procurement of infrastructure...

223
PHILIPPINE BIDDING DOCUMENTS (As Harmonized with Development Partners) Procurement of INFRASTRUCTURE PROJECTS (ROXAS AIRPORT DEVELOPMENT PROJECT) Government of the Republic of the Philippines Fourth Edition December 2010

Upload: others

Post on 12-Feb-2020

3 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: Procurement of INFRASTRUCTURE PROJECTSdotr.gov.ph/images/Public_Bidding/CivilWorks/Air_Sector...PHILIPPINE BIDDING DOCUMENTS (As Harmonized with Development Partners) Procurement of

PHILIPPINE BIDDING DOCUMENTS (As Harmonized with Development Partners)

Procurement of

INFRASTRUCTURE

PROJECTS

(ROXAS AIRPORT DEVELOPMENT

PROJECT)

Government of the Republic of the Philippines

Fourth Edition

December 2010

Page 2: Procurement of INFRASTRUCTURE PROJECTSdotr.gov.ph/images/Public_Bidding/CivilWorks/Air_Sector...PHILIPPINE BIDDING DOCUMENTS (As Harmonized with Development Partners) Procurement of

2

TABLE OF CONTENTS

SECTION I. INVITATION TO BID ........................................................................................3

SECTION II. INSTRUCTIONS TO BIDDERS .......................................................................6

SECTION III. BID DATA SHEET ......................................................................................33

SECTION IV. GENERAL CONDITIONS OF CONTRACT ...............................................38

SECTION V. SPECIAL CONDITIONS OF CONTRACT ...................................................70

SECTION VI. SPECIFICATIONS ........................................................................................73

SECTION VII. DRAWINGS ..............................................................................................180

SECTION VIII. BILL OF QUANTITIES ..........................................................................206

SECTION IX. BIDDING FORMS ......................................................................................209

Page 3: Procurement of INFRASTRUCTURE PROJECTSdotr.gov.ph/images/Public_Bidding/CivilWorks/Air_Sector...PHILIPPINE BIDDING DOCUMENTS (As Harmonized with Development Partners) Procurement of

3

Section I. Invitation to Bid

Page 4: Procurement of INFRASTRUCTURE PROJECTSdotr.gov.ph/images/Public_Bidding/CivilWorks/Air_Sector...PHILIPPINE BIDDING DOCUMENTS (As Harmonized with Development Partners) Procurement of

4

INVITATION TO BID FOR

ROXAS AIRPORT DEVELOPMENT PROJECT

The Department of Transportation and Communications (DOTC), through its Bids and Awards Committee (BAC), invites contractors registered with and classified by the Philippine Contractors Accreditation Board (PCAB) to join in the procurement of the herein project:

Name of Project Brief Description Location Source of Fund ABC/Duration PCAB Registration Minimum Equipment Requirement (OWNED/LEASED)

: : : : : : :

ROXAS AIRPORT DEVELOPMENT PROJECT

Runway Shoulder Grade Correction, Improvement of Existing Perimeter

Fence, Improvement of Vehicular Parking Area and Construction of X-

ray Cargo Building.

Roxas City, Capiz

C.Y. 2014

Php 61,240,007.72 / 270 Calendar Days

Medium A for Road, Highways, Pavement, Railways, Airport Horizontal

Structure, and Bridges.

1 – Bulldozer

2 – Payloader (80HP)(1.5m3)

1 – Dumptruck (8m3)

1 – Road Grader (125 HP)

1 – Vibratory Compactor

2 – Water Tank Truck (1,000 Gal)

3 – One Bagger Concrete Mixer

3 – Concrete Vibrator

1 – Welding Machine (400

AMP)

1 – Generator Set (40kVA)

1 – Plate Compactor

1 – Service Vehicle (Pick up at

least 2009 model)

The schedule of procurement activities are shown below:

Issuance of Bid Tender Documents 29 October 2014 – 21 November 2014

Pre-Bidding Conference 07 November 2014, 2:00 PM, at Unit 167, 16th Floor,

The Columbia Tower, Ortigas Ave., Mandaluyong City

Submission and Receipt of Bids The deadline for submission and receipt of bids is 21

November 2014, 11:00 AM, only at Unit 167, 16th Floor,

The Columbia Tower, Ortigas Ave., Mandaluyong City.

Bids may be submitted before the 21 November 2014,

11:00 AM, deadline at Unit 153, 15th Floor, The

Columbia Tower, Ortigas Avenue, Mandaluyong City.

Opening of Bids 21 November 2014, 11:00 AM, Unit 167, 16th Floor, The

Columbia Tower, Ortigas Avenue, Mandaluyong City.

Republic of the Philippines

DEPARTMENT OF TRANSPORTATION AND COMMUNICATIONS

Page 5: Procurement of INFRASTRUCTURE PROJECTSdotr.gov.ph/images/Public_Bidding/CivilWorks/Air_Sector...PHILIPPINE BIDDING DOCUMENTS (As Harmonized with Development Partners) Procurement of

5

Prospective bidders must have an experience of having completed at least one (1) contract that is similar to the contract to be bid, and whose value, adjusted to current prices using the NSO consumer price indices, must be at least fifty percent (50%) of the Approved Budget for the Contract (ABC) and have key personnel and equipment available for the prosecution of the contract. Bidding will be conducted through open competitive bidding procedures using non-discretionary pass/fail criteria as specified in the Implementing Rules and Regulations (IRR) of Republic Act 9184 (RA 9184), otherwise known as the “Government Procurement Reform Act”. Bidding is restricted to Filipino citizens/sole proprietorships, partnerships, or organizations with at least seventy-five percent (75%) interest or outstanding capital stock belonging to citizens of the Philippines. Interested bidders may obtain further information from the DOTC and inspect the Bidding Documents at the address given below from 8:00 AM to 5:00 PM. The Bid Documents/Forms will be made available at Unit 22, The Columbia Tower Bldg., Ortigas Avenue, Mandaluyong City, upon payment of a non-refundable amount of P50,000.00 to the DOTC Cashier. It may also be downloaded free of charge from the website of the Philippine Government Electronic Procurement System (PhilGEPS) and at the DOTC website at, www.dotc.gov.ph provided that the bidders shall pay the fee for the Bidding Documents not later than the submission of bids. The pre-bid conference is open to all interested parties. All bids must be accompanied by the bid security in any of the acceptable forms and in the amount stated in ITB Clause 18. Bids will be opened in the presence of the bidders’ representatives who choose to attend at the address as stated above. Late bids shall not be accepted.

The DOTC reserves the right to reject any or all bids, and accept the offer most advantageous to the Government. The DOTC assumes no responsibility whatsoever to compensate or indemnify bidders for any expenses incurred in the preparation of the bid.

For further information, please refer to: Undersecretary Catherine P. Gonzales Over-all Head, BAC Secretariat Department of Transportation and Communications Bids and Awards Committee Office 15

th Floor, Unit 153, The Columbia Tower

Ortigas Avenue, Mandaluyong City Tel No. 654-7725; 727-7960 local 235 Fax No. 654-7725 [email protected] www.dotc.gov.ph

SGD.

ATTY. JOSE PERPETUO M. LOTILLA Undersecretary for Legal and Chairman, Bids and Awards Committee

Page 6: Procurement of INFRASTRUCTURE PROJECTSdotr.gov.ph/images/Public_Bidding/CivilWorks/Air_Sector...PHILIPPINE BIDDING DOCUMENTS (As Harmonized with Development Partners) Procurement of

6

Section II. Instructions to Bidders

Page 7: Procurement of INFRASTRUCTURE PROJECTSdotr.gov.ph/images/Public_Bidding/CivilWorks/Air_Sector...PHILIPPINE BIDDING DOCUMENTS (As Harmonized with Development Partners) Procurement of

7

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 ..................................................................................................11

5. Eligible Bidders .......................................................................................................12

6. Bidder’s Responsibilities ........................................................................................13

7. Origin of GOODS and Services ..............................................................................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 Bids ....................................................................................................16

12. Documents Comprising the Bid: Eligibility and Technical Components ...............16

13. Documents Comprising the Bid: Financial Component .........................................19

14. Alternative Bids ......................................................................................................19

15. Bid Prices ................................................................................................................20

16. Bid Currencies .........................................................................................................20

17. Bid Validity ...........................................................................................................201

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 .................................................................................................................24

23. Modification and Withdrawal of Bids ....................................................................25

24. Opening and Preliminary Examination of Bids ......................................................25

E. EVALUATION AND COMPARISON OF BIDS ................................................... 26

25. Process to be Confidential .......................................................................................26

26. Clarification of Bids ................................................................................................27

27. Detailed Evaluation and Comparison of Bids .........................................................27

28. Post Qualification ....................................................................................................28

Page 8: Procurement of INFRASTRUCTURE PROJECTSdotr.gov.ph/images/Public_Bidding/CivilWorks/Air_Sector...PHILIPPINE BIDDING DOCUMENTS (As Harmonized with Development Partners) Procurement of

8

29. Reservation Clause ..................................................................................................29

F. AWARD OF CONTRACT ................................................................................. 30

30. Contract Award .......................................................................................................30

31. Signing of the Contract ...........................................................................................31

32. Performance Security ..............................................................................................31

33. Notice to Proceed ....................................................................................................32

Page 9: Procurement of INFRASTRUCTURE PROJECTSdotr.gov.ph/images/Public_Bidding/CivilWorks/Air_Sector...PHILIPPINE BIDDING DOCUMENTS (As Harmonized with Development Partners) Procurement of

9

A. General

1. Scope of Bid

1.1. The Procuring Entity as defined in the Bid Data Sheet (BDS), invites bids for

the construction of Works, as described in Section VI. Specifications. The

name and identification number of the Contract is provided in the BDS.

1.2. The successful bidder will be expected to complete the Works by the intended

completion date specified in SCC Clause 1.16.

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 for the Works.

3. Corrupt, Fraudulent, Collusive, and Coercive Practices

3.1. Unless otherwise specified in the BDS, the Procuring Entity, as well as bidders

and contractors, shall observe the highest standard of ethics during the

procurement and execution of the contract. In pursuance of this policy, the

Funding Source:

(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

Procuring Entity, 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

Page 10: Procurement of INFRASTRUCTURE PROJECTSdotr.gov.ph/images/Public_Bidding/CivilWorks/Air_Sector...PHILIPPINE BIDDING DOCUMENTS (As Harmonized with Development Partners) Procurement of

10

Procuring Entity, designed to establish bid prices at artificial,

non-competitive levels; and

(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 corrupt or fraudulent practices

in competing for the Contract; and

(c) will declare a firm ineligible, either indefinitely or for a stated period

of time, to be awarded Contract funded by the Funding Source if it at

any time determines that the firm has engaged in corrupt or fraudulent

practices in competing or, or in executing, a Contract funded by the

Funding Source.

3.2. Further, the Procuring Entity will seek to impose the maximum civil,

administrative, and/or criminal penalties available under the applicable laws

on individuals and organizations deemed to be involved in any of the practices

mentioned in Instructions to Bidders (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 contractor in the bidding for and

performance of a contract themselves or through independent auditors as

reflected in the GCC Clause 34.

Page 11: Procurement of INFRASTRUCTURE PROJECTSdotr.gov.ph/images/Public_Bidding/CivilWorks/Air_Sector...PHILIPPINE BIDDING DOCUMENTS (As Harmonized with Development Partners) Procurement of

11

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

events described in paragraphs (a) through (c) and a general conflict of interest

in any of the circumstances set out in paragraphs (d) through (g) 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;

(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; or

(g) A Bidder who lends, or temporary 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.

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;

Page 12: Procurement of INFRASTRUCTURE PROJECTSdotr.gov.ph/images/Public_Bidding/CivilWorks/Air_Sector...PHILIPPINE BIDDING DOCUMENTS (As Harmonized with Development Partners) Procurement of

12

(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.

5. Eligible Bidders

5.1. Unless otherwise indicated 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 seventy five percent (75%) of the interest belongs to

citizens of the Philippines;

(c) Corporations duly organized under the laws of the Philippines, and of

which at least seventy five percent (75%) 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 seventy five percent (75%) of the interest belongs to

citizens of the Philippines; and

(e) 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,

in accordance with Letter of Instructions No. 630, Filipino ownership

or interest of the joint venture concerned shall be at least seventy five

percent (75%): Provided, further, that joint ventures in which Filipino

ownership or interest is less than seventy five percent (75%) may be

eligible where the structures to be built require the application of

techniques and/or technologies which are not adequately possessed by

a person/entity meeting the seventy five percent (75%) Filipino

ownership requirement: Provided, finally, that in the latter case,

Filipino ownership or interest shall not be less than twenty five percent

(25%). For this purpose Filipino ownership or interest shall be based

on the contributions of each of the members of the joint venture as

specified in their JVA.

5.2. The Procuring Entity may also invite foreign bidders when provided for under

any Treaty or International or Executive Agreement as specified in the BDS.

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

Page 13: Procurement of INFRASTRUCTURE PROJECTSdotr.gov.ph/images/Public_Bidding/CivilWorks/Air_Sector...PHILIPPINE BIDDING DOCUMENTS (As Harmonized with Development Partners) Procurement of

13

under commercial law, and (c) are not dependent agencies of the GOP or the

Procuring Entity.

5.4. (a) Unless otherwise provided in the BDS, the Bidder must have completed,

within ten (10) 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

adjusted to current prices using the National Statistics Office consumer price

index.

(b) For Foreign-funded Procurement, the Procuring Entity and the foreign

government/foreign or international financing institution may agree on another

track record requirement, as specified in the BDS.

For this purpose, contracts similar to the Project shall be those described in the

BDS, and completed within the 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), which must be at least equal to the ABC to the bid,

calculated as follows:

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 values of the bidder’s current assets and current liabilities shall be based

on the data submitted to the BIR, through its Electronic Filing and Payment

System (EFPS).

6. Bidder’s Responsibilities

6.1. The Bidder or its duly authorized representative shall submit a sworn

statement in the form prescribed in Section IX. 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;

Page 14: Procurement of INFRASTRUCTURE PROJECTSdotr.gov.ph/images/Public_Bidding/CivilWorks/Air_Sector...PHILIPPINE BIDDING DOCUMENTS (As Harmonized with Development Partners) Procurement of

14

(d) Having complied with its responsibility to inquire or secure

Supplemental/Bid Bulletin/s as provided under ITB Clause 10.3.

(e) Ensuring that it is not “blacklisted” or barred from bidding by the GOP

or any of its agencies, offices, corporations, or LGUs, including

foreign government/foreign or international financing institution whose

blacklisting rules have been recognized by the GPPB;

(f) Ensuring that each of the documents submitted in satisfaction of the

bidding requirements is an authentic copy of the original, complete,

and all statements and information provided therein are true and

correct;

(g) Authorizing the Head of the Procuring Entity or its duly authorized

representative/s to verify all the documents submitted;

(h) Ensuring that the signatory is the duly authorized representative of the

Bidder, and granted full power and authority to do, execute and

perform any and all acts necessary and/or to represent the Bidder in the

bidding, with the duly notarized Secretary’s Certificate attesting to

such fact, if the Bidder is a corporation, partnership, cooperative, or

joint venture;

(i) Complying with the disclosure provision under Section 47 of the Act

in relation to other provisions of Republic Act 3019; and

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

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

Bidder concerned.

6.3. The Bidder, by the act of submitting its bid, shall be deemed to have inspected

the site, determined the general characteristics of the contract works and the

conditions for this Project and examine all instructions, forms, terms, and

project requirements in the Bidding Documents.

6.4. It shall be the sole responsibility of the prospective bidder to determine and to

satisfy itself by such means as it considers necessary or desirable as to all

matters pertaining to this Project, including: (a) the location and the nature of

the contract, project, or work; (b) climatic conditions; (c) transportation

facilities; (c) nature and condition of the terrain, geological conditions at the

site communication facilities, requirements, location and availability of

construction aggregates and other materials, labor, water, electric power and

access roads; and (d) other factors that may affect the cost, duration and

execution or implementation of the contract, project, or work.

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.

Page 15: Procurement of INFRASTRUCTURE PROJECTSdotr.gov.ph/images/Public_Bidding/CivilWorks/Air_Sector...PHILIPPINE BIDDING DOCUMENTS (As Harmonized with Development Partners) Procurement of

15

6.6. Before submitting their bids, the Bidders are deemed to have become familiar

with all existing laws, decrees, ordinances, acts and regulations of the

Philippines which may affect the contract in any way.

6.7. 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.

6.8. Bidders should note that the Procuring Entity will only accept bids only from

those that have paid the nonrefundable fee for the Bidding Documents at the

office indicated in the Invitation to Bid.

7. Origin of GOODS and Services

There is no restriction on the origin of Goods, or Contracting of Works or Services

other than those prohibited by a decision of the United Nations Security Council taken

under Chapter VII of the Charter of the United Nations.

8. Subcontracts

8.1. Unless otherwise specified in the BDS, the Bidder may subcontract portions of

the Works 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 submit the documentary requirements under ITB Clause

12 and comply with the eligibility criteria 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 Works shall be disallowed.

8.3. The Bidder may identify the subcontractor to whom a portion of the Works

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 of 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

Page 16: Procurement of INFRASTRUCTURE PROJECTSdotr.gov.ph/images/Public_Bidding/CivilWorks/Air_Sector...PHILIPPINE BIDDING DOCUMENTS (As Harmonized with Development Partners) Procurement of

16

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

know the changes and/or amendments to the Bidding Documents as recorded

in the minutes of the pre-bid conference and the Supplemental/Bid Bulletin.

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(s) on any part of the Bidding Documents or for an interpretation.

Such a request must be in writing and submitted to the Procuring Entity at the

address indicated in the BDS at least ten (10) calendar days before the

deadline set for the submission and receipt of Bids.

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. Unless, otherwise

provided in the BDS, 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 Bids

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 –

Page 17: Procurement of INFRASTRUCTURE PROJECTSdotr.gov.ph/images/Public_Bidding/CivilWorks/Air_Sector...PHILIPPINE BIDDING DOCUMENTS (As Harmonized with Development Partners) Procurement of

17

Class "A" Documents:

(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 ten (10) years from the submission of

bids, 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) contract duration;

(iii.4) owner’s name and address;

(iii.5) nature of work;

(iii.6) contractor’s role (whether sole contractor,

subcontractor, or partner in a JV) and percentage of

participation;

(iii.7) total contract value at award;

(iii.8) date of completion or estimated completion time;

(iii.9) total contract value at completion, if applicable;

(iii.10) percentages of planned and actual accomplishments, if

applicable;

(iii.11) value of outstanding works, if applicable;

(iii.12) the statement shall be supported by the notices of award

and/or notices to proceed issued by the owners; and

(iii.13) the statement shall be supported by the Constructors

Performance Evaluation System (CPES) rating sheets,

and/or certificates of completion and owner’s

acceptance, if applicable;

(iv) Unless otherwise provided in the BDS, valid Philippine

Contractors Accreditation Board (PCAB) license and

registration for the type and cost of the contract for this Project;

Page 18: Procurement of INFRASTRUCTURE PROJECTSdotr.gov.ph/images/Public_Bidding/CivilWorks/Air_Sector...PHILIPPINE BIDDING DOCUMENTS (As Harmonized with Development Partners) Procurement of

18

(v) Audited financial statements, showing, among others, the

prospective total and current assets and liabilities, stamped

“received” by the BIR or its duly accredited and authorized

institutions, for the preceding calendar year which should not

be earlier than two (2) years from the date of bid submission;

(vi) NFCC computation in accordance with ITB Clause 5.5;

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

Class "B" Document:

(viii) If applicable, valid Joint Venture Agreement (JVA) or, in lieu

thereof, duly notarized statements from all the potential joint

venture partners stating that they will enter into and abide by

the provisions of the JVA in the instance that the bid is

successful shall be included in the bid.

(b) Technical Documents –

(i) Bid security as prescribed in ITB Clause 18. 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

(i.2) a surety bond accompanied by a certification coming

from an authorized Insurance Commission that a surety

or insurance company is authorized to issue such

instrument;

(ii) Project Requirements, which shall include the following:

(ii.1) Organizational chart for the contract to be bid;

(ii.2) List of contractor’s personnel (viz, project Manager,

Project Engineers, Materials Engineers, and Foremen),

to be assigned to the contract to be bid, with their

complete qualification and experience data; and

(ii.3) List of contractor’s equipment units, which are owned,

leased, and/or under purchase agreements, supported by

certification of availability of equipment from the

equipment lessor/vendor for the duration of the project;

and

(iii) Sworn statement in accordance with Section 25.2(b)(iv) of the

IRR of RA 9184 and using the form prescribed in Section IX.

Bidding Forms.

Page 19: Procurement of INFRASTRUCTURE PROJECTSdotr.gov.ph/images/Public_Bidding/CivilWorks/Air_Sector...PHILIPPINE BIDDING DOCUMENTS (As Harmonized with Development Partners) Procurement of

19

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 in accordance with the form prescribed in Section

IX. Bidding Forms and

(b) Any other document related to the financial component of the bid as

stated in the BDS.

13.2. (a) Unless indicated 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 engineer or the

responsible unit of the procuring entity and that the estimates are

based on adequate detailed engineering (in the case of works) and

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. In the case of infrastructure

projects, the procuring entity must also have trained quantity

surveyors.

(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 monitoring and evaluation

system for contract implementation to provide a feedback on

actual total costs of goods and works.

14. Alternative Bids

14.1. 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

Page 20: Procurement of INFRASTRUCTURE PROJECTSdotr.gov.ph/images/Public_Bidding/CivilWorks/Air_Sector...PHILIPPINE BIDDING DOCUMENTS (As Harmonized with Development Partners) Procurement of

20

regardless of whether said bid proposal is contained in a single envelope or

submitted in two (2) or more separate bid envelopes.

14.2. Bidders shall submit offers that comply with the requirements of the Bidding

Documents, including the basic technical design as indicated in the drawings

and specifications. Unless there is a value engineering clause in the BDS,

alternative bids shall not be accepted.

14.3. Each Bidder shall submit only one Bid, either individually or as a partner in a

JV. A Bidder who submits or participates in more than one bid (other than as

a subcontractor if a subcontractor is permitted to participate in more than one

bid) will cause all the proposals with the Bidder’s participation to be

disqualified. This shall be without prejudice to any applicable criminal, civil

and administrative penalties that may be imposed upon the persons and

entities concerned.

15. Bid Prices

15.1. The contract shall be for the whole Works, as described in ITB Clause 1.1,

based on the priced Bill of Quantities submitted by the Bidder.

15.2. The Bidder shall fill in rates and prices for all items of the Works 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. All duties, taxes, and other levies payable by the Contractor under the

Contract, or for any other cause, prior to the deadline for submission of bids,

shall be included in the rates, prices, and total bid price submitted by the

Bidder.

15.4. All bid prices for the given scope of work in the contract as awarded shall be

considered as fixed prices, and therefore not subject to price escalation during

contract implementation, except under extraordinary circumstances as

specified in GCC Clause 47. Price escalation may be allowed in extraordinary

circumstances as 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. Furthermore, 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. All bid prices shall be quoted in Philippine Pesos unless otherwise provided in

the BDS. However, for purposes of bid evaluation, bids denominated in

Page 21: Procurement of INFRASTRUCTURE PROJECTSdotr.gov.ph/images/Public_Bidding/CivilWorks/Air_Sector...PHILIPPINE BIDDING DOCUMENTS (As Harmonized with Development Partners) Procurement of

21

foreign currencies shall be converted to Philippine currency based on the

exchange rate prevailing 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 exchange rate as published in the BSP reference rate bulletin on

the day of the bid opening.

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:

Form of Bid Security Amount of Bid Security

(Equal to Percentage of the ABC)

(a) Cash or cashier’s/manager’s

check issued by a Universal or

Commercial Bank.

Two percent (2%)

(b) Bank draft/guarantee or

irrevocable letter of credit issued

by a Universal or 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 certified

by the Insurance Commission as

authorized to issue such security;

and/or

Five percent (5%)

Page 22: Procurement of INFRASTRUCTURE PROJECTSdotr.gov.ph/images/Public_Bidding/CivilWorks/Air_Sector...PHILIPPINE BIDDING DOCUMENTS (As Harmonized with Development Partners) Procurement of

22

(d) Any combination of the

foregoing.

Proportionate to share of form

with respect to total amount of

security

For biddings conducted by local government units, 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

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 31, and

the posting of the performance security, pursuant to ITB Clause 32, the

successful Bidder’s Bid security will be discharged, but in no case later than

the Bid security validity period as indicated in 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

27.3(b);

(iii) fails to submit the requirements within the prescribed period, or

a finding against their veracity, as stated in ITB Clause 28.2;

(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;

(vi) allowing the use of one’s name, or using the name of another

for purposes of public bidding;

Page 23: Procurement of INFRASTRUCTURE PROJECTSdotr.gov.ph/images/Public_Bidding/CivilWorks/Air_Sector...PHILIPPINE BIDDING DOCUMENTS (As Harmonized with Development Partners) Procurement of

23

(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 31;

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

Clause 32.

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 IX. Bidding Forms on or

before the deadline specified in the ITB Clause 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 an original of the first and second envelopes as

described in ITB Clauses 12 and 13. In addition, the Bidder shall submit

copies of the first and second envelopes. In the event of any discrepancy

between the original and the copies, the original shall prevail.

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.

Page 24: Procurement of INFRASTRUCTURE PROJECTSdotr.gov.ph/images/Public_Bidding/CivilWorks/Air_Sector...PHILIPPINE BIDDING DOCUMENTS (As Harmonized with Development Partners) Procurement of

24

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 identified in ITB Clause

10.1;

(d) bear the specific identification of this bidding process indicated in the

Invitation to Bid; 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.

22. Late Bids

Page 25: Procurement of INFRASTRUCTURE PROJECTSdotr.gov.ph/images/Public_Bidding/CivilWorks/Air_Sector...PHILIPPINE BIDDING DOCUMENTS (As Harmonized with Development Partners) Procurement of

25

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 26: Procurement of INFRASTRUCTURE PROJECTSdotr.gov.ph/images/Public_Bidding/CivilWorks/Air_Sector...PHILIPPINE BIDDING DOCUMENTS (As Harmonized with Development Partners) Procurement of

26

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 13.1(b), 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 (vi).

24.5. In the case of an eligible foreign Bidder as described in ITB Clause 5, the

Class “A” Documents enumerated 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 documents

required 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)(vi) 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 for reconsideration with the BAC: Provided, however,

that the request for reconsideration shall not be granted if it is established that

the finding of failure is due to the fault of the 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 request for reconsideration, the BAC shall keep the bid

envelopes of the said failed Bidder unopened and/or duly sealed until such

time that the request for reconsideration or protest has been resolved.

E. Evaluation and Comparison of Bids

25. Process to be Confidential

Page 27: Procurement of INFRASTRUCTURE PROJECTSdotr.gov.ph/images/Public_Bidding/CivilWorks/Air_Sector...PHILIPPINE BIDDING DOCUMENTS (As Harmonized with Development Partners) Procurement of

27

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 n 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. Detailed Evaluation and Comparison of Bids

27.1. 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.

27.2. In evaluating the Bids to get the Lowest Calculated Bid, the Procuring Entity

shall undertake the following:

(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

highest. The bid with the lowest price shall be identified as the Lowest

Calculated Bid.

27.3. The Procuring Entity's BAC shall immediately conduct a detailed evaluation

of all bids rated “passed,” using non-discretionary “pass/fail” criterion. 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

(b) Arithmetical corrections. Consider computational errors and omissions

to enable proper comparison of all eligible bids. It may also consider

bid modifications if expressly allowed in the BDS. Any adjustment

shall be calculated in monetary terms to determine the calculated

prices.

Page 28: Procurement of INFRASTRUCTURE PROJECTSdotr.gov.ph/images/Public_Bidding/CivilWorks/Air_Sector...PHILIPPINE BIDDING DOCUMENTS (As Harmonized with Development Partners) Procurement of

28

27.4. 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.

27.5. The Procuring Entity’s evaluation of bids shall only be based on the bid price

quoted in the Financial Bid Form

27.6. 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.

28. Post Qualification

28.1. 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.

28.2. 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) Latest income and business tax returns in the form specified in the

BDS;

(b) Certificate of PhilGEPS Registration; and

(c) Other appropriate licenses and permits required by law and stated in

the BDS.

Failure of the Bidder declared as LCB 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.

28.3. The determination shall be based upon an examination of the documentary

evidence of the Bidder’s qualifications submitted pursuant to ITB Clauses 12

and 13, as well as other information as the Procuring Entity deems necessary

and appropriate, using a non-discretionary “pass/fail” criterion.

28.4. 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, subject to ITB Clause 30.3.

Page 29: Procurement of INFRASTRUCTURE PROJECTSdotr.gov.ph/images/Public_Bidding/CivilWorks/Air_Sector...PHILIPPINE BIDDING DOCUMENTS (As Harmonized with Development Partners) Procurement of

29

28.5. 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 and Responsive

Bid is determined for contract award.

28.6. 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 government

owned and government-owned and/or -controlled corporations (GOCCs) and

government financial institutions (GFIs), the period provided herein shall be

fifteen (15) calendar days.

29. Reservation Clause

29.1. 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.

29.2. 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;

(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 Government as follows:

(i) If the physical and economic conditions have significantly

changed so as to render the project no longer economically,

Page 30: Procurement of INFRASTRUCTURE PROJECTSdotr.gov.ph/images/Public_Bidding/CivilWorks/Air_Sector...PHILIPPINE BIDDING DOCUMENTS (As Harmonized with Development Partners) Procurement of

30

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.

29.3. 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 refuses,

without justifiable cause to accept the award of contract, and no award

is made.

F. Award of Contract

30. Contract Award

30.1. Subject to ITB Clause 28, the Procuring Entity shall award the contract to the

Bidder whose Bid has been determined to be the Lowest Calculated and

Responsive Bid (LCRB).

30.2. 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 LCRB and submitted personally or sent by registered mail or

electronically to the Procuring Entity.

30.3. Notwithstanding the issuance of the Notice of Award, award of contract shall

be subject to the following conditions:

(a) Submission of the following documents within the prescribed period

from receipt by the Bidder of the notice that it has the Lowest

Calculated and Responsive Bid:

(i) Valid JVA, if applicable, within ten (10) calendar days;

(ii) Valid PCAB license and registration for the type and cost of the

contract to be bid for foreign bidders, within thirty (30)

calendar days, if allowed under a Treaty or International or

Executive Agreement mentioned in ITB Clause 12.1(a)(iv);

Page 31: Procurement of INFRASTRUCTURE PROJECTSdotr.gov.ph/images/Public_Bidding/CivilWorks/Air_Sector...PHILIPPINE BIDDING DOCUMENTS (As Harmonized with Development Partners) Procurement of

31

(b) Posting of the performance security in accordance with ITB Clause 32;

(c) Signing of the contract as provided in ITB Clause 31; and

(d) Approval by higher authority, if required.

31. Signing of the Contract

31.1. 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.

31.2. Within ten (10) calendar days from receipt of the Notice of Award, the

successful Bidder shall post the required performance security, sign and date

the contract and return it to the Procuring Entity.

31.3. 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.

31.4. 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.

32. Performance Security

32.1. 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.

32.2. 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 as stated in the BDS in accordance with the following

schedule:

Page 32: Procurement of INFRASTRUCTURE PROJECTSdotr.gov.ph/images/Public_Bidding/CivilWorks/Air_Sector...PHILIPPINE BIDDING DOCUMENTS (As Harmonized with Development Partners) Procurement of

32

Form of Performance Security

Amount 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.

Ten percent (10%)

(b) Bank draft/guarantee or

irrevocable letter of credit

issued by a Universal or

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

certified by the Insurance

Commission as authorized to

issue such security; and/or

Thirty percent (30%)

(d) Any combination of the

foregoing.

Proportionate to share of form with

respect to total amount of security

32.3. 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 Lowest Calculated and

Responsive Bid 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.

33. Notice to Proceed

33.1. 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.

33.2. 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: Procurement of INFRASTRUCTURE PROJECTSdotr.gov.ph/images/Public_Bidding/CivilWorks/Air_Sector...PHILIPPINE BIDDING DOCUMENTS (As Harmonized with Development Partners) Procurement of

33

Section III. Bid Data Sheet

Page 34: Procurement of INFRASTRUCTURE PROJECTSdotr.gov.ph/images/Public_Bidding/CivilWorks/Air_Sector...PHILIPPINE BIDDING DOCUMENTS (As Harmonized with Development Partners) Procurement of

34

Bid Data Sheet

ITB Clause

1.1 The PROCURING ENTITY is Department of Transportation and

Communications (DOTC).

The name of the Contract is Roxas Airport Development Project

(Runway Shoulder Grade Correction, Improvement of Existing

Perimeter Fence, Improvement of Vehicular Parking Area and

Construction of X-ray Cargo Building).

2

The Funding Source is:

The Government of the Philippines (GOP) through C.Y. 2014.

The name of the Project is Roxas Airport Development Project

(Runway Shoulder Grade Correction, Improvement of Existing

Perimeter Fence, Improvement of Vehicular Parking Area and

Construction of X-ray Cargo Building).

3.1 No further instructions.

5.1 No further instructions.

5.2 Bidding is restricted to eligible bidders as defined in ITB Clause 5.1.

5.4.(a) The bidders must have an experience of having completed at least one

(1) contract that is similar to the contract to be bid, and whose value,

adjusted to current prices using the NSO consumer price indices,

must be at least fifty percent (50%) of the Approved Budget for the

contract.

For this purpose, similar contracts shall refer to Road, Highways,

Pavement, Railways, Airport Horizontal Structure, and Bridges.

8.1 Subcontracting is not allowed.

8.2 Not applicable.

9.1 The DOTC will hold a pre-bid conference for this Project on 07

November 2014, 2:00 PM, at 16th

Floor, DOTC Multi-Purpose Room,

The Columbia Tower, Ortigas Avenue, Mandaluyong City.

10.1 The Procuring Entity’s address is:

Department of Transportation and Communications

Secondary Bids and Awards Committee Office (BAC)

The Columbia Tower, Ortigas Avenue, Mandaluyong City

Telefax: 654-7725

Page 35: Procurement of INFRASTRUCTURE PROJECTSdotr.gov.ph/images/Public_Bidding/CivilWorks/Air_Sector...PHILIPPINE BIDDING DOCUMENTS (As Harmonized with Development Partners) Procurement of

35

10.3 No further instructions.

12.1 No further instructions.

12.1(a)(i) No other acceptable proof of registration is recognized.

12.1(a)(ii) No further instructions.

12.1(a)(iii) Bidders must also submit the following:

1. Duly signed Statement of all Ongoing Government & Private

Construction Contracts including contracts awarded but not yet

started (SF-INFR-15).

2. Duly signed Statement of all Completed Government & Private

Construction Contracts which are similar in nature (SF-INFR-16).

12.1(a)(iv) The PCAB Registration for this project is Medium A for Road,

Highways, Pavement, Railways, Airport Horizontal Structure, and

Bridges.

For joint venture bidders, a Joint License issued by the PCAB

pursuant to Section 38 of RA 4566, and not the PCAB license and

registration individually issued to each joint venture partner must be

submitted. Failure of the joint venture bidder to submit a Joint

License may be a ground for its disqualification despite the

submission of the individual licenses of each joint venture partner.

12.1(b)(ii)(ii.2) List of Contractors Personnel to be assigned to the contract to be bid

with their respective curriculum vitae showing, among others, their

educational attainment, professional qualification and experiences

(SF-INFR-48), as follows:

1. Project Manager

2. Civil Engineer (licensed)

3. Materials Engineer (duly accredited by DPWH)

4. Safety Officer (with certificate of training in occupational safety

and health)

Duly signed Statement of Availability of Key Personnel and

Equipment (SF-INFR-18).

12.1(b)(ii)(ii.3) List of Contractor’s Equipment OWNED/LEASED (pls. see Invitation

to Bid), assigned to the Proposed Contract (SF-INFR-49).

13.1 Checklist of Financial Components:

1. Bid Prices in the bill of quantities in the prescribed form.

2. Detailed estimates including summary sheet indicating the unit

prices of construction materials, labor rates and equipment

OWNED/LEASED (Pls. see Invitation to Bid) used in coming up with

the bid, and

Page 36: Procurement of INFRASTRUCTURE PROJECTSdotr.gov.ph/images/Public_Bidding/CivilWorks/Air_Sector...PHILIPPINE BIDDING DOCUMENTS (As Harmonized with Development Partners) Procurement of

36

3. Cash flow by quarter and payment schedules.

13.1(b) The ABC is Sixty One Million Two Hundred Forty Thousand Seven

and 72/100 Pesos (P 61,240,007.72). Any bid with a financial component

exceeding this amount shall not be accepted.

14.2 No further instructions.

14.2 No further instructions.

16.1 The bid prices shall be quoted in Philippine Pesos.

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

the date of the opening of bids.

18.1 The bid security shall be in the following amount:

1. The amount of One Million Two Hundred Twenty Four Thousand

Eight Hundred and 15/100 Pesos (P 1,224,800.15), if bid security is

in cash, cashier’s/manager’s check, bank draft/guarantee or irrevocable

letter of credit;

2. The amount of Three Million Sixty Two Thousand and 39/100

Pesos (P 3,062,000.39), if bid security is in Surety Bond;

3. Any combination of the foregoing proportionate to the share of form

with respect to total amount of security; or

4. Bid Securing Declaration.

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

calendar days from the date of the opening of bids.

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 :

Department of Transportation and Communications

Bids and Awards Committee Office

15th

Floor, Unit 153, The Columbia Tower,

Ortigas Avenue, Mandaluyong City

Tel No: 654-7725;727-7960 local 235

Fax No: 654-7725

The deadline for submission of bids is 21 November 2014, 11:00 AM. 24.1 The place of bid opening is at DOTC, Unit 167, The Columbia Tower,

Ortigas Avenue, Mandaluyong City.

The date and time of bid opening is 21 November 2014, 11:00 AM.

24.2 No further instructions.

Page 37: Procurement of INFRASTRUCTURE PROJECTSdotr.gov.ph/images/Public_Bidding/CivilWorks/Air_Sector...PHILIPPINE BIDDING DOCUMENTS (As Harmonized with Development Partners) Procurement of

37

27.3(b) Bid modification is not allowed.

27.4 No further instructions.

28.2(a) Only tax returns filed and taxes paid through the BIR Electronic Filing and

Payment System (EFPS) shall be accepted.

NOTE: The latest income and business tax returns are those within the

last six months preceding the date of bid submission.

28.2(c) Additional document:

Valid Certificate of Registration indicating the Tax Identification Number

and photocopy of TIN Card.

31.4(g) Construction schedule and S-curve, manpower schedule, construction

methods, equipment utilization schedule, construction safety and health

program duly approved by the Department of Labor and Employment, and

PERT/CPM.

32.2 The performance security shall be in the following amount:

1. The amount of (10% of the total contract amount), if performance security

is in cash, cashier’s/manager’s check, bank draft/guarantee or irrevocable

letter of credit;

2. The amount of (30% of the total contract amount), if performance 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.

Page 38: Procurement of INFRASTRUCTURE PROJECTSdotr.gov.ph/images/Public_Bidding/CivilWorks/Air_Sector...PHILIPPINE BIDDING DOCUMENTS (As Harmonized with Development Partners) Procurement of

38

Section IV. General Conditions of Contract

Page 39: Procurement of INFRASTRUCTURE PROJECTSdotr.gov.ph/images/Public_Bidding/CivilWorks/Air_Sector...PHILIPPINE BIDDING DOCUMENTS (As Harmonized with Development Partners) Procurement of

39

TABLE OF CONTENTS

1. DEFINITIONS ................................................................................................. 41

2. INTERPRETATION ......................................................................................... 43

3. GOVERNING LANGUAGE AND LAW .............................................................. 43

4. COMMUNICATIONS ....................................................................................... 43

5. POSSESSION OF SITE ..................................................................................... 44

6. THE CONTRACTOR’S OBLIGATIONS ............................................................ 44

7. PERFORMANCE SECURITY ............................................................................ 45

8. SUBCONTRACTING ........................................................................................ 46

9. LIQUIDATED DAMAGES ................................................................................ 46

10. SITE INVESTIGATION REPORTS .................................................................... 47

11. THE PROCURING ENTITY, LICENSES AND PERMITS .................................... 47

12. CONTRACTOR’S RISK AND WARRANTY SECURITY ..................................... 47

13. LIABILITY OF THE CONTRACTOR ................................................................ 49

14. PROCURING ENTITY’S RISK ......................................................................... 49

15. INSURANCE ................................................................................................... 50

16. TERMINATION FOR DEFAULT OF CONTRACTOR ......................................... 51

17. TERMINATION FOR DEFAULT OF PROCURING ENTITY ............................... 52

18. TERMINATION FOR OTHER CAUSES ............................................................ 52

19. PROCEDURES FOR TERMINATION OF CONTRACTS ...................................... 53

20. FORCE MAJEURE, RELEASE FROM PERFORMANCE ................................... 56

21. RESOLUTION OF DISPUTES ........................................................................... 57

22. SUSPENSION OF LOAN, CREDIT, GRANT, OR APPROPRIATION ................... 57

23. PROCURING ENTITY’S REPRESENTATIVE’S DECISIONS .............................. 57

24. APPROVAL OF DRAWINGS AND TEMPORARY WORKS BY THE

PROCURING ENTITY’S REPRESENTATIVE .................................................... 58

25. ACCELERATION AND DELAYS ORDERED BY THE PROCURING

ENTITY’S REPRESENTATIVE ........................................................................ 58

26. EXTENSION OF THE INTENDED COMPLETION DATE ................................... 58

27. RIGHT TO VARY ............................................................................................ 58

28. CONTRACTORS RIGHT TO CLAIM ................................................................ 59

Page 40: Procurement of INFRASTRUCTURE PROJECTSdotr.gov.ph/images/Public_Bidding/CivilWorks/Air_Sector...PHILIPPINE BIDDING DOCUMENTS (As Harmonized with Development Partners) Procurement of

40

29. DAYWORKS ................................................................................................... 59

30. EARLY WARNING ......................................................................................... 59

31. PROGRAM OF WORK .................................................................................... 60

32. MANAGEMENT CONFERENCES ..................................................................... 60

33. BILL OF QUANTITIES .................................................................................... 60

34. INSTRUCTIONS, INSPECTIONS AND AUDITS .................................................. 61

35. IDENTIFYING DEFECTS ................................................................................. 61

36. COST OF REPAIRS ......................................................................................... 61

37. CORRECTION OF DEFECTS ........................................................................... 61

38. UNCORRECTED DEFECTS ............................................................................. 62

39. ADVANCE PAYMENT ..................................................................................... 62

40. PROGRESS PAYMENTS .................................................................................. 63

41. PAYMENT CERTIFICATES ............................................................................. 63

42. RETENTION ................................................................................................... 64

43. VARIATION ORDERS ..................................................................................... 64

44. CONTRACT COMPLETION ............................................................................. 66

45. SUSPENSION OF WORK ................................................................................. 66

46. PAYMENT ON TERMINATION ........................................................................ 67

47. EXTENSION OF CONTRACT TIME ................................................................. 68

48. PRICE ADJUSTMENT ..................................................................................... 69

49. COMPLETION ................................................................................................ 69

50. TAKING OVER ............................................................................................... 69

51. OPERATING AND MAINTENANCE MANUALS ................................................ 69

Page 41: Procurement of INFRASTRUCTURE PROJECTSdotr.gov.ph/images/Public_Bidding/CivilWorks/Air_Sector...PHILIPPINE BIDDING DOCUMENTS (As Harmonized with Development Partners) Procurement of

41

1. Definitions

For purposes of this Clause, boldface type is used to identify defined terms.

1.1. The Arbiter is the person appointed jointly by the Procuring Entity and the

Contractor to resolve disputes in the first instance, as provided for in GCC

Clause 20.

1.2. Bill of Quantities refers to a list of the specific items of the Work and their

corresponding unit prices, lump sums, and/or provisional sums.

1.3. The Completion Date is the date of completion of the Works as certified by

the Procuring Entity’s Representative, in accordance with GCC Clause 49.

1.4. The Contract is the contract between the Procuring Entity and the Contractor

to execute, complete, and maintain the Works.

1.5. The Contract Price is the price stated in the Letter of Acceptance and

thereafter to be paid by the Procuring Entity to the Contractor for the

execution of the Works in accordance with this Contract.

1.6. Contract Time Extension is the allowable period for the Contractor to

complete the Works in addition to the original Completion Date stated in this

Contract.

1.7. The Contractor is the juridical entity whose proposal has been accepted by

the Procuring Entity and to whom the Contract to execute the Work was

awarded.

1.8. The Contractor’s Bid is the signed offer or proposal submitted by the

Contractor to the Procuring Entity in response to the Bidding Documents.

1.9. Days are calendar days; months are calendar months.

1.10. Dayworks are varied work inputs subject to payment on a time basis for the

Contractor’s employees and Equipment, in addition to payments for associated

Materials and Plant.

1.11. A Defect is any part of the Works not completed in accordance with the

Contract.

1.12. The Defects Liability Certificate is the certificate issued by Procuring

Entity’s Representative upon correction of defects by the Contractor.

1.13. The Defects Liability Period is the one year period between contract

completion and final acceptance within which the Contractor assumes the

responsibility to undertake the repair of any damage to the Works at his own

expense.

Page 42: Procurement of INFRASTRUCTURE PROJECTSdotr.gov.ph/images/Public_Bidding/CivilWorks/Air_Sector...PHILIPPINE BIDDING DOCUMENTS (As Harmonized with Development Partners) Procurement of

42

1.14. Drawings are graphical presentations of the Works. They include all

supplementary details, shop drawings, calculations, and other information

provided or approved for the execution of this Contract.

1.15. Equipment refers to all facilities, supplies, appliances, materials or things

required for the execution and completion of the Work provided by the

Contractor and which shall not form or are not intended to form part of the

Permanent Works.

1.16. The Intended Completion Date refers to the date specified in the SCC when

the Contractor is expected to have completed the Works. The Intended

Completion Date may be revised only by the Procuring Entity’s

Representative by issuing an extension of time or an acceleration order.

1.17. Materials are all supplies, including consumables, used by the Contractor for

incorporation in the Works.

1.18. The Notice to Proceed is a written notice issued by the Procuring Entity or the

Procuring Entity’s Representative to the Contractor requiring the latter to

begin the commencement of the work not later than a specified or

determinable date.

1.19. Permanent Works all permanent structures and all other project features and

facilities required to be constructed and completed in accordance with this

Contract which shall be delivered to the Procuring Entity and which shall

remain at the Site after the removal of all Temporary Works.

1.20. Plant refers to the machinery, apparatus, and the like intended to form an

integral part of the Permanent Works.

1.21. The Procuring Entity is the party who employs the Contractor to carry out

the Works stated in the SCC.

1.22. The Procuring Entity’s Representative refers to the Head of the Procuring

Entity or his duly authorized representative, identified in the SCC, who shall

be responsible for supervising the execution of the Works and administering

this Contract.

1.23. The Site is the place provided by the Procuring Entity where the Works shall

be executed and any other place or places which may be designated in the

SCC, or notified to the Contractor by the Procuring Entity’s Representative as

forming part of the Site.

1.24. Site Investigation Reports are those that were included in the Bidding

Documents and are factual and interpretative reports about the surface and

subsurface conditions at the Site.

1.25. Slippage is a delay in work execution occurring when actual accomplishment

falls below the target as measured by the difference between the scheduled and

actual accomplishment of the Work by the Contractor as established from the

work schedule. This is actually described as a percentage of the whole Works.

