Vous êtes sur la page 1sur 23

TERMS OF REFERENCE FOR THE PROPOSED

BRIDGE CONSTRUCTION REPLACEMENT PROGRAM (BCRP) I


DESIGN AND BUILD BRIDGES IN REGION IV-A
CONTRACT PACKAGE 4

1.0 PROJECT INFORMATION

1.1 Project Description and Significance

The Proposed project is a Design and Build Bridges composed of eight


(8) bridges including Approaches to be constructed in Region IV-A
under the Bridge Construction and Replacement Program
(BCRP) I, Contract Package No. 4.

Four (4) of the bridges are located in the 4 th District of Quezon


Province. Whereas the two (3) of the bridges are located in the 2 nd and
4th District of Laguna Province, while one (1) of the bridges found in the
3rd District of Batangas Province.

The project covers a total length of 287.00 linear meters that could
make its surrounding communities be accessible to all towns that could
also contribute in the process of economic growth by means of poverty
alleviation through efficient and effective Land Transportation System.

The names of the bridges are as follows with the proposed lengths to
be constructed:

Type of Bridge Bridge


No Name of Road (proposed Station Top
Span
. Bridge Name replacement/co (Abut. A) Elevatio
nstruction) n
Terms of Reference for the proposed Bridge Construction Replacement Program
(BCRP) I
Design and Build Bridges in Region IV, Contract Package 4

Rizal
Boundary- PSCG Type V 35.00 m Sta.
Nanguma 101.500
Famy- (with Bored Piles (single 76+093.1
1 Bridge m
Quezon for Abutments) span) 55
Road
Talisay RCDG
15.00 m Sta.
Sta. Maria III Laurel- (with Precast Pile
(single 82+294.4 73.360 m
2 Bridge Agoncillo for Abutments)
span) 24
Road
RCDG
21.00 m Sta.
Manila (with Precast Pile
Sala Bridge (single 43+677.5 38.48 m
3 South Road for Abutments)
span) 90
MSR Jct- RCDG
60.00 m Sta.
San Francisco Lopez- (with Bored Piles
(3@ 20.00 228+190. 44.62 m
4 Bridge Catanauan for Abutments
m) 16
Road and Piers)
RCDG
MSR Jct-
(with Spread 42.00 m Sta.
San Miguel Lopez-
Footing for (3@ 14.00 235+264. 78.24 m
5 Dau Bridge Catanauan
Abutment and m) 88
Road
Piers)
MSR Jct- RCDG
42.00 m Sta.
Cogorin Lopez- (with Precast Pile
(3@ 14.00 226+019. 81.10 m
6 Bridge Catanauan for Abutment and
m) 40
Road Piers)
Calamba-
PSCG Type IV-B 30.00 m Sta.
Sta. Cruz
Bay II Bridge (with Precast Pile (single 67+300.9 14.566 m
7 Famy Jct
for Abutments) span) 33
Road
RCDG
Quezon- (with Precast 42.00 m Sta.
Sangirin
Alabat Concrete Pile for (3@ 14.00 390+024. 14.53 m
8 Bridge
Perez Road Abutment and m) 60
Piers)
Note: The actual stationing shall be determined during the Detailed Engineering
Design.

Included in the Terms of Reference is the following information for each


bridge:

1. Project Profile
2. Vicinity and Location Map
3. Bridge Inventory of Existing Bridge Condition

TOR - 2
Terms of Reference for the proposed Bridge Construction Replacement Program
(BCRP) I
Design and Build Bridges in Region IV, Contract Package 4

4. Bridge Conceptual Design


5. Roadway Survey Cross Section
6. Traffic Conditions
7. Environmental and Social Impact Study
8. Geotechnical Investigation Report
9. Sources of Materials
10.Geological and Geo-hazard Assessment
11.Hydrological Study
12.Technical Study of Alternative Type of Structure

1.2 Contractual Framework

The contractual arrangement to be used for the project is the Design


and Build Scheme. Under this scheme the Procuring Entity awards a
single contract for the architectural/engineering design and
construction to a single firm, partnership, corporation, joint venture or
consortium.

1.3 Minimum Qualifications of Proponent

The eligibility requirement shall comply with the provisions of Sections


9, 10 and 11 of Annex G of the Revised IRR of RA 9184.

