the Procuring Entity:

(a) defines, for the 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 it 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 Government, into any contract or transaction manifestly and grossly disadvantageous to the same, whether or not the public officer profited or will profit thereby, and similar acts as provided in Republic Act 3019.

(ii) "fraudulent practice" means a misrepresentation of facts in order to influence a procurement process or the execution of a contract to the detriment of the Procuring Entity, and includes collusive practices among Bidders (prior to or after bid submission) designed to establish bid prices at artificial, non- competitive levels and to deprive the Procuring Entity of the benefits of free and open competition.

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

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

(v) “obstructive practice” is

(aa) deliberately destroying, falsifying, altering or concealing of evidence material to an administrative proceedings or investigation or making false statements to investigators in order to materially impede an

Page 44 of 289

administrative proceedings or investigation of the Procuring Entity or any foreign government/foreign or international financing institution into allegations of a corrupt, fraudulent, coercive or collusive practice; and/or threatening, harassing or intimidating any party to prevent it from disclosing its knowledge of matters relevant to the administrative proceedings or investigation or from pursuing such proceedings or investigation; or

(bb) acts intended to materially impede the exercise of the inspection and audit rights of the Procuring Entity or any foreign government/foreign or international financing institution herein.

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

2.2. Further the Funding Source, Borrower or Procuring Entity, as appropriate, will seek to impose the maximum civil, administrative and/or criminal penalties available under the applicable law on individuals and organizations deemed to be involved with any of the practices mentioned in GCC Clause 2.1(a).

3. Inspection and Audit by the Funding Source

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

4. Governing Law and Language

4.1. This Contract shall be interpreted in accordance with the laws of the Republic of the Philippines.

4.2. This Contract has been executed in the English language, which shall be the binding and controlling language for all matters relating to the meaning or interpretation of this Contract. All correspondence and other documents pertaining to this Contract exchanged by the parties shall be written in English.

5. Notices

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

Page 45 of 289

SCC, which shall be effective when delivered and duly received or on the notice’s effective date, whichever is later.

5.2. 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 for GCC Clause 5.1.

6. Scope of Contract

6.1. The GOODS and Related Services to be provided shall be as specified in Section VI. Schedule of Requirements.

6.2. This Contract shall include all such items, although not specifically mentioned, that can be reasonably inferred as being required for its completion as if such items were expressly mentioned herein. Any additional requirements for the completion of this Contract shall be provided in the SCC.

7. Subcontracting

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

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

8. Procuring Entity’s Responsibilities

8.1. Whenever the performance of the obligations in this Contract requires that the Supplier obtain permits, approvals, import, and other licenses from local public authorities, the Procuring Entity shall, if so needed by the Supplier, make its best effort to assist the Supplier in complying with such requirements in a timely and expeditious manner.

8.2. The Procuring Entity shall pay all costs involved in the performance of its responsibilities in accordance with GCC Clause 6.

9. Prices

9.1. For the given scope of work in this Contract as awarded, all bid prices are considered fixed prices, and therefore not subject to price escalation during contract implementation, except under extraordinary circumstances and upon prior approval of the GPPB in accordance with Section 61 of R.A. 9184 and its IRR or except as provided in this Clause.

9.2. Prices charged by the Supplier for Goods delivered and/or services performed under this Contract shall not vary from the prices quoted by the Supplier in its

Page 46 of 289

bid, with the exception of any change in price resulting from a Change Order issued in accordance with GCC Clause 29.

10. Payment

10.1. Payments shall be made only upon a certification by the Head of the Procuring Entity to the effect that the Goods have been rendered or delivered in accordance with the terms of this Contract and have been duly inspected and accepted. Except with the prior approval of the President no payment shall be made for services not yet rendered or for supplies and materials not yet delivered under this Contract. Ten percent (10%) of the amount of each payment shall be retained by the Procuring Entity to cover the Supplier’s warranty obligations under this Contract as described in GCC Clause 17.

10.2. The Supplier’s request(s) for payment shall be made to the Procuring Entity in writing, accompanied by an invoice describing, as appropriate, the Goods delivered and/or Services performed, and by documents submitted pursuant to the SCC provision for GCC Clause 6.2, and upon fulfillment of other obligations stipulated in this Contract.

10.3. Pursuant to GCC Clause 10.2, payments shall be made promptly by the Procuring Entity, but in no case later than sixty (60) days after submission of an invoice or claim by the Supplier.

10.4. Unless otherwise provided in the SCC, the currency in which payment is made to the Supplier under this Contract shall be in Philippine Pesos.

11. Advance Payment and Terms of Payment

11.1. Advance payment shall be made only after prior approval of the President, and shall not exceed fifteen percent (15%) of the Contract amount, unless otherwise directed by the President or in cases allowed under Annex “D” of RA 9184.

11.2. For Goods supplied from abroad, the terms of payment shall be as follows: (a) On Contract Signature: Ten percent (10%) of the Contract Price shall be paid within sixty (60) days from signing of the Contract and upon submission of a claim and a bank guarantee for the equivalent amount valid until the Goods are delivered and in the form provided in Section VIII. Bidding Forms.

(b) On Delivery: Seventy percent (70%) of the Contract Price shall be paid to the Supplier within sixty (60) days after the date of receipt of the Goods and upon submission of the documents (i) through (vi) specified in the SCC provision on Delivery and Documents.

(c) On Acceptance: The remaining twenty percent (20%) of the Contract Price shall be paid to the Supplier within sixty (60) days after the date of submission of the acceptance and inspection certificate for the respective delivery issued by the Procuring Entity’s authorized representative. In the event that no inspection or acceptance certificate Page 47 of 289

is issued by the Procuring Entity’s authorized representative within forty five (45) days of the date shown on the delivery receipt the Supplier shall have the right to claim payment of the remaining twenty percent (20%) subject to the Procuring Entity’s own verification of the reason(s) for the failure to issue documents (vii) and (viii) as described in the SCC provision on Delivery and Documents.

11.3. All progress payments shall first be charged against the advance payment until the latter has been fully exhausted.

12. Taxes and Duties

The Supplier, whether local or foreign, shall be entirely responsible for all the necessary taxes, stamp duties, license fees, and other such levies imposed for the completion of this Contract.

13. Performance Security

13.1. Within ten (10) calendar days from receipt of the Notice of Award from the Procuring Entity but in no case later than the signing of the contract by both parties, the successful Bidder shall furnish the performance security in any the forms prescribed in the ITB Clause 33.2.

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

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

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

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

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

(c) Other terms specified in the SCC.

13.5. 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.

Page 48 of 289

14. Use of Contract Documents and Information

14.1. The Supplier shall not, except for purposes of performing the obligations in this Contract, without the Procuring Entity’s prior written consent, disclose this Contract, or any provision thereof, or any specification, plan, drawing, pattern, sample, or information furnished by or on behalf of the Procuring Entity. Any such disclosure shall be made in confidence and shall extend only as far as may be necessary for purposes of such performance.

14.2. Any document, other than this Contract itself, enumerated in GCC Clause 14.1 shall remain the property of the Procuring Entity and shall be returned (all copies) to the Procuring Entity on completion of the Supplier’s performance under this Contract if so required by the Procuring Entity.

15. Standards

The Goods provided under this Contract shall conform to the standards mentioned in the Section VII. Technical Specifications; and, when no applicable standard is mentioned, to the authoritative standards appropriate to the Goods’ country of origin. Such standards shall be the latest issued by the institution concerned.

16. Inspection and Tests

16.1. The Procuring Entity or its representative shall have the right to inspect and/or to test the Goods to confirm their conformity to the Contract specifications at no extra cost to the Procuring Entity. The SCC and Section VII. Technical Specifications shall specify what inspections and/or tests the Procuring Entity requires and where they are to be conducted. The Procuring Entity shall notify the Supplier in writing, in a timely manner, of the identity of any representatives retained for these purposes.

16.2. If applicable, the inspections and tests may be conducted on the premises of the Supplier or its subcontractor(s), at point of delivery, and/or at the goods’ final destination. If conducted on the premises of the Supplier or its subcontractor(s), all reasonable facilities and assistance, including access to drawings and production data, shall be furnished to the inspectors at no charge to the Procuring Entity. The Supplier shall provide the Procuring Entity with results of such inspections and tests.

16.3. The Procuring Entity or its designated representative shall be entitled to attend the tests and/or inspections referred to in this Clause provided that the Procuring Entity shall bear all of its own costs and expenses incurred in connection with such attendance including, but not limited to, all traveling and board and lodging expenses.

16.4. The Procuring Entity may reject any Goods or any part thereof that fail to pass any test and/or inspection or do not conform to the specifications. The Supplier shall either rectify or replace such rejected Goods or parts thereof or make alterations necessary to meet the specifications at no cost to the Procuring Entity, and shall repeat the test and/or inspection, at no cost to the Procuring Entity, upon giving a notice pursuant to GCC Clause 5.

Page 49 of 289

16.5. The Supplier agrees that neither the execution of a test and/or inspection of the Goods or any part thereof, nor the attendance by the Procuring Entity or its representative, shall release the Supplier from any warranties or other obligations under this Contract.

17. Warranty

17.1. The Supplier warrants that the Goods supplied under the Contract are new, unused, of the most recent or current models, and that they incorporate all recent improvements in design and materials, except when the technical specifications required by the Procuring Entity provides otherwise.

17.2. The Supplier further warrants that all Goods supplied under this Contract shall have no defect, arising from design, materials, or workmanship or from any act or omission of the Supplier that may develop under normal use of the supplied Goods in the conditions prevailing in the country of final destination.

17.3. In order to assure that manufacturing defects shall be corrected by the Supplier, a warranty shall be required from the Supplier for a minimum period specified in the SCC. The obligation for the warranty shall be covered by, at the Supplier’s option, either retention money in an amount equivalent to at least ten percent (10%) of the final payment, or a special bank guarantee equivalent to at least ten percent (10%) of the Contract Price or other such amount if so specified in the SCC. The said amounts shall only be released after the lapse of the warranty period specified in the SCC; provided, however, that the Supplies delivered are free from patent and latent defects and all the conditions imposed under this Contract have been fully met.

17.4. The Procuring Entity shall promptly notify the Supplier in writing of any claims arising under this warranty. Upon receipt of such notice, the Supplier shall, within the period specified in the SCC and with all reasonable speed, repair or replace the defective Goods or parts thereof, without cost to the Procuring Entity.

17.5. If the Supplier, having been notified, fails to remedy the defect(s) within the period specified in GCC Clause 17.4, the Procuring Entity may proceed to take such remedial action as may be necessary, at the Supplier’s risk and expense and without prejudice to any other rights which the Procuring Entity may have against the Supplier under the Contract and under the applicable law.

18. Delays in the Supplier’s Performance

18.1. Delivery of the Goods and/or performance of Services shall be made by the Supplier in accordance with the time schedule prescribed by the Procuring Entity in Section VI. Schedule of Requirements.

18.2. If at any time during the performance of this Contract, the Supplier or its Subcontractor(s) should encounter conditions impeding timely delivery of the Goods and/or performance of Services, the Supplier shall promptly notify the Procuring Entity in writing of the fact of the delay, its likely duration and its

Page 50 of 289

cause(s). As soon as practicable after receipt of the Supplier’s notice, and upon causes provided for under GCC Clause 22, the Procuring Entity shall evaluate the situation and may extend the Supplier’s time for performance, in which case the extension shall be ratified by the parties by amendment of Contract.

18.3. Except as provided under GCC Clause 22, a delay by the Supplier in the performance of its obligations shall render the Supplier liable to the imposition of liquidated damages pursuant to GCC Clause 19, unless an extension of time is agreed upon pursuant to GCC Clause 29 without the application of liquidated damages.

19. Liquidated Damages

Subject to GCC Clauses 18 and 22, if the Supplier fails to satisfactorily deliver any or all of the Goods and/or to perform the Services within the period(s) specified in this Contract inclusive of duly granted time extensions if any, 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, the applicable rate of one tenth (1/10) of one (1) percent of the cost of the unperformed portion for every day of delay until actual delivery or performance. The maximum deduction shall be ten percent (10%) of the amount of contract. Once the maximum is reached, the Procuring Entity shall rescind the Contract pursuant to GCC Clause 23, without prejudice to other courses of action and remedies open to it.

20. Settlement of Disputes

20.1. If any dispute or difference of any kind whatsoever shall arise between the Procuring Entity and the Supplier in connection with or arising out of this Contract, the parties shall make every effort to resolve amicably such dispute or difference by mutual consultation.

20.2. If after thirty (30) days, the parties have failed to resolve their dispute or difference by such mutual consultation, then either the Procuring Entity or the Supplier may give notice to the other party of its intention to commence arbitration, as hereinafter provided, as to the matter in dispute, and no arbitration in respect of this matter may be commenced unless such notice is given.

20.3. Any dispute or difference in respect of which a notice of intention to commence arbitration has been given in accordance with this Clause shall be settled by arbitration. Arbitration may be commenced prior to or after delivery of the Goods under this Contract.

20.4. In the case of a dispute between the Procuring Entity and the Supplier, the dispute shall be resolved in accordance with Republic Act 9285 (“R.A. 9285”), otherwise known as the “Alternative Dispute Resolution Act of 2004.”

20.5. Notwithstanding any reference to arbitration herein, the parties shall continue to perform their respective obligations under the Contract unless they

Page 51 of 289

otherwise agree; and the Procuring Entity shall pay the Supplier any monies due the Supplier.

21. Liability of the Supplier

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

21.2. Except in cases of criminal negligence or willful misconduct, and in the case of infringement of patent rights, if applicable, the aggregate liability of the Supplier to the Procuring Entity shall not exceed the total Contract Price, provided that this limitation shall not apply to the cost of repairing or replacing defective equipment.

22. Force Majeure

22.1. The Supplier shall not be liable for forfeiture of its performance security, liquidated damages, or termination for default if and to the extent that the Supplier’s delay in performance or other failure to perform its obligations under the Contract is the result of a force majeure.

22.2. For purposes of this Contract the terms “force majeure” and “fortuitous event” may be used interchangeably. In this regard, a fortuitous event or force majeure shall be interpreted to mean an event which the Contractor could not have foreseen, or which though foreseen, was inevitable. It shall not include ordinary unfavorable weather conditions; and any other cause the effects of which could have been avoided with the exercise of reasonable diligence by the Contractor. Such events may include, but not limited to, acts of the Procuring Entity in its sovereign capacity, wars or revolutions, fires, floods, epidemics, quarantine restrictions, and freight embargoes.

22.3. If a force majeure situation arises, the Supplier shall promptly notify the Procuring Entity in writing of such condition and the cause thereof. Unless otherwise directed by the Procuring Entity in writing, the Supplier shall continue to perform its obligations under the Contract as far as is reasonably practical, and shall seek all reasonable alternative means for performance not prevented by the force majeure.

23. Termination for Default

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

(a) Outside of force majeure, the Supplier fails to deliver or perform any or all of the Goods 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 Supplier prior to the delay, and such failure amounts to at least ten percent (10%) of the contact price;

Page 52 of 289

(b) As a result of force majeure, the Supplier is unable to deliver or perform any or all of the Goods, amounting to at least ten percent (10%) of the contract price, for a period of not less than sixty (60) calendar days after receipt of the notice from the Procuring Entity stating that the circumstance of force majeure is deemed to have ceased; or

(c) The Supplier fails to perform any other obligation under the Contract.

23.2. In the event the Procuring Entity terminates this Contract in whole or in part, for any of the reasons provided under GCC Clauses 23 to 26, the Procuring Entity may procure, upon such terms and in such manner as it deems appropriate, Goods or Services similar to those undelivered, and the Supplier shall be liable to the Procuring Entity for any excess costs for such similar Goods or Services. However, the Supplier shall continue performance of this Contract to the extent not terminated.

23.3. In case the delay in the delivery of the Goods and/or performance of the Services exceeds a time duration equivalent to ten percent (10%) of the specified contract time plus any time extension duly granted to the Supplier, the Procuring Entity may terminate this Contract, forfeit the Supplier's performance security and award the same to a qualified Supplier.

24. Termination for Insolvency

The Procuring Entity shall terminate this Contract if the Supplier is declared bankrupt or insolvent as determined with finality by a court of competent jurisdiction. In this event, termination will be without compensation to the Supplier, 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 Supplier.

25. Termination for Convenience

25.1. The Procuring Entity may terminate this Contract, in whole or in part, at any time for its convenience. The Head of the Procuring Entity may terminate a contract for the convenience of the Government 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.

25.2. The Goods that have been delivered and/or performed or are ready for delivery or performance within thirty (30) calendar days after the Supplier’s receipt of Notice to Terminate shall be accepted by the Procuring Entity at the contract terms and prices. For Goods not yet performed and/or ready for delivery, the Procuring Entity may elect:

(a) to have any portion delivered and/or performed and paid at the contract terms and prices; and/or

Page 53 of 289

(b) to cancel the remainder and pay to the Supplier an agreed amount for partially completed and/or performed goods and for materials and parts previously procured by the Supplier.

25.3. If the Supplier suffers loss in its initial performance of the terminated contract, such as purchase of raw materials for goods specially manufactured for the Procuring Entity which cannot be sold in open market, it shall be allowed to recover partially from this Contract, on a quantum meruit basis. Before recovery may be made, the fact of loss must be established under oath by the Supplier to the satisfaction of the Procuring Entity before recovery may be made.

26. Termination for Unlawful Acts

26.1. The Procuring Entity may terminate this Contract in case it is determined prima facie that the Supplier has engaged, before or during the implementation of this Contract, in unlawful deeds and behaviors relative to contract acquisition and implementation. Unlawful acts include, but are not limited to, the following:

(a) Corrupt, fraudulent, and coercive practices as defined in ITB Clause 3.1(a);

(b) Drawing up or using forged documents;

(c) Using adulterated materials, means or methods, or engaging in production contrary to rules of science or the trade; and

(d) Any other act analogous to the foregoing.

27. Procedures for Termination of Contracts

27.1. The following provisions shall govern the procedures for 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 Implementing Unit 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 Implementing Unit, the Head of the Procuring Entity shall terminate this Contract only by a written notice to the Supplier conveying the termination of this Contract. The notice shall state:

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

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

Page 54 of 289

(iii) an instruction to the Supplier to show cause as to why this Contract should not be terminated; and

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

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

(d) Within a period of seven (7) calendar days from receipt of the Notice of Termination, the Supplier shall submit to the Head of the Procuring Entity a verified position paper stating why this Contract should not be terminated. If the Supplier 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;

(e) The Procuring Entity may, at any time before receipt of the Supplier’s verified position paper described in item (d) above withdraw the Notice to Terminate if it is determined that certain items or works subject of the notice had been completed, delivered, or performed before the Supplier’s receipt of the notice;

(f) 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 Supplier of its decision and, unless otherwise provided, this Contract is deemed terminated from receipt of the Supplier of the notice of decision. The termination shall only be based on the ground(s) stated in the Notice to Terminate;

(g) The Head of the Procuring Entity may create a Contract Termination Review Committee (CTRC) to assist him in the discharge of this function. All decisions recommended by the CTRC shall be subject to the approval of the Head of the Procuring Entity; and

(h) The Supplier must serve a written notice to the Procuring Entity of its intention to terminate the contract at least thirty (30) calendar days before its intended termination. The Contract is deemed terminated if it is not resumed in thirty (30) calendar days after the receipt of such notice by the Procuring Entity.

28. Assignment of Rights

The Supplier shall not assign his rights or obligations under this Contract, in whole or in part, except with the Procuring Entity’s prior written consent.

29. Contract Amendment

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

Page 55 of 289

30. Application

These General Conditions shall apply to the extent that they are not superseded by provisions of other parts of this Contract.

Page 56 of 289

Section V. Special Conditions of Contract

Page 57 of 289

Special Conditions of Contract GCC Clause 1.1(g) The Procuring Entity is the DOTC MRT-3 1.1(i) The Supplier is [to be inserted at the time of contract award]. 1.1(j) The Funding Source is

The Government of the Philippines (GOP) in the amount of Two Billion Two Hundred Forty Seven Million Six Hundred Ninety Five Thousand Nine Hundred Ninety Four and Seventy Seven Centavos (Php 2,247,695,994.77). 1.1(k) The Project Site is MRT-3 Depot North Avenue corner EDSA Quezon City. 5.1 The Procuring Entity’s address for Notices is: Undersecretary for Operations Department of Transportation and Communications Unit 153, 15th Floor, The Columbia Tower, Ortigas Avenue, Brgy. Wack-Wack, 1555 Mandaluyong City Tel. No.: (+632) 727-7960 Fax No. (+632) 654-7725 Email: [email protected]

6.1 The goods and related services that will be provided are specified in Sections VI and VII of the Bidding Documents. 6.2 Delivery and Documents –

For purposes of the Contract, “EXW,” “FOB,” “FCA,” “CIF,” “CIP,” “DDP” and other trade terms used to describe the obligations of the parties shall have the meanings assigned to them by the current edition of INCOTERMS published by the International Chamber of Commerce, Paris. The Delivery terms of this Contract shall be as follows:

For Goods Supplied from Abroad, state “The delivery terms applicable to the Contract are DDP delivered at the MRT-3 Depot North Avenue corner EDSA Quezon City. In accordance with INCOTERMS.”

For Goods Supplied from Within the Philippines, state “The delivery terms applicable to this Contract are delivered at the MRT-3 Depot North Avenue corner EDSA Quezon City. Risk and title will pass from the Supplier to the Procuring Entity upon receipt and final acceptance of the Goods at their final destination.”

Page 58 of 289

Delivery of the Goods shall be made by the Supplier in accordance with the terms specified in Section VI. Schedule of Requirements. The details of shipping and/or other documents to be furnished by the Supplier are as follows:

For Goods supplied from within the Philippines:

Upon delivery of the Goods to the Project Site, the Supplier shall notify the Procuring Entity and present the following documents to the Procuring Entity:

(i) Original and four copies of the Supplier’s invoice showing Goods’ description, quantity, unit price, and total amount; (ii) Original and four copies delivery receipt/note, railway receipt, or truck receipt; (iii) Original Supplier’s factory inspection report; (iv) Original and four copies of the Manufacturer’s and/or Supplier’s warranty certificate; (v) Original and four copies of the certificate of origin (for imported Goods); (vi) Delivery receipt detailing number and description of items received signed by the authorized receiving personnel; (vii) Certificate of Acceptance/Inspection Report signed by the Procuring Entity’s representative at the Project Site; and (viii) Four copies of the Invoice Receipt for Property signed by the Procuring Entity’s representative at the Project Site.

For Goods supplied from abroad:

Upon shipment, the Supplier shall notify the Procuring Entity and the insurance company by cable the full details of the shipment, including Contract Number, description of the Goods, quantity, vessel, bill of lading number and date, port of loading, date of shipment, port of discharge etc. Upon delivery to the Project Site, the Supplier shall notify the Procuring Entity and present the following documents as applicable with the documentary requirements of any letter of credit issued taking precedence:

(i) Original and four copies of the Supplier’s invoice showing Goods’ description, quantity, unit price, and total amount; (ii) Original and four copies of the negotiable, clean shipped on board bill of lading marked “freight pre-paid” and five copies of the non-negotiable bill of lading ; (iii) Original Supplier’s factory inspection report; (iv) Original and four copies of the Manufacturer’s and/or

Page 59 of 289

Supplier’s warranty certificate; (v) Original and four copies of the certificate of origin (for imported Goods); (vi) Delivery receipt detailing number and description of items received signed by the Procuring Entity’s representative at the Project Site; (vii) Certificate of Acceptance/Inspection Report signed by the Procuring Entity’s representative at the Project Site; and (viii) Four copies of the Invoice Receipt for Property signed by the Procuring Entity’s representative at the Project Site.

For purposes of this Clause the Procuring Entity’s Representative at the Project Site is at MRT-3 Depot North Avenue corner EDSA Quezon City.

Incidental Services –

The Supplier is required to provide all of the following services, including additional services, if any, specified in Section VI. Schedule of Requirements:

(a) performance or supervision of on-site assembly and/or start-up of the supplied Goods; (b) furnishing of tools required for assembly and/or maintenance of the supplied Goods; (c) furnishing of a detailed operations and maintenance manual for each appropriate unit of the supplied Goods; (d) performance or supervision or maintenance and/or repair of the supplied Goods, for a period of time agreed by the parties, provided that this service shall not relieve the Supplier of any warranty obligations under this Contract; and (e) training of the Procuring Entity’s personnel, at the Supplier’s plant and/or on-site, in assembly, start-up, operation, maintenance, and/or repair of the supplied Goods.

The Contract price for the Goods shall include the prices charged by the Supplier for incidental services and shall not exceed the prevailing rates charged to other parties by the Supplier for similar services.

Spare Parts –

The Supplier is required to provide all of the following materials, notifications, and information pertaining to spare parts manufactured or distributed by the Supplier:

(a) such spare parts as the Procuring Entity may elect to purchase

Page 60 of 289

from the Supplier, provided that this election shall not relieve the Supplier of any warranty obligations under this Contract; and (b) in the event of termination of production of the spare parts:

i. advance notification to the Procuring Entity of the pending termination, in sufficient time to permit the Procuring Entity to procure needed requirements; and ii. following such termination, furnishing at no cost to the Procuring Entity, the blueprints, drawings, and specifications of the spare parts, if requested.

The spare parts required are listed in Section VI. Schedule of Requirements and the cost thereof are included in the Contract Price

The Supplier shall carry sufficient inventories to assure ex-stock supply of consumable spares for the Goods for the period as provided in SCC Clause 17.3.

Other spare parts and components shall be supplied as promptly as possible, but in any case within the period as provided in SCC Clause 17.3.

Packaging –

The Supplier shall provide such packaging of the Goods as is required to prevent their damage or deterioration during transit to their final destination, as indicated in this Contract. The packaging shall be sufficient to withstand, without limitation, rough handling during transit and exposure to extreme temperatures, salt and precipitation during transit, and open storage. Packaging case size and weights shall take into consideration, where appropriate, the remoteness of the GOODS’ final destination and the absence of heavy handling facilities at all points in transit.

The packaging, marking, and documentation within and outside the packages shall comply strictly with such special requirements as shall be expressly provided for in the Contract, including additional requirements, if any, specified below, and in any subsequent instructions ordered by the Procuring Entity.

The outer packaging must be clearly marked on at least four (4) sides as follows: Name of the Procuring Entity Name of the Supplier Contract Description Final Destination

Page 61 of 289

Gross weight Any special lifting instructions Any special handling instructions Any relevant HAZCHEM classifications

A packaging list identifying the contents and quantities of the package is to be placed on an accessible point of the outer packaging if practical. If not practical the packaging list is to be placed inside the outer packaging but outside the secondary packaging.

Insurance –

The Goods supplied under this Contract shall be fully insured by the Supplier in a freely convertible currency against loss or damage incidental to manufacture or acquisition, transportation, storage, and delivery. The Goods remain at the risk and title of the Supplier until their final acceptance by the Procuring Entity.

Transportation –

Where the Supplier is required under Contract to deliver the Goods CIF, CIP or DDP, transport of the Goods to the port of destination or such other named place of destination in the Philippines, as shall be specified in this Contract, shall be arranged and paid for by the Supplier, and the cost thereof shall be included in the Contract Price.

Where the Supplier is required under this Contract to transport the Goods to a specified place of destination within the Philippines, defined as the Project Site, transport to such place of destination in the Philippines, including insurance and storage, as shall be specified in this Contract, shall be arranged by the Supplier, and related costs shall be included in the Contract Price.

Where the Supplier is required under Contract to deliver the Goods CIF, CIP or DDP, Goods are to be transported on carriers of Philippine registry. In the event that no carrier of Philippine registry is available, Goods may be shipped by a carrier which is not of Philippine registry provided that the Supplier obtains and presents to the Procuring Entity certification to this effect from the nearest Philippine consulate to the port of dispatch. In the event that carriers of Philippine registry are available but their schedule delays the Supplier in its performance of this Contract the period from when the Goods were first ready for shipment and the actual date of shipment the period of delay will be considered force majeure in accordance with GCC Clause 22.

The Procuring Entity accepts no liability for the damage of Goods during transit other than those prescribed by INCOTERMS for DDP Deliveries. In the case of Goods supplied from within the Philippines Page 62 of 289

or supplied by domestic Suppliers risk and title will not be deemed to have passed to the Procuring Entity until their receipt and final acceptance at the final destination.

Patent Rights –

The Supplier shall indemnify the Procuring Entity against all third-party claims of infringement of patent, trademark, or industrial design rights arising from use of the Goods or any part thereof.

10.4 Payment shall be made in Philippine currency. 13.4(c) Specify additional conditions, if any, that must be met prior to the release of the performance security, otherwise, state “No further instructions”. 17.3 For Expendable Supplies, three (3) months after acceptance by the Procuring Entity of the delivered Goods or after the Goods are consumed, whichever is earlier.

For Non-expendable Supplies, one (1) year after acceptance by the Procuring Entity of the delivered Goods. 17.4 The period for correction of defects in the warranty period is seven calendar days from Notice of Defects. 21.1 All partners to the joint venture shall be jointly and severally liable to the Procuring Entity.

Page 63 of 289

Section VI. Schedule of Requirements

The delivery schedule expressed as weeks/months stipulates hereafter a delivery date which is the date of delivery to the project site.

Item Conformity Description Quantity Delivered Timeline Number to Schedule

Weekday Peak Hour 36 Months during Peak Item 1 6:30AM – 9:30AM 20 Trains Hours 4:30PM – 7:30PM

Weekday Off-Peak Hour 15 Trains 36 Months during Off-Peak Item 2 4:30AM – 6:30AM 9:30AM – 4:30PM Hours 7:30PM – 11:00PM

Saturdays 36 Months during Item 3 16 Trains 4:30AM – 11:00PM Saturdays Holidays & Sundays 36 Months during Holidays Item 4 12 Trains 4:30am – 11:00pm and Sundays Delivery of MRT-3 Upon Receipt of Notice to Item 5 System Maintenance 1 Lot Proceed Services

Conforme:

______

Name of the Bidder:

Name of the Authorized Representative:

Please submit this document on the bid submission date in accordance with Clause 12.1(b)(ii) of the Instructions to Bidders.

Page 64 of 289

Section VII. Technical Specifications

Page 65 of 289

Technical Specifications

Item Specification Statement of Compliance

Bidders must state here either “Comply” or “Not Comply” against each of the individual parameters of each Specification stating the corresponding performance parameter of the equipment offered. Statements of “Comply” or “Not Comply” must be supported by evidence in a Bidders Bid and cross-referenced to that evidence. Evidence shall be in the form of manufacturer’s un-amended sales literature, unconditional statements of specification and compliance issued by the manufacturer, samples, independent test data etc., as appropriate. A statement that is not supported by evidence or is subsequently found to be contradicted by the evidence presented will render the Bid under evaluation liable for rejection. A statement either in the Bidders statement of compliance or the supporting evidence that is found to be false either during Bid evaluation, post-qualification or the execution of the Contract may be regarded as fraudulent and render the Bidder or supplier liable for prosecution subject to the provisions of ITB Clause 3.1(a)(ii) and/or GCC Clause 2.1(a)(ii).

Page 66 of 289

I. INTRODUCTION

The present Terms of Reference covers the scope of work relating to the provision and delivery of maintenance services for the MRT-3 public transit System.

The purpose of this document is to define the minimum obligations and deliverables expected from the prospective Maintenance Organization so that a safe, effective and reliable service is achieved profitably, in accordance with current international standards. Further, this Terms of Reference shall be read in conjunction with Contract and with all its Annexes and other supplemental documents that may be issued during the conduct of the tender until final contract award. In the event of any inconsistency between the provisions in the documents, the more stringent condition shall prevail, except where expressly clarified in writing by the DOTC Bid and Awards Committee.

II. OBJECTIVES OF THE DOTC

The general objectives of this Terms of Reference:

 Maintain the MRT-3 as a safe, reliable, high quality and efficient rail system, tailored to the needs of the customers and commuters.

 Deliver a valuable service, taking into account performance and quality that represents value for money.

 Achieve continuous, cost effective improvements to services and performance standards.

 Secure effective management and maintenance of MRT-3 asset portfolio reflecting the long term and technical nature of its key assets.

 Appoint a committed Provider geared towards working with the DOTC in a spirit of partnership in order to provide the best possible service to Metro Manila’s rail transit system users.

 Promote open and honest communication enabling shared commitments to high standards of achievements, based on up-to-date records and data files that are structured and readily usable to DOTC.

In addition, the specific objective of this undertaking is to ensure the performance of the complete maintenance requirement of the MRT-3 system, geared towards optimum utilization of all resources to sustain a safe, reliable, dependable and cost efficient operation of the MRT-3, through the services of the maintenance contractor. According to this, the following shall be fulfilled:

 Maintain a high level of availability and reliability of rolling stock, permanent ways, equipment, facilities and other related systems and subsystems, to support the daily operational requirements allowing to sustain satisfactory services to all customers and stakeholders;  Enforce a complete and comprehensive performance of all required maintenance in a timely execution taking into account the operational

Page 67 of 289

requirements, perform immediate repairs and ensure system, facilities and equipment preservation while maintaining adapted level of maintenance, including innovations to attain service life preservation;  Maintain up-to-date maintenance and repair records and data files that are structured and readily useable, including materials management and historical records;  Ensure an effective maintenance program and an accurate maintenance organization by keeping well trained and qualified staff; and  Implement regulations and standards that shall ensure the occupational health and safety of the maintenance staff.

III. DEFINITION OF TERMS

1) “Agreement” or “Contract” means the documents together with all attachments, exhibits, schedules, annexes and other supplemental documents, signed by the DOTC and the Contractor as part of this procurement, securing the processing and management of MRT-3 maintenance and other obligations, including the furnishing of labor, materials and equipment in connection therewith.

2) “Applicable Law” means any domestic or foreign statute, law, ordinance, rule, administrative interpretation or guidance, regulation, order, writ, injunction, directive, judgment, decree, or other requirement of any governmental authority that is applicable to such person or any of its respective properties, assets, or representatives (in connection with any such representative’s activities on behalf of any such person).

3) “Applicant” means any firm, partnership, corporation, consortium or joint venture entity engaged in any or all aspects of rail transit activities, who applied for prequalification.

4) “Automatic Fare Collection (AFC) System” means the whole equipment that ensures the effective collection of fare revenues: ticket sales, ticket check and accounting.

5) “Automatic Train Protection (ATP) System” means the whole equipment that ensures safe running of the trains on the main line, i.e. prevents collision of trains by maintaining safe distance between them on the same track and controls the trains speed.

6) “Base Service Plan” means the minimum level of train services initially in operation, and the level of maintenance and services needed to support that operation, as of the commencement date, and modified from time to time by agreement between the parties.

7) “Change in Law” means any amendment, modification, change, deletion or addition to, or precedential change in the interpretation of, any applicable law of any Philippine governmental authority, or the enactment or issuance of any new applicable Law by any Philippine governmental authority, the imposition of conditions or requirements of any permit requiring a change in the services, or any other change in the specified standards or objective

Page 68 of 289

criteria of any permit, in each case occurring after the date hereof and which has an adverse effect on Provider’s rights or ability to perform any of its obligations under this Agreement or which causes an increase in the cost of such performance.

8) “Client” refers to the DOTC MRT-3.

9) “Client’s Required Number” means the number of rail vehicles which the Client requires to be in revenue service during a given service period.

10) “Confidential Information” means, with respect to a person, such person’s or any of its subcontractor’s, representatives’ or assigns’, technical information, drawings, technical documents, knowledge, know-how, data, formulae, processes or trade secrets, which is, if in written or electronic form, marked as confidential at the time of disclosure to the recipient person, or, if in oral form, was identified as confidential at the time of oral disclosure and reduced to writing or electronic form within thirty (30) days after oral disclosure. Notwithstanding the foregoing, confidential information shall not include information that (i) the recipient person can show by documentary evidence to have been in its possession prior to its receipt from the disclosing person, (ii) is now or later becomes generally available to the public other than as a result of a disclosure by the recipient Person, any of its subcontractors, or any of their respective representatives, or (iii) is received separately by the recipient person in an unrestricted manner from a third party that is not known by the recipient person to be prohibited from disclosing such information under any legal, contractual, or fiduciary obligation to the disclosing person.

11) “Consumable Materials” means all supplies that are physically used up in the performance of maintenance on, or in operation of equipment or machinery. This will also include all non-repairable, non-salvageable, expendable and semi-expendable parts necessary for the operation, maintenance and repair of equipment.

12) “Contract” means the written agreement covering all services of the contractor required by this document, and other supplemental documents including the furnishing of labor, materials and equipment in connection therewith.

13) “Contract Price” means the sums indicated in the Agreement as payable in consideration of the faithful execution and completion of the maintenance works and remedying any defects therein, subject to such addition thereto or deduction there from as maybe made under the provisions contained or stipulated in the Agreement.

14) “Contract Period” or “Contract Duration” means the period stipulated in the Agreement for the completion of the works including any authorized extension(s) of such period as maybe be agreed prior to completion.

15) “Contractor” refers to the Maintenance Provider/ Supplier to whom the contract is awarded and enters into Agreement with the DOTC for

Page 69 of 289

maintenance and support services for the MRT-3 System. It should have either maintenance departments highly specialized in each field or a consortium of companies with various specialties but not limited as follows: Rolling Stock; Civil and Tracks; Power Supply and Overhead Catenary System; Signaling and Communications; AFCS and Station/ Depot Building Equipment and Facilities.

16) “Control Center” (CC) or “Operations Control Center” (OCC) means the facility located at the North Avenue terminal of MRT-3, which operate as the central command center responsible for the safe and efficient movement of trains, monitoring and controlling the train traffic, centralizing the communications and management of interventions in cases of defects, service interruptions and emergency situations.

17) “Cost” means actual costs and expenses incurred in relation to the relevant matter or thing.

18) “Commencement Date” means the date the provision of maintenance shall be borne by the Contractor following its mobilization period.

19) “Depot” means the facilities located at North Avenue terminal and linked to the Mainline that are used as stabling area and maintenance site for the rolling stock.

20) “Emergency” means any occurrence requiring immediate action and constituting a serious hazard to the safety of persons or property or materially interfering with the safe or environmentally-sound operation of the System.

21) “Emergency Repair” means any occurrence requiring immediate action or repairs which constitute serious hazards to the safety of persons, property or material interfering with the safe and environmentally sound operation of the MRT-3 System.

22) “Fast-Moving Parts” means spare parts or consumable materials used in maintaining the MRT-3 System with generally short lifespan and faster turn- over rate compared to other items.

23) “Good Industry Practice” shall mean, at the time of the performance of the relevant service, any of the practices, methods, procedures and acts, engaged in, approved or accepted by a significant portion of the rail transit system maintenance industry at such time, or where no appropriate practices, methods, procedures or acts of such nature have been so approved or accepted, any of the practices, methods, procedures and acts which, in the exercise of reasonable judgment in light of the facts known at the time the decision was made, could reasonably have been expected to accomplish the desired result at reasonable cost consistent with good business practices, reliability, safety and expedition. “Good Industry Practice” is not intended to be limited to a single or optimum practice, method, procedure or act to the exclusion of all others, but rather is to include any of a number of possible practices, methods, procedures or acts.

Page 70 of 289

24) “Governmental Authority” means any domestic national, provincial, territorial, or local governmental authority, quasi-governmental authority, court, governmental organization or commission, regulatory, administrative, or other agency, or any political or other subdivision, department, or branch of any of the foregoing.

25) “Headway” means the interval of time between two trains running in the same direction on the Mainline. This value shall be constant for a given Service Time Period.

26) “Heavy Maintenance” means maintenance which takes place when the train system component has to be removed from its designated operational position usually undertaken in the workshop or in the case of LRV(s) in the Heavy Maintenance area of the Depot.

27) “Key Personnel” means Provider’s Representative, lead officers of the Maintenance, the manager of Engineering, the manager of the Rail Vehicles, the manager of Line Equipment and the manager of Administration.

28) “Key Performance Indicators” (KPIs) means the criteria managed and controlled by the Client on a regular basis to assess the performance of the services provided by the Contractor and to ascertain that the Contractor complies with the Service Quality Standards stipulated in the Agreement.

29) “Light Maintenance” means maintenance which takes place on its operational position during non-revenue hours or in the case of LRV(s), in the designated Light Maintenance area of the Depot.

30) “Light Rail Vehicle” or “Car” means a not dissociable (except in heavy maintenance workshop) car made of articulated sections.

31) “MRT-3” or “MRT-3 System” means the entire transport system consisting of the Mainline, the Depot, the Trains and all the equipment which enable the delivery of passenger services pursuant to this Agreement.

32) “Mainline” means the structure on which the MRT-3 System operates passenger services. Currently, it comprises the structure from North Avenue Station at the northern tip of the line to Taft Avenue Station at the southern tip of the line. This however may change in the future once the System has been extended.

33) “Maintenance” means an activity carried out on rolling stock, equipment, system or subsystem to ensure acceptable operating condition and preserve within designed tolerances.

34) “Maintenance Management System” means a computer-based maintenance monitoring and information system capable of maintaining inventory, generating work orders, purchase orders, requisitions, scheduling maintenance and keeping equipment and spare parts history and status.

Page 71 of 289

35) “Maintenance Month” means each period of one month commencing on the issuance of Notice to Proceed.

36) “Maintenance Period” means the period beginning on issuance and/ or date of Notice to Proceed and ending at the end of one year, renewable for one year at the sole discretion of the DOTC.

