13.07.2015 Views

INVITATION TO APPLY FOR ELIGIBILITY AND TO BID - Clark.com.ph

INVITATION TO APPLY FOR ELIGIBILITY AND TO BID - Clark.com.ph

INVITATION TO APPLY FOR ELIGIBILITY AND TO BID - Clark.com.ph

SHOW MORE
SHOW LESS
  • No tags were found...

Create successful ePaper yourself

Turn your PDF publications into a flip-book with our unique Google optimized e-Paper software.

Office of the PresidentRepublic of the PhilippinesCLARK DEVELOPMENT CORPORATION<strong>INVITATION</strong> <strong>TO</strong> <strong>APPLY</strong> <strong>FOR</strong> <strong>ELIGIBILITY</strong> <strong>AND</strong> <strong>TO</strong> <strong>BID</strong>(Second Bidding)The <strong>Clark</strong> Development Corporation, through its Bids and Awards Committee (BAC), invites contractors registered with and classified by thePhilippine Contractors Accreditation Board (PCAB) to apply for eligibility and if found eligible, to bid for the hereunder contract:Name of Contract : Design-Build Services for the Proposed SCTEx-CFZ Entry/Exit GatesLocation : <strong>Clark</strong> Freeport Zone, PhilippinesBrief Description : The Project involves the Preparation of Detailed Engineering Design Services and Constructionof newly proposed entry/exit gates with Custom’s Bay Area: One (1) at Panday Pira AccessRoad and One (1) at <strong>Clark</strong> South InterchangeApproved Budget for the Contract : Thirty Two Million Thousand Pesos (Php 32,000,000.00)Minimum PCAB License Category /Classification: Medium A for Roads andMedium A for BuildingsContract Duration : One Hundred Fifty (150) Calendar DaysProspective bidders should possess a valid PCAB License applicable to the contract, have <strong>com</strong>pleted a similar contract both in design andconstruction with a value of at least 50% of the cost of the ABC, and have personnel and equipment available for the prosecution of the contract.The BAC will use non-discretionary pass/fail criteria in the Eligibility Check/Screening as well as the Preliminary Examination of Bids. The BAC willconduct post-qualification of the lowest calculated bid.All particulars relative to Eligibility Statement and Screening, Bid Security, Performance Security, Pre-Bidding Conference, Evaluation of Bids, Post-Qualification and Award of Contract shall be governed by the pertinent provisions of R.A. 9184 and its Implementing Rules and Regulation (IRR).The schedule of BAC activities is as follows:BAC ActivitiesSchedule1. Receipt from prospective bidders of Letters of Intent (LOI) including ApplicationUntil January 28, 2009for Eligibility2. Issuance of Eligibility Forms January 21-28, 20093. Receipt and Opening of Eligibility Requirements January 30, 2009(2:00 p.m.) OSAC 2 Conference Room,Second Floor, Bldg. 2127The BAC will issue to prospective bidders Eligibility Forms at the Office of the Bids and Awards Secretariat, 3 rd floor Bldg. 2127, C. P. Garcia Street,CDC Corporate Center, <strong>Clark</strong> Freeport Zone, Philippines, upon their submission of a LOI, and upon their payment of a non-refundable amount ofPhp 1,000.00 in the form of cash to the CDC Cashier. Prospective bidders shall submit the Eligibility Requirements to the BAC at the said address.They may also obtain the results of the Eligibility Check by the BAC at the address below.Office of the Bids and Awards Secretariat3 rd floor Bldg. 2127 C.P. Garcia StreetCDC Corporate Center, <strong>Clark</strong> Freeport Zone, Philippines 2023Tel. Nos. (045)5997028/5999000 local 821 & 932e-mail: bacsecretariat@clark.<strong>com</strong>.<strong>ph</strong> website: www.clark.<strong>com</strong>.<strong>ph</strong>The BAC will issue Bidding Documents only to bidders declared by the BAC to be eligible for the bidding upon payment of a non-refundable amountof Php 20,000.00 in the form of cash to the CDC Cashier.The <strong>Clark</strong> Development Corporation assumes no responsibility whatsoever to <strong>com</strong>pensate or indemnify bidders for any expenses incurred in thepreparation of their bids. CDC reserves the right to accept or reject any bid, and to annul the bidding process and reject all bids at anytime prior tocontract of award, without thereby encountering any liability to the affected bidder or bidders.Approved By :(Sgd.)PEPI<strong>TO</strong> M. GALANGBAC Chairman