2.0 SCOPE OF THE CONTRACT

2.1 Obligations of the Contractor/Consultant

a. Undertake detailed engineering design (DED) including the conduct


of topographic, hydrographic and cross-section surveys,
geotechnical and geological investigations, hydrologic
investigations, drainage surveys and parcellary surveys which
conforms with the performance specifications (minimum design
standards) prescribed by the Department of Public Works and
Highways (DPWH).

b. Preparation of Resettlement Action Plan.

c. The project shall be constructed according to the DED prepared by


the winning Bidder and approved by the DPWH, and in compliance
with the Minimum Performance Standards and Specifications

TOR - 3
Terms of Reference for the proposed Bridge Construction Replacement Program
(BCRP) I
Design and Build Bridges in Region IV, Contract Package 4

(MPSS) for Construction herein prescribed. The said MPSS for


construction includes conformance to the provisions pertaining to
highways and bridges under the DPWH Standard Specifications for
Public Works and Highways, 2013 Edition, Volume II-Highways,
Bridges and Airports (Blue Book). The blue Book prescribed, among
other things, the materials requirements and construction
requirements for different items of work, including the tests to be
conducted during construction by the Concessionaires or its
designated contractor. The Blue Book incorporates pertinent
provisions of the AASHTO, American Society for Testing and
Materials (ASTM), and ACI, among other standards.

d. The contractor shall be held liable for design and structural defects
and/or failure of the completed project within the warranty period
specified in Section 62.2 of the Revised IRR of RA 9184.

e. Provide Traffic Management Plans and responsible for traffic


management during construction.

f. Conduct Value Engineering Study to determine the most economical


scheme.

2.2 Obligations of the DPWH

a. Negotiate/acquire road right of way, with assistance from the


concerned DPWH Regional Offices and District Engineering Offices
(DEOs), Contractor/Consultant, Local Government Units (LGUs) and
other involved agencies/entities.

b. Initiate, coordinate and negotiate with the utility owners, etc. that
will be affected by the project, with assistance from the concerned
DPWH Regional Offices and District Engineering Offices (DEOs),
Contractor/Consultant, Local Government Units (LGUs) and other
involved agencies/entities.

c. Assist and Secure ECC/CNC from the DENR/EMB, with assistance


from the concerned DPWH Regional Offices and District Engineering
Offices (DEOs), Contractor/Consultant, Local Government Units
(LGUs) and other involved agencies/entities.

TOR - 4
Terms of Reference for the proposed Bridge Construction Replacement Program
(BCRP) I
Design and Build Bridges in Region IV, Contract Package 4

d. Approve the Contractors design without diminishing the


Contractors full and sole responsibility for the quality and integrity
thereof.

e. Monitor the implementation of the projects.

f. Pay the accomplishment accepted in conformance with the


minimum performance specification included under the Design and
Build Contract.
g. Provide assistance to the contractors in any issues and concerns
that may affect the project implementation.

2.3 Contract Terms of Reference

The Standard Bidding Documents in the approved Government


Procurement Policy Board (GPPB), 4th Edition, CY2010, including Form
of Contract, shall be used, with appropriate modifications to
incorporate pertinent provisions of Annex G of the Revised IRR of RA
9184.

3.0 CONCEPTUAL DESIGN

3.1 Bridge Concept Design

3.1.1 Replacement of New Permanent Bridge

3.1.1.1 Superstructure

a. Bridge Type

The bridges shall be composed of the following Bridge


type:

1. Reinforced Concrete Deck Girder (RCDG) Bridge type.

2. Pre-stressed Concrete Girder (PSCG) Bridge Type IV-B &


V.

With the hereunder dimensions:

TOR - 5
Terms of Reference for the proposed Bridge Construction Replacement Program
(BCRP) I
Design and Build Bridges in Region IV, Contract Package 4

Descriptions Dimensions

Roadway Width 7.32 meters


0.76 meter (Rural), 1.20 (Urban) for
Sidewalk on both sides
PWD
Shall not be less than 1.5 meters for
Vertical Clearance above the design
streams carrying debris, and 1.0 meter
flood level
for non-carrying debris
Shall not be less than 4.88 meter over
the entire roadway width to which an
Vertical clearance above the
allowance of 0.15m shall be added for
roadway
future surfacing.