37) “Maintenance Specifications” means the specifications and procedures for repair and maintenance of the System set forth in Item VI Schedule of Requirements and Section VII Technical Specifications.

38) “Maintenance Subcontract” means such Maintenance Subcontract regarding the rolling stock and other sub-systems as may be entered into by the Provider with other contractors. As such, Maintenance Sub-contract shall be entered into by the Provider as the need arises, with prior written approval by the DOTC-MRT-3.

39) “Maintenance Transition Team” refers to the team of experts and DOTC- MRT-3 personnel tasked to monitor the smooth implementation of the transition from the existing maintenance provider to incoming maintenance provider.

40) “Operating System” means the sub-system that enables operation of the trains on the Mainline, i.e. the rolling stock, track work, power supply system, signaling system, communications system and all other equipment associated with operating the trains on the Mainline.

41) “Operations Functions” means all operating duties directly connected with the delivery of passenger services to the public.

42) “Operating Hours” means the scheduled and actual number of hours during which the System provides services in an operating period, i.e. between 4:30a.m. to 11:00p.m.

43) “Peak Periods” means the Service Time Period(s) during which the MRT- 3 System is expected to be the busiest and on which trains are operated in their maximum. These periods are currently from 6:30 a.m. to 9:30 a.m. and from 4:30 p.m. to 7:30 p.m.

44) “Penalty” means abatement deducted from the Contract Fee as per the Agreement whenever any KPI does not reach the target the Contractor is committed on. The amount and frequency of application of the penalty is stipulated in the Agreement for each KPI.

45) “Permits” means all national, provincial, and local licenses, permits, authorizations, and other approvals of governmental authorities, including environmental permits and occupancy permits, and any agreement, consent or approval from or with any person required by applicable law or otherwise necessary for performance by the provider of their respective obligations under this Agreement.

Page 72 of 289

46) “Preventive Maintenance” means maintenance works performed on equipment, system or subsystem which are undertaken on a routine basis according to its maintenance specification or any other requirements to ensure availability and reliability of operation and extend its service life.

47) “Rail Vehicles” means the rail vehicles more particularly detailed in the LRVs Technical Specifications.

48) “Representative” means, with respect to a person, any representative, director, officer, employee, or agent of such person.

49) “Services” means all obligations of Provider under this Agreement, including but not limited to the supply of spare parts and other materials.

50) “Service Day” or “Revenue Operating Service Day” means a 24-hour calendar day when the train services are provided to the passengers.

51) “Service Interruption” means the stoppage of the revenue service that lasts for more than three minutes after deducting the current headway from the duration of the stoppage.

52) “Service Time Period” means any period of time, during which train services are operated with a constant given headway.

53) “Site” means the land and other places on, under, in or through which the MRT-3 System is constructed, operated or maintained.

54) “Spare Parts” means equipment, machinery, supplies, hardware, software, parts and other materials necessary for the maintenance and repair of the System intended to replace a corresponding item in order to retain or maintain the original function of the item.

55) “Special Repairs” means any repair of the System required as a result of any damage thereto caused by any of the following:

(a) Failure of Client or any of their respective affiliates, contractors, subcontractors or representatives, to operate the System in accordance with the operating and maintenance manuals and established operating rules; (b) Acts of passengers or trespassers other than the Client’s or Maintenance Provider Personnel resulting in failure or interruption of service; (c) Failure of Client, or any of its respective affiliates, contractors, subcontractors or representatives to make the System or any portion thereof, available to Provider for scheduled maintenance in accordance with the requirements of the approved Manuals and the Operating Assumptions (refer to Annex C); (d) Actions of unauthorized or unqualified persons unless the same are caused by the negligence of the Contractor; (e) Animals, birds or foreign objects unless the same is the consequence of the negligence of the Provider;

Page 73 of 289

(f) An event of force majeure; (g) Vandalism or other criminal activity; (j) Flooding, unless the same is the result of the negligence of the Contractor, such as improper provision of maintenance of drainage; (h) System improvements initiated by MRT-3.

56) “Station Control Room” means the facility located in each station usually near the ticket office where all the equipment dedicated to monitoring passenger services within the said station are located (CCTV monitors, public address console, fire alarm console, telephone with the OCC).

57) “Subcontractor” means any person or entity who carries out a portion of the maintenance services on behalf of the Provider under a subcontract.

58) “Sub-System” means a lower level part of the System, the equipment of which has the same function. Major subsystems are also called ‘Systems’, e.g. the signaling system.

59) “System”, or “MRT-3”, or “MRT-3 System”, means the LRV, fixed facilities/structures and all equipment that comprise the MRT-3 Transport System.

60) “Taxes” means any taxes including income taxes, withholding taxes, value added taxes, business and real estate taxes and documentary stamp taxes, duties (including customs duties), tariffs, fees, assessments, deductions or charges whatsoever, assessed or collected by any governmental authority, together with interest thereon and penalties with respect thereto.

61) “Terms of Reference” pertains to Section VII of this Agreement, which includes, among others, the Maintenance Specification and Scope of Work as defined herein.

62) “Termination Date” means the date on which the Agreement ends.

63) “Ticket Issuing Machine” means automatic vending machine made available in the concourse of some stations for the convenience of passengers.

64) “Train” or “Train set” means a set of three (3) Light Rail Vehicles that is operated on the Mainline to transport passengers between the stations as part of the trains services.

65) “Trains Service Hours” means the overall daily period of time during which the System provides passenger services on the Mainline, i.e. the period commencing at the earliest opening of any station to the public on a day and ending at the latest closing of any station to the public on that day. They may differ depending upon the specific kind of day.

66) “Transition Period” refers to the period prior to this Agreement’s termination, during which time Provider shall implement the approved

Page 74 of 289

Transition Plan, the parameters of which are defined in the Terms of Reference.

67) “Unscheduled Maintenance” means maintenance of faults, which may appear during service operation and affect the safety and reliability of the equipment. These are non-routine maintenance activities, which include troubleshooting, repair / replacement of failed equipment or parts to return it to service.

68) “Utilities” means any and all electrical power, water, telephone and other utilities necessary or desirable to perform the services.

69) “Warranty” means a written guarantee issued to the purchaser of an article by its manufacturer and/ or supplier promising to repair or replace it if necessary within a specific period of time.

70) “Working Day” means a day (other than a Saturday or Sunday) when banks are open for the transaction of business in the Republic of the Philippines.

IV. GENERAL OVERVIEW OF THE CONTRACTOR’S COMMITMENTS

The Contractor shall be guided in the performance of its responsibilities by the fact that the Agreement involves it in a public function that it performs as a surrogate of DOTC.

The Contractor shall use the Service Equipment solely for the purpose of maintenance and other uses directly associated with MRT-3 System. Subject to the DOTC’s Contract oversight, the Contractor shall be responsible for providing and managing all of the services, functions, facilities, and associated resources required for the maintenance of MRT-3 System, unless otherwise provided by the Client, including, without limitation:

 Maintenance general management

 Maintenance of trains

 Maintenance of tracks, structures, signals, and communications

 Maintenance of stations, its premises and access areas

 Maintenance of guideways and structures

 Maintenance of the depot and other related facilities

 Maintenance of ticketing system

 Maintenance of power supply system and other related facilities and equipment

Page 75 of 289

 Maintenance of all systems and subsystems

 Maintenance of all existing and newly installed assets as per the requirements of the present specification

 Maintain at least six (6) months supply of fast moving Spare Parts, consumables and other related materials and to replenish the quantity they have received from the outgoing Maintenance Contractor

 Maintenance safety program management

 Depot operation and management

 Other related support, including road-rail equipment, furnishing, operating, and overseeing the use by others of specialized construction support equipment;

 Conduct of training, testing and rules qualifications for its personnel and staff under the guidance and participation of the Client and other concerned staff;

 Labor relations;

 Maintain all upgraded/ newly installed components such as Signaling, AFCS, CCTV, Air Conditioning Units and others that may be installed by the DOTC-MRT-3 or a third party provider;

 Other maintenance related matters.

During the term of the Contract, the Client shall require the Contractor to have either maintenance departments highly specialized personnel in each field or a consortium of companies with various specialties but not limited as follows: Rolling Stock; Civil and Tracks; Power Supply/ Overhead Catenary System; Signaling/ Communications; AFCS and Station/ Depot Building Equipment and Facilities. However, the Contractor may subcontract the performance of any portion of the Services with companies that are fit to perform the work and have the financial capacity to satisfy the requirements of the Agreement. The Contractor shall not subcontract any portion of the services without the prior written approval of the Client. The Contractor shall provide the Client with certified copies of all subcontracts entered into by it. The Contractor shall remain solely responsible for any work for which it employs subcontractors, and the Client shall have no obligation in respect thereto.

The Contractor shall identify all functions intended to be subcontracted to fulfill the requirements listed in the Scope of Services and the subcontractors selected to perform those functions. The intention to subcontract any portion of the services shall be provided as part of the Bid Proposal. Thereafter, the Client shall be notified of all the changes pertaining to the subcontracting including termination, replacement and additional functions being subcontracted.

Page 76 of 289

Any and all penalties and fines imposed regarding the violation of law, rules and regulations shall be paid exclusively by the Contractor as a consequence of its negligence in compliance with this Agreement.

The Contractor shall develop and submit MRT-3 specific safety plans, programs and documentation upon assumption of services subject to approval by the Client. The Contractor shall keep all test results and analysis relative to approved safety plans and submittals accessible locally.

The Contractor shall prepare and execute orderly handover of maintenance services to the organization responsible for the maintenance of MRT-3 at the termination of the Agreement.

The Contractor will be in charge of the maintenance in normal operational status of the existing magnetic type AFC for a period of one (1) year. Upon full implementation of the new contactless AFC System, the Contractor shall cease to be in charge of any AFC-related maintenance. In this regard, the bidders shall quote separately the current magnetic type AFC maintenance on a time unit basis in order to allow the cancellation of this scope of work in the present contract.

During the progressive deployment stage of the new contactless AFC system, the Contractor shall fully cooperate with the AFC provider to ensure a smooth transition from magnetic type AFC to Contactless AFC System. V. ADDITIONAL TECHNICAL REQUIREMENTS

A. The bidder must have a fifteen (15) years of experience in maintenance of railway system either through accumulated contract or single contract. The same should be reflected in the list of completed projects.

B. The bidder must have completed a contract involving the maintenance of metropolitan passenger transit systems which has achieved a minimum of two (2) million train kilometers per fiscal year, for a period of at least three (3) full consecutive fiscal years, within the last ten (10) years.

C. The bidder must also submit the following additional duly signed Technical Documents that must be included in the first envelope, to wit: 1. Organizational Chart for the Contract; 2. Key personnel to be assigned to the Project (with duly Accomplished Curriculum Vitae); 3. List of Plans: a. Maintenance Plan b. Policy and Procedure Plan; c. Emergency Response Plan; d. Security Plan; e. Loss Prevention Plan; f. Safety Plan; g. Quality Assurance Plan; h. Administrative Assurance Plan i. Human Resource Plan;

Page 77 of 289

j. Training Manuals; k. Preventive Maintenance Plan; l. Repair Plans; m. Minor Overhaul Plan; and n. Maintenance Transition Plan 4. Spare Parts Plans Procurement Plan 5. Annual Schedule (Plan) of Preventive Maintenance for LRVs and other sub- system 6. Nominated Sub-contractor (for all proprietary fields) 7. List of Suppliers for parts and consumables VI. MRT-3 SYSTEM DESCRIPTION

A. General

The MRT-3 System is the cornerstone of the Department of Transportation & Communications’ (DOTC) integrated strategy to alleviate the traffic congestion along the EDSA corridor. Completed in July 2000, the MRT-3 is carrying about 540, 000 passengers daily. The system is built by a private consortium, Metro Rail Transit, Corp. (MRTC), under the Build, Lease and Transfer Agreement with the DOTC for a period of 25 years.

B. Alignment

The line is a 16.9km rail system occupying the median of EDSA with 40% at- grade, 52% elevated and 8% underground or depressed. Running from North Avenue, Quezon City to Taft Avenue in Pasay City, the MRT-3 has a total of 9 elevated, 2 at-grade and 2 depressed stations with side platforms for elevated and center platforms for depressed or at-grade stations.

C. Guideway

The total length of the MRT-3 guideway is about 16.9km consisting of the Kalayaan Tunnel (515m), At-grade level (7000m), elevated structures (9000m) and steel structure (135 m). It traverses along EDSA from North Avenue in Quezon City to Taft Avenue in Pasay City, designed to fit the existing infrastructures like the Magallanes and Ortigas Flyovers. The elevated guideway structure was constructed using reinforced concrete except for the Guadalupe Bridge, which is made of structural steel. The guideway supports spaces for the signaling, communication, high and low voltage power distribution systems of the MRT-3. It is made of AASHTO pre-stressed girders with reinforced concrete slab overlay of about 210mm thickness and supported by either column piers or portal frame supports. All guideway foundations are generally bored piles. All design and construction of the elevated guideway are in accordance with the existing Philippines Standards and Code of Practice and / or international applicable standards.

D. Tracks

The MRT-3 system uses a standard gauge track of 1435mm utilizing UIC 54 rail profile welded together to form continuous rail using flash-butt and

Page 78 of 289

alumino-thermic welding process for the mainline. Crossovers are located in North, Cubao, Shaw, Buendia and Taft with an access track to and from the depot located between North Avenue and Quezon Avenue Station. The Mainline has a minimum horizontal radius of 370 m and applies an absolute maximum gradient of 4.0%. For the Depot Access Track, an absolute gradient of 5% is present with zero cant all throughout the depot area and a minimum radius of 25m in the depot curved sections. The mainline track consists of both ballasted and concrete plinth sections. Ballasted tracks are about 7.6km in distance, supported by concrete sleepers, with 750mm spacing. Rail fastening is made through the use of Rail Fastening System laid on the ballast with at least 250 mm depth. Concrete plinth tracks are about 9.15 km long utilizing direct fixation fasteners with 750 mm spacing and supported by a concrete plinth of 220 mm thickness. Remote operation of point for crossovers at North, Taft, Shaw, Depot Access Track and at the pocket track at Taft can be carried out from the Control Center. Manual point switches are installed in Buendia and Cubao for maintenance and emergency operation. Manual point switches are fitted with position detectors that can be monitored from the Control Center.

E. Stations

There are 13 stations along the 16.9-km stretch of the MRT-3 system. Station platforms are designed to accommodate 4-car train operation with standard platform length of at least 130m. It has two main areas: The Paid Concourse Area that accommodates paid riding passengers; and Unpaid Concourse Area for queuing passengers with commercial spaces, retail shops and other public services. The two areas are divided by the fare collection gates structured to accommodate future expansion. Each station is also equipped with facilities that cater to the elderly and handicapped. All stations are equipped with elevators (lifts) capable for serving handicapped and elderly passengers. Internal escalators are installed inside the paid areas while external escalators are provided in some elevated stations to access concourse areas from street level. All stations have a centralized Fire alarm Control Panel (FACP) that is linked to the Control Center. Smoke detectors, fire extinguishers, Fire Hose Cabinets (FHC), Water and CO2 Sprinklers Systems are some of the firefighting equipment available in each station.

F. Depot Facilities

A Depot that houses the Light Rail Vehicles is located adjacent to the North Avenue station where the maintenance of LRV(s) is performed and trains are stabled. It has a total area of 84,444m2 which houses the workshop and maintenance facilities and has stabling capacity for 81 LRVs, with provisional space available for additional 40 LRVs. It has facilities capable for light and heavy maintenance works with office spaces for the operation and maintenance management. Below are some major Rolling Stock maintenance equipments found in the Depot:

 Car Hoist & Body Stand (4 sets)  Bogie Repair Hoist (4 sets)

Page 79 of 289

 Bogie Turntable (Electric Type) (8 sets)  Air Compressor (2 sets)  Underfloor Wheel Lathe (1 set)  Undercar Blowdown System (1 unit)  Car Progressor (1 set)  Overhead Crane 10 tons (3sets)  Jib Crane (8 sets)  Wheel Press 150T (1 set)  Train washing plant (1 unit)

G. Rolling Stock

The MRT-3 system has a total fleet of 73 Light Rail Vehicles (LRV’s) built by CKD Doprovni Systemy of Prague. The LRV is articulated in three- sections with four bogies (eight axles), designed for single-ended operation. Each has ten double-leaf, electronically-operated, plug-sliding doors (5 on each side), with three center doors having an open width of 1,255mm and two end doors at 861 mm. Each LRV can seat a total of 74 passengers and can accommodate 320 standing passengers for a total of 394 passengers per LRV. The cars are equipped with Automatic Train Protection System (ATP), which collects information from wayside system through balises for the speed monitoring and control. Each car has a Digital Diagnostic System that monitors the defects and assists Train Drivers during failure intervention Each LRV has four motorized bogies with two traction motors each, controlled by choppers with IGBT thyristors that activates the traction system. Traction and braking can be controlled using the Hand Controller located at each Driver’s Cab. The braking system is composed of Electrical, Mechanical Disc and ElectroMagnetic Track Brakes, operating in synchronous action depending on the brake application.

The MRT-3 Rolling Stock main specifications contain the following: Nominal Pantograph Voltage : 750 VDC (retained performance 500-900 VDC) Track Gauge : 1,435 mm Wheel Diameter : 700 mm – new, 595 mm –worn Number of Bogies : 4 – all Motor Track Distance between bogie centers : 7,500 mm Bogie Wheel Base : 1,900 mm Primary suspension : Steel spring Secondary suspension : Wound-up steel spring Roof height from top to rail : 3,250 mm Roof mounted equipment height : 3,650 mm Pantograph height in down : 3,724 mm position Pantograph working height, : 3,900 mm/6,129 mm min./max Vehicle Width : 2,500 mm Height of Floor from top to rail : 925 mm – new wheels Floor thickness at center sill : 19 mm for the floor proper of 15 mm &

Page 80 of 289

rubber carpet of 4mm Length over couplers : 31,720 mm Length of train set inclusive of : 93,820 mm – 3 car train anti-climbers Tare Weight : 46,800 kg. Maximum axle load : 9,000 kg. Maximum speed : 65 km/h Continuous Rating : 516 kW Air-conditioning Rating : 132 watts/person (274 total,) Number of Traction Motors : 8 DC powered motor Maximum Acceleration : 1.03 m/sec2 Full service brake deceleration : 1.01 m/sec2 Emergency brake deceleration : 1.58 m/sec2 Seating capacity : 74 Standing capacity (8 persons/m2) : 320 Total train set capacity : 1,182 passengers – for 3-car train Door actuation system : Electric Passenger door throughway : 1,255 middle door, 861 external door Body shell material : Low alloy high tensile steel and aluminum sheets for ceiling Propulsion system : Thyristor/chopper type Battery Voltage : Min. 2 x 80 Ah/24 volts Three phase voltage : 480 volts AC, 60 Hertz Transmission : Bogie-mounted motor transmitted to the Axle by means of the joint shaft and to the gearbox with tooth conical hypoid gear Brake system : Dynamic Brake with regeneration + mechanical friction brake + electromagnetic brake Minimum curve radius : 20 m Couplers : Fully automatic coupler

H. Power Supply System

There are eight Traction Power Substations (TPSS) along the MRT-3 system comprising seven TPSS dispatched along the line, strategically installed in selected stations and one in the Depot, each receiving high voltage supply rating of 34.5KV AC from MERALCO. Each TPSS has two incoming feeders connected to two independent power substations of MERALCO to ensure power distribution in the event of failure of one supply line. The Power Supply Network consists of two sub-networks:

 The “traction” sub-network, dedicated to supply power for the movement and maintenance of trains. This sub-network consists of 34.5 KV feeder cables, 3000 KW -Transformers (RT) and overhead contact system with a nominal rating of 750 VDC.  The “lighting & auxiliary power” sub-network, dedicated to supply power to MRT-3 facilities such as stations, ancillary buildings, Depot equipment, etc. This sub-network consists of 11 KV feeder cables, Auxiliary Transformers (AT), 480V/220V AC 60 Hz, low voltage cabinets and backup power supplies.

Page 81 of 289

All TPSS and Substations are equipped with alarm systems that can be monitored in the Control Center. In case of failure of one substation an alarm is triggered and manual switching of supply can be performed in the substation. All TPSS are linked, capable of supplying power to each adjacent section in case of failure of one substation. This ensures continuous operation even in the event of power failures. The seven TPSS along the mainline are located in Kamuning, Santolan, Ortigas, Guadalupe, Ayala, Magallanes and Taft while the TPSS in the Depot are provided for the supply of power for mainline and maintenance requirements.

The power supply network of the MRT-3 is provided with grounding / earthing network, including lightning protection system for the OCS and stations.

The power supply system is designed to accommodate 2.5 minutes Headway, 3-car train operation with provision for upgrading to accommodate 2 minutes headway using 4-car trains. Additional rectifier-transformer units and associated equipment can be installed in allocated spaces inside substation rooms to provide for the MRT 3 Capacity Expansion (CAPEX) Project.

I. Overhead Catenary System (OCS)

A simple auto tensioned catenary system is employed in the MRT-3 mainline consisting of single contact wire 170mm2 cross-section, solid grooved hard drawn copper and double messenger wires of 150 mm2 cross-section hard drawn stranded copper. In addition to the messenger and contact wires along the mainline, double 250mm2 cross-section bare copper parallel feeder wires are installed to provide continuous supply.

In the depot area, span wire registration is employed and the contact wire is fixed at each end of the wire. This results in a decrease in tension as the temperature increases and an increase in tension as the temperature decreases. The catenary system is sectionalized and is provided with outdoor type manually operated disconnecting switches, to provide isolation as required for operations and maintenance.

The OCS is designed for rated speed of 120kph, with supports and assembly mounted on independent OCS Masts / Poles that are integrated to the mainline viaduct. The OCS, composed of Feeder, Messenger and Contact Wires is installed overhead via insulated cantilevers and is supported via counterweights to maintain uniform height from the top of the rail in each section.

Contact wire height is maintained along the line through droppers that are used as support and current distributor. The droppers are uniformly installed per section with corresponding leveling height in order to maintain acceptable wire sag. These droppers are connected to the messenger wires as conductors to feed current from the messenger to the contact wires and hold as support to maintain the contact wire height with acceptable tolerance. Double

Page 82 of 289

messenger wires are installed along the line and are connected to the overhead feeder through feeder jumpers.

Isolation switches are located all along the line to allow current distribution from designated TPSS. In case of emergency or faults in the TPSS, isolation switches can be operated to allow looping the OCS or manual disconnection during maintenance. Each isolation is fitted with Contact Wire Section Insulators to separate the distribution of current from adjacent TPSS.

Under the MRT 3 Capacity Expansion Project, a new catenary network will be installed at the depot area for the additional tracks of the expanded depot stabling area. Also, additional catenaries will be installed from the end of North Avenue station up to the future MMRIT-Common Station for the seamless interconnection of LRT Line 1 and MRT 3.

J. Back-up Power System

Each substation has independent Uninterruptible Power Supply (UPS) system for emergency back-up. In case of power interruption, the UPS can supply power to the Automatic Fare Collection (AFC) System, Signaling and other emergency facilities for three hours duration.

The following systems are connected to the UPS system:

 Telecommunications;  Signaling and computer equipments;  Automatic Fare Collection System;  Station Signs;  Station Emergency Lighting;  Fire and other safety and security equipment

In addition to the above back-up supply, power generators are also available for the sump pumps and tunnel smoke extraction equipment to provide for emergency back-up in cases of fire or flooding.

K. Signaling System

The signaling system of the MRT-3 is a fixed block system which consists of an Automatic Train Protection (ATP), Microprocessor-based Interlocking, Control and Supervisory System and train detection system utilizing audio frequency track circuits with two aspect colored light signals. The signaling system corresponds to a Safety Integrity Level SIL 4 and has been designed for 120 seconds headway.

The signaling system prevents collision of trains by maintaining safe distance between trains circulating on the same track, and controlling the train speed. This is achieved by means of the interlocking which detects track occupancy with the aid of track circuits and controls train direction by providing train routes; and controls train operation through an on-board equipment together with wayside balise and signals. The ATP balise sends information to the on-

Page 83 of 289

board equipment for the status of the tracks ahead including signals. When the train overspeeds at a speed restricted area or trespasses a red signal, the train’s emergency brake will be applied.

The interlocking system (Ebilock 950) is a de-centralized type of system. The main line is divided into 3 interlocking areas or zones. The Ebilock 950, which is located at EDSA/Taft Avenue, Shaw Boulevard and North Avenue Stations, controls and monitors all trackside equipment within their respective boundary namely: EDSA/Taft Avenue to Buendia, Guadalupe to Ortigas and Santolan to North Avenue. The 3-interlockings are configured to communicate with each other in a closed transmission loop arrangement. All 13-stations of the main line have signaling rooms that contain object controllers where the wayside equipments are all connected.

The main line operates at a maximum speed of 65 KPH and presently operates at headway of 3 minutes. However, with the inception of extending the MRT- 3 line in the future, the operational headway would be 120 seconds. There is no signaling equipment at the Depot, hence the train’s maximum speed in the depot 15 KPH.

The ATP system is EBICAB 900. It receives information from the interlocking through the wayside equipment balise. The balise sends fixed data such as track gradient and allowable speed; and also variable information from tracks to the ATP on-board such as signal aspect and target speed. The ATP system displays all relevant wayside information in the driver’s cab and continuously monitors the driver’s action and the movement of the train. In consequence, the driver will be guided as to what action to take before the automatic application of emergency brake.

The Control and Supervisory System (EBICOS) is composed of a Central Control System (CCS) and a Local Control System (LCS). The EBICOS is the man-machine interface connection of the interlocking system. The CCS is used by a dispatcher in order to control and supervise the overall operation of MRT-3 system. It can provide train routes and monitors globally the train’s movement, train’s location and status of Traction Power system. The CCS is located at North Avenue station.

The LCS works similarly with CCS but it can operate locally only within the bounds of the respective interlocking where it is located. This system can be used as fall back equipment to the CCS. The LCS equipment is located in the local control room of North Avenue, Shaw Boulevard and Taft Avenue station. Modems are used as communication link between LCS and CCS. The train detection uses the audio frequency track circuits of type TI-21. These track circuits are designed for DC or AC electrified areas where high levels of interference may be present. The equipment is classified as universal since it meets the onerous immunity requirements of all traction systems and the need of all known track circuits. The tuned units are connected to the rails and their respective track safety relays are located inside the signaling room. Upon occupation of track section by a train or locomotive, the track circuit sends output to the object controller of the

Page 84 of 289

interlocking, which in turn processes the preceding signal to turn into red aspect and restrict the movement of following trains.

L. Communications System

The MRT-3 Communications System consists of the following subsystems which forms an independent system wide communication. It is installed to operate under all environmental conditions and even in the event of multiple power failures for a period of three hours.

i. Public Address System

The Public Address System is used to convey messages to passengers and station personnel. It has 12 preset digital pre-recorded safety messages and 4 track tape console for piped-in music, and 16 pieces 150 watts power amplifiers to obtain maximum loudness. All stations are equipped with an independent Public Address System Console located at each Signaling Room.

ii. Closed Circuit Television (CCTV)

All stations are equipped with independent CCTV System, controlled and monitored at each Station Control Room. Pan-tilt cameras are strategically located at various locations of the station to monitor passenger flow and security surveillance within station premises. Surveillance cameras are installed in various public areas such as the platform, concourse, footbridges elevators and stairways. In the Depot, cameras are installed at different locations to view train movements inside the yard or stabling area and inside the tunnel to and from the access track to the mainline. Control and monitoring of these cameras can be performed at the Yard Master Room.

iii. Private Automatic Branch Exchange

The MRT-3 system has a centralized telephone system that interconnects internal and outside calls with the aid of an auto attendant computer. It maximizes the available 20 trunk lines for the 32 digital and 150 analog local lines serving the whole stretch of the MRT-3 system, utilizing the 150-pair main communications cable laid along the MRT-3 carriageway and linked with the 14 Main Distribution Frames.

iv. Trunk Radio System

The MRT-3 system utilizes a trunk radio system to facilitate communications between the Control Center, Train Drivers and stations. Three communication channels are available for operations, namely: Mainline, Depot and Emergency channel. The Mainline Channel is generally utilized for day-to-day operation while the Depot Channel is provided for maintenance personnel to assist the Control Center and train drivers during interventions. The Emergency Channel

Page 85 of 289

is provided as dedicated line in case of interruptions and incidents along the line.

M. Automatic Fare Collection (AFC) System

The AFC system of MRT 3 utilizes Reusable Plastic Magnetic Tickets as the fare media for entering and exiting the station. This supports both the Single Journey Tickets (SJT) and Stored Value Tickets (SVT). The AFC equipment at the station is composed of Automatic Gates (AG), Analyzer/Dispenser (A/D), and Ticket Issuing Machines (TIM). The Station Computer System (SCS) monitors and controls all the station equipment (AG, A/D, and TIM). The Central Computer System (CCS) collects downloads various data and parameters form the SCS. The Encoder/Sorter machine (E/S) pre encodes the tickets to be used by the TIM and A/D.

The 13 SCS located at the stations are connected to the Central Computer System (CCS) via 150 pairs of telephone cable (WAN). All the AFC station equipment (AGs, A/Ds, and TIMs) are connected to the SCS via internal LAN cable 10baseT. The Operations of the AFC system is implemented by DOTC and the maintenance is provided by the Contractor.

N. MRT-3 Control Center

The MRT-3 Control Center located at North Avenue station provides overall supervision and monitoring of system operation. Equipped with train traffic control equipment, base console radio system and other major telecommunication equipment, the Control Center provides round-the-clock management of system operation and maintenance.

The Control Center remote system (MAN 900) accesses and controls train traffic as well as monitor the location of the trains, status of the Traction Power system and other emergency alarm panels.

VII. SYSTEM OPERATION

The current Line Capacity of the MRT-3 is designed at 23,600 pphpd providing maximum of 20 trains, at 3-car configuration, during peak period with minimum headway of 180sec (3min). Each LRV can seat a total of 74 passengers and accommodate 320 standing passengers or a total of 1182 passengers per train. This train capacity is based on AW3 crush loading of 8 passengers per square meter.

The MRT-3 currently operates from 4:30AM to 11:00PM with different operating periods and train dispatch schedule according to a specific train timetable. The loop time is approximately one-hour with minimum headway of 3min during peak periods. The dwell time in each station averages 25sec and the maximum train speed is 65kph. Peak periods are from 6:30AM to 9:30AM and 4:30PM to 7:30PM.

Page 86 of 289

VIII. PROJECTS AND PROGRAMS

Relative to the MRT-3 maintenance requirements, the following projects and programs that are ongoing or are considered to be implemented within the duration of the proposed maintenance contract are not considered for this undertaking, and might possibly be the object of an additional agreement upon enforcement of their maintenance period if this event happened during the period covered by this contract.

i. MRT-3 CAPACITY EXPANSION (CAPEX)

The MRT-3 CAPEX project aims to expand the current system capacity by increasing the number of fleet and the improvement of the ancillary systems to operate at Ultimate Line Capacity2. This project involves but not limited to the following:  Procurement of additional LRVs to operate at 2.5 minutes headway, 4-car train operation;  Upgrading of the Traction Power Supply System to enable 4-car train, 2.5 minutes headway operation;  Installation of additional Stabling Tracks at the Depot;  Adjustment and improvement of the Signaling System;  Extension of the Taft Pocket Track to accommodate a 4-car train;  Procurement of Additional Maintenance Facilities;  Construction of Satellite Depot, if necessary;

ii. METRO MANILA INTEGRATED RAIL TERMINAL (MMIRT)

Under the LRT1 North Extension project, an integrated terminal will be constructed to provide easy passenger transfer between LRT Line 1, MRT-3 and the future MRT7. Identified as the Metro Manila Integrated Rail Terminal (MMIRT), it intends to close the MRT 3-LRT Line 1 Loop with provision for a possible seamless rail operation of the two lines.

The project is planned to build a Common Station along EDSA adjacent to the commercial area at the North Avenue, and shall function as a converging terminal for all the three lines allowing for seamless passenger transfers. In order to accomplish this, the project includes the extension of the MRT-3 line by about 700meters to the Common Station, single platform track for MRT-3, center pocket track inside the Common Station, Ticket Office, Fare Gates and vending machine spaces for ticket selling at concourse level and other station facilities required for operation.

Once completed, the MRT-3 operation shall be extended up to the Common Station resulting to the adjustment of the operating parameters for MRT-3.

2 Ultimate Line Capacity, based on MRT-3 Performance Requirements, involves the reduction of the operating headway to 150seconds and/or use of 4-car trains.

Page 87 of 289

iii. UPGRADING OF AFC TO CONTACTLESS TECHNOLOGY

The different Mass Transit Systems LRT1, LRT2 and MRT-3 currently use magnetic type fare collection system. All three systems are capable of handling both single journey and stored value tickets. Each line currently operates a stand-alone fare system requiring a new ticket for each entry with no rebate for interchange. The Single Journey and Stored Value type tickets are sold by each rail stations, valid only on their respective transit line. Passengers transferring from one line to the other are required to purchase separate tickets resulting to multiple queuing. This incompatibility in the fare collection system defers seamless interconnection in the metro rail network and discourages passengers to use the rail system when interchange is required.

To alleviate the inconvenience brought about by the non-availability of a common ticket acceptable in all rail lines, the Common Ticketing System (CTS) has been conceptualized. The main objective of the CTS is to implement a ticketing technology that will be compatible in all existing and future rail lines throughout Metro Manila and the island of Luzon. Due to its convenience, simplicity of construction, faster data processing, significantly lesser maintenance due to minimal mechanical parts, high level of security and longer useful life, the contactless technology is therefore more practical for the MRT-3 system.

The upgrading will require the replacement of equipment, components and software including the installation of additional vending machines to minimize queuing. It shall consider the elimination of existing defects/failures encountered in the present AFCS operation and ensure availability of the parts, components, equipment and software for the next 25 years.

Page 88 of 289

IX. MAINTENANCE SPECIFICATIONS

1. GENERAL

1.1 MAINTENANCE OBJECTIVES

This Maintenance Specification describes the maintenance obligations regarding the MRT- 3 system during the course of the contract. Nevertheless, this Maintenance Specification may not be applicable to changes and upgrades to the system due to CAPEX, MMIRT, CTS, among others (after the end of their respective warranty period). Modifications to the Maintenance Specifications brought about by these projects may be carried out according to their respective manufacturers’ requirements and warranty conditions, so as to be integrated within the corresponding maintenance program updates.

The overall objective of the maintenance activities is to provide the Client with the trains, permanent way and all other systems and subsystems that are able to perform a passenger service under the safest operating conditions and with on time performance, reliability and passenger comfort, while constantly ensuring optimal cost effectiveness and system efficiency.

The “System” as considered in the present specification to be maintained by the Contractor refers to the entirety of assets existing at present time within the MRT-3, as well as the equipment, tools, installations, documents, parts, systems or subsystems, etc… which will be acquired by the Contractor within the duration of its contract.

1.1.1 Specific Objectives

Checklist:

 Indication of “Comply” or “Not Comply” below

Statement of Item Specification Compliance During the term of the contract, the Contractor shall:

a) Submit the General Maintenance Policy / Program of the MRT-3 system. Specific Objectives b) Implement and monitor the General Maintenance Policy / Program and the corresponding maintenance organization.

c) Receive and control records drawings, parts lists, operating and maintenance manuals and other documentation issued from the maintenance transition the design, procurement, construction, installation and maintenance of the System that will be

Page 89 of 289

Statement of Item Specification Compliance utilized for its maintenance activities.

d) Design and implement inventory control systems, maintenance planning, management and information systems and other maintenance scheduling and control procedures to ensure effective maintenance monitoring.

e) Make procurement, and control records of issuances, withdrawals, safekeeping and inventory management, for spare parts, materials , equipment and tools required for the maintenance of Rail Vehicles, permanent ways and all other systems, and subsystems which are turned over under this Maintenance Specification.

f) Ensure effective training of personnel and maintain qualified maintenance staff and personnel.

g) Seek proper authorization and approval from the Client in assigning Sub-contractors/ Suppliers for certain goods and services.

h) Ensure that the Rail Vehicles, permanent way and other related systems and subsystems are fully operational during revenue periods, in accordance with this Maintenance Specifications.

i) Provide all Scheduled (Preventive) Maintenance for the Rail Vehicles, permanent way and other related systems and subsystems as described in this Maintenance Specification.

j) Provide all Unscheduled (Corrective) Maintenance for the Rail Vehicles, permanent ways and other related systems and subsystems, which include recurring defects and others, as described in this Maintenance Specification.

k) Provide Special Repairs for the Rail Vehicles and permanent ways and other related systems and subsystems, which are not included in the Scheduled and Unscheduled

Page 90 of 289

Statement of Item Specification Compliance Maintenance as described in this Maintenance Specification.

Plan and manage all maintenance activities as described in this Maintenance Specification.

l) Plan Rail Vehicle and equipment overhauls falling within the duration of the Contract and its possible extensions.

m) Report regularly (e.g., weekly, monthly, yearly) all maintenance performance achievements, enhancements, improvements and/or modifications of the maintenance procedures of the rolling stock, permanent ways and other related systems, subsystems and facilities.

Such reports shall result from the implementation of the feedback from experience process, as defined in section 2.11.

n) Suggest to the Client any modification to the Rail Vehicles or to the permanent ways and other related systems, subsystems, facilities which may improve service, reduce costs or otherwise be beneficial to the MRT-3 system. All modifications on the system shall be properly documented and recorded, to be reported to the Client.

o) Report formally on a regular basis to the Client, as per the requirements of the present specification, to demonstrate that all service and maintenance objectives are met.

p) Plan and execute timely and orderly transition of maintenance services to the organization responsible for the maintenance upon termination of this Agreement.

Page 91 of 289

1.2 SAFETY PRINCIPLES

1.2.1 Safety Regulations and Standards Applicable

Checklist:

 Indication of “Comply” or “Not Comply” below

 Complete narrative of the proposed comprehensive solution and highlight how the proposed solution accomplishes the goals and requirements of DOTC-MRT-3 and ensure that its activities comply in an exhaustive manner with all local laws, rules and regulations.

Statement of Item Specification Compliance The Contractor shall ensure and provide:

a) Environmental Health and Safety (EHS) specific requirements of the Client.

b) The provisions of the latest edition of the Philippines Occupational Safety and Health Standards promulgated by the Dept. of Labor and Employment’s Bureau of Working Conditions. Amended 1989

c) Applicable Department Orders (DO) by the Dept. of Labor and Employment (DOLE)

Safety d) Applicable Department Orders (DO) by the Regulations Dept. of Health (DOH) and Standards e) Applicable Department Orders (DO) by the Applicable Dept. of Environment and Natural Resources (DENR)

f) Philippine Electrical Code

g) Fire Code of the Philippines (Approved by PGMA on December 19, 2008)

h) The National building code of the Philippines REPUBLIC ACT NO. 6541

i) OSHAS 18001

j) NFPA

Page 92 of 289

1.2.2 Safety Management Process

In order to ensure that the Maintenance activities shall attain the following:

a) a globally equivalent level of safety of the Transport system from passengers, third party and environment point of view and

b) adequate health and safety (H&S) conditions of working for Maintenance activities,

Checklist:

 Indication of “Comply” or “Not Comply” below

 Submit the Safety Management Processes that will be set up

Statement of Item Specification Compliance

a) Regulations and standards applied by the Contractor

b) Presentation of maintenance activities

c) Presentation of the organization of the Maintenance Contractor

d) Analysis of risk for maintenance activities and identification of safety-related tasks

e) Health and Safety means of protection and prevention for workers

Safety f) Appropriateness of human resources Management regarding the Maintenance activities as Process follows:

- Identification of skills required to realise the maintenance activities, particularly safety- related tasks

- Process of human resources focussing on safety-related tasks

- Assessment and updating of skills and aptitudes for safety-related tasks (formalization, validity duration, modality of renewal)

- Training for safety-related tasks (content, organism authorized to provide the training

Page 93 of 289

Statement of Item Specification Compliance and deliver the certificate, etc.)

- Others

g) Safety Management of the interfaces with the Operator of the Line, as follows:

- Communication management between Maintenance Contractor and the Client

- Operation of maintenance on the Main Line (process of maintenance of the Main Line, conditions of access to the installations…)

- Condition of provision of the Rolling Stock from Client to Maintenance Contractor, from Maintenance Contractor to the Client

- Others

h) Management of the documentation

- Classification and organization of the safety documentation

- Spreading of the documentation (Where, How, from who, to who)

- Others

i) Regulation and standards monitoring

j) Safety audits process of the Maintenance activities (responsibilities, content, formalization and schedule)

k) Return of experience (on maintenance activities, on management of the maintenance, on incident reports, etc.)

l) Updating process (including Risk analysis) of:

- Management documentation

- Training documentation

- Maintenance procedures (included safety related actions)

Page 94 of 289

Statement of Item Specification Compliance - On-site documentation (panel at work station, etc.)

- Others

due to

- New items

- New organization of work or new activities

- New regulation

- Return of experience

- Investigation following incident

- Safety audits

- Others

m) Whenever the Contractor will use a subcontractor to perform maintenance activities, the Contractor is responsible for ensuring and proving that the subcontractor’s activities are compliant:

a) With the safety management process of the Contractor

b) With the applicable regulations, laws and rules.

n) As an integrated part of its maintenance duties, the Contractor shall include in its Maintenance Plans and Programs the conclusions and recommendations resulting from the latest Security and Safety study, so as to constantly preserve the level of safety/security which will be generated or restored following this activity.