SCOPE OF WORK<strong>FOR</strong> THE DESIGN-BUILD SERVICES<strong>FOR</strong> THE PROPOSED SCTEx-CFZ ENTRY/EXIT GATES1.0 INTRODUCTIONIn the early ‘90s, the <strong>Clark</strong> Development Corporation (CDC) has initially planned for implementation itsMain Zone’s road network and other infrastructure development projects in line with the then existing<strong>com</strong>prehensive master development plan. The CDC management was able to have its set of projects<strong>com</strong>pleted to be<strong>com</strong>e an integral part of the former <strong>Clark</strong> Special Economic Zone (CSEZ) envisioned as aworld class international aviation <strong>com</strong>plex, modern industrial estate, trade and tourism center due to itsstrategic location in Asia, and the existence of infrastructure facilities and utilities.Some time in 2003, in conjunction with the vision of Her Excellency Gloria Macapagal Arroyo for thedevelopment of the Central Luzon Region as a global gateway, the construction of the Subic-<strong>Clark</strong>-TarlacExpressway (SCTEx) project was started. The space for linkage with CSEZ (now <strong>Clark</strong> Freeport Zone orCFZ), by constructing access roads and access ramps was made clear on the 18 th of April 2008 whenPresident Arroyo led the ribbon cutting ceremony at the proposed <strong>Clark</strong> South Interchange site. On the28 th of April 2008, the SCTEx was officially opened to <strong>com</strong>muters. With these momentous events, theCDC, consistent with its vision of a world-class aviation-led metropolis and economic center and inanticipation of the target <strong>com</strong>pletion of the Panday Pira Road and <strong>Clark</strong> South Interchange by December2008 and by February 2009, respectively, planned the construction of its Entry Control Facilities (ECF):SCTEx-CFZ Entry/Exit Gates and appurtenant infrastructure facilities expected to serve as major ways toand from the SCTEx and CFZ.Considering this new development and realizing CFZ as a future vital regional hub, and still in line withCDC’s vision of be<strong>com</strong>ing a globally-<strong>com</strong>petitive and efficient economic center for aviation, business andleisure, it is deemed that SCTEx-CFZ Entry/Exit Gates serving the SCTEx-CFZ linkages through the newlybuilt Panday Pira Road and the <strong>Clark</strong> South Interchange be soundly planned and designed.Specifically, CDC requires a Design and Build Services for these SCTEx-CFZ Entry/Exit Gates that<strong>com</strong>plement and serve the SCTEx-CFZ South Interchange at CFZ’s Industrial Estate-5 Area and theSCTEx-CFZ North Interchange at CFZ’s Panday Pira Road.CDC shall bid out the design-build services for the said SCTEx-CFZ Entry/Exit Gates. This project,“Design-Build Services for the Proposed SCTEx-CFZ Entry/Exit Gates”, shall be referred to after as the“WORK”.The undertaking is aimed for the <strong>com</strong>plete construction of ECF and appurtenant structures at the two (2)SCTEx–CFZ linkage areas for adequate security, safety and maximized vehicular traffic flow as theyprovide main entry points for all personnel, visitors and deliveries to CFZ without undue delays.2.0 OBJECTIVES OF TERMS OF REFERENCE (<strong>TO</strong>R)The CDC wishes to engage the services of a qualified Design-Build Firm to prepare the detailedarchitectural and engineering design plans as well as undertake the construction of the proposed newSCTEx-CFZ Entry/Exit Gates. The objectives of the <strong>TO</strong>R are as follows:2.1 To provide the Designer-Builder with the background information regarding the preparation andsubmittal of the proposal;