Page 43: Procurement of INFRASTRUCTURE PROJECTSdotr.gov.ph/images/Public_Bidding/CivilWorks/Air_Sector...PHILIPPINE BIDDING DOCUMENTS (As Harmonized with Development Partners) Procurement of

43

1.26. Specifications means the description of Works to be done and the qualities of

materials to be used, the equipment to be installed and the mode of

construction.

1.27. The Start Date, as specified in the SCC, is the date when the Contractor is

obliged to commence execution of the Works. It does not necessarily coincide

with any of the Site Possession Dates.

1.28. A Subcontractor is any person or organization to whom a part of the Works

has been subcontracted by the Contractor, as allowed by the Procuring Entity,

but not any assignee of such person.

1.29. Temporary Works are works designed, constructed, installed, and removed

by the Contractor that are needed for construction or installation of the

Permanent Works.

1.30. Work(s) refer to the Permanent Works and Temporary Works to be executed

by the Contractor in accordance with this Contract, including (i) the furnishing

of all labor, materials, equipment and others incidental, necessary or

convenient to the complete execution of the Works; (ii) the passing of any

tests before acceptance by the Procuring Entity’s Representative; (iii) and the

carrying out of all duties and obligations of the Contractor imposed by this

Contract as described in the SCC.

2. Interpretation

2.1. In interpreting the Conditions of Contract, singular also means plural, male

also means female or neuter, and the other way around. Headings have no

significance. Words have their normal meaning under the language of this

Contract unless specifically defined. The Procuring Entity’s Representative

will provide instructions clarifying queries about the Conditions of Contract.

2.2. If sectional completion is specified in the SCC, references in the Conditions of

Contract to the Works, the Completion Date, and the Intended Completion Date

apply to any Section of the Works (other than references to the Completion Date

and Intended Completion Date for the whole of the Works).

3. Governing Language and Law

3.1. 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 which are exchanged by the parties shall be written

in English.

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

of the Philippines.

Page 44: Procurement of INFRASTRUCTURE PROJECTSdotr.gov.ph/images/Public_Bidding/CivilWorks/Air_Sector...PHILIPPINE BIDDING DOCUMENTS (As Harmonized with Development Partners) Procurement of

44

4. Communications

Communications between parties that are referred to in the Conditions shall be

effective only when in writing. A notice shall be effective only when it is received by

the concerned party.

5. Possession of Site

5.1. On the date specified in the SCC, the Procuring Entity shall grant the

Contractor possession of so much of the Site as may be required to enable it to

proceed with the execution of the Works. If the Contractor suffers delay or

incurs cost from failure on the part of the Procuring Entity to give possession

in accordance with the terms of this clause, the Procuring Entity’s

Representative shall give the Contractor a Contract Time Extension and certify

such sum as fair to cover the cost incurred, which sum shall be paid by

Procuring Entity.

5.2. If possession of a portion is not given by the date stated in the SCC Clause

5.1, the Procuring Entity will be deemed to have delayed the start of the

relevant activities. The resulting adjustments in contact time to address such

delay shall be in accordance with GCC Clause 46.

5.3. The Contractor shall bear all costs and charges for special or temporary right-

of-way required by it in connection with access to the Site. The Contractor

shall also provide at his own cost any additional facilities outside the Site

required by it for purposes of the Works.

5.4. The Contractor shall allow the Procuring Entity’s Representative and any

person authorized by the Procuring Entity’s Representative access to the Site

and to any place where work in connection with this Contract is being carried

out or is intended to be carried out.

6. The Contractor’s Obligations

6.1. The Contractor shall carry out the Works properly and in accordance with this

Contract. The Contractor shall provide all supervision, labor, Materials, Plant

and Contractor's Equipment, which may be required. All Materials and Plant

on Site shall be deemed to be the property of the Procuring Entity.

6.2. The Contractor shall commence execution of the Works on the Start Date and

shall carry out the Works in accordance with the Program of Work submitted

by the Contractor, as updated with the approval of the Procuring Entity’s

Representative, and complete them by the Intended Completion Date.

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

6.4. The Contractor shall carry out all instructions of the Procuring Entity’s

Representative that comply with the applicable laws where the Site is located.

6.5. The Contractor shall employ the key personnel named in the Schedule of Key

Personnel, as referred to in the SCC, to carry out the supervision of the

Works. The Procuring Entity will approve any proposed replacement of key

Page 45: Procurement of INFRASTRUCTURE PROJECTSdotr.gov.ph/images/Public_Bidding/CivilWorks/Air_Sector...PHILIPPINE BIDDING DOCUMENTS (As Harmonized with Development Partners) Procurement of

45

personnel only if their relevant qualifications and abilities are equal to or

better than those of the personnel listed in the Schedule.

6.6. If the Procuring Entity’s Representative asks the Contractor to remove a

member of the Contractor’s staff or work force, for justifiable cause, the

Contractor shall ensure that the person leaves the Site within seven (7) days

and has no further connection with the Work in this Contract.

6.7. During Contract implementation, the Contractor and his subcontractors shall

abide at all times by all labor laws, including child labor related enactments,

and other relevant rules.

6.8. The Contractor shall submit to the Procuring Entity for consent the name and

particulars of the person authorized to receive instructions on behalf of the

Contractor.

6.9. The Contractor shall cooperate and share the Site with other contractors,

public authorities, utilities, and the Procuring Entity between the dates given

in the schedule of other contractors particularly when they shall require access

to the Site. The Contractor shall also provide facilities and services for them

during this period. The Procuring Entity may modify the schedule of other

contractors, and shall notify the Contractor of any such modification thereto.

6.10. Should anything of historical or other interest or of significant value be

unexpectedly discovered on the Site, it shall be the property of the Procuring

Entity. The Contractor shall notify the Procuring Entity’s Representative of

such discoveries and carry out the Procuring Entity’s Representative’s

instructions in dealing with them.

7. Performance Security

7.1. Within ten (10) calendar days from receipt of the Notice of Award from the

Procuring Entity but in no case later than the signing of the contract by both

parties, the Contractor shall furnish the performance security in any the forms

prescribed in ITB Clause 32.2.

7.2. The performance security posted in favor of the Procuring Entity shall be

forfeited in the event it is established that the Contractor is in default in any of

its obligations under the Contract.

7.3. The performance security shall remain valid until issuance by the Procuring

Entity of the Certificate of Final Acceptance.

7.4. The performance security may be released by the Procuring Entity and

returned to the Contractor after the issuance of the Certificate of Final

Acceptance subject to the following conditions:

(a) There are no pending claims against the Contractor or the surety

company filed by the Procuring Entity;

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

against it; and

Page 46: Procurement of INFRASTRUCTURE PROJECTSdotr.gov.ph/images/Public_Bidding/CivilWorks/Air_Sector...PHILIPPINE BIDDING DOCUMENTS (As Harmonized with Development Partners) Procurement of

46

(c) Other terms specified in the SCC.

7.5. The Contractor shall post an additional performance security following the

amount and form specified in ITB Clause 32.2 to cover any cumulative

increase of more than ten percent (10%) over the original value of the contract

as a result of amendments to order or change orders, extra work orders and

supplemental agreements, as the case may be. The Contractor shall cause the

extension of the validity of the performance security to cover approved

contract time extensions.

7.6. In case of a reduction in the contract value or for partially completed Works

under the contract which are usable and accepted by the Procuring Entity the

use of which, in the judgment of the implementing agency or the Procuring

Entity, will not affect the structural integrity of the entire project, the

Procuring Entity shall allow a proportional reduction in the original

performance security, provided that any such reduction is more than ten

percent (10%) and that the aggregate of such reductions is not more than fifty

percent (50%) of the original performance security.

7.7. Unless otherwise indicated in the SCC, the Contractor, by entering into the

Contract with the Procuring Entity, acknowledges the right of the Procuring

Entity to institute action pursuant to Act 3688 against any subcontractor be

they an individual, firm, partnership, corporation, or association supplying the

Contractor with labor, materials and/or equipment for the performance of this

Contract.

8. Subcontracting

8.1. Unless otherwise indicated in the SCC, the Contractor cannot subcontract

Works more than the percentage specified in ITB Clause 8.1.

8.2. Subcontracting of any portion of the Works does not relieve the Contractor of

any liability or obligation under this Contract. The Contractor will be

responsible for the acts, defaults, and negligence of any subcontractor, its

agents, servants or workmen as fully as if these were the Contractor’s own

acts, defaults, or negligence, or those of its agents, servants or workmen.

8.3. Subcontractors disclosed and identified during the bidding may be changed

during the implementation of this Contract, subject to compliance with the

required qualifications and the approval of the Procuring Entity.

9. Liquidated Damages

9.1. The Contractor shall pay liquidated damages to the Procuring Entity for each

day that the Completion Date is later than the Intended Completion Date. The

applicable liquidated damages is at least one-tenth (1/10) of a percent of the

cost of the unperformed portion for every day of delay. The total amount of

liquidated damages shall not exceed ten percent (10%) of the amount of the

contract. The Procuring Entity may deduct liquidated damages from payments

due to the Contractor. Payment of liquidated damages shall not affect the

Contractor. Once the cumulative amount of liquidated damages reaches ten

Page 47: Procurement of INFRASTRUCTURE PROJECTSdotr.gov.ph/images/Public_Bidding/CivilWorks/Air_Sector...PHILIPPINE BIDDING DOCUMENTS (As Harmonized with Development Partners) Procurement of

47

percent (10%) of the amount of this Contract, the Procuring Entity shall

rescind this Contract, without prejudice to other courses of action and

remedies open to it.

9.2. If the Intended Completion Date is extended after liquidated damages have

been paid, the Engineer of the Procuring Entity shall correct any overpayment

of liquidated damages by the Contractor by adjusting the next payment

certificate. The Contractor shall be paid interest on the overpayment,

calculated from the date of payment to the date of repayment, at the rates

specified in GCC Clause 40.3.

10. Site Investigation Reports

The Contractor, in preparing the Bid, shall rely on any Site Investigation Reports

referred to in the SCC supplemented by any information obtained by the Contractor.

11. The Procuring Entity, Licenses and Permits

The Procuring Entity shall, if requested by the Contractor, assist him in applying for

permits, licenses or approvals, which are required for the Works.

12. Contractor’s Risk and Warranty Security

12.1. The Contractor shall assume full responsibility for the Works from the time

project construction commenced up to final acceptance by the Procuring

Entity and shall be held responsible for any damage or destruction of the

Works except those occasioned by force majeure. The Contractor shall be

fully responsible for the safety, protection, security, and convenience of his

personnel, third parties, and the public at large, as well as the Works,

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

12.2. The defects liability period for infrastructure projects shall be one year from

contract completion up to final acceptance by the Procuring Entity. During

this period, the Contractor shall undertake the repair works, at his own

expense, of any damage to the Works on account of the use of materials of

inferior quality within ninety (90) days from the time the Head of the

Procuring Entity has issued an order to undertake repair. In case of failure or

refusal to comply with this mandate, the Procuring Entity shall undertake such

repair works and shall be entitled to full reimbursement of expenses incurred

therein upon demand.

12.3. Unless otherwise indicated in the SCC, in case the Contractor fails to comply

with the preceding paragraph, the Procuring Entity shall forfeit its

performance security, subject its property(ies) to attachment or garnishment

proceedings, and perpetually disqualify it from participating in any public

bidding. All payables of the GOP in his favor shall be offset to recover the

costs.

12.4. After final acceptance of the Works by the Procuring Entity, the Contractor

shall be held responsible for “Structural Defects”, i.e., major

faults/flaws/deficiencies in one or more key structural elements of the project

Page 48: Procurement of INFRASTRUCTURE PROJECTSdotr.gov.ph/images/Public_Bidding/CivilWorks/Air_Sector...PHILIPPINE BIDDING DOCUMENTS (As Harmonized with Development Partners) Procurement of

48

which may lead to structural failure of the completed elements or structure, or

“Structural Failures”, i.e., where one or more key structural elements in an

infrastructure facility fails or collapses, thereby rendering the facility or part

thereof incapable of withstanding the design loads, and/or endangering the

safety of the users or the general public:

(a) Contractor – Where Structural Defects/Failures arise due to faults

attributable to improper construction, use of inferior

quality/substandard materials, and any violation of the contract plans

and specifications, the contractor shall be held liable;

(b) Consultants – Where Structural Defects/Failures arise due to faulty

and/or inadequate design and specifications as well as construction

supervision, then the consultant who prepared the design or undertook

construction supervision for the project shall be held liable;

(c) Procuring Entity’s Representatives/Project Manager/Construction

Managers and Supervisors – The project owner’s representative(s),

project manager, construction manager, and supervisor(s) shall be held

liable in cases where the Structural Defects/Failures are due to his/their

willful intervention in altering the designs and other specifications;

negligence or omission in not approving or acting on proposed changes

to noted defects or deficiencies in the design and/or specifications; and

the use of substandard construction materials in the project;

(d) Third Parties - Third Parties shall be held liable in cases where

Structural Defects/Failures are caused by work undertaken by them

such as leaking pipes, diggings or excavations, underground cables and

electrical wires, underground tunnel, mining shaft and the like, in

which case the applicable warranty to such structure should be levied

to third parties for their construction or restoration works.

(e) Users - In cases where Structural Defects/Failures are due to

abuse/misuse by the end user of the constructed facility and/or non–

compliance by a user with the technical design limits and/or intended

purpose of the same, then the user concerned shall be held liable.

12.5. The warranty against Structural Defects/Failures, except those occasioned on

force majeure, shall cover the period specified in the SCC reckoned from the

date of issuance of the Certificate of Final Acceptance by the Procuring Entity.

12.6. The Contractor shall be required to put up a warranty security in the form of

cash, bank guarantee, letter of credit, GSIS or surety bond callable on demand,

in accordance with the following schedule:

Form of Warranty

Minimum Amount in

Percentage (%) of Total

Contract Price

(a) Cash or letter of credit issued by

Universal or Commercial bank:

provided, however, that the letter of

Five Percent (5%)

Page 49: Procurement of INFRASTRUCTURE PROJECTSdotr.gov.ph/images/Public_Bidding/CivilWorks/Air_Sector...PHILIPPINE BIDDING DOCUMENTS (As Harmonized with Development Partners) Procurement of

49

credit shall be confirmed or

authenticated by a Universal or

Commercial bank, if issued by a

foreign bank

(b) Bank guarantee confirmed by

Universal or Commercial bank:

provided, however, that the letter of

credit shall be confirmed or

authenticated by a Universal or

Commercial bank, if issued by a

foreign bank

Ten Percent (10%)

(c) Surety bond callable upon demand

issued by GSIS or any surety or

insurance company duly certified by

the Insurance Commission

Thirty Percent (30%)

12.7. The warranty security shall be stated in Philippine Pesos and shall remain

effective for one year from the date of issuance of the Certificate of Final

Acceptance by the Procuring Entity, and returned only after the lapse of said

one year period.

12.8. In case of structural defects/failure occurring during the applicable warranty

period provided in GCC Clause 12.5, the Procuring Entity shall undertake the

necessary restoration or reconstruction works and shall be entitled to full

reimbursement by the parties found to be liable for expenses incurred therein

upon demand, without prejudice to the filing of appropriate administrative,

civil, and/or criminal charges against the responsible persons as well as the

forfeiture of the warranty security posted in favor of the Procuring Entity.

13. Liability of the Contractor

Subject to additional provisions, if any, set forth in the SCC, the Contractor’s liability

under this Contract shall be as provided by the laws of the Republic of the

Philippines.

14. Procuring Entity’s Risk

14.1. From the Start Date until the Certificate of Final Acceptance has been issued,

the following are risks of the Procuring Entity:

(a) The risk of personal injury, death, or loss of or damage to property

(excluding the Works, Plant, Materials, and Equipment), which are due

to:

(i) any type of use or occupation of the Site authorized by the

Procuring Entity after the official acceptance of the works; or

(ii) negligence, breach of statutory duty, or interference with any

legal right by the Procuring Entity or by any person employed

by or contracted to him except the Contractor.

Page 50: Procurement of INFRASTRUCTURE PROJECTSdotr.gov.ph/images/Public_Bidding/CivilWorks/Air_Sector...PHILIPPINE BIDDING DOCUMENTS (As Harmonized with Development Partners) Procurement of

50

(b) The risk of damage to the Works, Plant, Materials, and Equipment to

the extent that it is due to a fault of the Procuring Entity or in the

Procuring Entity’s design, or due to war or radioactive contamination

directly affecting the country where the Works are to be executed.

15. Insurance

15.1. The Contractor shall, under his name and at his own expense, obtain and

maintain, for the duration of this Contract, the following insurance coverage:

(a) Contractor’s All Risk Insurance;

(b) Transportation to the project Site of Equipment, Machinery, and

Supplies owned by the Contractor;

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

(d) Comprehensive insurance for third party liability to Contractor’s direct

or indirect act or omission causing damage to third persons.

15.2. The Contractor shall provide evidence to the Procuring Entity’s

Representative that the insurances required under this Contract have been

effected and shall, within a reasonable time, provide copies of the insurance

policies to the Procuring Entity’s Representative. Such evidence and such

policies shall be provided to the Procuring Entity’s through the Procuring

Entity’s Representative.

15.3. The Contractor shall notify the insurers of changes in the nature, extent, or

program for the execution of the Works and ensure the adequacy of the

insurances at all times in accordance with the terms of this Contract and shall

produce to the Procuring Entity’s Representative the insurance policies in

force including the receipts for payment of the current premiums.

The above insurance policies shall be obtained from any reputable insurance

company approved by the Procuring Entity’s Representative.

15.4. If the Contractor fails to obtain and keep in force the insurances referred to

herein or any other insurance which he may be required to obtain under the

terms of this Contract, the Procuring Entity may obtain and keep in force any

such insurances and pay such premiums as may be necessary for the purpose.

From time to time, the Procuring Entity may deduct the amount it shall pay for

said premiums including twenty five percent (25%) therein from any monies

due, or which may become due, to the Contractor, without prejudice to the

Procuring Entity exercising its right to impose other sanctions against the

Contractor pursuant to the provisions of this Contract.

15.5. In the event the Contractor fails to observe the above safeguards, the

Procuring Entity may, at the Contractor’s expense, take whatever measure is

Page 51: Procurement of INFRASTRUCTURE PROJECTSdotr.gov.ph/images/Public_Bidding/CivilWorks/Air_Sector...PHILIPPINE BIDDING DOCUMENTS (As Harmonized with Development Partners) Procurement of

51

deemed necessary for its protection and that of the Contractor’s personnel and

third parties, and/or order the interruption of dangerous Works. In addition,

the Procuring Entity may refuse to make the payments under GCC Clause 39

until the Contractor complies with this Clause.

15.6. The Contractor shall immediately replace the insurance policy obtained as

required in this Contract, without need of the Procuring Entity’s demand, with

a new policy issued by a new insurance company acceptable to the Procuring

Entity for any of the following grounds:

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

(i) become bankrupt;

(ii) been placed under receivership or under a management

committee;

(iii) been sued for suspension of payment; or

(iv) been suspended by the Insurance Commission and its license to

engage in business or its authority to issue insurance policies

cancelled; or

(v) Where reasonable grounds exist that the insurer may not be

able, fully and promptly, to fulfill its obligation under the

insurance policy.

16. Termination for Default of Contractor

16.1. The Procuring Entity shall terminate this Contract for default when any of the

following conditions attend its implementation:

16.2. Due to the Contractor’s fault and while the project is on-going, it has incurred

negative slippage of fifteen percent (15%) or more in accordance with

Presidential Decree 1870, regardless of whether or not previous warnings and

notices have been issued for the Contractor to improve his performance;

16.3. Due to its own fault and after this Contract time has expired, the Contractor

incurs delay in the completion of the Work after this Contract has expired; or

16.4. The Contractor:

(a) abandons the contract Works, refuses or fails to comply with a valid

instruction of the Procuring Entity or fails to proceed expeditiously and

without delay despite a written notice by the Procuring Entity;

(b) does not actually have on the project Site the minimum essential

equipment listed on the Bid necessary to prosecute the Works in

accordance with the approved Program of Work and equipment

deployment schedule as required for the project;

Page 52: Procurement of INFRASTRUCTURE PROJECTSdotr.gov.ph/images/Public_Bidding/CivilWorks/Air_Sector...PHILIPPINE BIDDING DOCUMENTS (As Harmonized with Development Partners) Procurement of

52

(c) does not execute the Works in accordance with this Contract or

persistently or flagrantly neglects to carry out its obligations under this

Contract;

(d) neglects or refuses to remove materials or to perform a new Work that

has been rejected as defective or unsuitable; or

(e) sub-lets any part of this Contract without approval by the Procuring

Entity.

16.5. All materials on the Site, Plant, Equipment, and Works shall be deemed to be

the property of the Procuring Entity if this Contract is rescinded because of the

Contractor’s default.

17. Termination for Default of Procuring Entity

The Contractor may terminate this Contract with the Procuring Entity if the works are

completely stopped for a continuous period of at least sixty (60) calendar days

through no fault of its own, due to any of the following reasons:

(a) Failure of the Procuring Entity to deliver, within a reasonable time, supplies,

materials, right-of-way, or other items it is obligated to furnish under the terms

of this Contract; or

(b) The prosecution of the Work is disrupted by the adverse peace and order

situation, as certified by the Armed Forces of the Philippines Provincial

Commander and approved by the Secretary of National Defense.

18. Termination for Other Causes

18.1. 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 this

Contract for the convenience of the Procuring Entity 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.

18.2. The Procuring Entity or the Contractor may terminate this Contract if the other

party causes a fundamental breach of this Contract.

18.3. Fundamental breaches of Contract shall include, but shall not be limited to, the

following:

(a) The Contractor stops work for twenty eight (28) days when no

stoppage of work is shown on the current Program of Work and the

stoppage has not been authorized by the Procuring Entity’s

Representative;

(b) The Procuring Entity’s Representative instructs the Contractor to delay

the progress of the Works, and the instruction is not withdrawn within

twenty eight (28) days;

Page 53: Procurement of INFRASTRUCTURE PROJECTSdotr.gov.ph/images/Public_Bidding/CivilWorks/Air_Sector...PHILIPPINE BIDDING DOCUMENTS (As Harmonized with Development Partners) Procurement of

53

(c) The Procuring Entity shall terminate this Contract if the Contractor 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 Contractor, 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 Contractor.

In the case of the Contractor's insolvency, any Contractor's Equipment

which the Procuring Entity instructs in the notice is to be used until the

completion of the Works;

(d) A payment certified by the Procuring Entity’s Representative is not

paid by the Procuring Entity to the Contractor within eighty four (84)

days from the date of the Procuring Entity’s Representative’s

certificate;

(e) The Procuring Entity’s Representative gives Notice that failure to

correct a particular Defect is a fundamental breach of Contract and the

Contractor fails to correct it within a reasonable period of time

determined by the Procuring Entity’s Representative;

(f) The Contractor does not maintain a Security, which is required;

(g) The Contractor has delayed the completion of the Works by the

number of days for which the maximum amount of liquidated damages

can be paid, as defined in the GCC Clause 7.5; and

(h) In case it is determined prima facie by the Procuring Entity that the

Contractor has engaged, before or during the implementation of the

contract, in unlawful deeds and behaviors relative to contract

acquisition and implementation, such as, but not limited to, the

following:

(i) corrupt, fraudulent, collusive, coercive, and obstructive

practices as defined in ITB Clause 3.1(a), unless otherwise

specified in the SCC;

(ii) drawing up or using forged documents;

(iii) using adulterated materials, means or methods, or engaging in

production contrary to rules of science or the trade; and

(iv) any other act analogous to the foregoing.

18.4. The Funding Source or the 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 corrupt, fraudulent, or coercive practices.

18.5. When persons from either party to this Contract gives notice of a fundamental

breach to the Procuring Entity’s Representative in order to terminate the

existing contract for a cause other than those listed under GCC Clause 18.3,

Page 54: Procurement of INFRASTRUCTURE PROJECTSdotr.gov.ph/images/Public_Bidding/CivilWorks/Air_Sector...PHILIPPINE BIDDING DOCUMENTS (As Harmonized with Development Partners) Procurement of

54

the Procuring Entity’s Representative shall decide whether the breach is

fundamental or not.

18.6. If this Contract is terminated, the Contractor shall stop work immediately,

make the Site safe and secure, and leave the Site as soon as reasonably

possible.

19. Procedures for Termination of Contracts

19.1. The following provisions shall govern the procedures for the termination of

this Contract:

(a) Upon receipt of a written report of acts or causes which may constitute

ground(s) for termination as aforementioned, or upon its own initiative,

the Procuring Entity shall, within a period of seven (7) calendar days,

verify the existence of such ground(s) and cause the execution of a

Verified Report, with all relevant evidence attached;

(b) Upon recommendation by the Procuring Entity, the Head of the

Procuring Entity shall terminate this Contract only by a written notice

to the Contractor 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;

(iii) an instruction to the Contractor to show cause as to why this

Contract should not be terminated; and

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

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

Verified Report;

(c) Within a period of seven (7) calendar days from receipt of the Notice

of Termination, the Contractor shall submit to the Head of the

Procuring Entity a verified position paper stating why the contract

should not be terminated. If the Contractor 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 the

contract;

(d) The Procuring Entity may, at anytime before receipt of the Bidder’s

verified position paper described in item (c) 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

Contractor’s receipt of the notice;

Page 55: Procurement of INFRASTRUCTURE PROJECTSdotr.gov.ph/images/Public_Bidding/CivilWorks/Air_Sector...PHILIPPINE BIDDING DOCUMENTS (As Harmonized with Development Partners) Procurement of

55

(e) Within a non-extendible period of ten (10) calendar days from receipt

of the verified position paper, the Head of the Procuring Entity shall

decide whether or not to terminate this Contract. It shall serve a

written notice to the Contractor of its decision and, unless otherwise

provided in the said notice, this Contract is deemed terminated from

receipt of the Contractor of the notice of decision. The termination

shall only be based on the ground(s) stated in the Notice to Terminate;

and

(f) The Head of the Procuring Entity may create a Contract Termination

Review Committee (CTRC) to assist him in the discharge of this

function. All decisions recommended by the CTRC shall be subject to

the approval of the Head of the Procuring Entity.

19.2. Pursuant to Section 69(f) of RA 9184 and without prejudice to the imposition

of additional administrative sanctions as the internal rules of the agency may

provide and/or further criminal prosecution as provided by applicable laws,

the procuring entity shall impose on contractors after the termination of the

contract the penalty of suspension for one (1) year for the first offense,

suspension for two (2) years for the second offense from participating in the

public bidding process, for violations committed during the contract

implementation stage, which include but not limited to the following:

(a) Failure of the contractor, due solely to his fault or negligence, to

mobilize and start work or performance within the specified period in

the Notice to Proceed (“NTP”);

(b) Failure by the contractor to fully and faithfully comply with its

contractual obligations without valid cause, or failure by the contractor

to comply with any written lawful instruction of the procuring entity or

its representative(s) pursuant to the implementation of the contract.

For the procurement of infrastructure projects or consultancy contracts,

lawful instructions include but are not limited to the following:

(i) Employment of competent technical personnel, competent

engineers and/or work supervisors;

(ii) Provision of warning signs and barricades in accordance with

approved plans and specifications and contract provisions;

(iii) Stockpiling in proper places of all materials and removal from

the project site of waste and excess materials, including broken

pavement and excavated debris in accordance with approved

plans and specifications and contract provisions;

(iv) Deployment of committed equipment, facilities, support staff

and manpower; and

(v) Renewal of the effectivity dates of the performance security

after its expiration during the course of contract

implementation.

Page 56: Procurement of INFRASTRUCTURE PROJECTSdotr.gov.ph/images/Public_Bidding/CivilWorks/Air_Sector...PHILIPPINE BIDDING DOCUMENTS (As Harmonized with Development Partners) Procurement of

56

(c) Assignment and subcontracting of the contract or any part thereof or

substitution of key personnel named in the proposal without prior

written approval by the procuring entity.

(d) Poor performance by the contractor or unsatisfactory quality and/or

progress of work arising from his fault or negligence as reflected in the

Constructor's Performance Evaluation System (“CPES”) rating sheet.

In the absence of the CPES rating sheet, the existing performance

monitoring system of the procuring entity shall be applied. Any of the

following acts by the Contractor shall be construed as poor

performance:

(i) Negative slippage of 15% and above within the critical path of

the project due entirely to the fault or negligence of the

contractor; and

(ii) Quality of materials and workmanship not complying with the

approved specifications arising from the contractor's fault or

negligence.

(e) Willful or deliberate abandonment or non-performance of the project

or contract by the contractor resulting to substantial breach thereof

without lawful and/or just cause.

In addition to the penalty of suspension, the performance security posted by

the contractor shall also be forfeited.

20. Force Majeure, Release From Performance

20.1. For purposes of this Contract the terms “force majeure” and “fortuitous event”

may be used interchangeably. In this regard, a fortuitous event or force

majeure shall be interpreted to mean an event which the 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.

20.2. If this Contract is discontinued by an outbreak of war or by any other event

entirely outside the control of either the Procuring Entity or the Contractor, the

Procuring Entity’s Representative shall certify that this Contract has been

discontinued. The Contractor shall make the Site safe and stop work as

quickly as possible after receiving this certificate and shall be paid for all

works carried out before receiving it and for any Work carried out afterwards

to which a commitment was made.

20.3. If the event continues for a period of eighty four (84) days, either party may

then give notice of termination, which shall take effect twenty eight (28) days

after the giving of the notice.

Page 57: Procurement of INFRASTRUCTURE PROJECTSdotr.gov.ph/images/Public_Bidding/CivilWorks/Air_Sector...PHILIPPINE BIDDING DOCUMENTS (As Harmonized with Development Partners) Procurement of

57

20.4. After termination, the Contractor shall be entitled to payment of the unpaid

balance of the value of the Works executed and of the materials and Plant

reasonably delivered to the Site, adjusted by the following:

(a) any sum to which the Contractor is entitled under GCC Clause 27;

(b) the cost of his suspension and demobilization;

(c) any sum to which the Procuring Entity is entitled.

20.5. The net balance due shall be paid or repaid within a reasonable time period

from the time of the notice of termination.

21. Resolution of Disputes

21.1. If any dispute or difference of any kind whatsoever shall arise between the

parties in connection with the implementation of the contract covered by the

Act and this IRR, the parties shall make every effort to resolve amicably such

dispute or difference by mutual consultation.

21.2. If the Contractor believes that a decision taken by the PROCURING

ENTITY’s Representative was either outside the authority given to the

PROCURING ENTITY’s Representative by this Contract or that the decision

was wrongly taken, the decision shall be referred to the Arbiter indicated in

the SCC within fourteen (14) days of the notification of the PROCURING

ENTITY’s Representative’s decision.

21.3. Any and all disputes arising from the implementation of this Contract covered

by the R.A. 9184 and its IRR shall be submitted to arbitration in the

Philippines according to the provisions of Republic Act No. 876, otherwise

known as the “ Arbitration Law” and Republic Act 9285, otherwise known as

the “Alternative Dispute Resolution Act of 2004”: Provided, however, That,

disputes that are within the competence of the Construction Industry

Arbitration Commission to resolve shall be referred thereto. The process of

arbitration shall be incorporated as a provision in this Contract that will be

executed pursuant to the provisions of the Act and its IRR: Provided, further,

that, by mutual agreement, the parties may agree in writing to resort to other

alternative modes of dispute resolution.

22. Suspension of Loan, Credit, Grant, or Appropriation

In the event that the Funding Source suspends the Loan, Credit, Grant, or

Appropriation to the Procuring Entity, from which part of the payments to the

Contractor are being made:

(a) The Procuring Entity is obligated to notify the Contractor of such suspension

within seven (7) days of having received the suspension notice.

(b) If the Contractor has not received sums due it for work already done within

forty five (45) days from the time the Contractor’s claim for payment has been

certified by the Procuring Entity’s Representative, the Contractor may

Page 58: Procurement of INFRASTRUCTURE PROJECTSdotr.gov.ph/images/Public_Bidding/CivilWorks/Air_Sector...PHILIPPINE BIDDING DOCUMENTS (As Harmonized with Development Partners) Procurement of

58

immediately issue a suspension of work notice in accordance with GCC

Clause 45.2.

23. Procuring Entity’s Representative’s Decisions

23.1. Except where otherwise specifically stated, the Procuring Entity’s

Representative will decide contractual matters between the Procuring Entity

and the Contractor in the role representing the Procuring Entity.

23.2. The Procuring Entity’s Representative may delegate any of his duties and

responsibilities to other people, except to the Arbiter, after notifying the

Contractor, and may cancel any delegation after notifying the Contractor.

24. Approval of Drawings and Temporary Works by the Procuring Entity’s

Representative

24.1. All Drawings prepared by the Contractor for the execution of the Temporary

Works, are subject to prior approval by the Procuring Entity’s Representative

before its use.

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

24.3. The Procuring Entity’s Representative’s approval shall not alter the

Contractor’s responsibility for design of the Temporary Works.

24.4. The Contractor shall obtain approval of third parties to the design of the

Temporary Works, when required by the Procuring Entity.

25. Acceleration and Delays Ordered by the Procuring Entity’s Representative

25.1. When the Procuring Entity wants the Contractor to finish before the Intended

Completion Date, the Procuring Entity’s Representative will obtain priced

proposals for achieving the necessary acceleration from the Contractor. If the

Procuring Entity accepts these proposals, the Intended Completion Date will

be adjusted accordingly and confirmed by both the Procuring Entity and the

Contractor.

25.2. If the Contractor’s Financial Proposals for an acceleration are accepted by the

Procuring Entity, they are incorporated in the Contract Price and treated as a

Variation.

26. Extension of the Intended Completion Date

26.1. The Procuring Entity’s Representative shall extend the Intended Completion

Date if a Variation is issued which makes it impossible for the Intended

Completion Date to be achieved by the Contractor without taking steps to

accelerate the remaining work, which would cause the Contractor to incur

additional costs. No payment shall be made for any event which may warrant

the extension of the Intended Completion Date.

26.2. The Procuring Entity’s Representative shall decide whether and by how much

to extend the Intended Completion Date within twenty one (21) days of the

Page 59: Procurement of INFRASTRUCTURE PROJECTSdotr.gov.ph/images/Public_Bidding/CivilWorks/Air_Sector...PHILIPPINE BIDDING DOCUMENTS (As Harmonized with Development Partners) Procurement of

59

Contractor asking the Procuring Entity’s Representative for a decision thereto

after fully submitting all supporting information. If the Contractor has failed

to give early warning of a delay or has failed to cooperate in dealing with a

delay, the delay by this failure shall not be considered in assessing the new

Intended Completion Date.

27. Right to Vary

27.1. The Procuring Entity’s Representative with the prior approval of the Procuring

Entity may instruct Variations, up to a maximum cumulative amount of ten

percent (10%) of the original contract cost.

27.2. Variations shall be valued as follows:

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

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

(c) in the absence of appropriate rates, the rates in this Contract shall be

used as the basis for valuation; or failing which

(d) at appropriate new rates, equal to or lower than current industry rates

and to be agreed upon by both parties and approved by the Head of the

Procuring Entity.

28. Contractor's Right to Claim

If the Contractor incurs cost as a result of any of the events under GCC Clause 12, the

Contractor shall be entitled to the amount of such cost. If as a result of any of the said

events, it is necessary to change the Works, this shall be dealt with as a Variation.

29. Dayworks

29.1. Subject to GCC Clause 43 on Variation Order, and if applicable as indicated

in the SCC, the Dayworks rates in the Contractor’s Bid shall be used for small

additional amounts of work only when the Procuring Entity’s Representative

has given written instructions in advance for additional work to be paid for in

that way.

29.2. All work to be paid for as Dayworks shall be recorded by the Contractor on

forms approved by the Procuring Entity’s Representative. Each completed

form shall be verified and signed by the Procuring Entity’s Representative

within two days of the work being done.

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

Dayworks forms.

30. Early Warning

30.1. The Contractor shall warn the Procuring Entity’s Representative at the earliest

opportunity of specific likely future events or circumstances that may

adversely affect the quality of the work, increase the Contract Price, or delay

Page 60: Procurement of INFRASTRUCTURE PROJECTSdotr.gov.ph/images/Public_Bidding/CivilWorks/Air_Sector...PHILIPPINE BIDDING DOCUMENTS (As Harmonized with Development Partners) Procurement of

60

the execution of the Works. The Procuring Entity’s Representative may

require the Contractor to provide an estimate of the expected effect of the

future event or circumstance on the Contract Price and Completion Date. The

estimate shall be provided by the Contractor as soon as reasonably possible.

30.2. The Contractor shall cooperate with the Procuring Entity’s Representative in

making and considering proposals for how the effect of such an event or

circumstance can be avoided or reduced by anyone involved in the work and

in carrying out any resulting instruction of the Procuring Entity’s

Representative.

31. Program of Work

31.1. Within the time stated in the SCC, the Contractor shall submit to the

Procuring Entity’s Representative for approval a Program of Work showing

the general methods, arrangements, order, and timing for all the activities in

the Works.

31.2. An update of the Program of Work shall show the actual progress achieved on

each activity and the effect of the progress achieved on the timing of the

remaining work, including any changes to the sequence of the activities.

31.3. The Contractor shall submit to the Procuring Entity’s Representative for

approval an updated Program of Work at intervals no longer than the period

stated in the SCC. If the Contractor does not submit an updated Program of

Work within this period, the PROCURING ENTITY’s Representative may

withhold the amount stated in the SCC from the next payment certificate and

continue to withhold this amount until the next payment after the date on

which the overdue Program of Work has been submitted.

31.4. The Procuring Entity’s Representative’s approval of the Program of Work

shall not alter the Contractor’s obligations. The Contractor may revise the

Program of Work and submit it to the Procuring Entity’s Representative again

at any time. A revised Program of Work shall show the effect of any approved

Variations.

31.5. When the Program of Work is updated, the Contractor shall provide the

Procuring Entity’s Representative with an updated cash flow forecast. The

cash flow forecast shall include different currencies, as defined in the

Contract, converted as necessary using the Contract exchange rates.

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

Contractor.

32. Management Conferences

32.1. Either the Procuring Entity’s Representative or the Contractor may require the

other to attend a Management Conference. The Management Conference shall

Page 61: Procurement of INFRASTRUCTURE PROJECTSdotr.gov.ph/images/Public_Bidding/CivilWorks/Air_Sector...PHILIPPINE BIDDING DOCUMENTS (As Harmonized with Development Partners) Procurement of

61

review the plans for remaining work and deal with matters raised in

accordance with the early warning procedure.

32.2. The Procuring Entity’s Representative shall record the business of

Management Conferences and provide copies of the record to those attending

the Conference and to the Procuring Entity. The responsibility of the parties

for actions to be taken shall be decided by the PROCURING ENTITY’s

Representative either at the Management Conference or after the Management

Conference and stated in writing to all who attended the Conference.

33. Bill of Quantities

33.1. The Bill of Quantities shall contain items of work for the construction,

installation, testing, and commissioning of work to be done by the Contractor.

33.2. The Bill of Quantities is used to calculate the Contract Price. The Contractor

is paid for the quantity of the work done at the rate in the Bill of Quantities for

each item.

33.3. If the final quantity of any work done differs from the quantity in the Bill of

Quantities for the particular item and is not more than twenty five percent

(25%) of the original quantity, provided the aggregate changes for all items do

not exceed ten percent (10%) of the Contract price, the Procuring Entity’s

Representative shall make the necessary adjustments to allow for the changes

subject to applicable laws, rules, and regulations.

33.4. If requested by the Procuring Entity’s Representative, the Contractor shall

provide the Procuring Entity’s Representative with a detailed cost breakdown

of any rate in the Bill of Quantities.

34. Instructions, Inspections and Audits

34.1. The Procuring Entity’s personnel shall at all reasonable times during

construction of the Work be entitled to examine, inspect, measure and test the

materials and workmanship, and to check the progress of the construction.

34.2. If the Procuring Entity’s Representative instructs the Contractor to carry out a

test not specified in the Specification to check whether any work has a defect

and the test shows that it does, the Contractor shall pay for the test and any

samples. If there is no defect, the test shall be a Compensation Event.

34.3. The Contractor shall permit the Funding Source named in the SCC to inspect

the Contractor’s accounts and records relating to the performance of the

Contractor and to have them audited by auditors appointed by the Funding

Source, if so required by the Funding Source.

35. Identifying Defects

The Procuring Entity’s Representative shall check the Contractor’s work and notify

the Contractor of any defects that are found. Such checking shall not affect the

Contractor’s responsibilities. The Procuring Entity’s Representative may instruct the

Page 62: Procurement of INFRASTRUCTURE PROJECTSdotr.gov.ph/images/Public_Bidding/CivilWorks/Air_Sector...PHILIPPINE BIDDING DOCUMENTS (As Harmonized with Development Partners) Procurement of

62

Contractor to search uncover defects and test any work that the Procuring Entity’s

Representative considers below standards and defective.

36. Cost of Repairs

Loss or damage to the Works or Materials to be incorporated in the Works between

the Start Date and the end of the Defects Liability Periods shall be remedied by the

Contractor at the Contractor’s cost if the loss or damage arises from the Contractor’s

acts or omissions.

37. Correction of Defects

37.1. The Procuring Entity’s Representative shall give notice to the Contractor of

any defects before the end of the Defects Liability Period, which is One (1)

year from project completion up to final acceptance by the Procuring Entity’s.

37.2. Every time notice of a defect is given, the Contractor shall correct the notified

defect within the length of time specified in the Procuring Entity’s

Representative’s notice.

37.3. The Contractor shall correct the defects which he notices himself before the

end of the Defects Liability Period.

37.4. The Procuring Entity shall certify that all defects have been corrected. If the

Procuring Entity considers that correction of a defect is not essential, he can

request the Contractor to submit a quotation for the corresponding reduction in

the Contract Price. If the Procuring Entity accepts the quotation, the

corresponding change in the SCC is a Variation.

38. Uncorrected Defects

38.1. The Procuring Entity shall give the Contractor at least fourteen (14) days

notice of his intention to use a third party to correct a Defect. If the Contractor

does not correct the Defect himself within the period, the Procuring Entity

may have the Defect corrected by the third party. The cost of the correction

will be deducted from the Contract Price.

38.2. The use of a third party to correct defects that are uncorrected by the

Contractor will in no way relieve the Contractor of its liabilities and warranties

under the Contract.

39. Advance Payment

39.1. The Procuring Entity shall, upon a written request of the contractor which

shall be submitted as a contract document, make an advance payment to the

contractor in an amount not exceeding fifteen percent (15%) of the total

contract price, to be made in lump sum or, at the most two, installments

according to a schedule specified in the SCC.

39.2. The advance payment shall be made only upon the submission to and

acceptance by the Procuring Entity of an irrevocable standby letter of credit of

equivalent value from a commercial bank, a bank guarantee or a surety bond

Page 63: Procurement of INFRASTRUCTURE PROJECTSdotr.gov.ph/images/Public_Bidding/CivilWorks/Air_Sector...PHILIPPINE BIDDING DOCUMENTS (As Harmonized with Development Partners) Procurement of

63

callable upon demand, issued by a surety or insurance company duly licensed

by the Insurance Commission and confirmed by the Procuring Entity.

39.3. The advance payment shall be repaid by the Contractor by an amount equal to

the percentage of the total contract price used for the advance payment.

39.4. The contractor may reduce his standby letter of credit or guarantee instrument

by the amounts refunded by the Monthly Certificates in the advance payment.

39.5. The Procuring Entity will provide an Advance Payment on the Contract Price

as stipulated in the Conditions of Contract, subject to the maximum amount

stated in SCC Clause 39.1.

40. Progress Payments

40.1. The Contractor may submit a request for payment for Work accomplished.

Such request for payment shall be verified and certified by the Procuring

Entity’s Representative/Project Engineer. Except as otherwise stipulated in

the SCC, materials and equipment delivered on the site but not completely put

in place shall not be included for payment.

40.2. The Procuring Entity shall deduct the following from the certified gross

amounts to be paid to the contractor as progress payment:

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

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

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

(d) Amount to cover third party liabilities.

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

40.3. Payments shall be adjusted by deducting therefrom the amounts for advance

payments and retention. The Procuring Entity shall pay the Contractor the

amounts certified by the Procuring Entity’s Representative within twenty eight

(28) days from the date each certificate was issued. No payment of interest for

delayed payments and adjustments shall be made by the Procuring Entity.

40.4. The first progress payment may be paid by the Procuring Entity to the

Contractor provided that at least twenty percent (20%) of the work has been

accomplished as certified by the Procuring Entity’s Representative.

40.5. Items of the Works for which a price of “0” (zero) has been entered will not be

paid for by the Procuring Entity and shall be deemed covered by other rates

and prices in the Contract.

Page 64: Procurement of INFRASTRUCTURE PROJECTSdotr.gov.ph/images/Public_Bidding/CivilWorks/Air_Sector...PHILIPPINE BIDDING DOCUMENTS (As Harmonized with Development Partners) Procurement of

64

41. Payment Certificates

41.1. The Contractor shall submit to the Procuring Entity’s Representative monthly

statements of the estimated value of the work executed less the cumulative

amount certified previously.

41.2. The Procuring Entity’s Representative shall check the Contractor’s monthly

statement and certify the amount to be paid to the Contractor.

41.3. The value of Work executed shall:

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

(b) comprise the value of the quantities of the items in the Bill of

Quantities completed; and

(c) include the valuations of approved variations.

41.4. The Procuring Entity’s Representative may exclude any item certified in a

previous certificate or reduce the proportion of any item previously certified in

any certificate in the light of later information.

42. Retention

42.1. The Procuring Entity shall retain from each payment due to the Contractor an

amount equal to a percentage thereof using the rate as specified in ITB Sub-

Clause 42.2.

42.2. Progress payments are subject to retention of ten percent (10%), referred to as

the “retention money.” Such retention shall be based on the total amount due

to the Contractor prior to any deduction and shall be retained from every

progress payment until fifty percent (50%) of the value of Works, as

determined by the Procuring Entity, are completed. If, after fifty percent

(50%) completion, the Work is satisfactorily done and on schedule, no

additional retention shall be made; otherwise, the ten percent (10%) retention

shall again be imposed using the rate specified therefor.

42.3. The total “retention money” shall be due for release upon final acceptance of

the Works. The Contractor may, however, request the substitution of the

retention money for each progress billing with irrevocable standby letters of

credit from a commercial bank, bank guarantees or surety bonds callable on

demand, of amounts equivalent to the retention money substituted for and

acceptable to the Procuring Entity, provided that the project is on schedule and

is satisfactorily undertaken. Otherwise, the ten (10%) percent retention shall

be made. Said irrevocable standby letters of credit, bank guarantees and/or

surety bonds, to be posted in favor of the Government shall be valid for a

duration to be determined by the concerned implementing office/agency or

Procuring Entity and will answer for the purpose for which the ten (10%)

percent retention is intended, i.e., to cover uncorrected discovered defects and

third party liabilities.

Page 65: Procurement of INFRASTRUCTURE PROJECTSdotr.gov.ph/images/Public_Bidding/CivilWorks/Air_Sector...PHILIPPINE BIDDING DOCUMENTS (As Harmonized with Development Partners) Procurement of

65

42.4. On completion of the whole Works, the Contractor may substitute retention

money with an “on demand” Bank guarantee in a form acceptable to the

Procuring Entity.