Page 95 of 289

1.2.3 Health and Safety for Maintenance Activities

1.2.3.1 General

Checklist:

 Indication of “Comply” or “Not Comply” below

Statement of Item Specification Compliance The contractor shall, at least, hand over to the Client the evidences that the maintenance activities both in Depot area or along the main line comply with the Philippine Occupational 1.2.3. Health Safety and Health Standards as amended. and Safety for Therefore, the Contractor shall lead a complete Maintenance and exhaustive safety analysis in order to Activities identify and treat all Health and Safety risk 1.2.3.1 General within the Depot area and along the Main Line. The Contractor shall hand over the safety analysis and all proofs of safety to the Client for approval.

1.2.3.2 Depot area The following non-exhaustive list of observations dealing with the current MRT-3 shall at least be addressed in the safety analysis of the Contractor.

Checklist:

 Indication of “Comply” or “Not Comply” below

 Submit programs on:

 Compliance to NFPA Standards

 Welding, Cutting and Brazing Standards

 Hazard Communication Program

 Lockout/ Tagout Program

 Fire Safety Program

 Chemical Handling Program

 Health Program

 Electrical Safety Program

 Barricading System

Page 96 of 289

 Health Program

Statement of Item Specification Compliance Inspection and maintenance of fire fighting equipment shall be in accordance with the NFPA standards. Compressed gas cylinders are stored upright, secured to a fixed object, with their safety caps on, Cylinders not actively used at the job site are considered stored, and remain chained to the cart until actively being used. A written Hazard Communication Program should be implemented and MSDS for all chemicals brought to the site shall always be available for employees’ reference. Implementation of a Lockout/Tagout Program to protect employees from injury due to the unexpected energization, activation, or start-up of equipment during maintenance Fire hazard. Cooking should be allowed only on designated places or should not be allowed. Provision of designated storage area for chemicals Provision of additional ventilating system at the depot Training of personnel on Electrical safety Unmoveable protection shall be installed in order to avoid chocks between car lifts and electrical panels Provision of additional ventilating system at the depot Provision to regularly check and maintain the content of First aid boxes

1.2.3.3: Maintenance of the Line installations and equipment The Contractor shall notably demonstrate in its safety analysis:

Checklist:

 Indication of “Comply” or “Not Comply” below

 Complete narrative of the proposed comprehensive solution and highlight how the proposed solution accomplishes the goals and requirements of DOTC-MRT-3

Statement of Item Specification Compliance

 The safety of its staff will be ensured during operation at the Main Line Safety installations and equipment (rules and Principles procedures to respect to access the installations, etc.)

Page 97 of 289

Statement of Item Specification Compliance  The safety of the Transportation system and its passengers will be ensured during the maintenance operations

Page 98 of 289

1.3 OPERATING DESCRIPTIONS

As a basis for plans and Monthly Maintenance Fees during the term of this Agreement, the following shall be used:

1.3.1 Hours of Revenue Service Operations

WEEKDAY REVENUE OPERATION Required Number of Weekday Time Running / Operating Period From To Trains3 LRV Morning 0430H 0630H 15 45 AM Peak 0630H 0930H 20 60 Base 0930H 1630H 15 45 PM Peak 1630H 1930H 20 60 Night 1930H 2300H 15 45 Note: Table on weekday revenue operation is the required number of running/operating trains and it may change according to DOTC-MRT-3 management.

WEEKENDS AND HOLIDAYS REVENUE OPERATION Required Number of Time Weekend Running / Operating Period From To Trains LRV Saturdays 0430H 2300H 16 48 Sundays and 0430H 2300H 12 36 Holidays Note: The on weekends and holidays revenue operation is the maximum number of trains required during weekends or holidays shall be based on the table below or shall be dependent on train configuration.

1.3.2 System Parameters

a) Route length:

Main Line Track 16.9km each direction Main Line Access track 1.1 km Depot track 7.8 km b) Number of stations 13 c) Number of Rail Vehicle in fleet 72 (1 car down: Coach Number 70) d) Average distance traveled by 10,000km per month or vehicle in one month/year 120,000km per year

3 Due to the implementation of the Capacity Expansion (CapEx) Project. These parameters may change upon implementation of the CapEx project. Corresponding adjustments on the above table are subject to instruction of the Client.

Page 99 of 289

1.3.3 Operating Rules

The Contractor must clearly demonstrate his full understanding of the existing operating rules and procedures. Moreover, the Contractor shall review existing published operating rules to ensure that these rules cope up with the existing needs and requirements of the System after the Maintenance Contract is awarded, subject to the concurrence of the Client. These operating rules include, but are not limited to, both normal operation and technical incident management as per the following section:

Checklist:

 Indication of “Comply” or “Not Comply” below

 These operating rules include, but are not limited to, both normal operation and technical incident management as per the following section:

Statement of Item Specification Compliance Operating Rules A. Glossary B. Conduct of Employees

C. General Requirements

D. Operation of Stations

E. Operation of Trains and Rail Vehicle

F. Signals

G. Pinched Loop Normal Operating Mode

H. Reverse Direction Operations

I. Failure Operating Mode

J. Trains Stopped by Exceptional Cause

K. Duties of Lookout Men, Flagmen, Competent Persons, Engineer’s and Persons- in-Charge

L. Engineers and persons in charge

M. Maintenance Work and Protection

N. Engineer’s Possessions

O. Power Supply and Substation Equipment

Page 100 of 289

Statement of Item Specification Compliance Arrangements and Technical Incident Management

P. Line Clear Procedures

Q. Fire Treatment Procedures

R. Accidents Treatment Procedures

S. Major incidents Treatment Procedures

T. Communications

U. Safety and Maintenance Personnel and Passenger Evacuation

V. Derailments

W. OCS Emergencies

X. Manual Operations

Y. Emergency Operations

Z. Manual Block Signal Operation

AA. Defective switches and rail related defects

1.4 FACILITIES AND EQUIPMENT

1.4.1 Maintenance Facilities and Equipment

Checklist:

 Indication of “Comply” or “Not Comply” below

Statement of Item Specification Compliance The Client will provide, at no cost, physical spaces for offices, training and storage of materials and equipment the Contractor may reasonably require Maintenance in order to meet its maintenance obligations. Facilities These do not include sleeping quarters, barracks

and and the like which are mainly for personal use equipment and/or comfort. All assigned spaces for the use of the Contractor shall, following turnover, be under the sole responsibility of the Contractor (for proper housekeeping).

Page 101 of 289

1.4.2 Communications Systems

MRT-3 is equipped with both telephone and radio communication systems designed for use by the operating and maintenance personnel. The telephone system may be used for maintenance purposes by the Contractor according to agreements made with the Client. The Contractor shall not be required to establish a separate telephone system.

The radio system consists of 3 channels. The Contractor shall be entitled to use the radio system in the course of its maintenance services on the System and an agreement and protocol for the method of shared use shall be agreed upon. The Emergency Channel shall be available to the Contractor at all times, provided that the Contractor uses the channel according to specified conventions for the MRT-3 system safety.

Mobile phones are permitted on the Operating Railway but only at the discretion of the Client. These shall be only used as a fallback solution in case of emergency (none of regular communication systems functioning), or for internal communication within the Contractor’s organization. In normal conditions, the communications shall be made through the above mentioned systems (including for the maintenance outposts in station).

Checklist:

 Indication of “Comply” or “Not Comply” below

Statement of Item Specification Compliance Communications Please refer to 1.4.2 Communications

Systems Systems

1.4.3 Access to and Possession of the Guideway and Stations

The Client shall give the Contractor necessary access to the guideway and stations for the purpose of right of way maintenance work at all times when the System is not operating from 2300H to 0430H and at all times on public holidays when there is no operation. However, this schedule may change upon prior notice from the Client. The Contractor can access the guideway and stations 24/7, with the permission and proper coordination with the Client. “Access” means the use and control of the route only and does not involve the transfer of any other responsibilities or obligations from the Client to the Contractor. The Contractor may occupy parts of the guideway and stations during hours of operations subject to agreements and protocols to be established with the Client prior to the revenue date.

Page 102 of 289

1.5 SPARE PARTS, CONSUMABLES AND COMPONENT REBUILD

Upon issuance of Notice to Proceed, the Contractor shall take custody of all spare parts, consumables and components rebuilt for those items identified in Section 3 and 4 of Table 1 Scope of Maintenance Service, left by the exiting Contractor, appearing in the list provided by them (status of spare parts by the end of the exiting Contractor’s contract, will be provided to the winning Bidder), and maintain records of purchase, inventory and utilization thereof.

Checklist:

 Indication of “Comply” or “Not Comply” below

Statement of Item Specification Compliance DOTC, as Government representative, shall have a formal and unconditional right to the monitoring and control of the spare parts, consumables, records and components supplying process done by the Contractor, so as to ensure the accuracy and conformity of the practices. All data concerning its procurement shall be made available, without restrictions, for any purpose as required by the Client or Client’s representatives. The Contractor shall submit and secure on quarterly approval of the spare parts procurement program, at the beginning of each every maintenance year (during the Contract date anniversary). Spare Parts, The Contractor shall keep at any time up-to-date Consumables records, including purchase order, and delivery and Component Rebuild receipts of the stocks in its possession (spares, consumables, capital spares, etc…), and shall make these records fully available, without any restriction, at any time from the Client. Any significant change in the situation of the stocks (shortage, obsolescence, difficulties for supplying, etc…), likely to have an impact on operation safety, passengers’ comfort, availability, reliability, increase of costs, shall be the object of a special report issued to the Client as soon as the situation is known, together with the proposed countermeasures, in order to be able to find appropriate solutions avoiding penalizing the rendered service. The Contractor shall permanently adapt the level of stocks (nature and quantity) to the actual

Page 103 of 289

Statement of Item Specification Compliance needs resulting from the system conditions. The changes, increases or decreases of stocks will give rise to the corresponding modifications of the pertaining documents (IPC, lists, inventory reports, plans, programs, etc…) which will then be submitted to the Client for approval, together with the supporting data, if needed.

Page 104 of 289

1.5.1 Spare Parts

Checklist:

 Indication of “Comply” or “Not Comply” below

Statement of Item Specification Compliance All parts that needs to be replaced shall be in accordance with the Maintenance Manual. Any repairable parts or components replaced, removed and dismantled from the trains, permanent way and other systems or subsystems of the MRT-3 must be brought to the specific repair lines for repair and restoration to their original functional state.

Non-repairable parts must be disposed of or discarded according to Government Disposal System procedures, and the Contractor shall proceed with the procurement of these parts in the corresponding / appropriate quantities.

The Contractor shall maintain books and records of the inventory (including delivery dates and withdrawal records) and prices. The books and records shall be available to the Spare Parts Client at all times, without any restriction. The Contractor shall ensure at all times that a commercially and technically adequate supply of spare parts is on hand for scheduled and unscheduled maintenance and for Special Repairs. The Contractor shall control the return of items under warranty to the relevant supplier for repair, replacement and/or modifications.

The Contractor shall monitor the consumption rates of spare parts and adjust the provisioning levels, as necessary, to maintain the required adequate stocks.

The Contractor may develop acceptable sources other than the original equipment manufacturers and any alternative parts or products for repair and replacement of spare parts to assure supply of quality parts shall be

Page 105 of 289

Statement of Item Specification Compliance subject to rigid testing and validation of acceptability by the Client.

All purchases and inventory of the Contractor shall be made available and subject to Audit by the client. The Contractor shall submit a monthly report of these purchases for Client validation and audit.

All suppliers, distributors and manufacturer of the Contractor on the spare parts and consumables must be properly approved and accredited by the Client’s Accreditation Committee and a Certificate of Accredited Supplier shall be issued by Client’s Accreditation Committee to make sure that they are legitimate, financially stable, in good standing and meets the standard requirements of the Client.

Page 106 of 289

1.5.2 Consumables

Checklist:

 Indication of “Comply” or “Not Comply” below

Statement of Item Specification Compliance Consumables include lubricants, seals, filters, welding rods, brazing and soldering materials, electronic components, lamps, cleaning supplies and equipment, etc., for those items identified in Section 4 of Table 1 in the Contractor’s Scope of Maintenance Service, left by the exiting Contractor, appearing in the list provided by them (status of spare parts by the end of the exiting Contractor’s contract, will be provided to incoming Bidder).

The Contractor shall maintain books and records of the inventory and unit prices of consumables. The books and records shall be made available at all times for the Client’s inspection.

The Contractor shall ensure that adequate supply of consumables is on hand at all times for Consumables scheduled and unscheduled maintenance and for Special Repairs.

The Contractor shall monitor the consumption rates of consumables and maintain adequate supply thereof.

The Contractor may develop alternate sources of the supply of consumables to ensure that commercially and technically adequate quantities are available and that consumables of similar quality are obtained compared to specified standards / specifications of original consumables.

Consumables must be as per recommended by the manufacturer’s manual of the LRVs/ Equipment / system and the products are tested and validated acceptable by the Client.

Page 107 of 289

1.5.3 Component Rebuild and Repair

Components such as, but not limited to, traction motors, air compressors or gear boxes are rebuilt or repaired by the Contractor in the Depot or outsourced to technically qualified and competitive services for the work outside the Depot. Testing, inspection and acceptance by the Client shall be sought.

Checklist:

 Indication of “Comply” or “Not Comply” below

Statement of Item Specification Compliance The Contractor shall maintain custody of components which are being rebuilt or repaired and shall submit it to the Client. The Contractor shall keep records of the receipt of each component for renovation / rehabilitation of the work done on the component and the disposition of the component subject to Government Disposal System Procedures. Component

Rebuild and The Contractor shall assure that the Repair commercially and technically adequate supply of renovated / rehabilitated components is on hand in Manila at all times for scheduled and unscheduled maintenance and for Special Repairs.

Testing and acceptance shall be in accordance to the procedure on parts obsolescence.

1.6 EXCLUSIONS

Except for items that are excluded from the Contractor’s scope of work as appearing in Table 1 of the present maintenance specification, the Contractor shall be responsible for maintaining MRT-3 system in accordance with the terms and conditions set forth in the present agreement, including cleaning and security, Scheduled and Unscheduled Maintenance and Special Repairs of all systems and LRVs, and all MRT-3 existing materials and systems.

The Client will pay for utility services – electricity, water and telecommunications in the stations and all utilities related to operations. Those that are exclusively used by the Contractor in its offices and other specifically dedicated areas, and those specifically mentioned in Table 1 Scope of Maintenance Service of this specification shall be under the responsibility of the Contractor.

Table 1 Scope of Maintenance Service identifies more specifically principal items included in and excluded from the Contractor’s scope of services.

Page 108 of 289

2. MAINTENANCE ACTIVITIES

2.1 GENERAL ORGANIZATION

Checklist:

 Indication of “Comply” or “Not Comply” below

Statement of Item Specification Compliance The Contractor shall develop the managing organization it intends to implement in order to fulfill the general requirements stated in the present specification (general management of the General whole activity, reporting and coordination with Organization Client, human resources, administration section, engineering section, hygiene, safety, environment, quality section, etc…), as well as the specific ones linked to Maintenance, as indicated in the following sections.

Page 109 of 289

2.2 GENERAL DESCRIPTION

The Contractor shall submit plans and programs for the maintenance implementation such as, but not limited to:

Checklist:

 Indication of “Comply” or “Not Comply” below

 Complete narrative of the proposed comprehensive solution and highlight how the proposed solution accomplishes the goals and requirements of DOTC-MRT-3

Statement of Item Specification Compliance

 Maintenance Plan/Program for MRT-3 system.

 Training and maintaining of maintenance staff

 Establishment and maintenance of the General Computerized Maintenance Management Description System  Enter into service contracts

 Procurement of materials, equipment and spare parts

 Inspection of the System for maintenance status

Page 110 of 289

2.3 MAINTENANCE PLANNING AND PROGRAMMING

2.3.1 Maintenance Planning

The documents to be provided are as follows:

a) Maintenance Plan – A general description of maintenance activities, the schedule of maintenance and the quality of service and objectives.

b) Policy and Procedure Manual –This manual shall include but shall not be limited to policies and procedures related to subcontracting, employment, safety, health, interfacing with the Client, community relations and environmental responsibilities.

c) Emergency Response Plan – Plans for maintenance services necessary to respond to various foreseeable emergencies that may affect the System such as earthquake, typhoon, flooding, loss of power, derailment, accident, fire, medical emergencies, bomb attack, gas attack or other acts of violence or sabotage.

d) Security Plan – Detailed plans for the security and protection of maintenance facilities while in control of the Contractor.

e) Loss Prevention Program – A program of tests, inspections and procedures to protect Rail Vehicles and facilities against loss or damage. This will include consideration of corrosion control, structured maintenance and routine inspections as well as loss prevention related to emergency incidents, which shall include programs to prevent accidents that may cause loss of life, injury to passengers, third party, maintenance personnel or damage to property. Costs interrelated to accidents / incidents caused to the passengers public, third party, maintenance personnel or damage to property which is maintenance related are at the account of the Maintenance Provider.

f) Safety Plan – A proactive plan to attain and sustain safe maintenance. This plan shall include the approach and structure that the detailed plan will take and in particular, shall address the following items:

 The Contractor’s Health and Safety Policy Statement;

 The Contractor’s organization and arrangements for health and safety;

 A schedule of safety procedures to be used during the maintenance contract including formal risk analysis and prevention process and accident analysis.

 The Contractor’s procedures for reporting and investigating accidents, dangerous occurrences or occupational illness, and

Page 111 of 289

 An outline program for safety tours and detailed safety inspections

 The Contractor’s Crisis Management and/or Emergency Plans g) Quality Assurance Plan – This shall cover the main aspects (core part) of quality assurance in maintenance based on international standards (ISO 9001-2000), through quality plans / policies / procedures for all maintenance works and repairs of the System including but not limited to spare parts, materials and labor.

At least, the following main points will be covered: -Quality system -Document and data control -Purchasing requirements -Product identification/tracing -Process control -Product inspection/testing -Control of inspection equipment -Inspection and test status -Control of non-conforming product -Corrective and preventive actions -Handling, storage, delivery -Control of quality records -Training requirements

h) Administrative Procedures Manual – An administrative procedures manual for all policies and procedures for maintaining and preparing the System, which shall include; (i) an employee manual; (ii) work order procedures; (iii) purchasing, receiving and warehousing procedures; (iv) inventory control procedures; (v) shipping procedures; (vi) warranty claims; (vii) reporting procedures, including those with respect to environmental events, fires and safety and (viii) property control procedures. i) Human Resources Plan - Includes the general description and outline of the Contractor’s program in hiring, training and management of employees. j) Training Manuals – These are documents to be used for training the Contractor’s specialists and general labor. Training shall include familiarization with the System and its main operating elements, the operating plan, risk and hazards of transit operations and special safety procedures and practices, etc. k) Preventive Maintenance Plan – Plan to describe the preventive maintenance procedures (including detailed schedule and checklists for verification of activities performed) for each of the systems: Rail Vehicles, special equipment, track, OCS, signaling, power supply, guideway structures, etc…. The intervals or events after which each

Page 112 of 289

procedure is required shall be described. These plans will possibly incorporate information provided by the relevant manufacturers, and shall describe tests and maintenance activities for preventive maintenance including troubleshooting procedures for the Rail Vehicles, permanent way and all related systems and subsystems.

l) Repair Plans – These plans describe repair procedures for common or routine failures including recommended corrective maintenance strategy, safety precautions and technical instructions and troubleshooting procedures for the rail vehicles, permanent way and all related systems and sub-systems.

m) Minor Overhaul Plan – Describes tests and activities for Minor Rail Vehicle overhauls. Work shall include bogie overhaul, test/replace major electrical items, etc.

n) Maintenance Transition Plan – To ensure the smooth take over at the end of the Maintenance Contract (change of Contractor) and maintain the quality of all maintenance activities being performed, the Maintenance Transition plan shall define, for the transition period as defined in vol. 3 Article 1 “Definitions”, the activities and procedures to be followed in the take over and assumption of all current activities, and shall also include the plan for the training of the incoming Contractor’ personnel and for the handover to the incoming Contractor of documents, records, data, spare parts, tools , equipment, passwords to computerized equipment and all other assets, as per vol. 3, section 5.7.

This plan, as well as the related programs, schedules, methodologies, training materials, contents, shall be submitted by the exiting Contractor and approved by the Client at the latest, 6 months prior to the beginning of the transition period defined in the Maintenance Agreement.

As a part of its answer to the bidding, the incoming Contractor shall propose, detail and quote the organization, schedule and resources allowing him to comply with the activities set within the Maintenance Transition Plan during the said transition period (which is still within the period of the contract binding the existing Contractor).

The take over and the assumption as well as the transfer back maintenance transition time shall not be less than thirty (30) calendar days.

Incoming Maintenance Provider shall bear the cost of its personnel assigned during the transition period.

Checklist:

 Indication of “Comply” or “Not Comply” below

Page 113 of 289

 Complete narrative of the proposed comprehensive solution and highlight how the proposed solution accomplishes the goals and requirements of DOTC-MRT-3

 Submit:

o Maintenance Plan

o Policy and Procedure Manual

o Emergency Response Plan

o Security Plan

o Loss Prevention Plan

o Safety Plan

o Quality Assurance plan

o Administrative Procedures Manual

o Human Resources Plan

o Training Manuals

o Preventive Maintenance Plan

o Repair Plans

o Minor Overhaul Plan

o Maintenance Transition Plan

Statement of Item Specification Compliance The Contractor shall prepare and submit maintenance plans/programs to be implemented Maintenance in this Maintenance Specification, to ensure the Planning continuity of all maintenance activities presently performed.

2.3.2 Documents Approvals

For each maintenance document (manuals, plans, programs, schedules, etc…) being issued, modified and updated, the Contractor shall obtain the approval of the Client. If the Client fails to approve or to require modifications in each maintenance document submitted within 30 days from receipt thereof, such document shall be deemed to have been approved.

Page 114 of 289

2.3.3 Manual Maintenance

During the Maintenance Period, the Contractor shall update the manuals following each change of the maintenance process, and review each manual and issue to all holders of the document revised pages as necessary to keep the document up to date and/or to revise information or procedures, as necessary. The manuals shall also be supplied in electronic copies (compact discs) for reproduction and revision.

Checklist:

 Indication of “Comply” or “Not Comply” below

Statement of Item Specification Compliance The Contractor shall maintain traceability of the modifications including Illustrated Parts Catalogue Manual (IPC). They shall set up a documentary Maintenance management system in order to master the whole modification system, as required.

Page 115 of 289

2.4 STAFFING

The Contractor shall establish a detailed maintenance organization to ensure that the maintenance program is carried out accordingly. The contractor shall maintain a monthly records of all personnel involved in all the maintenance works including their corresponding salaries. The contractor shall also prepare a monthly manpower schedule and their scope of works. Checklist:

 Indication of “Comply” or “Not Comply” below

Statement of Item Specification Compliance The Contractor shall assign a qualified and experienced person as the top officials, who shall be directly employed by the Contractor and who shall be responsible for general supervision and direction of maintenance of MRT-3, in accordance with the following maintenance specifications The Contractor shall be responsible for the recruitment and training of the maintenance staff. Staffing The Contractor shall ensure that all maintenance duties (including maintenance functions and support functions) are properly and adequately manned by personnel trained and assessed, and that all maintenance activities are delivered by the trained and assessed staff licensed where appropriate, and fully prepared to undertake their duties, to respond to alarms, failures and emergencies, and to observe and comply with all Applicable Requirements.

The Contractor must have suitably qualified personnel with appropriate track record in electrified railway systems maintenance. For this purpose, a Project Manager and three (3) Department Managers (Rolling Stock, Electronics and Infrastructure) must be duly nominated by the Contractor and their curriculum vitae must be submitted together with the Bid Documents.

TOTAL EXPERIENCE ACCUMULATED MAINTENANCE IN PROPOSED MINIMUM POSITION EXPERIENCE EXPERIENCE IN REQUIRED POSITION/ IN RAILWAY RAILWAY QUALIFICATION NEXT-IN-LINE INDUSTRY Project For Local: Manager/ 20 years 15 years 5 years Min. Licensed Director Engineer Rolling Stock Department 15 years 10 years 5 years For Foreign: Manager Internationally Electronics 15 years 10 years 5 years Recognized

Page 116 of 289

TOTAL EXPERIENCE ACCUMULATED MAINTENANCE IN PROPOSED MINIMUM POSITION EXPERIENCE EXPERIENCE IN REQUIRED POSITION/ IN RAILWAY RAILWAY QUALIFICATION NEXT-IN-LINE INDUSTRY Department Licenses/ Manager Certification Infrastructure Department 15 years 10 years 5 years Manager

Names and work experience of all personnel and staff of the Contractor including newly hired key personnel shall be submitted first to the Client for approval before deployment. The Client shall have the right to assess the Contractors Technical Personnel capability and shall have the right to cause the replacement of those not qualified or those who had previously committed violation of any Client’s guidelines and policies. If in any case, there will be a different organizational structure, it must be proven and the minimum required experience in railway industry shall be as defined in the department manager position.

The contractor shall submit and maintain its organizational structure until the end of the Contract period. No modification thereof shall take place without the written consent of the DOTC-MRT-3.

Page 117 of 289

2.5 TRAINING

All trainings and re-trainings conducted for Maintenance personnel should include representatives of the Client.

Checklist:

 Indication of “Comply” or “Not Comply” below

 Submit training Manuals

Statement of Item Specification Compliance The Contractor shall identify the training needs (kind of training and people to be trained) and develop training programs. Using the manuals and other resources received from the Supplier and produced in the maintenance planning process, they shall conduct training and refreshment for the maintenance staff to permanently ensure that skilled people are available to maintain the MRT-3 system. Where possible, they shall make use of existing institution and training activities and avoid creation of separate facilities and training resources. Evaluation of the training assimilation shall be done, as well as certification for competency and follow up of personnel training records.

The Bidder shall develop in its Bid its policy Trainings regarding initial training and refresher training of the maintenance staff, including how it will devise the training syllabus, write up and update the training manuals, program and follow-up a training plan, record and monitor individual proficiencies and misbehaviors, etc.

For the positions having a direct impact on operation safety (such as operators performing non- destructive controls on wheels and axles, on bogie structural elements, on some body-structural elements, welders on bogie structural elements, or on some body-structural elements, etc…), or on personnel safety (such as forklift drivers, hoisting of lifting operators, etc…), specific training plans will be set, whose result will be the attribution of authorization or certification following the training result assessment and the final examination.

Page 118 of 289

2.6 COMPUTERIZED MAINTENANCE MANAGEMENT SYSTEM

Checklist:

 Indication of “Comply” or “Not Comply” below

Statement of Item Specification Compliance The Contractor shall devise and implement a Computerized Maintenance Management System (CMMS). Included in the CMMS subsystem shall be the inventory and control of all spare parts, equipment and supplies, LRVs structure and operating system. The inventory subsystem shall be linked to the accounting and cost control subsystem.

A method for rapid identification and recording of unscheduled maintenance needs as well as of Special Repairs shall also be provided. These shall be integrated with the planning of Scheduled Maintenance into an overall maintenance Computerized planning, control and information system. Maintenance Management The Contractor shall be responsible to enter all the System initial or baseline data into the CMMS and verify its accuracy.

The Computerized Maintenance Management System must be up to date and be made available at all times to the Client for spot checking / evaluation on the veracity and accuracy of records / data, without any restrictions.

At the end of the contract period, the Computerized Maintenance Management System its programs and databases, and other documents directly or indirectly used during the maintenance contract shall be turned over by the Contractor to the Client.

2.7 PROCUREMENTS

Checklist:

 Indication of “Comply” or “Not Comply” below

 Complete narrative of the proposed comprehensive solution and highlight how the proposed solution accomplishes the goals and requirements of DOTC-MRT-3

Page 119 of 289

 Quantities/Qualities of items proposed

 Product literature

Statement of Item Specification Compliance The Contractor shall procure spare parts, consumable parts, special tools, other tools, materials and equipment required for the maintenance of the whole system. Receipt and proper storage, inventory, control and safekeeping of procured items shall be ensured by Procurements the Contractor. Records control and inventories of procured parts, tools and equipment shall be ensured up-to-date in accordance to this Agreement and made available at all times to the Client. All materials procured as well as other basic tools and equipment needed for maintenance shall be made available at all times.

2.8 SPECIAL TOOLS AND TEST EQUIPMENT

Checklist:

 Indication of “Comply” or “Not Comply” below

 Quantities/Qualities of items proposed

 Product literature

Statement of Item Specification Compliance Supplemental to the Maintenance Plan, a comprehensive list of instruments, tools and/or equipment deemed needed, on top of all instruments, tools and equipment owned by the Client and made available to the Contractor, shall be acquired and provided by the Contractor to ensure effective maintenance implementation. Special Tools and Test It shall be the Contractor’s responsibility to size its Equipment set of tools, special tools, equipment and test equipment (in quantity, quality , appropriateness and adapted condition ) so as to be able to perform the maintenance as per the requirements stated in the present specification and get the expected results.

The tools, equipment and DTE (Diagnostic and

Page 120 of 289

Statement of Item Specification Compliance Test Equipment) subject to calibration (possible impact on operation safety) shall be processed according to the standards in force and the principles of Quality Assurance (calibration by authorized metrology labs, procedure for management and follow-up of the concerned stock, traceability …).

Lastly, the tools, equipment and installations having an impact on workers’ safety, such as lifting and hoisting equipment/installations/tackles, pressurized tanks, handling and transportation devices: forklifts, etc…), which are subject to regular checking by an authorized verifier according to the national and international laws applicable to the industrial activities, shall be processed accordingly (including traceability).

It shall be the contractor’s responsibility to keep all installations, equipment, special tools and common tools, either existing or bought during the course of the contract, in a functionality status ensuring that they are permanently fit for respecting the present maintenance specification. The maintenance on such items should be done in a timely manner, according to the requirements set in the corresponding maintenance manuals and in the present specification, and according to a schedule ensuring a minimal disturbance to the commercial operation of MRT-3. Any item not being able to be maintained in the required functionality status shall be replaced by the Contractor at its own expense by a functional one, including capital assets.

2.9 CYCLE INVENTORY AND TURNOVER

The Client, on its own discretion, may require the contractor to conduct of inventory of the railway system. In addition, records of these shall be made available at all times and shall be updated every six months. Inventories to be performed shall not be limited to the following:

 Spare Parts and Materials

 Consumable Materials

 Tools and Equipment

Page 121 of 289

 Components Rebuilt and Repaired

 Special Tools and Test Equipment

 Manuals related to Maintenance activities and those specifically mentioned in Article 2.3.1 of this specification

 Assets

At this occasion, the Contractor will provide a formal document (“Inventory and status assessment”), quoting the list (Designation, number) and functional condition (Wearing rate, functional status) of the turned over items (Including the assets).

The “Inventory and status assessment” document provided by the outgoing Contractor can be used as the baseline condition of system asset for information of the next incoming Contractor. The inventory may be validated by an independent third party auditor in behalf of the Client.

Page 122 of 289

Checklist:

 Indication of “Comply” or “Not Comply” below

 Complete narrative of the proposed comprehensive solution and highlight how the proposed solution accomplishes the goals and requirements of DOTC-MRT-3

Statement of Item Specification Compliance The Contractor shall conduct cycle inventories semi-annually in accordance with generally accepted accounting and auditing procedures.

At the end of the contract period, the entirety of Cycle above items, inclusive of availed and remaining Inventory balances, shall be turned over by the Contractor and Turn to the Client. Over All start up consumable, spare parts, tools, equipment and any other materials provided by the Client at the commencement of the agreement shall be replenished and turned over by the Contractor to the Client.

Page 123 of 289

2.10 INSPECTION AND ACCEPTANCE

The “inventory and status assessment” document provided by the outgoing Contractor can be used as the baseline condition of system asset for information of the incoming Contractor. The inventory may be validated by an independent third party auditor in behalf of the Client.

In addition to the inspections and tests that will be conducted under Section VII of the Bidding Documents, a Systems Functional Test shall be performed by the Contractor in the presence of the Client or its duty authorized representatives to ensure compliance with the Key Performance Indicators (KPI). All testing/ inspection costs shall be for the account of the Maintenance Provider.

Checklist:

 Indication of “Comply” or “Not Comply” below

Statement of Item Specification Compliance The rehabilitation, reconstruction, renovation or modification of major components (traction motors, gear boxes, etc…) will generate the issuance of one acceptance report for each repaired single major component, clarifying the operations carried out, the tests reports, and all useful Maintenance Data, for Client’s approval and acceptance.

Inspection Identically, the 1 year 1 ½ years and 2 years and inspections (2nd SM, 3rd SM and SR) will generate the Acceptance issuance of an acceptance report specific to the operation carried out, clarifying for the considered car the works performed, the tests reports, and all useful Maintenance Data, for Client’s and Client’s approval and acceptance.

These acceptance reports can be prepared and submitted together with the Monthly report provided by the Maintenance Performance Technical Section.

2.11 MAINTENANCE PERFORMANCE SECTION AND EXPERIENCE FEEDBACK

2.11.1 Experience Feedback Definition

The Experience Feedback is a process aimed to research, collect, analyze and process all information corresponding to events after their occurrence.

Page 124 of 289

The concerned events may not necessarily correspond only to failures of the systems/subsystems, but may also comprise the entirety of events linked to the maintenance process.

The definitions of the main terms used in the field of “Experience feedback” are hereafter defined in paragraph 2.11.11.

2.11.2 General objectives of Experience Feedback

The Experience Feedback deals with:

 The technical aspect of the observations made on components, equipment, systems and functions.

 The relevance of maintenance procedures and organization principles.

The Experience Feedback contributes:

 To improve the conception of future systems/subsystems.

 To master the operation safety, travelers and personnel safety, as well as the systems/subsystems’ service quality.

 To validate the reliability, availability, maintainability and safety studies (RAMS) carried out during the systems/subsystems’ design phase.

 To validate or improve the maintenance rules.

 To validate or improve the maintenance organization.

 To enrich the diagnosis in corrective maintenance.

 To identify and guide the process for the handling of technical problems.

 When needed, to enable carrying out immediate preventive actions based on experience gained from similar situations.

 To handle the obsolescence problems.

2.11.3 General organization of Experience Feedback in maintenance.

2.11.3.1 Different steps

The experience feedback process mainly comprises three steps:

 The collection and storage of data, linked to the functioning and maintenance of systems/subsystems, facilities or to human activities. This step is usually called “information collection”.

Page 125 of 289

 The processing and analysis of these data.

 The effective use of the results gained in the research for improvements.

2.11.3.2 Maintenance Performance Section

A dedicated personnel complement to carry out this activity shall be named the “Maintenance Performance Section” (MPS).

This engineering section’s responsibilities are to permanently monitor the whole maintenance activities in the different fields, so as to collect any data following the maintenance, such as what has been maintained, when (time interval/number of reference units of functioning, etc…), what has been done, what problems or what facts have been noticed, what parts have been replaced, for what reason, etc.

Once these data are collected, the MPS analyzes them in order to unveil general tendencies, to detect drifts or possible problems, to define and implement improvements in maintenance scope or maintenance organization, to propose technical modifications, to improve the spare parts supplying (quality, appropriateness), etc.

The MPS defines and proposes the necessary corrective and preventive actions in the following fields:

 Maintenance content

 Maintenance intervals

 Maintenance methods (Operating modes, maintenance rules implementation…)

 Maintenance Organization

 Materials (Supplying quality, type of components…)

 Technical modifications

 Systems/subsystems’ behavior.

 Human (Training, motivation, competence, working environment, safety…)

 Etc.

Lastly, the MPS shall also identify problems and possible enhancement procedures due to system and/or facility obsolescence of parts/components/subsystems based on the information obtained during the operational life of the systems/subsystems.

Page 126 of 289

2.11.3.3 Monitoring Team

A team in charge of monitoring the achievements versus the contractual requirements of the Provider in the fields of Reliability, Availability, Maintainability, and Safety (RAMS) of the system or its subsystems shall be established.

This team shall be composed of the DOTC (or its representative) and the Provider’s MPS.

This team shall have a regular quarterly meeting.

The team’s responsibilities are:

 Examine the RAMS data gathered by the MPS

 Validate the analysis prepared by the MPS following the Experience Feedback.

 Examine the issues versus RAMS and validate the proposed solutions.

 Examine and approve the monthly report submitted by the MPS.

After each meeting of this team, minutes of meeting will be drafted by the Contractor and approved by all concerned parties.

2.11.4 Experience Feedback related to procedures implemented in the maintenance field.

2.11.4.1 Traceability of formalized controls to guarantee the required quality level.

Checklist:

 Indication of “Comply” or “Not Comply” below

Statement of Item Specification Compliance The Contractor is responsible for the quality of works as well as compliance to Traceability of maintenance specifications, and thus for the formalized implementation of procedures, for checking controls to the compliance of maintenance operations.

guarantee the required quality The recording of the compliance and non- level compliance checks constitute an important basis for the Experience feedback that will be used for traceability (Legal requirements or

Page 127 of 289

Statement of Item Specification Compliance quality assurance) and for the improvement of the quality in maintenance operations. Non conformities may come from different causes. It is the Contractor’s responsibility to carry out the non-conformity analysis and to implement actions to remedy them.

2.11.4.2 Experience Feedback following audits

Checklist:

 Indication of “Comply” or “Not Comply” below

 Complete narrative of the proposed comprehensive solution and highlight how the proposed solution accomplishes the goals and requirements of DOTC-MRT-3

Statement of Item Specification Compliance The different quality audits (either internal to the Contractor’s internal organization or coming from Client or external by a third party) constitute a Experience monitoring framework of the quality of Feedback the maintenance system. following audits The non-conformities detected during these audits have to be treated by the Contractor according to the Quality Assurance principles.

2.11.4.3 Treatment of Non-conformities

The non-conformities and malfunctions noticed during the formalized controls or audits may have various origins.

Checklist:

 Indication of “Comply” or “Not Comply” below

 Complete narrative of the proposed comprehensive solution and highlight how the proposed solution accomplishes the goals and requirements of DOTC-MRT-3

Item Specification Statement of

Page 128 of 289

Compliance It is the Contractor’s responsibility to process the analysis and to implement actions to remedy them in the following fields of concern:

 Maintenance Rules evolution if the maintenance rule is to be modified. Treatment of  Technical field when the Non- conformities conception of rolling stock is involved.

 Human resources field when human factors are involved.

 Quality and methods when procedures are involved.

2.11.5 The Experience Feedback during the Adjustment Period for new systems/subsystems.

The collection and the processing of information are to be implemented from the beginning of the operational life of the first system/subsystem of the new series. The Experience feedback during this phase is essential to allow the systems/subsystems to be brought to their nominal reliability rate in an optimal period, by pointing out systematically the “youth” defaults and addressing them systematically.

This part of the Experience Feedback will be particularly be significant during the implementation of the CAPEX.

2.11.6 Specific Procedures for Experience Feedback

One of the basic principles for the quality of maintenance operations is the good suitability of maintenance rules to the systems/subsystems actual condition.

So as to complete the knowledge on the systems/subsystems behavior and on their defacement law, the MPS may implement the following procedures:

Traceability sheets: The traceability sheet, defined by the MPS and included in the maintenance documents, shall formally record the maintenance facts, and may be used for reliability analysis and drawing up of the defacement law.

Page 129 of 289

Investigation: Investigation is the procedure that allows the collection of technical information concluded from an experiment of a certain component or subsystem. Operation manuals and/or procedures may be formalized as a result of this experiment.

2.11.7 Experience Feedback Following Anomalies Noticed During A Completed Maintenance Work.

The Experience feedback following anomalies noticed during a completed maintenance work is related to the observations and analysis made on the condition of systems/subsystems/functions/components, after maintenance work is completed. The following shall be covered:

2.11.7.1 General Case

Causes of anomalies The anomalies on a system/subsystem, a function or a component can occur following:

 A design or construction default;

 An incorrectly implemented or adapted maintenance rule;

 An improper system/subsystem use;

 A change in the system/subsystem use.

Anomalies detection Anomalies are highlighted by:

 The examination of components during preventive or corrective maintenance operations.

 The increase in number of damaged components (taking into account the putting into service date or the kilometers covered).

 The consultation and updating of the dedicated incidents database.

 The information coming from operation (Incident record, supervision on main line, reports….

Anomalies collection One of the fundamental principles of the information collection lies in the implementation of a permanent Data Collection structure at the level of each elementary working unit level, which shall allow to record in detail every anomaly noticed on systems/subsystems.

This data collection can be made on Data Collection Dedicated systems, by each team leader, or directly by dedicated technicians from the MPS, who

Page 130 of 289

would be in charge of the permanent monitoring of the operations carried out at the working level.

Written support or computerized databases constitute information sources likely to enrich the knowledge of reliability or defacement laws.

Analysis of anomalies The analysis of a technical anomaly shall comprise the following phases:

 Investigation on the failure

 Formulation of hypothesis about the causes:

 Non-quality of maintenance operations, searching for the primary causes.

 Non-conformity or not adapted component (Material or elementary part).

 Maintenance rules not suitable.

 Conception or construction default.

 Non-conformity in the use of the rolling stock.