2.2 To provide the Designer-Builder with the background information regarding the proposedproject which should be handled in the shortest possible time, at the lowest possible cost andat an acceptable quality and performance;2.3 To outline the Terms of Contract to be negotiated between CDC and Designer-Builder; and2.4 To outline the “Work” of the Designer-Builder that has to be performed under the terms of itscontract with CDC.3.0 ROLE OF THE DESIGNER-BUILDER3.1. The Designer-Builder, for which this <strong>TO</strong>R applies, shall provide technical services in thepreparation of the detailed engineering design for the proposed SCTEx-CFZ Entry/Exit Gateswithin the viable cost range and established design level. The design services shall be carriedout in accordance with the CDC-Engineering, Construction and Maintenance Department(ECMD) approved Design Guidelines, Criteria and Standards.In this regard, the Designer-Builder or the key personnel to be assigned must have professionalexperience <strong>com</strong>patible with the undertaking.3.2. The Designer-Builder shall also implement the construction activities to <strong>com</strong>plete the project inaccordance with the approved construction drawings and specifications and the scope of workas specified in the contract. The Designer-Builder shall carry out the construction activitiesunder the supervision of assigned CDC–ECMD qualified technical staff.3.3. The Designer-Builder shall <strong>com</strong>plete the services or “Work” within 150 calendar daysscheduled as follows:3.3.1 Detailed Design Phase including review by CDC-ECMD technical staff should be<strong>com</strong>pleted within 60 calendar days.3.3.2 Construction Phase should be <strong>com</strong>pleted within 90 calendar days.4.0 EXTENT OF THE PROJECTThe project consists of providing design-build services to two (2) Entry/Exit Gates; one (1) located atSCTEx-CFZ linkage area (Panday Pira Access Road) and one (1) located at the SCTEx-CFZ linkage area(Spur Underpass Access Road). Each of the Entry/Exit Gates shall include Traffic Calming,Landscaping, Roadway, Geometric Roadway Design, Site Lighting, Commercial Truck Holding Area,Visitor Parking/Commercial Vehicles Inspection and Holding Area, Gatehouse, Pull-Off AlternateInspection Area, Custom Clearance/Inspection Area, Site Drainage and other appurtenant structures.5.0 GENERAL CONDITIONSThe following are the conditions/design criteria under which the proposed project shall be designedand constructed:3.1 Project Objectives3.1.1 Construction of World-Class ECF: SCTEx-CFZ Entry/Exit GatesTo provide main entry points for all personnel, visitors and deliveries to CFZ withoutundue delays through maximized vehicular traffic flow, adequate security and safetywith positive impression and prestige to the CFZ.


3.1.2 Construction of LandscapeTo depict a model projecting the harmony between nature and developmentem<strong>ph</strong>asizing the prime concern for environmental preservation and balanced growth,landscape plantings will be used so as to dramatically improve the aesthetics of theinstallation and visitors’ first impressions of the CFZ.3.1.3 Upgrading of Systems and Management to World-Class StandardsTo provide the public, CDC clients and investors the wel<strong>com</strong>e atmos<strong>ph</strong>ere andconvenience while considering the maintenance of an acceptable level of security,control and safety.3.2 Project ProcessTo implement and <strong>com</strong>plete the design development and construction of the proposed project ata Guaranteed Maximum Price as per scope of work described herein, and as approved by CDC,the project owner.The Designer-Builder shall provide for its account all materials, labor, equipment, tools,instruments and appliances needed or necessary to <strong>com</strong>plete the “Work”:• Development of Theme Concept and Preliminary Scheme, Design of Site Developmentand its Aesthetic Features.• Detailed Architectural and Engineering Design of the approved Site DevelopmentPlan and Theme Gateway Works.• Construction of the proposed Site Development and Theme Gateway Works and itsrequired Infrastructures and Appurtenances.The required design development and construction works shall be <strong>com</strong>pleted within a projecttimeframe of One-Hundred Fifty (150) calendar days.3.3 Implementing PhaseThe project shall be organized into implementing <strong>ph</strong>ases as per location and scope of discipline,namely as:Phase 1 Design and Construction of Approach /Queuing1.1 Traffic Calming1.1.1 Provisions for restricting traffic flow approaching the ID check area during increasedforce protection conditions.1.1.2 Road alignment (circle, serpentine)1.1.3 Drop-in or retractable bollards (to cause serpentine traffic flow1.1.4 Swing gates1.1.5 Speed humps or speed table1.1.6 Pavement texture1.2 Landscaping Theme Sculpture1.3 Roadway and Geometric Roadway Design