43. Variation Orders

43.1. Variation Orders may be issued by the Procuring Entity to cover any

increase/decrease in quantities, including the introduction of new work items

that are not included in the original contract or reclassification of work items

that are either due to change of plans, design or alignment to suit actual field

conditions resulting in disparity between the preconstruction plans used for

purposes of bidding and the “as staked plans” or construction drawings

prepared after a joint survey by the Contractor and the Procuring Entity after

award of the contract, provided that the cumulative amount of the Variation

Order does not exceed ten percent (10%) of the original project cost. The

addition/deletion of Works should be within the general scope of the project as

bid and awarded. The scope of works shall not be reduced so as to

accommodate a positive Variation Order. A Variation Order may either be in

the form of a Change Order or Extra Work Order.

43.2. A Change Order may be issued by the Procuring Entity to cover any

increase/decrease in quantities of original Work items in the contract.

43.3. An Extra Work Order may be issued by the Procuring Entity to cover the

introduction of new work necessary for the completion, improvement or

protection of the project which were not included as items of Work in the

original contract, such as, where there are subsurface or latent physical

conditions at the site differing materially from those indicated in the contract,

or where there are duly unknown physical conditions at the site of an unusual

nature differing materially from those ordinarily encountered and generally

recognized as inherent in the Work or character provided for in the contract.

43.4. Any cumulative Variation Order beyond ten percent (10%) shall be subject of

another contract to be bid out if the works are separable from the original

contract. In exceptional cases where it is urgently necessary to complete the

original scope of work, the Head of the Procuring Entity may authorize a

positive Variation Order go beyond ten percent (10%) but not more than

twenty percent (20%) of the original contract price, subject to the guidelines to

be determined by the GPPB: Provided, however, That appropriate sanctions

shall be imposed on the designer, consultant or official responsible for the

original detailed engineering design which failed to consider the Variation

Order beyond ten percent (10%).

43.5. In claiming for any Variation Order, the Contractor shall, within seven (7)

calendar days after such work has been commenced or after the circumstances

leading to such condition(s) leading to the extra cost, and within twenty-eight

(28) calendar days deliver a written communication giving full and detailed

particulars of any extra cost in order that it may be investigated at that time.

Failure to provide either of such notices in the time stipulated shall constitute a

waiver by the contractor for any claim. The preparation and submission of

Variation Orders are as follows:

Page 66: Procurement of INFRASTRUCTURE PROJECTSdotr.gov.ph/images/Public_Bidding/CivilWorks/Air_Sector...PHILIPPINE BIDDING DOCUMENTS (As Harmonized with Development Partners) Procurement of

66

(a) If the Procuring Entity’s representative/Project Engineer believes that a

Change Order or Extra Work Order should be issued, he shall prepare

the proposed Order accompanied with the notices submitted by the

Contractor, the plans therefore, his computations as to the quantities of

the additional works involved per item indicating the specific stations

where such works are needed, the date of his inspections and

investigations thereon, and the log book thereof, and a detailed

estimate of the unit cost of such items of work, together with his

justifications for the need of such Change Order or Extra Work Order,

and shall submit the same to the Head of the Procuring Entity for

approval.

(b) The Head of the Procuring Entity or his duly authorized representative,

upon receipt of the proposed Change Order or Extra Work Order shall

immediately instruct the technical staff of the Procuring Entity’s to

conduct an on-the-spot investigation to verify the need for the Work to

be prosecuted. A report of such verification shall be submitted directly

to the Head of the Procuring Entity or his duly authorized

representative.

(c) The, Head of the Procuring Entity or his duly authorized

representative, after being satisfied that such Change Order or Extra

Work Order is justified and necessary, shall review the estimated

quantities and prices and forward the proposal with the supporting

documentation to the Head of Procuring Entity for consideration.

(d) If, after review of the plans, quantities and estimated unit cost of the

items of work involved, the proper office of the procuring entity

empowered to review and evaluate Change Orders or Extra Work

Orders recommends approval thereof, Head of the Procuring Entity or

his duly authorized representative, believing the Change Order or Extra

Work Order to be in order, shall approve the same.

(e) The timeframe for the processing of Variation Orders from the

preparation up to the approval by the Head of the Procuring Entity

concerned shall not exceed thirty (30) calendar days.

44. Contract Completion

Once the project reaches an accomplishment of ninety five (95%) of the total contract

amount, the Procuring Entity may create an inspectorate team to make preliminary

inspection and submit a punch-list to the Contractor in preparation for the final

turnover of the project. Said punch-list will contain, among others, the remaining

Works, Work deficiencies for necessary corrections, and the specific duration/time to

fully complete the project considering the approved remaining contract time. This,

however, shall not preclude the claim of the Procuring Entity for liquidated damages.

45. Suspension of Work

45.1. The Procuring Entity shall have the authority to suspend the work wholly or

partly by written order for such period as may be deemed necessary, due to

Page 67: Procurement of INFRASTRUCTURE PROJECTSdotr.gov.ph/images/Public_Bidding/CivilWorks/Air_Sector...PHILIPPINE BIDDING DOCUMENTS (As Harmonized with Development Partners) Procurement of

67

force majeure or any fortuitous events or for failure on the part of the

Contractor to correct bad conditions which are unsafe for workers or for the

general public, to carry out valid orders given by the Procuring Entity or to

perform any provisions of the contract, or due to adjustment of plans to suit

field conditions as found necessary during construction. The Contractor shall

immediately comply with such order to suspend the work wholly or partly.

45.2. The Contractor or its duly authorized representative shall have the right to

suspend work operation on any or all projects/activities along the critical path

of activities after fifteen (15) calendar days from date of receipt of written

notice from the Contractor to the district engineer/regional director/consultant

or equivalent official, as the case may be, due to the following:

(a) There exist right-of-way problems which prohibit the Contractor from

performing work in accordance with the approved construction

schedule.

(b) Requisite construction plans which must be owner-furnished are not

issued to the contractor precluding any work called for by such plans.

(c) Peace and order conditions make it extremely dangerous, if not

possible, to work. However, this condition must be certified in writing

by the Philippine National Police (PNP) station which has

responsibility over the affected area and confirmed by the Department

of Interior and Local Government (DILG) Regional Director.

(d) There is failure on the part of the Procuring Entity to deliver

government-furnished materials and equipment as stipulated in the

contract.

(e) Delay in the payment of Contractor’s claim for progress billing beyond

forty-five (45) calendar days from the time the Contractor’s claim has

been certified to by the procuring entity’s authorized representative

that the documents are complete unless there are justifiable reasons

thereof which shall be communicated in writing to the Contractor.

45.3. In case of total suspension, or suspension of activities along the critical path,

which is not due to any fault of the Contractor, the elapsed time between the

effective order of suspending operation and the order to resume work shall be

allowed the Contractor by adjusting the contract time accordingly.

46. Payment on Termination

46.1. If the Contract is terminated because of a fundamental breach of Contract by

the Contractor, the Procuring Entity’s Representative shall issue a certificate

for the value of the work done and Materials ordered less advance payments

received up to the date of the issue of the certificate and less the percentage to

apply to the value of the work not completed, as indicated in the SCC.

Additional Liquidated Damages shall not apply. If the total amount due to the

Procuring Entity exceeds any payment due to the Contractor, the difference

shall be a debt payable to the Procuring Entity.

Page 68: Procurement of INFRASTRUCTURE PROJECTSdotr.gov.ph/images/Public_Bidding/CivilWorks/Air_Sector...PHILIPPINE BIDDING DOCUMENTS (As Harmonized with Development Partners) Procurement of

68

46.2. If the Contract is terminated for the Procuring Entity’s convenience or because

of a fundamental breach of Contract by the Procuring Entity, the Procuring

Entity’s Representative shall issue a certificate for the value of the work done,

Materials ordered, the reasonable cost of removal of Equipment, repatriation

of the Contractor’s personnel employed solely on the Works, and the

Contractor’s costs of protecting and securing the Works, and less advance

payments received up to the date of the certificate.

46.3. The net balance due shall be paid or repaid within twenty eight (28) days from

the notice of termination.

46.4. If the Contractor has terminated the Contract under GCC Clauses 17 or 16.5,

the Procuring Entity shall promptly return the Performance Security to the

Contractor.

47. Extension of Contract Time

47.1. Should the amount of additional work of any kind or other special

circumstances of any kind whatsoever occur such as to fairly entitle the

contractor to an extension of contract time, the Procuring Entity shall

determine the amount of such extension; provided that the Procuring Entity is

not bound to take into account any claim for an extension of time unless the

Contractor has, prior to the expiration of the contract time and within thirty

(30) calendar days after such work has been commenced or after the

circumstances leading to such claim have arisen, delivered to the Procuring

Entity notices in order that it could have investigated them at that time. Failure

to provide such notice shall constitute a waiver by the Contractor of any claim.

Upon receipt of full and detailed particulars, the Procuring Entity shall

examine the facts and extent of the delay and shall extend the contract time

completing the contract work when, in the Procuring Entity’s opinion, the

findings of facts justify an extension.

47.2. No extension of contract time shall be granted the Contractor due to (a)

ordinary unfavorable weather conditions and (b) inexcusable failure or

negligence of Contractor to provide the required equipment, supplies or

materials.

47.3. Extension of contract time may be granted only when the affected activities

fall within the critical path of the PERT/CPM network.

47.4. No extension of contract time shall be granted when the reason given to

support the request for extension was already considered in the determination

of the original contract time during the conduct of detailed engineering and in

the preparation of the contract documents as agreed upon by the parties before

contract perfection.

47.5. Extension of contract time shall be granted for rainy/unworkable days

considered unfavorable for the prosecution of the works at the site, based on

the actual conditions obtained at the site, in excess of the number of

Page 69: Procurement of INFRASTRUCTURE PROJECTSdotr.gov.ph/images/Public_Bidding/CivilWorks/Air_Sector...PHILIPPINE BIDDING DOCUMENTS (As Harmonized with Development Partners) Procurement of

69

rainy/unworkable days pre-determined by the Procuring Entity in relation to

the original contract time during the conduct of detailed engineering and in the

preparation of the contract documents as agreed upon by the parties before

contract perfection, and/or for equivalent period of delay due to major

calamities such as exceptionally destructive typhoons, floods and earthquakes,

and epidemics, and for causes such as non-delivery on time of materials,

working drawings, or written information to be furnished by the Procuring

Entity, non-acquisition of permit to enter private properties within the right-of-

way resulting in complete paralyzation of construction activities, and other

meritorious causes as determined by the Procuring Entity’s Representative and

approved by the Head of the Procuring Entity. Shortage of construction

materials, general labor strikes, and peace and order problems that disrupt

construction operations through no fault of the Contractor may be considered

as additional grounds for extension of contract time provided they are publicly

felt and certified by appropriate government agencies such as DTI, DOLE,

DILG, and DND, among others. The written consent of bondsmen must be

attached to any request of the Contractor for extension of contract time and

submitted to the Procuring Entity for consideration and the validity of the

Performance Security shall be correspondingly extended.

48. Price Adjustment

Except for extraordinary circumstances as determined by NEDA and approved by the

GPPB, no price adjustment shall be allowed. 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.

49. Completion

The Contractor shall request the Procuring Entity’s Representative to issue a

certificate of Completion of the Works, and the Procuring Entity’s Representative will

do so upon deciding that the work is completed.

50. Taking Over

The Procuring Entity shall take over the Site and the Works within seven (7) days

from the date the Procuring Entity’s Representative issues a certificate of Completion.

51. Operating and Maintenance Manuals

51.1. If “as built” Drawings and/or operating and maintenance manuals are required,

the Contractor shall supply them by the dates stated in the SCC.

If the Contractor does not supply the Drawings and/or manuals by the dates stated in the

SCC, or they do not receive the Procuring Entity’s Representative’s approval, the Procuring

Entity’s Representative shall withhold the amount stated in the SCC from payments due to

the Contractor.

Page 70: Procurement of INFRASTRUCTURE PROJECTSdotr.gov.ph/images/Public_Bidding/CivilWorks/Air_Sector...PHILIPPINE BIDDING DOCUMENTS (As Harmonized with Development Partners) Procurement of

70

Section V. Special Conditions of Contract

Page 71: Procurement of INFRASTRUCTURE PROJECTSdotr.gov.ph/images/Public_Bidding/CivilWorks/Air_Sector...PHILIPPINE BIDDING DOCUMENTS (As Harmonized with Development Partners) Procurement of

71

Special Conditions of Contract

GCC Clause

1.16 The Intended Completion Date is Two Hundred Seventy (270)

calendar days.

1.21 The Procuring Entity is the Department of Transportation and

Communications (DOTC).

1.22 The Procuring Entity’s Representative is the DOTC Project Manager

concerned.

1.23 The Site is located at Roxas City, Capiz.

1.27 The Start Date is the 7th

calendar day after the date of the receipt of

the Notice to Proceed.

1.30 The Works consist of Runway Shoulder Grade Correction,

Improvement of Existing Perimeter Fence, Improvement of

Vehicular Parking Area and Construction of X-ray Cargo Building.

2.2 No further instructions.

5.1 The DOTC shall give possession of all parts of the Site to the

Contractor beginning on the date of effectivity of contract until the date

of its termination and/or project completion.

6.5 The Contractor shall employ the following Key Personnel:

Project Manager

Civil Engineer (licensed)

1 Materials Engineer (accredited by DPWH)

1 Safety Officer

7.4(c) No further instructions.

7.7 No further instructions.

8.1 No further instructions.

10 The site investigation reports are: Not Applicable.

12.3 No further instructions.

12.5 In case of permanent structures, such as buildings of types 4 and 5 as

classified under the National Building Code of the Philippines and other

structures made of steel, iron, or concrete which comply with relevant

structural codes (e.g., DPWH Standard Specifications), such as, but not

limited to, steel/concrete bridges, flyovers, aircraft movement areas,

ports, dams, tunnels, filtration and treatment plants, sewerage systems,

power plants, transmission and communication towers, railway system,

and other similar permanent structures: Fifteen (15) years.

Page 72: Procurement of INFRASTRUCTURE PROJECTSdotr.gov.ph/images/Public_Bidding/CivilWorks/Air_Sector...PHILIPPINE BIDDING DOCUMENTS (As Harmonized with Development Partners) Procurement of

72

In case of semi-permanent structures, such as buildings of types 1, 2, and

3 as classified under the National Building Code of the Philippines,

concrete/asphalt roads, concrete river control, drainage, irrigation lined

canals, river landing, deep wells, rock causeway, pedestrian overpass,

and other similar semi-permanent structures: Five (5) years.

In case of other structures, such as Bailey and wooden bridges, shallow

wells, spring developments, and other similar structures: Two (2) years.

12 If the Contractor is a joint venture, “All partners to the joint venture shall

be jointly and severally liable to the Procuring Entity.”

15 Contractor’s All Risk Insurance (CARI) shall be submitted by the

contractor as part of the requirements for contract facilitation.

18.3(h)(i) No further instructions.

21.2 The Arbiter is: Construction Industry Arbitration Commission

5th

Floor, Executive Building Corner Buendia, Makati City

29.1 Dayworks are applicable at the rate shown in the Contractor’s original

Bid.

31.1 The Contractor shall submit the Program of Work to the Procuring

Entity’s Representative (DOTC Project Manager concerned) within 10

days of delivery of the Letter of Acceptance.

31.3 The period between Program of Work updates is 7 to 15 days.

The amount to be withheld for late submission of an updated Program of

Work is 5% of the contract amount.

34.3 The Funding Source is the Government of the Philippines.

39.1 The amount of the advance payment is 15% of the contract amount.

40.1 No further instructions.

51.1 The date by which operating and maintenance manuals are required is

[N/A].

The date by which “as built” drawings are required is 15 days after

project completion.

51.2 The amount to be withheld for failing to produce “as built” drawings

and/or operating and maintenance manuals by the date required is 5% of

the contract amount.

Page 73: Procurement of INFRASTRUCTURE PROJECTSdotr.gov.ph/images/Public_Bidding/CivilWorks/Air_Sector...PHILIPPINE BIDDING DOCUMENTS (As Harmonized with Development Partners) Procurement of

73

Section VI. Specifications

Page 74: Procurement of INFRASTRUCTURE PROJECTSdotr.gov.ph/images/Public_Bidding/CivilWorks/Air_Sector...PHILIPPINE BIDDING DOCUMENTS (As Harmonized with Development Partners) Procurement of

74

Name of Project : ROXAS AIRPORT DEVELOPMENT PROJECT

Runway Shoulder Grade Correction, Improvement of Existing Perimeter Fence, Improvement of Vehicular Parking Area and Construction of X-ray Cargo Building.

Location : Roxas City, Capiz Duration : Two Hundred Seventy (270) Calendar Days Source of Fund : C.Y. 2014

SCOPE OF WORK The project covers the following scope of work which shall be done in accordance with the approved plans, specifications and provisions of the contract documents to wit;

A. RUNWAY SHOULDER GRADE CORRECTION ITEM 101 Stripping. This item covers the supply of labor and equipment required in stripping of

top soil from Sta. 0+000 to Sta. 1+900 in accordance with the approved design grade, dimensions and cross-sections. This also includes the disposal of unsuitable materials. (Pls. refer to plans)

ITEM 104 Embankment. This item covers the supply of labor, materials and equipment required in

the formation of well-compacted embankment materials in accordance with the approved design grade, dimensions and cross-section. Embankment shall be on a 0.20 meter layer method, meaning 0.20 meter thickness of filling materials shall be spread and compacted before another 0.20meter of filling materials shall be placed on top of it. (Pls. refer to plans) Project Coverage:

Sta. 0+000 to Sta. 1+900

B. CONSTRUCTION OF SECURITY FENCE & PERIMETER FENCE ITEM I Siteworks. This item covers the supply of labor, materials and equipment necessary in

the excavation, backfilling and gravel base prior to pouring of concrete for wall footings. (Pls. refer to plans) Project Coverage: No. of Bays = 1,634 Bays

ITEM II Concrete Works. This item covers the casting of concrete for CHB wall footings. This also

include the supply and installation of reinforcing steel bars required in CHB foundation as called for in the approved plans and specifications. (Pls. refer to plans) Project Coverage: No. of Bays = 1,634 Bays

ITEM III Masonry Works. This item covers the installation of 6” thick Concrete Hollow Blocks with rough plaster finish and its reinforcement as indicated in the approved plans. Project Coverage: No. of Bays = 1,634 Bays

ITEM IV Metal Works. This item covers the supply of labor and equipment necessary to install barbed wires (6 strands) prior to excavation of materials for CHB wall footings. This also includes the installation of the Cyclone Wire Mesh Fencing for the Security Fence.

Page 75: Procurement of INFRASTRUCTURE PROJECTSdotr.gov.ph/images/Public_Bidding/CivilWorks/Air_Sector...PHILIPPINE BIDDING DOCUMENTS (As Harmonized with Development Partners) Procurement of

75

Erections of any column/post that are not vertically position are also included in this item. (Pls. refer to plans) Project Coverage: No. of Bays = 1,634 Bays

C. VEHICULAR PARKING AREA

ITEM 101 Stripping. This item covers the supply of labor and equipment required in stripping of top soil from Sta. 0+000 to Sta. 0+052.22 in accordance with the approved design grade, dimensions and cross-sections. This also includes the disposal of unsuitable materials. (Pls. refer to plans)

ITEM 102 Excavation. This item covers the supply of labor and equipment necessary to excavate the materials in accordance with the approved design grade, dimensions and cross-sections. This also includes the sub-grade preparation and disposal of unsuitable materials. (Pls. refer to plans)

Project Coverage:

Sta. 0+000 to Sta. 0+052.22

ITEM 104 Embankment. This item covers the supply of labor, materials and equipment required in the formation of well-compacted embankment materials in accordance with the approved design grade, dimensions and cross-section. Embankment shall be on a 0.20 meter layer method, meaning 0.20 meter thickness of filling materials shall be spread and compacted before another 0.20meter of filling materials shall be placed on top of it. (Pls. refer to plans)

Project Coverage:

Sta. 0+000 to Sta. 0+052.22

ITEM 201 AGGREGATE BASE COURSE (0.25m thick). This item covers the supply of labor, materials

and equipment necessary for the formation of base Course in accordance with the approve plans and grade design. (Pls. refer to plans) Project Coverage:

Sta. 0+000 to Sta. 0+052.22

ITEM 311 PORTLAND CEMENT CONCRETE PAVEMENT (0.25m. thick) – 3,500psi. This item covers the supply of labor, materials and equipment required to construct the PCCP in accordance with the approved design grade, dimensions and cross-section. This also include the supply and installation of all reinforcing steel bars required in paving joints as called for in the approved plans and specifications, and all formwork requirements. (Pls. refer to plans) Project Coverage:

Sta. 0+000 to Sta. 0+052.22

D. CONSTRUCTION OF X-RAY CARGO BUILDING

ITEM I SITEWORKS. This covers the supply of labor, materials and equipment necessary to complete the excavation works for the construction of column footings, wall footings,

Page 76: Procurement of INFRASTRUCTURE PROJECTSdotr.gov.ph/images/Public_Bidding/CivilWorks/Air_Sector...PHILIPPINE BIDDING DOCUMENTS (As Harmonized with Development Partners) Procurement of

76

footing tie beams. Backfilling works, embankment works, and filling of gravel base as indicated in the approved plans are also included under this item.

ITEM II CONCRETE WORKS. This covers the supply of labor, materials and equipment necessary to complete the construction of column and wall footings, slab on fill, slabs, footing tie beams, beams and roof beams; fabrication and installation of reinforcing steel bars; and fabrication and installation of formworks and scaffoldings. (Please refer to plans).

ITEM III MASONRY WORKS. This covers the supply of labor, materials and equipment necessary for the laying of 6”CHB for Fire Wall as indicated in the approved plans. This item also covers the installation of reinforcing steel bars and plastering of the newly-constructed CHB walls with the thickness of ¾”, both sides. (Please refer to plans).

ITEM IV CEILING WORKS. This covers the supply of labor, materials, and all incidental items necessary to complete the installation of 1/4”thk. x 1220mm x 2440mm fiber cement ceiling board on 19mm x 50mm furring channels with 12mm x 38mm carrying channels as indicated in the plans. Painting works is also included under this item. (Please refer to plans).

ITEM V MOISTURE AND THERMAL PROTECTION. This covers the supply of labor, materials, equipment and incidental items necessary for the fabrication and installation of 0.60mm thk. pre-painted rib-type long span roofing sheet, 0.60mm thk. pre-painted flashing, 0.60mm thk. pre-painted ridge roll, 0.60mm thk. aluminum gutter. Application of waterproofing as indicated in the plan and all other related works needed for the completion of the project. (Pls. refer to plans)

ITEM VI STEEL WORKS. This covers the supply of labor, materials, equipment and incidental items necessary for the fabrication and installation of steel trusses and C-Purlins. Application of epoxy primer as indicated in the plan is also included under this item. (Pls. refer to plans)

ITEM VII ARCHITECTURAL WORKS

Painting works. This item covers the provision of labor, materials and tools necessary to complete the painting of all interior and exterior wall area. All other works needed for the completion of this item shall also be included. (Please refer to plans).

SPL-1 TEMPORARY FACILITIES.

The contractor shall supply the following provisions within ten (10) calendar days upon receipt of the Notice to Proceed (NTP)

A. Staff House. A PMO Staff House on rental basis that includes the supply of kitchen

utensils, bed and beddings and to be used exclusively by DOTC-PMO in supervising the project. Payment of water and electric bill shall be the responsibility of contractor for the entire duration of the project.

Page 77: Procurement of INFRASTRUCTURE PROJECTSdotr.gov.ph/images/Public_Bidding/CivilWorks/Air_Sector...PHILIPPINE BIDDING DOCUMENTS (As Harmonized with Development Partners) Procurement of

77

B. Service Vehicle. This covers the provision of service vehicle of at least 2009 model pick-up, air-con, in good running condition and updated registration on a rental basis including driver and twelve (12) liters of fuel per day for the exclusive use of the DOTC Engineer supervising the project for the period of two hundred seventy (270) calendar days. The said vehicle shall be subject to prior approval of the Area Manager.

The contractor shall be responsible for all laboratory, material testing and survey instruments necessary in the project implementation. Expenses shall be incorporated in the contractor’s overhead cost and shall not be considered as pay item.

Page 78: Procurement of INFRASTRUCTURE PROJECTSdotr.gov.ph/images/Public_Bidding/CivilWorks/Air_Sector...PHILIPPINE BIDDING DOCUMENTS (As Harmonized with Development Partners) Procurement of

78

ITEM 101 – STRIPPING OF TOPSOIL

101.1 DESCRIPTION This item shall consist of removing topsoil, transporting and depositing it in stockpiles and replacing and spreading it where indicated on the Plans or where directed by the “Engineer’. 101.2 CONSTRUCTION REQUIREMENTS The areas from which stripping of topsoil may be required shall be indicated on the Plans. The Contractor shall move topsoil from such portion in these areas to such depth as the “Engineer” may require. No stripping of topsoil of any designated area shall be less than 150mm in depth. The topsoil removed shall be transported, deposited in stockpiles at locations approved by the “Engineer” and or spread and compacted with a light roller where indicated on the Plans or where directed by the “Engineer”. 101.3 MEASUREMENT AND PAYMENT The quantity to be paid for, shall be the area required for removing and accepting by the “Engineer” for payment. The area determined as provided above shall be paid for at the Contract unit price for the pay item shown in the Bill of Quantities. Price and payment shall constitute full compensation for all cost obtaining and preparing stockpile areas, double handling spreading and compacting on slopes as well as flat areas, including labor, equipment, and incidentals necessary to complete this item. Payment will be made under:

ITEM NO. DESCRIPTION UNIT OF MEASUREMENT

101 Stripping of Topsoil sq.m.

Page 79: Procurement of INFRASTRUCTURE PROJECTSdotr.gov.ph/images/Public_Bidding/CivilWorks/Air_Sector...PHILIPPINE BIDDING DOCUMENTS (As Harmonized with Development Partners) Procurement of

79

ITEM 104 – EMBANKMENT

104.1 Description

This Item shall consist of the construction of embankment in accordance with this Specification and in conformity with the lines, grades and dimensions shown on the Plans or established by the Engineer.

104.2 Material Requirements

Embankments shall be constructed of suitable materials, in consonance with the following

definitions: 1. Suitable Material – Material which is acceptable in accordance with the Contract and

which can be compacted in the manner specified in this Item. It can be common material or rock.

Selected Borrow, for topping – soil of such gradation that all particles will pass a sieve with 75 mm (3 inches) square openings and not more than 15 mass percent will pass the 0.075 mm (No. 200) sieve, as determined by AASHTO T 11. The material shall have a plasticity index of not more than 6 as determined by ASSHTO T 90 and a liquid limit of not more than 30 as determined by AASHTO T 89.

2. Unsuitable Material – Material other than suitable materials such as:

(a) Materials containing detrimental quantities of organic materials, such as grass, roots and sewerage.

(b) Organic soils such as peat and muck. (c) Soils with liquid limit exceeding 80 and/or plasticity index exceeding 55. (d) Soils with a natural water content exceeding 100%.

(e) Soils with very low natural density, 800 kg/m3 or lower. (f) Soils that cannot be properly compacted as determined by the

Engineer. 104.3 Construction Requirements

104.3.1 General

Prior to construction of embankment, all necessary clearing and grubbing in that area shall

have been performed in conformity with Item 100, Clearing and Grubbing. Embankment construction shall consist of constructing roadway embankments, including

preparation of the areas upon which they are to be placed; the construction of dikes within or

Page 80: Procurement of INFRASTRUCTURE PROJECTSdotr.gov.ph/images/Public_Bidding/CivilWorks/Air_Sector...PHILIPPINE BIDDING DOCUMENTS (As Harmonized with Development Partners) Procurement of

80

adjacent to the roadway; the placing and compacting of approved material within roadway areas where unsuitable material has been removed; and the placing and compacting of embankment material in holes, pits, and other depressions within the roadway area.

Embankments and backfills shall contain no muck, peat, sod, roots or other deleterious

matter. Rocks, broken concrete or other solid, bulky materials shall not be placed in embankment areas where piling is to be placed or driven.

Where shown on the Plans or directed by the Engineer, the surface of the existing ground

shall be compacted to a depth of 150 mm (6 inches) and to the specified requirements of this Item. Where provided on the Plans and Bill of Quantities the top portions of the roadbed in both

cuts and embankments, as indicated, shall consist of selected borrow for topping from excavations.

104.3.2 Methods of Construction Where there is evidence of discrepancies on the actual elevations and that shown on the

Plans, a preconstruction survey referred to the datum plane used in the approved Plan shall be undertaken by the Contractor under the control of the Engineer to serve as basis for the computation of the actual volume of the embankment materials.

When embankment is to be placed and compacted on hillsides, or when new embankment

is to be compacted against existing embankments, or when embankment is built one-half width at a time, the existing slopes that are steeper than 3:1 when measured at right angles to the roadway shall be continuously benched over those areas as the work is brought up in layers. Benching will be subject to the Engineer’s approval and shall be of sufficient width to permit operation of placement and compaction equipment. Each horizontal cut shall begin at the intersection of the original ground and the vertical sides of the previous cuts. Material thus excavated shall be placed and compacted along with the embankment material in accordance with the procedure described in this Section.

Unless shown otherwise on the Plans or special Provisions, where an embankment of less

than 1.2 m (4 feet) below subgrade is to be made, all sod and vegetable matter shall be removed from the surface upon which the embankment is to be placed, and the cleared surfaced shall be completely broken up by plowing, scarifying, or steeping to a minimum depth of 150 mm except as provided in Subsection 102.2.2. This area shall then be compacted as provided in Subsection 104.3.3. Sod not required to be removed shall be thoroughly disc harrowed or scarified before construction of embankment. Wherever a compacted road surface containing granular materials lies within 900 mm (36 inches) of the subgrade, such old road surface shall be scarified to a depth of at least 150 mm (6 inches) whenever directed by the Engineer. These scarified materials shall then be compacted as provided in Subsection 104.3.3.

When shoulder excavation is specified, the roadway shoulders shall be excavated to the

depth and width shown on the Plans. The shoulder material shall be removed without disturbing the adjacent existing base course material, and all excess excavated materials shall be disposed of as provided in Subsection 102.2.3. If necessary, the areas shall be compacted before being backfilled.

Roadway embankment of earth material shall be placed in horizontal layers not exceeding

200 mm (8 inches), loose measurement, and shall be compacted as specified before the next layer is placed. However, thicker layer maybe placed if vibratory roller with high compactive effort is used provided that density requirement is attained and as approved by the Engineer. Trial section to this

Page 81: Procurement of INFRASTRUCTURE PROJECTSdotr.gov.ph/images/Public_Bidding/CivilWorks/Air_Sector...PHILIPPINE BIDDING DOCUMENTS (As Harmonized with Development Partners) Procurement of

81

effect must be conducted and approved by the Engineer. Effective spreading equipment shall be used on each lift to obtain uniform thickness as determined in the trial section prior to compaction. As the compaction of each layer progresses, continuous leveling and manipulating will be required to assure uniform density. Water shall be added or removed, if necessary, in order to obtain the required density. Removal of water shall be accomplished through aeration by plowing, blading, discing, or other methods satisfactory to the Engineer.

Where embankment is to be constructed across low swampy ground that will not support

the mass of trucks or other hauling equipment, the lower part of the fill may be constructed by dumping successive loads in a uniformly distributed layer of a thickness not greater than necessary to support the hauling equipment while placing subsequent layers.

When excavated material contains more than 25 mass percent of rock larger than 150 mm in

greatest diameter and cannot be placed in layers of the thickness prescribed without crushing, pulverizing or further breaking down the pieces resulting from excavation methods, such materials may be placed on the embankment in layers not exceeding in thickness the approximate average size of the larger rocks, but not greater than 600 mm (24 inches).

Even though the thickness of layers is limited as provided above, the placing of individual

rocks and boulders greater than 600 mm in diameter will be permitted provided that when placed, they do not exceed 1200 mm (48 inches) in height and provided they are carefully distributed, with the interstices filled with finer material to form a dense and compact mass.

Each layer shall be leveled and smoothed with suitable leveling equipment and by

distribution of spalls and finer fragments of earth. Lifts of material containing more than 25 mass percent of rock larger than 150 mm in greatest dimensions shall not be constructed above an elevation 300 mm (12 inches) below the finished subgrade. The balance of the embankment shall be composed of suitable material smoothed and placed in layers not exceeding 200 mm (8 inches) in loose thickness and compacted as specified for embankments.

Dumping and rolling areas shall be kept separate, and no lift shall be covered by another

until compaction complies with the requirements of Subsection 104.3.3. Hauling and leveling equipment shall be so routed and distributed over each layer of the fill

in such a manner as to make use of compaction effort afforded thereby and to minimize rutting and uneven compaction. 104.3.3 Compaction Compaction Trials Before commencing the formation of embankments, the Contractor shall submit in writing to the Engineer for approval his proposals for the compaction of each type of fill material to be used in the works. The proposals shall include the relationship between the types of compaction equipment, and the number of passes required and the method of adjusting moisture content. The Contractor shall carry out full scale compaction trials on areas not less than 10 m wide and 50 m long as required by the Engineer and using his proposed procedures or such amendments thereto as may be found necessary to satisfy the Engineer that all the specified requirements regarding compaction can be consistently achieved. Compaction trials with the main types of fill material to be used in the works shall be completed before work with the corresponding materials will be allowed to commence.

Page 82: Procurement of INFRASTRUCTURE PROJECTSdotr.gov.ph/images/Public_Bidding/CivilWorks/Air_Sector...PHILIPPINE BIDDING DOCUMENTS (As Harmonized with Development Partners) Procurement of

82

Throughout the periods when compaction of earthwork is in progress, the Contractor shall adhere to the compaction procedures found from compaction trials for each type of material being compacted, each type of compaction equipment employed and each degree of compaction specified. Earth The Contractor shall compact the material placed in all embankment layers and the material scarified to the designated depth below subgrade in cut sections, until a uniform density of not less than 95 mass percent of the maximum dry density determined by AASHTO T 99 Method C, is attained, at a moisture content determined by Engineer to be suitable for such density. Acceptance of compaction may be based on adherence to an approved roller pattern developed as set forth in Item 106, Compaction Equipment and Density Control Strips. The Engineer shall during progress of the Work, make density tests of compacted material in accordance with AASHTO T 191, T 205, or other approved field density tests, including the use of properly calibrated nuclear testing devices. A correction for coarse particles may be made in accordance with AASHTO T 224. If, by such tests, the Engineer determines that the specified density and moisture conditions have not been attained, the Contractor shall perform additional work as may be necessary to attain the specified conditions. At least one group of three in-situ density tests shall be carried out for each 500 m of each layer of compacted fill. Rock

Density requirements will not apply to portions of embankments constructed of materials which cannot be tested in accordance with approved methods.

Embankment materials classified as rock shall be deposited, spread and leveled the full

width of the fill with sufficient earth or other fine material so deposited to fill the interstices to produce a dense compact embankment. In addition, one of the rollers, vibrators, or compactors meeting the requirements set forth in Subsection 106.2.1, Compaction Equipment, shall compact the embankment full width with a minimum of three complete passes for each layer of embankment.

104.3.4 Protection of Roadbed During Construction

During the construction of the roadway, the roadbed shall be maintained in such condition

that it will be well drained at all times. Side ditches or gutters emptying from cuts to embankments or otherwise shall be so constructed as to avoid damage to embankments by erosion. 104.3.5 Protection of Structure

If embankment can be deposited on one side only of abutments, wing walls, piers or culvert

headwalls, care shall be taken that the area immediately adjacent to the structure is not compacted to the extent that it will cause overturning of, or excessive pressure against the structure. When noted on the Plans, the fill adjacent to the end bent of a bridge shall not be placed higher than the bottom of the backfill of the bent until the superstructure is in place. When embankment is to be placed on both sides of a concrete wall or box type structure, operations shall be so conducted that the embankment is always at approximately the same elevation on both sides of the structure.

Page 83: Procurement of INFRASTRUCTURE PROJECTSdotr.gov.ph/images/Public_Bidding/CivilWorks/Air_Sector...PHILIPPINE BIDDING DOCUMENTS (As Harmonized with Development Partners) Procurement of

83

104.3.6 Rounding and Warping Slopes Rounding-Except in solid rock, the tops and bottoms of all slopes, including the slopes of

drainage ditches, shall be rounded as indicated on the Plans. A layer of earth overlaying rock shall be rounded above the rock as done in earth slopes.

Warping-adjustments in slopes shall be made to avoid injury in standing trees or marring of

weathered rock, or to harmonize with existing landscape features, and the transition to such adjusted slopes shall be gradual. At intersections of cuts and fills, slopes shall be adjusted and warped to flow into each other or into the natural ground surfaces without noticeable break. 104.3.7 Finishing Roadbed and Slopes

After the roadbed has been substantially completed, the full width shall be conditioned by

removing any soft or other unstable material that will not compact properly or serve the intended purpose. The resulting areas and all other low sections, holes of depressions shall be brought to grade with suitable selected material. Scarifying, blading, dragging, rolling, or other methods of work shall be performed or used as necessary to provide a thoroughly compacted roadbed shaped to the grades and cross-sections shown on the Plans or as staked by the Engineer.

All earth slopes shall be left with roughened surfaces but shall be reasonably uniform,

without any noticeable break, and in reasonably close conformity with the Plans or other surfaces indicated on the Plans or as staked by the Engineer, with no variations therefrom readily discernible as viewed from the road.

104.3.8 Serrated Slopes

Cut slopes in rippable material (soft rock) having slope ratios between 0.75:1 and 2:1 shall

be constructed so that the final slope line shall consist of a series of small horizontal steps. The step rise and tread dimensions shall be shown on the Plans. No scaling shall be performed on the stepped slopes except for removal of large rocks which will obviously be a safety hazard if they fall into the ditch line or roadway.

104.3.9 Earth Berms

When called for in the Contract, permanent earth berms shall be constructed of well graded

materials with no rocks having a diameter greater than 0.25 the height of the berm. When local material is not acceptable, acceptable material shall be imported, as directed by the Engineer. Compacted Berm

Compacted berm construction shall consist of moistening or drying and placing material as necessary in locations shown on the drawings or as established by the Engineer. Material shall contain no frozen material, roots, sod, or other deleterious materials. Contractor shall take precaution to prevent material from escaping over the embankment slope. Shoulder surface beneath berm will be roughened to provide a bond between the berm and shoulder when completed. The Contractor shall compact the material placed until at least 90 mass percent of the maximum density is obtained as determined by AASHTO T 99, Method C. The cross-section of the finished compacted berm shall reasonably conform to the typical cross-section as shown on the Plans.

Page 84: Procurement of INFRASTRUCTURE PROJECTSdotr.gov.ph/images/Public_Bidding/CivilWorks/Air_Sector...PHILIPPINE BIDDING DOCUMENTS (As Harmonized with Development Partners) Procurement of

84

Uncompacted Berm Uncompacted berm construction shall consist of drying, if necessary and placing material in

locations shown on the Plans or as established by the Engineer. Material shall contain no frozen material, roots, sod or other deleterious materials. Contractor shall take precautions to prevent material from escaping over the embankment slope.

104.4 Method of Measurement

The quantity of embankment to be paid for shall be the volume of material compacted in

place, accepted by the Engineer and formed with material obtained from any source. Material from excavation per Item 102 which is used in embankment and accepted by the

Engineer will be paid under Embankment and such payment will be deemed to include the cost of excavating, hauling, stockpiling and all other costs incidental to the work.

Material for Selected Borrow topping will be measured and paid for under the same

conditions specified in the preceding paragraph.

104.5 Basis of Payment The accepted quantities, measured as prescribed in Section 104.4, shall be paid for at the

Contract unit price for each of the Pay Items listed below that is included in the Bill of Quantities. The payment shall continue full compensation for placing and compacting all materials including all labor, equipment, tools and incidentals necessary to complete the work prescribed in this Item.

Payment will be made under:

Pay Item Number

Description Unit of Measurement

104 (1) Embankment Cubic Meter

104 (2) Selected, Borrow for topping, Case 1

Cubic Meter

104 (3) Selected Borrow for topping, Case 2

Cubic Meter

104 (4) Earth Berm Meter

Page 85: Procurement of INFRASTRUCTURE PROJECTSdotr.gov.ph/images/Public_Bidding/CivilWorks/Air_Sector...PHILIPPINE BIDDING DOCUMENTS (As Harmonized with Development Partners) Procurement of

85

1.0 SITE WORKS 1.1 SITE PREPARATION 1.1.1 GENERAL

The Work under this Section shall include complete demolition work timbering, clearing, grubbing, scalping, obliteration of roadways, clean up and disposal of all debris and other objectionable matter and grading work as directed by the Construction Officer.

1.1.2 REQUIREMENTS

Demolition in work shall consist of complete removal/demolition of the existing office and other obstruction. Timbering shall consist of felling and disposal of all trees specifically indicated to be removed. No timbering shall be done until each tree to be removed has been physically marked for removal by the Construction Officer. Trees marked for removal shall be felled in such a manner as not to injure other trees, fences, wires, buildings and facilities which are to remain. All damage to remaining trees, plants or facilities resulting from such timbering shall be repaired by the Contractor at no additional cost to the Government. All resulting stumps shall be left clean and free from sharp protuberances and shall not extend more than 30 cm above ground surface.

Cleaning shall consist of the removal and disposal of all stumps, vines, bush, grass, roots, vegetation, fences, rocks, masonry and debris within the limits and rights-of-way of the project.

Disposal of non-combustible waste shall be accomplished by removal from job-site by the Construction Officer. In no case shall the Construction Officer, prior to commencement of operation, or permission from the property owner, such permission to include the site location, method of disposal and any restrictions or conditions that may form part of the agreement between the Contractor and the Owner. The Contractor shall save the Government from any claim arising or resulting from such disposal operations.

Burning shall be accomplished at site without damage to nearby trees, buildings or other facilities by flames, smoke or ash. All applicable regulations shall be complied with such burning. Permission by the Construction Officer to accomplish burning shall not be construed as to relieve the Contractor of determining and complying with such regulations. All fires shall be kept under constant and adequate attendance and fire control measures and devices shall be sufficient in quantity to control all blazes. In the event that conditions are unsuitable for burning waste, at the option of the Contractor, combustible material may be disposed by other means, provided that prior approval of the Construction Officer is obtained.

Page 86: Procurement of INFRASTRUCTURE PROJECTSdotr.gov.ph/images/Public_Bidding/CivilWorks/Air_Sector...PHILIPPINE BIDDING DOCUMENTS (As Harmonized with Development Partners) Procurement of

86

The grading work shall be done after clearing the site of stumps, roots, grass, etc. Grading work shall be general smoothening the ground surface of the site such as covering holes left by stumps, etc. and leveling sharp and steep grades.

1.2 EXCAVATING AND GRADING 1.2.1 GENERAL

Work under this section shall be subject to the requirements of applicable paragraphs of the General Conditions of Contract.

1.2.2 WORK INCLUDED

This work includes labor, materials, and equipment necessary for excavating and grading as required in the Drawings and as specified herein. This, in general, includes cleaning and removal of grass, trees, and loose stones, and excavation for foundations, footings, septic vault, and rough and finish grading.

1.2.3 MATERIALS

Factory fill material shall be of the materials approved by the Construction Officer, and shall be of the type that has obtained its optimum moisture contents.

Unsatisfactory fill materials are Fill Materials that are too wet or too soft, as determined by the Construction Officer, and deficient in providing a stable subgrade or foundation of structures or pavements.

Selected backfill materials shall consist of sand, stone, gravel or screened stoned, uniformly graded and free from soft or unsound particles or other objectionable materials. Sieve analysis shall conform to ASTM C136, and shall conform to the following gradation limits:

Passing 3/8 inch sieve - 100% Passing No. 4 sieve - 85-100% Passing No. 100 sieve - 0-10% Passing No. 200 sieve - 0-3% 1.2.4 WORKMANSHIP 1.2.4.1 STAKING OUT

The Contractor shall stake cut lines and corners. He shall build batter boards and shall locate first and second floor lines in relation to existing grades. Lines and levels shall be approved by the Construction Officer or his representative before excavation is started.

The Contractor shall construct two permanent benchmarks of previously known elevations near the site of construction for purpose of determining any settlement that may occur during the construction.

1.2.4.2 EXCAVATION Excavation shall be executed in a careful manner to proper depths. No excavation shall be carried below elevations indicated on Drawings unless

Page 87: Procurement of INFRASTRUCTURE PROJECTSdotr.gov.ph/images/Public_Bidding/CivilWorks/Air_Sector...PHILIPPINE BIDDING DOCUMENTS (As Harmonized with Development Partners) Procurement of

87

made necessary by existing conditions. Claims for extras will not be allowed for excavations not authorized by the Construction Officer.

Excavated materials shall be transported to and placed in fill areas within work limits. Unsatisfactory materials encountered within established subgrades as shown or 0.30m below grade shall be replaced with satisfactory materials as specified.

Surplus excavated materials not required for fill or embankment shall be disposed of in designated waste or spoil areas. Unsatisfactory excavated materials shall be disposed in designated waste or spoil areas. Excavated materials shall be performed to provide proper drainage at all times. Materials required for fill, in excess of that produced by excavation within the grading limits, shall be excavated from approved borrow areas.

Excavation shall be left clean and clear of loose material. 1.2.4.3 WATER AND DRAINAGE

Contractor shall do everything necessary for keeping water out of excavations and away from building during construction.

1.2.4.4 BACKFILL

Backfill shall be installed against foundation walls in not more than 2” or 50mm. Backfill shall be carefully tamped. Debris shall not be used for backfilling.

1.2.4.5 GRADING

Finish grading shall include areas with limits shown on plot plan. Grades shall be reformed to easy contours in accordance with Drawings.

1.3 SOIL POISONING 1.3.1 GENERAL

Whenever the Scope of Work includes soil poisoning, the work shall include furnishing of labor, materials, and equipment to complete all poisoning works.

1.3.2 MATERIALS

Soil Poisons, Soil poisons shall be water-based emulsions. Any of the following may be used: 1. Chlordane - 1% Concentration 2. Benzene Hexachloride - 0.8% Gamma Isomer Concentration 3. Dieldrin - 0.5% Concentration 4. Aldrin - 0.5% Concentration 5. Heptachlor - 0.5% Concentration 1.3.2.1 SAMPLE AND TEST

A sample of the concentrated toxicant shall be tested.

Page 88: Procurement of INFRASTRUCTURE PROJECTSdotr.gov.ph/images/Public_Bidding/CivilWorks/Air_Sector...PHILIPPINE BIDDING DOCUMENTS (As Harmonized with Development Partners) Procurement of

88

At least two samples of working solution shall be tested for every 10,000 square feet or 1,000 square meters of treated area.

Samples shall be submitted, analyzed and tested by an approved testing laboratory. Tests shall be paid for by the Contractor. The results shall be submitted to the Construction Officer.

1.3.2.2 DELIVERY, STORAGE, AND PROTECTION

Chemicals shall be delivered to the job site in factory sealed containers with the manufacturer’s brand and name clearly marked. Chemicals shall be stored, handled, and applied in accordance with the directions in the manufacturer’s label.

1.3.3 WORKMANSHIP 1.3.3.1 SITE INSPECTION

A general survey and through examination of the entire premises shall be undertaken in order to fully understand all existing conditions and to determine the location and existence of subterranean termite colonies.

1.3.3.2 APPLICATION

Soil poison working solution shall be applied by means of pressure spray, soil injector, or when specified by direct pouring.

Live termite mounds found within the premises shall be exterminated by destroying the mounds and/or introducing soil poison working solution into mounds.

Soil poisoning work shall not begin until all preparations for slab placement have been completed.

Soil poisons shall not be applied when soil of fill is excessively wet or immediately after heavy rains to avoid surface flow of soil poison solution from the application site.

After grading and leveling the soil in the ground, gravel bed shall be set preparatory to the pouring of concrete at every 10.76 sq.ft. (Square Meter) floor footing area shall be flooded or soaked with soil poison working solution.