Processing of information related to anomalies The Maintenance Performance Section exploits without interruption the information collected through the elementary working units:

 To engage without any delay the corrective actions.

 To detect organization problems, quality problems or training problems.

 To lead troubleshooting processes.

 To propose solutions.

The information shall be processed and shall be the basis of the monthly reports, to also include the month’s and cumulative RAMS data and statistics (Evolution of failure rates by components, spare parts consumption, maintenance statistics by type of operation, etc...), for the entirety of systems/subsystems.

Page 131 of 289

2.11.7.2 Components and Equipment particularly linked to Operation safety

The objective for the maintenance of the components and equipment directly linked to operation safety is to maintain the required safety level according to the potential risks relevant to the different failure modes. Due to the risk involved to the system by the failure of equipment and devices particularly linked to operation safety, a more stringent investigation and information collection system shall be performed by the Maintenance Performance Section.

The MPS shall submit separate operation safety follow-up activities including implementation modes for every specific procedure or anomaly.

2.11.8 Experience Feedback after traffic incident or critical event

The traffic incident or critical event is an obvious manifestation of a substandard system / subsystem, or a combination of several anomalies.

All information related to this incident/event has to be collected and analyzed in order to identify its causes and to avoid recurrence. This should alert the Client and Contractor of the anomalies.

If the anomalies involve the performance of maintenance work, the MPS shall carry out an in-depth analysis with the end view of identifying the causes, and the possible counter-measures.

This incidents analysis process shall be carried out in a permanent and continuous way, with the purpose of permanently striving to improve the availability and reliability of the RS, permanent way, and all other systems and subsystems. A dedicated team can be assigned to this task, working jointly with the Client (for taking into account of the incidents having affected the operation), and the maintenance teams (for the recording of the corrective actions). The subsequent analysis of these elements will allow determining the root causes and defining efficient preventive countermeasures.

2.11.9 Monthly report

The MPS shall issue monthly a detailed report about the experience feedback carried within the last period (incidents, preventive maintenance, etc…), the findings, analyzes, definition of possible countermeasures, implementation, results obtained, follow-up modes and results.

2.11.10Annual Technical Experience Feedback

A year-end summary of all experience feedback shall be carried out to address the following:

Page 132 of 289

 Perform a global assessment on the systems/sub-systems or components behavior on the period.

 Assess the progress done/improvements resulting from the maintenance works.

 Guarantee the traceability on the period.

 Evaluate the need for system replacement, enhancement and/or re- engineering to finally address the anomalies.

The summary will enable the MPS to come up with a more cohesive understanding of the anomalies and draw conclusive actions.

This summary shall be formalized under the shape of the Maintenance Performance yearly report.

2.11.11DEFINITIONS (According to standard ISO 8402)

Quality audit Methodic and independent examination, in order to determine whether the activities and results related to quality comply with predetermined arrangements, and whether these arrangements are implemented in a way efficient and likely to reach the objectives. Anomaly Discrepancy compared with what is expected. Quality Entirety of systematical and pre-established actions necessary to assurance give the appropriate confidence in the fact that a product or service will comply with the defined requirements related to quality. Control mode according to which a physical person carries out Auto-control his own control on the result from his own work, and whose rules are defined in a formal way in quality assurance and quality management arrangements. Action of measuring, examining, testing, checking with a gauge Control one or several features of a product or service, and to compare them with specified requirements in order to prove their compliance. Failure Ceasing of the ability of a device of fulfilling a required function. Default Non-fulfilling of the requirements of intended use. Diagnosis Identification of the failure(s) probable cause(s) using a logical reasoning based on a set of information coming from an inspection, a control or a test. Reliability Ability of a device to perform a required function, in specified conditions, during a specified duration. Quality control Techniques and actions of operational nature, used in order to answer the requirements related to quality. Quality manual Document describing the general arrangements taken by a company to obtain quality on its products or services.

Page 133 of 289

Non-quality Global gap noticed between targeted quality at and quality actually obtained. Non-compliance Non satisfaction to specified requirements. Document describing the specific arrangements implemented in Control plan order to control the considered product or service. Lookout plan Special type of quality system control plan, specifically used in order to improve the safety level mastery. It is used in control of installations and personnel in order to examine in a cyclical way the entirety of the establishment safety system components. Quality policy The orientations and general objectives of a company concerning quality, as they are expressed in a formal way by the general management. Qualification Act by which an official competent authority acknowledges after verifying that a person (Physical person or moral entity) , an object, or a method, have required qualities to fulfill a determined function. Quality Entirety of properties and characteristics of a product or service which give it the ability to fulfill expressed or implicit needs.

In its widest meaning, the term “quality” is the way of being, good or bad, of an object (Product, Equipment, material) or of a service.

It will be said that quality expresses the ability to satisfy a determined or potential need. Quality system Entirety of the operational structure, responsibilities, procedures, processes and resources to implement the quality management. Traceability Ability to recover the history, the use or the localization of a part or activity, or of similar parts or activities, using a registered identification. Production unit Set of elementary working units (And/or sections) gathered around a product, service or profession. Grouping of workshops (Or workshops and support cells, necessary to a good mastery of the responsibility area

3 AVAILABILITY

3.1 Definition of Terms “Availability Measurement Board” means the designated representatives and alternates assigned the authority and responsibility for determining the Availability of Rail Vehicles and Conveyance System. The Availability Measurement Board shall have two representatives each from the Client and the Contractor. A quorum of the Availability Measurement Board shall be all members and decisions shall be made by unanimous vote. If the Availability Measurement Board deadlocks on any issue, such issue shall be decided in accordance with the dispute resolution provisions of this Agreement.

“Downtime Event” means an event in which the Wayside System causes an interruption to or degradation of Revenue Service operation. Downtime caused by

Page 134 of 289

the Downtime Event shall include all the time from the later of (i) the beginning of such interruption and (ii) the beginning of the Peak Service Period until normal Revenue Service is restored (“Downtime”). If two or more Downtime Events occur in the same Peak Service Period, the Downtime of the Downtime Events shall not be cumulative unless such events result from the same type of failure at the same facility or equipment.

“Peak Service Period” means the hours from 6:30 AM to 9:30 AM and the hours from 4:30 PM to 7:30 PM for each day of the year during which the System is scheduled to operate (other than Saturdays, Sundays and public holidays). There are two Peak Service Periods in each day.

“Required Repair Time” is the amount of time allowed for corrections of a Downtime Event and with respect to any Downtime Event, is the time set forth below in the row of the column entitled “Required Repair Time” corresponding to the row of the column entitled “Month in which Downtime Event Occurs” that sets forth the Month in which such Downtime Event occurs:

Month in which Downtime Event Required Repair Time Occurs 1st month and beyond 30 minutes

“Revenue Service” means trains in operation along the route of the System and making scheduled stops and runs.

“Wayside System” means the guideway and track, the traction and auxiliary power distribution substation facilities, the overhead catenary system, and the signaling and communication system which support directly Rail Vehicle running, but does not include station equipment such as escalators, elevators and fare collection equipment.

3.2 Availability A Rail Vehicle will be considered “Available” for any given Service Period, if:

(a) It is in Revenue Service for the entire Service Period;

(b) It is already in the Insertion/ Removal (I/R) Area, as approved by the Tripartite Representatives from DOTC-MRT-3 Transport Division, Engineering Division and Maintenance Provider, waiting for the scheduled insertion time shall be counted as available, provided that no additional payment on top of the monthly maintenance base fee shall be incurred from the Client;

(c) It is held out of Revenue Service during all or a portion of the Service Period by Client and is capable of being placed in Revenue Service without adversely affecting the System or subjecting System equipment to stress beyond such equipment’s specified limits or subjecting any passengers or crew to unusual danger;

Page 135 of 289

(d) It is in Revenue Service Period, but it falls out of Revenue Service during that Service Period and the downtime is no longer than 20 minutes and it is returned to Revenue Service (whether during or after that Peak Service Period) without being removed from the main track of the System. When a train has fallen out of Revenue Service, Contractor will not oppose a decision of Client to move that train to a pocket track if the train can still move itself or to request a train to push/pull that train if that train cannot move itself to ensure continued operation;

(e) A Downtime Event has occurred with respect to such Rail Vehicle prior to or during the Peak Service Period, such Downtime Event continues for any portion of the Peak Service Period and the Downtime resulting from such Downtime Event does not last longer than the Required Repair Time, regardless of whether the Required Repair Time extends beyond the end of the Peak Service Period; or

(f) It does not comply with (a) above as a result of one or more of the following conditions:

(i) Failure of Client, former Maintenance Provider or any of their respective affiliates, contractors, subcontractors and representatives, to operate such Rail Vehicle or the System in accordance with the operating manuals, the relevant provisions of approved Manuals and established operating rules;

(ii) Failure of or interruption to service caused by passengers or trespassers other than Client or maintenance personnel;

(iii) Failure of Client, or any of their respective affiliates, contractors, subcontractors and representatives, to make such Rail Vehicle or the System or any portion thereof available to Contractor for scheduled maintenance in accordance with the operating Assumptions as described in Section 1.2 of the Maintenance Specifications and the relevant provisions of approved Manuals;

(iv) Actions of unauthorized or unqualified persons, unless the consequence of negligence of Contractor;

(v) Failures or damage caused by animals, birds or foreign objects, unless the consequence of negligence of Contractor;

(vi) Loss, interruption or out-of-tolerance supply of electric power supply up to the meter;

(vii) An Event of Force Majeure;

(viii) Vandalism or other criminal activity;

(ix) Outside ambient conditions which exceed 38.6o C under shade or 95% relative humidity;

(x) Severe weather, including high winds exceeding 90 kph and heavy rain exceeding 124 kph;

Page 136 of 289

(xi) Flooding, unless the consequence of negligence of the Contractor.

(xii) Systematic replacement provided that they are not caused by a lack of maintenance from the Existing Contractor.

3.3 Measurement of Availability The Availability Measurement Board shall determine, for each Service Period on each day (peak and off-peak periods), the number of Rail Vehicles and Conveyance System that are available for such Service Period and will issue Monthly Certificates to evidence such determinations.

After each Service Period, Contractor and Client’s Transport Division (For LRV) and Station Division (Conveyance System) shall provide to the Availability Measurement Board a list of all Rail Vehicles and Conveyance System that they agree are available, a list of all Rail Vehicles and Conveyance System that they agree are not available and a list of all Rail Vehicles and Conveyance System for which they disagree as to Availability. Such lists shall be conclusive as to the Availability of the Rail Vehicles and Conveyance System as to which Contractor and Client are in agreement. The Availability Measurement Board shall undertake whatever investigation of the Rail Vehicles and Conveyance System is necessary to determine the Availability of the Rail Vehicles and Conveyance System as to which Contractor and Client are not in agreement.

4 PENALTIES

The penalties that will be implemented in case of failure of the Contractor to comply with the Maintenance Specification shall be in accordance to the following table.

All penalties appearing in the following section will be defined as a percentage of the penalty currently existing in the BLT agreement for train-set availability, which will be referred to as the Reference Penalty (RP), currently set at US$2000 or Php80,000.00 per car/LRV per peak period.

Note: All trains for revenue operation shall be composed of a 3-car train set. TRAIN AVAILABILITY / RELIABILITY Minimum No. of Penalty conditions and Period Revenue Periods Available Cars Penalty amount Peak Morning Peak 60 cars / LRVs Computed on a “per Peak 6:30am to 9:30am per Peak Hour Hour” basis with penalty Afternoon Peak applied if Availability is less 4:30pm to 7:30pm than 60 cars (20 trains) for the first 20 min and for every 20 min, thereafter. Penalty amount is one-third (1/3) of Reference Penalty or Php 27,000.00per car for the first 20min and for every 20 minutes thereafter, not

Page 137 of 289

exceeding the Reference Penalty amount of Php80,000 per car per peak period. Note: All measurements are on a per 20min period. Any fraction thereof shall be computed as a full 20min. delay. Weekday Weekday Off-Peak: Number of cars Penalty amount is Off-Peak, 4:30am to 6:30am according to the Php20,000 per car for every 9:30am to 4:30pm Approved 20 minutes 7:30pm to 11:00pm Timetable Weekday Reduction, removal Less than the required or sidetracking of number of cars is operated as trains (Degraded per approved timetable, Service) due to which fault is caused by failure of system/s failure of the related systems other than the affecting revenue service Rolling Stock. This (stoppage of operation & shall include all Number of cars provisional service) systems, subsystems according to the including the Traction Power and components of Approved Supply, OCS, Tracks, the Traction Power Timetable Signaling and Permanent Supply, OCS, Ways Tracks, Signaling Penalty amount is 50% of and Permanent Ways Reference Penalty (Php40,000) per car per hour Note: Any fraction of less than an hour shall be prorated on a per hour basis. SERVICE INTERRUPTION Service Interruption is defined as the stoppage of the revenue service that lasts for more than three minutes after deducting the current headway from the duration of the stoppage. In the event of a Service Interruption, the number of available cars / LRVs shall be computed on a per revenue hour based on the following formula:

No. of Available LRVs = {N - (d/60) N} where: N = Number of cars on the affected hour (based on timetable) d = delay incurred due to Service Interruption (in minutes) If the Service Interruption exceeded to the succeeding hour, calculation shall be based on a per hour basis according to the duration of the Service Interruption of the affected period. In case of Service Interruption, the penalty computation below shall be applied.

Penalty = {N – No. of Available LRVs} x Applicable Penalty (in Philippine Peso)

Page 138 of 289

Note: Penalty amount shall vary depending on the affected period. Peak Period is Php80,000 per car per hour, Off-peak, Weekends and Holidays is Php40,000 per car per hour SYSTEM AVAILABILITY/ RELIABILITY(Indirect Revenue Related) Component Penalty Conditions Escalator fault for more than 24 hrs during revenue during revenue periods, per equipment per day. 5% of base penalty per day or Php4,000 per day. Escalator/ Elevators Elevator fault for more than 24 hrs during revenue during revenue periods, per equipment per day. 5% of base penalty per day or Php4,000 per day.

5 DEPOT OPERATIONS

Rail Vehicle operation for revenue service, entering and departing the depot for revenue service and storage of Rail Vehicles in the stabling area shall be the responsibility of the Client. Once the Rail Vehicles are taken out of service and made available for maintenance in the location agreed upon with the Client, shifting of Rail Vehicles to different locations within the confines of the yard and maintenance facility for the purpose of maintenance shall be the responsibility of the Contractor. Likewise, the supervision for all operations and the depot switch operation shall be the responsibility of the Contractor. To summarize, the Contractor is responsible for the following:

5.1 DEPOT SUPERVISION

Provide supervision for all duties related to depot activities and all related systems and sub-systems.

5.2 SHIFTING AND STORAGE OF RAIL VEHICLES

Store and move Rail Vehicles to different locations within the confines of the yard and maintenance facility.

5.3 PRE-REVENUE SERVICE SAFETY INSPECTIONS/ CERTIFICATION OF SERVICE

Checklist:

 Indication of “Comply” or “Not Comply” below

 Complete narrative of the proposed comprehensive solution and highlight how the proposed solution accomplishes the goals and requirements of DOTC-MRT-3

Statement of Item Specification Compliance Pre-revenue Conduct the following safety and pre-

Page 139 of 289

Statement of Item Specification Compliance Service revenue service inspections: Safety Inspections  Brake Check / Certification Apply and check all brake systems: disc, of Service service and emergency.

 Lights

Operate and inspect headlights, brake lights, interior lights and marker lights.

 Air Conditioning System

Operate and inspect all air conditioners, fan and diffusers, including driver’s cab air conditioning; inspect for condensation buildup and leaking.

 Doors

Check all doors for proper operation and synchronization including door cycle safety check, door sensitive edges, signal to driver buttons and door indicator buttons.

 Pantograph

Check the lowering and rising of the pantograph including manual operation. Visually check the pantograph structure, rocker arm and carbon strips.

 Public Address System

Verify that it is operable on all LRVs of train sets. Check the clarity of sound.

 Operator’s Phone and Head Set

Verify that it is operable on end to end driver’s cab of train sets. Check the clarity of sound.

 Driver’s Control

Verify that it is operable on end to end driver’s cab of train sets.

Page 140 of 289

Statement of Item Specification Compliance

 Window Check

Check the vent windows for operation, cleanliness, cracks and seals. Check wire safety seals on the vent windows.

 Interior Inspection

. cleanliness (ceiling, floor and side walls, etc.)

. seat and stanchion inspection

. door leaf and door window inspection

. hand rail and hand straps inspection

 Windshield Inspection

. Cleanliness

. Wiper function

. Windshield cleaning solvent

. Cracks and/or chips

 Safety Indicators

. Horn operates

. Bell operates

. High beam head lights operate

. Marker lights operate

. Digital diagnostic system

. Passenger to operator signals operate

. ATP system (with the daily control on the depot test track)

 Couplers

Page 141 of 289

Statement of Item Specification Compliance . Operational check

. Electrical coupler head

. Wiring

. Manual disconnect

. Latching mechanism

 Safety and Emergency Equipment

Verify that the air conditioning units, roof antenna and roof resistors are properly mounted and secure.

 Visual Check of Roof Mounted Equipment

Visually check all safety and emergency buttons. Check seal and operational integrity of fire extinguishers and first aid kits. Monitor presence of evacuation step and the functionality of emergency lights. All must be functional and according to DOTC operating procedure.

5.4 SECURITY

Checklist:

 Indication of “Comply” or “Not Comply” below

 Description and list of all embedded and implemented security features and levels of security of the proposed solution in tabular form.

Statement of Item Specification Compliance The Contractor shall provide security services for the Depot which will be under the supervision of the Client. This shall be on a twenty-four hour basis, year-round. Security Security services shall include, without limitation, a security plan for:

 manning of the gate houses;

 control of access for all people and

Page 142 of 289

Statement of Item Specification Compliance rail vehicles;

 inspection/frisking of all people and motor vehicles that enter and exit depot premises; and,

 patrolling of the depot and maintenance of records of all security activities.

The Contractor’s services as for the Security shall include the conclusions and recommendations resulting from the Security and Safety study, so as to constantly preserve the level of safety/security which will be generated or restored following this activity

6. MAINTENANCE PRINCIPLES

6.1. Definition of Maintenance (According to European Standard EN 13306 X 60-319)

“Maintenance: Entirety of technical, administrative and managerial actions during an asset’s life cycle, intended to keep it or restore it in such a condition that it is able to fulfill the required function”.

6.2. Objectives

Within the MRT-3 system, it can be stated that the two main objectives assigned to the Contractor are:

i. To provide the Client (DOTC) with trainsets, permanent way, systems and subsystems for carrying out revenue service, in required quantity, required operational status, and required level of safety and comfort.

ii. To preserve the Client’s investment in good condition at minimal cost during its life span while continuously fulfilling (i).

6.3. Basic Principle

From design and construction, the Rolling Stock, permanent way, and all the other systems and subsystems have a given potential for functioning according to specified conditions (Performance requirements).

As the system utilization goes along, this potential progressively gets downgraded due to wear.

Page 143 of 289

The maintenance activities aim to restore the original potential before its fading generates unavailability or lack of reliability.

As the rate and the effects for this loss of potential is not identical for all components, several different levels of intervention are defined, with specific contents and time intervals.

The time interval between two maintenance operations of the same type should be such as the next operation is carried out before any abnormality due to the fading of potential occurs.

The content of a maintenance operation should be such as the potential downgraded since the last operation of the same type is fully restored in the next operation of the same type.

6.4. Practical Enforcement

For reasons of safety, availability, cost, etc…, the carrying out of the maintenance process shall be formally checked at regular intervals, to continuously allow:

 Prevention of appearance of abnormalities due to adapted time intervals.

 Actual restoration of the faded potential due to adapted consistencies.

The Maintenance carried out by the Contractor shall be strictly compliant with the frame of reference. Nevertheless, the content of the Maintenance frame of reference (Time intervals, content, etc…) is likely to evolve following the carrying out of the Experience Feedback carried out by the Maintenance Performance Section. To be noted that the proposals for evolution made by the MPS will become part of the frame of reference only after formal approval by the Client. Upon approval, all pertaining documents, manuals, etc…will be modified accordingly so as to become the new and only valid version of the frame of reference, to which the Maintenance carried out shall then have to be compliant.

Checklist:

o Indication of “Comply” or “Not Comply” below

Statement of Item Specification Compliance The Contractor shall organize the planning of the Maintenance Operations (preventive, corrective) and the resulting insertion of trains to the Main Line in such Practical a way that the monthly mileage covered Enforcement by the vehicles will be as balanced as possible among the whole fleet. Should the Contractor resort to cannibalization of major parts due to

Page 144 of 289

Statement of Item Specification Compliance shortage, prior written clearance from Client should be sought. A summary statement about the cannibalization status should be issued regularly, so as to follow the evolution of the shortages and to trace the changes of assignment of the parts (LRV’s ID N°). The Contractor shall not be allowed to put any commercial banner or any similar item on the trains and other facility without written approval/consent from the Client.

6.5. Creation of a Dedicated structure

The Contractor, by the means of a dedicated structure (Maintenance performance section as defined in §2.11, also in charge of the activities as proposed in § 1.1.1 “Objectives”, items N,O and P), is in charge of the enforcement of the process described in the above § (‘Experience feedback).

This process can result, in case of discovery of anomalies, in proposing solutions to technical problems by suggesting technical modifications (As per §1.1.1), or modifications of maintenance rules (Time intervals or content).

6.6. Use of Specialists

Checklist:

 Indication of “Comply” or “Not Comply” below

 The evidences of skills and experiences of the technicians, engineers, managers will be provided by the Contractor prior to the commencement of its services

Statement of Item Specification Compliance All maintenance and repairs to the RS, Use of permanent way, systems and subsystems

Specialists shall be performed by the Contractor’s trained and skilled personnel.

6.7. Definition of Maintenance Types

Maintenance task to be performed herein should be based on the approved Original Manuals and/ or Modifications and any inconsistencies contained

Page 145 of 289

herein, the more stringent conditions shall be applied by the Maintenance Provider.

The Maintenance of the Rolling Stock shall also be done according to the manuals whose list appears in the Appendixes to the present vol.2, Annex A, List of Existing Maintenance Manuals. The most applicable and stricter maintenance procedures shall prevail.

Contractor is also required to design and provide DOTC-MRT-3 Official Logo/ Sticker and the design specifications shall be subjected for approval of the Client.

Maintenance includes:  Scheduled Maintenance  Unscheduled Maintenance  Special Repairs

6.7.1 SCHEDULED MAINTENANCE

Checklist:

 Indication of “Comply” or “Not Comply” below

 Complete narrative of the proposed comprehensive solution and highlight how the proposed solution accomplishes the goals and requirements of DOTC-MRT-3

Statement of Item Specification Compliance Scheduled Maintenance consists of routine tasks which are scheduled and performed at specified intervals. These tasks include inspection, repairs, cleaning, lubrication, parts replacement 6.7. and servicing. Definition of As a part of Scheduled Maintenance, the Maintenance Contractor shall maintain Rail Vehicles,

Types, 6.7.1. permanent way, and all other systems Scheduled and subsystems, in good and serviceable Maintenance condition in compliance with the periods of inspections and maintenance operations specified in the manufacturer’s manuals and/or present Maintenance Specifications whichever is possible. Activities include:

 replacement of worn out, out of tolerance and malfunctioning parts before the end of their service life to avoid a malfunction or

Page 146 of 289

damage to the Rail Vehicle, permanent way , and all other systems and subsystems;

 replacement of worn out, out of tolerance and malfunctioning / faulty spare parts based on the results of any inspections;

 checking (testing), calibration and replacement of instruments, controlling and safety devices, if necessary, to provide for safe operation;

 cleaning parts, calibration and replacement to maintain them in good and serviceable condition;

 required replacement of lubricants, and greasing of parts;

 required to provide the Official DOTC-MRT-3 Logo/ Sticker as per design specifications subject to the approval of the Client.

Page 147 of 289

6.7.2 UNSCHEDULED MAINTENANCE

Faults which appear during service that may affect the safety or reliability of service are to be corrected, as required. These corrective activities are called Unscheduled Maintenance.

Corrective repairs and component change outs involve the replacement of failed components or change out of equipment. Activities include troubleshooting, repair/replacement of failed equipment and the returning of equipment to service.

Checklist:

 Indication of “Comply” or “Not Comply” below

 Complete narrative of the proposed comprehensive solution and highlight how the proposed solution accomplishes the goals and requirements of DOTC-MRT-3

Statement of Item Specification Compliance In general, Unscheduled Maintenance will be performed on a unit exchange basis. Components requiring repair or a more thorough inspection that cannot be provided without removing the entire piece of equipment from service for an extended time will be replaced by a similar component from stores inventory that is known to be in working order. However, if the original component is not 6.7. Definition of available anymore from the Maintenance Types, manufacturer, a replacement 6.7.2. Unscheduled component shall be acceptable Maintenance provided that it meets the specified standards/specifications of the original manufacturers. The removed components will then be inspected, repaired and returned to stores inventory as availability of maintenance personnel permits.

Within its organization for reaching maximum trainset availability, the Contractor shall

Page 148 of 289

Statement of Item Specification Compliance deploy troubleshooting technicians along the main line (maintenance outposts in stations) in order to ensure a swift treatment of the main line breakdowns, until the improvements gained in reliability will allow abandoning this solution.

6.7.3 EMERGENCY REPAIRS

All emergency disruptions, e. g. derailments, overhead wire disruptions and accidents of any type, shall be attended to immediately. Checklist:

 Indication of “Comply” or “Not Comply” below

Statement of Item Specification Compliance In the event of a collision, accident or derailment, the Contractor shall:

 assist the Client in identifying the cause of the accident and recommend measures to prevent recurrence;

 assess the feasibility of hauling the damaged Rail Vehicle to depot. 6.7. Definition of Maintenance Types,  assist the Client in their 6.7.3. Emergency intervention providing the Repairs technical means, as required;

After the derailing of a car and prior to its re-commissioning (except scheduled inspections), all bogies, wheels and axles, the articulation sections and drawbar transmission must be checked and measured and the values as measured must comply with those as specified.

Page 149 of 289

7. VEHICLE MAINTENANCE

7.1. SCHEDULED MAINTENANCE

The following stages of scheduled maintenance have been specified:

a) Daily Treatment/Care (DT)

 Daily Cleaning (DC)

 Inspection of Vehicle (IV)

b) Checking Inspection (CI)

c) Major Checking Inspection (MCI)

d) Scheduled Maintenance (SM)

e) Scheduled Repair (SR)

DT, CI and MCI are considered to be light maintenance, while SM, SR and GO are considered to be heavy maintenance.

Checklist:

 Indication of “Comply” or “Not Comply” below

 Complete narrative of the proposed comprehensive solution and highlight how the proposed solution accomplishes the goals and requirements of DOTC-MRT-3

Statement of Item Specification Compliance Each higher stage of maintenance incorporates operations of the preceding stages so far as they have not been substituted by new operations. Different stages of maintenance shall include lubricating operations based on the lubrication scheme as well as special operations (both scheduled and unscheduled) which have not been Vehicle specified and possibly do not fit the specified Maintenance maintenance operations.

7.1 Scheduled Maintenance If the Contractor is able to clearly demonstrate that the technical condition of a car will allow it to travel a longer time than specified for different stages of maintenance and get formal authorization from the Client, the time periods referred to below may be extended. At the same time care must be taken by the DOTC to assure that the conditions of maximum car reliability and

Page 150 of 289

Statement of Item Specification Compliance service safety including quality assurance have been met.

Failures and faults due to malfunctioning parts found through scheduled thorough inspection must be adjusted and / or repaired, replaced and tested during the same inspection.

The Maintenance of the Rolling Stock shall also be done according to the manuals whose list appears in the Appendixes to the present vol.2, Annex A, List of Existing Maintenance Manuals. The most applicable and stricter maintenance procedures shall prevail.

7.1.1. Daily Treatment / Care (DT) - Refer to Annex A

 Once a day

 Scope: See hereunder.

7.1.1.1. Daily Cleaning (DC)

(a) Cleaning of the interior of the car including the driver’s cab seats, clean dust in the cab, clean headlights, taillights and trafficators, wash the windows inside the car.

(b) Washing of the car’s exterior body (every 3 days) or as necessary.

7.1.1.2. Inspection Vehicle (IV)

(a) Make a visual inspection of the entire car aimed at finding accidental damage or wear.

(b) Check the operation of controlling and signaling instruments in the driver’s cab, repair or replace malfunctioning device.

(c) Check the operation of the outside and inside lighting fittings and lamps as well as that of windshield wipers. Repair or replace malfunctioning parts.

(d) Check the operation of the whole braking system (disc, service and emergency). Repair or replace malfunctioning parts.

(e) Check the correct operation of air-conditioning units and sealing of windows. Repair or replace malfunctioning devices / parts.

Page 151 of 289

(f) Check the public address system and the communication system. Repair or replace malfunctioning devices / parts.

(g) Check the visual aspect and operation of pantograph of the carbon strip. Replace worn out accessory parts and out of tolerance carbon strip.

(h) Daily check and add liquid to the windshield washer reservoir, etc., which have been consumed throughout service.

(i) Check door control’s functionality including the signaling safety system. Calibrate, repair or replace malfunctioning accessory parts.

(j) Check for the presence of fire extinguisher. Check its charging indicator. Refill discharged fire extinguisher. Also, check for first aid kit. Replace, if necessary

(k) Clear and record faults found during the examination as well as those recorded in the car log book. Conduct functional testing. Inspect, repair or replace identified defective parts.

7.1.2. Checking Inspection (CI) - Refer to Annex A

 Every 15 days

 Scope: See hereunder.

The checking inspection consists of the inspection of bogies, car bodies and brake operations.

7.1.2.1. Inspection of Bogies

(a) Examine the suspension and mounting of traction motors and track brakes. Repair or replace equipment with abnormalities / defects.

(b) Check the suspended wheels and gearboxes of wheel sets. Repair or replace wheels and gearboxes with abnormalities / defects.

(c) Check the entire resilient wheel. Measure the shape of profile and wheel rim, and check that no flat surfaces have formed on the wheel. Reprofile or replace wheels with abnormalities / defects.

(d) When inspecting the gearbox, check the oil level and quality of oil including presence of iron chips / filings. Add oil as required, check and adjust the tolerances of conical pinion bearings. Replace oil and gearbox parts with abnormalities / defects.

Page 152 of 289

(e) Check mounting of joint shafts, and examine shafts visually. Replace worn out / defective parts / shafts on joint shaft.

(f) Check the hydraulic shock absorber for any leaks. Repair or replace shock absorber with abnormalities / defects.

(g) Check mounting and adjustment of the disc brakes, drawbar transmission and brake valve. Check mounting and dimensions of brake pads. Check the drawbar and joint with cable. Lubricate the drawbar pins and cable. Repair or replace worn out and out of tolerance parts.

(h) Examine the motor bellows and check their mountings. Align and fix properly. Replace worn out parts.

(i) Check mounting of the torsion brace on the gearbox as well as the connection between the torsion brace and bogie frame. Replace defective parts.

(j) Examine mudguards and check their mountings. Replace worn out mudguards and their mountings.

(k) Check the earthing connections of the wheels and earthing connections of the car body with bogie. Replace worn out earthing connections.

(l) Lubricate the king pin connecting the car body with bogie. Replace worn out king pin.

(m) Examine all rubber parts. Replace worn out rubber parts.

(n) Check electrical equipment on the bogies, check insulators of traction motors and clean drainage holes. Replace accessory parts and / or the traction motor assembly with abnormalities / defects.

(o) Brake valve – additional lubrication of pin. Replace malfunctioning brake valve.

(p) Track brake – overall cleaning, check-up of height above top of rail and electrical wiring connections and insulations. Repair or replace track brake with abnormalities / defects.

(q) Check all sensors. Replace sensors with abnormalities / defects.

Page 153 of 289

7.1.2.2. Inspection of Car Body

(a) Make an overall examination of the car body – side wall and ceiling linings, coatings, etc. Repair materials / parts with abnormalities / defects and dents.

(b) Examine the covers of instrument boxes, static converters and, choppers mounted in the underframe, sealing and fast- closing clips and contacts of fitted instruments. Lubricate, repair or replace covers with abnormalities / defects / dents.

Examine covers/skirts and check the operation of unfolding covers/skirts. Repair or renew covers / skirts with abnormalities / defects / dents.

(c) Clean air distributing ducts and spaces inside instrument spaces by compressed air. Repair or renew clogged ducts.

(d) Clean cartridges of all filters and replace them if required as per § 7.1.7.1 “Special maintenance performed in different time frame.” Clean cartridges of all filters.

(e) Examine cover and hinges of battery boxes. Check battery electrolyte and cleanness. Check voltage and current ratings. Repair / Replace abnormalities / defects on covers / hinges and replace batteries that reached their life spans.

(f) Clean and visually inspect all visible parts of couplers. Check the coupler height above top of rail. Lubricate the coupler moving and operational parts. Check all electrical connections. Repair or replace accessory parts and / or coupler assembly with abnormalities / defects.

(g) Check interior car, driver’s seat, benches, handrails, hand straps, floor, etc. Replace worn out parts.

(h) Check mounting of pantograph.

(i) Examine the condition of roof carpet. Replace worn out carpet. Check lightning arrester and replace if below the required tolerance.

(j) Check air conditioning units. Repair abnormal / defective air conditioning units.

(k) Check brake resistors and insulators. Replace resistors and insulators if out of the required tolerance.

(l) Check motor fans and respective slip rings and insulators of traction motors. Replace accessory parts and motor fan assembly with abnormalities / defects.

Page 154 of 289

(m) Check operation of windshield wipers. Check condition of wiper blades. Replace wiper blades and / or wiper assembly with abnormalities / defects.

(n) Check operation of windshield washer, with respect to free passage of water jets and breathing hole of reservoir. Replace malfunctioning parts and its assembly.

(o) Examine mountings of lighting fixtures and operation of the lighting system. Repair or replace lightings and fixtures with abnormalities / defects.

(p) Check electrical equipment under the car, check motor fans, check contactors and relays, limit switches and batteries. Replace all malfunctioning parts.

(q) Check wirings and cablings, terminal boxes, connections, bell. Replace abnormal / defective parts.

(r) Examine head of couplers. Replace accessory parts and coupler assembly with abnormalities / defects.

(s) Check electrical equipment inside the car, ATP boxes, driver’s panel, hostler panel, fuses, circuit breakers. battery and high voltage disconnecting switches. Replace abnormal / defective parts.

(t) Check operation of doors according to the list of checking operations. Examine tightening of all screws and retighten if required. Lubricate door and door frame sealings and add grease to the guide of driving mechanism. Repair door accessory parts and / or door assembly with abnormalities / defects.

(u) Thorough inspection and functional testing of LRV prior to insertion to revenue services.

Public address and communication system –maintain according to manufacturer’s manual and § 8.2.8 Communications. Replace malfunctioning equipment.

7.1.2.3. Inspection of Brake Operation

Check current values for driving and braking and after the car has started to run, test the operation of all braking systems including emergency brake push buttons. Troubleshoot, repair or replace malfunctioning parts during the brake operation test.

7.1.3. Major Checking Inspection (MCI) – Refer to Annex A

 Every 2 months

Page 155 of 289

 Scope: See hereunder.

The checking inspection consists of the thorough inspection of bogies, car bodies, brake and ATP operations.

7.1.3.1. Inspection of Bogies

(a) Carry out the same operations as in 7.1.2.1 Checking Inspection (CI).

(b) Traction motor:

 Check the length of brushes and correct contact with the commutator.

 Check the application force of the brushes on the commutator.

 Check the correct adjustment of the brushes holder.

 Check the surface quality of the commutator.

 Clean any pollution on these elements likely to help arcing.

 Keep a formal traceability and follow-up of the findings

(c) Lubrication of Bogies: Clean and lubricate the connection of car body with bogie, joints, groove of cardan shafts, disc brake mechanisms, leverage of brake valves, track brake pins, sander pints, arms and hose guides. Replace defective parts.

(d) Clean the breather/de-aerator, collector box plug and carbon of current collector. As regards to the current collector, check the pressure of carbon developed on collecting ring and discharge the remaining volume of oil released from the labyrinth seal. Replace defective parts.

(e) Check the condition of gearing/teeth and side tolerance of gears. At the same time, check tolerances of the pinion conical bearings. Replace defective parts.

(f) Add grease to axle bearings. Replace contaminated / solidified grease.

(g) Add specified plastic lubricating material to joint shafts. Replace lubricating materials if found contaminated and if condition of the lubricant has deteriorated.

Page 156 of 289

7.1.3.2. Inspection of Car Body

(a) Carry out the same operations as in 7.1.2.2 Checking Inspection (CI).

(b) Motor Fans: Check length of brushes, commutators and insulators.

(c) Check static converter. Repair or replace accessory parts with abnormal operation.

(d) Visually check capacitors and chokes.

(e) Lubricate lubricating points. Replace worn out parts on the lubrication point (grease fittings).

(h) Check the calibration of the pantograph.

(f) Check and adjust pantograph and lightning arrester and articulation upper section. Check carbon strips throughst, stranded cables, lead, insulators, lubricate rotating and sliding parts. Replace out of tolerance and worn out parts.

(g) Check condition and mounting of articulation gangway bellows. Repair or replace articulation gangway bellows / mountings with abnormalities / defects.

(h) Check all doors and door mechanisms. Check cover of door mechanism box, clean covers, check condition and mounting of upper and lower bearings of door leaves, check main and auxiliary arms, complete door mechanisms, adjust limit switches, check and adjust tightness of door leaves, adjust door mechanisms and grease the same. Replace defective parts.

(i) Check articulation section. Blocks in the center of articulation part shall be dismantled partly, clean the turntable surface, remove fallen items, vacuum clean dust. Check the condition of the articulation section, balancing device, terminal boards, cables, connectors. Lubricate sliding plate of turn-table. Replace defective parts. Reassemble Blocks.

(j) Check mounting of the car inside walls, ceiling, floor, holding bars/stanchions, seats and other inside outfitting. Replace defective parts.

(k) Dismantle covers under the controlling panel in the driver’s cab and clean dust and dirt from the spaces. Thoroughly clean dust and dirt on other driving cab areas.

Page 157 of 289

(l) Thoroughly inspect the driving cab, and repair/replace all defective equipments (Driver’s comfort and driving accessories).

(m) Thoroughly test all driving cab functions. Restore the full functionality of defaced/disturbed mechanisms or functions.

(n) Thoroughly inspect and restore appropriate functioning of the driver’s air conditioned installation.

(o) Lubricate friction points of driver’s seat and locking mechanism by oil. Lubricate holes in connecting pipes by oil. Fully restore the driver’s seat functions and characteristics.

(p) Public address and communication system –maintain according to manufacturer’s manual and § 8.2.8 Communications. Replace malfunctioning equipment.

7.1.3.3. Thorough Inspection of Brake and ATP Operation

(a) Carry out the same operations as in 7.1.2.3 Checking Inspection (CI).

(b) Inspection of the ATP system on Board (including the antennas and tachometers as described in the signaling system document). Repairs as per general conditions indicated in the Signalling Section, paragraph 8.2.7.

7.1.4. Scheduled Maintenance (SM) – Refer to Annex A

 Every 6 months

Checklist:

 Indication of “Comply” or “Not Comply” below

Statement of Item Specification Compliance The succession of SM would in this case be as follows: 7.1.4.  1st SM (6 months): No systematic bogies Scheduled replacement and systematic repair of the Maintenance dismantled bogies. (SM)  2nd SM (1 year): Systematic replacement of bogies and repair of dismantled bogies,

Page 158 of 289

Statement of Item Specification Compliance as per current practices (which are the same as the ones as per constructor’s recommendations).

 3rd SM (1,5 years) / Same as 1st SM, No systematic bogies replacement and systematic repair of the dismantled bogies.

 After 2 years, carrying out of upper level, SR (Minor overhaul).

Scope: See hereunder The systematic replacement of all bogies, and repair of the dismantled bogies at a standstill, are proposed to be carried out only every other SM. On SMs number 1 and 3, the inspection is carried out with bogie in place. The content of inspection basically remains the same, only the operating mode is changed (inspection without dismantling the bogie from the body, which allows to get rid of the operations specifically linked to the removal/reinstallation of the bogies).

This operating mode allows reaching a global decrease of the maintenance workload through a more efficient distribution of the same tasks.

7.1.4.1. Scheduled Maintenance at 6 months and 18 months

7.1.4.1.1. Maintenance of Bogies

(a) Thorough inspection of the bogie as per MCI content.

(b) Traction motor

 Cleaning, measuring of insulation.

 Check the length of brushes and correct contact with the commutator.

 Check the application force of the brushes on the commutator.

 Check the correct adjustment of the brushes holder.

 Check the surface quality of the commutator.

Page 159 of 289

 Clean any pollution on these elements, likely to help arcing.

 Keep a formal traceability and follow-up of the findings.

(c) Inspect the hydraulic shock absorber. Replace defective shock absorber.

(d) Replace defective brake valve.

(e) Track brake – wear measuring, insulation state and measuring the coil. Repair / replace defective parts and / or track brake assembly.

(f) Check all sensors. Replace defective sensors.

(g) Check the ATP equipment. Replace defective ATP equipment.

(h) Check the condition of disc brake wear, brake pads and brake caliper, operation of brake mechanism and tolerance appearing in its guiding. Lubricate entire disc brake mechanism. Replace worn out and malfunctioning parts

(i) Thoroughly lubricate points provided with lubricating nipples. Replace worn out lubricating points part.