1.4 Site Lighting1.3.1 Roadway and Shoulder Sections1.3.2 Alignment of Two (2) Units Entry/Exit Gates: one (1) with <strong>Clark</strong> North InterchangeHighway and Prince Balagtas Avenue and one (1) with <strong>Clark</strong> South Interchange andSpur Road 1.1.3.2.1 Alignment of the gateway roadway approaches.1.3.3 Setting of right-of-way1.3.4 Lanes, medians, curbs and gutters, shoulders, transition tapers, corner radii, andchannelization islands1.3.5 Off-street parking lots and pavement surfaces1.5 Light Sources1.6 Commercial Truck Holding AreaPhase 2 Design and Construction of Visitor Parking/Commercial Vehicles Inspection and HoldingArea2.1 Parking Areas paving and surfacing2.2 Construction of curbs and gutters2.3 Construction of new drainage systems for the Parking Areas2.4 Installation of Parking Area Lightings2.5 Construction of Utility Rooms and Comfort Rooms2.6 Electrical Utilities for Parking Areas, Lighting System, Main Panel and Control BoardsPhase 3 Design and Construction of Gatehouses and Gateways3.1 Construction of new Visitor Gatehouses and Gateways to ac<strong>com</strong>modate the roadway lanes3.2 Construction of Canopies, ID Checking Stations and Denial/Exit Areas3.3 Installation of new signages3.4 Electrical utilities for the Gatehouses and Frontal Lighting SystemPhase 4 Design and Construction of Pull-Off Alternate Inspection Area4.1 Clearing and earthworks4.2 Site grading and soil stabilization4.3 Base preparation4.4 Parking area paving and surfacing4.5 Appurtenant structures and facilitiesPhase 5 Design and Construction of Custom Clearance/Inspection Area5.1 Driver Waiting Areas5.2 Guard ShacksPhase 6 Others6.1 Construction of facilities for fire protection


6.2 Communications function and design of ECF’s internal and external<strong>ph</strong>ones and data connectivity systems6.3 Hook-ups for energy monitoring and control systems6.4 Domestic water and sanitary systems3.4 The Work to be done shall consist of the design and construction, <strong>com</strong>plete in all details, of theworks at the subject premises, and all work and materials incidental to the Work unless expresslystated to be done by others.3.5 All work shall be done in accordance with the governing Codes and Regulations and with theseSpecifications, except where same shall conflict with existing Codes, etc., in which the latter shallthen govern.3.6 The requirements in regard to materials and workmanship specify the required standards for thefurnishing of all labor, materials, tools, appliances and equipment necessary for the <strong>com</strong>pleteinstallation of the work specified herein and indicated on the drawings. These specifications areintended to provide a broad outline of the required installation, but not intended to include alldetails of design and construction.3.7 The Designer-Builder shall adopt his proprietary technique to guarantee the safety andperformance of the system in accordance with the concepts and criteria set by thesespecifications. The Designer-Builder must be experienced in the works involved.3.8 No consideration will be granted for any alleged misunderstanding on the quality of materials tobe furnished or work to be done, it being understood that the submission of a proposal is anAgreement to all items and conditions referred to herein. If specified materials are not locallyavailable, the Designer-Builder must immediately place an order as soon as the project isawarded to him. Any exceptions, omissions or substitutions shall be presented in writing with theDesigner-Builder’s proposal.3.9 The Designer-Builder, before <strong>com</strong>mencing work, shall examine the proposed location of theproject and all adjoining areas on which this work is in any way dependent for perfectworkmanship according to the intent of these specifications and shall report to the Owner’srepresentative any conditions which will prevent the Designer-Builder from performing the workaccording to requirements. No waiver of responsibility for defective work will be considered unlessnotice has been filed at the time the Designer-Builder firm submitted its proposal.It is the intention of these Specifications to call for furnished work tested and ready for operation.Whenever the word “provide” is used, it shall mean “furnish and install, <strong>com</strong>plete and ready foruse”. Minor details not usually shown or specified, but necessary for the proper and efficientinstallation shall be included in the work, the same as if herein specified or shown.6.0 DESIGN <strong>AND</strong> BUILD ACTIVITIES6.1 DESIGN PHASE:The activities of the Designer-Builder for the detailed design <strong>ph</strong>ase would include but notlimited to the following:


6.1.1 REVIEW OF EXISTING IN<strong>FOR</strong>MATIONReview the information <strong>com</strong>piled by CDC on the preliminary studies, basic designparameters and conceptual layouts.6.1.2 <strong>TO</strong>POGRAPHIC <strong>AND</strong> HYDROLOGICAL SURVEYSCarry out necessary field surveys of the sites for the proposed projects. It is envisagedthat the survey would include staking, establishing horizontal control points andbenchmarks and all necessary cross-sections and topogra<strong>ph</strong>ic surveys of the proposedgates and parking area and/or existing structures. The accuracy of surveys andrequirements for closure of horizontal and leveling traverses will be as directed.6.1.3 SOILS <strong>AND</strong> MATERIALS INVESTIGATIONSThe qualified Designer-Builder shall perform borings and detailed soil investigations ofthe proposed sites. For the parking area, both disturbed and undisturbed samples willbe taken undisturbed soil at intervals sufficient to determine the requirement for thepavement foundation. Analysis and testing will be carried out as required on thedisturbed samples and on the materials in accordance with the latest AASH<strong>TO</strong> and ASTMStandards.6.1.4 PAVEMENT EVALUATION <strong>AND</strong> DESIGNConduct <strong>com</strong>plete and <strong>com</strong>prehensive studies and design evaluation to determine themost suitable and economic pavement design for the construction of parking area inaccordance with the latest TRRL or <strong>com</strong>parable guidelines.6.1.5 ARCHITECTURAL/STRUCTURAL EVALUATION<strong>AND</strong> DESIGNDesign criteria for the guard house, custom’s parking area and other facilities should bein accordance with the provisions of the AASH<strong>TO</strong>, National Building Code, Code ofProfessional Practice, and other related pertinent codes and laws of the Philippines, oras may be prescribed by CDC–ECMD Design Guidelines and Standards.6.1.6 HYDROLOGICAL <strong>AND</strong> HYDRAULIC STUDIESCarry out a hydrological study for all drainage structures either existing or proposed withcareful analysis of all available data, including rainfall and flood records, supplementedwith details and flood inspection. Catchments areas will be determined from availablemaps and field investigations. Studies will be made on the existing road side anddrainage for adequacy of cross-over culverts and side and run-off ditches. All springsand possible water sources shall be investigated. Road and pavement elevations,drainage, channel, side ditches, should be designed adequately to prevent flooding anderosion of the finished roads and ramps.6.1.7 DRAWINGS SUBMITTALSubmission of a set of detailed and <strong>com</strong>plete construction plans for each entry/exitgates that would include Guard House, Custom’s Building and Parking Area, Gatewayand Road Approaches, Site Drainage, Lightings, and Landscaping.