Per CG-8 Memorandum Circular No. 01-


Navigational Clearance 14, April 16, 2014 of Headquarters
Philippine Coast Guard (HPCG)

b. Bridge Pavement

The bridge deck shall be composed of reinforced


concrete slab.

3.1.1.2 Substructure and Foundation

The substructures consists of cast-in-place drilled


concrete piles, pre-cast piles or spread footings for
abutments and piers. Recommendation will be based from
geotechnical investigation report.

Geotechnical Investigation shall be conducted one (1) at


each foundation location with a depth of 30m on ordinary
soil and 3m for rock or when hard strata has been
encountered.

3.2 Road Concept Design

TOR - 6
Terms of Reference for the proposed Bridge Construction Replacement Program
(BCRP) I
Design and Build Bridges in Region IV, Contract Package 4

3.2.1 Pavement

a. Carriageway

Surfacing Portland Cement Concrete Pavement


- Pavement Thickness 280 mm
- Pavement width 6.7 meters

Reinforced Concrete Bridge Approach Slab, 300 mm


thickness

b. Shoulder

Width of 2.50 m. on both sides may also be adopted to


better support the road and reduced maintenance cost.

3.2.2 Drainage and Slope Protection Structures

a. Slope protection structures shall be provided to the side


slope of the bridge approaches and bridge abutment
protection works.

3.3 Miscellaneous Works

Traffic, warning, regulatory, informative signs, reflectorized pavement


markings and guardrails shall be provided at appropriate locations of
the roadway including at bridge sites, and include provision of
accessibility for PWDs, if applicable

4.0 PERFORMANCE SPECIFICATIONS AND PARAMATERS

4.1 Minimum Performance Specifications for Bridges

Design Specifications:

1. DPWH Design Guidelines, Criteria and Standards (DGCS), Volume 5


Bridges Design, 2015 Edition.
2. DPWH Guide Specification Load and Resistance Factor Design
(LRFD) Bridge Seismic Design Specifications (BSDS), 2013 1 st
Edition.

TOR - 7
Terms of Reference for the proposed Bridge Construction Replacement Program
(BCRP) I
Design and Build Bridges in Region IV, Contract Package 4

4.1.1 Loading Specifications

The road and bridge structures shall be proportioned for the


following loads and forces when they are completed and opened
to traffic:

1. Dead Loads

The dead load shall consist of the weight of the complete


structure, including the roadway, sidewalks, car trails, pipes
conduit, cables and other public utility services. Additional
loads for future wearing surface should be added.

2. Live Loads

The live loads shall consist of the weight of the applied


moving load of vehicles, cars and pedestrians which are
equivalent to HL-93 (truck/ design tandem load) design live
load. The structure shall also be checked against alternate
military loading and permit design live load.

3. Impact or dynamic effect of the live load.

4. Wind Load

5. Other forces, when they exist as follows; longitudinal force,


centrifugal forces, thermal forces, earth pressure, buoyancy
shrinkage stresses, rib shortening, erection stresses, current
pressure, and earthquake stresses.

Minimum Loading:

Loading Parameter Minimum Loading

Refer to DPWH DGCS Volume 5 Chapter 10:


Live Load
Design Objectives, Loads and Load Factors

Impact In accordance with DPWH DGCS

Dead Load:

TOR - 8
Terms of Reference for the proposed Bridge Construction Replacement Program
(BCRP) I
Design and Build Bridges in Region IV, Contract Package 4

Concrete 24 KN/m3
Steel 77.0 KN/m3
Earth Gravel 19 KN/m3
2.4 KPa for girders and beams
Wind Load
3.6 KPa for trusses and arches
Wearing Surface 1.05 KN/m2

In accordance to DPWH LRFD Bridge Seismic


Seismic Loading Design Specifications (BSDS), 2013 Edition.
(Use DPWH LRFD BSDS Spectral Map)

In accordance with AASHTO 2012 and LRFD


Other Loadings
Bridge Design Specifications

4.1.2 Geometric Standards/Design Specifications

The bridge shall be designed and constructed using the


geometric specifications given in Table 1:
Table 1:

Item Item Description Unit Specifications


1 Design Speed Kph 40
2 Bridge Width m 9.54
0.76 (Rural), 1.20 (Urban)
3 Minimum Sidewalk Width m
for PWD
4 Clear Roadway Width m 7.32
Refer to project
5 Span length m descriptions and
significance
Minimum Vertical Clearance
6 M 5.0
(for Bridges over a roadway)

4.1.3 Navigational Clearance/freeboard

Design Navigational Clearance is not applicable. No figure of


traffic thru sea transport.