7.1.4.1.2. Maintenance of Car Body

(a) Thorough inspection of the car body as per MCI content.

(b) Examine the condition of car body and underframe.

(c) Inspect mounting of all boxes in the car, remove all covers, clean and blow out dust from all spaces. Check the seals and fast-closing clips and hinges, and lubricate the latter by oil as required. Replace worn out parts.

(d) Examine the condition of the entire transition gangway, check its mounting and sealing and repair / replace possible defects. Grease sliding areas of bellows. Examine electric connections in bellows. Repair / Replace loose electrical connections.

Page 160 of 289

(e) Clean the cooling air distribution duct leading to choppers, and replace filter cartridges.

(f) Check mounting of skirts and operation of unfolding skirts, and lubricate hinges by oil. Repair /replace damaged skirts and hinges.

(g) Check mounting of the battery box, hinges, clamps and inside painting. Repair and renew the box inside coating as required. Lubricate the pins of hinges, locks and wheels by oil or grease. Spray plastic strips with silicon oil. Replace damaged hinges, clamps and locks.

(h) Check mounting of side wall and ceiling and floor cover strips. Repair and replace damaged floor cover strips.

(i) Check mounting of bulkhead of the driver’s cab as well as its doors, desks, covers, panels and hinges and closures. Lubricate hinges, closures and bulkhead door lock. Replace damaged parts.

(j) Check and lubricate the hinge and closure of the hostler. Replace damaged hinge and closure of hostler.

(k) Check mounting and operation of the driver’s seat. Lubricate all locking devices and friction points of the lever and adjusting screw. Lubricate sliding surfaces of pedestal. Replace damaged parts.

(l) Check that the windows fit in the side wall apertures, condition the rubber seal as well as adjust window tightness. Check for water penetration in windows and renew or repair binding. Clean discharge grooves in window frames. Replace worn out rubber seal.

(m) Check that all screws of doors are tightened and retighten as required. Lubricate sealing of doors and portal and driving mechanism guide. Check function, synchronization and tightening of doors. Replace worn out screws and driving mechanism parts.

(n) Check benches, their mounting and mounting of bench frames onto the side wall and floor. Tighten loosened screws. Replace defective parts.

Page 161 of 289

(o) Check mounting of stanchions, railings, cover, hinges, etc. Replace defective parts.

(p) Make overall examination of the front blind screen (information board) and sunshade. Lubricate door hinges. Replace defective front blind screen and sunshade.

(q) Check mounting of the battery isolator housing, its cover as well as its closure operation. Lubricate the hinges and closure. Replace defective parts.

(r) Check windshield wipers, their operation and mounting. Replace worn out collecting strips and malfunctioning windshield wiper assembly.

(s) Check the entire mechanism of windshield washer and operation thereof. Clean jet holes, rinse reservoir and refill the liquid. Replace malfunctioning parts.

(t) Check mounting of all lighting fixtures and operation of lights. Adjust headlamps. Replace defective lights, lighting fixtures and accessory parts.

(u) Inspect rubber springs of coupler drawbar and lubricant filling of adjustable screw bed. Lubricate the springing member with graphite grease. Replace worn out parts and / or coupler assembly.

(v) Check pantograph and lightning arrester, mounting of carbon strip, head, check electric and mechanic propulsion, electric connecting and insulators. Measure state of insulation and throughst curves. Replace defective parts.

(w) Maintenance of air conditioning units-are to be done according to the manufacturer’s manual. Replace defective parts.

(x) Check brake resistors, electric connection, insulators and sensors. Replace defective parts.

(y) Motor fans – clean, measure insulation, axle run- out of commutator, carbon brushes length, insulators condition, check fans. Replace worn out parts and / or motor fan assembly.

Page 162 of 289

(z) Public address and communication system – maintain according to manufacturer’s manual and § 8.2.8 Communications. Replace malfunctioning equipment.

(aa) Lighting – check and replace busted tubes and faulty bases.

(bb) Examine function and state of push buttons, public address and communication systems, hand controller, driver’s panel, hostler panel, devices in distributors, chopper regulators, condensers and coils. Replace malfunctioning equipment and its components.

(cc) Check function and state of disconnecting switches (low and high voltage). Replace defective disconnecting switches.

(dd) Check and adjust electrical / electronic parameters of choppers. Replace defective components.

(ee) Check and adjust static converters. Replace defective components.

(ff) Check and adjust electrical / electronic parameters of all devices inside boxes. Replace defective components.

(gg) Check terminal boxes. Replace deteriorated boxes.

(hh) Check contacts and inlet cables of couplers if functioning. Replace defective contacts and inlet cables of couplers.

(ii) Check state of cabling and sealing of bushings. Seal the bushing properly.

(jj) Replace defective chopper fans.

(kk) Check the electrolyte level of batteries. Check voltage and current ratings. Replace defective batteries.

(ll) Check the bell commutator and carbon brushes. Replace defective bell.

(mm) Measure insulation of low and high voltage circuits. Replace deteriorated insulation.

Page 163 of 289

7.1.4.2. Scheduled Maintenance at 12 months

7.1.4.2.1. Maintenance of Bogies

(a) Change bogies without disconnecting car sections. Dismantle the suspension shock absorbers and bolster conducting, disconnect all electric cables, lift the car body, check the bolster and replace traction bogies by newly/repaired traction bogies without bolster. Reassemble bogies with car body.

(b) Maintain dismantled bogies. After dismantling the bogie (prior to washing), check the insulating condition of electric equipment, replace the deteriorated insulation and then carefully wash and clean the bogie.

(c) Dismantle the wheelset with suspended wheels as required and according to its wear, and gearbox, shafts, bolster suspension, disc and track brakes, mudguards. Make defectoscopic inspection of the axle and decide on its possible further use, depending on the condition of pins for pressing on suspended wheels. When reassembling, carefully adjust the matching and tolerance of gears as per SR.

(d) Inspect bogie frame for cracks or other damage as well as half-frame articulated connection. Repair / Replace the damaged bogie frame parts.

(e) As regards wheelset, check the condition of swinging arms and locking of bearing box covers, suspended wheels and gearbox. Check axle bearings while rotating the axle. Replace worn out and defective parts.

(f) Check suspended wheel and its parts. Examine the wheel profile shape, its wear and diameters of contracting circles in view of maximum allowed wear of wheels. Depending on wear, renew its profile or replace wheel with tyre.

(g) After discharging oil, dismantle the pinion with its mounting base. Inspect the condition of pinion and plate wheel gearing, seal and pinion bearings. Adjust tolerance of gears and bearings after reassembling the gearbox. Check the condition of current collector and collecting ring. Replace worn-out parts.

(h) Replace worn out cardan shafts.

Page 164 of 289

(i) Inspect the bolster suspension, conducting and stops and hydraulic shock absorbers. Replace worn out bolster suspension and defective shock absorbers.

(j) Replace defective brake valve.

(k) Traction motor – cleaning, measuring of insulation, axle run-out of commutators, carbon brushes length, insulators condition. Replace worn out and defective parts and / or traction motor assembly.

 Check the length of brushes and correct contact with the commutator.

 Check the application force of the brushes on the commutator.

 Check the correct adjustment of the brushes holder.

 Check the surface quality of the commutator.

 Clean any pollution on these elements, likely to help arcing.

 Keep a formal traceability and follow-up of the findings.

 Perform systematic check of the commutator’s geometric condition axle run-out and systematic reprofiling to restore the geometric condition as soon as the defaults exceed critical values

(l) Track brake – wear measuring, insulation state and measuring the coil. Repair / replace defective parts and / or track brake assembly.

(m) Check all sensors. Replace defective sensors.

(n) Check the ATP equipment. Replace defective ATP equipment.

(o) Check the condition of disc brake wear, brake pads and brake caliper, operation of brake mechanism and tolerance appearing in its guiding. Lubricate entire disc brake. Replace worn out and malfunctioning parts and / or disc brake assembly.

(p) Inspect motor bellows, and add plastic lubricant in space between drawbar bushes. Replace worn out motor bellows.

Page 165 of 289

(q) Thoroughly lubricate points provided with lubricating nipples. Replace worn out lubricating points parts (grease fittings).

(r) Check other dismantled parts: mudguards, mountings, etc. Replace damaged / worn out parts.

(s) Thoroughly inspect all rubber parts. Replace worn out rubber parts.

(t) Clean / check the motor cooling ventilation system. Replace malfunctioning motor.

(u) Check and adjust the wheel alignment.

(v) Restore worn out bogie painting.

7.1.4.2.2. Maintenance of Car Body

(a) Thorough inspection of the bogie as per MCI content.

(b) Examine the condition of car body and underframe. Repair damaged car body and underframe section.

(c) Inspect mounting of all boxes in the car, remove all covers, clean and blow out dust from all spaces. Check the seals and fast-closing clips and hinges, and lubricate the latter by oil as required. Repair/replace worn out parts.

(d) Examine the condition of the entire transition gangway, check its mounting and sealing and repair / replace possible defects. Grease sliding areas of bellows. Examine electric connections in bellows. Repair / replace loose electrical connections.

(e) Clean the cooling air distribution duct leading to choppers, and replace filter cartridges.

(f) Check mounting of skirts and operation of unfolding skirts, and lubricate hinges by oil. Repair or replace damaged skirts and hinges.

(g) Check mounting of the battery box, hinges, clamps and inside painting. Repair and renew the box inside coating as required. Lubricate the pins of hinges, locks and wheels by oil or grease. Spray plastic strips with silicon oil. Repair/replace damaged hinges, clamps and locks.

Page 166 of 289

(h) Check mounting of side wall, ceiling and floor cover strips. Repair or replace damaged floor cover strips.

(i) Check mounting of bulkhead of the driver’s cab as well as its doors, desks, covers, panels and hinges and closures. Lubricate hinges, closures and bulkhead door lock. Repair/replace damaged parts.

(j) Check and lubricate the hinge and closure of the hostler. Replace damaged hinge and closure of hostler.

(k) Check mounting and operation of the driver’s seat. Lubricate all locking devices and friction points of the lever and adjusting screw. Lubricate sliding surfaces of pedestal. Repair/replace damaged parts.

(l) Check fitting of window in the side wall apertures, check condition of rubber seal as well as window tightness. Check for water penetration in windows and renew or repair binding. Clean discharge grooves in window frames. Replace worn out rubber seal.

(m) Check tightening of all screws of doors and retighten as required. Lubricate sealing of doors and portal and driving mechanism guide. Check function and synchronization and tightening of doors. Replace worn out screws and driving mechanism parts.

(n) Check benches, their mounting and mounting of bench frames onto the side wall and floor. Tighten loosened screws. Repair/replace defective parts.

(o) Check mounting of stanchions, railings, cover, hinges, etc. Repair/replace defective parts.

(p) Make overall examination of the front blind screen (information board) and sun shade. Lubricate door hinges. Repair/replace defective front blind screen and sun shade.

(q) Check mounting of the battery isolator housing and its cover and operation of closure. Lubricate the hinges and closure. Repair/replace defective parts.

(r) Check windshield wipers, their operation and mounting. Replace worn out collecting strips and repair/replace malfunctioning windshield wiper assembly.

Page 167 of 289

(s) Check the entire mechanism of windshield washer and operation thereof. Clean jet holes, rinse reservoir and refill the liquid. Replace malfunctioning parts.

(t) Check mounting of all lighting fixtures and operation of lights. Adjust headlamps. Replace defective lights, lighting fixtures and accessory parts.

(u) Inspect rubber springs of coupler drawbar and lubricant filling of adjustable screw bed. Lubricate the springing member by graphite grease. Replace worn out parts and / or repair/replace coupler assembly.

(v) Check pantograph and lightning arrester, mounting of carbon strip, head, check electric and mechanic propulsion, electric connecting and insulators. Measure state of insulation and through curves. Repair/replace defective parts.

(w) Maintenance of air conditioning units are to be done according to the manufacturer’s manual. Repair/replace defective parts.

(x) Check brake resistors, electric connection, insulators and sensors. Replace defective parts.

(y) Motors fans – clean, measure insulation, axle run-out of commutator, carbon brushes length, insulators condition, check fans. Replace worn out parts and / or motor fan assembly.

(z) Lighting – check and replace busted tubes and faulty bases.

(aa) Public address and communication system –maintain according to manufacturer’s manual and § 8.2.8 Communications. Replace malfunctioning equipment.

(bb) Examine function and state of push buttons, public address and communication systems, hand controller, driver’s panel, hostler panel, devices in distributors, chopper regulators, condensers and coils. Replace malfunctioning equipment and its components.

(cc) Check function and state of disconnecting switches (low and high voltage). Replace defective disconnecting switches.

(dd) Check and adjust electrical / electronic parameters of choppers. Replace defective components.

Page 168 of 289

(ee) Check and adjust static converter. Replace defective components.

(ff) Check and adjust electrical / electronic parameters of all devices inside boxes. Replace defective components.

(gg) Check terminal boxes. Replace deteriorated boxes.

(hh) Check contacts and inlet cables of couplers if functioning. Replace defective contacts and inlet cables of couplers.

(ii) Check state of cabling and sealing of bushings. Seal the bushing properly.

(jj) Replace defective chopper fans.

(kk) Check the electrolyte level of batteries. Check voltage and current ratings. Replace defective batteries.

(ll) Check the bell commutator and carbon brushes. Replace defective bell.

(mm) Measure insulation of low and high voltage circuits. Replace deteriorated insulation.

7.1.4.2.3. Trial Run after Scheduled Maintenance at 12 months

Perform a trial run with measuring instruments fitted on car.

(a) Check connecting contactors and by low voltage. Repair or replace defective connecting contactors and relay.

(b) Check current values for driving and braking and check their steadiness.

(c) Test the operation of all brakes as well as that of emergency brake push buttons. Replace defective components.

(d) Adjust slip/spin protection devices. Replace defective slip/spin protection devices.

(e) Follow up the operation of gearboxes on bogies, as well as their tightness and temperature. Replace defective parts and / or gearbox assembly.

Page 169 of 289

(f) Test the operation and adjustment of doors depending on interlocking of start up, controlling of points and pulling down of pantograph. Replace defective parts.

(g) Test the operation and adjust air conditioning units. Replace malfunctioning air conditioning units.

(h) Check and adjust public address and communication equipment.

(i) Make technical and safety (braking) tests; including ATP, results in a certificate recording the test results.

If the car is operated in multiple control (in a trainset), the trial run is to be performed accordingly.

7.1.5. Scheduled Repair (SR) – Refer to Annex A

 Scope :See hereunder

Checklist:

 Indication of “Comply” or “Not Comply” below

Statement of Item Specification Compliance 7.1.5 Every 2 years (For the duration of this Scheduled Contract, 2-Year SR shall be in accordance Repair (SR) to the previous Maintenance Schedule It consists of the thorough maintenance of bogies, car bodies and the trial run.

7.1.5.1. Minor Overhaul of Bogies

(a) Dismantle car into car sections, disconnect bogies from car sections and install accommodation bogies. After dismantling bogies, continue with the dismantling of the main components of the bogie. Depending on their condition and wear, further dismantle the different components into separate parts.

(b) Replace all unsatisfactory rubber parts of bogie.

(c) Carefully examine suspended wheels, gearbox and other parts. If the suspended wheels have to be replaced, the gearbox shall also be dismantled into parts, as well as axle bearings and spring bushes. If such dismantling is not necessary, the inspection shall be made within a scope of SM. Refill axle bearing with new plastic lubricant.

Page 170 of 289

(d) Carefully inspect all parts of the suspended wheel. Replace worn out parts.

(e) Inspect gearboxes within the scope of SM. Stress importance on the condition of gears and axle bearings. If necessary, dismantle and inspect the entire gearbox followed by detailed inspection of separate parts (gears, bearings, seals, etc.). If during the bogie inspection there is a need to replace suspended wheels, always dismantle the gearbox. When inspecting, cut off extended edges of gearings (teeth) with a light file. When reassembling, assemble the gearbox and adjust the proper matching and tolerance of gears and bearing tolerances. Perform sealing and connecting of contact surfaces of dividing planes. Replace all worn out parts during reassembly. Make defectoscopic inspection of the axle and decide on its possible further use, depending on the condition of pins for pressing on suspended wheels. When reassembling, carefully adjust the matching and tolerance of gears as per SR.

(f) Dismantle the joint shaft and replace worn complete cross joints. Perform dynamic balancing and lubricate the shaft. If found in bad condition, the shaft must be replaced with a new one.

(g) Replace worn steel sheets of bolster. Dismantle bolster suspension. Inspect steel springs and rubber parts.

(h) Replace oil volume and sealing rings of the hydraulic shock absorber.

(i) Dismantle and inspect the entire disc brake. When reassembling, clean all parts and lubricate. If required, turn and balance the disc brakes. Dismantle, inspect and repair / replace brake pads, brakes valves, emergency brake valves, emergency valves and brake calipers as necessary and as defined by the vehicle manufacturer.

(j) Dismantle the entire bellows of motor and inspect it. Replace the drawbar rubber spring as required. Fill the space between drawbar bushes with plastic lubricant.

(k) Replace unsatisfactory rubber plates of connection between the torsion brace and bogie frame.

(l) Inspect the conical bush, ring, bolster bush and felt cartridges of car bottom connection with bogie, within a scope of SM and replace as required.

(m) Check and adjust all sensors. Replace defective sensors.

Page 171 of 289

(n) Inspect, and if required, replace the bogie electric cabling.

(o) When reassembling the bogie, ensure maintaining of all the conditions as with new bogies. Replace all worn out and parts which are out of tolerance.

(p) Repair / Restore bogie painting.

(q) Replace brake valve. Dismantle, clean and repair the original (initial) brake valve if required. Change the housings, pins and coil.

(r) Replace traction motor – on the ground of diagnostics, dismantle, clean and repair the original (initial) traction motor if required. Turn and groove commutator, carry out dynamic balancing and change bearings, perform required electrical tests, etc.

(s) Replace track brake – on the ground of diagnostics, dismantle, clean and repair initial track brake. If required, change coil, repair hinges.

(t) Replace malfunctioning / defective sensors.

(u) Check / Replace malfunctioning / defective ATP equipment.

7.1.5.2. Maintenance of Car Body

(a) Inspect the overall condition of bottom and skirt. Clean dust and dirt from the cable duct (after removing covers) as well as air ducts. Check the cable outlets brought out from the cable duct and if required, seal them by elastic binder. Repair or renew the bottom coating.

(b) Inspect the condition of boxes mounted on the bottom. Repair or renew coatings.

(c) Check the condition of the battery box and repair or renew its interior and exterior coatings.

(d) Thoroughly check and wash the inside and outside of car body. Dismantle unfolding covers of the floor and check their mounting as well as cable duct. Replace damaged parts.

(e) Dismantle couplers, clean them and ascertain the condition of wear, inspect their adjustment and operation. Replace damaged and worn parts.

(f) Dismantle covers under the controlling panel in the driver’s cab and clean dust and dirt from the spaces. After cleaning and washing the driver’s cab, repair or renew coatings.

Page 172 of 289

(g) Thoroughly inspect the driving cab, and repair/replace all defective equipment (Driver’s comfort and driving accessories).

(h) Thoroughly test all driving cab functions. Restore the full functionality of defaced/disturbed mechanisms or functions.

(i) Thoroughly inspect and restore appropriate functioning of the driver’s air conditioned installation.

(j) Lubricate friction points of driver’s seat and locking mechanism by oil. Lubricate holes in connecting pipes by oil. Dismantle and inspect the driver’s seat. Fully restore the driver’s seat functions and characteristics, repair or renew painting and saddlery.

(k) Clean visible surfaces of the window frames and perform other operations as in case of SM.

(l) Dismantle and repair benches in the passenger compartment or renew frame painting.

(m) Dismantle the front screen (information board) and sun shade as required. Otherwise, perform operations as within a scope of SM. Replace defective front screen and sun shade.

(n) Dismantle isolator housing and repair or renew its coating.

(o) Clean all aluminum parts. Repair or renew the inside and outside car body coatings and renew the protective spray of hollow spaces in the car side wall.

(p) Inspect all assemblies and parts which have not been dismantled from car and repair / replace all damages, defects or deficiencies. Check the operation of all parts and lubricate all moving and operational parts.

(q) Change the pantograph, and on the ground of diagnostics, dismantle, clean and repair the initial one. If required, replace the worn out parts, bearings, electric propulsion, etc.

(r) Air conditioning – repair according to the manufacturer’s instruction. Replace defective air conditioning units.

(s) Clean and measure insulators. Replace damaged insulators.

(t) Dismantle and check the function of the lightning arrester. Replace damaged lightning arrester.

(u) Brake resistors – on the ground of diagnostics, carry out maintenance as in SM or dismantle and repair in shop.

Page 173 of 289

(v) Lighting – on the ground of diagnostics, carry out maintenance as in SM or dismantle and repair in shop.

(w) Controllers in passenger compartments – same as in SM.

(x) Public address and communication system – dismantle and maintain according to manufacturer’s manual and § 8.2.8 Communications. Replace malfunctioning equipment.

(y) Check and test antenna. Replace defective antenna.

(z) Hand controller – dismantle and repair in shop.

(aa) Distributor devices – dismantle and repair in shop.

(bb) Low and high voltage disconnector – dismantle and repair / replace in shop.

(cc) Chopper regulators – dismantle and repair in shop.

(dd) Doors – change the door mechanism, repair in shop. Replace all microswitches.

(ee) Condensers and coils – check state, mechanical and electrical connections. Replace damaged parts.

(ff) Contactor boxes, choppers and chopper fans, static converters, couplers, bells – Replace or repair in shop.

(gg) High voltage terminal boxes – disconnect, clean and reconnect. Replace damaged boxes.

(hh) Low voltage terminal boxes – disconnect, clean and reconnect. Replace damaged parts.

(ii) Cables – maintenance is the same as in SM.

(jj) Replace batteries and electrolyte and connect the two battery sections.

(kk) Measure insulation of low and high voltage circuits. Replace deteriorated insulation.

7.1.5.3. Trial Run

Perform the trial run with measuring instruments fitted on the car.

(a) Check schedule of connecting contactors and relays by low voltage. Repair or replace loose connecting contactors and relays.

(b) Adjust current values of driving and braking and check their steadiness. Replace malfunctioning components.

Page 174 of 289

(c) Test the operation of all brakes and emergency brake push buttons. Replace malfunctioning components.

(d) Adjust slip/spin protection devices. Replace defective slip / spin protection devices.

(e) Follow up the operation of gearboxes on bogies, as well as their tightness and temperature. Replace defective parts.

(f) Test the operation and adjustment of doors depending on interlocking of start up, controlling of points and pulling down of pantograph. Replace malfunctioning parts.

(g) Test the operation of traction motors and chopper cooling systems. Replace malfunctioning traction motors and chopper cooling system.

(h) Check and adjust public address and communication equipment. Replace malfunctioning equipment.

(i) Test the operation and adjustment of air conditioning units. Replace malfunctioning air conditioning units.

(j) Perform technical and safety (braking) tests, resulting in a certificate recording the testing results.

If the car is operated in multiple control (train set consisting of 3 to 4 cars), the trial run shall be performed accordingly.

7.1.6. Special Maintenance Performed in Different Time Frame

7.1.6.1. Clean cartridges of all filters after every 1,500 km.

The period may be adjusted to take into account dust volume and experience resulting from service to accord with results of operation.

7.1.6.2. Maintenance of a car after SM and SR

(a) After running the first 200 to 500 km, check and tighten the end nut of pinion, as required. Check the condition of gearing and check and adjust the lateral tolerances of gears and those of pinion conical bearings as required. Check the tightness of discharging and filling plugs and dividing planes.

Page 175 of 289

(b) At first CI, check and tighten as required all screws of bogie, especially in respect of a new gearbox and those gearboxes which have been dismantled during SM and SR

(c) Replace gearbox oil (1st replacement). In case of new gearboxes or those after general overhaul, check and as required, tighten the pinion end nut.

(d) Reprofiling of wheels – At each SM inspection, the wheel profile will be tested (gauge provided by vehicle manufacturer) and inspected for flat spots, thermo cracks, scalloping and wheel flange and thread wear. If required, machine wheels to specified profile using under-floor lathe, otherwise replace the wheel if it exceeds the minimum diameter tolerable limit.

(e) Traction Motor – Armature that reaches One Million kilometer-run (1,000,000km-run) should be rewinded regardless of insulation resistance reading. Commutator diameter below 172mm (minimum) should be replaced with a new one. Commutator diameter above minimum should undergo machining.

7.2. UNSCHEDULED MAINTENANCE

Faults which appear during service that may affect the safety or reliability of service are to be corrected, as required. These corrective activities are called Unscheduled Maintenance.

If a fault is in such a nature that the car may not continue operating safely, the Client’s authorized personnel with the Maintenance provider’s assistance shall decide on whether to remove the car from service. Circumstances which may require removal of a car from operation are:  events which either actually or potentially create danger to persons;  events which either actually or potentially create danger to continuous operation of any system or part of the System;  events which either actually or potentially create danger to the environment (EMC, stray currents, etc.);  risks or potential risks resulting from the Client’s putting such car into operation.  Events which notably degrade the passengers’ comfort Checklist:

 Indication of “Comply” or “Not Comply” below

Statement of Item Specification Compliance 7.2 Corrective repairs and component change outs Unscheduled involve the replacement of failed components or Maintenance change out of equipment. Activities include

Page 176 of 289

Statement of Item Specification Compliance troubleshooting, repair/replacement of failed equipment and the returning of equipment to service. In general, Unscheduled Maintenance will be performed on a unit exchange basis. Components requiring repair or a more thorough inspection than can be provided without removing the entire piece of equipment from service for an extended time will be replaced by a similar component from stores inventory that is known to be in working order. However, if the original component is not available anymore from the manufacturer, a replacement component shall be acceptable provided that it meets the specified standards/specifications of the original manufacturers. The removed components will then be inspected, repaired and returned to stores inventory as availability of maintenance personnel permits.

Line replaceable units and depot replaceable units shall be listed and identified by the Contractor.

The data pertaining to unscheduled maintenance (statistics and analyses) shall be continuously monitored within the frame of the Experience Feedback Process as per §2.11. Corrective actions in order to solve the problems met by eradication of the root causes shall be defined and implemented as the result of the methodic enforcement of the experience feedback process.

Page 177 of 289

7.3. EMERGENCY REPAIRS

Checklist:

 Indication of “Comply” or “Not Comply” below

Statement of Item Specification Compliance All emergency disruptions, e. g. derailments, overhead wire disruptions and accidents of any type, shall be attended to immediately. In the event of a collision, accident or derailment, the Contractor shall:

 assist the Client in identifying the cause of the accident and recommend measures to prevent recurrence; 7.3  assess the feasibility of hauling the damaged Emergency Rail Vehicle to depot. Repairs  assist the Client in their intervention providing the technical means, as required;

After the derailing of a car and prior to its re- commissioning (except scheduled inspections), all bogies, wheels/axles, the articulation sections and drawbar transmission must be checked and measured and the values as measured must comply with those as specified.

Page 178 of 289

7.4. VEHICLE MAINTENANCE RECORDS

Checklist:

 Indication of “Comply” or “Not Comply” below

 Complete narrative of the proposed comprehensive solution and highlight how the proposed solution accomplishes the goals and requirements of DOTC-MRT-3

Statement of Item Specification Compliance The Contractor shall maintain the original manufacturing and existing maintenance records for each Rail Vehicle to include all records of Vehicle Scheduled and Unscheduled Maintenance, Maintenance including repetitive failures, Special Repairs and Records modifications. The records shall be capable of integration into the MMS and shall be available for inspection by the Client at all times.

Page 179 of 289

8. MAINTENANCE OF WAY

8.1. GENERAL

8.1.1. General Description

The Maintenance of the Permanent way shall be done according to the manuals whose list appears in the Appendixes to the present vol.2, Annex A, List of Existing Maintenance Manuals.

8.1.2. Limit of Area

Maintenance of Way concerns the maintenance of all facilities / equipment / systems outside of the Depot, within the right-of-way or fence line, and tracks ,buildings and facilities within the Depot , as well as facilities used by the Client in the Depot, as per the Appendixes to the present vol.2, table 1 “Scope of maintenance services”.

Areas at stations and along the route which are covered by the scope of Services are determined on the following principles:

 All highway work, pavements, curbs and sidewalks outside the fences and ground level of entrance stairs shall be outside the scope of Services.

 All pavements, road barriers, road signs, street lights, traffic signals, etc. below elevated structures, below elevated stations and around piers shall be outside the scope of Services.

 All station structures are included in the scope of works. Aside from technical rooms, operation spaces, elevators shafts and escalator staircases, station structure shall also include the whole Concourse Area, Elevated Walkways and all Stairs Access leading to the station. For stations with links to commercial areas, limits of coverage are determined by fences, barriers or walls. In some cases that no fences, walls or barriers are present, construction joints or clear portions of the station used for operation shall be the limit of coverage.

 All guideway structures including tunnels, fences, walls and barriers used for operation are included in the scope of works.

 Connections to potential commercial developments at stations are outside the scope of Services.

Fences, walls and barriers being out of scope, that are important for the safety and security, shall be identified and listed by the Contractor. The list shall be handed over to the Client for approval.

Page 180 of 289

8.2. SCHEDULED MAINTENANCE

8.2.1. Route Patrolling and General Route Inspections

(a) Inspection

Route patrolling and general route inspections consist of the following types:

 Daily Cab Rides: Designated personnel of the Contractor shall ride in cabs of the operating Rail Vehicles to observe the route and to experience the current ride condition. These cab ride inspections shall be carried out by the Contractor’s personnel to view the whole route in both directions at least once a day. They shall be supplemented as required if the Client reports bad running condition in any section of the line to ascertain the cause and action.

 Walking/Foot Patrols: This patrol covers a thorough inspection of the whole structure in order to detect minor or major faults that might cause problem to operation. These will occur daily for the whole route and will be carried out at daytime by a team of two, 1 patrolman and 1 lookout.

 Supervisor’s Patrol: A patrol by a supervisory person of the Contractor shall be carried out at least once a month for familiarization and to verify the patrolmen’s report.

 External Visual Inspection: A patrol carried out to view the System externally, including visual checks on items such as drainage, signage and general conditions, shall be made at least once every three months.

 Annual Inspections: A group inspection of the whole route by heads of departments to verify and prioritize work items for the coming year’s maintenance shall be made annually.

 Seasonal and Special Event Inspections: Special occurrences likely to have adversely affected the System, such as significant earthquakes or typhoons, will require the route to be inspected first from the track and secondly from the ground if necessary. Seasonal conditions may require checks on drainage, etc. prior to the onset of the season.

Standard reporting forms using standard system location and facility identities will be used to report defects or faults. These shall be followed by rectification measures given relevant priorities in the work program of the various departments concerned.

Page 181 of 289

(b) Workload and Material

These are regular cycles of work and materials used with items such as rail clips and point lubrication on turnouts.

(c) Tools and Equipment

Tools and equipment shall include the patrolman’s and lookout’s kits for track cross-level gauge, hand tools and safety warning flags, etc. A radio handset is desirable.

Checklist:

 Indication of “Comply” or “Not Comply” below

 Route patrolling and general route inspections consist of the following types:

o Daily Cab Rides

o Walking/Foot Patrols

o Supervisor’s Patrol

o External Visual Inspection

o Annual Inspections

o Seasonal and Special Event Inspections

Statement of Item Specification Compliance Route patrolling and general route inspections provide the basic cross discipline safety inspection for the route as a whole. Patrolling ranges from general track area walking patrols on a daily cycle (backed by daily cab-ride visual inspections) to visual patrols every three months of all the facilities viewed from the track and Route outside. The intention is to observe any Patrolling and developing physical faults or deterioration as well General Route as any other trends such as external damage, areas Inspections of vandalism, regular trespass or theft and generally anything that affects the safety and upkeep of the System as a whole, such as visible track defects and loose fastenings, missing cable trough covers, broken parapet railings or fences, refuse, etc. Route patrolling and general route inspections should not require specialized equipment beyond hand tools and track cross-level gauges.

Page 182 of 289

8.1.1. Guideway Structures

Checklist:

 Indication of “Comply” or “Not Comply” below

Statement of Item Specification Compliance The Contractor shall perform regular inspections, maintenance and repairs of all guideway structures. A detailed structure inspection shall be performed at least once a year. For the Guideway detailed maintenance of guideway structures,

Structures please refer to the Appendixes to the present vol.2, Table 2: Maintenance of Way detailed maintenance program The main inspections will require hydraulic access platforms in some cases.

(a) Inspection

Main structures such as the elevated sections of the route and other special features such as tunnel sections shall be the subject of periodic (minimum yearly) structural inspections. These inspections shall be designed and performed according to general practices according to the structure types, materials (steel or concrete), foundations and any conditions required by components such as bearings and expansion joints. In addition to the designated structural inspections, the general condition of the structure as viewed from the track shall be included in the item list of all route patrols that are carried out on a frequent basis.

All structures shall be catalogued and numbered in a register of structures that records the conditions, inspection requirements, results and any corrective actions performed.

(b) Workload and Material

The workload is cyclical for the inspections and will also include, more than the maintenance of the basic items composing the guideway, such common items for repair such as:

 Fencing-damage repair including posts, wire, chainlink mesh, etc.

 Railing and parapet railings – repair including spare sections of railings, etc.

Page 183 of 289

 Protective re-painting of steel items (including railings and signal posts, etc.)

 Expansion/Contraction joints – repair includes structural cracks and water seepage.

The re-painting works for all metallic parts already painted, and the ones not currently painted but needing protection from corrosion, shall be performed within the period covered by the present contract, in a way ensuring an efficient and long-lasting protection against corrosion.

(c) Tools and Equipment

The main inspections will require hydraulic access platforms in some cases.

8.1.2. Stations and Depot Buildings

Reference is made to the Contractor’s Scope of Maintenance Service in the Appendixes to the present vol.2, Table 1 specifically, but not limited to, Articles 1.2.2, 1.2.11, 1.2.12 and 2.1 through 2.6.

Also refer to the Appendixes to the present vol.2, Annex A for Maintenance of other Depot Equipment.

For the detailed maintenance of guideway structures, please refer to the Appendixes to the present vol.2, Table 2: Maintenance of Way detailed maintenance program

(a) Inspection

Inspections will involve the route patrolling and general route inspections. The inspections will be supplemented with fault reports made by the Client and the System users.

(b) Workload and Material

The maintenance plan for the buildings and premises located in the stations shall include the conclusions and recommendations resulting from the Security and Safety study, so as to constantly preserve the level of safety/security which will be generated or restored following this activity

Checklist:

 Indication of “Comply” or “Not Comply” below

Statement of Item Specification Compliance The Contractor shall be in charge of the Stations and Maintenance of all buildings as for the light Depot maintenance of all facilities and equipment Buildings (electrical network about lighting and receptacles,

Page 184 of 289

Statement of Item Specification Compliance water network including piping and plumbing, communication network, sanitation and comfort facilities: Pantries, staff rooms, rest areas, toilets, shower rooms, locker rooms, etc..), as well as the heavier maintenance about all industrial systems such as lighting of the railways premises, ventilation system, air con, etc….

Notably, the Contractor shall permanently keep the level of functionality and comfort of the comfort facilities at a high standard level. Following any report of anomaly on such installations, the time for intervention and repair shall not be above 3 hours.

Major lighting equipment requiring special access or special equipment or materials shall be listed separately and maintained by the Contractor. The ventilation/AC system shall also be maintained in nominal working condition.

Any works carried out by the Contractor shall be verified by the Contractor’s inspection.

The cleaning works (except technical cleaning, in the Contractor’s scope) in the stations shall be at the Client’s responsibility.

The re-painting works for existing painted surfaces shall be performed within the period covered by the present contract.

Additional works (such as painting of unpainted surfaces, addition of new systems or facilities not directly resulting from Maintenance needs upon request by the Client, etc…) shall be quoted and financed separately upon agreement between the Contractor and the Client.

(c) General Tools and Equipment

Tools and equipment will include the essentials of general building work light maintenance such as ladders, hand tools, etc…, as well as the related common spares. Scaffold platforms or similar equipment for access to high lighting and roofing will also be supplied by the Contractor.

Page 185 of 289

(d) Strategic RS Maintenance Depot Equipment

d.1 Generalities

The general rules, regulations, specifications and arrangements in force for the different domains (Safety, training, spare parts management, documents, workers’ qualification and certification, QA/QC, etc…) quoted in this Maintenance Specification shall also apply to the maintenance of strategic RS Maintenance equipment and tools within the depot.

In addition, in this specific field, the following arrangements shall be enforced. Should there be a discrepancy between the general arrangements and the particular arrangements as specified hereafter, the particular arrangements shall be applied.

d.2 Principles

Checklist:

 Indication of “Comply” or “Not Comply” below

Statement of Item Specification Compliance d.2 Priciples The strategic RS Maintenance equipment and tools within the depot shall be maintained in fully operational condition by the Contractor, in the conditions indicated hereafter, respecting the intervals and contents set in the corresponding Maintenance Manuals.

The entirety of existing tools and equipment used for carrying out this maintenance are also Strategic RS maintained by the Contractor, in the same Maintenance conditions. Depot Equipment, d.2.1 Preventive Maintenance d.2 Principles  The maintenance of these equipment and tools shall not generate major disruptions in the RS Maintenance process, which would result in anomalies in revenue service operations.

For this purpose, a Preventive Maintenance schedule shall be set up yearly and revised, as and when needed, taking into consideration the context changes.

This schedule shall plan the maintenance operations for these equipment and tools in

Page 186 of 289

Statement of Item Specification Compliance carefully chosen periods where they will not generate a major hindrance to the maintenance process, or shall set up alternative arrangements to nullify or minimize this hindrance.

This schedule shall also take into consideration the procurement of foreseeable parts to be replaced.

 The maintenance of these equipment and tools shall ensure their functioning producing results fully compliant with the maintenance requirements, within the framework of the labor laws in force in the Philippines.

Notably, the MDTE (Measurement, Diagnostic and Test equipment), or parts of the major equipment comprising measuring devices used for measurements/ tests/ diagnostic on operation safety related items, shall be regularly calibrated following the local and general rules and regulations in force .

A list of these equipment shall be set up and permanently kept updated.

The data related to each equipment calibration status and history shall be carefully archived. A specific procedure shall be set up order to ensure that no equipment/tool/MDTE subject to calibration is used if its calibration date is overdue.

For some equipment (lifting/hoisting equipment and tackles, pressurized tanks, motorized handling devices such as forklifts, etc…) which might be submitted by law to formal safety inspections resulting in delivery of an operating authorization, the Contractor shall secure the corresponding organizations and processes.

d.2.2 Corrective Maintenance

The occurrence of breakdowns or malfunctioning shall be dealt with optimal

Page 187 of 289

Statement of Item Specification Compliance reactivity by the Facilities Maintenance team, so as to minimize at most the impact on trainsets operation.

For this purpose, the Contractor shall set up an adapted organization for the troubleshooting team.

d.2.3 Maintenance Records

The maintenance of any type carried out on each of these equipment shall be carefully recorded on the concerned equipment’s specific maintenance log.

d.3 Maintenance Content

The maintenance of the concerned equipment shall be done according to the manufacturer’s O&M manuals, as follows:

Description Reference No. 1. OH Crane 10T - LRT/M/230/20000 2. Untrasonic Axle Test - LRT/M/230/20001 3. High Pressure Hot Water Cleaners - LRT/M/230/20002 4. Jib crane - LRT/M/230/20003 5. Bogie Repair Hoist - LRT/M/230/20004 6. Bogie Turn Table - LRT/M/230/20005 7. Car Hoist and Body Stands - LRT/M/230/20007 8. Scissors Lift Table - LRT/M/230/20008 9. Mobile Jacks - LRT/M/230/20009 10. Car stands - LRT/M/230/20010 11. Hydraulic Access Tower - LRT/M/230/20011 12. Hydraulic Press - LRT/M/230/20013 13. Parts Washer - LRT/M/230/20015 14. Pedestal Grinder - LRT/M/230/20016 15. Universal Milling machine - LRT/M/230/20018 16. Pillar Drilling Machine - LRT/M/230/20019 17. MMA Welding Equipment - LRT/M/230/20021 18. Circular Saw - LRT/M/230/20023 19. Mobile Fume Extractor - LRT/M/230/20024 20. ACU Recovery Unit - LRT/M/230/20025 21. ACU Charger Unit - LRT/M/230/20026 22. Battery Charger Fixed - LRT/M/230/20027 23. Oil Collector - LRT/M/230/20042 24. Carousel - LRT/M/230/20043 25. Waste Oil System - LRT/M/230/20047

Page 188 of 289

Description Reference No. 26. Underfloor Wheel lathe - LRT/M/230/20048 27. Car Progression - LRT/M/230/20049 28. Re-railing Equipment - LRT/M/230/20050 29. Undercar Blowdown - LRT/M/230/20056 30. Tyre Removal/Replacement - LRT/M/230/20059 31. Pantograph Test Stand - LRT/M/230/20060

The equipment and tools not listed above shall be maintained according to the local and general rules, regulations and arrangements in force related to maintenance of machines in the electronic, electrical, mechanical, hydraulic, pneumatic, computers fields, according to the best professional practices.