Every 3.28 linear feet (linear meter) of excavation for footing retaining wall and other foundation work shall be thoroughly drenched and saturated with soil poison working solution before pouring of concrete.

The solution shall be applied to all areas immediately below expansion joints, control joints and all areas where slab will be penetrated by pipe and other construction features.

Page 89: Procurement of INFRASTRUCTURE PROJECTSdotr.gov.ph/images/Public_Bidding/CivilWorks/Air_Sector...PHILIPPINE BIDDING DOCUMENTS (As Harmonized with Development Partners) Procurement of

89

Masonry wall resting on grades shall have their voids treated with 1 gallon of soil poison working solution per 5 linear feet (1.52 linear meter) of wall. Poison shall be poured directly into below spaces. Prior to landscaping of lawn, every linear meter of building perimeter and of three-meter width shall be saturated with soil poison working solution.

Earth fill shall be treated thoroughly. As soon as fill is compacted and leveled, every one square meter area shall be drenched with soil poison working solution.

1.3.4 GUARANTEE

Upon completion and acceptance of the work, the Owner shall be furnished with a written guarantee stating that termite control is guaranteed for a period of 10 years and that regular inspections are to be done by the guarantor to ensure the quality of their work.

1.4 TOPSOILING AND SODDING 1.4.1 GENERAL

The Contractor shall furnish all labor, materials, equipment and incidentals necessary for the supply, delivery and placement of topsoil and sodding, and shall maintain all planted areas up to the termination of Contract. All exposed areas and unpaved within the limits of the perimeter fence shall be final graded with topsoil and sodded as specified herein except where noted otherwise on the Drawings.

1.4.2 SUBMITTALS

The contractor shall submit to the Construction Officer for approval representative samples of topsoil to be used prior to any topsoil haulage. Topsoil delivered to the site that is in the opinion of the Construction Officer as inferior to the approved submitted samples shall be removed and disposed of offsite at no cost to the Owner.

The Construction Officer may request submittal of sod samples for approval or may elect to inspect the place of sod procurement.

1.4.3 MATERIALS 1.4.3.1 TOP SOIL

Topsoil shall be natural fertile soil containing a large amount of humus or organic matter, add shall be representative of soils in the locally capable of supporting a luxuriant plant growth.

The topsoil shall be reasonably free from clay, brush, weeds, roots, general debris, stones and any objects larger than 25mm in diameter.

1.4.3.2 WEED ERADICATOR AND SOIL FUMIGANT

Page 90: Procurement of INFRASTRUCTURE PROJECTSdotr.gov.ph/images/Public_Bidding/CivilWorks/Air_Sector...PHILIPPINE BIDDING DOCUMENTS (As Harmonized with Development Partners) Procurement of

90

Weed eradicator and soil fumigant shall be sodium methyl ditch carbonate for eradication of weeds, geminating weed seeds, fungi, insects and soil pests. Strength or dosage application shall be as recommended by the manufacturer. Soluble fertilizer shall be standard.

1.4.3.3 SOLUBLE FERTILIZER Soluble fertilizer shall be standard commercial complete fertilizer containing nitrogen, phosphorus, and potash in 10-10-10 to 10-12-10 percent by weight minimum ratio, respectively, and shall be readily soluble in water.

1.4.3.4 UREA FERTILIZER

Urea fertilizer shall be standard Fertilizer commercial type, and shall conform to the following specification:

Total nitrogen ------------- 38 percent minimum Insoluble nitrogen ------- 27-28 percent A.I. value ------------------- 47-55 percent Urea nitrogen ------------- 5 percent maximum Particle size ----------------All material shall pass 10-mesh sieve Less than 1 percent may be retained. 1.4.3.5 GRASS SOD

Sod shall consist of a heavy thickly matted growth of living grass that is relatively dormant during the dry season, but capable of renewed growth thereafter. Sod shall be free of weeds or undesirable plants, large stones, or other objects larger than 25mm in diameter. When the sod is procured grass height shall not exceed 120mm. And there shall be sufficient soil adhering to the roots to support grass growth.

1.4.4 EXECUTION 1.4.4.1 SURFACE

After areas to be topsoil have been Preparation cleared, grubbed and/or brought to grades shown on the Drawings, but prior to dumping and spreading of the topsoil, the entire area shall be inspected and approved by the Construction Officer. All areas found excessively compacted. Irrespective of the cause shall be loosened to a depth of at least 150mm to permit bonding with the topsoil.

1.4.4.2 TOPSOIL SPREADING 1.4.4.2.1 Placing

Topsoil shall not be placed when the surged is excessively wet, extremely dry, or where the areas have not been finally graded. The topsoil shall be dumped in piles uniformly spaced and shall be spread evenly over the entire area to provide a minimum depth of 150mm. Low spots, pockets or ridges in the surface that will cause the accumulation or pounding of water shall be filled and regraded to a uniform slope as indicated on the Drawings.

1.4.4.2.2 Cleanup

Page 91: Procurement of INFRASTRUCTURE PROJECTSdotr.gov.ph/images/Public_Bidding/CivilWorks/Air_Sector...PHILIPPINE BIDDING DOCUMENTS (As Harmonized with Development Partners) Procurement of

91

After the topsoil has been spread and graded as required the surface shall be raked clear of all large stones, roots and other loose material which shall be gathered and disposed of offsite. Topsoil and other extraneous material spilled on paved areas shall be promptly swept up and removed.

1.4.4.2.3 Compaction Topsoil shall be compacted with alight roller to a depth of about 100mm. Any erosion, irregularity of grade, or damage to the surface of the topsoil shall be repaired to the satisfaction of the Construction Officer prior to any sodding work.

1.4.4.2.4 Weed Eradication and Soil Fumigation

Topsoil shall be maintained in a moistened condition by fine spraying without pudding or erosion to the desired depth for a period of five (5) to seven (7) days. This is to stimulate the germination of weed seeds. Weed eradicator and soil fumigant shall then be applied at the rate of one (1) liter to 55-110 liters of water for every 10 square meters.

1.4.4.2.5 Pre-Fertilization

Not less than 15 days after the applicant of the weed eradicator and soil fumigant, soluble fertilizer shall be uniformly spread at a rate of 2 kilograms of 10-10-10 fertilizer per 100 square meters of topsoil. After spreading, the pre-fertilizer shall be kept well moistened without puddles or erosion until the fertilizer has been dissolved. Pre-fertilization shall be applied to all areas prepared for sodding.

1.4.4.3 SODDING

Sod shall be cut into squares or into rectangular sections. Rectangular sections may vary in length but shall be of equal width and of a size that will permit lifting and rolling without breaking. Care shall be exercised to retain native soil on the roots during the process of stripping, transporting and planting. Dumping from vehicles will not be permitted. During delivery and while in stacks, sod shall be kept moist. Sod damaged by handling or by other causes will be rejected.

The surface of the area to be sodded shall be loosened and brought to a reasonably fine texture to a depth of approximately 20mm. The bed upon which the sod is to be placed shall be moistened to the loosened depth, if not naturally, sufficiently moist, and the sod shall be placed thereon within 24 hours after having been out.

Sod shall be laid smoothly, edge to edge with staggered joints. Sod shall be pressed firmly into contact with the bed so as to eliminate all air pockets, provide a true and even surface and ensure knitting without displacement of the sod or determination of the surfaces of sodded areas.

Unless otherwise required the sod on slopes shall be laid horizontally beginning at the bottom of the slopes and working upwards when placing sod occur checks or similar constructions, the length of the strips shall be

Page 92: Procurement of INFRASTRUCTURE PROJECTSdotr.gov.ph/images/Public_Bidding/CivilWorks/Air_Sector...PHILIPPINE BIDDING DOCUMENTS (As Harmonized with Development Partners) Procurement of

92

laid at right angles to the direction of flow of the water. On all slopes steeper than one vertical to three horizontal the sod shall be pegged with stakes, 200-300mm in length, spaced as required by the nature of the soil and the steepness of slope. Stakes shall be driven flush with the bottom of grass blades. After the sodding operation has been completed, the areas shall be rolled lightly to obtain an even surface free from depressions and high points. Edges shall be trimmed and true to line and grade indicated on the Drawings.

After placing and rolling, the sodded areas shall be soaked with water to a depth at about 50mm and thereafter shall be watered as required to establish and maintain plant growth.

Any area that becomes guilded or otherwise damaged shall be repaired to the satisfaction of the Construction Officer.

Thirty days after sodding, urea fertilizer shall be applied uniformly at a rate of 5 kilograms of fertilizer per 100 square meters of area. After application, the area shall be kept well moistened.

1.4.4.5 MAINTENANCE

The Contractor shall maintain the sodded area as required and as directed by the Construction Officer up to the date of completion of the Contract. Maintenance shall include watering, fertilizing, weeding, cutting, repairing and replacement.

The Contractor is expected to turn over the site with a heavy, uniform, grass cover free of weeds of any other objectionable plant growth.

Any area that becomes guilded or otherwise damaged shall be repaired to the satisfaction of the Construction Officer. Areas where sodding does not provide a satisfactory growth shall be replaced with new topsoil and sodding as required.

The sodded areas shall be routinely watered as required.

Sodded areas shall be protected against vehicular/pedestrian traffic or other construction activity by means of barricades shall remain in place until final acceptance.

1.5 CONCRETE CULVERT PIPE 1.5.1 GENERAL

Whenever Concrete Culvert Pipes are indicated in the Plans, this work shall consist of furnishing reinforced and non-reinforced concrete culvert pipes of the sizes and dimensions indicated on the drawings, conforming to the specifications and the directions of the Construction Officer.

1.5.2 MATERIALS

Page 93: Procurement of INFRASTRUCTURE PROJECTSdotr.gov.ph/images/Public_Bidding/CivilWorks/Air_Sector...PHILIPPINE BIDDING DOCUMENTS (As Harmonized with Development Partners) Procurement of

93

The fabrication of the pipes shall conform to the specification of ASHO Designation M 170. The Construction Officer reserves the right to inspect and test the pipes delivered for use in the work. Defects that are discovered after acceptance of delivery of the pipes but before installation of the pipe shall be cause for rejection without additional cost to the Government. Mortar for pipe joints shall be composed of one (1) part Portland cement and two (2) parts sand, and shall conform to the requirements of item RC 100: Plain and Reinforced Concrete.

1.5.3 WORKMANSHIP

Trenching for concrete culvert pipes shall conform to, and shall be payable under, item EX 100: Excavation. The pipe trench shall be excavated to the depth, grade and width established by the Construction Officer. In material considered satisfactory by the Construction Officer, the pipes may be laid directly on the trench bed shaped to the form of the pipes for at least 10 per centum of their outside diameters. In rock or hardpan and other material considered unsatisfactory by the Construction Officer, the trench bed shall be excavated 30 centimeters deeper and the required selected or granular material shall be laid to bed the pipes. In preparing the pipe bed, recesses for pipe bells shall be provided. Pockets of unsuitable material shall be removed and replaced with approved selected or granular material.

Pipes shall be carefully laid, with hubs up-graded, ends fully and closely joint, true to the lines and grades required. After one length of pipe is laid, the lower portion of the hub shall be primed with mortar on the inside sufficient enough to bring the inner surfaces of the next pipe flushed and even those of the previous one. The remainder of the joint on the inside shall then be filled with mortar and then struck off to a smooth finish. The outside of the joint shall also be filled with mortar, and excess mortar shall be used to form a bead all around the outside of the joint. After the initial set of the outside mortar, it shall be protected from air and sun by thoroughly wetted burlap or earth.

The pipes shall be tested for undue settlement and for water tightness of joints, before backfilling the trench. Unsatisfactorily work shall be corrected without additional cost to the Government. Backfilling shall conform to, and shall be payable under, item BF 100: Filling and Backfilling. The mortar joints shall have set sufficiently prior to backfilling. Backfilling shall be brought up, in uniform 15-centimeter layer on both side and over the line of pipes, to the finished grade. Compaction shall be accompanied by sprinkling with water to obtain at least 95% relative compaction.

1.5.4 METHODS OF MEASUREMENT AND BASIS OF PAYMENT

For purposes of progress payments, concrete pipes installed complete in place in accordance with drawings, these specifications, or as directed by the Engineer shall be paid for the total length in linear meters according to size and kind, measured along the axis of the pipes.

The quantities measured as provided above and accepted for payment shall be paid for the purposes of progress payments only at the unit price per linear meter of the kind and size of concrete pipes, in which price and payments shall constitute full

Page 94: Procurement of INFRASTRUCTURE PROJECTSdotr.gov.ph/images/Public_Bidding/CivilWorks/Air_Sector...PHILIPPINE BIDDING DOCUMENTS (As Harmonized with Development Partners) Procurement of

94

compensation for furnishing or manufacturing of the pipes, for hauling and installing, for bedding and jointing, and for all other headwalls and other structures are excluded from the payment prescribed herein. Final payment shall not exceed the total amount for this work item shown in the Proposal Schedule.

When the Proposal Schedule does not provide separate payment for work herein specified, full compensation therefore shall be considered as included in the lump sum contract price for Exterior Drainage System within the purview of items PS 100.

1.6 ROADWAYS AND PAVING 1.6.1 GENERAL

Whenever Roadways and Paving are called for in the Plans, the Contractor shall furnish all labor, materials, equipment and incidentals for the construction of new pavement, sidewalks, gutters and curbs, and for the restoration of existing pavement, sidewalks, gutters and curbs, as shown on the Drawings and as specified herein. The Construction Officer may direct the Contractor to excavate and repave additional areas to those indicated.

1.6.2 STANDARD SPECIFICATION REFERENCE

Except as otherwise specified herein, materials and construction shall be in accordance with the “Republic of the Philippines, Department of Public Highways, General Specifications for Roads and Bridges, 1976.”

ASTM D1559 Resistance to Plastic Flow of Bituminous Mixture Using Marshall Apparatus.

1.6.3 MATERIALS

Granular subbase and base course materials shall be as specified under Items 300, 301, and 302 of the General Specifications. Grading requirements shall be as follows:

Sub-base Standard Sieve Size Percent Passing 75.00 mm 100 37.50 mm 80 - 100 9.50 mm 45 - 100 4.75 mm 30 - 85 2.00 mm 15 - 65 0.425 mm 5 - 35 0.075 mm 0 - 15 Base Standard Sieve Size Percent Passing 25.00 mm 100 19.00 mm 75 - 100 7.75 mm 40 - 60 2.00 mm 25 - 45 0.425 mm 2 - 25

Page 95: Procurement of INFRASTRUCTURE PROJECTSdotr.gov.ph/images/Public_Bidding/CivilWorks/Air_Sector...PHILIPPINE BIDDING DOCUMENTS (As Harmonized with Development Partners) Procurement of

95

0.075 mm 5 - 12 Concrete shall meet the requirements for structural concrete.

For asphalt concrete, under Item 401 of General Specifications, aggregate grading shall be Class B. Test specimens of the job-mix formula shall be prepared and tested in accordance with the design procedures given for the Marshall Method of Mix design, and shall meet the requirements given below when tested in accordance with ASTM D1559. Marshall Stability N 3300 min Flow, 0.25 mm 8 - 46

Percent voids in total mix 3 - 5 Use 75-blows/end compaction

The job-mix formula shall be submitted for the Construction Officer’s approval that may change the aggregate grading and bitumen content to improve the quality of the mix.

For Gravel surfacing material, under Item0 407 of General Specifications 1 grading requirements shall be as follows:

Standard Sieve Size Percent Passing 25.00 mm 100 19.00 mm 85 - 100 9.50 mm 60 - 100 4.75 mm 50 - 85 2.00 mm 40 - 70 0.425 mm 25 - 45 0.075 mm 10 - 25 1.6.4 WORKMANSHIP 1.6.4.1 SUBGRADE

Following clearing, grubbing and preparation stripping of topsoil the subgrade shall be prepared by sprinkling and rolling with a steel roller until the subgrade is completed to 90 percent of optimum. Subgrade in cut areas shall be scarified to a depth of 0.15 m and recompacted at moisture content slightly above the optimum. Areas that require common fill to raise to sub-grade elevations shown on the Drawings shall be filled except that no lift shall be thicker than 150 mm. Where existing sub-grade materials have been disturbed, or are in the opinion of the Construction Officer unsuitable for subgrade, the materials shall be removed as directed and shall be replaced with common fill and shall be compacted. No subbase material for new restored pavement shall be placed until the Construction Officer has inspected and approved the subgrade.

1.6.4.2 SUBBASE AND BASE COURSE MATERIALS

Aggregate Base Course shall be placed and compacted as shown on the Drawings, and as required in - Aggregate Base Course.

Page 96: Procurement of INFRASTRUCTURE PROJECTSdotr.gov.ph/images/Public_Bidding/CivilWorks/Air_Sector...PHILIPPINE BIDDING DOCUMENTS (As Harmonized with Development Partners) Procurement of

96

The finish base course shall not vary more than 1.5 centimeters above or below the set grade at any point. Any area that does not conform to the grading requirements shall be reworked and recompacted.

1.6.4.3 PORTLAND CEMENT CONCRETE PAVEMENT

See - Portland Cement Concrete Pavement.

1.6.4.4 SIDEWALKS All sidewalks disturbed during the course of the work shall be restored to their original condition. New sidewalks shall be 21 Map concrete.

New concrete pavement shall be in accordance with - Concrete of the General Specifications.

Concrete pavement to be removed shall be up to vent lines cut by an abrasion saw. Where existing reinforcing steel is removed it shall be replaced with equivalent steel bars.

Concrete curbs and gutters shall be constructed as indicated on plans. All exposed concrete edges shall be finished with an edging tool having a 1-cm radius.

1.7 CONCRETE CURB AND GUTTER 1.7.1 GENERAL

Whenever indicated in the plans, this work shall consist of concrete curb or combined curb and gutter, constructed at the locations and to the dimensions, shape shown on the drawings and specified herein or as directed by the Construction Officer.

1.7.2 MATERIAL

Concrete shall be of the class of strength shown on the drawings and shall conform to the requirements of Plain and Reinforced Concrete. Pre-molded filler for expansion joints shall conform to the specifications of AASHO M-33 and poured filler for intermediate construction joints shall be of mixed asphalt and mineral filler or mixed asphalt and rubber filler conforming to the specifications of AASHO M-89, with asphalt having a penetration (77oF, 100gr., 5 specs.) within the range of 30 to 50 and a softening point of not less than the range of 30 to 50 and a softening point of not less than 90oC (200oF). Steel reinforcement, if any, shall conform to the specifications of ASTM Designation: A615, Grade 40.

1.7.3 WORKMANSHIP

Formwork for concrete placing shall be constructed upon the prepared base previously completed in accordance with the requirements of Aggregate Base Course. Forms shall be smooth on the side placed next to the concrete and shall have a true smooth upper edge. The depth of forms for back of curbs shall be equal to the full depth of the curb, and the depths of the face of the forms for curbs shall be equal to the full-face height of the curb. Forms shall be rigid enough to withstand the pressure of fresh concrete without distortion, and shall be thoroughly cleaned and coated with form oil to prevent adherence of concrete. Setting of forms shall conform to the required dimensions and to the alignment and grade shown on the

Page 97: Procurement of INFRASTRUCTURE PROJECTSdotr.gov.ph/images/Public_Bidding/CivilWorks/Air_Sector...PHILIPPINE BIDDING DOCUMENTS (As Harmonized with Development Partners) Procurement of

97

drawings. Stakes shall be positioned to hold the form rigidly in place and clamps, spreaders, and braces shall be additionally placed where necessary to enhance rigidly in the forms. Benders or thin plank forms cleaned together may be used on curves, grade changes, or for curb returns. In constructing curbs, entrances shall be provided for driveways, with dimensions shown on the drawings or designated by the Construction Officer. Dowels and reinforcements shall be of the size, shape and spacing shown on the drawings.

The curb and gutter shall be constructed in uniform segments not more than 5 meters in length, except where shorter segments are required to coincide with the location of weakened plane or contraction joints in the adjacent concrete pavement, or for closure, but no segment shall be less than 2 meters long. The poured joint shall be formed by sheet templates that will give the required joint thickness and that are cut to the cross-section of the curb or the combined curb or gutter. The templates are set carefully normal to the line of curb and to plane of gutter and held firmly in place until the concrete has set sufficiently to hold its shape. They are removed shortly after the curb face form is removed, but before all the other forms are removed. Expansion joints shall be formed with pre-molded joint maternal, likewise placed normal to line or curb and to plane of gutter, cut and shaped to the cross-section of the curb and gutter, and positioned at locations shown on the drawings.

Concrete shall be placed and consolidated in the forms without segregation. Prior to the removal of the forms, the surface of concrete shall be shaped true to grace by means of a straight edge float preferably 3 meters long, operated longitudinally over the surface of the concrete. For clamps and braces shall have been so positioned as not to interfere with the operation of this float. Immediately after the removal of the front curb forms, the face of the curb shall be floated and trowelled smooth. No plastering will be permitted and the finishing shall be accomplished by simply floating the green concrete, accompanied by careful wetting. Minor defects shall be repaired with mortar containing one part Portland cement and two parts of fine aggregate. Corners and edges shall be rounded to the radii shown on the drawings. Surface irregularities in excess of 6 millimeters in 3 meters shall be considered as cause for rejection of segment, which shall be removed and replaced without additional cost to the government.

Removal of the rest of the forms may be done after 24 hours that the concrete is placed, but proper protection shall be made by the Contractor to prevent injury or damage to the finished concrete. After finishing and sufficient hardening to the concrete curb or the combined concrete curb and gutter, curing shall be immediately done by any method specified under Plain and Reinforced Concrete. Backfilling next to the curb shall be performed and paid for under the provisions of Filling and Backfilling.

1.7.4 METHOD OF MEASUREMENT AND BASIS OF PAYMENT

For purposes of progress payments, the quantity to be paid for shall be the total length in linear meters of concrete curb and gutter, completed and measured in place. Measurement shall be made along the face of the curb, whether the portion being measured is straight or curved. No deductions shall be made for flattening of curbs at entrances.

Page 98: Procurement of INFRASTRUCTURE PROJECTSdotr.gov.ph/images/Public_Bidding/CivilWorks/Air_Sector...PHILIPPINE BIDDING DOCUMENTS (As Harmonized with Development Partners) Procurement of

98

The quantity of curb or combined curb and gutter as measured above shall be paid for purposes of progress payments only at the unit price bid per linear meter, in which price and payment shall constitute full compensation for all materials, labor, plant, equipment, tools and incidentals necessary to complete the work. Inclusive of form work, concrete placing, finishing, shaping, curing, joining, etc. Final payment shall not exceed the total amount for this work item as shown in the Proposal Schedule.

Page 99: Procurement of INFRASTRUCTURE PROJECTSdotr.gov.ph/images/Public_Bidding/CivilWorks/Air_Sector...PHILIPPINE BIDDING DOCUMENTS (As Harmonized with Development Partners) Procurement of

99

2.0 CONCRETE 2.1 CONCRETE 2.1.1 GENERAL

The Contractor shall furnish all labor, materials, equipment and incidentals necessary for the construction of all concrete work including reinforcing steel, forms, water stops and miscellaneous related items such as wall sleeves, anchor bolts and embedded items specified under other sections.

2.1.2 STANDARD SPECIFICATION REFERENCE

The following Standards are referred to:

ASTM C31 Making and Curing Concrete Test Specimens in the Field ASTM C33 Concrete Aggregates ASTM C39 Compressive Strength of Cylindrical Concrete Specimens ASTM C42 Obtaining and Testing Drilled Cores and Sawed Beams of Concrete ASTM C94 Ready-Mixed Concrete ASTM C143 Slump of Portland Cement Concrete ASTM C150 Portland Cement ASTM C231 Air Content of Freshly Mixed Concrete by the Pressure Method ASTM C260 Air-Entraining Admixtures for Concrete ASTM C494 Chemical Admixtures for Concrete ACI 301 Specifications for Structural Concrete for Buildings ACI 347 Recommended Practice for Concrete Form Work

2.1.3 GENERAL PROVISION

Concrete shall be site mixed or transit-mixed as produced by a plant acceptable to the Construction Officer.

When a small mixer is used, concrete placed under such conditions shall be mixed for not less than 1½ minutes after all the materials are in the mixer drum.

All testing shall comply with the latest applicable ASTM test Methods (ASTM C31 and ASTM C39). Samples of aggregate and concrete as placed will be subjected to laboratory tests and all materials incorporated in the Work shall conform to the approved samples.

2.1.4 PRODUCTS 2.1.4.1 MATERIALS 2.1.4.1.1 Cement

Cement shall be Portland cement of a brand approved by the Construction Officer and conforming to ASTM C150. Type I or Type II.

Page 100: Procurement of INFRASTRUCTURE PROJECTSdotr.gov.ph/images/Public_Bidding/CivilWorks/Air_Sector...PHILIPPINE BIDDING DOCUMENTS (As Harmonized with Development Partners) Procurement of

100

2.1.4.1.2 Aggregates

Fine Aggregate shall be washed inert natural sand conforming to ASTM C33, and shall range in size within the following limits of US Standard Sieve sizes.

Sieve Designation Percent (%) Passing 4.75mm (No.4) 95 -100 2.36mm (No.8) 80 -100 1.18mm (No.16) 45 - 70 300 micron (N0.50) 15 - 30 150 micron (No.100) 3 - 8

Maximum silt content - 2 percent Coarse aggregate shall be well-graded crushed stone or washed gravel conforming to ASTM C33, having the following maximum size: 25mm - for plain concrete 20mm - for reinforced concrete sections Maximum silt content - 1 percent

2.1.4.1.3 Water

Water shall be potable, clean and free from deleterious amounts of acids, alkalis, oils or organic matter.

2.1.4.1.4 Admixtures

Approved water reducing agent conforming for Ready to ASTM C494. Type A or D shall be used and shall entrain 3.0 to 5.0 percent air in the resultant concrete. Proportioning and mixing shall be as recommended by the manufacturer.

No other admixtures will be permitted except that an air entraining admixture, as a moderate addition to the water reducing agent may be employed if the water reducing agent does not give 3.0 to 5.0 percent air, but only with prior approval of the Construction Officer. Such air-entraining admixture shall comply with ASTM C260 and shall be compatible with the water reducing agent and have no chemical reaction between them in one solution.

The total entrained air measured at the discharge from the truck shall be a maximum 3.0 percent for finished slabs and 3.5 to 5.0 percent for all other concrete. Air shall be measured in accordance with the Pressure Method. ASTM C231.

If pumping concrete is approved by the Construction Officer then additional admixtures maybe submitted for the approval.

Page 101: Procurement of INFRASTRUCTURE PROJECTSdotr.gov.ph/images/Public_Bidding/CivilWorks/Air_Sector...PHILIPPINE BIDDING DOCUMENTS (As Harmonized with Development Partners) Procurement of

101

2.1.4.1.5 Grout

Where a non-shrink or expanding type grout be called for in the Drawings or specified herein an “expandable” compound, as approved by the Construction Officer, will be added to the cement grout mixture.

2.1.4.2 QUALITY OF CONCRETE

The actual development of mix proportions composed of Portland cement, admixtures, aggregates and water to produce concrete which conforms to the specific requirements shall be determined by means of prior laboratory tests performed by the Contractor with the approved constituents to be used in the Work.

2.1.4.2.1 Proportioning

Well advance of placing any concrete, the Contractor shall discuss with the Construction Officer the source of materials and concrete mixture he proposes to use. Representative samples of aggregate and cement and their test results shall be furnished to the Construction Officer.

The Contractor shall allow ample time to develop a proposed design mix or to modify the proposed design mix within the limits of these Specifications whenever, in the opinion of the Construction Officer, it becomes necessary or desirable. The following minimum compressive strengths, water cement ratios and cement factors as indicated in Table A shall apply for regular and pumped concrete.

TABLE A

Minimum Compressive Strength at 28 Days

(MPa) (1)

Maximum Net Water Content (2)

(Litres/100kg Cement)

Minimum Cement Content (3) (kg/M3)

Installation

Concrete Fill 17 62.0 260

All Structural Concrete 21 55.0 320

Consistency of the concrete as measured by the requirements of ASTM C143 shall be as shown in Table B below:

TABLE B

Type of Structure Slump (mm)

Page 102: Procurement of INFRASTRUCTURE PROJECTSdotr.gov.ph/images/Public_Bidding/CivilWorks/Air_Sector...PHILIPPINE BIDDING DOCUMENTS (As Harmonized with Development Partners) Procurement of

102

Recommended Range

Pavement and slabs on ground 50 25-75

Plain footings, gravity walls, slabs and beams 50-75 25-100

Heavy reinforced foundation walls and footings 50-75 50-100

Thin reinforced walls and columns 75 75-100

No excessively wet concrete will be permitted. Concrete delivered to the site having a slump in excess of that specified in Table B will be rejected.

The temperature of the concrete, at the time of placement shall normally be 30oC or below, but shall never exceed 32oC. Any concrete delivered to the site of placement having a temperature above 32oC will be rejected. The Contractor will be responsible for employing whatever measures necessary to comply with these temperature requirements.

2.1.4.3 FORM WORK

The contractor shall design, furnish and install all form works and supports required to confine the concrete and shape it to the lines shown in the Drawings. Forms will be required for any concrete surface that slopes more than 15o from the horizontal. Form design shall conform to ACI 347. Forms shall have sufficient strength to withstand the pressure resulting from placement and vibration of the concrete and shall be sufficiently tight to prevent loss of mortar from the concrete.

Forms shall be made of either steel or new approved lumber and shall be free from roughness and imperfections.

Steel forms, if used shall be steel plate not less than 4mm thick. All bolt and rivet heads shall be countersunk. Clamps, pins or other connecting devices shall be designed to hold the forms rigidly together and to allow removal without injury to the concrete. The joints between the metal sheets shall be smooth and as nearly perfect as practicable. Use of forms with dents, buckled areas or other surface irregularities, or the burning of holes for form ties will not be permitted.

Form ties encased in concrete, other than those specified in the following paragraph, shall be designed such that after removal of the projecting part, no metal shall be within 25mm of the face of the concrete. That part of the tie to be removed shall be at least 12.5mm in diameter, or shall be provided with a wood or metal cone with at least 12.5mm in diameter and 25mm long. Form ties in concrete exposed to view shall be the cone-washer type. Through bolts or common wire shall not be used for from ties.

Page 103: Procurement of INFRASTRUCTURE PROJECTSdotr.gov.ph/images/Public_Bidding/CivilWorks/Air_Sector...PHILIPPINE BIDDING DOCUMENTS (As Harmonized with Development Partners) Procurement of

103

Form ties exposed exterior walls shall be as specified in the preceding paragraph except that the cones shall be of approved wood of plastic.

The Contractor shall assume full responsibility for the adequate design of all forms. However, any forms which in the opinion of the Construction Officer are unsafe or inadequate in any respect may at any time be condemned by the Construction Officer, additional forms are necessary to maintain the progress schedule; such additional forms shall be provided by the Contractor at his own expense.

An approved colorless mineral fill conforming to ASTM D1500, free of kerosene and with a viscosity of not less than 250 seconds at 100 Fahrenheit and a flash point not less than 300oF.

2.1.5 EXECUTION

2.1.5.1 MIXING OF CONCRETE

Mixing of ready-mixed or transit-mixed concrete shall conform to ASTM C94, and the requirements herein, and as approved by the Construction Officer. The Contractor shall furnish a statement to the Construction Officer for his approval, giving the dry proportions to be used, with evidence that these will produce concrete of the quality specified.

Ready-mixed or transit-mixed concrete shall be transported to the site in watertight agitator or mixer trucks, which shall be loaded and in excess of the rated capacities for the respective condition stated on the nameplate. Discharge at the site shall be within 1 hour after the cement was first introduced into the mix. Retampering, that is, mixing with or without additional cement, aggregate, or water to the concrete, which has, partially hardened will not be permitted. Trucks shall be dispatched from the batching plant so that they will arrive at the site just before the concrete is required, to avoid excessive mixing while waiting, or delays in placing successive layers of concrete in the forms.

In the event the Contractor is unable to deliver mixed concrete to the work site within the period specified above, a “Dry-mix” method may be employed upon prior approval of the Construction Officer. If a “Dry-mix” method of concrete production is to be used, water tanks, water pumping and metering facilities required for addition of water to the trucks upon arrival at or near the work site shall be provided.

2.1.5.2 FORMS

Formwork shall be adequately braced tied to prevent movement. All shoring shall be periodically checked to ensure that member have not been dislodged or loosened during concrete placement. No wooden spreaders will be allowed in the concrete.

Page 104: Procurement of INFRASTRUCTURE PROJECTSdotr.gov.ph/images/Public_Bidding/CivilWorks/Air_Sector...PHILIPPINE BIDDING DOCUMENTS (As Harmonized with Development Partners) Procurement of

104

Forms shall be thoroughly cleaned before using and shall be treated with non-staining oil or other approved material and allowed to dry before placement of the reinforcement steel.

Molding or bevels shall be built into the forms to produce a 20mm chamber on all exposed projecting corners.

Forms for walls shall have removable panels at the bottom for cleaning, inspection and scrubbing-in of bonding paste. The size, number and location of such panels shall be subject to the approval of the Construction Officer. Alternative method for ensuring bonding to previously placed concrete may be used only his prior written approval.

Before form material is reused, all surfaces in contact with concrete shall be thoroughly cleaned, all damaged places repaired, all projecting nails withdrawn, and all protrusions smoothen.

2.1.5.3 PLACING OF CONCRETE

No concrete shall be placed until the forms, reinforcement steel, pipes conduits, sleeves, anchors and other embedded items have been inspected and approved by the Construction Officer. The Contractor shall advise the Construction Officer of his readiness to proceed at least 12 hours prior to each placement of concrete. No concrete shall be placed except in the presence of a duly authorized representative of the Construction Officer.

Pipe, conduits, dowels and other ferrous items required to the embedded in the concrete construction shall be positioned and supported prior to the placement of concrete such that there will be a minimum of 50mm clearance between said items and any part of the concrete reinforcement. Securing such items in position by wiring or welding it to reinforcement will not be permitted.

Before depositing any concrete, all debris, dirt and water shall be removed from the forms. The surfaces of previously placed concrete, such as vertical or horizontal construction joints, shall be roughened, cleaned of foreign matter and laitance to expose a fresh face and saturated with water at least two hours before and again shortly before the new concrete is placed. Immediately before the new concrete is placed, wherever possible, all hardened surfaces shall receive a thorough coating of neat cement slurry mixed to the consistency of very thick paste at least 5mm thick which shall first be well scrubbed-in by means of stiff bristle brushes. The new concrete then shall be placed before the neat cement sets up.

Concrete which upon or before placing is found not to conform to the requirements specified herein shall be rejected and immediately removed from the work. Concrete which is not placed in accordance with these specifications or which is of inferior quality, as determined by the Construction Officer, shall be removed and replaced by and at the expense of the Contractor.

Page 105: Procurement of INFRASTRUCTURE PROJECTSdotr.gov.ph/images/Public_Bidding/CivilWorks/Air_Sector...PHILIPPINE BIDDING DOCUMENTS (As Harmonized with Development Partners) Procurement of

105

Unless specifically approved in writing by the Construction Officer, concrete shall not be placed in water or stay submerged within 24 hours after placing, except for curing, nor shall running water be permitted to flow over concrete surfaces within 4 days after the placing of concrete.

Concrete shall be uniformly placed as near as possible to its final location in the forms. The placing of concrete in forms shall not exceed 0.60 meter of vertical rise per hour. The spreading of mounds of concrete with vibrators or by shoveling will not be permitted. Each lift shall be completed with an approximately horizontal upper plastic surface.

Chutes for conveying concrete shall be of metal, U-shaped and provided with a baffle plate at the end to prevent segregation. Chutes shall be placed at an angle of not less than 25 degrees, or more than 45 degrees from horizontal, and shall be kept clean and free from hardened concrete. Maximum length of chute to b traveled by the plastic concrete shall not be more than 1.50 meters. Chutes, hoppers, spouts, etc., shall be thoroughly cleaned before and after each run, and the water and debris discharged outside the Formwork.

Pumping of concrete will be permitted only with the approval of the Construction Officer, and under the following conditions:

a. The Construction Officer will inspect the pumping equipment and hose prior to placement of concrete. Any equipment, hose, or appurtenances not functioning properly, or which are otherwise unacceptable to the Construction Officer shall be replaced before pumping operations are started.

b. A fully operable standby complete concrete pumping unit shall be available at the site during any pumping of concrete.

c. The minimum diameter of hose or conduit shall be 100mm.

d. Aluminum conduits for conveying of concrete will not be permitted.

In the walls or columns of considerable height, the concrete shall be placed in such a manner as to prevent segregation and accumulation of hardened concrete on the forms or the reinforcement steel located above the concrete mass. In no case shall the free fall of concrete be permitted to exceed 1.50 meters below the ends of hoppers, chutes, ducts, tremies, hoses or “windows” in wall forms, without special approval of the Construction Officer.00

Where water stop type construction joints are provided, special care shall be taken to ensure that the concrete is properly worked by rotting and vibration around the water stops to produce watertight joints, particularly in the case of horizontal water stops in slabs where the concrete must be in complete contact with the underside surfaces before any concrete is poured on the upper surfaces of the water stop.

Page 106: Procurement of INFRASTRUCTURE PROJECTSdotr.gov.ph/images/Public_Bidding/CivilWorks/Air_Sector...PHILIPPINE BIDDING DOCUMENTS (As Harmonized with Development Partners) Procurement of

106

Water stops shall be accurately positioned and securely held in place, and shall be protected at all times to prevent damage or displacement. Any damage to, or displacement of water stops shall be corrected by the Contractor to the satisfaction of the Construction Officer.

2.1.5.4 TAMPING AND VIBRATING

During and immediately after depositing the concrete, compaction shall be carried out by experienced operators using high-speed internal mechanical vibrators. Care shall be taken to ensure that vibration is continued long enough to produce optimum consolidation but without permitting segregation of the aggregates or migration of air.

At least one vibrator shall be used for every 8 cubic meters of concrete placed per hour and, in addition, two spare vibrators in operating condition shall be available on the site.

Vibrators including suitable tamping bars or forked tools shall be supplemented by proper wooden spade pudding adjacent to forms and rodding around embedded fixtures to remove trapped air bubbles, and to prevent honeycombing.

2.1.5.5 CURING AND PROTECTION

It is the intent of these Specifications and to obtain properly cured concrete. The Protection basic requirement of proper curing is to maintain continuous moist surface from the time of placing the concrete until the end of curing period. All details of the Contractor’s curing procedures and materials used shall be subject to the Construction Officer’s approval. The use of curing compounds may be acceptable but shall require prior approval in writing by the Construction Officer.

The Contractor shall protect all concrete work against injury from the elements and defacements of by nature during construction operations.

All exposed surfaces including finished surfaces shall be treated immediately after concrete has been poured, to provide continuous moist curing for at least 7 days. Walls and vertical surfaces may be covered with continuously saturated burlap or kept moist by other approved means. Horizontal surfaces, slabs, etc., shall be pounded to a depth of 15mm or kept continuously wet by means of sprinklers or other approved methods.

Formed surfaces shall be thoroughly soaked with water at least twice each day until the forms are removed.

Where finishing of concrete surfaces is performed before the end curing period, the concrete shall under no circumstances be permitted to dry out and shall be kept continuously damp by means of a fog spray of water from the time the concrete has been placed until the end of the curing period.

Page 107: Procurement of INFRASTRUCTURE PROJECTSdotr.gov.ph/images/Public_Bidding/CivilWorks/Air_Sector...PHILIPPINE BIDDING DOCUMENTS (As Harmonized with Development Partners) Procurement of

107

2.1.5.6 REMOVAL OF FORMS

The Contractor shall not remove any forms for at least 48 hours or until the concrete has attained a strength of at least 30 percent of the ultimate strength. This is equivalent to approximately 50 day-degrees of moist-curing. Day-degree represents the total number of day’s times the average daily air temperature in oC at the surface of the concrete, e.g. 2 days at an average temperature of 25oC equals 50 day-degrees. Forms for beams and slabs shall not be stripped for at least 150 day-degrees and supports shall not be removed until the concrete has attained at least 60 percent to the specified 28-day strength and is capable of safely supporting its own weight. Construction live loads shall not be placed upon it until the concrete has attained its specified 28-day strength.

Forms shall be stripped such that they will not damage the concrete. Notwithstanding the specified minimum stripping times mentioned above the Contractor is ultimately responsible for the safely of all structures.

2.1.5.7 REPAIR OF DEFECTIVE CONCRETE

Defective or honeycombed areas, as determined by the Construction Officer, shall be chipped down to at least 25mm deep into sound concrete by means of chisels or chipping hammers. If honeycombs around reinforcement steel, a clear space at least 10mm wide shall be chipped all around the steel.

For areas than 40mm deep, the patch may be made for filling form tie holes, etc.

Thicker repairs will require build-up in successive 40mm deep meters on successive days, and each layer shall be applied with neat cement paste as described in paragraph 2 above.

For very deep patches the Construction Officer may order the use of a non-shrink grout, with or without the addition of pea gravel. The materials shall be composed of 1 to 1½ cement/sand mortar without non-shrink grout components to prevent rust staining of the surface. After hardening, the patch shall be rubbed as for filling form-tie voids.

All exposed concrete surfaces and adjoining work stained by spilling or leakage of concrete shall be cleaned to the satisfaction of the Construction Officer.

All cracks that appear in the concrete prior to acceptance of the work shall be “veed” and filled with sealant.

2.1.5.8 EVALUATION AND ACCEPTANCE

After the removal of the forms any concrete, judged by the Construction Officer as defective and beyond repair, shall be rejected, demolished and

Page 108: Procurement of INFRASTRUCTURE PROJECTSdotr.gov.ph/images/Public_Bidding/CivilWorks/Air_Sector...PHILIPPINE BIDDING DOCUMENTS (As Harmonized with Development Partners) Procurement of

108

replaced with new concrete in a manner acceptable to the CO. The evaluation and acceptance of concrete shall be in accordance with Chapter 17 of ACI Standard 301.

2.1.5.9 INSPECTION

Installation of reinforcing steel, pipes, sleeves, anchors and other embedded items, batching, mixing, transportation, placing, curing and finishing of concrete shall at all times be subject to the inspection of the Construction Officer. No concrete shall be placed without prior notice to and approval of the Construction Officer.

2.1.5.10 FIELD CONTROL

Sets of four (4) field control cylinder specimens will be taken at random by the Construction Officer, in conformity with ASTM C31. Generally, approximately one (1) per 50 cubic meters, but not less than one (1) set per day will be made during concreting operations.

Two (2) cylinders will be tested after 7 days and two cylinders after 28 days. Compressive tests, in accordance with the Standard test described in ASTM Method C39, will be performed by a laboratory acceptable to the owner, and paid directly by the Contractor.

The Contractor shall provide the concrete for the test cylinders and such auxiliary personnel and equipment needed to take the test specimens.

2.1.5.11 FIELD TESTING

Should the average strength of the 28-day test specimens be less than that specified in Table A, the Construction Officer may require drilled core samples from the portion of the structure which was determined by him to represent the deficient 28-day test specimens.

If the strength of any of the drilled core samples is less than the minimum requirements shown in Table A, the Construction Officer may direct the Contractor to strengthen or replace the portions of the structure concerned at the Contractor’s expense, and the Construction Officer’s satisfaction

Drilled core samples shall be taken and tested in accordance with ASTM C42 except that they shall have an L/D ratio of not less than 1.25 prior to capping for testing. All core samples so tested shall be tested in a saturated state.

All costs associated with the cutting and preparing of drilled core samples shall be done by the Contractor. Testing of the drilled core samples shall be at the expense of the Contractor.

Slump tests, entrained air measurements, temperature, and testing of admixtures will be made in the field by the contractor at his own expense in the presence of the Construction Officer.

Page 109: Procurement of INFRASTRUCTURE PROJECTSdotr.gov.ph/images/Public_Bidding/CivilWorks/Air_Sector...PHILIPPINE BIDDING DOCUMENTS (As Harmonized with Development Partners) Procurement of

109

2.2 CONCRETE REINFORCEMENT 2.2.1 GENERAL 2.2.1.1 SCOPE OF WORK

The Contractor shall furnish, fabricate and install all steel bar and tie wire, clips, supports, chairs and spaces required for the reinforcement of concrete, as shown on the Drawings and/or specified herein.

2.2.1.2 STANDARD SPECIFICATION REFERENCE

The following Standards are referred to:

ASTM A82 Cold Drawn Steel Wire for Concrete Reinforcement ASTM A497 Welded Deformed Steel Wire Fabric for Concrete

Reinforcement ASTM A615 Deformed Billet Steel Bars for Concrete Reinforcement

ASTM 315 Manual of Standard Practice for Detailing Reinforced Concrete Structures 2.2.1.3 SHOP DRAWINGS

The Contractor shall submit three (3) sets of completely detailed working drawings and schedules of all reinforcement for review to the CO. The bending diagrams and bar lists shall be detailed in accordance with ACI 315.

Fabrication of reinforcement steel shall not proceed until the construction joint locations and the shop drawings have been reviewed by the CO and returned to Contractor marked “No comment”.

2.2.1.4 SUBSTITUTIONS

The following reinforcing steel bar sizes shall be used for all reinforced concrete design under this Contract:

Bar Designation Approximate Cross Section Area (mm2)

Approximate Unit Weight (kg/m)

#10

#12

#16

#25

#28

#32

#36

78

113

201

492

615

804

1018

0.616

0.888

1.579

3.854

4.833

6.313

7.991

Page 110: Procurement of INFRASTRUCTURE PROJECTSdotr.gov.ph/images/Public_Bidding/CivilWorks/Air_Sector...PHILIPPINE BIDDING DOCUMENTS (As Harmonized with Development Partners) Procurement of

110

Should the Contractor wish to use reinforcing steel bars having areas different from those shown (with consequent different designations), the following requirements shall apply.

If the proposed substitute bar has an area from 97% to 105% of the designated bar, a direct substitution may be made without changes to bar spacing. If the proposed substitute bar has an area less than 97% of the designated bar, the substitution may be unacceptable without changes in bar spacing. If the proposed substitute bar has an area more than 105% of the designated bar, changes in spacing may be proposed by the Contractor. Changes in spacing are limited to a maximum spacing of 300mm. All proposed changes shall be submitted to the CO for approval.

Proposed changes spacing shall be submitted to the CO for consideration by way of the reinforcing arrangement drawings required as shop drawings. These should not be prepared until the CO’s sanction in principle to the substitution has been obtained and the CO’s guidelines received on such related criteria as maximum and minimum spacing and bond requirements.

Approval by the CO of bar size substitution does not relieve the Contractor from other specified requirements including steel grade and bar deformations.

2.2.2 PRODUCTS 2.2.2.1 MATERIALS

Reinforcement steel shall be deformed, new billet steel bars conforming to ASTM A615, grade 40 substantially free from mill scale, rust, grease or other foreign matter.

Rail-steel bars will not be permitted in the work.

Reinforcement steel shall bear a mill identification symbol, and shall be tagged with the size and mark number so that different types may be identified and shall be stored off the ground to protect the steel moisture and dirt, until placed in final position.

Steel wire for tying reinforcing and waterstops shall conform to ASTM A82.

Welded wire fabric for concrete reinforcement shall conform to ASTM A497. Welded intersections shall be spaced no further apart than 40cm in the direction of the principal reinforcement.

2.2.3 EXECUTION 2.2.3.1 FABRICATION OF REINFORCEMENT

Reinforcement steel shall be accurately formed to the dimensions shown on the shop drawings and bar schedules.