4.2 Minimum Performance Specifications for Road

4.2.1 Geometric Design Standards

TOR - 9
Terms of Reference for the proposed Bridge Construction Replacement Program
(BCRP) I
Design and Build Bridges in Region IV, Contract Package 4

a. Pavement Width, m - 6.70


b. PCCP Reinforced Thickness, mm - 300
c. Pavement Thickness, mm - 280
d. Shoulder Width, m - 1.5 - 2.5
e. Minimum Radius of Curvature, R, m - 50
f. Maximum Grade, % - 6
g. Widening on Curves, m - 0.60 - 1.50
h. Maximum Super Elevation, % - 8
i. Slope Shoulder, % - 3
j. Cross Slope % - 1.50
k. Minimum Length of Vertical Curve, m - 60
l. Slope Ratios as shown in the table below:

Height of Slope Nature of


Cut Slope Ratio Fill Slope Ratio
(m) Materials
0 to 1.0 Earth 4:1 4:1
1.1 to 2.0 Earth 2:1 2:1
Soft rock, coral
Varies from
1.1 to 2.0 shale, cemented 2:1
0.5:1 to 1:1
ground
Natural break
1.1 to 2.0 Hard Rock (Design slope
0.25)
Varies from
Over 2.0 Earth 1.5 : 1
1.5:1 to 1:1
Soft rock, coral
Over 2.0 shale, cemented 0.5 : 1 to 1:1 1.5 : 1
ground
Natural break
Over 2.0 1.25 : 1 to 1.5 : 1
(Design Slope 0.5)
Note: Geometric design standards may vary depending on the topographical and
environmental limitations.
For fill slope of more than 3.0 m height and steeper than 1.5:1 slope, slope
protection shall be provided

4.2.2 Hydrology and Hydraulics

Refer to DPWH DGCS Chapter 3: Water Engineering Projects for


new hydrology requirements, 2015 Edition.

TOR - 10
Terms of Reference for the proposed Bridge Construction Replacement Program
(BCRP) I
Design and Build Bridges in Region IV, Contract Package 4

4.3 Material Requirements

All materials to be used in the Project shall conform to the DPWH Standard
Specifications for Highways, Bridges and Airports, 2013 (Blue Book) and
the
AASHTO Code.

(1) Concrete

Material Requirements for Concrete (Refer to DPWH DGCS Volume 5:


Bridge Design, 2015 Edition)

(2) Reinforcement Steel

Reinforcing steel shall conform to AASHTO M31 (ASTM A615), grade 40,
for 16mm and below, deformed, with minimum yield strength, fy=
276 MPa (40,000 psi) and grade 60 for above 16mm, deformed, with
minimum yield strength, fy=414 MPa (60,000 psi).

Reinforcing steel shall be free of mill scales, oil or any substances


which will weaken the bond with concrete.

(3) Pre-stressing

All pre-stressing steel shall be high strength stress relieved wires or


strands with an ultimate stress, fs=1860 MPa.

Pre-stressing steel shall be free from kinks, notches and other


imperfections that will tend to weaken its strength or its bonding
properties with concrete.

(4) Structural Steel

All structural steel shall conform to the requirements of AASHTO or


ASTM Designations as follows:

(a) Structural Steel Shapes and Plates AASHTO M 270 (ASTM A 36)
Grade 36 and (ASTM A 572) Grade 50.

(b) Steel Sheet Pile Steel sheet piling shall be of the type and weight
shown on the plans and shall conform to the requirements of
AASHTO M 202 (ASTM A 328) or AASHTO M 223.

TOR - 11
Terms of Reference for the proposed Bridge Construction Replacement Program
(BCRP) I
Design and Build Bridges in Region IV, Contract Package 4

(c) Bridge Bearing All steel, except stainless steel, used in fabricating
bearing devices shall conform to AASHTO M 270 (ASTM A 709)
Grade 36 unless otherwise required in the Contract, ASTM A 709
Grade 50W or ASTM A 709 Grade 50 may be substituted for ASTM A
709 Grade 36. Anchor bolts shall be ASTM A 449 zinc plated.