8.1.3. Tracks

The Contractor shall inspect, maintain, adjust, repair or replace defective, excessively worn-out or broken switch rails/running rails, cross ties, special track work components, ballast, direct fixation fasteners, and other track materials, related hardware and support equipment using special track maintenance tools and equipment.

The Contractor shall also inspect and adjust the smoothness of the alignment and levels of the track geometry in accordance with approved specifications/standards.

The Contractor shall be responsible for the installation/replacement of new steel rails and new track accessories provided by the Client. All equipment and machines needed to install new steel rails and new track accessories are to be provided by the Contractor.

For the detailed maintenance of tracks, please refer to the Appendixes to the present vol.2, Table 2: Maintenance of Way detailed maintenance program.

Checklist:

 Indication of “Comply” or “Not Comply” below

Statement of Item Specification Compliance

(a) Inspection

In addition to the patrols described above, there shall be inspections for: Tracks  Ride quality by checking & correction of track geometry alignment and smoothness;

 Turnouts (which may be combined with

Page 189 of 289

Statement of Item Specification Compliance regular oiling/greasing and cleaning of parts);

 Ultrasonic testing of rail joints and turnout rail components. These tests shall be based on an annual test.

 Checks and tests for stray currents

(b) Effectiveness Demonstration

After the Contractor has conducted any form of critical technical maintenance, particularly with interfaces affecting other equipment/systems, they must demonstrate to the Client that relevant testing has been carried out successfully and that all systems are working normally.

(c) Workload and Material

The workload shall consist of:

 General protection of the route and works. The track section is usually responsible for providing protection to the route “on the ground” for events such as temporary speed restrictions, etc. This will require such things as speed warning boards, temporary magnets for signals if used, etc.

 Ensure track circuit contact. Rail heads of over-run tracks and other rarely used tracks that also have track circuiting must be cleaned occasionally to ensure track circuit contact with the light wheel load Rail Vehicles. Combine with the signaling section on ensuring testing of track circuit contacts.

 Weed killing shall be required at least annually, depending on local seasonal characteristics.

 Lining and leveling of main line and turnouts in ballasted tracks shall be required annually on the main line and every two years in the depot.

 Measurement of track geometry by hand record or equipment recording shall be required at

Page 190 of 289

Statement of Item Specification Compliance least annually.

 Check, repair or replace welds as needed.

 Turnout oiling/greasing and cleaning shall be performed daily or weekly depending on the degree of wear.

 Turnout grinding may be required annually on turnouts with surface hardening and excessive wear. Surface repairs by welding shall be required for damage to be ground out.

 Concrete tie replacement as needed.

 Wooden tie or switch tie replacement as needed.

 Worn out tangent and curved rails replacement as needed.

 Turnout switch replacement as needed.

 Turnout crossing replacement as needed.

 The diamond crossings at the wye for the yard leads may require grinding or adjustment and possible replacement as needed.

 Ballast tamping or replacement as needed.

 Remove rail track shelling and stamping defects using rail grinding machine with a minimum of eight-stone at least once-a-year.

 Annual track geometry report shall be submitted to the DOTC-MRT-3 for evaluation.

(d) Tools and Equipment

In addition to a corrugation grinder and switch grinder for track maintenance, the main tools and equipment for maintenance are as follows;

d.1 Measuring Equipment

 Ultrasonic testers for rails

Page 191 of 289

Statement of Item Specification Compliance  Track geometry measuring trolley

d.2 Hand Tools

 Safe rail lifters for stressing and pad changing

 Rail jacks

 Slewing jacks

 Turfors or winches for retarding bufferstops

 Hand trolleys

 Track gauge and level

d.3 Equipment

 Roller rail benders

 Hydraulic rail tensors

 Ballast hopper car

 Rail flat wagon or bogies

 Rail lifting beams

 Floodlight sets and generator

 Alumino-thermic welding kits

 Automated liner only

 Air Compressor

 Ballast tamper

 Frog and switch grinding machine

 Rail changers

The MDTE (Measurement, Diagnostic and Test equipment), or parts of the major equipment comprising measuring devices used for measurements/tests/diagnostic on operation safety related items, shall be regularly calibrated following the local and general rules and regulations in force .

Page 192 of 289

8.1.4. Traction Power Substations

Checklist:

 Indication of “Comply” or “Not Comply” below

Statement of Item Specification Compliance

The Contractor shall inspect, maintain and repair or replace parts as necessary on substation equipment for substations located on the main line and at the depot.

The Maintenance of the traction power installations shall be done according to the manuals whose list appears in the Appendixes to the present vol.2, Annex A, List of Existing Maintenance Manuals.

(a) Inspection

Main equipment such as transformers and shall be the subject of periodic inspections. Inspections of the main equipment are as follows:

Traction  Monthly visual inspections of all substation Power equipment and semi-annualy analysis of SubStations transformer oil and 3 monthly battery discharge tests.

 Include UPS function checks.

 Transformers and Rectifiers: Visual inspections, noise, vibration, cracks, damage, measurement of coil temperature, earth resistance and insulating resistance, etc. shall be performed.

 Ni-Cd Battery and Charger

 Visual inspections of lamp, relay, level check of battery jar, tightening of screws and bolts, etc. shall be performed.

 Switchboard:Visual inspections of damage, lamp, relay, cable and switch components, tightening of screws and bolts, etc. shall be

Page 193 of 289

Statement of Item Specification Compliance performed.

 SCADA System4

(b) Workload and Material

The workload shall consist of:

 Cleaning of equipment;

 Function tests;

 Overhaul of equipment;

 Replacement of substation equipment when necessary.

Some wiring for repairs will be necessary as materials for maintenance.

(c) Tools and Equipment

Main tools and equipment for maintenance are as follows:

 Memory recorder

 WH meter

 Digital counter

 Illumination level meter

 AC and DC clamp ammeter

 Noise level meter

 Multi-meter

 Frequency Display

 Frequency meter

 Power factor meter

4 Additional maintenance to be included upon implementation of the CAPEX Project

Page 194 of 289

Statement of Item Specification Compliance  Working lamp

 RY tester

 Portable Generator

 Phase Sequence Detector for L.V.

 Portable Tester

 Megger

The MDTE (Measurement, Diagnostic and Test equipment) needing calibration shall be regularly calibrated following the local and general rules and regulations in force.

8.1.5. Overhead Contact System

Checklist:

 Indication of “Comply” or “Not Comply” below

Statement of Item Specification Compliance

Contractor shall inspect, maintain and repair or replace parts as necessary for contact wires, Overhead hangers, poles and related hardware. Catenary/

Contact System The Maintenance of the OCS shall be done according to the manuals whose list appears in the Appendixes to the present vol.2, Annex A, List of Existing Maintenance Manuals.

(a) Inspection

The OCS wiring installation shall be inspected daily. The following inspections of the OCS shall also be performed:

a.1 OCS Wire

 Installation check (Daily)

 Height measurement (Quarterly)

 Stagger measurement (Quarterly)

Page 195 of 289

 Hard point (Quarterly)

 Trolley wear measurement (Quarterly)

 Dropper wire connection / cable check (Annually)

 Feeder / Messenger Cable check (Annually)

 Replacement of OCS wire (As needed) a.2 OCS Pole

 Inspection of OCS poles for wear, cracks, insulation tests, etc. (Annually) a.3 OCS Auxiliary Equipment

 Installation check (Monthly)

 Replacement (As needed) a.4 Tensioning Devices

 Installation / Condition check (Annually)

 Adjust, when necessary a.5 Section Insulators

 Connection and crack check (Annually)

 Resistance test and cleaning (Annually)

 Replacement of section insulators (As needed) a.6 Plaque

 Installation check (Annually) a.7 Insulators

 Measurement of resistance (Annually)

 Cleaning (Annually)

 Crack and corrosion check (Annually)

 Connection check (Annually)

 Replacement of Insulators (As Needed)

Page 196 of 289

a.8 Cantilevers

 Installation and connection check (Annually)

 Corrosion check (Annually)

 Cleaning (Annually)

 Replacement of cantilevers (As Needed)

8.1.6. Signaling

The Maintenance of the signaling system shall be done according to the manuals whose list appears in the Appendixes to the present vol.2, Annex A, List of Existing Maintenance Manuals.

A maximum repair time for components, following failure, will be agreed between the Contractor and the subcontractor, in the order of 6 weeks (sending of the defective component to the signaling company, reception of the repaired component). This repair time will also allow dimensioning the necessary spare parts stock.

Checklist:

 Indication of “Comply” or “Not Comply” below

Statement of Item Specification Compliance

Inspect, maintain and repair or replace as necessary, all related components of the signal system and sub-systems.

(a) Preventive Maintenance

a.1 Monthly inspection to be performed for cleaning, checking and lubrication of the electrically operated machines used frequently. The locals control system as described in “Signalling system”.

Signaling a.2 Equipment Room

 Interlocking Computer (Quarterly)

 CCS, LCS, OC, Concentrators and Track Circuit Cabinets (Quarterly)

 Modem, Terminals, Console and Printers (Monthly)

 Replacement of signaling components and

Page 197 of 289

Statement of Item Specification Compliance equipment (As Needed)

a.3 Wayside Equipment

a.3.1 Track Circuits (Quarterly)

 Replacement of Track circuits (As Needed)

a.3.2 Electrically Operated Machines

 Cleaning, checking and lubrication (Quarterly)

 Measurement and calibration checking (Monthly)

 Replacement of these Machines’ components / equipment (As Needed)

a.3.3 Manually Operated Print Machines

 Locally operated box and hand crank, signal lights and post (Quarterly)

 Replacement of these Machines’ components / equipment (As Needed)

 Insulated Rail Joints

 Visual Inspection (Daily)

 Cleaning (Quarterly)

 Electrical Test (Annual)

 Replacement of Insulated rail joints (As Needed)

a.3.4 ATP Balise (Semi-annually)

 Replacement of ATP Balise component / equipment (As Needed)

a.3.5 Cable Test, Testing / Checking of Special tools (Monthly)

 Replacement of cables and special tools (As Needed)

Page 198 of 289

(b) Corrective Maintenance

The corrective maintenance strategy for the signaling system is to change the standard equipment and have it repaired through subcontracting.

(c) Evolutionary Maintenance

The evolutionary maintenance concerns the modifications of the Signaling system functionalities. It concerns principally the improvements (reliability, availability, functionalities, etc) but also the obsolescence of the components and equipments. This obsolescence is crucial because it can be difficult to know beforehand and as such, can generate difficulties with the interfaces if there is a change of the sub-system. The Contractor shall revise the list of the spare parts to have the quantity necessary for many years.

(d) Tools

The Contractor obtains, maintains and controls all the special tools necessary to maintain every element of the System. The Contractor ensures that tools are monthly inspected, tested, and calibrated as described in “maintenance specification”.

8.1.7. Communications

Checklist:

 Indication of “Comply” or “Not Comply” below

 Complete narrative of the proposed comprehensive solution and highlight how the proposed solution accomplishes the goals and requirements of DOTC-MRT-3

Statement of Item Specification Compliance Inspect, maintain and repair or replace as necessary the components of PABX/ telephones, public address systems, CCTV, radio system including train-borne and all related communications systems.

Communications The maintenance plan for the communications systems shall include the conclusions and recommendations resulting from the Security and Safety study, so as to constantly preserve the level of safety/security which will be generated or restored following this activity.

Page 199 of 289

The Maintenance of the communications system shall be done according to the manuals whose list appears in the Annex A, List of Existing Maintenance Manuals.

(a) PABX/Telephone System a.1. PABX / Telephone System

 Cleaning of computers, boards (Semi-Annually)

 Visual inspection of telephone equipment and functional checking (Monthly)

 Visual inspection of operator console (Semi- Annually)

 Replacement of PABX/ Telephone equipment / components (As Needed)

(b) Public Address System including Train-borne PA system b.1. Cleaning / Visual inspection of cabinets, consoles, players and functional checking (Monthly)

 Replacement of Public Address System / components (As Needed)

b.2. Speakers

 Visual inspection (Quarterly)  Cleaning (Semi-Annually)  Replacement (As Needed)

b.3 Train-borne PA system

 Inspection and functional check (daily upon vehicle inspection prior to train departure at Depot, and every Trial Run and Major Train Overhaul)  Inspection, cleaning and functional check (Quarterly)  Replacement of defective units/components (as needed)

(c) Closed Circuit Television System (CCTV) c.1 Cameras, Monitors, Switcher and Demodulators/Consoles

 Inspection, cleaning and functional checking (monthly and quarterly)  Replacement of defective units/components (as needed)

(d) Radio System (Base Radio and Train-borne Radio) d.1 Base Radio and Console

Page 200 of 289

 Inspection, cleaning and functional checking (Quarterly)  Replacement of defective units/components (as needed)

d.2 Bi-directional Amplifier and Antenna

 Inspection and cleaning (annually)

d.3 Train-borne Radio

 Inspection and functional check (daily upon vehicle inspection prior to train departure at Depot, and every Trial Run and Major Train Overhaul)  Inspection, cleaning and functional check (Quarterly)  Replacement of defective units/components (as needed)

d.4 Mobile Radio (Locomotives other than Trains)

 Inspection and functional check (upon vehicle inspection prior to departure at Depot)  Cleaning, inspection and functional check (quarterly)  Replacement of defective units/components (as needed)

d.5 Handheld Radios

 Cleaning of units and functional check (quarterly)  Replacement of defective components (as needed)

(e) Other Telecommunications/Electronics Equipment

 Multi-Recorder –Functional check (semi-monthly)  Telecom Cablings -Cleaning of MDF, checking of cables (semi-annually)

8.1.8. Automatic Fare Collection System

The scope of work for the contractor is limited to the Maintenance of the existing magnetic based AFC system, as per the requirements here under. The Maintenance of the new contactless system being considered to be implemented on the whole Manila urban network (LRT, MRT) is excluded from the scope covered by the present contract, being the object of a separate project.

Page 201 of 289

As for the actual scope, reference is made to the Contractor’s Scope of Maintenance Service in the Appendixes to the present vol.2, Table 1

The system is composed of the Central Computer System (CCS) with printer, router and hub; Encoder/Sorter; Automatic Gates; Analyzer/Dispenser; Ticket Issuing Machine (TIM); and Station Computer System (SCS) with printer, router and hub.

The AFC system has been in service for approximately ten years. The environment (climate and pollution) accelerates aging of the system especially in the stations. If the number of failures does not decrease, the preventive maintenance shall have to be strengthened (through the MPS).

Checklist:

 Indication of “Comply” or “Not Comply” below

Statement of Item Specification Compliance

Inspection, maintenance and repair or replacement of station equipment and related fare collection equipment must be accomplished, as provided in the approved Automatic Fare Manual. Collection System The Maintenance of the AFC system shall be done according to the manuals whose list appears in Annex A, List of Existing Maintenance Manuals.

(a) Maintenance

a.1 AFC Equipment.

a.1.1 Central Computer System (CCS) - is composed of servers, computers, printers, routers and hubs. Maintenance shall be as follows:

 Preventive maintenance of servers and computers shall be done quarterly.

 Servers have to be restarted quarterly.

 Computers, routers and hubs have to be restarted monthly.

 Printers need to be cleaned quarterly.

Page 202 of 289

 Replace outdated parts, as necessary a.1.2 Encoder/Sorter (E/S) Machine - The Encoder/Sorter has two sensitive elements, the magnetic heads and the belts.

 The magnetic heads need to be cleaned daily.

 The belts have to be checked (tension and aspect) monthly, and replaced annually. Preventive maintenance of the computer has to be done quarterly.

 Replace outdated parts, as necessary a.1.3 Ticketing Issuing Machines must be checked weekly.

 Cleaning of minor / major parts (Weekly, Quarterly and Annual Overhauling).

 Magnetic heads have to be cleaned daily.

 The belts have to be checked (tension and aspect) monthly and replaced annually or before, if they appear fragile (dry, crackles, etc.).

 The interior of the TIMs have to be cleaned monthly with a vacuum to remove the dust.

 Replace outdated parts, as necessary a.1.4 Automatic Gates - have two sensitive elements, the magnetic heads and the belts.

 The magnetic heads have to be cleaned twice/daily.

 The belts have to be checked (tension and aspect) monthly and replaced annually or before, if they appear fragile (dry, crackles, etc.).

 The insides of the gates have to be cleaned monthly with a vacuum to remove the dust.

Page 203 of 289

a.1.5 Station Computer Systems are composed of computers, printers, routers and hubs.

 Preventive maintenance of the computers has to be done quarterly.

 The computers, routers and hubs have to be restarted monthly.

 The printers have to be cleaned monthly.

a.1.6 Analyzer/Dispenser - has two sensitive elements, the magnetic heads and the belts.

 The magnetic heads have to be cleaned twice/daily.

 The belts have to be checked (tension and aspect) monthly and replaced annually or before, if they appear fragile (dry, crackles, etc.).

 The insides of the Analyzer/Dispenser have to be cleaned monthly with a vacuum to remove the dust.

 Replace outdated parts, as necessary.

8.1.9. Surveillance Systems

Checklist:

 Indication of “Comply” or “Not Comply” below

 Complete narrative of the proposed comprehensive solution and highlight how the proposed solution accomplishes the goals and requirements of DOTC-MRT-3

 The maintenance plan for the surveillance systems shall include the conclusions and recommendations resulting from the Security and Safety study, so as to constantly preserve the level of safety/security which will be generated or restored following this activity.

Statement of Item Specification Compliance Surveilla nce Inspect, maintain and repair or replace the System closed circuit equipment / monitors as

Page 204 of 289

Statement of Item Specification Compliance necessary, following the approved Manual.

The Maintenance of the surveillance system shall be done according to the manuals whose list appears in Annex A, List of Existing Maintenance Manuals.

(a) Maintenance

a.1 CCTV Monitoring System

 Cleaning / Visual inspection of monitors, switcher, camera (Quarterly)

 Replacement (As Needed)

a.2 Multi-Recorder System

 Visual inspection (Monthly)

 Cleaning (Quarterly)

 Replacement (As Needed)

8.1.10. Escalators/Elevators

Checklist:

 Indication of “Comply” or “Not Comply” below

Statement of Item Specification Compliance

Inspect, maintain and repair all station and depot elevators and all station escalators (indoor and outdoor types) as provided in the approved Manual. Escalators/

Elevators The Maintenance of the station and depot elevators and station escalators shall be done according to the manuals whose list appears in the Appendixes to the present vol.2, Annex A, List of Existing Maintenance Manuals

Page 205 of 289

(a) Maintenance

a.1 Escalators

 Cleaning of minor / major parts (Bi-Monthly)

 Replacement (As Needed)

a.2 Elevators

 Cleaning of minor / major parts (Bi-Monthly)

 Replacement (As Needed)

Following any report of anomaly on such installations, the time for intervention and repair shall not be above 3 hours.

8.1.11. Fire Protection System

Checklist:

 Indication of “Comply” or “Not Comply” below

 Complete narrative of the proposed comprehensive solution and highlight how the proposed solution accomplishes the goals and requirements of DOTC-MRT-3

 The maintenance plan for the fire protection system shall include the conclusions and recommendations resulting from the Safety and Security study, so as to constantly preserve the level of safety/security which will be generated or restored following this activity

Statement of Item Specification Compliance

Inspect, repair / recondition and maintain the Fire Fighting System, Smoke or Heat Detection Alarm System, Fire Alarm System, Fire Protection Fire Sprinkler System, Fire Hydrants, Fire

System Extinguishers, to include replacement and refilling, and other related fire fighting system, components and equipment in the Depot, stations and in the OCC Building.

(a) Maintenance

a.1 Fire Protection Equipment (in accordance with NFPA standards)

Page 206 of 289

a.1.1 Sprinkler System / Smoke Detectors

 Inspection / Cleaning (Semi-Annually)

 Replacement of components / devices (As Needed)

a.1.2 Fire Alarm Control Panel

 Inspection / Cleaning (Quarterly)

 Replacement of components / devices (As Needed)

a.1.3 CO2 Flooding System

 Inspection / Cleaning (Quarterly)

 Replacement of components / devices (As Needed)

a.1.4 Fire Extinguishers

 Inspection / Cleaning (Monthly)

 Replace / refill, if necessary a.2 Maintenance of the Ventilation System in the Depot. a.3 Maintenance of the Environment Control System (Air Conditioning) within the installations (Depot, OCC Building, Station rooms, power supply substations, etc.). a.4 Maintenance of the Ayala sump pump (located in the Ayala tunnel and is used for pumping storm water out of the Ayala tunnel tracks.

Page 207 of 289

8.2. MAINTENANCE OF WAY STANDARDS

The general maintenance of way standards for the various permanent way sub-systems shall not be less than the following:

Time of Day

In Revenue Service Out of Revenue Service

Revenue Off Peaks Peaks Service Transit 0430 to 0630 No Operation Sub-system 0630 to 0930 Periods 0930 to 1630 2400 to 0400 1630 to 1930 0400 to 0500 1930 to 2300 2300 to 2400

Transition No service Traffic and Guideway Full service Maintenance degradation Agreed Maintenance Transition All open All open Traffic and Stations No service Maintenance Full service Agreed degradation Maintenance

Transition No service Traffic and Track Full Service Maintenance degradation Agreed Maintenance

Full power Transition Traction available No service Traffic and Shutdown Electrification at all degradation Agreed Maintenance System substations Maintenance Transition Overhead Contact All tracks in No service Traffic and Maintenance System service degradation Agreed Maintenance Transition No service Traffic and Signals Full Service Maintenance degradation Agreed Maintenance

Transition No service Traffic and Communications Full Service Maintenance degradation Agreed Maintenance

Page 208 of 289

Time of Day

In Revenue Service Out of Revenue Service

Transition No service Traffic and Escalators All operating Maintenance degradation Agreed Maintenance

Transition No service Traffic and Elevators All operating Maintenance degradation Agreed Maintenance

Transition Automatic Fare No service Traffic and All operating Maintenance Collection degradation Agreed Maintenance

8.3. UNSCHEDULED MAINTENANCE

System specific maintenance or repair needs may only become apparent after two, five or ten years of service. Checklist:

 Indication of “Comply” or “Not Comply” below

Statement of Item Specification Compliance They may involve heavy work on items such as track, the overhead contact system, etc. Unscheduled Maintenance due to defects or abnormal Maintenance deterioration of facilities and equipment shall be dealt with as Unscheduled Maintenance.

8.4. SYSTEMATIC REPLACEMENT

Checklist:

 Indication of “Comply” or “Not Comply” below

 Complete narrative of the proposed comprehensive solution and highlight how the proposed solution accomplishes the goals and requirements of DOTC-MRT-3

Page 209 of 289

Statement of Item Specification Compliance The Contractor shall assess, either on its own initiative or upon request from the Client, the condition of the MRT-3 system and recommend to the Client the systematic replacements needed for keeping the reliable and safe operation of the system regarding the condition Systematic of permanent ways and all other systems and

Replacement subsystems, notably rails, tracks, OCS, track components, etc…

The systematic replacements costs, provided that they are not caused by a lack of maintenance from the Contractor, will be at the Client’s expense.

Page 210 of 289

8.4.1. SPECIAL REPAIRS

Checklist:

 Indication of “Comply” or “Not Comply” below

Statement of Item Specification Compliance The Contractor shall keep ready a special stock of spare parts and equipment for Special Repairs to be available in commercially and Special technically reasonable quantities and types for

Repairs immediate use to return the line to normal operation as soon as possible without waiting for procurement and delivery of parts. In addition, Special Repairs cannot be scheduled.

“Special Repairs” is defined as: (a) Failure of Client or any of their respective affiliates, contractors, subcontractors or representatives, to operate the System in accordance with the operating and maintenance manuals and established operating rules;

(b) Acts of passengers or trespassers other than the Client’s or Maintenance Provider Personnel resulting in failure or interruption of service;

(c) Failure of Client, or any of its respective affiliates, contractors, subcontractors or representatives to make the System or any portion thereof, available to Provider for scheduled maintenance in accordance with the requirements of the approved Manuals and the Operating Assumptions (refer to Annex C);

(d) Actions of unauthorized or unqualified persons unless the same are caused by the negligence of the Contractor;

(e) Animals, birds or foreign objects unless the same is the consequence of the negligence of the Provider;

(f) An event of force majeure;

(g) Vandalism or other criminal activity;

(j) Flooding, unless the same is the result of the negligence of the

(h) System improvements initiated by MRT-3.

Page 211 of 289

8.4.2. Structures

Structures are the most likely parts of the System to suffer from earthquakes. Most materials for repair are available locally. Bearing for girders may need replacement.

8.4.3. Trackwork

Track work may require repairs to the damage caused by derailments. Materials for Special Repairs shall include switch points and baseplates and track materials for a length of 200 meters of plain line concrete sleeper mainline track. The route along EDSA may not allow external lifting.

Typhoons could cause washouts of ballasted tracks, but materials to repair washouts will be covered by derailment repair materials except for ballast supply. Materials for track repairs after earthquakes are general civil materials on the market plus the derailment materials.

8.4.4. Building and General

No special material reserves are needed for Special Repairs because most are available from the local market.

8.4.5. Overhead Contact System

The OCS can be damaged by high winds, falling objects or earthquakes. Thus, a supply of poles, arms and the hardware as well as feeder and contact wires are required.

An emergency supply of power cable for re-routing shall be provided by the Contractor when necessary, after an earthquake or typhoon.

8.4.6. Signaling

The signal system may require repairs to damage from derailments which may damage point machines and rods, etc. Secondary effects from typhoons or earthquakes may impact signal posts and cabling.

8.5. RECORDS FOR MAINTENANCE OF WAYS

The Client shall provide the Contractor with all documentation relating to the design, procurement, construction, installation and maintenance of the System which is necessary for the continuing maintenance of the System. This shall include all record drawings, manuals, parts lists and other detailed documents.

Checklist:

 Indication of “Comply” or “Not Comply” below

 Complete narrative of the proposed comprehensive solution and highlight how the proposed solution accomplishes the goals and requirements of DOTC-MRT-3

Page 212 of 289

Statement of Item Specification Compliance The Contractor shall maintain full, up to date and complete records of the maintenance of all sub-systems and elements of the System. The records shall include information and reports on Records for all Scheduled and Unscheduled Maintenance, Maintenance of including repetitive failure/s and Special Ways Repairs and revisions on As Built Drawings. The records for maintenance of way shall be capable of inclusion in the CMMS and shall be available at all times to the Client.

Page 213 of 289

9. REPORTING OBLIGATIONS

9.1. CONTRACTOR’S REPORTING OBLIGATIONS

Checklist:

 Indication of “Comply” or “Not Comply” below

 Complete narrative of the proposed comprehensive solution and highlight how the proposed solution accomplishes the goals and requirements of DOTC-MRT-3

Statement of Item Specification Compliance The Contractor shall provide such information and other assistance as the Client may reasonably request to comply with the Client’s reporting obligations under any Client Permit or Applicable Law as it relates to the maintenance and repair of the System.

Notably, the Contractor will submit on a regular Contractor’s basis the reports requested within the different Reporting sections of the present specification. Obligations The templates, contents, periodicity (frequency), of the reports should be proposed by the Contractor within the first 3 months of validity of the contract, then discussed with and approved by the Client prior to implementation. During the course of the contract, these elements (content, periodicity, templates) are revisable upon request by the Client.

Page 214 of 289

9.2. MONTHLY AND ANNUAL MAINTENANCE REPORTS

Checklist:

 Indication of “Comply” or “Not Comply” below

 Complete narrative of the proposed comprehensive solution and highlight how the proposed solution accomplishes the goals and requirements of DOTC-MRT-3

Statement of Item Specification Compliance Monthly and The Contractor shall submit to the Client the Annual annual and monthly maintenance performance Maintenance reports. Reports

Page 215 of 289

9.3. EVENT REPORTS

Checklist:

 Indication of “Comply” or “Not Comply” below

 Complete narrative of the proposed comprehensive solution and highlight how the proposed solution accomplishes the goals and requirements of DOTC-MRT-3

Statement of Item Specification Compliance The Contractor, upon occurrence of any “unusual incident” resulting in serious bodily injury or loss of life, or in the entire System or a material portion thereof being inoperable, or in serious damage to the assets , shall notify the Client orally and in writing (written notice may be delivered electronically), within 2 hours Events Report from its occurrence.

A complete description of any Unusual Incident, including the time and location of the incident, an explanation of what occurred and the actions taken by all parties, shall be delivered within 48 hours, and shall be included in the Monthly Report.

Page 216 of 289

9.4. SERVICE REPORT

Checklist:

 Indication of “Comply” or “Not Comply” below

 Complete narrative of the proposed comprehensive solution and highlight how the proposed solution accomplishes the goals and requirements of DOTC-MRT

Statement of Item Specification Compliance The Contractor shall notify the Client in writing within 24 hrs of any circumstances resulting in Service Report the delay of any train for more than 30 minutes, more than 10 trains late in any day, or cancellation of more than 2 trains.

Page 217 of 289

9.5. ANCILLARY EXPENSES

Checklist:

 Indication of “Comply” or “Not Comply” below

The following special/ ancillary expenses are for the account of the Maintenance Provider to wit:

Statement of Item Specification Compliance

 Reimbursements of medical expenses and other related costs incurred as a result of accidents directly or indirectly attributable to the failure of MRT-3 equipment and Ancillary facilities Pest control application at depot Expenses and mainline, including all offices

 Renewal of required government licenses such as but not limited to NTC for communication and certificate/ permit to operate for conveyance system, etc..

Page 218 of 289

X. APPENDIXES

TABLE 1: SCOPE OF MAINTENANCE SERVICE

Out of In Scope ITEMS Remarks Scope of Work 1. MAINTENANCE SERVICE 1.1 LRV (1) Inspection, Maintenance and Repairs i) Inside activity at the Depot ο ii) Sub-contracted work to the outside ο (2) Interior Cleaning i) In the Depot ο ii) In the mainline ο (3) Exterior Cleaning ο (4) Repainting ο 1.2 MAINTENANCE OF WAY 1.2.1 Guideway Structure (1) Inspection, Maintenance and Repairs ο (2) Repainting of painted structures annually ο 1.2.2 Station and Depot Structures/Buildings (1) Inspection, Maintenance and Repairs ο (2) Station cleaning except Technical Equipment Room ο (3) Cleaning of the facilities ο (4) Repainting ο (5) Lighting Maintenance ο 1.2.3 Track way (1) Inspection, Maintenance and Repairs ο 1.2.4 Traction Power Substation (1) Inspection, Maintenance and Repairs ο 1.2.5 OCS (1) Inspection, Maintenance and Repairs ο 1.2.6 Signals (1) Inspection, Maintenance and Repairs ο 1.2.7 Communications (1) Inspection, Maintenance and Repairs ο 1.2.8 CCTV (1) Inspection, Maintenance and Repairs ο 1.2.9.1 AFC existing magnetic system (1) Inspection, Maintenance and Repairs ο 1.2.9.2 AFC future contactless system (1) Inspection, Maintenance and Repairs ο 1.2.10 ESC/ELV (1) Inspection, Maintenance and Repairs ο

Page 219 of 289

Out of In Scope ITEMS Remarks Scope of Work 1.2.11 DEPOT EQUIPMENT (1) Equipment for LRV ο (2) Equipment for other than LRV 1.2.12 FIREFIGHTING ο (1) Inspection, Maintenance and Repairs 1.3 UNSCHEDULED MAINTENANCE (1) Maintenance service for LRV ο (2) Maintenance service for other than LRV ο 1.4 SPECIAL REPAIRS (1) Maintenance service for LRV ο (2) Maintenance service for other than LRV ο 2. EQUIPMENT AND FACILITIES 2.1 Maintenance Equipment for LRV ο 2.2 Maintenance Equipment for other than LRV ο 2.3 Warehouse Facilities and Supported Equipment for Spare ο parts 2.4 Furnishings and Fixtures in the warehouse ο 2.5 Air Conditioners of Office Buildings, Stations and ο Depot Building

3. SPARE PARTS 3.1 LRV ο 3.2 Guideway Structure ο 3.3 Station and Depot Buildings ο 3.4 Track ο 3.5 Traction Power Substation ο 3.6 OCS ο 3.7 Signals ο 3.8 Communications ο 3.9 CCTV ο 3.10.1 AFC existing magnetic system ο 3.10.2 AFC future contactless system ο 3.11 ESC/ELV ο 3.12 Depot Equipment 3.13 Spare Parts for Unscheduled Maintenance (1) for LRV ο (2) for other than LRV ο 3.14 Spare Parts for Special Repairs (1) for LRV ο (2) for other than LRV ο

4. CONSUMABLE MATERIALS 4.1 Tickets, etc. consumed by passengers ο 4.2 Consumable for the management of operation ο

Page 220 of 289

Out of In Scope ITEMS Remarks Scope of Work 4.3 LRV (1) Consumable for the Maintenance ο 4.4 Guideway Structure (1) Consumable for the Maintenance ο 4.5 Station and Depot Buildings (1) Consumable for the Maintenance ο (2) Painting ο (3) Lighting Equipment i) Offices for the Client ο ii) Others (Maintenance facilities and equipt.) ο 4.6 Track Way (1) Consumable for the Maintenance ο 4.7 Traction Power Substation (1) Consumable for the Maintenance ο 4.8 OCS (1) Consumable for the Maintenance ο 4.9 Signals (1) Consumable for the Maintenance ο (2) Form paper ο 4.10 Communications (1) Consumable for the Maintenance ο 4.11 CCTV (1) Consumable for the maintenance ο 4.12 AFC (1) Consumable for the maintenance magnetic system ο (2) Consumable for the maintenance contactless system ο (3) Tickets ο (4) Form paper ο 4.13 ESC/ELV (1) Consumables for the maintenance ο 5. COMMON SERVICE 5.1 Office Building Construction ο 5.2 Utility (1) Electricity i) Traction power for revenue service ο ii) Traction power in the Depot ο iii) Station power ο iv) The Depot ο v) Maintenance office ο vi) Offices for the operation ο vii) Commercial Development ο (2) Water ο i) Water for LRV maintenance ο ii) Water for other than LRV in the Depot ο iii) Water for stations ο iv) Water for the maintenance office ο

Page 221 of 289

Out of In Scope ITEMS Remarks Scope of Work (3) Telecommunications i) Offices for Operations ο ii) Offices for Maintenance ο 5.3 Furnishings and Fixtures for the Maintenance Office ο 5.4 Security Service (1) Properties of the Depot ο (2) Properties other than of the Depot ο 5.5 Maintenance of Landscaping in the mainline ο

5.6 Waste Management ο (1) Collection of all waste related with LRV in the depot ο (2) Collection of all waste other than LRV in the depot ο (3) Management of outside activities for 5.6(1) & 5.6(2) 5.7 Maintenance Management System (1) Maintenance for Hardware ο (2) Maintenance for Software ο ο 5.8 Revising and Updating of System As-Built Drawings

6. DEPOT OPERATION (1) LRV shifting for maintenance ο (2) LRV shifting for the revenue service ο (3) LRV operation control in the Depot ο (4) Switch operation ο

7. LABOR FOR MAINTENANCE (1) Maintenance for LRV ο (2) Maintenance for other than LRV ο (3) Administrative for LRV ο (4) Administrative for other than LRV ο (5) Parts management for LRV ο (6) Parts management for other than LRV ο (7) Maintenance for Maintenance Equipment for LRV ο

(8) Maintenance for Maintenance Equipment for other ο than LRV

Page 222 of 289

TABLE 2: MAINTENANCE OF WAY DETAILED MAINTENANCE PROGRAM

SYSTEM SCOPE OF WORK 1.0 BUILDING / STATION FACILITIES PREVENTIVE MAINTENACE * All Building/Station Facilities shall include but not limited to the following:  Weekly  Monthly  Line Stations Facilities  Quarterly  Depot Facilities  Semi-annual  Building Offices Facilities  Yearly  Road Vertical Clearances  Workshop Equipment CORRECTIVE MAINTENACE  Motor Pool Equipment *All repair and corrective works shall include but not  No replacement of used units (surplus) shall limited to: be utilized to replace the defective units, but if necessary, prior written approval of the  Replacement of failed or defective parts and Client shall be required equipment  Functional testing and calibration  Minor masonry and carpentry works  Minor fabrication and machining works in supports of maintenance and repair activities  Repainting works  Structural crack repair works  Cleaning works

2.0 GUIDEWAY STRUCTURES PREVENTIVE MAINTENANCE * All Guideway Structures shall include but not limited to the following:  Monthly  Quarterly  Piers (which includes column and coping  Semi-annual beams)  Yearly  Bridges (includes slabs, girders and bearing pads) CORRECTIVE MAINTENACE  Tunnel structures *All repair and corrective works shall include but not  Guideway railings limited to:  Retaining walls  Perimeter fences  Structural crack repair works  Replacement of failed or defective parts  Masonry works  Repainting works  Cleaning works

3.0 TRACKS PREVENTIVE MAINTENANCE * All Tracks facilities shall include but not limited to the following for Depot and Mainline:  Daily (including foot patrol)  Monthly  Tangent and curve tracks  Semi-annual  Switches and crossing (turnouts and cross-  Yearly overs)  Use of minimum of 8-stone grinding  Buffer stops machine annually  Expansion joints  Insulated rail joints CORRECTIVE MAINTENANCE  Road/grade crossings *All repair and corrective works , including but not  Pit and pedestal tracks limited to:  Ballasts  Replacement of worn out and damage rails

Page 223 of 289

 Plinths (includes rails, switches and crossings)  Repair of detached plinth  Replacement of defective sleepers and fastenings  Removal and replacement of pulverized ballasts  Rail grinding (using automatic grinding equipment)  Greasing works (check rail, switches and curve rails)  Track geometry alignment  Etc.