Page 111: Procurement of INFRASTRUCTURE PROJECTSdotr.gov.ph/images/Public_Bidding/CivilWorks/Air_Sector...PHILIPPINE BIDDING DOCUMENTS (As Harmonized with Development Partners) Procurement of

111

All reinforcing bars shall be bent cold around a pin with a free revolving collar having a diameter proportional to the diameter of the bar of not less than the following:

a. Two times for stirrups. b. Six times for bars up to and including 25mm diameter. c. Eight times for bars over 25mm diameter.

Reinforcement steel shall not be straightened nor rebent. Bars with kinks or bends not shown on the Drawings will not be accepted.

2.2.3.2 INSTALLATION OF REINFORCEMENT

Reinforcing bars shall be accurately placed as shown on the Drawings and in accordance with the shop drawings and schedules. The reinforcing bars shall be secured against displacement with annealed iron wire ties of minimum 1.5mm diameter or suitable clips at the intersections.

Except as otherwise indicated on the Drawings, reinforcement steel shall be installed with a clearance for concrete cover follows:

a. Concrete placed directly on earth 75mm b. Formed surfaces in contact with the soil, water or exposed to the water 50mm c. Concrete cover of main reinforcement steel for columns and beams 50mm d. Walls not in contact with the soil, water or exposed to the weather 40mm e. Underside of slabs over water surfaces but not in contact with the water 50mm f. All other slab surfaces 25mm

No reinforcing bars shall be welded.

All reinforcing bars in slabs shall be supported on concrete cubes or chairs of the correct height, containing soft steel wires embedded therein for fastening to the reinforcement steel. Such spacers or chairs shall have a minimum compressive strength of 21 MPa.

Reinforcing bars for vertical surfaces in beams, columns and walls shall be properly and firmly positioned from the forms by means of stainless steel (tipped) boisters or other equal methods approved by the CO.

Reinforcement steel projecting from structures that are to be concreted or where concrete has already been poured shall not be bent out of its correct position.

Lapping of reinforcing bars shall be as indicated on the Drawings.

Page 112: Procurement of INFRASTRUCTURE PROJECTSdotr.gov.ph/images/Public_Bidding/CivilWorks/Air_Sector...PHILIPPINE BIDDING DOCUMENTS (As Harmonized with Development Partners) Procurement of

112

Before being placed in position, reinforcing bars shall be thoroughly cleaned of rust, scale, dirt and other coating. When there is delay in placing of concrete after reinforcing bars are in place, bars shall be re-inspected and cleaned when necessary.

Page 113: Procurement of INFRASTRUCTURE PROJECTSdotr.gov.ph/images/Public_Bidding/CivilWorks/Air_Sector...PHILIPPINE BIDDING DOCUMENTS (As Harmonized with Development Partners) Procurement of

113

3.0 MASONRY 3.1 GENERAL 3.1.1 SCOPE OF WORK

The work includes furnishing all labor, materials and services, equipment, plant and other facilities and the satisfactory performance of all work necessary to complete all cement and masonry work shown in the plans and specified herein.

The work under this section shall include but not be limited to the following:

3.1.1.1 CONCRETE HOLLOW BLOCK WALLS

3.1.1.2 MASONRY REINFORCING BARS FOR CONCRETE BLOCKS

3.1.1.3 GROUTING

3.1.1.4 CONNECTING WALL ANCHORS, TIES, BOLTS AND

RELATED EMBEDDED ITEMS.

3.1.1.5 INSTALLATION ONLY OF FRAMES FOR DOORS, WINDOWS, LOUVERS, STEEL LINTELS AND RECESSED FIXTURES.

3.1.2 STANDARD SPECIFICATION REFERENCES The following Standards are referred to: ASTM C32 Concrete Aggregates ASTM C90 Hollow Load-Bearing Concrete Masonry Units ASTM C144 Aggregate for Masonry Mortar ASTM C150 Portland Cement SAO No.15-2 Standardization of Concrete Hollow Blocks 3.1.3 PROTECTION OF MATERIALS

All materials for the work of this section shall be delivered, stored and handled so as to preclude damage of any nature. Manufactured materials, such as cement, shall be delivered and stored in their original containers, plainly marked with identification of material and maker. Materials in broken containers, or in packages showing watermarks or other evidence of damage, shall not be used and shall be removed from the site.

3.1.4 SAMPLES

The contractor shall submit to the CO for approval samples of concrete blocks, and also information on the cement and sand such as chemical analysis of cement and the sieve analysis of sand.

Page 114: Procurement of INFRASTRUCTURE PROJECTSdotr.gov.ph/images/Public_Bidding/CivilWorks/Air_Sector...PHILIPPINE BIDDING DOCUMENTS (As Harmonized with Development Partners) Procurement of

114

3.2 MATERIALS 3.2.1 CEMENT

Cement shall be normal Portland cement conforming to ASTM Specifications C150, Type I. Masonry cements shall not be used. One color of cement shall be used throughout the Work.

3.2.2 SAND FOR MORTAR

Sand shall be clean, durable particles, free from injurious amounts of organic matter. The sand shall conform to ASTM Specifications C144 or C33 as required. Sand for grout shall conform to ASTM Specifications C144 or C33 as required.

3.2.3 WATER

Water shall be free from injurious amounts of oils, acids, alkalis, organic matter, and shall be clean and fresh.

3.2.4 CONCRETE HOLLOW BLOCKS (CHB)

3.2.4.1 CLASSIFICATION Concrete block shall conform to ASTM C90, Grade N, and/or to the Philippine Bureau of Standards SAO No. 15-2. The load bearing concrete blocks, Type I, shall be divided into the following two classifications:

3.2.4.1.1 Class A, for use in exterior walls below grade and for exterior walls above grade that may be exposed to the weather.

3.2.4.1.2 Class B, for general use in walls above grade not exposed to the weather.

3.2.4.2 MANUFACTURING REQUIREMENTS

Concrete hollow blocks shall be manufactured to the requirements as shown in Table I.

TABLE I

Minimum Face Shell Thickness

(mm)

Compressive Strength Minimum

(Average Gross Area MPa)

Water Absorption Maximum (KN/cu.m.)

Moisture Content

Percentage of Total Absorption

Sample Average of 5

Samples

Individual Sample

Average of 5 Samples

Average of 5 Samples

A 6-9 5.5 240 40

B 4-8 4.1 240 40

Aggregate for concrete blocks shall consist of sand and evenly graded pea gravel conforming to ASTM C33.

Page 115: Procurement of INFRASTRUCTURE PROJECTSdotr.gov.ph/images/Public_Bidding/CivilWorks/Air_Sector...PHILIPPINE BIDDING DOCUMENTS (As Harmonized with Development Partners) Procurement of

115

All concrete hollow blocks shall be even textured with straight and true edges, wet steam cured for at least 18 hours and then air cured in covered storage for not less than 28 days before delivery to the job site.

Units when received at the construction site shall be stacked so as to provide air circulation, and shall be protected from the weather. The moisture content of hollow blocks when laid shall not exceed 35 percent of total absorption.

3.2.4.3 DIMENSIONS

The actual dimensions of the concrete hollow blocks shall be as shown in Table II below.

TABLE II

NOMINAL DIMENIONS (mm) ACTUAL DIMENSIONS (mm)

Width Height Length Width Height Length

100 200 400 92 194 397

150 200 400 143 194 397

200 200 400 194 397

No overall dimension shall differ from the specified actual dimensions by more than 3mm.

3.2.4.4 MINIMUM FACE SHELL AND WEB THICKNESS

The following dimensions shown in Table III below shall apply for minimum face and web thickness:

TABLE III

NOMINAL WIDTH (mm) MINIMUM FACE SHELL THICKNESS (mm)

MINIMUM WEB THICKNESS (mm)

100 19 19

150 25 25

200 32 25

3.3 MORTAR MIXES

Masonry mortar for setting blocks shall be in the proportion of 1 part cement to 3 parts sand or as otherwise approved by CO. Mortars shall be mixed with water in an amount compatible with workability ingredients shall be accurately measured by volume in boxes especially constructed for the purpose by the Contractor. Mixing shall be done immediately before usage, and the Contractor shall use the Dry-Mix method. In the Dry-Mix method, the materials for each batch shall be well fumed together until the even color of the mixed dry materials indicates that the cementitious material has

Page 116: Procurement of INFRASTRUCTURE PROJECTSdotr.gov.ph/images/Public_Bidding/CivilWorks/Air_Sector...PHILIPPINE BIDDING DOCUMENTS (As Harmonized with Development Partners) Procurement of

116

been thoroughly distributed throughout the mass, after which the water shall be gradually added until a thoroughly mixed mortar of the required plasticity is obtained. Mortar boxes shall be cleaned out at the end of each day’s work and all tools shall be kept clean. Mortar that has begun to set shall not be used or retampered. The mixing of mortar by hand will be permitted only when the quality of hand mixing is comparable to mechanical mixing. The CO reserves the right to reject hand mixing and require all mixing by mechanical means. Mortar shall not be retained for more than 1-1½ hours and shall be constantly mixed until used. Pointing mortar shall be prehydrated mortar mixed dry and water added while mixing to obtain a damp, or workable mix. After one or two hours, sufficient water shall be added to bring it to proper consistency, which shall be somewhat drier than masonry mortar. The color of mortars shall be uniform throughout for adjoining areas, and shall be satisfactory to the CO.

3.4 EXECUTION 3.4.1 INSTALLATION 3.4.1.1 GENERAL

All masonry shall be laid plumb and true to lines and built to the thickness and bond required with courses level and joints and bond uniform. Masonry shall be carried up in a uniform manner. No one portion shall be raised more than one meter above adjacent portions, except with the approval of the CO.

1. APPLICATION

3.4.1.2.1 Scratch Coat

Cross scratch as soon as scratch coat has attained initial set and apply brown coat as soon as practicable.

3.4.1.2.2 Brown Coat Scratch or brown finish shall be allowed to set hard. Keep brown coat moist until finish coat is applied.

3.4.1.2.3 Finish Coat

Bring to true, even surfaces with rods, darbles and trowel smooth, leaving finished surface free from tool marks and blemishes. Keep cement plaster moist for at least 3 days and protect against rapid drying until cured.

2. Patching

Patch plaster shall be done prior to preparation for painting works.

3.4.1.3 CONCRETE HOLLOW BLOCK Concrete blocks shall be laid in running bond, unless otherwise indicated, with joints not exceeding 10mm and uniform throughout and finished

Page 117: Procurement of INFRASTRUCTURE PROJECTSdotr.gov.ph/images/Public_Bidding/CivilWorks/Air_Sector...PHILIPPINE BIDDING DOCUMENTS (As Harmonized with Development Partners) Procurement of

117

slightly concave and smooth. Pointing shall be performed with the proper tools to a dense and neat finish. Finger pointing will not be allowed. All blocks shall be laid in a full bed of mortar applied to shell and webs. Apply mortar to the vertical joints of blocks that have already been set in the wall and all contact faces of the unit to be set. Each unit shall be placed and shoved against the previously laid block so as to produce a well compacted vertical mortar joint for the whole shell thickness. Intersecting bearing walls shall be tied together with metal ties at 0.80 meter vertical spacing. Bends of tie and reinforcing bars shall be embedded in cells filled with mortar.

All necessary block cutting shall be neatly done by saws.

Control joints shall be installed at the locations noted and detailed on the Drawings. The joints shall be raked out to a depth 20mm for the full height of the walls and caulked. The maximum length between joints shall be 10 meters if not shown otherwise on the Drawings, or directed by the CO.

All horizontal and vertical reinforcing bars shall be anchored at a minimum of 20 bar diameter into the concrete walls, columns, slabs and girders.

Joints made at the intersection of block walls with structural concrete and all door, window and louver frames and where indicated shall be filled with mortar grout and pointed.

Unless otherwise shown on the Drawings, install all door, window and louver frames using screws and expansion shields, and set all frames tightly against the masonry walls.

3.4.1.4 CONCRETE HOLLOW BLOCK TO BE PLASTERED

Concrete block wall which are to be plastered shall be laid in running bond. Joints are to left rough to assist in the bounding of plaster. Otherwise, concrete block masonry shall conform to the previous paragraph 2- Concrete Hollow Block.

3.4.1.5 CONCRETE HOLLOW BLOCK TO BE TOOLED JOINTED

Concrete block walls to be tooled jointed as indicated on the Drawings shall be laid in stack bond with uniformly maintained joints not exceeding 13mm. All joints shall be tooled smooth to a stripped finish as soon as the mortar has set sufficiently. No cold chiseling will be permitted. Finishes shall be as indicated in the Drawings.

3.4.2 LINTELS, TIES AND MISCELLANEOUS ITEMS

The Contractor shall build in all miscellaneous items specified in other sections to be set including frames, lintels, reinforcing steel, electrical boxes and fixtures, sleeves, anchors and other miscellaneous items. All anchorage attachments and bonding devices shall be set so as to prevent slippage and shall be completely covered with mortar.

Page 118: Procurement of INFRASTRUCTURE PROJECTSdotr.gov.ph/images/Public_Bidding/CivilWorks/Air_Sector...PHILIPPINE BIDDING DOCUMENTS (As Harmonized with Development Partners) Procurement of

118

3.4.3 GROUTING Grout and cement mortar for setting structural columns, railings, frames in walls and where otherwise required shall be done with mortar of 1 part cement to 1 part sand. Before placing grout thoroughly clean all surfaces. Grout shall be tamped into place with a blunt tool to fill the entire void. In the event space does not permit tamping, the Contractor shall build the necessary forms and place the grout by pouting from one side only. When grout is placed by pouring, a head of grout shall be maintained in the form. Grout shall be kept wet for three days and after the temporary supports or adjusting wedges are removed, the empty spacer shall be grouted and the surrounding grout pointed.

3.4.4 CLEANING

All exposed masonry work shall be thoroughly cleaned. Mortar smears and droppings on concrete block walls shall be dry before removal with a trowel. Masonry work may be cleaned using a mild muriatic acid solution.

3.4.5 STORAGE AND HANDLING

Masonry units shall be handled with care to prevent chipping and breakage. Storage piles, stacks or bins shall be so located as to avoid being disturbed or shall be barricaded to protect chase materials from damage due to construction operations and traffic. Masonry units shall be stacked on platforms and covered or stored in any other approved manner that will insure the protection these materials from weather. Cement and lime shall be stored off the ground under watertight cover and away from sweating walls and other damp surfaces until ready for use. Damaged or deteriorated materials shall be removed the premises.

Page 119: Procurement of INFRASTRUCTURE PROJECTSdotr.gov.ph/images/Public_Bidding/CivilWorks/Air_Sector...PHILIPPINE BIDDING DOCUMENTS (As Harmonized with Development Partners) Procurement of

119

4.0 STRUCTURAL STEEL WORKS

4.1 DESCRIPTION

The work includes the furnishing of all labor, materials, equipment and transportation required to complete fabrication, delivery and erection of all structural steel indicated in the drawings and herein specified.

4.2 REFERENCE

The following publications of the issues listed below, but referred to thereafter by basic designation only, form part of this specification to the extent indicated by the reference thereto:

American Institute of Steel Construction (AISC) Publications:

Code of Standard Practice for Steel Buildings and Bridges, dated September 1, 1976.

Manual of Steel Construction - 7th Edition, including Supplements 1,2 and 3.

American National Standards Institute (ANSI) Publications: B27.2 Plain Washers American Society for Testing and Materials (ASTM) Publications: A27 or A148 Cast Steel A36 Structural Steel A53 Steel Pipe

A12-73 Zinc (Hot-Galvanized) Coating on Products Fabricated from Rolled, Pressed and Forged Steel Shapes, Plates, NBA’s and Strips.

A153-73 Zinc-Coating (Hot Dip) on iron and Steel Hardware.

A307-76B Carbon Steel Externally & Internally Threaded Standard Fasteners.

A325-76C High Strength Bolts for Structural Steel Joints, including suitable Nuts and Plain Hardened Washers.

A550-77 Cold-Formed Welded and Seamless Carbon Structural Tubing in Rounds and Shapes.

American Welding Society (AWS) Publications: A5.1 Welding Electrodes

Page 120: Procurement of INFRASTRUCTURE PROJECTSdotr.gov.ph/images/Public_Bidding/CivilWorks/Air_Sector...PHILIPPINE BIDDING DOCUMENTS (As Harmonized with Development Partners) Procurement of

120

C1.1-75 Structural Welding Code 4.3 REQUIREMENT

In conformance with the General Conditions, the Contractor is required to furnish a certificate from the manufacturer or producer, certifying that all materials or products delivered to the job site meet the measurements specified herein.

4.4 SHOP DRAWINGS

The Contractor shall submit shop drawings to the Construction Engineer for approval in accordance with the General Conditions. Shop Drawings shall consist of all shop and erection details. All members and connection for any portion of the structure shown or not shown on the contract drawings shall be detailed by the fabrication and indicated on the shop symbols in accordance with the American Welding Society (AWS) Structural Welding Code.

4.5 MATERIALS

Materials shall conform to the respective publications and other requirements specified herein and as shown, and shall be the approved products of manufacturers regularly engaged in the manufacture of such products.

Structural Steel shall conform to ASTM A36. Structural Tubing shall conform to ASTM A500 or A501. Steel Pipe shall conform to ASTM A53, Grade b.

Cast Steel, except as specified otherwise, and shall conform to ASTM A27 or A148, as applicable. Castings to be welded shall be of composition suitable for welding under field conditions.

High Strength Bolts, including Nuts and Washers, shall conform to ASTM A325.

Plain Washers, other those in contact with high strength bolt heads and nuts shall conform to ASNI Standard B27.2, Type B.

Welding Electrodes and Rods shall conform to AWS A5.1, E60XX series.

Zinc Coating for threaded products shall conform to ASTM A153 and ASTM A123 for structural shapes.

Materials shall be delivered, stored, handled and installed in a manner to protect them from all damage curing the entire construction period. Storage conditions shall be approved by the Construction Officer in accordance with the General Conditions.

Page 121: Procurement of INFRASTRUCTURE PROJECTSdotr.gov.ph/images/Public_Bidding/CivilWorks/Air_Sector...PHILIPPINE BIDDING DOCUMENTS (As Harmonized with Development Partners) Procurement of

121

4.6 FABRICATION 4.6.1 GENERAL

Structural Steelworks material shall be in accordance with the applicable provisions of these specifications. Fabrications and assembly shall be done in the shop to the greater extent possible. Structural siteworks, except surfaces of steel to be encased in concrete and surfaces of friction-type high-strength bottled connections, shall be prepared for painting in accordance with the section entitled PAINTING and primed with paint material specified. All materials shall be cleaned and straight. If straightening is necessary, it shall be done by a process and in a manner that will not damage the material.

Shearing, Flame cutting, and Chipping, shall be done carefully and accurately. Flame-cut edges of members shall have all knicks removed. The top and bottom surfaces of base plates, cap plates of columns and pedestals, sole plates, and masonry plates shall be planned, or be hot straightened, and parts of members in contact with them shall be faced. Sole plates of beams and girders shall have full contact with the flanges. Compression joints, depending upon contact bearing, shall have bearing surfaces machined to a common plane after the members are completed. Bolts shall not be made or enlarged by burning. Members that cannot be fitted up properly by cutting with a saw or by reaming holes to a maximum holes elongation of 3mm larger than the nominal diameter will be rejected unless other correction is approved by the Construction Officer. Gas cutting (Flame cutting) shall be done by the use of mechanically guided torch. The use of a gas torch in the field will not be permitted on any major member in the structural framing under stress, and shall be subject to the approval of the Construction Officer. The radius of re-entrant flame cut fillets shall not be less than 13mm, and all burned edges shall be finished by grinding.

4.6.2 WELDED CONSTRUCTION

Welding on structural steelworks and tubular structures shall be done in accordance with the applicable standards for welding of AWS Code D1.1.

4.6.2.1 QUALIFICATION OF WELDERS

Welding work shall only be performed by certified welders qualified in accordance with the requirements of the AWS D1.1.

4.6.2.2 PROCEDURES

Welding procedures, type of electrodes, and type of equipment required for the work shall be in accordance with the applicable provisions of AWS D1.1. Type of electrodes to be used shall be compatible with the metal to be welded.

4.6.3 BOLTED CONSTRUCTION

Holes for bolts shall be 1.5mm larger than the nominal diameter of bolt. Holes shall be clean cut, without torn or rugged edges. Outside burrs resulting from reaming or drilling shall be removed. Bolt holes shall be at right angles to the member. The slope of bolted parts in contact with the bolt head shall not exceed 1:20 with respect

Page 122: Procurement of INFRASTRUCTURE PROJECTSdotr.gov.ph/images/Public_Bidding/CivilWorks/Air_Sector...PHILIPPINE BIDDING DOCUMENTS (As Harmonized with Development Partners) Procurement of

122

to a plane normal to the bolt axis. Where the surface of a bolted part has a slope of more than 1:20, a beveled washer shall be used to compensate for lack of parallelism.

4.6.3.1 COMMON BOLTS

Bolts transmitting shear shall be threaded to which a length that is not more than one thread will be within the grip of the metal and the bolt shall be of such length that they will extend entirely through the nuts, with the beveled end outside of the nut. Bolt heads and nuts shall be drawn tight against the work with a suitable wrench. Bolt threads shall be tapped with a hammer while the nut being tightened.

4.6.3.2 HIGH-STRENGTH STEEL BOLTS

The allowable working stresses for high-strength steel bolts shall be as given in ASTM A325. Bolted parts shall not be solidly together when assembled and shall not be separated by gaskets or any other interposed compressible materials. When assembled, all joints surfaces, including those adjacent to the bolts heads, nuts, or washers, shall be free of scale, except tight mill scale, and shall also be free of burrs, dirt, and other foreign material that would prevent seating of the parts. Contact surfaces within the friction type of joints shall be free fasteners in the joint are tight, at least the minimum bolt tension shown in ASTM A325, for the size of fastener used. Threaded bolts shall be tightened with properly calibrated wrenches or by the “turn-of-the nut” method. Any bolt tightened by the calibrated wrench method (or by torque control) shall have a hardened washer under the element (nut or bolt head) turned tightening.

4.6.3.3 MATCH MARKING

Members and component parts of structures shall be assembled and matched marked prior to insure accurate assembly and adjustment of position on final erection. Painted assembly markings shall be removed from many surfaces to be welded or bolted. Scratch or notch marks shall be located in a manner that will not affect the strength of the members or cause concentrations of stress.

4.6.3.4 SHOP PAINTING

Except as otherwise specified, all structural steelworks, except zinc-coated surfaces and steelworks to be embedded in concrete or mortar, shall be shop primed in accordance with the section entitled PAINTING.

4.7 ERECTION 4.7.1 GENERAL

Except as modified herein, erection shall be in accordance with the applicable specifications and standards of the AISC Manual of Steel Construction. Erecting equipment shall be suitable for the work and shall be in first class condition. Safety

Page 123: Procurement of INFRASTRUCTURE PROJECTSdotr.gov.ph/images/Public_Bidding/CivilWorks/Air_Sector...PHILIPPINE BIDDING DOCUMENTS (As Harmonized with Development Partners) Procurement of

123

belts and lines shall be used by workmen aloft on high structures, unless safe working platforms or safety nets are provided.

4.7.2 ANCHORAGE

Anchor bolts and other connections between the structural steel and foundations shall be provided and shall be properly located and built into the connecting work.

4.8 BASE AND BEARING PLATES

Base plates for columns and bearing plates for beams, girders and similar members shall be provided with full bearing after the supported members have been plumbed and properly positioned. The area under any plate bearing on concrete or masonry shall be dry-packed solidly with grout.

4.9 ASSEMBLY

All members shall be adjusted to the well planned or bolted and rigidly made together during final bolting or welding. Drifting done during assembling shall not distort the metal or enlarge the holes. The member shall be free from twists, bends and other deformation. The frame of steel structures shall be carried up true and plumb as shown and shown and all match markings shall be followed.

Temporary bracing shall be used whenever necessary to support all loads to which all the structure may be subjected and shall be left placed as long may be required for safety. The various members forming parts of a completed frame or structure after being assembled shall be aligned and adjusted accurately before being fastened. Fastening of splices of compression members shall be done after the abutting surfaces have been brought completely into contact. No welding or bolting shall be done until as much of the structure as will be stiffened hereby has been aligned properly. Bearing surfaces and surfaces which will be in permanent contact shall be cleaned before the members are assembled. Bearing plates shall be set in exact position and shall have a full and even bearing upon the masonry. As erection progresses, the work shall be bolted or welded sufficiently to take care of all dead load, wind and erection stresses. Splices will be permitted only where indicated. Erection bolts used in welded construction may be tightened securely and left in place, unless otherwise indicated.

Field Bolting shall be in accordance with the requirements specified for the shop fabrication. Unfair holes shall be corrected by reaming.

Field welding shall be as specified for shop fabrication of welded construction. Any shop paint on surface adjacent to joints to be field welded shall be wire brushed to reduce the paint film to a minimum.

4.10 FIELD REPAIR OF ZINC COATING

All zinc-coating that has been damaged in handling, transporting, welding or bolting shall be repaired in accordance with the COATING section entitled PAINTING.

Page 124: Procurement of INFRASTRUCTURE PROJECTSdotr.gov.ph/images/Public_Bidding/CivilWorks/Air_Sector...PHILIPPINE BIDDING DOCUMENTS (As Harmonized with Development Partners) Procurement of

124

4.11 FIELD PRIMING

After erection, the field bolt heads and nuts, field welds, and any abrasions in the shop coat shall be cleaned and primed in accordance with the section called PAINTING.

4.12 PAINTING

The type of paint, the number of coats, and the extent of the painting shall be in conformance with the section entitled PAINTING. In general, all exposed surfaces of steel work shall be painted. Surfaces where the shop coat has been damaged shall be retouched using the same system as the original shop painting. Surfaces which will be contact after erection, except when in contact in welded or bolted connections, shall be given one finish coat or welds and the areas adjacent thereto shall be done promptly after the acceptance of the weld and shall be as specified under shop painting.

4.13 INSPECTION

Inspection shall be made promptly to permit immediate correction of defects. The inspector will mark each piece which is accepted, with the mark assigned to him. Unrestricted inspection shall be conducted in both shop and field, to verify preparation, size, gauging, location, acceptability of welds, identification marking and operation and current characteristics or welding sets in use. The procedure for calibration of wrenches and installation of bolts shall be subject to the approval of the Construction Officer. The inspection and testing of welds shall be performed by the Contractor as deemed necessary by the Construction Officer all at the expense of the Contractor, and shall be in accordance with the applicable provisions of AWS Code D1.1.

4.14 FINAL CLEAN UP

Upon completion of erection and before final acceptance, the erector shall remove from the jobsite all false-works, rubbish, and temporary structures furnished by him.

Page 125: Procurement of INFRASTRUCTURE PROJECTSdotr.gov.ph/images/Public_Bidding/CivilWorks/Air_Sector...PHILIPPINE BIDDING DOCUMENTS (As Harmonized with Development Partners) Procurement of

125

ITEM 102 – EXCAVATION

102.1 Description

This Item shall consist of roadway and drainage and borrow excavation and the disposal of

material in accordance with this Specification and in conformity with the lines, grades and dimensions shown on the Plans or established by the Engineer.

102.1.1 Roadway Excavation

Roadway excavation will include excavation and grading for roadways, parking areas, intersections, approaches, slope rounding, benching, waterways and ditches; removal of unsuitable material from the roadbed and beneath embankment areas; and excavating selected material found in the roadway as ordered by the Engineer for specific use in the improvement. Roadway excavation will be classified as “unclassified excavation”, “rock excavation”, “common excavation”, or “muck excavation” as indicated in the Bill of Quantities and hereinafter described.

(1) Unclassified Excavation. Unclassified excavation shall consist of the excavation and

disposal of all materials regardless of its nature, not classified and included in the Bill of Quantities under other pay items.

(2) Rock Excavation. Rock excavation shall consist of igneous, sedimentary and

metamorphic rock which cannot be excavated without blasting or the use of rippers, and all boulders or other detached stones each having a volume of 1 cubic meter or more as determined by physical measurements or visually by the Engineer.

(3) Common Excavation. Common excavations shall consist of all excavation not included

in the Bill of Quantities under “rock excavation” or other pay items. (4) Muck Excavation. Muck excavation shall consist of the removal and disposal of

deposits of saturated or unsaturated mixtures of soils and organic matter not suitable for foundation material regardless of moisture content.

102.1.2 Borrow Excavation

Borrow excavation shall consist of the excavation and utilization of approved material

required for the construction of embankments or for other portions of the work, and shall be obtained from approved sources, in accordance with Clause 61 and the following:

(1) Borrow, Case 1

Borrow Case 1 will consist of material obtained from sources designated on the Plans or in the Special Provisions.

(2) Borrow, Case 2 Borrow Case 2 will consist of material obtained from sources provided by the

Contractor. The material shall meet the quality requirements determined by the Engineer unless

otherwise provided in the Contract. 102.2 Construction Requirements

Page 126: Procurement of INFRASTRUCTURE PROJECTSdotr.gov.ph/images/Public_Bidding/CivilWorks/Air_Sector...PHILIPPINE BIDDING DOCUMENTS (As Harmonized with Development Partners) Procurement of

126

102.2.1 General

When there is evidence of discrepancies on the actual elevations and that shown on the

Plans, a pre-construction survey referred to the datum plane used in the approved Plan shall be undertaken by the Contractor under the control of the Engineer to serve as basis for the computation of the actual volume of the excavated materials.

All excavations shall be finished to reasonably smooth and uniform surfaces. No materials

shall be wasted without authority of the Engineer. Excavation operations shall be conducted so that material outside of the limits of slopes will not be disturbed. Prior to excavation, all necessary clearing and grubbing in that area shall have been performed in accordance with Item 100, Clearing and Grubbing.

102.2.2 Conservation of Topsoil

Where provided for on the Plans or in the Special Provisions, suitable topsoil encountered in

excavation and on areas where embankment is to be placed shall be removed to such extent and to such depth as the Engineer may direct. The removed topsoil shall be transported and deposited in storage piles at locations approved by the Engineer. The topsoil shall be completely removed to the required depth from any designated area prior to the beginning of regular excavation or embankment work in the area and shall be kept separate from other excavated materials for later use. 102.2.3 Utilization of Excavated Materials

All suitable material removed from the excavation shall be used in the formation of the embankment, subgrade, shoulders, slopes, bedding, and backfill for structures, and for other purposes shown on the Plans or as directed.

The Engineer will designate as unsuitable those soils that cannot be properly compacted in embankments. All unsuitable material shall be disposed as shown on the Plans or as directed without delay to the Contractor.

Only approved materials shall be used in the construction of embankments and backfills. All excess material, including rock and boulders that cannot be used in embankments shall

be disposed as directed. Material encountered in the excavation and determined by the Engineer as suitable for

topping, road finishing, slope protection, or other purposes shall be conserved and utilized as directed by the Engineer.

Borrow material shall not be placed until after the readily accessible roadway excavation has

been placed in the fill, unless otherwise permitted or directed by the Engineer. If the Contractor places more borrow than is required and thereby causes a waste of excavation, the amount of such waste will be deducted from the borrow volume. 102.2.4 Prewatering

Page 127: Procurement of INFRASTRUCTURE PROJECTSdotr.gov.ph/images/Public_Bidding/CivilWorks/Air_Sector...PHILIPPINE BIDDING DOCUMENTS (As Harmonized with Development Partners) Procurement of

127

Excavation areas and borrow pits may be prewatered before excavating the material. When prewatering is used, the areas to be excavated shall be moistened to the full depth, from the surface to the bottom of the excavation. The water shall be controlled so that the excavated material will contain the proper moisture to permit compaction to the specified density with the use of standard compacting equipment. Prewatering shall be supplemented where necessary, by truck watering units, to ensure that the embankment material contains the proper moisture at the time of compaction.

The Contractor shall provide drilling equipment capable of suitably checking the moisture

penetration to the full depth of the excavation. 102.2.5 Presplitting

Unless otherwise provided in the Contract, rock excavation which requires drilling and

shooting shall be presplit.

Presplitting to obtain faces in the rock and shale formations shall be performed by: (1) drilling holes at uniform intervals along the slope lines, (2) loading and stemming the holes with appropriate explosives and stemming material, and (3) detonating the holes simultaneously.

Prior to starting drilling operations for presplitting, the Contractor shall furnish the Engineer

a plan outlining the position of all drill holes, depth of drilling, type of explosives to be used, loading pattern and sequence of firing. The drilling and blasting plan is for record purposes only and will not absolve the Contractor of his responsibility for using proper drilling and blasting procedures. Controlled blasting shall begin with a short test section of a length approved by the Engineer. The test section shall be presplit, production drilled and blasted and sufficient material excavated whereby the Engineer can determine if the Contractor’s methods are satisfactory. The Engineer may order discontinuance of the presplitting when he determines that the materials encountered have become unsuitable for being presplit.

The holes shall be charged with explosives of the size, kind, strength, and at the spacing

suitable for the formations being presplit, and with stemming material which passes a 9.5 mm (3/8 inch) standard sieve and which has the qualities for proper confinement of the explosives.

The finished presplit slope shall be reasonably uniform and free of loose rock. Variance

from the true plane of the excavated backslope shall not exceed 300 mm (12 inches); however, localized irregularities or surface variations that do not constitute a safety hazard or an impairment to drainage courses or facilities will be permitted.

A maximum offset of 600 mm (24 inches) will be permitted for a construction working bench at the bottom of each lift for use in drilling the next lower presplitting pattern.

102.2.6 Excavation of Ditches, Gutters, etc.

All materials excavated from side ditches and gutters, channel changes, irrigation ditches,

inlet and outlet ditches, toe ditchers, furrow ditches, and such other ditches as may be designated on the Plans or staked by the Engineer, shall be utilized as provided in Subsection 102.2.3.

Ditches shall conform to the slope, grade, and shape of the required cross-section, with no

projections of roots, stumps, rock, or similar matter. The Contractor shall maintain and keep open

Page 128: Procurement of INFRASTRUCTURE PROJECTSdotr.gov.ph/images/Public_Bidding/CivilWorks/Air_Sector...PHILIPPINE BIDDING DOCUMENTS (As Harmonized with Development Partners) Procurement of

128

and free from leaves, sticks, and other debris all ditches dug by him until final acceptance of the work.

Furrow ditches shall be formed by plowing a continuous furrow along the line staked by the

Engineer. Methods other than plowing may be used if acceptable to the Engineer. The ditches shall be cleaned out by hand shovel work, by ditcher, or by some other suitable method, throwing all loose materials on the downhill side so that the bottom of the finished ditch shall be approximately 450 mm (18 inches) below the crest of the loose material piled on the downhill side. Hand finish will not be required, but the flow lines shall be in satisfactory shape to provide drainage without overflow.

102.2.7 Excavation of Roadbed Level

Rock shall be excavated to a depth of 150 mm (6 inches) below subgrade within the limits of

the roadbed, and the excavation backfilled with material designated on the Plans or approved by the Engineer and compacted to the required density.

When excavation methods employed by the Contractor leave undrained pockets in the rock

surface, the Contractor shall at his own expense, properly drain such depressions or when permitted by the Engineer fill the depressions with approved impermeable material.

Material below subgrade, other than solid rock shall be thoroughly scarified to a depth of

150 mm (6 inches) and the moisture content increased or reduced, as necessary, to bring the material throughout this 150 mm layer to the moisture content suitable for maximum compaction. This layer shall then be compacted in accordance with Subsection 104.3.3. 102.2.8 Borrow Areas

The Contractor shall notify the Engineer sufficiently in advance of opening any borrow areas

so that cross-section elevations and measurements of the ground surface after stripping may be taken, and the borrow material can be tested before being used. Sufficient time for testing the borrow material shall be allowed.

All borrow areas shall be bladed and left in such shape as to permit accurate measurements

after excavation has been completed. The Contractor shall not excavate beyond the dimensions and elevations established, and no material shall be removed prior to the staking out and cross-sectioning of the site. The finished borrow areas shall be approximately true to line and grade established and specified and shall be finished, as prescribed in Clause 61, Standard Specifications for Public Works and Highways, Volume 1. When necessary to remove fencing, the fencing shall be replaced in at least as good condition as it was originally. The Contractor shall be responsible for the confinement of livestock when a portion of the fence is removed. 102.2.9 Removal of Unsuitable Material

Where the Plans show the top portion of the roadbed to be selected topping, all unsuitable

materials shall be excavated to the depth necessary for replacement of the selected topping to the required compacted thickness.

Where excavation to the finished graded section results in a subgrade or slopes of

unsuitable soil, the Engineer may require the Contractor to remove the unsuitable material and

Page 129: Procurement of INFRASTRUCTURE PROJECTSdotr.gov.ph/images/Public_Bidding/CivilWorks/Air_Sector...PHILIPPINE BIDDING DOCUMENTS (As Harmonized with Development Partners) Procurement of

129

backfill to the finished graded section with approved material. The Contractor shall conduct his operations in such a way that the Engineer can take the necessary cross-sectional measurements before the backfill is placed.

The excavation of muck shall be handled in a manner that will not permit the entrapment of

muck within the backfill. The material used for backfilling up to the ground line or water level, whichever is higher, shall be rock or other suitable granular material selected from the roadway excavation, if available. If not available, suitable material shall be obtained from other approved sources. Unsuitable material removed shall be disposed in designated areas shown on the Plans or approved by the Engineer.

102.3 Method of Measurement

The cost of excavation of material which is incorporated in the Works or in other areas of fill

shall be deemed to be included in the Items of Work where the material is used. Measurement of Unsuitable or Surplus Material shall be the net volume in its original

position. For measurement purposes, surplus suitable material shall be calculated as the difference

between the net volume of suitable material required to be used in embankment corrected by applying a shrinkage factor or a swell factor in case of rock excavation, determined by laboratory tests to get its original volume measurement, and the net volume of suitable material from excavation in the original position. Separate pay items shall be provided for surplus common, unclassified and rock material.

The Contractor shall be deemed to have included in the contract unit prices all costs of

obtaining land for the disposal of unsuitable or surplus material.

102.4 Basis of Payment The accepted quantities, measured as prescribed in Section 102.3 shall be paid for at the

contract unit price for each of the Pay Items listed below that is included in the Bill of Quantities which price and payment shall be full compensation for the removal and disposal of excavated materials including all labor, equipment, tools, and incidentals necessary to complete the work prescribed in this Item.

Payment will be made under:

Pay Item Number Description Unit of Measurement

102 (1) Unsuitable Excavation Cubic Meter 102 (2) Surplus Common Excavation Cubic Meter 102 (3) Surplus Rock Excavation Cubic Meter 102 (4) Surplus Unclassified Excavation Cubic Meter

Page 130: Procurement of INFRASTRUCTURE PROJECTSdotr.gov.ph/images/Public_Bidding/CivilWorks/Air_Sector...PHILIPPINE BIDDING DOCUMENTS (As Harmonized with Development Partners) Procurement of

130

ITEM 201 – AGGREGATE BASE COURSE

201.1 DESCRIPTION This item shall consist of base course composed of crushed, partially crushed or uncrushed coarse aggregate bonded with either soil or fine aggregate. Or both spreading and compacting crushed aggregate base material of crushed gravel, crushed stone or crushed rock constructed on a prepared sub-grade or sub-base in one or more layers in accordance with the specifications. And shall conform to the dimensions and typical cross section shown on the plans and with the lines and grades established by the Engineer. Crushed aggregate base materials shall be Class A, Class B, or Class C as shown on the plans. When crushed aggregate base course is required to be placed on a sub-grade consisting of an existing cement concrete pavement prepared in accordance with Item 106 “Sub-grade Preparation” and where the surface levels of the resulting sub-grade level are outside the permitted tolerances in Table 106-A of Item 106 leveling course of crushed aggregate base material shall be laid as shown on the plans. 201.2 MATERIAL REQUIREMENTS Material for crushed aggregate base course shall consist of crushed or partly crushed hard durable gravel stone or rock fragments. It shall be clean and free from organic matters, lumps of clay and other deleterious substances. The material shall be of such a nature that it can be compacted readily under watering and rolling to form a firm, stable base. The aggregates shall consist of both fine and coarse fragments of crushed stones, crushed slab or crushed gravel mixed or blended with sand, screening, or other materials conforming to the grading requirements of Table 201-A. The crushed stone shall consist of hard, durable particles or fragments of stone and shall be free from excess flat, elongated, soft or disintegrated pieces, dirt or other objectionable matter. The material shall comply with the following grading and quality requirements; a. The aggregate when graded shall produce a smooth, evenly distributed curve within the limits

for Class A, Class B, or Class C given in Table 201-A.

TABLE 201-A – AGGREGATE BASE COURSE GRADING

US STANDARD SIEVE PERCENT PASSING BY WEIGHT

mm Alternate Class A Class B Class C

50.00 2” 100 100 -

37.50 1 ½” 80 – 100 80 – 100 -

25.00 1” 60 – 100 60 –100 100

19.00 ¾” 50 – 85 55 – 85 75 – 100

4.75 No. 04 25 - 45 35 – 60 40 – 60

2.00 No. 10 15 – 35 25 – 50 25 – 45

Page 131: Procurement of INFRASTRUCTURE PROJECTSdotr.gov.ph/images/Public_Bidding/CivilWorks/Air_Sector...PHILIPPINE BIDDING DOCUMENTS (As Harmonized with Development Partners) Procurement of

131

0.425 No. 40 8 – 22 15 – 30 12 – 25

0.075 No. 200 2 – 9 8 –15 5 – 12

b. The course aggregate material retained on a 4.75mm (No. 4) sieve shall consist of material of

which not less than 50% by weight shall be crushed particles, having a minimum of one fractured

face.

c. The course aggregate retained on a 4.75mm (No.4) sieve shall have a percentage of wear by the

Los Angeles Abrasion Test AASHTO T96 of not more than 40% for crushed and 50% for

uncrushed.

d. The material shall have a loss of less than 12% when subject to five cycles of sodium sulfate

soundness test according to AASHTO T104.

e. The sand equivalent determined according to AASHTO T176 should not be less than 50.

f. The material passing the 19mm (3/4”) sieve shall have a minimum soak CBR value of 80% tested

according to AASHTO T 193. The CBR value shall be obtained at the maximum dry density

determined according to AASHTO T 180.

The portion of material passing the 0.425mm (No. 40) sieve shall have a liquid limit of not more than 25 and a plasticity Index of not more than 6 as determined by AASHTO T89 and 90 respectively. The crushed slab shall be air-cooled, blast furnace slag and shall consist of angular fragment reasonably clean and free of thin, elongated or soft pieces, dirt or other objectionable matter. It shall weigh not less than 1120 kilogram per cubic meter as determined by AASHTO T19. The method used in the production of crushed gravel shall be such that the fractured particles occurring in the finished product shall be as nearly constant and uniform as practicable and shall result in at least the specified percentage of material retained on a No. 4 mesh sieve having one or more fractured faces. If necessary, to meet his requirements or to eliminate and excess of fine uncrushed particles, the gravel shall be screened before crushing. All stone, rocks and boulders of inferior quality in the pit shall be wasted. All material passing the No. 4 mesh sieve produced in the crushing operation of either stone, slag or gravel shall be incorporated in the base material to the extent permitted by the gradation requirements. The final gradation decided on within the limits designated in the table shall be well graded from coarse to fine and shall not vary from the low limit on one sieve to the high on the adjacent sieves, or vice versa. The amount of the fraction of material passing the No. 200 mesh sieve shall not exceed one-half the fraction passing the No. 40 mesh sieve. The selection of any gradation shown in Table 155-A shall be such that the maximum size aggregate used in any course shall be not more than two-thirds the thickness of the layer of the course being constructed.

Page 132: Procurement of INFRASTRUCTURE PROJECTSdotr.gov.ph/images/Public_Bidding/CivilWorks/Air_Sector...PHILIPPINE BIDDING DOCUMENTS (As Harmonized with Development Partners) Procurement of

132

201.2.1 FILLER FOR BLENDING The filler in addition to the naturally present in the base course material, is necessary for satisfactory bonding of the material, for changing the soil constant of the material passing the No. 40 mesh sieve or for correcting the gradation to the limitations of the specified gradation, it shall be uniformly blended with the base course material at the crushing plant or at the mixing plant. The material for such purpose shall be obtained from sources approved by the Engineer and shall be of the specified gradation. The additional filler may be composed of sand but the amount of sand shall not exceed 20% by weight of the total combined base aggregate. All sand shall pass a No. 4 mesh sieve and not more than 5% by weight shall pass a No. 200 mesh sieve. 201.3 CONSTRUCTION METHODS 201.3.1 OPERATION IN PITS AND QUARRIES All works involved in cleaning and the Contractor shall perform stripping pits and quarries, including handling of unsuitable materials. All material shall be handled in a manner that shall secure a uniform and satisfactory base product. The base course material shall be obtained from approved sources. 201.3.2 EQUIPMENT All equipment necessary for the proper construction on this work shall be available at the project site, in first class working condition, and approved by the Engineer before construction is permitted to start. 201.3.3 PREPARING UNDERLYING COURSE The underlying course shall be checked and accepted by the Engineer before placing and spreading operations are started. Any ruts or soft, yielding places due to improper drainage conditions, hauling or any other cause shall be corrected and rolled to the required density before the base course is placed thereon. Grade control between the edges of the pavement shall be accomplished by graded stakes, steel pins, or forms placed in lanes parallel to the centerline of the pavement at intervals sufficiently close at string line or check boards may be placed between the stakes, pins or forms. 201.3.4 METHODS OF PRODUCTION a. PLANT MIX. When provided in the proposal, or when selected by the contractor and approved

by the Engineer, the base material shall be uniformly blended or mixed in an approved plant.

The mixing plant shall include bins for storage and batching of the aggregates, pumps and tanks

for water, and batch mirror of either pugmill or drum type. All mineral aggregates shall be batch

into the mixer by weight. The agitation shall be such that a thorough dispersion of moisture is

obtained. The Engineer shall fix the size of the batch at time of mixing. The base course material

produced by combining two or more materials from different sources shall be mixed in a mixing

Page 133: Procurement of INFRASTRUCTURE PROJECTSdotr.gov.ph/images/Public_Bidding/CivilWorks/Air_Sector...PHILIPPINE BIDDING DOCUMENTS (As Harmonized with Development Partners) Procurement of

133

plant described herein. The mixture material shall be at satisfactory moisture content to obtain

maximum density.

b. TRAVEL PLANT. When the use of travelling plant is allowed, the plant shall blend and mix the

materials to meet these specifications. It shall accomplish a thorough mixing in one trip. The

agitation shall be such that the dispersion of the moisture is complete. The machine shall move

at uniform rate of speed and this speed shall be regulated to fix the mixing time. If a window-

type travel plant is employed for mixing, the aggregate shall be placed in windrows parallel to

the pavement centerline.

The windrow volume shall be sufficient to cover exact areas as planned. The windrow contents shall produce a mixture of the required gradation and bonding quantities. If a travel plant is used which the type that mixes previously spread aggregates in-place, the material shall have been spread in such thickness and proportions as may be handled by the machine to develop a base course of the thickness of each layer and of the gradation required. With either type of equipment, the mixed material shall be of a satisfactory moisture content to obtain the maximum density.

c. PROPORTIONING OR BLENDING IN-PLACE. When the base materials are to be proportioned and

mixed or blended in place, the different layers shall be placed and spread with the relative

proportions of the components of the mixture being designated by the Engineer. The base

aggregate shall be deposited and spread evenly over the first layer. They shall be thoroughly

mixed and blended by means of the approved graders, discs, harrows, rotary tiller, or a machine

capable of combining these operations, supplemented by other suitable equipment if necessary.

The mixing shall continue until the mixture is uniform throughout and accepted by the Engineer.