Drawings submittal for each gate shall be one (1) <strong>com</strong>plete set of original copy and five(5) sets of blue prints signed and sealed by the Design Engineer.6.1.8 UTILITY RELOCATION PLANSDuring the design period prepare Utility Relocation Plans showing the position of allexisting utilities including electric and tele<strong>ph</strong>one poles and cables, water mains, etc.,which as a result of improvement and/or new construction, will have to be relocated.The proposed new position of utilities will be shown on the Relocation Plans in red.6.1.9 QUANTITIESCompute all construction quantities for each entry/exit gate to an accuracy of +/- 10%and prepare Bill of Quantities (BOQ) in the manner and form specified by CDC.6.1.10 SPECIAL PROVISIONPrepare written specifications for specific items of work or methods of construction,measurement and payment.6.1.11 UNIT PRICE ANALYSISPrepare detailed analysis of all application unit prices using cost indices, rental rates,etc. divided into local and foreign exchange <strong>com</strong>ponents.6.20 CONSTRUCTION PHASEThe activities of the Designer-Builder for the construction <strong>ph</strong>ase would include but not limited tothe following:6.2.1 PROJECT IMPLEMENTATION/CONSTRUCTIONThe Designer-Builder shall carry out and <strong>com</strong>plete all items of work within the scope ofworks in accordance with the approved plans and specifications.6.2.2 ENGINEERING SUPPORT SERVICESThe Designer-Builder shall prepare approved major modifications/changes in design, ifany, during the construction implementation.6.2.3 PROGRESS REPORTSThe Designer-Builder shall prepare daily activity reports, weekly and monthlyac<strong>com</strong>plishment reports supported with progress <strong>ph</strong>otogra<strong>ph</strong>s and S-Curves to monitoractual progress status report and to be used as basis for progress billing.7.0 TERMS <strong>AND</strong> CONDITIONS7.1 The Designer-Builder, upon request, may be provided as advance payment the amount equal tofifteen percent (15%) of the total contract price upon the submission of an irrevocable standbyLetter of Credit of equivalent value issued by an entity acceptable to the agency.


7.2 The cost of the Design-Build Services for the SCTEx-CFZ Entry/Exit Gates shall be fixed pricecontract. Any extension of contract time shall not involve any additional cost.7.3 The Designer-Builder shall prepare Detailed Cost Estimate for the project: one (1) set for theDesign Phase and one (1) set for the Construction Phase to establish a unit price of the pricecontract based on the approved proposed Project Outline and this <strong>TO</strong>R.7.4 The Designer-Builder shall <strong>com</strong>mence work within (7) calendar days from the date of receipt ofNotice-to-Proceed. The design and construction of the project shall be <strong>com</strong>pleted within 150calendar days from the date of effectivity of the Agreement.8.0 REPORTS <strong>TO</strong> BE SUBMITTED8.1 The Designer-Builder shall submit five (5) copies of the following reports and document, all inEnglish, with a general format and content acceptable to CDC. These reports shall besubmitted in accordance with the schedule included in the technical proposal approved by CDC:8.1.1 CONSULTANT’S COMMENTSCovering the CDC’s preliminary studies and basic design criteria to be submitted withinfive (5) days after the issuance of Notice to Proceed.8.1.2 SURVEY DATA REPORTComplete data for site, topogra<strong>ph</strong>ic, geotechnical, and geological surveys, coordinatesand elevation references, power supply and other requirements as may be deemednecessary.8.1.3 SOILS <strong>AND</strong> MATERIALS REPORTSummarizing the results, analysis and evaluation of the soils investigation for theparking area, and other facilities.8.1.4 GEO-TECHNICAL REPORTSummarizing the results, analysis and evaluation of the soils investigation for theparking area and other facilities.8.1.5 HYDROLOGY REPORTSummarizing the hydrological studies, their locations, conclusions drawn from studies,and design data for culverts, drainage channels, and slope protection works.8.1.6 QUANTITY CALCULATIONSComplete calculations for every item of construction work specified in the Bill ofQuantities.8.1.7 DESIGN REPORTSummarizing the basis for the design presented and including all design calculationsproperly indexed.