Page 224 of 289

ANNEX A. FAST MOVING PARTS

Rolling Stock TOTAL MANDATORY ITE QUANTITY UNIT TOTAL DESCRIPTION M # REQUIREMENTS COST COST FOR 3-YEAR CONTNTRACT 1 Controller 288 2 40 Amp. Contactor 648 3 50 Amp. Contactor 432 4 15-18 Amp. Overload Relay 432 5 2-5-4 Amp. Overload Relay 432 6 5-5-8 Amp. Overload Relay 216 7 Evaporator Fan Motor / Passenger 180 8 Condenser Fan Motor 180 9 Evaporator Fan Blower CW 216 10 Evaporator Fan Blower CCW 216 11 Vibration Damper 72 12 Carbon Current Collector Strip 576 13 Nitrogen 360 14 Tandem Compressor 252 15 Expansion Valve 72 16 Filter Dryer for Passenger 180 17 Solenoid Valve (lower part) 144 18 Relief Valve 180 19 Mount Isolator 288 20 Isolator for Pantograph 144 21 Panto. Acc. / Bearing 216 22 Pantograph Motor 72 23 Breaker Circuit 1 pole (49) 216 24 Breaker Circuit (48) 216 25 Breaker Circuit (45) 360 26 Breaker Circuit (46) 360 27 Pressure Switch (MOD) "black" 360 28 Evaporator Coil (D3-05) 72 29 Vibrasorber (discharge) 36 30 Vibrasorber (suction) 36 31 Circuit Breaker LSN 63C/3 180 32 Condenser Fan Blade 180 33 Panto. Acc. / AR18691 216 34 Panto. Acc. / Switch Actuator 108 35 Motion Damper Panto. 0036522 72

Page 225 of 289

36 Pantograph. Acc. / 9999018 108 37 Pantograph. Acc. / AR2206557 108 38 Pantograph. Acc. / Spring Lever 72 39 Pantograph. Acc. / Tension Spring 72 40 Schraeder Valve Fitting 144 41 Rubber Damper Panto. Acc. 180 42 Pantograph End Horn 216 43 Bearing 309 5400 44 Bearing 310 5400 SKF Ring for Traction Motor 45 5400 (HJ309EC) 46 Carbon Brush for Traction Motor 90720 47 Carbon Brush Holder (left) 3600 48 Carbon Brush Holder (right) 3600 49 Bearing Plate Cover (set) 3600 50 Carbon Brush for Axle (CRC) 7200 51 Rubber Stud for Bolster 3600 52 Rubber spacer 2mm for Bolster 1800 53 Rubber spacer 5mm for Bolster 1800 54 Rubber spacer 10mm fo Bolster 1800 55 Gearcase Bearing (32024) 1800 56 Axle Bearing (23222) 1800 57 Pinion Bearing (T7FCC 060) 1800 58 Pinion Roller Bearing (NJ2315) 1080 59 Tachoshaft Bearing (2204) 1080 60 Tachoshaft with Bearing 1080 61 Tacho Alternator Wheel Drive 1080 62 Pin for Trackbrake Fibra 3600 63 Archute Cover for KM 10 720 64 Archute Cover for KM 01 720 65 Archute Cover for KM 11 720 Contactor SL11A, 24V (KM10 & 66 360 KM10H) 67 Contactor 3815615, 24V, 211 360 68 Contactor RA35, 24V 360 69 Contactor 3525A19, 24V, 211 1800 Relay TDB15, 24VDC, U201, (0.3.3 70 720 min) 71 Relay CU632 1800 72 Diagnostic System Unit GZ23uv 720 73 Diagnostic System Unit GZ26v 720 74 Contactor S137C1, 24V 1440 75 Diagnostic System Unit GZ20AV 720

Page 226 of 289

76 Auxiliary Pole 1 1800 77 Auxiliary Pole 2 1800 78 Relay TDB13 360 79 Contactor S137C1, 48V 720 80 Relay KDN 720 81 Relay DU202LT, 48VDC 1440 82 Relay DU201LT 1440 83 Contactor S137H, 24V 1440 84 Contactor S163C1, 48V, 19W 1440 85 Circuit Breaker LSN 63C/3 1800 86 Circuit Breaker LSN 16C/3 1800 87 Circuit Breaker LSN 25C/1 1800 88 Circuit Breaker LSN 10C/1 1800 89 Hand Controller 360 90 DU201LT, 24V (Relay) 720 91 Relay CU626, 48V 1440 92 ERB 720 93 Regulator 1 set 360 94 Main pole for traction motor 144 95 Auxiliary pole for traction motor 144 96 Harting connector for bogie 144 97 new rotor 75 98 Battery for train 144 99 Side pin for bogie 288 100 Bushing for bogie 360 101 Bushing for draw bar 576 102 Draw bar for brake mechanism 576

Page 227 of 289

Signaling and Communication TOTAL MANDATORY ITEM QUANTITY UNIT TOTAL DESCRIPTION # REQUIREMENTS COST COST FOR 3-YEAR CONTRACT 1 Telephone Units 72 units 2 Signal Bulb (Red and Green) 3600 pcs 3 Balise 12 units

Automated Fare Collection System TOTAL MANDATORY ITEM QUANTITY UNIT TOTAL DESCRIPTION # REQUIREMENTS COST COST FOR 3-YEAR CONTRACT 1 CO1 Board 60 units 2 PO1 Board 60 units 3 Gear Sensor 90 pcs 4 Damper ( Long and Short) 900 pcs 5 DC Geared motor 900 pcs 6 Magnetic Head 7 600 pcs a. Read

8 600 pcs b. Write

9 300 pcs c. Verify

10 Pad Roller 750 pcs 11 Inlet Solenoid Valve 1,200 pcs 12 Belt 1,500 pcs

OVERHEAD CATENARY SYSTEM TOTAL MANDATORY ITEM QUANTITY UNIT TOTAL DESCRIPTION # REQUIREMENTS COST COST FOR 3-YEAR CONTRACT 1 Section Insulator 25 pcs 2 Surge Arrester 40 pcs 3 Contact Wire 1000 meters 4 Windstay 500 pcs

Page 228 of 289

CONSUMABLES

Rolling Stock TOTAL MANDATORY ITE QUANTITY UNIT TOTAL DESCRIPTION M # REQUIREMENT COST COST S FOR 3-YEAR CONTRACT 1 141B 360 2 407C 360 3 Mobil Arctic Oil 432 4 Contact Cleaner 720 5 Silicon Sealant 3240 6 Emulsifiable Degreaser 900 7 Rugs 360 8 O-ring 1440 9 Oil Seal 1440 10 O-ring for Wheel Hub (small) 1800 11 O-ring for Wheel Hub (Big) 1800 12 Cold Galvanized (spray) 36 13 Moly Grease (spray) 36 14 Synthetic Silicone Oil 36 15 Opti Gear Oil 220 108 16 Axle Grease High temp. 360 17 Rags 3600 18 Hand Cleaner 1440 19 Contact Cleaner 72 20 Butane 360 21 Lead 72 22 UTP Flux S70 36 23 Electrical Tape 1800 24 Barbeque Lighter 36 25 Cutter Knife with blade 360 26 M8X25 Bolt with Lockwasher 3600 27 M12 nut with Lockwasher 3600 28 Paint Marker 432 29 M8 washer 3600 30 M8 Lockwasher 3600 31 M6 washer 3600 32 M6 Lockwasher 3600 33 M8 nut 5400 34 M6 nut 5400 35 Silicone Sealant (black) 36

Page 229 of 289

36 Silicone Sealant (white) 36 37 1.5 Spacer for Traction Motor 3600 38 Terminal Log 25X8 mm 3600 39 Terminal Log 35X8 mm 3600 40 Insulation Decarbonizer (MOSA) 2160 41 Pegasul (MOSA) 900 42 Bearing Grease Hi-Temp. 180 43 Safety Degreaser (MOSA) 900 44 M8 Studbolt for Traction Motor (H/T) 5400 45 H/T Bolt for Traction Motor (M8X25) 5400 46 H/T Bolt for Traction Motor (M8X20) 3600 47 H/T Bolt for Traction Motor (M8X15) 3600 48 H/T Bolt for Traction Motor (M6X10) 3600 49 H/T Bolt for Traction Motor (M10X20) 3600 50 H/T Bolt for Traction Motor (M12X20) 3600 51 Epoxy Putty (set) 108 52 High Temp. Red Paint 144 53 High Temp. White Paint 144 54 Commutator stone 36 55 Sandpaper (600) 3600 56 Sandpaper (1000) 3600 57 Sandpaper (2000) 3600 58 Brush Seater 36 59 Loctite 401 36 60 Loctite 243 36 61 Permanent Loctite 609 36 62 Loctite Gasket Maker 36 63 Cutter pin for Traction Motor 36000 64 Cutter pin for King Pin 3600 65 Cutter pin for Drawbar 3600 66 Scotchbrite 360 67 Shrinkable Tube (3/4) 3600 68 Shrinkable Tube (1/2) 3600 69 Diffuser TE026 3600 70 Hydraulic Oil (Tellus 32 Shell) 540 71 Paint brush 2 inches 36 72 Paint brush 4 inches 36 73 Cable tie (3.6mm X 12) 3600 74 Cable tie (7.6mm X 8) 3600 75 Cable tie (3.2mm X 8) 3600 76 Cable tie (4.6mm X 8) 3600 77 Cable tie (2.5mm X 4) 3600

Page 230 of 289

78 EP Grease amber yellow grease 36 79 Grinding disk 36 80 Cutting disk 36 81 Fiber glass tape 720 82 Battery distilled water 2592 83 Terminal lug (M8 X 5.5) 3600 84 Tub washer for ball insulator 3600 85 Tub washer for brush holder 3600 86 Face musk 360 87 Rubber gloves 2520 88 Cotton gloves 86400 89 Masking tape 1 inch 3600 90 Masking tape 2 inches 3600 91 H/T stud bolt for gearbox 3600 92 H/T cardan shaft bolt M12 X 42mm 3600 H/T cardan shaft bolt M12 X 56mm with 3600 93 nut 94 Cutter pin for torsion brace 3600 95 H/T M8 nut 3600 96 H/T M6 nut 3600 97 Nipple fittings for brake mechanism 4320 98 Copper ring for gearbox 1800 99 Oil paint for gearbox 36

Page 231 of 289

Signaling and Communication TOTAL MANDATORY ITEM QUANTITY UNIT TOTAL DESCRIPTION # REQUIREMENTS COST COST FOR 3-YEAR CONTRACT 1 Rags 720 Kg 2 Alcohol 144 Gallons 3 Cotton buds 1,080 packs 4 Cable Ties 14,400 pcs 5 Paint Brush 2,016 pcs 6 Wipe out cleaner 288 cans 7 Contact cleaner 288 cans 8 Penetrating Oil 144 cans 9 Hand Cleaner 144 cans 10 Face Mask 5,040 pairs 11 Hand Gloves 5,040 pairs 12 Garbage bag 1,008 pcs

Page 232 of 289

ANNEX B: INITIAL SPARE PARTS FOR LRV MAINTENANCE

LRV Maintenance

TOTAL MANDATORY ITEM QUANTITY UNIT TOTAL DESCRIPTION NO. REQUIREMENTS COST COST FOR 3-YEAR CONTRACT 1 Gearbox with Wheels 26 2 Traction motors 26 3 Rail Brake 8 4 Disc Brake with Valve 46 5 Brake Pads 150 6 Cardan shaft 18 7 Chopper 10 8 Static Converter 8 9 Regulator 8 10 Controller 8 11 Pantograph 4 12 Spring to Bogies 35 13 Bogies Complete 12 14 Windshield 12 15 Side Windows 40 16 Doors 8 17 Coupler 5 18 Seat set 1 19 Driver's Seat 2 20 Converter Fan 2 21 Bochum Wheel 14 22 Bochum Wheel Parts (set) 16 23 Stanchions 1 24 Lighting 50 25 Reflectors 16 26 Information sheet 4 27 Bellows and rubber gangway 6 28 Pressed Pieces for Carbody lower 4 29 Pressed Pieces for Carbody upper 3 30 Pressed Pieces for Carbody side 4 31 Pressed Pieces for face 3 32 Driver's Panel 8 33 Lightning Arrester 8 34 Floor 180 35 Air-condition 4 36 Gear with Pinion 18 37 Set of bearings 10 38 Disc Brake Parts 18 39 Rail Brake Coil 8 40 Brake Valve Coil 26 41 Brake Valve Parts 18 42 Cardan Shaft parts 18 43 Parts of chopper 4

Page 233 of 289

LRV Maintenance

TOTAL MANDATORY ITEM QUANTITY UNIT TOTAL DESCRIPTION NO. REQUIREMENTS COST COST FOR 3-YEAR CONTRACT 44 Contactor parts 5 45 IGBT pcs. 8 46 Static Converter pcs. 8 47 Control Unit 8 48 Power members 8 49 Regulator Parts 4 50 Set of Units 4 51 Parts of Controller 4 52 Pantograph Parts 3 53 Carbon Strips 450 54 Door Propulsion 8 55 Electronic devices 8 56 Terminal Switch 80 57 Rubber Strip 100 58 Parts of Coupler 18 59 Connecting Cable 5 60 Contact Board 4 61 Fluorescent Lamp Parts 18 62 Fluorescent Lamp Converter 40 63 Air-condition Unit Parts (set) 1 64 Filter Condenser 40 65 Filter Choke 3 66 Control Unit Information sheet 4 67 Rubber set for Bogies 20 68 Tachograph 8 69 Bogie Sensors 25 70 Relay 250 71 Wiper set 10 72 Wiper arms 80 73 Wiper rubbers 500

Page 234 of 289

Tracks

Item Description Quantity Note No. 1- 1 Rail Clips: for Concrete Ties 100 1- 2 Rail Clips: for Plinth Track 100 1- 3 Insulators: for Concrete Ties 160 1- 4 Insulators: for Plinth Track 160 1- 5 Rail Pads: for Concrete Ties 80 1- 6 Rail Pads: for Plinth Track 160 1- 7 Anchor bolts: for Plinth Track (DFF) 160 1- 8 Anchor Insert: for Plinth Track (DFF) 20 Institu(Chemical) Anchors and Bolts: for moving baseplates on 1- 9 20 Plinth Track 1-10 Shims: for Plinth Track (DFF) 80 1-11 Baseplates: for Plinth Track (DFF) 20 1-12 Shims: Check/Guard rails 100 1-13 Coachscrews (Lag Screws) 100 1-14 Liners: Bufferstops Slides 10 1-15 Thermit Welding Portions and Mould sets (normal size) 10 1-16 Thermit Welding Portions and Mould sets (wide gap) 10

Item No. Description Quantity Note

2- 1 Lubricant: Switch slideplates 50 liter 2- 2 Lubricant: Curved rail gauge face and check rail 50 liter 2- 3 Weed Killer 4500 kg

Power System

Item No. Description Quantity Note

A Spare parts for AC Switchgear 1 VCB 36kV 630A 25kA (for initial spare) 1 121kV 630A 20kA (for initial spare) 1 2 Voltage transformer 34.5kV / 3KV / 110V/3V 100VA (?) 1 11kV / 110V 100VA (?) 1 11kV / 3KV / 110V/3V 100VA (?) 1 3 Current transformer (a) 33kV [Winding type] 50/5A 15VA 5P10 1 [Bushing type] 150/5A 15VA 5P10 1 300/5A 15VA 5P10 1 (b) 12kV [Winding type]

Page 235 of 289

Power System

Item No. Description Quantity Note

50/5A 15A 5P10 1 4 Protection Relay (a) Overcurrent relay 1 (MCGG82) (50/51) (b) Overcurrent relay 1 (MCTD01) (50R/51R) (c) Under voltage relay 1 (MVTD21) (27) (d) Overcurrent ground relay 1 (MCGG22) (51G) (e) Lock-out relay 1 (BA-6LF-2A) (86) (f) Phase sequence voltage relay 1 (UKT913) (47) (g) A C directional overcurrent relay 1 (MET131) (67) 5 Plug type test terminal Voltage terminal (2P) (for initial spare) 1 Voltage terminal (4P) (for initial spare) 1 Current terminal (2P) (for initial spare) 1 Current terminal (3P) (for initial spare) 1 6 Fuse Fuse for VT(36 kV) 5A CL-LA 6 Fuse for VT(12 kV) 5A PL-J 6 Fuse for control 20A GFCC-CFA20 20 Fuse for control 3A GFCC-CFA3 14 7 Control switch Type: B-S1-1A1B-MP-B 4 B-M4-4A4B-MDP-B 4 8 Meter Volt-meter 2 Ammeter 2 Power factor meter 1 Watt hour meter (with DM) 1 Signal lamp (R) LA-24 10 Signal lamp (G) LB-CY-24 10 9 Space heater 200/220V 240W 4 200/220V 60W 4 10 Aux-Relay Type : MM4XP-JD 5 : MM2XP-D 10 : HH23PW-R 5 : FRL233 17 : MS4SA-D 5 : MM23PW 6 : MM2XP 3

Page 236 of 289

Power System

Item No. Description Quantity Note

: UKTA-S 3 : H3CR-A 3 11 Circuit breaker (36 kV VCB) (a) Vacuum interrupter 3 (b) Closing coil 1 (c) Tripping coil 1 (d) Charging motor 1 (e) Anti-pumping relay 1 (12 kV VCB) (a) Vacuum interrupter 3 (b) Closing coil 1 (c) Tripping coil 1 (d) Charging motor 1 (e) Anti-pumping relay 1

B For 3000 kW 750 kW Rectifier 1 Diode element (3000 kW) 5 2 Diode element (750 kW) 1 3 Hole storage capacitors 2 4 Over Temp. alarm 2 5 Over Temp. trip thermostat 2 6 Over Temp. isolating transformer (3000 kW) 1 7 DC surge capacitors 2 8 DC surge resistor 2 9 DC surge discharge resistor 2 10 DC surge fuse 4 11 DC surge diverter (3000 kW) 1 12 DC Aux. relay (48 VDC) 2 13 DC Aux. relay (110 VDC) 2 14 AC Aux. relay 2 15 AC Aux.supply fuse (N1T4) 15 16 AC Aux.supply fuse (N1T6) 5 17 AC Aux.supply fuse (T1A4) 5 18 Diode fuse (3000 kW) 10 19 Diode fuse 750 kW) 2 20 Power supply 1 21 Meter relay 1 22 Anticondensation heater 60 W TH01 2

C Spare parts for REC transformer 1 HV Bushing (3300 kVA) 1 2 HV Bushing (850 kVA) 1 3 LV Bushing (3300 kVA) 1 4 LV Bushing (850 kVA) 1 5 Gasket set (3300 kVA) 1 6 Gasket set (850 kVA) 1 7 Oil temp. indicator (3300 kVA) 1

Page 237 of 289

Power System

Item No. Description Quantity Note

8 Oil temp. indicator (850 kVA) 1 9 Pressure relief device (3300 kVA) 1 10 Pressure relief device (850 kVA) 1

D Spare parts for DC-SWG 1 Signal lamp and Bulb Yellow lamp 5 Green lamp 5 Red lamp 5 2 Bulb for lamp 15 3 Space heater 2 4 Adaptor 4 5 Support 4 6 Micro switch 4 7 Control relay KC6-31Z 5 KC6-22Z 2 BC9-30-01 2 MRS2-VAR 2 EUS 2 8 Local remote switch 2 9 Volt-meter 3 10 Ammeter 3 11 HSCB 6000A (for initial spare) 1 12 HSCB 4000A (for initial spare) 1 13 HSCB 2600A (initial spare) 1 14 HSCB closing device 4 15 Transformer trip relay Babcock 4 16 Protection Relay (CR-3) 1 17 Lightning arrestor 5 18 Varister (Zener diode) 4 19 Current detector (shunt 6000A) 1 20 Current detector (shunt 4000A) 1 21 Current detector (shunt 1500A) 1 22 Current detector (shunt 500A) 1 23 Contactor type BMS 08.06 2 24 Measuring AMP type MIU 2 25 Negative potential control relay, warning 2 26 Negative potential control relay, tripping 2 27 Aux. voltage detection relay 2 28 Track alive relay 2 29 Low impedance ground relay 2 30 Draining diode 2 31 Protection & control unit PCU 1 32 Disconnecting switch 6kA 1 33 Switch set for control panel 2 34 Key interlock set 1 35 Main contactor 6000A 1

Page 238 of 289

Power System

Item No. Description Quantity Note

4000A 2 2600A 1 36 Fuse for contactor panel 5

E Spare parts for AC LV panel 1 Molded case circuit breaker 3P 2000A 30kA 1 3P 1600A 30kA 1 3P 800A 30kA 1 3P 400A 30kA 1 3P 225A 30kA 1 3P 100A 30kA 2 3P 50A 30kA 1 3P 600A 7kA 1 3P 400A 7kA 1 3P 225A 7kA 1 3P 100A 7kA 2 3P 50A 7kA 2 2P 225A 7kA 2 2P 100A 7kA 2 2P 50A 7kA 2 2 Protection relay Under voltage relay 1 Over current ground relay 1 3 Meter Ammeter 1 Volt-meter 1 Watt-hour meter 1 4 Fuse for control 10 5 Aux.relay 10

F Spare parts for UPS & Battery Charger 1 Fuse for control 10 2 Signal lamp 10 3 Volt-meter 1 4 Ammeter 1 5 Thyristor 3 6 Diode 3

G Spare parts for diesel engine generator (2500 hour-use) 150 kVA (150 kVA) 1 Oil filter 6 2 Fuel filter 6 3 Air filter 2 4 Drive belt, alternator 1 5 Sealant 1 6 Sealant ring, thermostat 1 7 Thermostat 1

Page 239 of 289

Power System

Item No. Description Quantity Note

8 Water filter 1 (500 kVA) 1 Oil filter 12 2 Fuel filter 6 3 Air filter 4 4 Drive belt, alternator 1 5 Sealant 1 6 Sealant ring, thermostat 1 7 Thermostat 1 8 Water filter 1 9 Oil filter, bypass 6

H Spare parts for Aux. Transformer 1 Temperature sensor 1 2 Level sensor 1

I Alarm panel 1 Signal lamp (R)HS-LED LENS S-R 5 2 Signal lamp (G)HS-LED LENS S-G 5 3 Lens and Bulb ML 15 4 Space heater 120W 2

J Lighting system excluding building light Fluorescent light for tunnel 1 Fluorescent tube 20 2 Fluorescent ballast 20 3 Starter glow 20 4 Capacitor 20

Emergency Exit light for tunnel 5 Fluorescent tube 3 6 Fluorescent ballast 3 7 Starter glow 3

Emergency Exit light for Depot 8 Fluorescent tube 5 9 Fluorescent ballast 5 10 Starter glow 5

Depot Lighting 11 High Pressure Sodium lamp (250W) 13 12 High Pressure Sodium lamp (100W) 38 13 Ballast for 250W 13 14 Ballast for 100W 38

Overhead Catenary System

Item Description Quantity Note

Page 240 of 289

No. 1 Accessory for Mast At Grade 2 2 Accessory for Mast Elevated 4 3 Accessory for Portal Elevated 1 4 Accessory for Anchor Mast At Grade 1 5 Accessory for Anchor Mast Elevated 1 6 Portal Beam : Cross Beam L<15m 7 Portal Beam : Cross Beam L>15m 1 8 Tension Beam : OCS Anchor 1 9 Span wire Beam for column 6 10 Drop Vertical for Soffit 2 11 Drop Vertical for Portal 1 12 Cantilever Support : Hinged Push-Off 2 x 150/1 x 170 4 13 Cantilever Support : Hinged Pull-Off 2 x 150/1 x 170 4 14 Cantilever Support : Hinged OOR 2 x 150/1 x 170 1 15 Cantilever Support : Hinged Push-Off 1 x 150/1 x 170 1 16 Cantilever Support : Hinged Pull-Off 1 x 150/1 x 170 1 17 Single Track Wire Pull-off 1 x 70 2 18 Single Track Span Wire Support 1 x 70 1 19 Two Track Span Wire Support 1 x 70 2 20 Three Track Span Wire Support 1 x 70 1 21 Accessory for Feeder Wire 600 22 Feeder Wire Arrangement 8 23 Feeder Wire Support Arrangement 8 24 Feeder Wire Anchor 1 25 Feeding Branch (except Conductor) Main Line 1 26 Feeding Branch (except Conductor) Depot 1 27 OCS Assemblies (except Conductor) 2 x 150/1 x 170 250 28 OCS Assemblies (except Conductor) 2 x 150/1 x 170 50 29 OCS Assemblies (except Conductor) 1 x 70 0 30 Mid Point Anchor for Main Line 1 31 Back Guy Single 1 32 Back Guy V-Type 1 33 Tensioning Equipment : Pulley 2 x 150/1 x 170 1 34 Tensioning Equipment : Pulley 1 x 150/1 x 170 1 35 Tensioning Equipment : Fixed 1 x 150 1 36 Tensioning Equipment : Fixed 1 x 150/1 x 170 1 37 Tensioning Equipment : Fixed 1 x 170 1 38 Sectioning Equipment Air Joint 1 39 Sectioning Equipment : FRP Section 2 x 150/1 x 170 1 40 Sectioning Equipment : FRP Section 1 x 170 1 41 Crossing Equipment 1 x 150/1 x 170 1 42 Lightning Arrestor Pole Mounted 1 43 Accessory for Positive Feeder 5 44 Accessory for Negative Feeder 5 45 Isolator Switch 4000A 1 46 Isolator Switch 1500A 1 47 Earth Equipment 2 48 Color Light Display 1 49 Indicator Plate 1 50 Rail Bond 2 51 Wire Protection Board 1

Page 241 of 289

52 Mast Type 1 1 53 Mast Type 2 3 54 Mast Type 3 2 55 Conductor for Contact 170 sq mm 500 m 56 Conductor for Feeder 250 sq mm 537 m 57 Conductor for Messenger 150 sq mm 500 m 58 Replacement for all Contact Wire 170 sq mm 5000 m

Cabling

Item No. Description Quantity Note 34.5 kV XLPE Shielded Insulated and PVC Oversheathed copper 1 Power cable 100mm2 x 1 Core 100 m 11 kV XLPE Insulated and PVC Oversheathed copper Power 2 Cable 38mm2 x Triplex 300 m 2 kV XLPE Insulated and PVC Oversheathed copper Power 3 Cable 400mm2 x 1 Core 300 m 600 kV XLPE Insulated and PVC Oversheathed copper Power Cable 4 250mm2 x 1 Core 200 m 5 5.5mm2 x 4 Core 200 m 6 60mm2 x 3 Core 200 m 7 38mm2 x 4 Core 200 m 8 600 V PVC Insulated copper wire 70mm2 x 1 Core 300 m 600 V PVC Insulated copper tape shield and PVC Oversheathed copper Control Cable 9 2mm2 x 30 Core 300 m 10 2mm2 x 5 Core 100 m Polyethylene Insulated, Quadded, Copper tape Shielded and 11 Polyethylene sheathed copper signal cable 1.25mm2 x 2 Pairs 300 m

Polyethylene Insulated Pair Type Copper and Steel Shielded and PVC Sheathed copper Telecommunication cable 12 0.9mm2 x 10 Pairs 300 m 13 1.2mm2 x 150 Pairs 300 m 14 600 V Bond Cable L = 3m 2 pcs 15 Maintenance socket 4 pcs 16 Concrete trough (distigunation 70) 8 pcs 17 Concrete trough (distigunation 150B) 13 pcs 18 Concrete trough (distigunation 200B) 13 pcs 19 Trough cover of trunk line 17 pcs 20 Cable straight connector (11 kV) 2 pcs 21 (Telecommunications) 2 pcs Cable end connector (34.5 kV 22 Power) 4 pcs

Cabling

Item No. Description Quantity Note 23 (11 kV Power) 4 pcs 24 (2 kV Positive Feeder) 8 pcs

Page 242 of 289

25 (Negative Feeder) 4 pcs 26 (Low voltage) 90 pcs 27 (Ground sleeve) 60 pcs 28 (Telecommunication) 60 pcs 29 (Signal Power control) 40 pcs 30 Cable clamp 2 pcs 31 Marking tag 6 pcs 32 Cable gland 4 pcs

Signaling System

Item No. Description Quantity Note 1 Lockman Processor Unit 1 Local Control System 2 CVDU 14" 1 Local Control System 3 Line Driver 1 Local Control System 4 Keyboard 2 Local Control System 5 Spare Parts Set 1 Central Control System 6 21" Flat Square Monitor 1 Central Control System 7 CVDU Driver, EDC 1 Central Control System 8 Power Supply to CVDU driver 1 Central Control System 9 Magazine for EDC/INT (?) 1 Central Control System 10 Keyboard 1 Central Control System 11 Power Unit 1 Central Control System 12 Printer 1 Central Control System 13 Modem 1 Central Control System 14 Central Unit 2 Interlocking Main Unit 15 Backplane 1 Interlocking Main Unit 16 Power Supply 2 Interlocking Main Unit 17 Communication Unit 2 Interlocking Main Unit 18 Disc/Ethernet Unit 2 Interlocking Main Unit 19 Interface Module 2 Interlocking Main Unit 20 CPU Rack 19" 1 Interlocking Main Unit 21 Power Cable 1 Interlocking Main Unit 22 Power Module 2 Interlocking Loop I/F 23 Modem Module 2 Interlocking Loop I/F 24 Interface Module 2 Interlocking Loop I/F 25 Rack 1 Interlocking Loop I/F 26 Link Concentrator TKSB 1 Object Controllers 27 Object Controller 1 3 Object Controllers 28 Object Controller 2 2 Object Controllers 29 Circuit Board PMP 2 Object Controllers 30 Circuit Board BIS 5 Object Controllers 31 Circuit Board OPU (1 sb) 3 Object Controllers 32 Circuit Board OPU (2 vsb) 3 Object Controllers 33 Circuit Board OPW 3 Object Controllers 34 Circuit Board CPW 3 Object Controllers 35 Circuit Board CON 3 Object Controllers 36 Circuit Board BRK 6 Object Controllers 37 Circuit Board BRL 6 Object Controllers 38 Circuit Board CME 4 Object Controllers

Page 243 of 289

Signaling System

Item No. Description Quantity Note 39 Circuit Board LCM 4 Object Controllers 40 Circuit Board TRE 6 Object Controllers 41 Circuit Board MDM 4 Object Controllers 42 Power Supply Unit 1 Object Controllers 43 Battery 4 Object Controllers 44 2 Light Signal with pole 2 Signal Material 45 Signal lamps 100 Signal Material 46 Indication Lamps 30 Point Materials 47 Motor for Point Machine 2 Point Materials 48 Point Machine Installation Set 1 Point Materials 49 Point Position Detector 1 Point Materials 50 Local Operation Box 2 Point Materials 51 Balise 10 ATP Materials 52 Balise Connector 8 ATP Materials 53 Transmitter 5 Track Circuit 54 Receiver 8 Track Circuit 55 Tuning Unit 10 Track Circuit 56 End Terminal Unit 4 Track Circuit 57 Power Supply Unit 4 Track Circuit 58 LMU (Tx) 2 Track Circuit 59 LMU (Rx) 2 Track Circuit 60 Impedance Bond 2 Track Circuit 61 Impedance Bond Tuning Module 4 Track Circuit 62 Insulated Rail Joint 8 Track Circuit 63 Logic Unit 4 ATP On-board 64 Driver's Panel 5 ATP On-board 65 Antenna Unit 6 ATP On-board 66 Emergency Brake Relay 2 ATP On-board 67 Cable Set 2 ATP On-board 68 Tachometer Hasler 4 ATP On-board 69 Tacho Cable Connectors 4 ATP On-board 70 Power Supply 4 ATP On-board 71 Filter Unit 4 ATP On-board 72 I/O Board 6 ATP On-board 73 CPU/MEM Board 4 ATP On-board 74 Transmission Board 4 ATP On-board 75 Power Distribution Unit 2 ATP On-board 76 Transmitting Unit 6 ATP On-board 77 Antenna Simulator 1 Test Equipment 78 Antenna Field Strength measurement 1 Test Equipment 79 Beacon Tester 1 Test Equipment 80 Cable Length Meter 1 Test Equipment

Communication System

Item No. Description Quantity Note 1 Telephone Batch of Spare Parts 1 PABX 2 Operator Console 1 PABX 3 Digital Automatic Telephone Set 2 PABX 4 Analog Automatic Telephone Set 4 PABX

Page 244 of 289

Signaling System

Item No. Description Quantity Note 5 Main Distribution Frame 1 PABX 6 PABX Rectifier 1 PABX 7 Radio Batch of Spare Parts 1 Radio 8 Train PA Batch of Spare Parts 1 Train-borne PA 9 Multichannel Recorder Batch of Spare Parts 1 Station PA 10 Station PA Batch of Spare Parts 1 Station PA

CCTV System

Item No. Description Quantity Note 1 CCD Color Camera 4 2 Auto-iris Lens 2.8mm 2 3 Auto-iris Lens 6.0mm 3 4 Auto-iris Lens 28mm 1 5 14" Color Monitor 2 6 20" Color Monitor 2 7 Camera Housing 1 8 Camera Dome Enclosure 3 9 Camera Mounting Bracket 1 10 Quad Demodulator 2 11 Programmable Video Switcher 1 12 Sequential Video Switcher 1 13 Power Supply Unit 2

AFC

Item No. Description Quantity Note 1 Automatic Gate type 2 1 2 Automatic Gate type 4 1 3 Ticket Issuing Machine 1 4 Analyzer Dispenser 1 5 Station Computer System 1 6 Central Computer System 1 7 Magnetic Head for AG 492 8 Magnetic Head for TIM 63 9 Rollers for AG 492 10 Rollers for TIM 63 11 Others

Elevator (35 Sets)

Item No. Description Quantity Note 1 Low Wedge Plans Belt 132 2 Victaulik Joint (?) 33 3 Pressure Gauge 33 4 Air Breather 33

Page 245 of 289

Elevator (35 Sets)

Item No. Description Quantity Note 5 Filter Element 33 6 Guide Shoe ( LUR191K13 ) 66 7 Guide Roller 66 8 Back up Ring 33 9 Wick for Oiler 132 10 Packing 33 11 Dust Seal 330 12 Dust Wiper 33 13 O-ring 99 14 Grand Bearing 33 15 Grand metal 33 16 V -belt 33 17 Micro Switch 33 18 Oil ( liter ) 66 19 Grease ( kg ) 16.5 20 Carbon Brush 132 21 Touch-up Paint 33 22 Cable 132 23 Ratch assy 33 24 Relating rope 33 25 Switch assy 33 26 Fuse ( 5A ) 198 27 Fuse ( 10A ) 66 28 Relay Coil ( KRC Type ) ( 125v ) 33 29 Relay Coil ( KRC Type ) ( 62.5v ) 33 30 Relay Coil ( KLC Type ) ( 125v ) 33 31 Relay Coil ( KLC Type ) ( 62.5v ) 33 32 Relay Coil ( KTC Type ) ( 125v ) 33 33 KRC Relay 231 34 KLC Relay 33 35 MY Relay ( DC 100v w/o Manual ) 33 36 MY Relay ( DC 100v with Manual ) 33 37 MY Relay ( DC 62.5v ) 33 38 MY Relay ( DC 125v ) 33 39 STA Timer 33 40 STA Timer (?) 33 41 Silicone Stack 33 42 Surge Absorber 33 43 Diode (?) 33 44 Nylon Guide for E Type Landing Switch 33 45 Neon Lamp 132 46 Neon Lamp (?) 66 47 Printed Board 33

Escalator (46 Sets)

Item No. Description Quantity Note 1 Brake 46

Page 246 of 289

Escalator (46 Sets)

Item No. Description Quantity Note 2 V - Velt3VR-560 184 3 Sensor for GOV (?) 46 4 H.R.Drive Roller 184 5 Step Assy 46 6 Tread Board R 46 7 Tread Board L 46 8 Riser 46 9 Demarcation Cleat R 46 10 Demarcation Cleat L 46 11 Demarcation Comb 92 12 Step Bracket 92 13 Pan Head Screw 1380 14 Nut 1380 15 Spring Washer 1380

Building Facilities Mechanical

Item No. Description Quantity Note 1 Air Conditioner air filter (Large size) 12 2 Air Conditioner air filter (Small size) 10 3 Air Conditioner fuse for control panel 35 4 Air Conditioner refrigerant (R-22) kg 100 5 Air Conditioner Lamp (Indicator) 20 6 Wall mount ventilator complete 8 7 Ceiling mount ventilator complete 2 8 Axial fan complete 3 9 Ball tap complete 4 10 Pump mechanical seal 3 11 Battery (12V) 13 12 ABC Portable fire extinguishers 800

Building Facilities Electrical

Item No. Description Quantity Note LIGHTING FIXTURE 1 Lamp SON-70W/220V 30 2 Lamp MBI 250W/220V 60 3 Lamp MBI 400W/220V 120 4 Lamp MB 2500W/220V 100 5 Lamp Fluorescent 40W/220V 350 6 Lamp Fluorescent 20W/220V 60

CONTROL PANELS 7 Indication Lamp 18V (W) 60 8 Indication Lamp 18V (R) 60 9 Indication Lamp 18V (O) 60 10 Indication Lamp 18V (G) 60

Page 247 of 289

FIRE ALARM SYSTEM 11 Head Detector / DC24V 30 12 Smoke Detector / DC24V 20

Maintenance Equipment

Item No. Description Quantity Note 1.01.1 Overhead crane 10T 15m span 1 Load rope 1 2 Rope guide 1 3 Electrical spares package 1 4 Set of brakes for Hoist, LT & CT 1 5 Pendant 1

1.01.2 Ultrasonic axle test equipment 1 Battery pack 1 2 Set of fuses 1

1.01.3 High pressure hot water cleaner 1 Valve 1 2 Belts 2 3 Valves (?) 3 4 Regulation Valve 1 5 O-rings 12 6 Repair kit 1 7 Repair kit (?) 1 8 Float Valve 1 9 Switch 1 10 Element 1 11 Contractor (?) 1 12 Relay 1 13 Switch (?) 1 14 Stat (?) 1 15 Overstat (?) 1 16 Fuses 1 17 Chemical valve 1 18 Switch (?) 1 19 Valve (?) 1 20 Gun 1 21 O-rings (?) 10 22 Lance 1 23 Nozzle cover 3 24 Nozzles 2 25 Coupling 2 26 High pressure hose 1 27 Filter 1

1.01.4 Jib crane 3.2T 5m arm 1 Load rope 2 2 Rope guide 2

Page 248 of 289

Maintenance Equipment

Item No. Description Quantity Note 3 Electrical spares package 2 4 Set brakes for Hoist, Slew & CT 2 5 Pendant 2 1.01.5 Bogie repair hoist 1 Motor Contactor (?) 3 2 Push button 4 3 1 4 Coupling inlet 4 5 Flange motor 1

1.02.1 Bogie turntable (electric) 1 Turning motor contractor (?) 2 2 Proximity switch stop right/left 2 3 Proximity switch stop lock/unlock 2 4 Indicator lamp system on 2 5 Support rollers 5 6 Round steel bar 4 7 Flange motor 2 8 Lock motor 2

1.02.2 LRV Access steps 1 Front castor 2 2 Back castor 4

1.02.3 Car hoist & body stands 1 Spindle nut 1 2 Drive motor with brake 1 3 Drive motor 1 4 Double limit switch 3 5 Limit switch 4 6 Proximity switch 3 7 Motor Contactor (?) 3 8 Motor protection 3 9 Main Contractor 2 10 Emergency push button 2 11 Push button 6 12 Input unit 1 13 Output unit 1 14 Lamps 10 15 Coupling inlet 1 16 Spindle nut (?) 2 17 Drive motor (?) 2 18 Double limit switch (?) 3 19 Gear limit switch 2 20 Indicating switch 3 21 Pressure switch 5 22 Sealing for column 3 23 Motor Contractor (?) 3

Page 249 of 289

Maintenance Equipment

Item No. Description Quantity Note 1.02.4 Scissor lift 2T capacity 1 Safety ledge clip 1 2 Safety ledge switch 1 3 PCB w/ relay and rectifier 1 4 Release solenoid valve Savery 1 5 24V AC release solenoid coil Savery 1 6 Cylinder seal kit 1 7 EU wheel 1 8 EU hinge block 1 9 Hinge bush 1 10 Center bush 1 11 Trunnion bush 1 12 Top limit switch 1 13 Push button box (raise/lower) 1 14 Contactor 1 15 Overload (?) 1 16 Flow control valve 1/4" BSP 1 17 Hycdraulic hose 1

1.03.1 Mobile jacks (set of 12) 1 Spindle nut 1 2 Motor 1 3 Double limit switch 1 4 Limit switch 1 5 Volkollan wheel (?) 1 6 Motor Contractor (?) 1 7 Emergency push button 1 8 Push button 1 9 Set of lamps 1

1.03.3 Access tower 1 Cylinder seal kit 1 2 Safety switch 1 3 Wheel 1 4 Limit switch 1 5 Emergency stop button 1 6 Contractor (?) 1 7 Valve 1 8 Pendant housing 1 9 Hydraulic hose set 1 10 Overload control 1

1.03.4 Overhead crane 10T 14m span 1 Load rope 1 2 Roper guide 1 3 Electrical spares package 1 4 Set of brakes for Hoist, LT & CT 1 5 Pendant 1

Page 250 of 289

Maintenance Equipment

Item No. Description Quantity Note 1.04.5 Hydraulic press 1 Repair kit 1 2 Repair kit 1

1.05.1 Jib crane 2T 4m span 1 Load rope 1 2 Rope guide 1 3 Electrical spares package 1 4 Set of brakes for Hoist, LT & CT 1 5 Pendant 1

1.05.4 (?) Parts washer 1 Spray boom bushes 2 2 6K W dual element heaters 1 3 Lid seal set 1 4 Gas struts (?) 1

1.05.4 (?) Pedestal grinder 1 Wheel 200 x 25 x 15 A36 grit 1 2 Wheel 200 x 25 x 15 A80 grit 1 3 Wheel 200 x 25 x 15 120 Green grit 1

1.06.2 Universal milling machine 1 Belt 1 2 Bush 1 3 Key 1 4 Bolt 1 5 Digital circuit 1

1.06.4 Pillar drilling machine 1 Spindle return springs 1 2 Handles 1 3 Knobs M10 x 90 1 4 Knobs M8 x 60 1 5 Working light bulb 1 6 Fuse set 1 1.06.6 Universal grinder 1 Switch 1 2 Bearing 1 3 Bearing (?) 1 4 Guide 1 5 Guide (?) 1

1.06.7 MMA Welding machine 1 On / Off switch 1 2 Potentiometer 1 3 PCB 1 4 Thermostat 1

Page 251 of 289

Maintenance Equipment

Item No. Description Quantity Note 5 Thyristor 1

1.06.10 Circular saw 1 Pair of drive belts 1 2 Riving knife 1 3 M8 x 25 handle 1 4 M8 handle 1

1.06.11 Pedestal grinder (same as Item no. 1.05. 4) (?) 1 Wheel 200 x 25 x 15 A36 grit 1 2 Wheel 200 x 25 x 15 A80 grit 1 3 Wheel 200 x 25 x 15 120 Green grit 1

1.06.12 Parts washer (same as Item no. 1.05.04) (?) 1 Spray boom bushes 2 2 6 kW dual element heaters 1 3 Lid seal set 1 4 Gas struts 1

1.06.13 Mobile fume extractor 1 HT module 1 2 Prefilter 1 3 Main collecting cell 1 4 Contact block 1 Jib crane 2T 4m span (same as item no. 1.05.01) 1.07.1 (?) 1 Load rope 1 2 Rope guide 1 3 Electrical spares package 1 4 Set of brakes for Hoist, LT & CT 1 5 Pendant 1

Parts washer (same as Item nos. 1.05.04 & 1.07.2 1.06.12) (?) 1 Spray boom bushes 2 2 6 kW dual element heaters 1 3 Lid seal set 1 4 Gas struts 1

1.07.3 ACU Recovery unit 1 Compressor 1 2 Filter / Dryer 3 3 36" Yellow hose 1 4 36" Red hose 1 5 36" Blue hose 1 6 Recovery / Recycling solenoid valve 1 7 Moisture indicator 1 8 Heavy duty vinyl cover 1

Page 252 of 289

Maintenance Equipment

Item No. Description Quantity Note 9 Sensor (Leak detector) 1

1.07.4 ACU Charger unit 1 Tank heater blanket 1 2 120" Blue hose 1 3 120" Red hose 1 4 60" Yellow hose 1 5 Compound gauge 1 6 Pressure gauge 1 7 36" Yellow hose 1 8 Refrigerant solenoid valve 1 9 Vacuum solenoid valve 1 10 US gallon - Vacuum pump oil 6 11 Vacuum grease 1 12 Manifold service kit 2 13 Heavy duty vinyl cover 1

Pedestal grinder (same as Item nos. 1.05.04 & 1.07.6 1.06.11) (?) 1 Wheel 200 x 25 x 15 A36 grit 1 2 Wheel 200 x 25 x 15 A80 grit 1 3 Wheel 200 x 25 x 15 120 Green grit 1 Jib crane 2T 4m span (same as items no. 1.05.01 & 1.08.1 1.07.1) (?) 1 Load rope 1 2 Rope guide 1 3 Electrical spares package 1 4 Set of brakes for Hoist, LT & CT 1 5 Pendant 1