Areas of segregated material shall be corrected by the addition of needed material by re-mixing.

Water shall be uniformly applied, prior and at the proper moisture content. When the mixing

and blending have been completed, the material shall be bladed and dragged, if necessary, until

smooth surface is obtained, true to the line and grade.

d. MATERIALS OF PROPER GRADATION. When the entire base coarse materials from coarse to fine

be secured in a uniform well-graded condition and contains approximately the proper moisture,

such approved material may be handled directly to the spreading equipment. The material may

be obtained from gravel pits, stockpiles or produced from a crushing and screening plant with

the proper blending. The material from these sources shall meet the requirements for gradation,

quality and consistency. The base material shall be at satisfactory moisture content to obtain

maximum density. Any minor deficiency or excess of moisture content may be corrected by

surface sprinkling or by aeration. In such instances, some mixing or manipulation may be

required immediately preceding the rolling to obtain the required moisture content. The final

operation shall be blading or gragging, if necessary, to obtain a smooth uniform surface to line

and grade.

201.3.4 METHODS OF SPREADING a. The aggregate base material that is correctly proportioned, has been processed in a plant, shall

be placed on the prepared underlying course and compacted in layers of the thickness shown in

Page 134: Procurement of INFRASTRUCTURE PROJECTSdotr.gov.ph/images/Public_Bidding/CivilWorks/Air_Sector...PHILIPPINE BIDDING DOCUMENTS (As Harmonized with Development Partners) Procurement of

134

the plans. The depositing and spreading of the material shall commence were designated and

shall progress continuously without breaks. The material shall be deposited and spread in lanes

on a uniform layer without segregation of size to such loose depth when compacted, the layer

shall have the required thickness. The base aggregate shall be spread by spreader boxes or other

approved devices having positive thickness controls that shall spread the aggregate in the

required amount to avoid or minimize the need for hand manipulating. Dumping from vehicles

in piles, which require re-handling shall not be permitted. Hauling over the uncompacted base

course shall not be permitted.

b. The aggregate base material that has been processed in a traveling plant, or mixed and blended

in-place, shall be spread in a uniform layer of required depth and width and to the typical cross-

section. The spreading shall be by self-powered blade grader, mechanical spreader or other

approved method. In spreading, care shall be taken to prevent cutting into the underlying layer.

The material shall be bladed until a smooth uniform surface is obtained, true to line and grade.

c. The base course shall be constructed in neither a layer not less than 62mm nor more than

112mm of compacted thickness. The aggregate as spread shall be on uniform grading with no

pockets of fine or coarse materials. The aggregate, unless otherwise permitted by the Engineer,

shall not be spread more than 1,670 square meters in advance of the rolling. Any necessary

sprinkling shall be kept within these limits. No materials shall be placed in snow or on soft,

muddy or frozen course.

When more than one layer is required, the construction procedure described herein shall apply similarly to each layer. The Engineer shall make tests to determine the maximum density and the proper moisture content of the base material and this information will be available to the Contractor. The base material shall be at satisfactory moisture content when rolling is started and by any minor variation prior to or during rolling shall be corrected by sprinkling or by aeration if necessary. During the mixing and spreading process, sufficient caution shall be exercised to prevent the incorporation of sub-grade, sub-base, or shoulder material in the base course mixture. 201.3.5 FINISHING AND COMPACTING After spreading, the aggregate shall be thoroughly compacted by rolling. The rolling progress gradually from the side to the center of the lane under construction or from one side toward previously placed material by lapping uniformly each preceding rear wheel track by one half the width of such truck. Rolling shall continue until the aggregate is thoroughly set, the interstices of the material reduced to a minimum, and until creeping of the material ahead of the roller is no longer visible. Rolling shall continue until the base material has been compacted to not less than 100% density as determined by the compaction control tests specified to AASHTO T 180 and AASHTO T 99. Blading and rolling shall be shall be done alternately, as required or directed, to obtain a smooth, even and uniformly compacted base. The course shall not be rolled when the underlying course is soft or yielding or when the rolling causes undulation in the base course. When the rolling develops irregularities that exceed 9mm when tested with a 5m straightedge, the irregular surface shall be loosened, refilled with the same

Page 135: Procurement of INFRASTRUCTURE PROJECTSdotr.gov.ph/images/Public_Bidding/CivilWorks/Air_Sector...PHILIPPINE BIDDING DOCUMENTS (As Harmonized with Development Partners) Procurement of

135

kind of material as that used in constructing the course, and rolled again as required. In area inaccessible to rollers, the base course material shall be tampered thoroughly with mechanical tampers. 201.3.6 Surface Test After the course has been completely compacted, the surface shall be tested for smoothness and accuracy of grade and crown. Any portion lacking the required smoothness or failing in accuracy of grade or crown shall be scarified, re-shaped, re-compacted and otherwise manipulated as the Engineer may direct until the required smoothness and accuracy are obtained. The finished surface shall not vary more than 9mm from a 5m straightedge when applied to the surface parallel with, and a right angel to the centerline. 201.3.7 THICKNESS The thickness of the base course shall be determined by depth tests or cores taken at intervals in such manner that each test shall represent no more than 250 square meters. When the base deficiency is more than 12.5mm, the Contractor shall correct such areas by scarifying, adding satisfactory base mixture, rolling, sprinkling reshaping and finishing in accordance with these specification. The Contractor shall replace at his expense, the base material where borings have been taken for test purpose. 201.3.8 TRIAL SECTION Same as Item 200.3.10, Aggregate Sub-base Course. 201.3.9 PROTECTION Work on the base course shall not be accomplished when the sub-grade is wet. Hauling the equipment may be routed over completed portions of the base course, provided no damage results and provided that such equipment is routed over the full width of the base course to avoid rutting or uneven compaction. However, the Engineer shall have full and specific authority to stop all hauling over completed or partially completed base course when, in his opinion, such hauling is causing damage. The Contractor at his own expense shall repair any damage resulting to the base course from rutting equipment over the base coarse. 201.3.10 MAINTENANCE Following the completion of the base course, the Contractor shall perform all the maintenance work necessary to keep the base course in condition satisfactory for priming, the surface shall be kept clean, and free from foreign material. The base course shall be properly drained at all times. If cleaning is necessary, or if the prime coat becomes disturbed, any work or restitution necessary shall be performed at the expense of the Contractor. Before preparation begins for the application of the surface treatment for a surface course, the base course shall be allowed too partially dry until the average moisture content of the full depth base mixture. The drying shall not continue to the extent that the surface of the base becomes dusty with

Page 136: Procurement of INFRASTRUCTURE PROJECTSdotr.gov.ph/images/Public_Bidding/CivilWorks/Air_Sector...PHILIPPINE BIDDING DOCUMENTS (As Harmonized with Development Partners) Procurement of

136

consequent loss of binder. If during the curing period the surface of the base dries fast, it shall be kept moist by sprinkling until such time as the prime coat is applied as directed. 201.4 METHOD OF MEASUREMENT The quantity of aggregate base course to be paid for, either crushed or uncrushed as required in the proposal, shall be the number of cubic meters of base course material placed, bonded, and accepted in the completed base course. The quantity of base course material shall be measured in final position base upon depth tests, or cores taken as directed by the Engineer. Or at the rate of 1 depth test for each 250 square meters of base course, or by means of average areas on the complete work computed from elevations to the nearest 0.003 meter. On individual depth measurements, thickness more than 0.0125 meter in excess of the shown on plans shall be considered as specified thickness plus 0.0125 meter in computing the quantity for payment. Base material shall not be included in any other excavation quantities. 201.5 BASIS OF PAYMENT Payment shall be made at the contract unit price per cubic meter for aggregate base course. The price shall be full compensation for furnishing all materials and for all operations, hauling and placing of these materials, and for all labor, equipment tools and incidentals necessary to complete the Item. Payment will be made under:

PAY ITEM NUMBER DESCRIPTION UNIT OF MEASUREMENT

201 (1) Uncrushed Aggregate Base Course

cu.m.

201 (2) Crushed Aggregate Base Course cu.m.

Page 137: Procurement of INFRASTRUCTURE PROJECTSdotr.gov.ph/images/Public_Bidding/CivilWorks/Air_Sector...PHILIPPINE BIDDING DOCUMENTS (As Harmonized with Development Partners) Procurement of

137

ITEM 311 – PORTLAND CEMENT CONCRETE PAVEMENT

311.1 DESCRIPTION This item shall consist of pavement composed of Portland Cement Concrete, with or without reinforcement as specified on a prepared sub-base or base course in accordance with these specifications. And shall conform to the thickness and typical cross-section as shown on the plans and with the lines and grades established by the Engineer. 311.2 MATERIALS Fine aggregate for concrete shall consist of natural sand, stone, screening or other inert materials with similar characteristics or combination thereof, having hard, strong and durable particles approved by the Engineer. It shall not contain more than three (3) mass percent of materials passing the 0.075mm (No. 200 sieve) by washing nor more than one (1) percent each sieve of clay lumps or shale. The use of beach sand will not be allowed without the approval of the Engineer. If fine aggregate is subjected to five (5) cycles of the sodium sulfate soundness test, the weighted loss shall not exceed ten (10) mass percent. The fine aggregate shall be free from injurious amounts of organic impurities. If subjected to the colorimetric test for organic impurities and a color darker than the standard is produced, it shall be rejected. However, when tested for the effect of organic impurities of strength of mortar by AASHTO T71, the fine aggregate may be used if the relative strength within 7 days and 28 days in not less than 95%. The fine aggregate shall be well graded from coarse to fine and shall conform to Table 311-1.

Table 310 – 1GRADATION FOR FINE AGGREGATE

SIEVE DESIGNATION PERCENTAGE PASSING BY WEIGHT

mm inches

9.50 3/8 100

4.75 No. 04 95 – 100

1.18 No. 16 45 – 80

0.30 No. 50 5 – 30

0.50 No. 100 0 – 10

311.2.1 Coarse Aggregates It shall consist of crushed stone, gravel, gravel, blast furnace slag, or other approved inert materials of similar characteristics, or combination thereof, having hard, strong, durable pieces and free from any adherent coatings. It shall not contain more than one (1) percent of material passing the 0.075mm (No. 200) sieve, not more than 0.25 mass percent of clay lumps, nor more than 3.50 percent of soft fragments.

Page 138: Procurement of INFRASTRUCTURE PROJECTSdotr.gov.ph/images/Public_Bidding/CivilWorks/Air_Sector...PHILIPPINE BIDDING DOCUMENTS (As Harmonized with Development Partners) Procurement of

138

If the coarse aggregate is subjected to five (5) cycles of the sodium sulfate soundness test, the weight loss shall not exceed 12 mass percent. It shall have a mass percent of wear not exceeding 40 when tested by AASHTO T96. If slag is used, its density shall not be less than 1120 kg./cu.m. (70lb./cu.ft.). The gradation of the coarse aggregate shall conform to Table 307-2. Only when one grading specific shall be used from any one course.

TABLE 311-2 GRADING REQUIREMENTS FOR COARSE AGGREGATE

SIEVE DESIGNATION MASS PERCENT PASSING

mm inches Grading A Grading B Grading C

75.00 3 100 - -

63.00 2 ½ 90 – 100 100 100

50.00 2 - 90 – 100 95 – 100

37.00 1 ½ 25 – 60 35 – 70 -

25.00 1 - 0 –15 35 – 70

19.00 ¾ 0 – 10 - -

12.50 ½ 0 – 5 0 – 5 10 – 30

4.75 No. 04 - - 0 – 5

311.2.2 Cement Except when specifically approved by the “Engineer”, only one brand of cement shall be used for any individual structure. In determining the approved mix, only Portland Cement shall be used. 1. Portland Cement – ASTM C 150, Type I

2. High Early Strength Portland Cement Type III may be used for pre-cast concrete with a tri-

calcium aluminate limited to 8%, conforming to ASTM C150. If, for any reason, cement becomes

partially set or contains lumps of caked cement, it shall be rejected. Cement salvaged from

discarded or used bag shall not be used.

311.2.3 Admixtures The use of any material added to the concrete mix shall be approved by the “Engineer”. The Contractor shall submit certificates indicating that the material furnished shall meet all the requirements indicated below for the admixtures for which approval are desired. In addition, the “Engineer” may require the contractor to submit complete test data from a laboratory showing that the material to be furnished meets all the requirements of the cited specifications. Subsequent test will be made on samples taken by the Engineer from the supply of the material being furnished or proposed for use on the work to determine whether the admixture is uniform in quality with that approved. Admixtures stored longer than 6 months shall not be used until proven to be satisfactory. 1. Air-entraining admixtures shall meet the requirements of AASHTO M154 or ASTM C260. Air-

entraining admixtures shall be added to the mixer in the amount necessary to produce the

specific air content. Testing shall be conducted with cement and aggregate proposed for the

project.

Page 139: Procurement of INFRASTRUCTURE PROJECTSdotr.gov.ph/images/Public_Bidding/CivilWorks/Air_Sector...PHILIPPINE BIDDING DOCUMENTS (As Harmonized with Development Partners) Procurement of

139

2. Water-reducing set controlling admixtures shall meet the requirements of AASHTO M194

Type A – Water Reducing Type D – Water Reducing and Retarding

Water reducing admixtures shall be added at the mixer separately from air entraining admixtures in accordance with the manufacturer’s printed instructions. Other admixtures if approved shall be tested for conformance to the referred specifications. Admixtures containing chloride ions or other ions producing deleterious effects shall not be used. 307.2.4 Water The water used in concrete, mortar and grout shall be free from objectionable quantities of silt, organic matter, alkali, salts and other impurities. Water will be tested in accordance with and shall meet the suggested requirements of AASHTO T26. Water known to be potable quality may be used without testing. Where the source of water is relatively shallow, the intake shall be so enclosed as to exclude silt, mud, grass or other foreign materials. 311.2.5 Steel Reinforcement It shall conform to the requirements of AASHTO M31 or M42, except that the rails steel shall not be used for the bars that are to be bent and re-straightened during construction. Tie bars shall be deformed bars. Dowels shall be plain round bars of the size specified and shall be free from any deformation restricting slippage in the concrete. Before delivery to the site, one-half of the length of each dowel bar shall be painted with one coat of approved lead or tar paint. The sleeves of dowels shall be metal or an approved design to cover 50-75mm (2-3 inches), plus or minus 5mm (1/4 inch) of the dowel, with a closed end, and with a suitable stop to hold the end dowel. Sleeves shall be of such design that they do not collapse during construction. The nominal dimensions and unit weight of bar designation shall be in accordance with the following table:

NOMINAL DIAMETER

NOMINAL PERIMETER

NOMINAL SECTIONAL AREA

UNIT WEIGHT

mm mm sq.m. kg./m

6 18.80 28.27 0.222

10 31.40 78.54 0.616

12 37.70 113.10 0.888

16 50.30 201.10 1.579

20 62.80 314.20 2.466

25 78.50 490.90 3.854

28 88.00 615.70 4.833

32 100.50 804.20 6.313

36 113.10 1017.90 4.991

40 125.70 1256.60 9.864

50 157.10 1963.50 15.413

Page 140: Procurement of INFRASTRUCTURE PROJECTSdotr.gov.ph/images/Public_Bidding/CivilWorks/Air_Sector...PHILIPPINE BIDDING DOCUMENTS (As Harmonized with Development Partners) Procurement of

140

311.2.5.1 Welding of reinforcement bars shall only be permitted where shown; all welding shown shall be performed in accordance with ASWD D 12.1. 311.2.5.2 Exposed reinforcement bars, dowels and plates intended for bonding with future extensions shall be protected from corrosion. 311.2.5.3 Concrete Protection for Reinforcement 1. The minimum concrete cover of reinforcement shall be as indicated on the Drawings and as

shown in table.

2. The tolerance for Concrete Cover for Reinforcing Steel other Tendons.

Minimum Cover Maximum Variation 7.50 cm or more 9 mm less than 7.50 cm 6 mm

311.2.6 Joint Filler 311.2.6.1 Poured Joint Fillers shall be mixed with asphalt and mineral or rubber conforming to applicable requirements of AASHTO M173. 311.2.6.2 Preformed Joint Fillers shall conform to the requirements of AASHTO M33 (ASTM D 994), AASHTO M153, AASHTO M213, AASHTO M 220, as specified. At expansion joints in concrete slabs to be exposed, and at the other joints indicated to receive joint sealant, pre-molded expansion joint filler strips shall be installed at the proper level below the elevation with slightly tapered, dressed, and oiled wood strip temporarily secured to the top thereof to form a groove, when surface dry, shall be cleaned of foreign matter loose particles, and concrete protrusions, then filled approximately flush with joint sealant so as to be slightly concave after drying. Finish of concrete joints: Edges of exposed concrete slabs along expansion joints shall be nearly finished with a slightly rounded edging tools. 311.2.7 Joint Sealer No reinforcement, corner protection angles or other fixed metal items shall be run continuous through joints containing expansion joint filler, through joints containing expansion joint filler, through crack-control joints in slabs on grade and vertical surfaces. 311.2.8 Curing Materials Curing materials shall conform to one of the following specifications: a. Cotton mats for curing concrete shall conform to AASHTO M73.

b. Waterproof paper for curing concrete shall conform to AASHTO M139.

c. White polyethylene sheeting (film) for curing concrete shall conform to AASHTO M171.

d. Burlap cloth made from jute or kenaf shall conform to AASHTO M182.

Page 141: Procurement of INFRASTRUCTURE PROJECTSdotr.gov.ph/images/Public_Bidding/CivilWorks/Air_Sector...PHILIPPINE BIDDING DOCUMENTS (As Harmonized with Development Partners) Procurement of

141

e. Liquid membrane forming compounds for curing concrete shall conform to AASHTO M148, Type

2 (all resin base). Or Fed. Spec. TT-C-800, Type 2.

311.2.9 Storage of Cement and Aggregate 1. Cement: Immediately upon receipt at the site, the cement shall be stored separately in a dry

weatherproof properly ventilated structure, with adequate provisions for prevention or

absorption of moisture. The floor shall be raised from the ground. Provisions for storage shall be

ample, and the shipments of cement as received shall be separately stored in such a manner as

to allow the earliest deliveries to be used first and to provide easy access for identification and

inspection of each shipment. Storage building shall have a capacity for storage of a sufficient

quantity of cement to allow sampling at least twelve (12) days before the cement is to be used.

The cement most likely to have been exposed to moisture or stored in bags for more than 3

months shall not be used unless proven by test to be in good condition. Stored cement shall

meet the test requirements at any time after storage when the “Engineer” orders retest. At the

time of use, all cement shall be free flowing and free of lumps.

2. Aggregates: Stored and handled to ensure good drainage to prevent segregation and the

inclusion of foreign materials. The “Engineer” may require the coarse aggregate to be separated

into two or more sizes. Different sizes of aggregate shall be stored in separate bins or in separate

stockpiles sufficiently remote from each other to prevent the materials at the edges of the

stockpiles from becoming intermixed.

311.3 PROPORTIONING, CONSISTENCY AND STRENGTH OF CONCRETE 311.3.1 Concrete Mix Proportioning The Contractor shall prepare the design mix based on the absolute volume method as outlined in the American Concrete Institute (ACI) Standard 211.1, “Recommended Practice for Selecting Proportions for Normal and Heavyweight Concrete”. Prior to the start of paving operations and after approval of all material to be used in the concrete, the Engineer shall determine the proportions of materials to be used to produce the specified strength. Trial design batches and testing to meet requirements in the class of concrete specified shall be the responsibility of the Contractor. Test for slump, unit weight and air content shall be performed in the field in the presence of the PMO. Trial mix shall be designed for maximum permitted slump and air content. The temperature of concrete in each trial shall be reported. For each water cement ratio at least three samples for each test age shall be made and cured in accordance with AASHTO T22, AASHTO T97 and AASHTO T177. 311.3.1.1 Entrained-Air Content: Air-entrainment shall be produced by adding an air-entraining agent at the mixer. Air content volume shall be maintained at 5 to 7 percentage as determined by AASHTO T152 or ASTM C231. 311.3.1.2 “Engineer” shall determine from laboratory test of the materials to be used, tested by the Contractor, the cement content and proportions of aggregates and water that will produce a workable concrete having a slump between 40 and 75mm if not vibrated or between 10 and 40mm if vibrated, and a flexural strength of not less than 3.80 MPa (550 psi) when tested by the third point method or 4.50 MPa (650 psi) when tested by the midpoint method; or a compressive strength of

Page 142: Procurement of INFRASTRUCTURE PROJECTSdotr.gov.ph/images/Public_Bidding/CivilWorks/Air_Sector...PHILIPPINE BIDDING DOCUMENTS (As Harmonized with Development Partners) Procurement of

142

24.1 MPa (3,500 psi) when tested at 28 days in accordance with AASHTO T97, T177, or AASHTO T22 respectively. 311.3.2 Selection of Proportions For each portion of the structure, proportions shall be selected so that maximum permitted water-cement ratio is not exceeded and so as to produce an average strength (fc’) by the amount indicated below. When the production facility has a standard deviation record determined in accordance with ACI 214, based on 30 consecutive strength tests of similar mixture strength. The average strength used as a basis for selecting proportioning shall exceed the specified strength, fc’, by at least: 1) 30 kg/sq.m. if standard deviation is less than 20 kg/sq.cm.

2) 40 kg/sq.m. if standard deviation is 20 to 30 kg/sq.cm.

3) 50 kg/sq.m. if standard deviation is 30 to 40 kg/sq.cm.

4) 60 kg/sq.m. if standard deviation is 40 to 50 kg/sq.cm.

5) if the standard deviation exceed 50 kg/sq.cm. or if a standard deviation record is not available,

proportions shall be selected to produce an average strength of at least 70 kg/sq.cm. greater

than the specified strength.

311.3.3 Strength of Concrete Strength of concrete shall meet the following requirements: 1) The average of any 5 consecutive strength tests at the end of 28 days shall have an average

strength equal or greater than the specified strength.

2) Not more than 15% of the samples tested at the end of 28 days shall have an average strength

less than the specified strength specimens, which are obviously defective shall not be considered

in the determination of strength.

3) When it appears that the test specimens will fail to conform to the requirements for strength,

“Engineer” shall have the right to order changes in the concrete sufficient to increase the

strength. When a satisfactory relationship between 7-day and 28-day strength has been

established and approved, the 7-day test results may be used as an indication of the 28-day

strength.

Corrective measures to remedy deficiencies in aggregate gradation shall be used only in written approval of the “Engineer” 311.3.4 Consistency (Slump) Test shall be made in conformance with AASHTO T119, unless otherwise specified by the “Engineer”, slump shall be within the following limits.

STRUCTURAL ELEMENT SLUMP FOR VIBRATED CONCRETE

Minimum, mm Maximum, mm

Pre-cast concrete 50 70

Wall column and grade beam, 25cm. max. thick

50 70

Page 143: Procurement of INFRASTRUCTURE PROJECTSdotr.gov.ph/images/Public_Bidding/CivilWorks/Air_Sector...PHILIPPINE BIDDING DOCUMENTS (As Harmonized with Development Partners) Procurement of

143

Lean concrete 70 100

Pavement 10 40

311.4 CONSTRUCTION METHOD 311.4.1 Quality Control of Concrete The Contractor shall be responsible for the quality control of all materials during the handling, blending, mixing and placement operations. The contractor shall furnish the “Engineer” a Quality Control Plan with the detailed production control procedures and the type and frequency of sampling and testing to ensure that the concrete produced complies with the specification requirements. The “Engineer” shall be provided free access to recent plan production records, information copies of mix design, materials certification and sampling and testing reports. Sampling and qualified personnel shall perform all batching and mixing operations for the concrete mix and shall be present at the plant and job site to control the concrete production whenever the plant is in operation. The Contractor shall perform all sampling, testing and inspection necessary to assure quality control of the component materials and the concrete. The Contractor shall be responsible for determining the gradation of fine aggregate and for testing the concrete mixture for slump, air content, water-cement ration and temperature. He shall conduct his operations so as to produce a mix conforming to the approved mix design. The Contractor shall maintain adequate records of all inspection and test. The records shall indicate the nature and number of observations made the number and type of deficiencies found, the quantities approved and rejected, and nature and any corrective actions taken. The “Engineer” for acceptance purposes as he deems necessary. 311.4.2 Equipment Equipment and tools necessary for handling materials and performing all parts of the work shall be approved by the “Engineer” as to design, capacity and mechanical condition. The equipment shall be at the job site sufficiently before the start of construction operations for examination and approval. A) BATCHING PLANT AND EQUIPMENT

(1) General

The batching plant shall include bins, weighing hoppers, and scales for the fine aggregate and for each size of coarse aggregate. If bulk cement is used, hopper and a separate scale for cement shall be included. The weighing hoppers shall be properly scaled and vented to preclude ducting during operation. (2) Bins and Hoppers

Bins with adequate separate compartments for fine aggregate and for each required size of coarse aggregate shall be provided in the batching plant. Each compartment shall discharge efficiently and freely in the weighing hopper. Means of control shall be provided so that as the quantity desired in the weighing hopper is approached, the material may be added slowly and shut off with precision. A port of other opening for removing an overload of any one of the several materials from the hopper shall be

Page 144: Procurement of INFRASTRUCTURE PROJECTSdotr.gov.ph/images/Public_Bidding/CivilWorks/Air_Sector...PHILIPPINE BIDDING DOCUMENTS (As Harmonized with Development Partners) Procurement of

144

provided. Weighing hoppers shall be constructed to eliminate accumulations of tar materials and to discharge fully. (3) Scales

The scales for weighing aggregates and cement shall be of either the beam or the springless dial type. They shall be accurate within 0.50% throughout their range of use. When beam-type scales are used, provisions, such as “tell-tale” dial, shall be made for indicating to the operator that the required load in the weighing hopper is being approached. A device on the weighing beams shall clearly indicate critical position. Poises shall be designed to be locked in any position and to prevent unauthorized change. The weight beam and “tell-tale” device shall be in full view of the operator while charging the hopper, and he shall have convenient access to all controls. (4) Recorders

An accurate recorder shall produce a graphical or digital record of the scale reading after each of the aggregates and cementing materials have been discharged (return to zero reference). The weights or volumes of water and admixtures shall also be recorded if batched at a central batching plant. Each recorder shall be housed in a cabinet, which shall be capable of being locked. The charts or tapes shall clearly indicate the different types of mixes used by stamped letters, numerals colored ink or other suitable means. It shall be so marked that variations in batch weights of each type of mix can be readily observed. All weighing, indicating, recording and control equipment shall be sufficiently protected against exposures to dust, moisture and vibration so that there is no interference with proper operation of the equipment. The recorder weights or volumes when compared to the weights or volumes actually batched shall be within the following limits of accuracy. Materials Percent Cement 1 Water 1 Aggregate 2 Admixture 3 (5) Water Batcher and Dispenser for Admixtures

Equipment for batching water and admixtures shall be provided at the batching plant or included with the paving mixer or truck mixers as required for the type of plant used. (a) Water Batchers: A suitable water measuring device shall be provided which will be capable

of measuring the mixing water within the specified requirements for each batch. The

mechanism for delivering water to the mixers shall be such that leakage will not occur when

the valves are closed. The filling and discharge valves for the water bather shall be so

interlocked that the discharge valve is fully closed.

Page 145: Procurement of INFRASTRUCTURE PROJECTSdotr.gov.ph/images/Public_Bidding/CivilWorks/Air_Sector...PHILIPPINE BIDDING DOCUMENTS (As Harmonized with Development Partners) Procurement of

145

(b) Dispensers: An accurate mechanical device for measuring and dispensing each admixture

shall be provided. Each device shall be capable of ready adjustment to permit varying of the

quality and admixture to be batched. Each dispenser shall be interlocked with the batching

and discharging operations of latter so that each admixture is separately batched and

discharged automatically in a manner to obtain uniform distribution throughout the batch in

the specific period. When use of truck mixers makes this requirement impracticable, the

admixture dispenser shall be interlocked with the sand batcher. Admixture will not be

combined prior to introduction of water and sand.

(6) Moisture Control

The plant shall be capable of ready adjustment to compensate for the varying moisture content of the aggregate, and to change the weights of the materials being batched. An electric moisture content gadget shall be attached in the fine aggregate bin to monitor the actual moisture content. The sensing element shall be arranged so that the measurement is made near the batcher charging the gate of the sand bin or in the sand batcher.

B) MIXERS

(1) General

Concrete may be mixed at the construction site, at a central point, or wholly or in part in truck mixers. Each mixer shall have attached in a prominent place a manufacturer’s plate showing the capacity of the drum in terms of volume of mixed concrete and the speed of rotation of the mixing drum blades. Stationary mixers, truck mixers or paving mixers of approved design. The mixers shall have a rated capacity of at least 0.76 cu.m. of mixed concrete and shall not be charged in excess of the capacity recommended by the manufacturer. Mixers shall be capable of combining the materials into a uniform mixture and of discharging this mixture without segregation. Stationary and paving mixers if used shall be provided with an acceptable device to lock the discharge mechanism until the required mixing time has elapsed. The mixing plant shall include a device for automatically counting the total number batches of concrete mixed. The mixers shall be operated at the drum of the mixing blade speed of rotation of the mixer drum or blades, and of proper introduction of the materials into the mixer. The acceptability of truck mixer will be determined by uniform test as required by ASTM C94. When mixed at the site or in a central mixing plant, the mixing time shall not be less than 50 seconds nor more than 90 seconds, unless mixer performance test proved adequate mixing of the concrete is shorter time period. Four seconds shall be added to the specific mixing time if timing starts the instant that the skip reaches its maximum raised position. Mixing time ends when the discharged chute opens. Transfer time in multiple drum mixers is included in mixing time. Mixing time for stationary or paving mixers will be increased when such increase is necessary to secure the required uniformity and consistency of the concrete. Any concrete mixes less than the specified time shall be discarded and be disposed of by the Contractor at his own expense. Excessive over mixing requiring additions of water will not be satisfactory operating condition and mixer shall be kept free of hardened concrete. Mixer blades shall be replaced when worn down more than 10% of their depth. Should any mixer at any time produce unsatisfactory results, its use shall be promptly discontinued until it is repaired.

Page 146: Procurement of INFRASTRUCTURE PROJECTSdotr.gov.ph/images/Public_Bidding/CivilWorks/Air_Sector...PHILIPPINE BIDDING DOCUMENTS (As Harmonized with Development Partners) Procurement of

146

(2) Mixers at Construction Sites

Mixing shall be in an approved mixer capable of combining the aggregates, cement and water into a thoroughly mixed and uniform mass within the specified mixing period, and of discharging and distributing the mixture without segregation on the prepared grade. The mixer shall be equipped with an approved timing device, which will automatically lock discharge lever when the drum has been charged and release it at the end of mixing. The device shall be equipped with a bell or other suitable warning device adjusted to give clearly audible signal each time the locked is release. In case of failure of the timing device, the mixer may be used for the balance of the day while it is being prepared, provided that each batch is mixed 90 seconds. The mixer shall be equipped with a suitable non-re-settable bath counter, which shall correctly indicate the number of batches mixed. (3) Central Plant Mixers

Mixers for central plant mixing (plant mixer, revolving drum type mixers, single opening revolving truncated drum mixer at one end and discharging at the other end) shall have attached thereto into a prominent place by the manufacturer, a metal plate(s) on which is plainly marked the various uses for which the equipment is designed, the nominal capacity (cu.m.) of the drum or container in terms of the volume of the mixing central plant mixers shall be equipped with an acceptable timing device that will not permit the batch to be discharge until the specified mixing time has elapsed. The water system for a central mixer shall be either a calibrated measuring tank or meter and shall be cleaned at suitable intervals. They shall be examined daily for changes in condition due to accumulation of hard concrete or mortar or the wear blades. The pick-up and throw over blade shall be replaced when they have worn down 19mm or more. The Contractor shall provide the “Engineers” with a copy of the manufacturer’s design showing dimensions and arrangements of blades in reference to original height and depth. (4) Truck Mixers and Truck Agitators

Truck mixers used for mixing and hauling concrete, truck and truck agitators used for hauling central-mixed concrete, shall conform to the requirements of AAHTO M157. (5) Non-Agitators Trucks Non-agitating hauling equipment shall conform to the requirements of AASHTO M157. C) FINISHING EQUIPMENT

(1) Finishing Machine

The finishing machine shall be equipped with at least two oscillating type transverse screeds. (2) Vibrators

Vibrator for full width vibration of concrete paving slabs, may be either the surface pan type or internal type with either immersed tube or multiple spuds. They may be mounted on a separate carriage. They shall not come in contract with the joint, load transfer devices, sub-grade or side. D) FORMS

Straight side forms shall be made of metal having thickness of not less than 5mm and shall be furnished in sections not less than 3mm length. Form shall have a depth equal to the prescribed

Page 147: Procurement of INFRASTRUCTURE PROJECTSdotr.gov.ph/images/Public_Bidding/CivilWorks/Air_Sector...PHILIPPINE BIDDING DOCUMENTS (As Harmonized with Development Partners) Procurement of

147

edge thickness of the concrete, without horizontal joint, and a base with equal to the depth of the forms. Flexible or curve forms of proper radius shall be used for curves of 30m radius less. Flexible or curve form shall be of a design acceptable to the Project Engineer. Forms shall be provided with adequate devices for secure setting so that when in place they will withstand, without visible spring or settlement, the impact and vibration of the consolidating and finishing equipment. Flange braces shall extend outward on the base not less than two-thirds the heights of the forms. Forms with battered top surfaces, and bent, twisted or broken forms shall be removed from the work. Repaired forms shall not be used until inspected and approved. Built up forms shall not be used except as approved by the “Engineer”. The top face of the forms shall not vary from a true plane more than 3mm in 3 meters and the upstanding leg shall vary more than 19mm. The forms shall contain provisions for locking the ends of abutting sections together tightly for secure setting. 311.4.3 Form Setting Forms shall be set sufficiently in advance of the concrete placement. After the forms have been set to correct grade, the grade shall be thoroughly tamped, either mechanically or by hand, at both the inside and outside edges of the base of the forms. Forms shall be staked into place with not less than 3 pins for each 3-meter section. A pin shall be placed at each side of every point. Form sections shall be tightly locked and shall not deviate from true line by more than 6mm at finishing machine will not be tolerated. Forms shall be cleaned and oiled prior to the placing of concrete. The alignment and grade elevation of the forms shall be checked and corrections made by the Contractor immediately before placing the concrete. When any form has been disturbed or any other has become unstable, the form shall be reset and re-checked. 311.4.4 Preparation of Base After the sub-base or base has been placed and compacted to the required density, the areas which will support the paving machine and the grade on which the pavement is to be constructed shall be trimmed to the proper elevation by means of a properly designed machine extending the work at least 60 cm beyond the edge of the proposed concrete pavement. If loss of density results from the trimming operations, it shall be restored by additional compaction before concrete is placed. If any traffic is allowed to use the prepared sub-grade or base, the surface shall be checked and corrected immediately before placing of concrete. 311.4.5 Handling, Measuring and Batching Materials The batch plant site, layout equipment and provisions for transporting material shall assure a continuous supply of materials to the work. Stockpile shall be built up in layers of not more than one (1) meter in thickness. Each layer shall be completely in place before beginning the next, which shall not be allowed to “cone” down over the next lower layer. Aggregates from different grading shall not be stockpiled together. Aggregates shall be handled from stockpiles of other sources to the batching plant in such a manner as to secure the specified grading material. All aggregates produced and handled by hydraulic methods, and washed aggregates, shall be stockpiled or binning for draining at least twelve (12) hours before being batched. When mixing is done at the job site, aggregates shall be transported from the batching plant to the mixer in batch boxes, vehicle bodies, or other containers of adequate capacity and construction to properly carry the volume required. Partitions separating batches shall be adequate and effective to prevent spilling from one compartment to another while in transit or while being dumped.

Page 148: Procurement of INFRASTRUCTURE PROJECTSdotr.gov.ph/images/Public_Bidding/CivilWorks/Air_Sector...PHILIPPINE BIDDING DOCUMENTS (As Harmonized with Development Partners) Procurement of

148

When bulk cement is used, the Contractor shall use a suitable method of handling the cement from weighing hopper or transporting container or into the batch itself for transportation to the mixer, such as chute, boot or other approved device, to prevent loss of cement. The device shall be arranged to provide positive assurance of the actual presence in each batch of the entire cement content specified. Bulk cement shall be transported to the mixer in light compartments capable of carrying the full amount of cement required for each batch, of if permitted between the fine and coarse aggregate. When cement is placed in contact with the aggregates, batches may be rejected unless mixed with in one and one-half (1 ½) hours of such contract. 311.4.6 Mixing Concrete Concrete may be mixed at the work site in a central mix plant or in truck mixers. The mixers shall be on an approved type and capacity. Mixing time shall be measured from the time all materials, except water, are emptied into the drum. Ready-mixed concrete shall be mixed and delivered in accordance with the requirements of AASHTO M 157, except that the minimum required revolutions at the mixing speed for transit-mixed concrete may be reduced to not less than the recommended by the mixer manufacturer shall be indicated in the manufacturer’s serial plate attached to the mixer. Mixing time shall conform to the requirements indicated under Item Mixer. The volume of concrete mix per batch shall not exceed the mixer’s nominal capacity in cubic meter, as shown on the manufacturer’s standard rating plate on the mixer, except that an overload up to 10% above the mixers nominal capacity may be permitted provided concrete test data for strength, segregation, and uniform consistency are satisfactory and provided no slippage of concrete takes place. The batch shall be charged into the drum so that the portion of the mixing water shall enter in advance of the cement and aggregates. The flow of water shall be uniform and all water shall be in the drum by the end of the first 15 seconds of the mixing period. The throat of the drum shall be kept free of such accumulations as may restrict the free flow of materials into the drum. Mixed concrete from the central mixing plant shall be transported in truck mixers, truck agitators or non-agitating trucks specified in sub-section EQUIPMENT. Mixing time as indicated in sub-section MIXER may be reduced during hot weather or under other conditions contributing to quick hardening of the concrete. Re-tempering concrete by adding water or by other means will not be permitted, except that when concrete is delivered in truck mixers, additional water may be added to the batch materials and additional mixing performed to increase the slump to meet the specified requirement, if permitted by the “Engineer”, provided all these operations are performed with in the specified slump limits at time of placement shall not be used. Admixtures for increasing the workability or for accelerating the setting of concrete will be permitted only when specifically approved by the “Engineer”. 311.4.7 Limitation of Mixing No concrete shall be mixed, placed, or finished with insufficient light, unless adequate and approved artificial lighting system is operated. During not weather, the “Engineer” may require steps to be taken to prevent temperature of the mixed concrete from exceeding the specified maximum requirements.

Page 149: Procurement of INFRASTRUCTURE PROJECTSdotr.gov.ph/images/Public_Bidding/CivilWorks/Air_Sector...PHILIPPINE BIDDING DOCUMENTS (As Harmonized with Development Partners) Procurement of

149

Concrete not placed within 90 minutes from the time the ingredients were charged to the mixing drum or that has developed initial set shall not be used. Re-tampering of concrete, which has partially hardened, that is, re-mixing with or without additional cement, aggregate, or water shall not be permitted. 311.4.8 Placing of Concrete Concrete shall be deposited in such a manner to require minimal re-handling. Unless truck mixers, truck agitators or non-agitating hauling equipment are equipped with means to discharge concrete without segregation of the materials. The concrete shall be unloaded into an approved spreading device and mechanically spread on the grade in such a manner as to prevent segregation of the materials. Placing shall be continuous between transverse joints without the use of intermediate bulkheads. Necessary hand spreading shall be done with shovels, not rakes. Workmen shall not be allowed to walk in freshly mixed concrete with boots or shoe coated with earth on foreign substances. When concrete is to be deposited adjoining a previously constructed lane of pavement and when mechanical equipment will be operated upon the existing lane of pavement, the concrete shall be at least 10 days old and approval shall be obtained from the Engineer. If only finishing equipment is carried on the existing lane, paving in adjoining lanes may be permitted after 3 days, if approved by the “Engineer”. Concrete shall be thoroughly consolidated against and along the faces of all forms and along full length and both sides of all joint assemblies by means of vibrators inserted in the concrete. Vibrators shall not be permitted to come in contact with a join assembly, the grade, or a side form. In no case shall the vibrator be operated longer than 15 seconds in any one location. Concrete shall be deposited as near to expansion and contraction joints as possible without disturbing them but shall not be dumped from the discharge bucket or hopper unto a joint assemble. Should any concrete materials fall on or be worked into the surface of a complete slab they shall be removed immediately by approved methods. 311.4.9 Test Specimen Following the placing of concrete, it shall be stuck-off to the cross section shown on the plans and to an elevation such that when the concrete is properly consolidated and finished, the surface of the pavement shall be at elevation shown on the plans. When reinforced concrete pavement is placed in two layers, the bottom layer shall be stuck-off to such length and depth that the sheet of fabric or bar may be laid full-length on the concrete on its final position without further manipulation. The reinforcement shall then be placed directly upon the concrete, after which the top layer of the concrete shall be placed, struck-off and screened. Any portion of the bottom layer of the concrete which has been placed more than 30 minutes without being covered with the top layer shall be removed and replaced with freshly mixed concrete at the Contractor’s expense. When reinforced concrete is placed in one layer, the reinforcement may be positioned in advance of concrete placement or it may be placed at the depth shown on the plans in plastic concrete by mechanical or vibratory means after screeding. Reinforcing steel, at the time concrete is placed, shall be free of mud oil, or other organic matter that may be adversely affect or reduce bond.

Page 150: Procurement of INFRASTRUCTURE PROJECTSdotr.gov.ph/images/Public_Bidding/CivilWorks/Air_Sector...PHILIPPINE BIDDING DOCUMENTS (As Harmonized with Development Partners) Procurement of

150

Reinforcing steel with rust, mill scale or combination of both will be considered satisfactory, provided the minimum dimensions, weight and tensile properties of a hand wire-brushed test specimen are not less than the applicable AASHTO Specification requirement. 311.4.10 Joints General. Longitudinal and transverse joints shall be constructed as indicated on the plans and in accordance with these requirements. All joints shall be constructed true to line with their faces perpendicular to the surface of the pavement. Joint shall not vary more than 6.0mm from a true to line or from their designated position. The vertical surface of the pavement adjacent to all expansion joints shall be finished to a true plane and edged to a radius of 6.0mm, or as shown on the plans. The surface across the joints shall be tested with a 3.0-meter straightedge and any irregularities in excess of 3.0mm shall be corrected before the concrete has hardened. When required, keyways shall be accurately formed with template of metal or wood. The gauge or thickness of the material in the template shall be such that the keyway, as specified is formed and is in the correct location. Transverse joints in succeeding lanes shall be placed in line with similar joint in the first lane. In case of widening of existing pavements, transverse joint shall be so prepared, finished or cut to provide a groove of sufficient width and depth to receive and effectively retain joint-sealing material. Tie bars installed principally in longitudinal joints as shown on the plans shall consist of deformed bars of 16mm diameter and 76cm long, or as designated on the plans. Tie bars shall be placed at right angles to centerline of the concrete slab and as spaced at intervals of 76cm, unless otherwise specified. They shall be held in position parallel to the pavement surface midway between the surfaces of the slab. When tie bars extend into an unpaved lane, they may be bent at right angles for longitudinal construction joints, unless threaded bolt or other assembled tie bars are specified. These bars shall not be painted, greased or enclosed in sleeves. Dowel bars or other load-transfer units of an approved type shall be placed across transverse or other joints in the manner as specified on the plans. They shall be of the dimensions and spacing as shown and held rigidly in the middle of the slab depth in the proper horizontal and vertical alignment by an approved assemble device to be left permanently in place. The dowel or load transfer and joint devices shall be rigid and placed in position. A metal, or other type, dowels expansion cap or sleeve shall be furnished for each dowel bar used with expansion joints. These caps are substantial enough to prevent collapse and shall be placed on the ends of the dowels as shown on the plans. The portion of each dowel painted with most preventive paint, as required under 307-2.5, shall be thoroughly coated with asphalt MC-70, or an approved lubricant, to prevent the concrete from binding to that portion of the dowel. An approved metal dowel cap or sleeve conforming to the requirements of 307-2.5 shall be furnished for each dowel bar used in expansion joints. The caps or sleeve shall fit the dowel assemblies at contraction joints; dowel bar may be placed in full thickness of pavement by a mechanical device approved by the “Engineer”. Installation. If the paving system is operated from an adjacent lane, any joint materials required shall be set by immediately after the final testing of the grade. If the paving mixer is operated from the lane being poured, the materials shall be set immediately after the mixer moves forward to permit much time for proper installation. All joint materials required shall be put in place on the

Page 151: Procurement of INFRASTRUCTURE PROJECTSdotr.gov.ph/images/Public_Bidding/CivilWorks/Air_Sector...PHILIPPINE BIDDING DOCUMENTS (As Harmonized with Development Partners) Procurement of

151

completed and accepted grade. The materials and joint position shall be either set at right angles or parallel to the centerline pavement except, for fillets or irregular sections. The top of an assembled joint device shall be set at the proper distance below the proper pavement surface and elevation shall be checked. Such devices shall be set to the required position and the line shall be securely held in place by stakes or other means during the pouring and finishing of the concrete. The pre-molded joint materials shall be placed and held in several position, if adjacent units. Dowel bars shall be checked for exact position supported. Any joint installation not firmly and securely supported shall be reset. When joint in concrete pavement are sewed, the joint shall be cut at the time and in the manner approved by the “Engineer”. The equipment used shall be as described in 307.4.2. The circular cutter shall be capable of cutting a groove in a straight line; the circular cutter shall produce a slot at least 3.00m wide. When shown on the plans or required to be widened by means of a second shallower cut or by suitable and approved beveling to provide adequate space for joint sealers. Sawing of the joints shall commence as soon as the concrete has hardened sufficiently to permit cutting without chipping, spilling or tearing. Concrete shall be sawed at the required spacing consecutively in sequence of the concrete placement, unless otherwise approved by the “Engineer”. Longitudinal Joints. Longitudinal construction joints necessary for runway construction shall be formed against suitable side forms (usually made of steel) with keyways, unless otherwise indicated in the plans. Wooden forms may be used under special conditions, when approved by the “Engineer”. In these instances where the keyed construction joint is not designated, a butt type joint shall painted and greased. The edges of the joints shall be finished with a grooving tool or edging tools and space or slot shall be formed along the joint of the dimensions, as indicated to receive the joint sealing material. Provisions shall be made for the installation of the tie bars as noted on the plans. Contradiction or Weakened Plane Type. The longitudinal groove formed or sawed in the top of the slab shall be installed where indicated on the drawings. The groove shall be formed in the plastic concrete with suitable tools or materials to obtain the width and depth specified, or it shall be sawed with approved equipment in the hardened concrete to the dimensions required. When the groove is formed in plastic concrete, it shall be true to line with not more than 6.0mm variation in 3.0m; it shall be finished even and smooth with an edging tool. If an insert material is used, the installation and edge finish shall be according to the manufacturer’s instruction. The sawed shall be straight and of uniform width and depth. In either case, the groove shall be clean cut so that spilling will be avoided at intersection with transverse joints. Tie bars shall be installed across these joints, unless otherwise shown on the plans. Expansion. Longitudinal expansion joints shall be installed where designated on the plans. These shall be butt type without load transfer devices and shall include pre-molded expansion material. The thickness of the concrete at these joints shall be increased by at least 25% of the normal pavement thickness to the nearest inch but not less than 50mm. This increase shall be slope to normal thickness is not less than 3.0m from the joint or to the nearest joint such as groove joint. The pre-molded filler of the thickness shown on the plans shall extend for the full depth and width of the slab at the joint, except for space for sealant at the top of the slab. The filler shall be securely staked and fastened into position perpendicular to the proposed finished surface. A metal or wooden cap shall be provided to protect the edge of the filler and to permit the concrete to placed and finished. After the concrete has been placed and the struck-off, the cap shall be carefully withdrawn leaving

Page 152: Procurement of INFRASTRUCTURE PROJECTSdotr.gov.ph/images/Public_Bidding/CivilWorks/Air_Sector...PHILIPPINE BIDDING DOCUMENTS (As Harmonized with Development Partners) Procurement of

152

the space over the pre-molded filler. The edges of the joint shall be finished and tooled while the concrete is still plastic. TRANSVERSE JOINT Expansion. Transverse expansion joints shall be installed at the location and spacing as shown on the plans. The joints shall be installed at right angles to the centerline perpendicular to the surface of the pavement. The joint shall be so installed and finished to ensure complete separation of the slabs. Expansion joints shall be pre-molded type conforming to these specifications and with the plans and shall be to the full width of the pavement strip. All concrete shall be cleaned from the top of the joint material before pavement is opened to traffic, this space shall be swept, clean and filled with approved joint sealing material. The filler shall be placed on the side of the installing plate nearest the mixer. A metal channel cap of at least 10-gauge material shall protect the top edge of the filler. The installing device may be designed with this cap self-contained. All device used for the installation of expansion joints shall be approved by the Engineer. They shall be easily removable without disturbing the concrete and held in proper transverse and vertical alignment. Immediately after forms are removed, any concrete bridging the joint space at the ends shall be removed for the full width and depth of the joint. When specified, expansion joints shall be equipped with dowels of dimensions and at the spacing and location indicated on the plans. The dowels shall be firmly supported in place and accurately aligned parallel to the sub-grade and the centerline of the pavement and will ensure that the dowels are not displaced during construction. Other types of load transfer devices may be used, when approved by the “Engineer”. Contraction. Transverse contraction joints, weakened plane joints, or both, shall be installed at the locations and spacing as shown on the plans. These joints will be installed by forming a groove or cleft in the top of the slab while the concrete is still plastic or by sawing a groove into the concrete surface after the concrete has hardened in the same manner as specified in 307.4.1. Dowel bar assembly shall be installed, when required, as shown on the plans. Reinforcing steel mesh or bars shall be continued through weakened-plane joints as shown for reinforced concrete pavement. Construction. Transverse construction joints shall be installed in accordance with the details on the plans and ordinarily are only needed when it is necessary to suspend the work for more than 30 minutes. When the installation of the joint can be planned in advance, it shall be located at a contraction or expansion joint. The joint shall not be allowed within 2.40 meters of a regular spaced transverse joint. If the pouring of the concrete has been stopped, causing a joint to fall within this limit, it shall be removed back to the previously spaced regular joint. 311.4.11 Final Strike-off, Consolidated and Finishing Sequence. The sequence of operations shall be strike-off and consolidation, floating and removal of laitance, straight edging, and final surface finish. The addition of superficial water to the surface of the concrete to assist in finishing operations generally will not be permitted. If the application of water to the surface is permitted, it shall be applied as a fog spray by means of approved spray equipment.