8.1.8 UNIT PRICE ANALYSISShowing sources of data and all calculations made in determining the unit price of eachitem of work, including profit factor, overhead, contractor’s tax, etc.8.1.9 CONSULTANT’S ESTIMATEFinal Cost Estimates for each entry/exit gate utilizing the quantities and unit pricedetermined under 8.1.6 and 8.1.8 (to be submitted within sealed confidential cover).8.1.10 GEOMETRIC DESIGN OF GATEWAY <strong>AND</strong> ROAD APPROACHES8.1.10.A Layout containing information on the right-of-way, lane width median, curband gutter, shoulders, lateral and vertical clearances, transition tapers, turning lanes,parking turnout, parking lot, parking spaces, channelization islands, pavement surface,drainage, utility location, landscape and fences.8.1.10.B Traffic control signages to include regulatory, warning and guide signs,flashing signals, lane reversal, cones, pavement markings and emergency closure.8.1.10.C Roadway lighting to indicate illumination, placement and lighting supports.8.1.11 DRAWINGS SUBMITTALSubmittal shall include topogra<strong>ph</strong>ic and hydrological surveys and design drawings suchas site development, architectural, civil, structural, electrical, sanitary, and plumbingplans.8.2 The Contractor shall oblige to the submission and deliberation of the following reports:9.0 STAFF REQUIREMENT8.2.1 Inception Report – to be submitted one (1) week after the official start of the project insix (6) bounded copies and CD copy.8.2.3 Interim Progress/Status Report - to be submitted during request for progress billing.8.2.2 Draft Final Report – to be submitted on the seventh week in six (6) bounded copies andCD copy.8.2.3 Final Report – to be submitted one (1) week after the return of the draft final reportwith <strong>com</strong>ments, re<strong>com</strong>mendations and conclusions, as well as <strong>com</strong>pilation of reportspreviously submitted, in six (6) bounded copies and CDC copy.The Contractor shall provide adequate and qualified staff to perform the services described herein. Thegeneral qualifications for the key personnel are as follows:9.1 Project Manager – experienced in the direction and administration of activities pertinent tothe planning, design and construction of infrastructure projects.


9.2 Highway Engineer – with substantial and varied experience in the fields of highway, location,surveying, hydraulics, highway design and plan preparation and capable of preparing standardformats and guidelines.9.3 Drainage Engineer/Hydrologist – with wide experience in carrying out hydrological studiesof drainage structures.9.4 Materials/Soils Engineer – with extensive laboratory and field experience related tomaterials testing and quality control, and evaluation and design of as<strong>ph</strong>alt and concretepavement.9.5 Structural Engineer – with extensive experience in building structural design and constructionand has substantial knowledge of the principles and practices in earthquake design of buildingstructures.9.6 Architect – with extensive experience in site planning, landscaping and architectural design ofbuilding structures.9.7 Cost/Quantity/Specs Engineer – with wide experience in the preparation of tenderdocuments and technical specifications, and in the preparation of detailed analysis of allapplicable unit prices.9.8 Project Engineer – should be a Civil Engineer with extensive experience in thesupervision/implementation of infrastructure projects.9.9 Electrical Engineer – with extensive experience in building electrical design and constructionand has substantial knowledge in the electrical systems design of entry controlled facilities.10.0 DATA <strong>AND</strong> LOCAL SERVICES <strong>TO</strong> BE PROVIDED BY CDC10.1 The CDC will provide the Design-Build Proponent with:10.1.1 Basic design guidelines and criteria/standards;10.1.2 Initial Schematic Plans;10.1.3 Soil Test results within CFZ;10.1.4 Plans of Panday Pira and Spur Underpass Access Roads; and10.1.5 Available maps (Detailed Plans/Maps of SCTEx within CFZ).10.2 With regards to <strong>com</strong>munication with the Designer-Builder that requires the cooperation of otheragencies, the CDC will provide liaison and will ensure the Designer-Builder’s access to allinformation required as may be allowed by law for the performance of these services.11.0 ADDITIONAL IN<strong>FOR</strong>MATION11.1 Environmental Assessment – the Designer-Builder shall perform a <strong>com</strong>prehensive evaluation ofpossible adverse environmental impact on the <strong>com</strong>munity/Freeport Zone which would beattributed to the proposed infrastructure project. The assessment must be professional,thorough and documented in sufficient detail to demonstrate conclusions presented. There mustbe full <strong>com</strong>pliance with the environmental assessment guidelines, as well as with any additionallaws, decrees or regulations which may be applicable.