1.08.3 Battery Charger fixed 1 Fuse link 2 2 Fuse link (?) 2 3 Fuse link (?) 2 4 Controller 1 5 Supperssion board (?) 1 6 Thyristor 1 7 Diode 1

Pedestal grinder (same as Item nos. 1.05.04, 1.09.2 1.06.11 & 1.07.6) (?) 1 Wheel 200 x 25 x 15 A36 grit 1 2 Wheel 200 x 25 x 15 A80 grit 1 3 Wheel 200 x 25 x 15 120 Green grit 1

Parts washer (same as Item nos. 1.05.04, 1.06.12 1.09.8 & 1.07.2) (?) 1 Spray boom bushes 2

Page 253 of 289

Maintenance Equipment

Item No. Description Quantity Note 2 6 kW dual element heaters 1 3 Lid seal set 1 4 Gas struts 1

1.11.6 Grease dispenser 1 Grease hose 3m x 1/4" 1 2 Grease control valve 1 3 Z - swivel 1

1.11.7 Oil dispenser 1 OIl hose 3m x 1/2" 1 2 Non drip nozzle oil meter (365100) 1

1.11.9 Oil collector 1 Oil discharge hose 2m x 3/4" 1 2 Quick release coupler 1 1.12.4 Vertical storage carousel 1 Brake motor & gearbox 1 2 Roller (pivot arm) 1 3 Roller (main chain) 4 4 External circlip 14 mm dia shaft 1 5 External circlip 17.5 mm dia shaft 4 6 Arm assy 500mm deep carrier 1 7 Limit switch EL 40 H / well 45ZS1 1 8 EP7 1 9 Photoswitch EP12 1 10 Power supply FP1 1 11 Relay TL / E331 24Vdc MY4 1 12 Reversing Contactor FC409 1 13 Aux Contact block EC410 1 14 Man power starter EM2 6>10A 1 15 Momentary switch ES9 1 16 Illuminated momentary switch ES10 1 17 Keyswitch 1 18 Lamp EO3 1 19 Contact assy TL / 365 N / O - N / C 1 20 Opto coupler EO1 1 21 Wire ended suppressor S18 1 22 3 mm Bulldog clip 3 23 Motherboard 1 24 PT604 IDE card 1 25 RTV GA VO 9111016 VGA card 1 26 Linpic driver card 1 1.12.5 Forklift truck 2T 1 Cushion 2 2 Seal king pin 3 3 Seal Hub 3 4 Seal Hub (?) 3

Page 254 of 289

Maintenance Equipment

Item No. Description Quantity Note 5 Seal Hub (?) 3 6 Bush (6040DX) 2 7 Bushing 2 8 Connector (HBF-15-25) 1 9 Lamp Ay Head 1 10 Lamp Ay Flasher 1 11 Lamp Comb Rear 1 12 Bulb He / Lamp 3 13 Bulb FI / Lamp 3 14 Bulb Reverse 3 15 Switch Main 1 16 Controller F-R 1 17 Switch Micro 1 18 Switch Stop 1 19 Switch Flasher 1 20 Accelerator Unit 1 21 Fuse 5A 2 22 Horn 48V 1 23 Flasher Unit 48V 25W 2 24 Hour Meter 1 25 Back Horn 48V 1 26 PCB Pr/Part 1 27 PCB I/O Part 1 28 PCB T Moulde 1 29 Washer King Pin 1 30 Cap Bearing 1 31 Bolt Dr/Hub 4 32 Bolt Strg Hub 3 33 Nut Dr/Hub 4 34 Nut Strg Hub 3 35 Shoe & Lining Ay 3 36 Shoe & Lining Ay RH 3 37 Seal Kit TT/Cyl 3 38 Seal Kit Ll/Cyl 3 39 Cushion 1 40 Filter Hyd Suction 2 41 Gas Spring 1 42 Roller Slide 1 43 Cyl Ay Master 1 44 Fuse 100A 3 45 Fuse 200A 3 46 Bearing (51207) 1 47 Bearing (MMK3530) 2 48 Cable Parking L/H 2 49 Cable Parking R/H 2 50 Pin King 1 51 Bush Hyd Motor 3 52 Bush Dr/Motor 3

Page 255 of 289

Maintenance Equipment

Item No. Description Quantity Note 53 Bush St/Motor 3 54 Cyl Ay wheel 1 55 Bearing Jig (CE20-DO) 2 56 Seal Kit St/Cyl New 3 57 Magnet Ay Hyd 2ST 1 58 Magnet Ay Hyd 1ST 1 59 Magnet Ay Strg 1

1.12.6 Pallet truck 1 Seal kit 2 2 Casset valve kit 2 1.13.1 Waste oil system 1 Level Sensor 1 2 Air end kit for Diaphragm Pump 1 3 Fluid kit for Diaphragm Pump 1 4 Funnel and Drain Arm 1 1.14.1 Underfloor wheel lathe 1 Drive roller 2 2 Guide roller 2 3 Diameter roller 1 4 Drive belt 1 5 O-ring / Oil seal set 1 6 Sideway wiper set 2 7 Pump 1 8 Strainer 1 9 Filter element 1 10 Filter element (?) 1 11 Pressure switch 1 12 Solenoid valve 1 13 Solenoid valve (?) 1 14 Reducer valve 1 15 Check valve 1 16 Seal kit 1 17 Seal kit (?) 1 18 Fuse 6A 3 19 Fuse 20A 5 20 Fuse 80A 5 21 Read relay 1 22 Switch relay 1 23 Rectifier bridge 1 24 Relay 1 25 Trim pot 1 26 Moving contact 1 27 Fixed contact 1 28 Coil 1 29 Contact block 1 30 Bulb 13 31 Switch 1

Page 256 of 289

Maintenance Equipment

Item No. Description Quantity Note 32 Switch element 1 33 Switch element (?) 1 34 Gear pump 1 35 1 36 Line filter 1 37 Metre units (pairs) (?) 3 38 Filter element 1 39 CPU card 1 40 Power supply 1 41 Graphics card 1 42 PLC coupling 1 43 Spindle encoder 1 44 Axis encoder 2 1.14.2 Car progressor 1 Flange bearing robot drive 1 2 Flange bearing idler 1 3 Flange bearing idler (?) 1 4 Robot GA-T-90834 wheel bearing 1 5 Wheel 1 6 Guide roller 2 7 Guide roller throughst water 2 8 Fuse 2 9 Fuse (?) 2 10 Pushbutton 2 11 Contact block 2 12 Selector switch 1 13 Overload heater 3 14 Drive motor 4HP with brake 1 15 Drive motor brake disc 1 16 Rotary limit switch 1

1.15.1 Rerailing equipment A Honda engine GX 340 1 Set of packings 1 2 Air filter insert 1 3 Spark plug connector 1 4 Spark plug 1 B Control desk SM 12 5 Gasket set pressure valve cartridge 1 6 Set of gaskets for control valves 2 C Telescopic jack 400/200 kN 7 Scraper ring ES 56202-1300 1 8 O-ring 132.94 x 3.53 1 9 Sealing ring GS 55013-1300 1 10 O-ring 135.89 x 5.33 1 11 Support ring YT 5158-004 1 12 O-ring 145.72 x 2.62 1 13 Piston seal GS 50189-1492 1

Page 257 of 289

Maintenance Equipment

Item No. Description Quantity Note 14 O-ring 120.02 x 7.00 1 15 Scraper ring ES 56202-0750 1 16 O-ring 78.97 x 3.53 1 17 Sealing ring GS 55013-0750 1 18 O-ring 81.92 x 5.33 1 19 Support ring YT 5158-003 1 20 O-ring 88.57 x 2.62 1 21 Piston seal GS 50189-1492 1 22 O-ring 72.39 x 5.33 1 23 Piston guide ring BB 50704 - 0900 1 24 Piston guide ring BB 50704 -1450 1 D Flat jack 600 kN 25 Piston seal GS 50189-1325 1 26 O-ring 142.24 x 7.00 1 27 Scraper ring S 509922-5136 1 28 O-ring 142.24 x 5.33 1 29 Kantsil 013-N70-B326 (?) 1 30 Support ring YT 5158-005 1 31 O-ring 152.07 x 2.62 1 32 Sealing ring YT 1071-112 1 33 Piston guide YT 1070 - 090 1

1.15.4 Points grinder 1 Spacer 4 2 Inclination support ring 1 3 Brake pad 1 4 Tightening washer 2 5 Spacer (?) 2 6 Coupling 1 7 Pressure spring 1 8 Lever spring 2 9 Self lubricating ring 2 10 Tightness ring 1 11 Self lubricating ring (?) 1 12 Key 1 13 Scrapper point 1 14 Flanged ring 1 15 Tightening collar 1 16 Key (?) 1 17 Bakelite knob 1 Engine components 18 Oil filter Plug 5 19 Starter rope 3 20 Intake valve 1 21 Seal oil 2 22 Tank Plug 1 23 Filter 2 24 Starter spring 1

Page 258 of 289

Maintenance Equipment

Item No. Description Quantity Note 25 Spark Plug 2 26 Filter element 5 1.15.5 Corrugation grinder 1 Key 1 2 Guiding roller & adjustment ring 4 3 Splint ring 1 4 Hand lever of clamp 1 5 Ball bearing 1 6 Lubricator 2 7 Tightening nut KM 5 1 8 Flexiblock 1 9 Ball Bearing 2 10 V -belt 10 x 8 x 775 1 11 O-ring 1 12 Scraper joint 1 13 Felt joint 1 14 O-ring No. 14 1 15 Outer circlip 45 2 16 Retaining chain 1 17 Inner circlip 2 18 Bearing 1 Engine components 19 Spark plug 1 20 Clamp 1 21 Prefilter 1 22 Chamber float 1 23 Filter Element 1 24 Spring cage 1 25 Ring set 1 26 Needle valve 1 27 Nozzle 1 28 Gasket & seal kit 1 29 Wheel 1 30 Seal 1

1.15.7 Road / Rail vehicle rerailing 1 5/2 - way valve 1 2 Bulb 5 3 Bulb (?) 3 4 Buzzer 1 5 Castle nut 3 6 Cup spring 5 7 Non-return valve 1 8 Pressure switch 1 9 Relay 3 10 Seal kit for lifting cylinder 1 11 Shaft seal 2 12 Signal lamp Red 1

Page 259 of 289

Maintenance Equipment

Item No. Description Quantity Note 13 Signal lamp White 1 14 Taper roller bearing 1 15 Bleeder valve 1 16 Blinker Imp 1 17 Blinker Imp (?) 1 18 Brake pad 1 19 Brake pressure 1 20 Bulb (?) 3 21 Bulb (?) 5 22 Bulb (?) 3 23 Bulb (?) 1 24 Bulb (?) 2 25 Bulb (?) 1 26 Oil filter cap 1 27 Carbon brush set 1 28 Carbon brush set (?) 1 29 Carbon brush set (?) 1 30 Cover 1 31 Crankshaft seal 1 32 Cylinder head gasket 1 33 Exhaust valve 1 34 Filter 1 35 Filter Element 1 36 Filter Element (?) 3 37 Filter Element (?) 3 38 Fuel feed pump 1 39 Fuel pump 1 40 Fuel strainer 1 41 Fuse 5 42 Fuse (?) 5 43 Gasket 1 44 Gasket (?) 1 45 Gasket kit 1 46 Gasket kit (?) 1 47 Gasket set 1 48 Gasket set cylinder head 1 49 Gasket set oil pump 1 50 Gasket set water pump 1 51 Gasket filter cap 1 52 Gasket fuel filter 1 53 Gasket valve cover 2 54 Grooved ball bearing 1 55 Horn 1 56 Indicator 1 57 Injection valve 1 58 Intake valve 1 59 Master cylinder 1 60 Needle bearing 2

Page 260 of 289

Maintenance Equipment

Item No. Description Quantity Note 61 Nozzle 1 62 Nozzle (?) 3 63 Oil dipstick 1 64 Oil span 1 65 Outside rearview mirror 1 66 Pinion 1 67 Pinion pin bushing 3 68 Piston ring 1 69 Potentiometer 1 70 Pressure plate 1 71 Pump 1 72 Regulator valve 1 73 Repair kit 1 74 Repair kit (?) 1 75 Repair set 1 76 Screw plug 1 77 Sender unit 1 78 Sender unit (?) 1 79 Sender unit (?) 1 80 Sender unit (?) 1 81 Shock absorber 1 82 Shock absorber (?) 1 83 Solenoid switch 1 84 Switch 1 85 Switch (?) 1 86 Switch (?) 1 87 Switch (?) 1 88 Switch (?) 1 89 Switch (?) 1 90 Switch (?) 1 91 Switch (?) 1 92 Tail lamp 1 93 Tail lamp (?) 1 94 Threaded union 1 95 Tie rod 1 96 V-belt 1 97 V-belt (?) 1 98 V-belt (?) 1 99 V-belt (?) 1 100 Valve 1 101 Valve guide 1 102 Valve guide (?) 1 103 Valve spring 3 104 Valve master cylinder 1 105 Valve master cylinder (?) 1 106 Wiper arm 1 107 Wiper blade 2 108 Wiper blade (?) 2

Page 261 of 289

Maintenance Equipment

Item No. Description Quantity Note

1.16.1 Compressed air system 1 Atlas copco compressor maintenance kit 1 2 Autodrain repair kit 1 3 Harkinson dryer service kit 1 4 Panel breaker assy 1 5 Pressure regulating valve 65 mm kit 1 6 Atlas copco compressor filter kit 2 7 Harkinson filter element 1 8 Harkinson filter element (?) 1 9 Vickers filter reg. Lube service kit 2 10 Vickers filter reg. Lube service kit (?) 2 11 Vickers filter reg. Lube service kit (?) 2 1.17.1 Undercar blowdown system 1 Repair kit 2 2 Repair kit valves 15 3 Repair kit (?) 3 4 Damper 2 5 O-ring 50 6 Repair kit (?) 2 7 Micro switch 2 8 O-ring (?) 3 9 Piston 2 10 Piston (?) 2 11 Valve 2 12 Solenoid valve 2

1.18.1 Train washer plant 1 Brush drive gearmotor 1 2 Flexible drive coupling 1 3 Brush shaft top bearing 1 4 Brush shaft bottom bearing 1 5 Brush half pairs 5 6 Spray nozzles 20 7 Wash pump seal 1 8 Rinse pump seal 1 9 Filter pump seal 1 10 Detergent injection pump spare kit 1 11 Check valve for wash pump 1 12 Check valve for rinse pump 1 13 Check valve for filter pump 1 14 Track switch 1 15 Electrical spares kit 1

Page 262 of 289

ANNEX C: LIST OF EXISTING MAINTENANCE MANUALS

ROLLING STOCK EXISTING MAINTENANCE MANUAL Item Description Reference No. No. 1 Maintenance person training manual LRT/M/220/10003 2 Instruction for maintenance of mechanical and LRT/M/220/10004 electrical parts of cars – volume 1 3 Maintenance of coupler LRT/M/220/10007 4 Maintenance of pantograph LRT/M/220/10008 5 Maintenance of air-conditioning unit LRT/M/220/10009 6 Maintenance of tachograph LRT/M/220/10011 7 Maintenance of auxiliary power converter LRT/M/220/10012

AUTOMATIC FARE COLLECTION EXISTING MAINTENANCE MANUAL Item Description Reference No. No. 1 Maintenance of TIM LRT/M/210/00017 2 Maintenance of A/D LRT/M/210/00018 3 Maintenance of AG LRT/M/210/00019 4 Maintenance of E/S LRT/M/210/00020 5 Process docs, replacement for AFC system LRT/M/210/00021 6 Standard adjustment for AFC system LRT/M/210/00022 7 PCB setting standard for AFC system LRT/M/210/00023 8 Standard lubrication for AFC system LRT/M/210/00024

TRACTION POWER SUB STATION EXISTING MAINTENANCE MANUAL Item Description Reference No. No. 1 Maintenance of 36 KV switchgear LRT/M/310/00001 2 Maintenance of 12 KV switchgear LRT/M/310/00002 3 Maintenance of 750Vdc rectifier LRT/M/310/00003 4 Maintenance of rectifier transformer LRT/M/310/00004 5 Maintenance of transformer LRT/M/310/00005 6 Maintenance of 750Vdc switchgear LRT/M/310/00006 7 Maintenance of UPS LRT/M/310/00007 8 Maintenance of 110Vdc battery LRT/M/310/00008 9 Maintenance of low voltage panel LRT/M/310/00009 10 Maintenance of emergency generator LRT/M/310/00010 11 Maintenance of vacuum circuit breaker LRT/M/310/000013

OVERHEAD CONTACT SYSTEM EXISTING MAINTENANCE MANUAL Item Description Reference No. No. 1 Maintenance LRT/M/341/11003 2 Installation LRT/M/341/11006

SIGNALING SYSTEM EXISTING MAINTENANCE MANUAL Item Description Reference No. No. 1 LRT/M/320/00001 Maintenance of MAN900 LRT/M/320/00005 2 Service manual LRT/M/320/00011

Page 263 of 289

SIGNALING SYSTEM EXISTING MAINTENANCE MANUAL Item Description Reference No. No. 3 EBILOCK 950 service manual LRT/M/320/00012 4 Color light maintenance instruction LRT/M/320/00018 5 Maintenance for projection TV LRT/M/320/00100 6 Maintenance installation LRT/M/320/000110 7 Edicab System Training Manual Maintenance of LRT/M/320/00017 Train-Borne Equipment

COMMUNICATION SYSTEM EXISTING MAINTENANCE MANUAL Item Description Reference No. No. 1 Maintenance of PABX LRT/M/330/00005 2 Maintenance of station PA LRT/M/330/00007 3 Maintenance of train borne PA LRT/M/330/00008 4 Maintenance of multi channel recorder LRT/M/330/00013 5 Maintenance of emergency telephone LRT/M/330/00024 6 Maintenance Manual PABX Part 2 LRT/M/330/00009 7 Maintenance Manual PABX Part 3 LRT/M/330/00010

ESCALATOR/ELEVATOR EXISTING MAINTENANCE MANUAL Item Description Reference No. No. 1 Maintenance of escalator LRT/M/211/00006 2 Maintenance of elevator LRT/M/212/00005

CCTV EXISTING MAINTENANCE MANUAL Item Description Reference No. No. 1 Maintenance of CCTV LRT/M/350/00001 2 Maintenance of video switcher LRT/M/350/00002

DEPOT EQUIPMENT EXISTING MAINTENANCE MANUAL Item Description Reference No. No. 1 Maintenance of OH Crane 10T LRT/M/230/20000 2 Maintenance of ultrasonic axle test LRT/M/230/20001 3 Maintenance of high pressure hot water cleaners LRT/M/230/20002 4 Maintenance of jib crane LRT/M/230/20003 5 Maintenance of scissors lift table LRT/M/230/20008 6 Maintenance of mobile jacks LRT/M/230/20009 7 Maintenance of parts washer LRT/M/230/20015 8 Maintenance of pedestal grinder LRT/M/230/10016 9 Maintenance of universal milling machine LRT/M/230/20018 10 Maintenance of pillar drilling machine LRT/M/230/20019 11 Maintenance of universal grinder LRT/M/230/20020 12 Maintenance of mma welding equipment LRT/M/230/20021 13 Maintenance of circular saw LRT/M/230/20023 14 Maintenance of mobile fume extractor LRT/M/230/20024 15 Maintenance of acu recovery unit LRT/M/230/20025 16 Maintenance of acu charger unit LRT/M/230/20026 17 Maintenance of battery charger fixed LRT/M/230/20027 18 Maintenance of oil collector LRT/M/230/20042

Page 264 of 289

DEPOT EQUIPMENT EXISTING MAINTENANCE MANUAL Item Description Reference No. No. 19 Maintenance of carousel LRT/M/230/20043 20 Maintenance of waste oil system LRT/M/230/20047 21 Maintenance of underfloor wheel lathe LRT/M/230/20048 22 Maintenance of car progression system LRT/M/230/20049 23 Maintenance of re-railing equipment LRT/M/230/20050 24 Maintenance of undercar blowdown LRT/M/230/20056 25 Maintenance of tyre removal/replacement LRT/M/230/20059 26 Maintenance of pantograph test stand LRT/M/230/20060 27 Maintenance of split type air conditioner Refer to MHI manual Refer to local brand 28 Maintenance of window type air conditioner manufacturer

Page 265 of 289

ANNEX D: ADDITIONAL MACHINES AND EQUIPMENT

LRV Maintenance

Item Description Quantity Note No. 1 Vacuum Cleaners (Industrial) 3 2 Mobile Platforms for LRV windows (access staging) 1 3 Access platform for overhaul (access staging 3.5m h) 1 4 High pressure hot water cleaner 1 5 Pillar Drilling Machine (16mm capacity in steel) 1 6 Workbench 16 7 Tool Cabinets 20 8 Storage Shelving 10 9 Grease dispenser 4 10 Horizontal bandsaw (250mm dia. Bar) 1 11 Hand operated Guillotine 2mm (200mm blade) 1 12 Hydraulic Guillotine 4mm x 2m wide 1 13 Crimping Machine electric 1 14 Twisting Machine electric 1 15 Metal sheet bending machine 2m wide 4mm plate 1 16 Plasma cutting machine 5 to 10mm portable 1 17 Spot Welding machine portable (1.6 + 1.6mm) 1 18 Mechanical toolkits 50 19 Electrical toolkits 25 20 Mechanical/Electrical Storage toolkit 15 21 Electronic Storage toolkits 5 22 Surface Table 2400 x 1600mm (Standard accuracy) 1 23 Bearing press 0-10 tonne 1 24 Pallet truck 1.5 tonne 2 25 Tow truck (via forklift) 2 tonne (basic flat bed type) 3 26 Center Lathe 1650mm between centers Ajax AJ200E 1 27 Commutator undercutting machine 1 28 Induction heater for bearings 1 29 Balancing Machine for Rotor, Cardan shaft and Brake disc 1 30 Hand operated welding machine for item 29 1 31 Scissor lift table (1,000 x 1,500 mm) 1 tonne capacity 2

Trackwork

Item Description Quantity Note No. 1 Clamp plates (Emergency fishplates) 3 2 Gauge tie bars insulated (for emergency use) 6 3 Rail lifting beam 1 4 Sleeper lifting beam 2 5 Flood light set & generator 3 6 4-Kango Hammers and Generator 2 7 Rail saws 3 8 Rail drills 3 9 Sleeper drills 2 10 Sleeper saws 1

Page 266 of 289

11 Alumino-thermic welding kits 3 12 Weld shears 1 13 Hydraulic Rail Tensors (per one rail) 4 14 Electric arc welding kits 2 15 Grinder (hand held) for railhead faults 2 16 Rail head grinders (with rail rollers) 2 17 Rail flange grinders (with rail rollers) 2 18 Rail benders (single point) 1 19 Roller rail benders 1 20 Ballast hopper car 2 21 Rail flat wagon or bogies 2 22 Ballast Consolidators for sleeper ends (hand held vibrating plate) 3 23 Automated Liner only 1 24 Tamping machine (one man rig) 1 25 Track Condition Recording 1 26 Rail Tensors 1 27 Road/Rail Vehicle (crane) 1 28 Track Crew Wagon Road/Rail 1

Overhead Catenary System and Cablings

Item Description Note No. 1 Installation Vehicle Rail/Road 1 2 Ladder Trolley 1 3 Lorry for Cable Drums 1 4 Auxiliary Power units 1 ANNEX E: SPECIAL TOOLS, FIXTURES AND JIGS

LRV Maintenance

Item Description Quantity Note No. BOGIES 1 Measuring gauge to measure cross dimensions 1 2 Measuring gauge to measure wheel base 1 3 Measuring gauge to measure wheel gauge 1 4 Gauge for wheel diameters 1 5 Gauge to check wheel profile shape after machining 2 6 Gauge to check worn wheel profile shape 3 7 Jig for removal/assembly/ of traction motor from/to bogie 1 8 Fixture to press bolster ring bush 1 9 Fixture to press bearing bush in bolster 1 10 Fixture to press bearing bush in bolster (?) 1 11 Fixture to press bush spring of bolster bearing 1 12 Fixture to press steel bush in bolster 1 13 Remover of steel spring (of steel bush) in bolster 1 14 Fixture to stretch internal ring of axial bearing 1 15 Remover to pull off internal ring of axial bearing 1 16 Remover to pull off external ring of axial bearing 1 Fixture to dismantle and reassemble wheels (electric moment 17 1 spanner)

Page 267 of 289

LRV Maintenance

Item Description Quantity Note No. 18 Special palletes for transport of selected parts (set) 1 19 Stands for wheels and gearboxes (set) 1 20 Bogies disconnecting jigs 1

GEARBOXES 21 Spanner for nut of gearbox 2 22 Remover of hub 2 23 Fixture for measurement of gap of pinion bearing 1 24 Set of fixtures for assembly and dismantling of gearbox parts by 1 means of hydraulic press 25 Pushing yoke of gearbox sealing ring 1 26 Set of assembling jigs to replace gears 1 27 Fixture to press bearing external ring 1

BRAKE VALVES 28 Positioner to dismantle, repair and reassembly 2 29 Set of strikers of bushes 1 30 Set of fixtures to press bushes 1 31 Fixture to adjust brake valve pull 1

CARDANS 32 Pressure lubricating pump 1 33 Set of fixtures to replace needle bearings 1 34 Set of jigs for Balancing Machine 1

CONTACTORS AND RELAYS 35 Pedestal for line contactor 2 36 Stands for adjusting and testing of contactors 2 37 Gauge to check SA781, SC contactors, 16/3 mm 3 38 Gauge to check SA261, SE11 contactors, 10/2.5 mm 3 39 Gauge to check RA441, RA35 relays 4/1.5 mm 3 40 Gauge to check SL11A contactors, 16/3.5 mm 2 41 Tension meter to check pressures of contacts, 0-10N 3 42 Tension meter to check pressures of contacts, 0-60N 3 43 Gauge to check gaps of auxiliary contacts CA14, 1mm 3 44 Portable fixture to check contactor closing, I.e. adjustable stabilized 2 source approx. 3-30V 5amp

ELECTRIC EQUIPMENT, IN GENERAL 45 Testing fixture of regulator 1 46 Fixture to adjust slip/spin protection 1 47 Set of jigs to check separate units of regulator 1 48 Fixture (reduction) to bring out signals of unit connector 1 49 Jig (extending frame) to measure unit in regulator 1

TRACK BRAKES 50 Hooks for transport and handling 2

Page 268 of 289

LRV Maintenance

Item Description Quantity Note No.

DISC BRAKES 51 Set of jigs for Balancing Machine 1

TRACTION MOTORS WITHOUT REWINDING 52 Palette of traction motor 2 53 Palette of traction motor rotor 2 54 Tightener of traction motor bearer nut 1 55 Suspension lug for transport and handling 2 56 Traction motor stand (positioner) 2 57 Traction motor rotor suspension 2 58 Fixture for soldering of supply cables and internal connections 1 59 Fixture to measure commutator ovality 1 60 Hub remover 1 61 Fan remover 1 62 Bearing ring remover 1 63 Fixture to induction heat bearing rings 1 64 Tension meter to check pressure of brushes, 0 to 30N 2 65 Testing stand for traction motor test 1 66 Set of jigs for Balancing Machine 1

AUXILIARY MOTORS, TACHOALTERNATORS WITHOUT REWINDING 67 Palettes 5 68 Rotor palettes 5 69 Universal remover for faces, small fans, etc. (?) 2 70 Remover of bearing rings 1 71 Fixture to induction heat bearing rings 1 72 Fixture to measure commutator ovality 1 73 Set of jigs for Balancing Machine 1 74 Fixtures to press GUFERO seals 2 75 Tension meter to check pressures of brushes, 0 to 10N 2 76 Testing stand for test of small HT motors 1 77 Testing stand for minor motors 1

PANTOGRAPH 78 Universal remover for bearings 1 79 Fixture to measure pantograph pressure characteristics 1

DOORS 80 Fixture to adjust safe gap against squeezing/clamping of persons 3

MAIN CONTROLLERS 81 Template to check controller switching program 1

CAR BODY 82 Set of jigs for rerailing 1

Page 269 of 289

LRV Maintenance

Item Description Quantity Note No. 83 Jig to dismantle windows 1 84 Jig to reassemble windows 1 85 Palettes for windows 1 86 Palettes for doors 1 87 Palettes for covers 5 88 Accommodation bogies 18 89 Manipulation jig for pantograph 1 90 Manipulation jig for air condition 1 91 Manipulation jig for car section 1 92 Special palettes for transport of selected parts (set) 1

Page 270 of 289

Trackwork

Item No. Description Quantity Note 1 Safe rail lifters for stressing & pad changing 4 2 Rail Jack 10 3 Slewing Jacks 5 4 Turfors or winches for retarding bufferstops 2 5 Hand trolleys 4

Automatic Fare Collection System

Item No. Description Quantity Note SPECIAL TOOL 1 For TIM/Coin handling system 2 set 2 For TIM/reader encoder 2 set 3 For Gate Ticket transport 2 set 4 For A/D reader encoder 2 set 5 For E/S 2 set

Overhead Catenary System and Cablings

Item No. Description Quantity Note 1 Set of tools for OCS 1 set 2 Electrical Survey Tool for Cabling 1 set 3 Live Line Tester 2 sets

Page 271 of 289

ANNEX F: MEASURING INSTRUMENT

LRV Maintenance

Item Description Quantity Note No. 1 Tester to check cable circuits 10 2 Portable digital measuring instrument V.I.R. 3.5 - digital display 8 3 Portable digital measuring instrument R.L.C. 3.5 - digital display 2 4 Digital measuring instrument V.I.R. 4.5 - digital display 2 5 Portable digital measuring instrument to measure frame earthing 3 6 Portable digital measuring instrument to measure insulation 5 7 Portable digital memory oscilloscope with counter (TECTRONIX) 2 8 Adjustable source rated 5 to 24V 40 amp 2 9 High voltage source rated 0-4 kV 50 Hz 1 10 Portable jig to measure braking distances 1 11 Notebook to inspect doors and information of car 2 Adjustable power source to check current coils of relays rated 12 approx. 10V, 0 to 700 amp 1 13 Measurement to adjust headlamps 1 14 Contact thermometer to measure temperature rise 1 15 Stand for theodolite (?) 1 16 Theodolite to measure carbody and perpendicularity of pins (?) 1 17 Gauge to check welds, cracks, wear fractures also for the bogie 1

Trackwork

Item No. Description Quantity Note 1 Ultrasonic testers for rails & joints 2 2 Track geometry measuring trolley (hand pushed) 1

Automatic Fare Collection System

Item No. Description Quantity Note TEST EQUIPMENT 1 For TIM 2 set 2 For GATE 2 set 3 For A/D 2 set 4 For SCS 2 set

SPECIAL TEST EQUIPMENT 5 Coin handling system and reader encoder module 2 set 6 Ticket transport and reader encoder 2 set 7 Portable test unit 2 set

Traction Power Supply System

Item Description Quantity Note No. 1 Memory recorder 1

Page 272 of 289

2 Digital Counter 1 3 Clamp AC Ammeter 2 4 Clamp DC Ammeter 2 5 Multi-Meter 15 6 Frequency Meter 1 7 Working Lamp 30 8 Portable Generator 2 kVA 1 9 WH Meter 1 10 Illumination Level Meter 1 11 Noise Level Meter 1 12 Frequency Display 1 13 Power Factor Meter 1 14 RY Tester 1 15 Phase Sequence Detector for L.V. 2 16 Megger 2 17 Portable Tester 15 18 Ground Tester 2 19 Oil Test Kit for Laboratory Analysis 1

Page 273 of 289

Section VIII. Bidding Forms

Page 274 of 289

TABLE OF CONTENTS

FORMS ...... 276 BID FORM ...... 279 CONTRACT AGREEMENT FORM ...... 283 OMNIBUS SWORN STATEMENT ...... 284 BANK GUARANTEE FORM FOR ADVANCE PAYMENT ...... 286 BID SECURING DECLARATION ...... 287

Page 275 of 289

Forms

______

Page 276 of 289

FORM 1

LIST OF ONGOING CONTRACTS

As of ______

Name of Bidder:______

Specify whether as Description of Contract Date of Amount of Maintenance Client/Address Contract Services/Goods Period/Date of Contractor, Award Supplied Delivery Contract Manufacturer, Supplier or Distributor

Submitted By: (Print Name and Signature) Designation Submitted To:

DOTC / DOTC – MRT 3

Page 277 of 289

FORM 2

LIST OF COMPLETED CONTRACTS FOR THE PAST TWENTY (20) YEARS

As of ______

Name of Bidder: ______Specify whether as Maintenance Contract Contractor, Date of Description of Services/Goods Amount of Client/Address Contract Period/Date Manufacturer, Award Supplied Contract of Delivery Supplier or Distributor

Submitted by: Designation: Submitted to: (Print Name and Sign)

DOTC / DOTC – MRT 3

Page 278 of 289

Bid Form

Date: Invitation to Bid5 No:

To: [name and address of Procuring Entity]

Gentlemen and/or Ladies:

Having examined the Bidding Documents including Bid Bulletin Numbers [insert numbers], the receipt of which is hereby duly acknowledged, we, the undersigned, offer to [supply/deliver/perform] [description of the Goods] in conformity with the said Bidding Documents for the sum of [total Bid amount in words and figures] or such other sums as may be ascertained in accordance with the Schedule of Prices attached herewith and made part of this Bid.

We undertake, if our Bid is accepted, to deliver the goods in accordance with the delivery schedule specified in the Schedule of Requirements.

If our Bid is accepted, we undertake to provide a performance security in the form, amounts, and within the times specified in the Bidding Documents.

We agree to abide by this Bid for the Bid Validity Period specified in BDS provision for ITB Clause 18.2 and it shall remain binding upon us and may be accepted at any time before the expiration of that period.

Commissions or gratuities, if any, paid or to be paid by us to agents relating to this Bid, and to contract execution if we are awarded the contract, are listed below:6

Name and address Amount and Purpose of of agent Currency Commission or gratuity

(if none, state “None”)

Until a formal Contract is prepared and executed, this Bid, together with your written acceptance thereof and your Notice of Award, shall be binding upon us.

We understand that you are not bound to accept the lowest or any Bid you may receive.

We certify/confirm that we comply with the eligibility requirements as per ITB Clause 5 of the Bidding Documents.

5 If ADB, JICA and WB funded projects, use IFB. 6 Applicable only if the Funding Source is the ADB, JICA or WB. Page 279 of 289

Dated this ______day of ______20______.

[signature] [in the capacity of]

Duly authorized to sign Bid for and on behalf of ______

Page 280 of 289

For Goods Offered From Abroad

Name of Bidder . Invitation to Bid7 Number __. Page of .

1 2 3 4 5 6 7 8 9 Item Description Country Quantity Unit price CIF port of Total CIF or Unit Price Unit price Total Price of origin entry (specify port) or CIP price per Delivered Duty Delivered Duty delivered DDP CIP named place item Unpaid (DDU) Paid (DDP) (col 4 x 8) (specify border point or (col. 4 x 5) place of destination)

7 If ADB, JICA and WB funded projects, use IFB. Page 281 of 289

For Goods Offered From Within the Philippines

Name of Bidder . Invitation to Bid8 Number . Page of .

1 2 3 4 5 6 7 8 9 10 Item Description Country Quantity Unit price EXW Cost of local Total price Unit prices per Sales and other Total Price of origin per item labor, raw EXW per item item final taxes payable delivered Final material, and (cols. 4 x 5) destination and per item if Destination component2 unit price of Contract is (col 8 + 9) x 4 other incidental awarded services

8 If ADB, JICA and WB funded projects, use IFB. Page 282 of 289

Contract Agreement Form

THIS AGREEMENT made the _____ day of ______20_____ between [name of PROCURING ENTITY] of the Philippines (hereinafter called “the Entity”) of the one part and [name of Supplier] of [city and country of Supplier] (hereinafter called “the Supplier”) of the other part:

WHEREAS the Entity invited Bids for certain goods and ancillary services, viz., [brief description of goods and services] and has accepted a Bid by the Supplier for the supply of those goods and services in the sum of [contract price in words and figures] (hereinafter called “the Contract Price”).

NOW THIS AGREEMENT WITNESSETH AS FOLLOWS:

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

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

(a) the Bid Form and the Price Schedule submitted by the Bidder; (b) the Schedule of Requirements; (c) the Technical Specifications; (d) the General Conditions of Contract; (e) the Special Conditions of Contract; and (f) the Entity’s Notification of Award.

3. In consideration of the payments to be made by the Entity to the Supplier as hereinafter mentioned, the Supplier hereby covenants with the Entity to provide the goods and services and to remedy defects therein in conformity in all respects with the provisions of the Contract

4. The Entity hereby covenants to pay the Supplier in consideration of the provision of the goods and services and the remedying of defects therein, the Contract Price or such other sum as may become payable under the provisions of the contract at the time and in the manner prescribed by the contract.

IN WITNESS whereof the parties hereto have caused this Agreement to be executed in accordance with the laws of the Republic of the Philippines on the day and year first above written.

Signed, sealed, delivered by the (for the Entity)

Signed, sealed, delivered by the (for the Supplier).

Page 283 of 289

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 Bidder] with office address at [address of Bidder];

If a partnership, corporation, cooperative, or joint venture: I am the duly authorized and designated representative of [Name of Bidder] with office address at [address of Bidder];

2. Select one, delete the other:

If a sole proprietorship: As the owner and sole proprietor of [Name of Bidder], I have full power and authority to do, execute and perform any and all acts necessary to represent it in the bidding for [Name of the Project] of the [Name of the Procuring Entity];

If a partnership, corporation, cooperative, or joint venture: I am granted full power and authority to do, execute and perform any and all acts necessary and/or to represent the [Name of Bidder] in the bidding as shown in the attached [state title of attached document showing proof of authorization (e.g., duly notarized Secretary’s Certificate issued by the corporation or the members of the joint venture)];

3. [Name of Bidder] is not “blacklisted” or barred from bidding by the Government of the Philippines or any of its agencies, offices, corporations, or Local Government Units, foreign government/foreign or international financing institution whose blacklisting rules have been recognized by the Government Procurement Policy Board;

4. Each of the documents submitted in satisfaction of the bidding requirements is an authentic copy of the original, complete, and all statements and information provided therein are true and correct;

5. [Name of Bidder] is authorizing the Head of the Procuring Entity or its duly authorized representative(s) to verify all the documents submitted;

Page 284 of 289

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 Bidder] is related to the Head of the Procuring Entity, members of the Bids and Awards Committee (BAC), the Technical Working Group, and the BAC Secretariat, the head of the Project Management Office or the end-user unit, and the project consultants by consanguinity or affinity up to the third civil degree;

7. [Name of Bidder] complies with existing labor laws and standards; and

8. [Name of Bidder] is aware of and has undertaken the following responsibilities as a Bidder:

a) Carefully examine all of the Bidding Documents;

b) Acknowledge all conditions, local or otherwise, affecting the implementation of the Contract;

c) Made an estimate of the facilities available and needed for the contract to be bid, if any; and

d) Inquire or secure Supplemental/Bid Bulletin(s) issued for the [Name of the Project].

IN WITNESS WHEREOF, I have hereunto set my hand this __ day of ___, 20__ at ______, Philippines.

______Bidder’s Representative/Authorized Signatory

[JURAT]

* This form will not apply for WB funded projects.

Page 285 of 289

Bank Guarantee Form for Advance Payment

To: [name and address of PROCURING ENTITY] [name of Contract]

Gentlemen and/or Ladies:

In accordance with the payment provision included in the Special Conditions of Contract, which amends Clause 10 of the General Conditions of Contract to provide for advance payment, [name and address of Supplier] (hereinafter called the “Supplier”) shall deposit with the PROCURING ENTITY a bank guarantee to guarantee its proper and faithful performance under the said Clause of the Contract in an amount of [amount of guarantee in figures and words].

We, the [bank or financial institution], as instructed by the Supplier, agree unconditionally and irrevocably to guarantee as primary obligator and not as surety merely, the payment to the PROCURING ENTITY on its first demand without whatsoever right of objection on our part and without its first claim to the Supplier, in the amount not exceeding [amount of guarantee in figures and words].

We further agree that no change or addition to or other modification of the terms of the Contract to be performed thereunder or of any of the Contract documents which may be made between the PROCURING ENTITY and the Supplier, shall in any way release us from any liability under this guarantee, and we hereby waive notice of any such change, addition, or modification.

This guarantee shall remain valid and in full effect from the date of the advance payment received by the Supplier under the Contract until [date].

Yours truly,

Signature and seal of the Guarantors

[name of bank or financial institution]

[address]

[date]

Page 286 of 289

Bid Securing Declaration

REPUBLIC OF THE PHILIPPINES CITY OF ______)S.S. x------x

BID-SECURING DECLARATION 9 Invitation to Bid/ Request for Expression of Interest No. [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 in the form of a Bid-Securing Declaration.

2. I/We accept that: (a) I/We will be automatically disqualified from the 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 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. Adapt same instruction for similar terms throughout the document. 7Issued by the GPPB through GPPB Resolution 03-2012 on 27 January 2012.

Page 287 of 289

(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 ______

Page 288 of 289

Page 289 of 289