(d) Deck Drain Refer to Item 517 Drain Pipe of Blue Book.

(5) Elastomeric Bearing Pads

Elastomeric bearing pads shall conform to AASHTO M 251, DO 25,


series of 1997 and shall be 100% virgin chloroprene (neoprene) pads
with durometer hardness 60. Unless otherwise specified in the plans,
bearing pads shall be laminated type bearing pads consisting of layer
of elastomer, restrained at their interfaces by bonded laminations are
required on the plans, laminated plate shall be non-corrosive mild steel
sheet.
(6) Joint Filler

Joint filler, hot poured elastic type, used for expansion joint shall
conform to AASHTO M 213, as specified, and shall be punched to admit
the dowels where called for on the Plans. The filler for each joint shall
be furnished in a single piece for depth and width required for the joint
unless otherwise authorized by the Engineer. When the use of more
than one piece is authorized for a joint, the abutting ends shall be
fastened securely and held accurately to shape, by stapling or other
positive fastening satisfactory to the Engineer.

(7) Pre-Molded Joint Filler for Concrete Paving and Structural Construction

Preformed sponge rubber and cork expansion joint fillers for concrete
paving and structural construction shall conform to the applicable
requirements of AASHTO M 153.

(8) Bituminous Wearing Course

Bituminous wearing course to be used as surface overlay shall conform


to the requirements of DPWH Standard Item 307 with minimum dry
compressive strength of 1.4 MPa (200 pal). The wearing course may be
used to adjust elevations on the vertical grade by varying the
thickness from 50mm (min.) to 75mm (max.)

TOR - 12
Terms of Reference for the proposed Bridge Construction Replacement Program
(BCRP) I
Design and Build Bridges in Region IV, Contract Package 4

(9) Slope Protection Works

Slope protection works shall include bio-engineering technology (i.e.


Wire Netting Slope Protection System). The tensile strength of mesh,
Zm = 150 kN/m., if applicable, Refer to DPWH DGCS 2015 Edition.

(10) All Other Materials Refer to the DPWH Standard Specifications


for Public Works and Highways, 2013 Edition, Volume II Highways,
Bridges and Airports (Blue Book).

If any materials proposed by the Contractor are not covered by the


DPWH Standard Specifications for Highways, Bridges and Airports,
2013 (Blue Book), and the AASHTO Code, these materials must first be
certified by the Project Consultant and Approved by the DPWH before
they are used in the project.

4.4 Project Completion

Considering that this is a flagship, priority and fast track infrastructure


project that needs to be completed on a tight schedule, the Contractor
shall complete the design-build services under the contract within 720
calendar days.

4.5 Warranty

The Contractor shall guarantee the completed structure against structural


defects and failure for its satisfactory performance vis--vis, the
prescribed minimum performance specifications during the lifetime of the
structure. For this purpose, the Contractor shall post a Warranty Security
in the form of surety bond, callable on demand issued by a reputable
institution, equivalent to 30% of the bid/contract price.

5.1 DETAILED ENGINEERING REQUIREMENTS

The Contractor shall coordinate and report to the Bureau of Design, DPWH for
uniformity and cohesiveness in the preparation of related documents,

TOR - 13
Terms of Reference for the proposed Bridge Construction Replacement Program
(BCRP) I
Design and Build Bridges in Region IV, Contract Package 4

consistent with the latest edition of the Design Guidelines, Criteria and
Standards for Public Works and Highways, AASHTO guidelines and other
applicable provisions of existing laws, codes and Department Orders. All
reports and other created documents prepared by the Contractor shall be in a
format agreed and accepted by the Bureau of Design. The final plans
prepared by the Contractor shall be reviewed by the Bureau of Design and
duly approved by the authorized DPWH concerned official in accordance with
the latest existing DPWH Policies and Guidelines. The detailed engineering
study shall include but not limited to the following works:

a. Review the current design and standards proposed for the project, taking
into consideration such factors as economics, potential for stage
construction, right of way availability and constraints (where relevant),
social environmental impact and costs among others. Value engineering
application and study and road safety audit shall also be conducted.

b. The following surveys/investigation/study should be undertaken including


preparation of plans, drawings and Program of Work:

1. Topographic Survey
2. Geotechnical and Geological Investigation
3. Hydrologic, hydraulic and Drainage Surveys
4. Foundation and Pavement Design
5. Structural design of the Bridges
6. Drainage Design
7. Stability Analysis for Slope Protections

c. Plans (PDF and CAD formats) and technical reports in electronic files and
hard copies for the work prepared must be submitted by the Build-Design
Contractor to the Bureau of Design (BOD) DPWH for review and approval.

d. Design Guidelines and Codes to be followed:

1. Design for new bridges should satisfy the provisions under the latest
edition of the AASTHO Specifications for Highway Bridges and shall
conform to the requirements of Department Order No. 75, Series of
1992, re: DPWH Advisory for Seismic Design of Bridge (Latest)
2. AASTHO Guide for Design of Pavement and Structures, Latest Edition
(1993)
3. Design Guidelines, Criteria and Standards of the DPWH, 2015 Edition,
Volume I-IV.
4. DPWH Bridge Seismic Design Specifications.

TOR - 14
Terms of Reference for the proposed Bridge Construction Replacement Program
(BCRP) I
Design and Build Bridges in Region IV, Contract Package 4

The contractor shall prepare the following plans in accordance with D.O.
No. 56, Series of 1995, re: Quality of Plans and D.O. No. 32, Series of
2011: Guidelines in the submission of plans, Program of Work (POW) and
Approved Budget for the Contract (ABC) for Approval in the Central Office.

General:

1. Cover Sheet
2. General Index
3. Vicinity and Key Map
4. Location Plan/Layout
5. Legend, Abbreviation and Symbols
6. General Notes

Highway Plans:

1. Typical Roadway Section


2. Summary of Quantities
3. Soils and Materials Investigation Maps/Plans
4. Grading Quantities
5. Drainage Schedule/Quantities
6. Plan and Profile with the final alignment incorporated in the
Topographic/Hydrographic Plans
7. Detailed Cross Sections
8. Detailed Drainage Plans and Cross Sections
9. Geometric Road Design Elements and Standards
10.Road Standards and Details
11.Pavement Joint Details
12.Slope Protection Details
13.Drainage Standards and Details
14.Schedule of Listing of Road Signs, Guardrails, Lined Ditches, protection
Works Road Intersections and Other Miscellaneous Works
15.Pavement, Drainage and Slope Protection Design Parameters
16.Boring Logs and Location of Boreholes

Bridge Plans:

1. General Plan and Elevation


2. Boring Logs and Location of Boreholes
3. Topographic Plan
4. Summary of Quantities

TOR - 15
Terms of Reference for the proposed Bridge Construction Replacement Program
(BCRP) I
Design and Build Bridges in Region IV, Contract Package 4

5. Details of Superstructures
6. Details of Substructures
7. Details of Foundation
8. Bank/Abutment Protection Works and Scour Protection Works
9. Miscellaneous Details (drain, railings and sidewalk, expansion and fixed
bearing, elastomeric bearing pad, expansion dam/joints)
10.Construction Sequence and Methodology
11.Temporary Work such as cofferdams, crane ways and detours, if
applicable.
12.Bridge Lighting, if any
13.Bridge Hydraulic Structures

e. Value Engineering Studies

The DPWH intends to develop a policy to utilize value engineering


studies whenever applicable and appropriate, to minimize and/or reduce
nonessential procurement and program costs and to reduce the life cycle
cost of the Departments construction and acquisition programs and
projects without sacrificing the quality and integrity of the facilities and
structures while attaining their essential functions consistent with the
required performance, reliability and safety. In line with the policy, the
Contractor shall perform Value Engineering Studies as part of the Detailed
Engineering Design scope under this project. The Contractor shall include
social and environmental concerns or impacts as among the factors for
consideration in the value engineering studies as well as taking into
account environmental risk assessment.

The Value Engineering Studies would evolve several phases such as, but
not limited to the following:

1. Information Phase

Under the information phase, the activities include program/project


information gathering and investigation and in performing functional
analysis of systems and subsystems to identify high cost areas of the
project.

2. Speculative/Creative Phase

Activities under this phase involve developing effective and efficient


group interaction process (brainstorming) to identify alternative ideas,
proposals and solutions for accomplishing the function of a systems
and subsystem.