11.2 The Designer-Builder shall observe and report any adverse implication and/or effects of theconstruction on the natural environment. As necessary, the Designer-Builder will implement therequired remedial measures to minimize and avoid any damage.12.0 <strong>BID</strong> EVALUATION <strong>AND</strong> SELECTION PROCESSThe Design-Build Proposal shall be evaluated using a Two-Step Procedure:12.1 First-Step Procedure: The first step of the evaluation shall involve the review of thepreliminary conceptual designs and track record submitted by the contractor as indicated inthe bid documents using a non-discretionary “pass/fail” criteria that involve <strong>com</strong>pliance withthe following requirements:12.1.1 Adherence of preliminary design plans to the required performance specifications andparameters and degree of details;12.1.2 Concept of approach and methodology for detailed engineering, design and constructionwith em<strong>ph</strong>asis on the clarity, feasibility, innovativeness and <strong>com</strong>prehensiveness of theplan of approach, and the quality of interpretation of project problems, risks, andsuggested solutions; and12.1.3 Quality of personnel to be assigned to the project which covers suitability of key staff toperform the duties of the particular assignments and general qualifications and<strong>com</strong>petence including education and training of the key staff.12.2 Second-Step Procedure: Only those bids that passed the above criteria shall be subjected tothe second step of evaluation.The SBAC-DBS shall open the financial proposal of each “passed” bidder and shall obtain thecorrect calculated prices. The financial bids as so calculated shall be ranked, in ascending order,from lowest to highest. The bid with the lowest price shall be identified as the LowestCalculated Bid (LCB).13.0 SUBMISSION OF <strong>BID</strong>The Technical and Financial Proposals shall be submitted together in a sealed envelope marked“Technical and Financial Proposal for the Design-Build Services of SCTEx-CFZ Entry/Exit Gates” notlater than _________________ at the office of the Secretariat of the Bids and Awards Committee(BAC) for the said project, <strong>Clark</strong> Development Corporation, 3 rd floor, Building 2127, C. P. Garcia Streetcorner E. Quirino Street, CFZ, Pampanga. The sealed envelope shall be addressed to:14.0 LIST OF ABBREVIATIONSChairman, BAC<strong>Clark</strong> Development Corporation3 rd Floor, Building 2127, C. P. Garcia Streetcorner E. Quirino Street, <strong>Clark</strong> Freeport Zone,Pampanga<strong>TO</strong>R - Terms of ReferenceBAC-DBS - Bids and Awards Committee for Design-Build Services


CDC - <strong>Clark</strong> Development CorporationCSEZ - <strong>Clark</strong> Special Economic ZoneCFZ - <strong>Clark</strong> Freeport ZoneSCTEx - Subic-<strong>Clark</strong>-Tarlac ExpresswayECMD - Engineering, Construction and Maintenance DepartmentAASH<strong>TO</strong> - American Standard of State Highway and Transportation OfficialsASTM - American Society of Testing MaterialsTRRL - Transport and Road Research LaboratoryCSI - Construction Specifications InstituteACI - American Concrete InstituteBOQ - Bill of Quantities

Hooray! Your file is uploaded and ready to be published.

Saved successfully!

Ooh no, something went wrong!