Page 153: Procurement of INFRASTRUCTURE PROJECTSdotr.gov.ph/images/Public_Bidding/CivilWorks/Air_Sector...PHILIPPINE BIDDING DOCUMENTS (As Harmonized with Development Partners) Procurement of

153

Finishing Joints. The concrete adjacent to joints shall be compacted or firmly placed without voids or segregation against the joint material; it shall be firmly placed without voids or segregation under and around all load transfer devices, joint assembly units, and other features designed to extend into the pavement. Concrete adjacent to joints shall be mechanically vibrated as required in 307.4.7. After the concrete has been placed and vibrated adjacent to the joints as required in 307.4.7, the finishing machine shall be operated in a manner to avoid damage or misalignment of joints. If uninterrupted operations of the finishing machine, to, over, and beyond the joints causes segregation of concrete, damage to or misalignment of the joints, the finishing machine shall be stopped when the front screed is approximately 20 cm from the joint. Segregated concrete shall be removed from the front of and off the joint; the front screed shall be lifted and set directly on top of the joint and the forward motion of the finishing machine shall be resumed. When the second screed is closed enough to permit the excess mortar in front of it to flow over the joint, it shall be lifted and carried over the joint. Thereafter, the finishing machine may be run over without lifting the screeds, provided there is no segregated concrete immediately between the joint and the screed or on top of the joint. MACHINE FINISHING Non-Vibratory Method. The concrete shall be spread as soon as it is placed and it shall be struck-off and screed by an approved finishing machine. The machine shall go over each area as many times and at such intervals as necessary to give the proper compaction and to leave a surface of uniform texture. Excessive operation over a given area shall be avoided. The tops of the forms shall be kept clean by an effective device attached to the machine and the travel of the machine on the forms shall be maintained true without lift, wobbling or other vibration tending to affect the precision finish. During the first pass of the finishing machine, a uniform ridge of concrete shall be maintained ahead of the front screed for its entire length. Vibratory Method. When vibration is specified, the vibrators for full-width vibration of concrete paving slabs shall meet the requirement specified in 307.4.2 (c) (2). If uniform and satisfactory density of the concrete is not obtained by the vibratory method at joints, along forms, at structures, and throughout the pavement, the contractor will be required to furnish equipment and methods that will produce pavement conforming to the specifications. All provisions in sub-paragraph (1) above not in conflict with the provisions for the vibratory method shall govern. Hand Finishing. Unless otherwise specified, hand finishing methods will not be permitted, except under the following conditions; Narrow widths or areas of irregular dimensions where operation of the mechanical equipment is impractical may be finished by hand methods. Concrete, as soon as placed, shall be struck-off and screed. An approved portable screed shall be used. A second screed shall be provided for striking-off the bottom layer of concrete when reinforcement is used. The screed for the surface shall be at least 60cm longer than the maximum width of the slab to be struck-off. It shall be of approved design, sufficiently rigid to retain its shape, and shall be constructed either of metal or of suitable material, shed with metal. Consolidation shall be attained by the use of a suitable vibrator or other approved equipment.

Page 154: Procurement of INFRASTRUCTURE PROJECTSdotr.gov.ph/images/Public_Bidding/CivilWorks/Air_Sector...PHILIPPINE BIDDING DOCUMENTS (As Harmonized with Development Partners) Procurement of

154

Floating. After the concrete has been struck-off and consolidated, it shall be further smoothed, trued and consolidated by means of a longitudinal float, using one of the following methods as specified or permitted: 1. Hand Method. The hand operated longitudinal float shall be not less than 350mm in length and

350mm in length and 150mm in width, properly and warping. The longitudinal float, operated

from foot bridges resting on the side forms and spanning but not touching the concrete, shall be

work with sawing motion, while held in a floating position parallel to the runway centerline of

the pavement shall be in successive advances of not more than one half the length of the float.

Any excess water or soupy material shall be wasted over the side forms on each pass.

2. Alternative Mechanical Method. As an alternative to 307.4.1. (e)(2) above, the contractor may

use any machine composed of a cutting and smoothing float(s), suspended from the guided rigid

frame. Four or more visible wheels riffing on and constantly in contact with the side forms shall

carry the frame.

If necessary, following one of the preceding methods of floating, long handed floats having blades not less than 1.5mm in length and 0.150mm in width may be used to smoothed and fill in open-textured area in pavement. Long handled floats shall not be used to float the entire surface of the pavement in lieu of, or supplementing, one of the preceding methods of floating. When strike-off and consolidation are done by hand and the crown of the pavement will not permit the use of the longitudinal float, the surface shall be floated transversely by means of the long-handled float. Care shall be taken not to work the crown out of the pavement by a straightedge 10 feet or more in length. Successive drags shall be lapped one-half the length of the blade. Straightedge Testing and Surface Correction. After the floating has been completed and the excess water removed, but while the concrete is still plastic. The surface of the concrete shall be tested for trueness with a 5-meter straight edge. For this purpose the contractor shall furnish and use an accurate 5-meter straight edge swung from handles 900mm longer than one half the width of the slab. The straight edge shall be held in contact with the surface in successive positions parallel to the centerline and the whole area gone over from one side of the slab to the other, as necessary. Advancing shall be in successive stages of not one-half the length of the straight edge. Any depressions shall be immediately filled with freshly mixed concrete, struck-off, consolidated and refinished. Special attention shall be given to assure that the surface across joints meets the requirements for the smoothness. Straight edge testing and surface corrections shall continue until the slab conforms to the required grade and cross-section. Final Finish. The surface of a runway shall be finished with either a broom finish or a belt finish. Taxiways, aprons, and other pavements may be finished with wither a broom finish, a belt finish, or a drag finish. Broom Finish. If the surface texture is to be broom finish, it shall be applied when the water sheen has practically disappeared. The broom shall be drawn from the center to the edge of the pavement with adjacent strokes slightly overlapping. The brooming operation shall be uniform in appearance and not more than 3.0mm in depth. Brooming shall be completed before the concrete is in such operation. The surface thus finished shall be free from rough and porous areas, irregularities, and depression resulting from improper handling of the broom. Broom shall be of quality, in size, and construction and shall be operated to produce a surface finish meeting the approval of the

Page 155: Procurement of INFRASTRUCTURE PROJECTSdotr.gov.ph/images/Public_Bidding/CivilWorks/Air_Sector...PHILIPPINE BIDDING DOCUMENTS (As Harmonized with Development Partners) Procurement of

155

“Engineer”. Subject to the approval of the “Engineer”, the Contractor may be permitted to substitute mechanical brooming in lieu of the manual brooming as herein described. Belt Finish. If the surface texture is to be a belt finish, when straight edging is completed and water sheen has practically disappeared and just before the concrete becomes non-plastic, the surface shall be belted with 2-ply canvass belt not less than 200mm wide at least 900mm longer than the pavement width. Hand belts shall have suitable handles to permit controlled, uniform manipulation. The belt shall be operated with short stroke transverse to the centerline and a rapid advance parallel to the centerline. Drag Finish. If the surface texture is to be a drag finish, a drag shall be used; it shall consist of seamless strip of damp burlap or cotton fabric, and it shall produce a uniform surface of gritty texture dragging it longitudinally along the full width of pavement. For pavement 16 feet or more in width, the drag shall be mounted on a bridge, which travel on the form. The dimensions of the drag shall be such that a strip of burlap of fabric at least 900mm wide is not in contact with the full width, of the pavement surface while the drag is used. The drag shall be approximately 150mm wider than the upper layer. The drag shall be maintained in such a condition that the resultant surface is of uniform appearance and reasonably free from grooves over 1.50mm in depth. Drag that cannot be cleaned shall be discarded and substituted. Edging at Forms and Joints. After the final finish, but before the concrete has taken its initial set, the edges of the pavement along each side of each slab, on each side of transverse expansion joint, formed joints, transverse construction joints, and emergency construction joints shall be worked with an approved tool rounded to the radius required by the plans. A well-defined and continuous radius shall be produced and a smooth dense, mortar finish obtained. Tilting of the tool during use shall not unduly disturb the surface of the slab. At all joints any tool marks appearing on the adjacent to the joints shall be eliminated by brooming the surface. In doing this rounding of the edge shall not be disturbed. All concrete on top of the joint filler shall be completely removed. All joints shall be tested with straightedge before the concrete has set, and correction shall be made if only one side of the joint is higher than the other or if they are higher than the other or if they are higher or lower than the adjacent slabs. 311.4.12 Surface Test. As soon as the concrete has hardened sufficiently, the pavement shall be tested with 5-meter straight edge or other specified device. Areas showing high spots of more than 6mm but not exceeding 12.5mm in 5-meter shall be when marked immediately ground with approved grinding tool to an elevation where the area or spot will not show surface deviations in excess of 6mm when tested with 5-meter straight edge. Where the departure from correct cross section exceeds 12.50mm, the pavement shall be removed and replaced by and at the expense of the contractor. All of whatever kind that may elect to use, lack of water to adequately take care of both curing and other requirements, shall be cause for immediate suspension of concreting operations. The concrete shall not be left exposed for more than ½ hour between stages of curing or during the curing period. Cotton or Burlaps Mats. The surface of the pavement shall be entirely covered with mats. The mats shall be used of such length (or width) that, a laid, they will extend at least twice the thickness of the pavement beyond the edges of the slab. The mat shall be placed and weighed to remain in intimate

Page 156: Procurement of INFRASTRUCTURE PROJECTSdotr.gov.ph/images/Public_Bidding/CivilWorks/Air_Sector...PHILIPPINE BIDDING DOCUMENTS (As Harmonized with Development Partners) Procurement of

156

contact with the surface covered has been placed, unless otherwise specified, the covering shall be maintained in placed for 72 hours after the concrete has been placed. Straw Curing. When this type of curing is used, the pavement shall be cured initially with burlap or cotton mats, as specified in 307.4.13 (a) until after placing the concrete. As soon as the mats are removed, the surface and the sides of the pavement shall be thoroughly wetted and covered with at least 8 inches of straw or hay, the thickness of which is to be measured after the wetting. For the straw or hay, the thickness of which is to be measured after the after wetting. If the straw or hay covering becomes displaced during the curing period, it shall be replaced to the original depth and saturated. It shall be kept thoroughly saturated with water for 3 days and thoroughly wetted down during the morning of the fourth day, and the cover shall remain in place until the concrete has attained the required strength. When permission is given to open the pavement swept clean. The covering shall be removed and disposed of in such a manner as to leave the area in a neat and presentable condition. The straw or hay shall not be disposed of by burning or adjacent to the pavement. Impervious Membrane Method. The entire surface of the pavement shall be sprayed uniformly with white pigmented curing compound immediately after the finishing of the surface and before the set of the concrete has taken place; if pavement is cured initially with jute or cotton mats, it may applied upon removal of the mats. The curing compound shall not be applied during rainfall. Curing compound shall be applied mechanical sprayers under pressure at the rate of 14 liters to not more than 14sq.m. The spraying equipment shall be of the fully atomizing type equipped with a tank agitator. At the time of use, the compound shall be in a thoroughly mixed condition with the pigment uniformly dispersed through the vehicle. During application, the compound shall be stirred of off-widths or shapes and concrete surfaces exposed by the removal of forms will be permitted. Curing compound shall not be applied to the inside faces of joints to be sealed. The curing compound shall be of such character that the film hardens within 30 minutes after application. Should the film become damaged from any cause within the required curing period, the damaged portion shall be repaired immediately with additional compound. Upon removal of side forms, the sides of the exposed slab shall be protected immediately to provide a curing treatment equal to that provided for the surface. White Polyethylene Sheeting. The top surface and sides of the pavement shall be entirely covered with polyethylene sheeting. The units shall be lapped at least 18 inches. The sheeting shall be placed and weighed to remain in intimate contact with the surface covered. The sheeting as prepared for use shall have such dimensions that each unit, as laid, will extend beyond the edges of slabs at least twice the thickness of the pavement. Unless otherwise specified, the covering shall be maintained in place for 72 hours after the concrete has been placed. Curing in Cold Weather. When the average daily temperature is below 0° Fahrenheit, curing shall consist of covering the newly laid pavement with not less than 30 cm of loose, dry hay or straw, or equivalent protective curing authorized by the “Engineer”, which shall be retained in place for 10 days. Admixture for curing temperature control may be used only when authorized by the “Engineer”. When concrete is being placed and the air temperature may be expected to drop below 35° Fahrenheit, a sufficient supply of straw, hay, grass or other suitable blanketing material shall be provided along the work. Any time the temperature may be expected to reach the point during the

Page 157: Procurement of INFRASTRUCTURE PROJECTSdotr.gov.ph/images/Public_Bidding/CivilWorks/Air_Sector...PHILIPPINE BIDDING DOCUMENTS (As Harmonized with Development Partners) Procurement of

157

day or night, the material so provided shall be spread over the pavement to the sufficient depth to prevent freezing of the concrete. The period of time such protection shall be maintained must not be less than 10 days. The Contractor shall be responsible for the quality and strength of the concrete placed during cold weather, and any concrete injured by frost action shall be removed and replaced at the Contractor’s expense. 311.4.13 Removing Forms Unless otherwise specified, the forms shall not be removed from freshly placed concrete until it has set for at least 12 hours, except where auxiliary forms are used temporarily in widened areas. Forms shall be removed carefully to avoid damage to the pavement. After the forms have been remove, the sides of the slab shall be cured as outlined in one of the methods indicated in 311.4.12. Major honeycomb areas shall be considered as defective work and shall be removed and replaced. Any area or section so removed shall not be less than 3.0 meters in length not less than the full width of the lane involved. When it is necessary to remove and replace a section of pavement, any remaining portion of the slab adjacent to the joints that is less than 3.0 meters in length shall also be removed and replaced. 311.4.14 Sealing Joints The joints in the pavement shall be sealed in accordance with Item 907. 311.4.15 Protection of Pavement The Contractor shall protect the pavement and its appurtenances against both public traffic caused by his own employees and agents. This shall include watchmen to direct traffic and the erection and maintenance of warning signs, lights, pavement bridges, or crossovers, etc. The plans or special provisions will indicate the location and type of device or facility required to protect the work and provide adequately for traffic. Any damage to the pavement occurring prior to the final acceptance and within the guarantee period shall be replaced or the pavement replaced at the Contractor’s expense. 311.4.16 Opening to Traffic The “Engineer” shall decide when the pavement shall be opened to traffic. The pavement shall not be opened to traffic for at least 14 days after the concrete has been placed or until the strength has been attained for service use. Prior to opening, the pavement shall be cleaned. For the purpose of establishing an adjusted unit price for pavement, units to be considered separately are defined as 300 lineal metes of pavement in each paving lane starting from the end of the pavement bearing the smaller station number. The last unit in each lane shall be 300 meters plus the fractional part of the 300 meters remaining. When the measurement of the core from a unit is not deficient more than 5mm from the plane thickness, full payment will be made. When such measurement id deficient more than 5mm and not more than 25mm from the plan thickness, two additional cores at intervals not less than 90 meters shall be taken and used in the average thickness for that unit. An adjusted unit price as provided in 311.5.1 (b) will be paid. Other areas such as intersections, entrances, crossovers, ramps, etc., shall be considered as one unit, and the thickness of each unit will be determined separately. Small irregular unit areas may be

Page 158: Procurement of INFRASTRUCTURE PROJECTSdotr.gov.ph/images/Public_Bidding/CivilWorks/Air_Sector...PHILIPPINE BIDDING DOCUMENTS (As Harmonized with Development Partners) Procurement of

158

included as part of another unit. At such points as the “Engineer” may select in each unit, one core shall be taken for each 83.5 square meters of pavement, or fraction thereof, in the unit. If the core is deficient in thickness by more than 5mm but not more than 25mm from the plan thickness, two additional cores shall be taken from the areas represented and the average of the three cores determined. If the average measurement of these three cores is not deficient by more than 5mm from the plan thickness, full payment will be made. If the thickness of the three cores is deficient by more than 5mm but not more than 25mm from the plan thickness, an adjusted unit price, as provided in 311.5.1 (b), will be paid for the area represented by these cores. In calculating the average thickness of the pavement, measurements which are in excess of the specified thickness by more than 5mm shall be considered as specified thickness plus 5mm, and measurements which are less than the specified thickness by more than 25mm shall not be included in the average. When the measurement of any core is less than the specified thickness by more than 25-mm, the actual thickness of the pavement in this area shall be determined by taking additional cores at not less than 3-meters intervals parallel to the centerline in each direction from the affected location, until each direction from the affected location, until in each direction a core has found deficient by more than 25-mm. Areas found deficient in thickness by more than 25-mm shall be evaluated by the “Engineer” and, if in his judgment the deficient areas warrant removal, they shall be removed and replaced with concrete of the thickness shown on the plans. Exploratory cores for deficient thickness will not be used in average for adjusted unit price. 311.5 METHOD OF MEASUREMENT The quantity to be paid for shall be the number of square meters of either plain or reinforced pavement as specified in place, completed and accepted, less deductions as hereinafter required for deficient thickness. 311.6 BASIS OF PAYMENT 311.6.1 General The accepted quantities of concrete pavement will be paid for at the contract unit price per square meter which price and payment shall be full compensation for furnishing and placing of all materials, including any dowels, steel reinforcement and joint material, provided however, that for any pavement found deficient in the thickness by more than 5-mm, but not more than 25-mm, only the reduced price stipulated below shall be paid. No additional payment over the unit contract bid price shall be made for any pavement which has an average thickness in excess of that shown on the plans. Payment will be made under:

PAYMENT NUMBER DESCRIPTION UNIT OF MEASUREMENT

311 Portland Cement Concrete Pavement

Square Meter

Price adjustments, where the average thickness of pavement is deficient in thickness by more than 5-mm but not more than 25-mm, payment will be made at an adjusted price as specified in the following table:

Page 159: Procurement of INFRASTRUCTURE PROJECTSdotr.gov.ph/images/Public_Bidding/CivilWorks/Air_Sector...PHILIPPINE BIDDING DOCUMENTS (As Harmonized with Development Partners) Procurement of

159

CONCRETE PAVEMENT DEFICIENCY

DEFICIENCY INTHICKNESS DETERMINED BY CORES (mm)

PROPORTIONAL PART OF CONTRACT PRICE ALLOWED (%)

0.00 to 5.00 100

5.01 to 7.62 80

7.63 to 10.16 72

10.16 to 12.50 68

12.51 to 19.00 57

19.01 to 25.00 50

When the thickness of pavement is deficient by more than 25-mm and in the judgment of the “Engineer”, the area of such deficiency should not be removed and replaced, there shall be no payment for the area retained. 311.6.2 Acceptance of Concrete The strength of concrete shall be deemed acceptable if the average of three consecutive strength test results is equal to 650 psi for flexural strength or exceeds the specified strength required. Concrete deemed to be not acceptable using the above criteria may be rejected unless the Contractor can provide evidence, by means of core tests, that the quality of concrete represented by the failed test results is acceptable in place. These cores shall be taken in accordance with AASHTO 124 and soaked for 24 hours prior to test. Concrete in the area represented by the cores will be deemed acceptable for the average strength of the cores is equal to at least 85% and of no single core is less than 75% of the specified strength.

CEILING 6.1 SCOPE OF WORK This item shall include all ceiling works for building and related works. 6.2 GENERAL PROVISIONS Ceiling finish shall be applied at locations indicated on the Drawings and approved by the "Engineer". Unless otherwise shown, the suspension system shall consist of wooden runners lumbers, and wooden furring strips of the sizes shown on the drawings and shall be suspended by hanger material as indicated on the drawings.

Page 160: Procurement of INFRASTRUCTURE PROJECTSdotr.gov.ph/images/Public_Bidding/CivilWorks/Air_Sector...PHILIPPINE BIDDING DOCUMENTS (As Harmonized with Development Partners) Procurement of

160

All materials including fastening devices to be used in ceiling construction shall be of good quality and approved by the "Engineer". For ceiling with plain cement finish, Portland cement, sand and water shall conform to the requirements specified under Item 405, CONCRETE WORKS. Sand shall be free from any substance that will decrement the finishing work 6. 3 MATERIALS Wooden Board Ceiling: See Item 501 CARPENTRY WORKS.. Waterproof plywood board, 25 mm x 150 mm, 6 mm thick for interior ceiling. See Item 501, Carpentry Works. Wood Runners & Furring shall be local origin and approved by the Engineer. 6.4 DELIVERY AND STORAGE Materials delivered to the site shall be inspected for damage before storage. The storage spaces shall be in dry locations with adequate ventilation, free from water, and shall permit easy access for inspection and handling. Materials shall be stored neatly on the floor, properly stacked on non-absorptive strips or wood platforms. 6. 5 APPLICATION AND INSTALLATION Wooden board ceiling shall be installed at locations indicated on Drawings. Fixing of units shall be secured to wooden furring strips by finishing nail as approved by the Engineer. Joints shall be straight and true to line, and the proposed surfaces shall be flushed and leveled. All units shall be tightly butted, and corners shall be full without worn or broken places. At the perimeter of the units to the plaster wall, wooden molding shall be provided as shown on the Plans. Hangers shall be spaced 1.20 meters on center or as indicated on the Plans and shall be attached to threaded inserts set in concrete slab above or shall be supported from the purlins as shown. Hangers shall have an allowance at lower ends for making final adjustment of furring height. Hangers shall be cut and trimmed accurately to its correct length. Main runner shall be spaced as indicated and not less than 600 mm to both ways, and shall be attached to hangers with bent hanger- lumber supports as shown. Runner lumbers shall be located as shown and approved. Wooden furnishing shall be spaced not more than 300 mm on centers, and attached at right angles to the runner strips with standard hanger clips as recommended and approved by the "Engineer". 6.6 MEASUREMENT AND PAYMENT

Page 161: Procurement of INFRASTRUCTURE PROJECTSdotr.gov.ph/images/Public_Bidding/CivilWorks/Air_Sector...PHILIPPINE BIDDING DOCUMENTS (As Harmonized with Development Partners) Procurement of

161

The quantity of ceiling works to be paid for shall be measured by the number of square meters installed/applied complete and accepted by the "Engineer". Separate measurement will not be made for individual detailed items of this work not listed herein; nor for compliance with various detailed requirements applicable to this work; as such shall be considered incidental to work measured as specified above. Payment will be made under:

ITEM NO. DESCRIPTION UNIT OF MEASUREMENT

6 Ceiling sq.m

Page 162: Procurement of INFRASTRUCTURE PROJECTSdotr.gov.ph/images/Public_Bidding/CivilWorks/Air_Sector...PHILIPPINE BIDDING DOCUMENTS (As Harmonized with Development Partners) Procurement of

162

MOISTURE AND THERMAL PROTECTION

5.1 ROOFING 5.1.1 DESCRIPTION

The work includes installation of pre-painted Rib-type Long-span roofing complete with hardware and accessories.

5.1.2 GENERAL

The work includes furnishing all materials and requirements performing all operations to provide a long span corrugated twin ribbed roofing and miscellaneous roofing works as required to provide an acceptable installation. Surfaces to which metal formed roofing sheets are to be applied shall be thoroughly cleaned and prepared, free from any defects that may affect the application. Metal formed roofing shall be locked and lapped and installed as applicable. Specific installation details shall be in accordance with manufacturer’s recommended installation practice.

Metal formed roofing and sheets and accessories shall be carefully handled at all times in strong and handling to prevent damage to the surfaces, edges and ends and shall be slightly elevated for drainage. Metal formed roofing and sheets and accessories shall be delivered to the site in the original sealed container or packages bearing the manufacturer’s name and brand designated where materials are covered by a reference specification number, type and class as applicable.

5.1.3 INSTALLATION

Lay and install the first sheet with the turned down edge towards the outside of the area to be covered. Overlap the next sheet to the previous sheet in such a manner that the exposed edge is turned down and the covered edge is turned up. Side up fasteners should be done by rivets and washers spaced from 300 mm to 450 mm on centers.

Care should be exercised in the proper anchorage of all roof frames.

Ridge strips for ridge rolls and ridge flashings are attached to the roofing sheets by means of rivets. Other flashings are to be fabricated from plain sheets of the same materials as the roofing in accordance with details and/or site requirements. These are also attached to roofing sheets by means of rivet.

Page 163: Procurement of INFRASTRUCTURE PROJECTSdotr.gov.ph/images/Public_Bidding/CivilWorks/Air_Sector...PHILIPPINE BIDDING DOCUMENTS (As Harmonized with Development Partners) Procurement of

163

5.1.4 TEMPORARY PROTECTION

Metal formed roofing sheet surfaces requiring protection from stains, discoloration, surface abrasion and other construction abuses shall be suitably protected in accordance with the manufacturer’s recommendations.

5.1.5 FINAL CLEARING

Upon completion, the Contractor shall clean the metal formed roofing sheets surfaces and drain line of burrs, leaves, stones and other foreign matter that may impair the flow of water. Surface shall be kept clean by periodic inspection.

5.2 RADIANT HEAT BARRIER 5.2.1 SCOPE OF WORK The Contractor shall furnish and install all labor and material to complete the work. 5.2.2 MATERIAL 5.2.2.1 RADIANT BARRIER

Radiant Barrier shall be fire retardant aluminum foil for roof insulation. It shall have a 6 layer fire retardant double-sided aluminum foil laminate with superior radiant heat barrier properties. It shall be tearproof, waterproof and possesses the following properties.

Elongation : 150% ASTM D882 Water Vapor Transmission : Greater than 5000 Mns/g ASTM E96-E Water Vapor Permeance : Less than 0.20 ng/Ns Less than 0.004 (Perms) ASTM E96-E Tensile Strength : M.D. 6.6 KN/m D.D. 5.0 KN/m C.D. 4.7 KN/m ASTM 828 Puncture Resistance : 1.0 Joules T.APPA T800 Reflectivity : 86% ASTM E466-71 Emissivity : 5% Roll Size : 1.25m x 60m = 75.00 sq.m.

Page 164: Procurement of INFRASTRUCTURE PROJECTSdotr.gov.ph/images/Public_Bidding/CivilWorks/Air_Sector...PHILIPPINE BIDDING DOCUMENTS (As Harmonized with Development Partners) Procurement of

164

Weight : 200 g/m2 Thickness : 0.190mm Total R-Value (M2K/W) : 1.72 Fire Retardant BS476 : Part 6 Class 0 Part 7 Class 1 5.2.3 WORKMANSHIP

The product shall be delivered to the site in its original package or container bearing the manufacturers name and brand designation.

All materials shall be installed by skilled and selected workmen familiar with the aforementioned product.

5.2.4 INSTALLATION

The installation shall have a joint overlap of 75mm. It shall be unrolled foil down length of roof from ridge.

For further information, see manufacturer’s specifications.

5.3 ELASTOMERIC WATERPROOFING MEMBRANE 5.3.1 SCOPE OF WORK

The Contractor shall furnish and install all materials and labor required to provide waterproofing on designated locations.

5.3.2 MATERIAL

Elastomeric waterproofing membrane shall be liquid applied single component and made by a reputable manufacturer.

5.3.3 PREPARATION

All surfaces to be waterproofed should be clean, sound and dry. Concrete surfaces should have a light steel-trowel followed by a fine hair-broom or equivalent finish that is dry and free from dust, oil and other contaminants. Remove all high spots. Moss and lichen must be removed physically followed by treatment with fungal wash down through and allow to dry. Lattence should be removed from concrete by grit blasting, wire brushing or water jet blasting and allowing to dry. For installation procedure and other information, see manufacturer’s specification.

Page 165: Procurement of INFRASTRUCTURE PROJECTSdotr.gov.ph/images/Public_Bidding/CivilWorks/Air_Sector...PHILIPPINE BIDDING DOCUMENTS (As Harmonized with Development Partners) Procurement of

165

FINISHES 7.1 CEMENT FINISHES 7.1.1 SCOPE OF WORK

This work includes furnishing of all materials, equipment and labor, and other facilities necessary to complete all scored cement finish.

7.1.2 MATERIALS

Normal Portland Cement conforming to ASTM Standard C150.

Sand shall be hard, sharp, well washed, siliceous, clean and free from deleterious materials conforming to ASTM Specifications C40.

7.1.3 WORKMANSHIP

Thoroughly clean concrete surface of all dirt, dust, oil patches and other foreign matters. Apply the 1:2 mix cement mortar, trowelled and leveled in accordance with the required slope in the plane. After the mortar has hardened initially, apply scored finish in accordance with the approved sample.

7.2 CEMENT MORTAR 7.2.1 GENERAL

Plastering work shall be properly coordinated with the work of other trades. The work of other trades shall be adequate protected from damage during plastering operations. Finishing work shall be protected with a covering of heavy Kraft waterproof paper or other approved protective covering with lapped and sealed joints. Scaffolding shall be amply strong, well braced, tied, securely and inspected regularly. Overloading on scaffolding shall not be permitted.

7.2.2 DELIVERY, STORAGE AND HANDLING OF MATERIALS

Manufactured materials shall be delivered in the manufacturer’s original unbroken packages or containers which are labeled plainly with the manufacturer’s names and brands. Cementitious materials shall be kept dry until ready to be used. They shall be stored off ground under cover and away from seating walls and other damp surfaces.

7.2.3 MATERIALS

Portland cement shall conform to the Standard Specifications ASTM C-150, Type 1, and latest edition.

Page 166: Procurement of INFRASTRUCTURE PROJECTSdotr.gov.ph/images/Public_Bidding/CivilWorks/Air_Sector...PHILIPPINE BIDDING DOCUMENTS (As Harmonized with Development Partners) Procurement of

166

Sand shall be hard, sharp, well-washed, siliceous, clean and free from deleterious materials, conforming to ASTM C-40. Water shall be fresh, clean and free from organic matter, acids and alkalis.

7.2.4 MIXTURE

Plaster materials, specified on a volumetric basis, shall be measured accurately in approved containers that will insure the specified proportion. Measuring materials with shovels (shovel count) shall not be permitted. Mortar for plastering shall be mixed in the proportion by volume of one part Portland cement, 3 parts sand and 25% part hydrated lime. Mortar for finish coat shall be of the same proportioning as specified for plastering expect that proportion of sand be increased to not more than 4 parts.

7.2.5 WORKMANSHIP

Plastering work shall be finished level, plumb, square and true with a tolerance of 0.30mm to 3.00mm, without waves, cracks, blisters, pits, crazings, discoloration’s, projections, or other imperfections. Plastering work shall be formed carefully around angles, contours, and well up to screeds. Special care shall be taken to prevent sagging and consequent dropping of applications. There shall be no visible junction marks in the finish coat where one day’s work adjoining another.

7.2.6 APPLICATION

Surfaces to receive plaster shall be cleaned of all projections, dust, loose particles, grease bond breeders and other foreign matter. Plaster shall not be applied directly to (a) concrete masonry surfaces that have been coated with bituminous compound (b) surfaces that have painted materials or previously plastered. Before the plaster work is started, masonry surfaces shall be wetted thoroughly with fog spray of clean water to produce a uniformly moist condition. Metal grounds, corner beads, screed and other accessories shall be checked carefully for alignment before work is started.

Brown coat shall be applied with sufficient pressure to fill the grooves in hollow block of concrete to prevent air pockets and secure a good bond. Brown coat shall be lightly scratched and broomed. Each coat of cement plaster shall be kept moist for 48 hours after application and then allowed to dry.

Finished coat shall be applied until after brown coat has seasoned for 7 days. Just before application of the finished coat, brown coat shall again be evenly moistened with fog spray. Finished coat shall be floated first to a true and even surfaces then trowelled in a manner that will force the sand particles down into the plaster. Plastered surfaces shall be smooth and free from rough areas, trowel marks, checks and blemishes. Thickness of plaster shall be 3/8” on vertical concrete and on masonry.

Page 167: Procurement of INFRASTRUCTURE PROJECTSdotr.gov.ph/images/Public_Bidding/CivilWorks/Air_Sector...PHILIPPINE BIDDING DOCUMENTS (As Harmonized with Development Partners) Procurement of

167

7.2 PLAIN CEMENT WITH FLOOR HARDENER 7.3.1 SCOPE OF WORK

This work includes furnishing all labor, materials, equipment, and other facilities, and the satisfactory performance of all work necessary to complete all plain cement with floor hardener work specified herein.

7.3.2 MATERIALS

Floor hardener shall be non-rusting and on titanium base, to provide extreme hard and highly abrasion and impact resistant floors. It shall be monolithic bonded with base concrete, impact resistant, oil and grease resistant., dense and non-porous, free from rust-stain, easy to install and highly abrasion resistant. Verify color.

7.3.3 WORKMANSHIP

7.3.3.1 DELIVERY Materials shall be delivered to the site in their original packages of containers bearing the manufacturers name and brand designation.

7.3.3.2 PREPARATION

Floor hardener shall be prepared and applied strictly in accordance with the manufacturer’s printed instruction. Flat troweling shall be done keeping the trowel flat and only after the surface has sufficiently set, a second and flat trowelling shall be done. Continue trowelling process until the desired surface finish is achieved.

7.3.3.3 CONSUMPTION

Heavy duty : 4 - 6 kg/sq.m. Floor Hardener 4 - 6 kg/sq.m. Cement 7.4 TILE WORKS 7.4.1 SCOPE OF WORK

Furnish materials and equipment and perform labor required to complete installation of 200mm. x 200mm. x 6.5mm thk. Vitrified and glazed Ceramic Tiles for flooring and walls respectively, 300mm. x 300mm. x 8mm. thk. Vitrified Ceramic Tiles and 50mm. x 200mm. x 6.5mm. thk. red bricks. See drawings and details for location and extent of work required.

7.4.2 SAMPLES

Submit samples of floor and wall tiles, and countertop marble slab including all required beads and moldings to the C.O. before purchase for approval as to quality and shade or color.

Page 168: Procurement of INFRASTRUCTURE PROJECTSdotr.gov.ph/images/Public_Bidding/CivilWorks/Air_Sector...PHILIPPINE BIDDING DOCUMENTS (As Harmonized with Development Partners) Procurement of

168

7.4.3 DELIVERY OF MATERIALS

Deliver all materials in original cartons and containers with labels intact and seals unbroken.

7.4.4 MEASUREMENT AND COORDINATION The Contractor shall coordinate with other trades involved before starting finishing work. He shall protect works of other trades from damage while finishing works is in progress. Tile work shall not be started until roughing-ins for plumbing and electrical work have been completed and tested.

7.4.5 PROTECTION OF FINISHED WORK

Cover floors with heavy building paper before foot traffic is permitted over finished tile floors. Lay board walkways on floors to be used as passageways.

7.4.6 PRODUCTS 7.4.6.1 BRICK TILES

Bricks shall be 50mm. x 200mm. x 6.5mm. thk. Natural red colored brick. It shall be installed with the 2” side exposed.

Glazed Wall Tiles - standard glaze bright or matte glazed. Square edge or cushion edge with integral spacers approximately 8 millimeters (5/16 inch.) thick.

Vitrified Unglazed Floor Tile - standard grade unglazed natural clay type dust-pressed or extruded approximately 6 millimeters (¼ inch) thick.

Accessories- soap holders and paper holders shall be recessed type to follow color specified.

Vinyl floor tile wherever indicated in the drawing shall be 2.4mm thick, Kentile, Armstrong for Vinyl Floor Tile. Verify color and design.

Marble tiles for counter top shall be locally produced tiles of the size, grade, shade or color specified herein. It must be free from imperfections that will affect its quality, appearance and strength after polishing.

7.4.6.2 GROUT MATERIALS

Portland Cement Grout:

Scratch Coat : 1 part portland cement to 5 parts damp sand to 1/5 part hydrate lime.

Mortar Bed : 1 part portland cement to 5 parts sand to ½ part hydrated lime.

Page 169: Procurement of INFRASTRUCTURE PROJECTSdotr.gov.ph/images/Public_Bidding/CivilWorks/Air_Sector...PHILIPPINE BIDDING DOCUMENTS (As Harmonized with Development Partners) Procurement of

169

Bond Coat : Neat portland Cement paste.

7.4.7 EXECUTION 7.4.7.1 APPLICATION OF SCRATCH COAT

Thoroughly dampen, but do not saturate surfaces of masonry or concrete walls before applying the scratch coat. Surface areas shall appear slightly damp. Allow no free water on the surface. On masonry, first apply a thin coat with great pressure then bring it out sufficiently to compensation for the major irregularities on the masonry surfaces to a thickness of not less than 6 millimeters (¼ inch) at any point. On surfaces not sufficiently rough to provide good mechanical key, dash on the first coat with a whisk broom or fiber brush using a strong whipping motion. Do not trowel or otherwise disturb mortar applied by dashing until it has hardened. Evenly rake scratch coats, but not dash coats, to provide good mechanical key for one (1) subsequent coat before the mortar has fully hardened.

7.4.7.2 FLOOR TILE INSTALLATION ON MORTAR BED

Before spreading the setting bed, establish lines of borders and center the fieldwork in both directions to permit the pattern to be laid with a minimum of cut tiles. Clean concrete sub-floor then moisten but not soak. Afterwards, sprinkle dry cement over the surface and spread the mortar on the setting bed. Mix mortar 1 part Portland cement to 3 parts sand. Tamp to assure good bond over the entire areas and screed to provide a smooth and level bed at proper height and slope. Pitch floor drain as required. After setting bed has been set sufficiently to be worked over, sprinkle dry cement over surface and lay tile. Keep tile joints parallel and straight and lay tile. Keep tile joints parallel and straight over the entire area by using straight edges. Tamp the tile solidly on to the bed, using wood blocks of size to endure solid bedding free from depressions. Lay tiles from center lines outward and make adjustments at walls.

7.4.7.3 WALL TILE INSTALLATION ON MORTAR BED

Before application of mortar bed, dampen the surface of scratch coat evenly to obtain uniform suction. Use temporary or spot grounds to control the thickness of the mortar bed. Fill out the mortar bed even with the ground and rod it to a true plane. Apply the mortar bed over an area no greater than what can be covered with tiles while the coat is still plastic. Allow no single application or mortar to be 19 millimeters (3/4 inch) thick. Completely immerse glazed wall tile in clean water and soak it at least 1/2 hour. After removal, stack tile on edge long enough to drain off excess water. Re-soak and drain individual tiles that dry along edges. Allow a bond coat 0.80 millimeters to 1.6 millimeters coats of paint over the shop prime coat. Touch up all exposed metal with anti-rust.

7.4.7.4 VINYL TILE INSTALLATION

Page 170: Procurement of INFRASTRUCTURE PROJECTSdotr.gov.ph/images/Public_Bidding/CivilWorks/Air_Sector...PHILIPPINE BIDDING DOCUMENTS (As Harmonized with Development Partners) Procurement of

170

The surface to which flooring is to be applied shall be thoroughly dried, cleaned and leveled. Brush apply primer at a rate of 0.40 liter/m2 to base surfaces and leave to dry for more than 24 hours. Lay tiles in accordance to approved layout drawings with tiles aligned to axis of the room and with proper border widths. All completion, tile surfaces shall be cleaned and thoroughly polished by applying two coats of wax in accordance with directions of the manufacturer of the tile employed.

7.4.7.5 MARBLE INSTALLATION Bedding Bedding mortar shall consist of one (1) part Portland cement to three (3) parts sand mix thoroughly until required consistently is reached.

Horizontal

Bedding mortar setting bed is spread, thoroughly clean concrete or masonry surface, making sure that it is free from dust or dirt accumulation and thoroughly moisten it with clean, fresh water. Spread mortar until surface of mortar setting bed is absolutely true and even in place, either leveled or uniformly sloped for drainage, ad required. Place at one operation as large an area as can be covered with tiles before mortar reaches its initial setting.

Vertical

Where tiles are to be applied to masonry construction thoroughly clean and directly moisten surface before applying scratch coat. Properly moisten scratch coat or plumb coat, when there is one, prior to placing of tiles. Spot scratch coat or plumb coat when there is one, with pieces of tiles mortared in place to accurately indicate plane of tile when wall is finished. Butter each tile with setting mortar applied as butter coat, consisting of one (1) part Portland cement, one half (½) to one (1) part lime putty and three (3) parts sand. Cover back of each tile with setting mortar and bring to plumb and true surface flush with spot tiles previously mortared in place into scratch or plumb coat to indicate plane of finished wall.

Polishing Surface

After all marble slabs had been laid it shall be wet ground with an electric grinding machine to a smooth, even surface. For vertical surfaces use an electric sanding machine. Use No.24 grit abrasive stone for the initial rubbing follow by No. 80 grit abrasive stone.

Finishing Final rubbing shall be done by the use of abrasive stone no coarser than No.80 grit and shall remove scratches and produce a true surface. The finish surface, after final grinding and rubbing shall not show a wave exceeding one thirty second (1/32) of an inch, when tested with steel straight edge, three (3) feet long. After final grinding, it shall be thoroughly cleaned and left in a finished polished condition using an electric buffing machine.

7.4.7.6 CLEANING

The contractor shall clean all paints, spots, daubs, oil and stain in their entirely from all similar items and leave the work in perfect condition upon

Page 171: Procurement of INFRASTRUCTURE PROJECTSdotr.gov.ph/images/Public_Bidding/CivilWorks/Air_Sector...PHILIPPINE BIDDING DOCUMENTS (As Harmonized with Development Partners) Procurement of

171

completion, satisfactory in every respect to the Owner and the Construction Officer.

7.4.7.7 GUARANTEE

The Contractor shall guarantee his work in strict accord with the requirements for “Guarantee” as set forth in the General Conditions of the Contract Documents.

7.5 PAINTING SPECIFICATIONS 7.5.1 WORK INCLUDED

The work includes furnishing of all labor, painting equipment, scaffolding, protective coverings and materials, including those classified more in particulars as paint, hereinafter.

“Paint” as referred in this specifications shall mean and include the surface finish treatment consisting of any, all or some of the following items, primers, fillers, body and final coats, emulsions, vanish, stain or enamels.

7.5.2 WORK NOT INCLUDED

All ornamental metal works such as those of aluminum, stainless steel, brass except where otherwise required.

All shop and prime coats specified as part of the work of other trades.

All held painting of electrical and mechanical equipment, all piping including painting of pipe classification color designation.

All finished surfaces like washout finish, glazed tiles, glass, plastic, etc.

7.5.3 GENERAL REQUIREMENT

The Contractor shall examine the specifications for the various other trades and shall thoroughly familiarize himself with all of the items and surfaces of work to be included.

The Contractor shall protect the work of all other trade against damage or injury by the Contractor’s employees, or by the materials, tools or utensils used in connection with the work. The Contractor shall at his own expense repair all wok damaged as a result of the prosecution of this Contract.

7.5.4 MATERIALS

All paint materials to be used shall meet the requirement of the Products Standard Agency (Department of Trade and Industry).

Painting materials shall be by BOYSEN, DUTCH BOY or equivalent.

Page 172: Procurement of INFRASTRUCTURE PROJECTSdotr.gov.ph/images/Public_Bidding/CivilWorks/Air_Sector...PHILIPPINE BIDDING DOCUMENTS (As Harmonized with Development Partners) Procurement of

172

The manufacturer’s certificate of origin and quality shall be submitted to the Construction Officer for inspection and approval before using any of the paint materials herein specified.

Paint materials such as linseed oil, shellac, turpentine, etc., shall be pure, of highest quality and should bear identifying label on container.

The use of white zinc (lithopone) shall not be allowed.

Finish paint, in general, shall be as prepared by paint manufacturers, and no mixing at site shall be permitted.

7.5.5.1 TINTING COLOR

Tinting colors for oil paints shall be colors in oil, ground in pure linseed oil, and of highest grade obtainable. Acri- color for all water emulsion paints.

Color pigments shall be used to produce the exact shades of paint which shall conform to the approved color scheme of the finished coat. The first coat shall be white.

7.5.5.2 READY MIXED

With the exception of ready mixed materials in original containers, all mixing shall be done at jobsite. No materials are to be reduced or changed except as specified by manufacturer of said material.

7.5.5 DELIVERY AND STORAGE OF MATERIALS

All materials shall be delivered to the jobsite in manufacturer’s factory sealed materials containers with the manufacturer’s brand and name clearly marked and intact. All materials shall be stored only in one place assigned for this purpose, and such storage shall be kept clean and neat and all damage hereto, or its surroundings, shall be made good. All necessary precautions shall be taken in the storage of paints, oils, etc. to prevent fires by complying with all applicable fire prevention and safety ordinances. Paints shall be kept covered at all times.

7.5.6 WORKMANSHIP

7.5.6.1 INSPECTION OF SURFACE TO BE PAINTED

The Contractor shall inspect all surfaces to be painted and all defected shall be remedied before starting work. Commencing of work by the Contractor indicates his acceptance of the surface. No work shall be started unless the Contractor shall have made certain as to the dryness of surfaces. Tests shall be made in the presence of the Construction Officer or his authorized representative, to verify dryness of surface to be painted.