TOR - 16
Terms of Reference for the proposed Bridge Construction Replacement Program
(BCRP) I
Design and Build Bridges in Region IV, Contract Package 4

3. Evaluation/Analytical Phase

During this phase, the Contractor shall evaluate and analyze process to
determine which ideas, solutions and measures would show greater
potential for cost savings and project improvements.
4. Development/Recommendation Phase

Activities under this phase include preparation of project components


descriptions, preparations of sketches and estimation of life cycle cost
to be used in justifying and supporting value engineering proposal
recommendations.

5. Report or Presentation Phase

During this phase, the Contractor shall prepare and present his report,
which should contain information, such as list of items or processes
examined, alternatives, functional and the life cycle analyses, value
engineering proposals and supporting information.

f. Technical reports in electronic files and hard copies for the work prepared
must be submitted by the Build-Design Contractor to the Bureau of Design
(BOD) DPWH for review and approval.

Whenever there is a need for the relocation of utilities such as telephone,


telegraph and electricity poles, etc. as well as building, fences and major
trees to be removed, such details shall indicated in the drawings and a
separate list shall be prepared.

In order to facilitate the process of design review by Bureau of Design


(BOD) of the concepts of the proposed structures/facilities, the following
activities shall be undertaken:

1. Presentation to and discussion with BOD of Inception Report


2. Presentation to and discussion with BOD of the Preliminary Designs
3. Presentation to and discussion with BOD of the Draft Final Design

Note: Presentation of documents shall include computer


programs/software.

6.1 APPROVED BUDGET FOR THE CONTRACT (ABC)

TOR - 17
Terms of Reference for the proposed Bridge Construction Replacement Program
(BCRP) I
Design and Build Bridges in Region IV, Contract Package 4

The Approved Budget for the Contract (ABC) is P _____________. This is the
ceiling for acceptable bids. Bids higher than the ABC shall be automatically
rejected.

7.0 PROPOSED IMPLEMENTATION SCHEDULE

The proposed project implementation shall be seven (7) calendar days after
issuance of the Notice to Proceed.

8.0 ELIGIBILITY CRITERIA FOR BIDDERS

8.1 The Design and Build Scheme shall adopt the Annex G of the
Implementing Rules and Regulations of R.A. 9184 (e.g. Eligibility
Requirement). However, the prospective bidder who have no
experience in design and build project on its own, may opt to enter a
subcontracting agreement with a design or engineering firms for the
design portion of the project.

8.2 Legal Requirements

a. Valid Contractors License issued by the Philippine Contractors


Accreditation Board.
b. Valid License of the Contractors designer issued by the Professional
Regulatory Commission.

TOR - 18
Terms of Reference for the proposed Bridge Construction Replacement Program
(BCRP) I
Design and Build Bridges in Region IV, Contract Package 4

8.3 Technical Requirements

a. The Contractor must have undertaken one contract similar to the


project at hand with a construction cost of at least 50% of the ABC.
b. The Contractors designer must have designed one contract similar
to the project at hand with a construction cost of at least 50% of the
ABC.

8.4 Financial Requirements

a. The Contractor must have a Net Financial Contracting Capacity


(NFCC) of at least the ABC or equivalent to P_______________.

b. The Contractor must submit a written commitment from a reputable


bank to extend to him a credit line of at least 10% of the ABC, if the
contract is awarded to him.

9.1 CONTENTS OF THE BID

9.2 Technical Proposal in the Second Envelope

a. Preliminary Design Plans

Design scheme of the proposed Bridge Construction/Replacement


Program (Design and Build Bridges scheme), including the appurtenant
existing structures located thereto, that will comply with the prescribed
performance specifications and parameters. The plans should contain
the following:

Bridge Design Plan

1. Location map/vicinity map


2. General Notes on Design Parameter and Construction Procedures
3. General plan and elevation
4. Typical details of superstructure
5. Typical details of piers and abutments
6. Typical details of foundations
7. Typical details of abutment and pier protection works
8. Typical detail of temporary structure such, crane way, cofferdam
etc.
9. Summary of quantities

TOR - 19
Terms of Reference for the proposed Bridge Construction Replacement Program
(BCRP) I
Design and Build Bridges in Region IV, Contract Package 4

Road Design Plan

1. Location Plan/Vicinity Map


2. General notes on Design Parameter and Construction Procedures
3. Design criteria
4. Plans, Profile and Cross Sections
5. Typical details of slope protection works
6. Traffic Data/Information
7. Typical details of Drainage Structures
8. Summary of Quantities
9. Typical Road Section

b. Required Bid Security


c. Design and Construction Method and Schedule
d. Contractors organizational Chart and List Key Personnel for the Project
e. List of Equipment Owned/Leased/Under Purchased for the Project

9.3 Financial Proposal in the Third Envelope

a. Lump sum bid prices, which shall include the detailed engineering cost,
in the prescribed Bid Form;
b. Detailed estimates summary sheet indicating the unit prices of
construction materials, labor rates and equipment rentals used in
coming up with the bid; and,
c. Cash flow by the quarter and payments schedule.

10.0 PROCEDURE AND CRITERIA FOR BID EVALUATION

Bid Evaluation

For the detailed evaluation of the design and build proposals, a two-step
procedure shall be adopted by the BAC which shall apply in case of any
inconsistencies with the contents of Item 27 of the Tender Documents, to wit:

1. First-Step Procedure:

A. The first step of the evaluation shall involve the review of the
preliminary conceptual designs and track record submitted by the
contractor as indicated in the bid documents using the hereunder
criteria that involve compliance with the following requirements:

TOR - 20
Terms of Reference for the proposed Bridge Construction Replacement Program
(BCRP) I
Design and Build Bridges in Region IV, Contract Package 4

i. Adherence of preliminary design plans to the required


performance specifications and parameters and degree of
details;

Non-discretionary Pass/Fail Criteria shall be used in the


evaluation.

ii. Concept of approach and methodology for detailed engineering,


design and construction with emphasis on the:

a. Clarity, feasibility, innovativeness and comprehensiveness of


the plan approach; and,
b. Quality of interpretation of project problems, risks, and
suggested solutions.

Bidders should obtain a rating of at least fifty percent (50%)

iii. Quality of personnel to be assigned to the project which covers

a. Suitability of key staff to perform the duties of the particular


assignments; and,
b. General qualifications and competence including education
and training of the key staff;

Non-discretionary Pass/Fail Criteria shall be used in the


evaluation.

1. For complex of unique undertaking, such as those involving highly


specialized or advanced engineering technology, eligible bidders
may be require, at the option of the agency concerned, to make
and oral presentation within fifteen (15) calendar days after the
deadline for submission of technical proposals.

2. Second-Step Procedure:

Only those bids that passed the above criteria shall be subjected to the
second step of evaluation.

The BAC shall open the financial proposal of each passed bidder and
shall obtain the correct calculated prices. The financial bids as so
calculated shall be ranked, in ascending order, from lowest to highest.

TOR - 21
Terms of Reference for the proposed Bridge Construction Replacement Program
(BCRP) I
Design and Build Bridges in Region IV, Contract Package 4

The bid with the lowest price shall be identified as the Lowest
Calculated Bid (LCB).

11.0 DATA TO BE PROVIDED BY THE DPWH

Note: These data are for reference only. The DPWH does not guarantee to the
contractor that the data provided are correct, free from error, and applicable
to the project at hand. The contractor is responsible for the accuracy or
applicability of any data that he will use in his design-build proposal and
services.

a. Topographic Survey
b. Preliminary Survey and Geotechnical Investigation Data
c. Hydrologic Study Report
d. Environmental Impact Study Report
e. Conceptual Design Plan
f. Traffic Data AADT and Axle Loading
g. Preliminary Horizontal and Vertical Alignment
h. Soil Data
i. Other Relevant Data

12.0 DOCUMENTS TO BE PROVIDED BY THE CONTRACTOR/ CONSULTANT


DURING CONTRACT IMPLEMENTATION

a. Detailed Engineering Plans


b. Design Analysis
c. Survey Data
d. Quantity Calculations
e. Detailed Geotechnical Investigation Report
f. Design Report
g. As-Built Plans

Prepared by:

TOR - 22
Terms of Reference for the proposed Bridge Construction Replacement Program
(BCRP) I
Design and Build Bridges in Region IV, Contract Package 4

GIL R. VILLANUEVA, CESO III


Project Director, UPMO-BMC

APPROVED BY:

EMIL K. SADAIN, CESO II


Undersecretary for UPMO Operations

TOR - 23

Vous aimerez peut-être aussi