7.5.6.2 SURFACE

All concrete shall be allowed to weather for Preparation at least one (1) month before painting. Clean all surfaces to be

Page 173: Procurement of INFRASTRUCTURE PROJECTSdotr.gov.ph/images/Public_Bidding/CivilWorks/Air_Sector...PHILIPPINE BIDDING DOCUMENTS (As Harmonized with Development Partners) Procurement of

173

painted and varnished of loose dirt and dust before painting is started. Do the customary amount of sanding in the Construction Officer’s opinion to produce a surface suitable to receive paint or varnish. Inspect all surfaces with regard to their suitability to receive a finish. In the event that the imperfection due to materials of workmanship shall appear on any surface after the application of paint, the cost of any correction shall be borne by the contractor. Damage to any painted or varnished finish due to carelessness or negligence of their crafts shall be corrected. Touch all knots, pitch streaks and sappy spots with approved sealer, putty nail-holes, cracks, after the first coat with non-shrinking putty of a color to match that to the finish.

7.5.6.3 PREPARATION OF METAL SURFACES Wash all metal surfaces with mineral sprints or detergents to remove any dirt or grease before applying materials. Where rust or scale is present, wire brush or sandpaper clean before painting. Treat rusty portions with Metal Etching Solution # 71 or approved equivalent. Rinse and let dry.

7.5.6.4 PREPARATION OF EXTERIOR AND INTERIOR CONCRETE WALLS

Prepare masonry surface to be painted by removing all dirt, dust, oil and grease stains and efflorescence. Treat with masonry Neutralizer # 44 or approved equivalent. Mix one liter of Masonry Neutralizer with 16 liters of water, then apply liberally by brush and let dry overnight before rinsing with water. Let dry.

7.5.6.5 PREPARATION OF WOODWORK

Woodwork that is to have a finished of treatment, whether executed as field Woodwork work or shop finished, shall be smooth and free from raised grain or other surface imperfections that would affect its appearance, and shall be slightly sanded or steel wooled between coats or finishes. All woodwork shall be sanded lightly with #100 sandpaper between coats. Paint shall be thoroughly dried before sanding.

Before applying succeeding coats, primers and undercoats shall be complete Integral and performing the function for which they are specified. Properly prepare and touch up all scratches, abrasions, or any other disfigurement and remove any foreign matter before proceeding with the following coat.

Page 174: Procurement of INFRASTRUCTURE PROJECTSdotr.gov.ph/images/Public_Bidding/CivilWorks/Air_Sector...PHILIPPINE BIDDING DOCUMENTS (As Harmonized with Development Partners) Procurement of

174

Do not apply final coat on interior work until other trades are finished with their work in any given area in normal sequence and all materials and debris removed and the premises left in satisfactory broom-clean condition as approved.

7.5.6.6 PREPARATION OF CONCRETE MORTAR SURFACE

Concrete or cement mortar surfaces shall be thoroughly dried before painting and shall be cleaned by brushing of dirt or deposits of foreign materials. Porous concrete surfaces shall be treated with a synthetic emulsion clear sealer, polyvinyl chloride or epoxy sealed as suited for the base material. Cracks and holes shall be filled with putty, polyvinyl chloride or epoxy sealed as suited for the base material. Cracks and holes shall be filled with putty, polyvinyl chloride putty or epoxy putty. Monolithic concrete or porous concrete surfaces shall be putted with cement filler, synthetic emulsion putty, polyvinyl chloride putty or epoxy putty, and the putty scraped off to a smooth surface. Use putty that is compatible with the surface to be painted and the paint materials. When required, the surfaces shall be sanded with sandpaper # 120-180.

7.5.6.7 PROTECTION OF HARDWARE AND ACCESSORIES

Remove or protect hardware, hardware accessories, plates, lighting fixtures and similar items placed prior to painting, and reposition or remove protection upon completion of each space. Disconnect equipment adjacent to walls, where necessary, move to permit painting of wall surfaces, and following completion of painting, replace and reconnect.

Paint backsides of access panels, removable or hinged covers and the like.

7.5.6.8 MIXING

Painting Contractor shall provide galvanized iron pans of suitable size in which all mixing pails shall be placed. No mixing shall be permitted outside these pans where rust inhibitive painting at the jobsite is not practicable, the surfaces shall be given 2 coats of rust-inhibitive paint at the fabrication shop.

Immediately after delivery of metal materials to the site, all marred or other defective paint coat shall be remedied by touch-up painting.

Field painting shall be applied after installation or fabrication and when welding has been completed. Welded portions shall be cleaned of deposits of foreign materials and given 2 coats of rust-inhibitive paint, provided that

Page 175: Procurement of INFRASTRUCTURE PROJECTSdotr.gov.ph/images/Public_Bidding/CivilWorks/Air_Sector...PHILIPPINE BIDDING DOCUMENTS (As Harmonized with Development Partners) Procurement of

175

portions where painting after installation is not practicable, they shall be painted before installation.

Rust inhibitive paint may be applied by dipping.

Hole Filling

Deep holes, indented portions and large services of wood doors and wood furnishing shall be spot leveled with filling putty. Each application of putty shall be kept thin and additional coats be applied after the previous coat has been dried, resulting in a smooth surface which will not thin down. Sand-papering over putty not dried nor hardened shall not be allowed.

Application of Putty

Putty shall be applied to decayed portions, crevices and irregularities with wood with metal spatulas to a thin coat to meet the surface conditions. After putty coat has dried, the surfaces shall be sanded with # 120-180 sandpaper to a smooth surface by repetitive sanding.

Sealing When coloring is required for base wood surfaces which are subject to irregular absorption, base wood surfaces shall be sealed. Sealing shall be done by brush applying sealing compound uniformly or by spraying, sealing compound with a spray gun to a thin coat.

Wood Filling

Wood filling compound shall be applied into holes with a brush of hard bristles or a wood spatula and surplus filling compound shall be scraped off. After leaving for a short period and when the compound is still sticky, the surface shall be rubbed with cotton waste or rough cloth in the direction perpendicular to grain of the wood and finish wiped with soft cloth.

Care shall be taken not to leave surplus filling compound at corners and moldings.

When coating is made for wood filling, the surface shall be finished wiped carefully nor to remove colored coat and not to leave surplus compound.

After wood filling and when required time has elapsed, setting of wood filling shall be performed by brush applying setting compound uniformly or by thin application with a spray gun.

Page 176: Procurement of INFRASTRUCTURE PROJECTSdotr.gov.ph/images/Public_Bidding/CivilWorks/Air_Sector...PHILIPPINE BIDDING DOCUMENTS (As Harmonized with Development Partners) Procurement of

176

7.5.6.9 APPLICATION

All painting and varnish work shall be done in workmanlike manner by skilled house painter and varnished only.

All materials shall be evenly applied so as to form a film of uniform thickness, free from sags, runs, crawls, or other defects. Paint shall be thoroughly stirred so as to have the pigment evenly in suspension while paint is being applied.

In general and unless otherwise specified, and/or instructed by the Construction Officer due to actual conditions on the job, no less than 24 hours’ time shall elapse between application of succeeding coats. Each coat of paint shall be allowed to dry thoroughly and inspected for approval before the succeeding coat is applied.

No painting shall be done in damp weather.

Except where otherwise noted or specified, all paints shall be applied in three (3) coats.

No work shall be done under conditions unsuitable for the production of good results. No painting or varnishing on woodwork shall be done while plastering is in process of drying.

Surfaces which cannot be satisfactorily finished on the number of coats specified shall have additional coats, or such preparatory coats and subsequent coats as may be required to produce satisfactory finished work at the expense of the Contractor.

All parts of molding and ornaments shall be left clean and true to details.

All finishes shall be uniform as to sheen color and texture except when glazing is required.

Brush Painting

Painting brush including roller brush shall be the products manufactured for application of specific type painting materials and shall be of proper shape with bristles suited for use at the painting locations.

Brush painting shall be executed uniformly with special care at joints of colors, caved or convicted corners and with true brush marks, free from unpainted portions, drippings, flows, bubbles or other defective works.

Page 177: Procurement of INFRASTRUCTURE PROJECTSdotr.gov.ph/images/Public_Bidding/CivilWorks/Air_Sector...PHILIPPINE BIDDING DOCUMENTS (As Harmonized with Development Partners) Procurement of

177

Spray Painting Spray gun application shall be used where indicated in the color scheme schedule.

Spray painting shall be executed with spray painting guns suited for the use Spray painting shall be performed carefully so that smooth planes with uniform paint coats are attained, free of unpainted portions, paint irregularities, flows, drippings, bubbles or other defective works.

Rust-inhibitive Painting for Ferrous

Rust-inhibitive paint shall be applied immediately after removal of dirt, oil and rust.

7.5.7 PAINT FINISHES

ITEM REMARKS

Exterior and Interior Concrete Walls Apply one (1) coat of Permacoat Flat Latex #707 or approved equivalent as primer/sealer by brush or roller. Let dry for 2 hours before re-coating. Putty cracks, crevices and surface defects with Acrytex Cast #1711 or approved equivalent using putty knife. Let dry, sand and spot prime puttied area with primer. Apply two (2) coats Permacoat Latex Topcoat (Permacoat Semi-Gloss #715 or approved equivalent, Off-White) by brush or roller. Allow 2 hours drying in between coats.

Interior/Exterior Woodwork 1st Coat: Flat wall Enamel #800 or Approved equivalent. Putty: Plasolux Glazing Putty #311 or approved equivalent. 2nd and 3rd Coats: Semi-Gloss Enamel #200 or approved equivalent Off-White.

All Metal Works Primer: Red Lead Primer #37 or Approved equivalent. Topcoat: Quick Drying Enamel #600 or approved equivalent Accent Color.

Page 178: Procurement of INFRASTRUCTURE PROJECTSdotr.gov.ph/images/Public_Bidding/CivilWorks/Air_Sector...PHILIPPINE BIDDING DOCUMENTS (As Harmonized with Development Partners) Procurement of

178

7.5.8 SAMPLE

Before ordering material, sample applications of each type of finish and color shall be submitted to the Architect for approval.

7.5.9 CLEANING The Contractor shall clean all paints, spots, daubs, oil and stain in their

entirely from all similar items and leave the work in perfect condition upon completion, satisfactory in every respect to the Owner and the Construction Officer.

7.5.10 GUARANTEE

The Contractor shall guarantee his work in strict accord with the requirements for “Guarantee” as set forth in the General Conditions of the Contract Documents.

7.6 SCHEDULE OF FINISHES 7.6.1 EXTERIOR 7.6.1.1 Roof : GA 24 pre-painted Rib-Type Longspan roofing sheets w/ pre- fabricated/ pre-painted Ridge/Hip roll # Ocean Blue color, DN Hi-Rib 1030 or approved equivalent. 7.6.1.2 Canopy/ Eaves Ceiling: 1.20m. x 2.44m. x 6.5mm thk. Marine Plywood ceiling board w/ 25mm. x 25mm. KD Roof Vent Slats w/ Aluminum Wire Mesh screens. 7.6.1.3 Fascia Board: 25mm. x 300mm. KD Wooden Fascia Board, Quick Drying Enamel Paint Finish, #680 C. Brown, Boysen or approved equivalent. 7.6.1.4 Walls: Plain Cement Plaster wall facing, Semi-Gloss Latex Paint Finish,#715, w/ Latex Colors-Beige, Boysen or approved equivalent. 7.6.1.5 Plantbox: 50mm. x 200mm. x 6.5mm. thk. Red Bricks on scratch coated surface. 7.6.1.6 Door: 6.5mm. thk Clear Glass Door on Aluminum Frames w/ 6.5mm. thk. Clear Glass Transom on Aluminum Head and Jambs, Analok finish. Wooden Flush Door ( 6.5mm. thk. Marine Plywood

Page 179: Procurement of INFRASTRUCTURE PROJECTSdotr.gov.ph/images/Public_Bidding/CivilWorks/Air_Sector...PHILIPPINE BIDDING DOCUMENTS (As Harmonized with Development Partners) Procurement of

179

Facing ) on wooden Head and Jambs. Quick Drying Enamel #680- C. Brown, Boysen or approved equivalent. 7.6.1.7 Windows: 5mm. thk. Clear Glass on Steel Casement and Awning type Windows. 7.6.1.8 Flooring at Entry Porch: 200mm. x 200mm. x 6.5mm. thk. Vitrified Ceramic Tile, Sandy White. 7.6.2 INTERIOR 7.6.2.1 STAFF ROOM 7.6.2.1a Floor : 300mm. x 300mm. x 6.5mm. thk. vitrified Ceramic Tile , Pastel Peach color. 7.6.2.1b Walls : Plain Cement Plaster facing, Semi-gloss Latex paint finish,#715 Latex Colors- Warm Gray, Boysen or approved equivalent. 7.6.2.1c Ceiling : 6.5mm. thk. Ord. Plywood Ceiling Board w/ Curtain Cove, Exposed steel truss : Paint finish (verify color) 7.6.2.1d Thermal Insulation system under the roof. 7.6.2.2 OFFICE AREA 7.6.2.2a Floor : 2.6mm vinyl composition tiles 7.6.2.2b Walls : Paint finish with wall base 7.6.2.2c Ceiling: 60cm x 60cm acoustic board on based suspended grid ceiling system. 7.6.2.3 COMFORT ROOM 7.6.2.3a Floor : 20cm x 20cm non-skid unglazed tiles 7.6.2.3b Walls : 20cm x 20cm glazed tiles 7.6.2.3c Ceiling: painted ¼thk. marine plywood (v-cut joint) 7.6.2.3d Counter Top: Marble tiles(verify color & design) 7.6.2.3e Partitions: floor mounted high pressure laminated partitions 7.6.2.4 STAIRS 7.6.2.4a Steps : 30cm x 60cm marbles tiles(verify color & design with copper nosing. 7.6.2.4b Handrail : stainless steel. 7.6.2.5 DOORS 7.6.2.5a Offices : Vinyl Panels. 7.6.2.5b Comfort Rooms: Vinyl with louvers.

Page 180: Procurement of INFRASTRUCTURE PROJECTSdotr.gov.ph/images/Public_Bidding/CivilWorks/Air_Sector...PHILIPPINE BIDDING DOCUMENTS (As Harmonized with Development Partners) Procurement of

180

Section VII. Drawings

Page 181: Procurement of INFRASTRUCTURE PROJECTSdotr.gov.ph/images/Public_Bidding/CivilWorks/Air_Sector...PHILIPPINE BIDDING DOCUMENTS (As Harmonized with Development Partners) Procurement of

STATION

PROFILE

DISTANCE

ACCUMULATED

ELEVATION

NAT. GROUND

ELEVATION

DESIGN

EL. 2

EL. 3

EL. 4

EL. 5

EL. 6

4.290

3.785

3.795

4.350

3.969

3.890

4.298

4.260

4.210

4.245

0+

000

0+

020

0+

034.50

0+

040

0+

052.22

VEHICULAR PARKING AREA

slope = .26%

EXISTING VPA

CAAP PROPERTY LINE

P

S

R

A

F

N

A

R

T

M

T

O

T

N

E

O

O

C

D

N

A

T

R

A

N

O

I

T

P

C

I

N

U

A

E

DS

N

O

I

T

M

M

The Columbia Tower, Ortigas Ave., Mandaluyong City, Metro Manila

Project Development Service

DEPARTMENT OF TRANSPORTATION AND COMMUNICATIONS

Republic of the Philippines

Office of the Director

ROXAS AIRPORT DEVELOPMENT PROJECT (C.Y. 2014)

CONSTRUCTION AND EMBANKMENT OF VPA

Recommending Approval:

Approved by:

Reviewed by:

Assistant Secretary for Project DevelopmentJAIME RAPHAEL C. FELICIANO

Undersecretary for PlanningRENE K. LIMCAOCO

Assistant Secretary for Project DevelopmentDEO LEO N. MANALO

CIVIL / STRUCTURAL ENGINEER

CW-0202 07

1 / 2

0+

000

0+

020

0+

034.50

0+

040

0+

052.22

LAYOUT PLAN

SCALE 1: 4000 MTS

KEY PLAN

SCALE 1: 800 MTS

Page 182: Procurement of INFRASTRUCTURE PROJECTSdotr.gov.ph/images/Public_Bidding/CivilWorks/Air_Sector...PHILIPPINE BIDDING DOCUMENTS (As Harmonized with Development Partners) Procurement of

STATION 0+000

DISTANCE

ACCUMULATED

ELEVATION

NAT. GROUND

ELEVATION

DESIGN

EL. 2

EL. 3

EL. 4

EL. 5

EL. 6

EL. 7

0.000

22.000

0.25 THK. PCCP

Embankment

4.078

4.328

4.340

3.602

4.361

4.342

CAAP ADMIN

CONC. FENCE

4.350

4.290

Excavation

Area = 51.30

Area = 32.90

-24.75

26.52

STATION 0+020

DISTANCE

ACCUMULATED

ELEVATION

NAT. GROUND

ELEVATION

DESIGN

EL. 2

EL. 3

EL. 4

EL. 5

EL. 6

EL. 7

4.288

4.311

EXISTING FENCE

3.841

3.789

4.272

3.717

CONC. FENCE

4.298

3.785

Embankment

Excavation

Area = 59.94

Area = 73.81

-28.94

22.00

34.67

0.000

0.25 THK. PCCP

STATION 0+034.50

DISTANCE

ACCUMULATED

ELEVATION

NAT. GROUND

ELEVATION

DESIGN

EL. 2

EL. 3

EL. 4

EL. 5

EL. 6

EL. 7

4.415

3.966

4.392

3.914

4.260

3.795

EXISTING FENCE

CAAP PROPERTY LINE

Embankment

Excavation

Area = 57.68

Area = 65.84

-28.94

0.000

22.000

4.236

3.736

31.440

0.25 THK. PCCP

STATION 0+040

DISTANCE

ACCUMULATED

ELEVATION

NAT. GROUND

ELEVATION

DESIGN

EL. 2

EL. 3

EL. 4

EL. 5

EL. 6

EL. 7

3.890

4.254

EXISTING FENCE

CAAP PROPERTY LINE

Embankment

ExcavationArea = 46.36

Area = 71.03

4.268

3.893

-29.904

3.890

36.31

4.238

3.872

STATION 0+052.22

DISTANCE

ACCUMULATED

ELEVATION

NAT. GROUND

ELEVATION

DESIGN

EL. 2

EL. 3

EL. 4

EL. 5

EL. 6

EL. 7

3.969

4.210

CAAP PROPERTY LINE

Embankment

ExcavationArea = 21.38

Area = 35.65

EXISTING FENCE

4.224

3.754

-30.500

0.000

slope = .26%

EXISTING VPA

CAAP PROPERTY LINE0.25m thk. PCCP

0.25m Aggregate Base Course

P

S

R

A

F

N

A

R

T

M

T

O

T

N

E

O

O

C

D

N

A

T

R

A

N

O

I

T

P

C

I

N

U

A

E

DS

N

O

I

T

M

M

The Columbia Tower, Ortigas Ave., Mandaluyong City, Metro Manila

Project Development Service

DEPARTMENT OF TRANSPORTATION AND COMMUNICATIONS

Republic of the Philippines

Office of the Director

ROXAS AIRPORT DEVELOPMENT PROJECT (C.Y. 2014)

CONSTRUCTION AND EMBANKMENT OF VPA

Recommending Approval:

Approved by:

Reviewed by:

Assistant Secretary for Project DevelopmentJAIME RAPHAEL C. FELICIANO

Undersecretary for PlanningRENE K. LIMCAOCO

Assistant Secretary for Project DevelopmentDEO LEO N. MANALO

CIVIL / STRUCTURAL ENGINEER

CW-0202 07

2 / 2

TYPICAL SECTION OF VPA

SCALE 1:1.5 MTS

PAVING JOINT DETAIL

N O T T O S C A L E

HOUSEHOLD LAYOUT

SCALE 1: 200 MTS

BLOCKING DETAIL

N O T T O S C A L E

Page 183: Procurement of INFRASTRUCTURE PROJECTSdotr.gov.ph/images/Public_Bidding/CivilWorks/Air_Sector...PHILIPPINE BIDDING DOCUMENTS (As Harmonized with Development Partners) Procurement of

CW-11 21

1 21

Republic of the PhilippinesDEPARTMENT OF TRANSPORTATION AND COMMUNICATIONS

Project Development ServiceUnit 83, The Columbia Tower, Brgy. Wack-Wack, Ortigas Ave., Mandaluyong City, 1555

PROJECT SCOPE:

S

R A

FN

RMT

OT

N E

CD

R IT

P

N

AS N O

MM

Total Sheet No.:

Sheet No.:

LOCATION :

PROJECT NAME :

/

Sheet Content: Revisions:

Office of the Director

SCALE M.

3

CW- 1 1:3,000

SCALE M.

3

CW- 1 H=1 : 250M.V=1 : 50

15.00 22.50 22.50 15.00C

L

EXISTING RUNWAY SHOULDER GRADE

CORRECTION

EXISTING RUNWAYSHOULDER GRADE

CORRECTION

EMBANKMENT EMBANKMENT

1.3

3%

SLO

PE

2.0

%

SLO

PE

1.3

3%

SLO

PE

2.0

%

SLO

PE

CIVIL / STRUCTURAL ENGINEER

Recommending Approval:

Approved by:

Reviewed by:

Assistant Secretary for Project DevelopmentJAIME RAPHAEL C. FELICIANO

Undersecretary for PlanningRENE K. LIMCAOCO

Director, Project Development ServiceDEO LEO N. MANALO ROXAS AIRPORT DEVELOPMENT PROJECT (C.Y. 2014)

SHOULDER GRADE CORRECTION OF RUNWAY

ROXAS CITY, CAPIZ

Page 184: Procurement of INFRASTRUCTURE PROJECTSdotr.gov.ph/images/Public_Bidding/CivilWorks/Air_Sector...PHILIPPINE BIDDING DOCUMENTS (As Harmonized with Development Partners) Procurement of

0+000

0+020

0+040

0+060

0+080

STATION

DISTANCE

ACCUMULATED

ELEVATION

NAT. GROUND

ELEVATION

DESIGN

EL. 7

EL. 8

EL. 9

EL. 10

EL. 11

STATION

DISTANCE

ACCUMULATED

ELEVATION

NAT. GROUND

ELEVATION

DESIGN

EL. 7

EL. 8

EL. 9

EL. 10

EL. 11

STATION

DISTANCE

ACCUMULATED

ELEVATION

NAT. GROUND

ELEVATION

DESIGN

EL. 7

EL. 8

EL. 9

EL. 10

EL. 11

STATION

DISTANCE

ACCUMULATED

ELEVATION

NAT. GROUND

ELEVATION

DESIGN

EL. 7

EL. 8

EL. 9

EL. 10

EL. 11

STATION

DISTANCE

ACCUMULATED

ELEVATION

NAT. GROUND

ELEVATION

DESIGN

EL. 7

EL. 8

EL. 9

EL. 10

EL. 11

Area = 5.19

Area = 11.96

Area = 10.43

Area = 9.57

Area = 7.3

Area = 10.42

Area = 6.44

Area = 13.02

Area = 5.74

Area = 15.09

9.301

9.451

9.601

9.128

8.793

9.9

9.601

9.451

9.301

8.265

8.614

0 22.5

30

37.5

-22.5

-30

-37.5

1

9.401

9.551

9.701

8.848

8.309

10

9.701

9.551

8.82

9.401

8.528

9.295

9.451

9.601

8.873

8.617

9.9

9.601

9.451

8.663

9.301

8.391

9.301

8.66

9.451

8.987

9.601

9.9

9.601

9.451

8.49

9.301

8.003

9.301

8.651

9.451

9.123

9.601

9.9

9.601

9.451

8.359

9.301

7.907

0 22.5

30

37.5

-22.5

-30

-37.5

0 22.5

30

37.5

-22.5

-30

-37.5

0 22.5

30

37.5

-22.5

-30

-37.5

0 22.5

30

37.5

-22.5

-30

-37.5

CW-22 21

2 21

Republic of the PhilippinesDEPARTMENT OF TRANSPORTATION AND COMMUNICATIONS

Project Development ServiceUnit 83, The Columbia Tower, Brgy. Wack-Wack, Ortigas Ave., Mandaluyong City, 1555

PROJECT SCOPE:

S

R A

FN

RMT

OT

N E

CD

R IT

P

N

AS N O

MM

Total Sheet No.:

Sheet No.:

LOCATION :

PROJECT NAME :

/

Sheet Content: Revisions:

Office of the Director CIVIL / STRUCTURAL ENGINEER

Recommending Approval:

Approved by:

Reviewed by:

Assistant Secretary for Project DevelopmentJAIME RAPHAEL C. FELICIANO

Undersecretary for PlanningRENE K. LIMCAOCO

Director, Project Development ServiceDEO LEO N. MANALO ROXAS AIRPORT DEVELOPMENT PROJECT (C.Y. 2014)

SHOULDER GRADE CORRECTION OF RUNWAY

ROXAS CITY, CAPIZ

Page 185: Procurement of INFRASTRUCTURE PROJECTSdotr.gov.ph/images/Public_Bidding/CivilWorks/Air_Sector...PHILIPPINE BIDDING DOCUMENTS (As Harmonized with Development Partners) Procurement of

0+100

0+120

0+140

0+160

0+180

STATION

DISTANCE

ACCUMULATED

ELEVATION

NAT. GROUND

ELEVATION

DESIGN

EL. 7

EL. 8

EL. 9

EL. 10

EL. 11

STATION

DISTANCE

ACCUMULATED

ELEVATION

NAT. GROUND

ELEVATION

DESIGN

EL. 7

EL. 8

EL. 9

EL. 10

EL. 11

STATION

DISTANCE

ACCUMULATED

ELEVATION

NAT. GROUND

ELEVATION

DESIGN

EL. 7

EL. 8

EL. 9

EL. 10

EL. 11

STATION

DISTANCE

ACCUMULATED

ELEVATION

NAT. GROUND

ELEVATION

DESIGN

EL. 7

EL. 8

EL. 9

EL. 10

EL. 11

STATION

DISTANCE

ACCUMULATED

ELEVATION

NAT. GROUND

ELEVATION

DESIGN

EL. 7

EL. 8

EL. 9

EL. 10

EL. 11

Area = 6.45

Area = 14.54

Area = 7.16

Area = 13.68

Area = 10.39

Area = 13.98

Area = 11.35

Area = 15.73

Area = 11.13

Area = 15.72

9.301

9.451

9.601

8.963

8.7

9.9

9.601

9.451

9.301

7.846

8.382

2

9.301

8.672

9.451

8.824

9.601

9.9

9.601

9.451

8.315

9.301

7.953

9.297

8.449

9.447

8.561

9.597

9.897

9.597

9.447

9.297

7.884

8.417

9.301

8.403

9.451

8.555

9.601

9.9

9.601

9.451

8.443

9.301

7.769

9.301

8.303

9.451

8.564

9.601

9.9

9.601

9.451

8.277

9.301

7.88

0 22.5

30

37.5

-22.5

-30

-37.5

0 22.5

30

37.5

-22.5

-30

-37.5

0 22.5

30

37.5

-22.5

-30

-37.5

0 22.5

30

37.5

-22.5

-30

-37.5

0 22.5

30

37.5

-22.5

-30

-37.5

CW-33 21

3 21

Republic of the PhilippinesDEPARTMENT OF TRANSPORTATION AND COMMUNICATIONS

Project Development ServiceUnit 83, The Columbia Tower, Brgy. Wack-Wack, Ortigas Ave., Mandaluyong City, 1555

PROJECT SCOPE:

S

R A

FN

RMT

OT

N E

CD

R IT

P

N

AS N O

MM

Total Sheet No.:

Sheet No.:

LOCATION :

PROJECT NAME :

/

Sheet Content: Revisions:

Office of the Director CIVIL / STRUCTURAL ENGINEER

Recommending Approval:

Approved by:

Reviewed by:

Assistant Secretary for Project DevelopmentJAIME RAPHAEL C. FELICIANO

Undersecretary for PlanningRENE K. LIMCAOCO

Director, Project Development ServiceDEO LEO N. MANALO ROXAS AIRPORT DEVELOPMENT PROJECT (C.Y. 2014)

SHOULDER GRADE CORRECTION OF RUNWAY

ROXAS CITY, CAPIZ

Page 186: Procurement of INFRASTRUCTURE PROJECTSdotr.gov.ph/images/Public_Bidding/CivilWorks/Air_Sector...PHILIPPINE BIDDING DOCUMENTS (As Harmonized with Development Partners) Procurement of

0+200

0+220

0+240

0+260

0+280

STATION

DISTANCE

ACCUMULATED

ELEVATION

NAT. GROUND

ELEVATION

DESIGN

EL. 7

EL. 8

EL. 9

EL. 10

EL. 11

STATION

DISTANCE

ACCUMULATED

ELEVATION

NAT. GROUND

ELEVATION

DESIGN

EL. 7

EL. 8

EL. 9

EL. 10

EL. 11

STATION

DISTANCE

ACCUMULATED

ELEVATION

NAT. GROUND

ELEVATION

DESIGN

EL. 7

EL. 8

EL. 9

EL. 10

EL. 11

STATION

DISTANCE

ACCUMULATED

ELEVATION

NAT. GROUND

ELEVATION

DESIGN

EL. 7

EL. 8

EL. 9

EL. 10

EL. 11

STATION

DISTANCE

ACCUMULATED

ELEVATION

NAT. GROUND

ELEVATION

DESIGN

EL. 7

EL. 8

EL. 9

EL. 10

EL. 11

Area = 11.98

Area = 11.63

Area = 11.07

Area = 10.19

Area = 14.2 Area = 11.52

Area = 12.44

Area = 10.26

Area = 11.96

Area = 11.87

9.298

9.448

9.598

8.408

8.223

9.897

9.598

9.448

9.298

8.124

8.67

3

9.201

8.106

9.351

8.425

9.501

9.8

9.501

9.351

8.478

9.201

8.186

9.201

7.748

9.351

8.287

9.501

9.8

9.501

9.351

8.324

9.201

8.234

9.201

7.912

9.351

8.206

9.501

9.8

9.501

9.351

8.544

9.201

8.135

9.201

7.996

9.351

8.506

9.501

9.8

9.501

9.351

8.583

9.201

8.069

0 22.5

30

37.5

-22.5

-30

-37.5

0 22.5

30

37.5

-22.5

-30

-37.5

0 22.5

30

37.5

-22.5

-30

-37.5

0 22.5

30

37.5

-22.5

-30

-37.5

0 22.5

30

37.5

-22.5

-30

-37.5

CW-44 21

4 21

Republic of the PhilippinesDEPARTMENT OF TRANSPORTATION AND COMMUNICATIONS

Project Development ServiceUnit 83, The Columbia Tower, Brgy. Wack-Wack, Ortigas Ave., Mandaluyong City, 1555

PROJECT SCOPE:

S

R A

FN

RMT

OT

N E

CD

R IT

P

N

AS N O

MM

Total Sheet No.:

Sheet No.:

LOCATION :

Recommending Approval:

Approved by:

PROJECT NAME :

/

Sheet Content: Revisions:

Office of the Director

Reviewed by:

Assistant Secretary for Project DevelopmentJAIME RAPHAEL C. FELICIANO

Undersecretary for PlanningRENE K. LIMCAOCO

Director, Project Development ServiceDEO LEO N. MANALO

CIVIL / STRUCTURAL ENGINEER

ROXAS AIRPORT DEVELOPMENT PROJECT (C.Y. 2014)

SHOULDER GRADE CORRECTION OF RUNWAY

ROXAS CITY, CAPIZ

Page 187: Procurement of INFRASTRUCTURE PROJECTSdotr.gov.ph/images/Public_Bidding/CivilWorks/Air_Sector...PHILIPPINE BIDDING DOCUMENTS (As Harmonized with Development Partners) Procurement of

0+300

0+320

0+340

0+360

0+380

STATION

DISTANCE

ACCUMULATED

ELEVATION

NAT. GROUND

ELEVATION

DESIGN

EL. 7

EL. 8

EL. 9

EL. 10

EL. 11

STATION

DISTANCE

ACCUMULATED

ELEVATION

NAT. GROUND

ELEVATION

DESIGN

EL. 7

EL. 8

EL. 9

EL. 10

EL. 11

STATION

DISTANCE

ACCUMULATED

ELEVATION

NAT. GROUND

ELEVATION

DESIGN

EL. 7

EL. 8

EL. 9

EL. 10

EL. 11

STATION

DISTANCE

ACCUMULATED

ELEVATION

NAT. GROUND

ELEVATION

DESIGN

EL. 7

EL. 8

EL. 9

EL. 10

EL. 11

STATION

DISTANCE

ACCUMULATED

ELEVATION

NAT. GROUND

ELEVATION

DESIGN

EL. 7

EL. 8

EL. 9

EL. 10

EL. 11

Area = 13.66

Area = 13.58

Area = 13.14

Area = 12.49

Area = 14.58

Area = 10.18

Area = 15.84

Area = 7.12

Area = 13.24

Area = 12.7

4

9.201

9.351

9.501

8.519

7.797

9.8

9.501

9.351

9.201

7.968

8.275

9.201

7.878

9.351

8.118

9.501

9.8

9.501

9.351

8.306

9.201

8.08

9.101

7.618

9.251

8.223

9.401

9.7

9.401

9.251

8.445

9.101

8.123

9.101

7.515

9.251

7.957

9.401

9.7

9.401

9.251

8.754

9.101

8.282

9.101

7.834

9.251

8.094

9.401

9.7

9.401

9.251

8.279

9.101

7.855

0 22.5

30

37.5

-22.5

-30

-37.5

0 22.5

30

37.5

-22.5

-30

-37.5

0 22.5

30

37.5

-22.5

-30

-37.5

0 22.5

30

37.5

-22.5

-30

-37.5

0 22.5

30

37.5

-22.5

-30

-37.5

CW-55 21

5 21

Republic of the PhilippinesDEPARTMENT OF TRANSPORTATION AND COMMUNICATIONS

Project Development ServiceUnit 83, The Columbia Tower, Brgy. Wack-Wack, Ortigas Ave., Mandaluyong City, 1555

PROJECT SCOPE:

S

R A

FN

RMT

OT

N E

CD

R IT

P

N

AS N O

MM

Total Sheet No.:

Sheet No.:

LOCATION :

PROJECT NAME :

/

Sheet Content: Revisions:

Office of the Director CIVIL / STRUCTURAL ENGINEER

Recommending Approval:

Approved by:

Reviewed by:

Assistant Secretary for Project DevelopmentJAIME RAPHAEL C. FELICIANO

Undersecretary for PlanningRENE K. LIMCAOCO

Director, Project Development ServiceDEO LEO N. MANALO ROXAS AIRPORT DEVELOPMENT PROJECT (C.Y. 2014)

SHOULDER GRADE CORRECTION OF RUNWAY

ROXAS CITY, CAPIZ

Page 188: Procurement of INFRASTRUCTURE PROJECTSdotr.gov.ph/images/Public_Bidding/CivilWorks/Air_Sector...PHILIPPINE BIDDING DOCUMENTS (As Harmonized with Development Partners) Procurement of

0+400

0+420

0+440

0+460

0+480

STATION

DISTANCE

ACCUMULATED

ELEVATION

NAT. GROUND

ELEVATION

DESIGN

EL. 7

EL. 8

EL. 9

EL. 10

EL. 11

STATION

DISTANCE

ACCUMULATED

ELEVATION

NAT. GROUND

ELEVATION

DESIGN

EL. 7

EL. 8

EL. 9

EL. 10

EL. 11

STATION

DISTANCE

ACCUMULATED

ELEVATION

NAT. GROUND

ELEVATION

DESIGN

EL. 7

EL. 8

EL. 9

EL. 10

EL. 11

STATION

DISTANCE

ACCUMULATED

ELEVATION

NAT. GROUND

ELEVATION

DESIGN

EL. 7

EL. 8

EL. 9

EL. 10

EL. 11

STATION

DISTANCE

ACCUMULATED

ELEVATION

NAT. GROUND

ELEVATION

DESIGN

EL. 7

EL. 8

EL. 9

EL. 10

EL. 11

Area = 10.14

Area = 11.46

Area = 7.18

Area = 11.07

Area = 8.17

Area = 8.74

Area = 6.08

Area = 11.43

Area = 5.24

Area = 14.19

5

9.101

9.251

9.401

8.419

8.059

9.7

9.401

9.251

9.101

7.973

8.398

9.001

8.177

9.151

8.662

9.301

9.6

9.301

9.151

8.411

9.001

7.828

9.001

7.99

9.151

8.774

9.301

9.6

9.301

9.151

8.52

9.001

8.101

9.001

8.368

9.151

8.764

9.301

9.6

9.301

9.151

8.217

9.001

7.914

8.901

8.298

9.051

8.776

9.201

9.5

9.201

9.051

7.839

8.901

7.5

0 22.5

30

37.5

-22.5

-30

-37.5

0 22.5

30

37.5

-22.5

-30

-37.5

0 22.5

30

37.5

-22.5

-30

-37.5

0 22.5

30

37.5

-22.5

-30

-37.5

0 22.5

30

37.5

-22.5

-30

-37.5

CW-66 21

6 21

Republic of the PhilippinesDEPARTMENT OF TRANSPORTATION AND COMMUNICATIONS

Project Development ServiceUnit 83, The Columbia Tower, Brgy. Wack-Wack, Ortigas Ave., Mandaluyong City, 1555

PROJECT SCOPE:

S

R A

FN

RMT

OT

N E

CD

R IT

P

N

AS N O

MM

Total Sheet No.:

Sheet No.:

LOCATION :

PROJECT NAME :

/

Sheet Content: Revisions:

Office of the Director CIVIL / STRUCTURAL ENGINEER

Recommending Approval:

Approved by:

Reviewed by:

Assistant Secretary for Project DevelopmentJAIME RAPHAEL C. FELICIANO

Undersecretary for PlanningRENE K. LIMCAOCO

Director, Project Development ServiceDEO LEO N. MANALO ROXAS AIRPORT DEVELOPMENT PROJECT (C.Y. 2014)

SHOULDER GRADE CORRECTION OF RUNWAY

ROXAS CITY, CAPIZ

Page 189: Procurement of INFRASTRUCTURE PROJECTSdotr.gov.ph/images/Public_Bidding/CivilWorks/Air_Sector...PHILIPPINE BIDDING DOCUMENTS (As Harmonized with Development Partners) Procurement of

0+500

0+520

0+540

0+560

0+580

STATION

DISTANCE

ACCUMULATED

ELEVATION

NAT. GROUND

ELEVATION

DESIGN

EL. 7

EL. 8

EL. 9

EL. 10

EL. 11

STATION

DISTANCE

ACCUMULATED

ELEVATION

NAT. GROUND

ELEVATION

DESIGN

EL. 7

EL. 8

EL. 9

EL. 10

EL. 11

STATION

DISTANCE

ACCUMULATED

ELEVATION

NAT. GROUND

ELEVATION

DESIGN

EL. 7

EL. 8

EL. 9

EL. 10

EL. 11

STATION

DISTANCE

ACCUMULATED

ELEVATION

NAT. GROUND

ELEVATION

DESIGN

EL. 7

EL. 8

EL. 9

EL. 10

EL. 11

STATION

DISTANCE

ACCUMULATED

ELEVATION

NAT. GROUND

ELEVATION

DESIGN

EL. 7

EL. 8

EL. 9

EL. 10

EL. 11

Area = 4.47

Area = 11.37

Area = 5.58Area = 11.3

Area = 5.04

Area = 12.19

Area = 6.03

Area = 11.5

Area = 7.5

Area = 14.33

6

9.001

9.151

9.301

8.431

8.992

9.6

9.301

9.151

9.001

7.947

8.151

9.001

8.36

9.151

8.861

9.301

9.6

9.301

9.151

8.225

9.001

7.893

9.001

8.453

9.151

8.814

9.301

9.6

9.301

9.151

8.212

9.001

7.843

8.901

8.249

9.051

8.678

9.201

9.5

9.201

9.051

8.119

8.901

7.805

8.901

8.034

9.051

8.597

9.201

9.5

9.201

9.051

7.851

8.901

7.558

0 22.5

30

37.5

-22.5

-30

-37.5

0 22.5

30

37.5

-22.5

-30

-37.5

0 22.5

30

37.5

-22.5

-30

-37.5

0 22.5

30

37.5

-22.5

-30

-37.5

0 22.5

30

37.5

-22.5

-30

-37.5

CW-77 21

7 21

Republic of the PhilippinesDEPARTMENT OF TRANSPORTATION AND COMMUNICATIONS

Project Development ServiceUnit 83, The Columbia Tower, Brgy. Wack-Wack, Ortigas Ave., Mandaluyong City, 1555

PROJECT SCOPE:

S

R A

FN

RMT

OT

N E

CD

R IT

P

N

AS N O

MM

Total Sheet No.:

Sheet No.:

LOCATION :

PROJECT NAME :

/

Sheet Content: Revisions:

Office of the Director CIVIL / STRUCTURAL ENGINEER

Recommending Approval:

Approved by:

Reviewed by:

Assistant Secretary for Project DevelopmentJAIME RAPHAEL C. FELICIANO

Undersecretary for PlanningRENE K. LIMCAOCO

Director, Project Development ServiceDEO LEO N. MANALO ROXAS AIRPORT DEVELOPMENT PROJECT (C.Y. 2014)

SHOULDER GRADE CORRECTION OF RUNWAY

ROXAS CITY, CAPIZ

Page 190: Procurement of INFRASTRUCTURE PROJECTSdotr.gov.ph/images/Public_Bidding/CivilWorks/Air_Sector...PHILIPPINE BIDDING DOCUMENTS (As Harmonized with Development Partners) Procurement of

0+600

0+620

0+640

0+660

0+680

STATION

DISTANCE

ACCUMULATED

ELEVATION

NAT. GROUND

ELEVATION

DESIGN

EL. 7

EL. 8

EL. 9

EL. 10

EL. 11

STATION

DISTANCE

ACCUMULATED

ELEVATION

NAT. GROUND

ELEVATION

DESIGN

EL. 7

EL. 8

EL. 9

EL. 10

EL. 11

STATION

DISTANCE

ACCUMULATED

ELEVATION

NAT. GROUND

ELEVATION

DESIGN

EL. 7

EL. 8

EL. 9

EL. 10

EL. 11

STATION

DISTANCE

ACCUMULATED

ELEVATION

NAT. GROUND

ELEVATION

DESIGN

EL. 7

EL. 8

EL. 9

EL. 10

EL. 11

STATION

DISTANCE

ACCUMULATED

ELEVATION

NAT. GROUND

ELEVATION

DESIGN

EL. 7

EL. 8

EL. 9

EL. 10

EL. 11

Area = 10.12

Area = 13.32

Area = 11.82

Area = 12.39

Area = 8.15

Area = 11.94

Area = 8.61

Area = 11.7

Area = 8.58 Area = 11.53

7

8.901

9.051

9.201

8.112

7.872

9.5

9.201

9.051

8.901

7.631

7.972

8.901

7.657

9.051

8.106

9.201

9.5

9.201

9.051

8.082

8.901

7.72

8.901

7.968

9.051

8.525

9.201

9.5

9.201

9.051

8.033

8.901

7.833

8.901

7.924

9.051

8.477

9.201

9.5

9.201

9.051

8.134

8.901

7.871

8.901

7.931

9.051

8.471

9.201

9.5

9.201

9.051

8.185

8.901

7.826

0 22.5

30

37.5

-22.5

-30

-37.5

0 22.5

30

37.5

-22.5

-30

-37.5

0 22.5

30

37.5

-22.5

-30

-37.5

0 22.5

30

37.5

-22.5

-30

-37.5

0 22.5

30

37.5

-22.5

-30

-37.5

CW-88 21

8 21

Republic of the PhilippinesDEPARTMENT OF TRANSPORTATION AND COMMUNICATIONS

Project Development ServiceUnit 83, The Columbia Tower, Brgy. Wack-Wack, Ortigas Ave., Mandaluyong City, 1555

PROJECT SCOPE:

S

R A

FN

RMT

OT

N E

CD

R IT

P

N

AS N O

MM

Total Sheet No.:

Sheet No.:

LOCATION :

PROJECT NAME :

/

Sheet Content: Revisions:

Office of the Director CIVIL / STRUCTURAL ENGINEER

Recommending Approval:

Approved by:

Reviewed by:

Assistant Secretary for Project DevelopmentJAIME RAPHAEL C. FELICIANO

Undersecretary for PlanningRENE K. LIMCAOCO

Director, Project Development ServiceDEO LEO N. MANALO ROXAS AIRPORT DEVELOPMENT PROJECT (C.Y. 2014)

SHOULDER GRADE CORRECTION OF RUNWAY

ROXAS CITY, CAPIZ

Page 191: Procurement of INFRASTRUCTURE PROJECTSdotr.gov.ph/images/Public_Bidding/CivilWorks/Air_Sector...PHILIPPINE BIDDING DOCUMENTS (As Harmonized with Development Partners) Procurement of

0+700

0+720

0+740

0+760

0+780

STATION

DISTANCE

ACCUMULATED

ELEVATION

NAT. GROUND

ELEVATION

DESIGN

EL. 7

EL. 8

EL. 9

EL. 10

EL. 11

STATION

DISTANCE

ACCUMULATED

ELEVATION

NAT. GROUND

ELEVATION

DESIGN

EL. 7

EL. 8

EL. 9

EL. 10

EL. 11

STATION

DISTANCE

ACCUMULATED

ELEVATION

NAT. GROUND

ELEVATION

DESIGN

EL. 7

EL. 8

EL. 9

EL. 10

EL. 11

STATION

DISTANCE

ACCUMULATED

ELEVATION

NAT. GROUND

ELEVATION

DESIGN

EL. 7

EL. 8

EL. 9

EL. 10

EL. 11

STATION

DISTANCE

ACCUMULATED

ELEVATION

NAT. GROUND

ELEVATION

DESIGN

EL. 7

EL. 8

EL. 9

EL. 10

EL. 11

Area = 7.57

Area = 12.59

Area = 8.01

Area = 6.14

Area = 9.25

Area = 3.87

Area = 13.03

Area = 12.11

Area = 10.11

Area = 13.02

8

8.801

8.951

9.101

8.453

7.939

9.4

9.101

8.951

8.801

7.602

8.008

8.801

7.937

8.951

8.405

9.101

9.4

9.101

8.951

8.523

8.801

8.208

8.801

7.763

8.951

8.293

9.101

9.4

9.101

8.951

8.731

8.801

8.361

8.801

7.271

8.951

8.156

9.101

9.4

9.101

8.951

7.978

8.801

7.669

8.801

7.702

8.951

8.225

9.101

9.4

9.101

8.951

7.949

8.801

7.546

0 22.5

30

37.5

-22.5

-30

-37.5

0 22.5

30

37.5

-22.5

-30

-37.5

0 22.5

30

37.5

-22.5

-30

-37.5

0 22.5

30

37.5

-22.5

-30

-37.5

0 22.5

30

37.5

-22.5

-30

-37.5

CW-99 21

9 21

Republic of the PhilippinesDEPARTMENT OF TRANSPORTATION AND COMMUNICATIONS

Project Development ServiceUnit 83, The Columbia Tower, Brgy. Wack-Wack, Ortigas Ave., Mandaluyong City, 1555

PROJECT SCOPE:

S

R A

FN

RMT

OT

N E

CD

R IT

P

N

AS N O

MM

Total Sheet No.:

Sheet No.:

LOCATION :

PROJECT NAME :

/

Sheet Content: Revisions:

Office of the Director CIVIL / STRUCTURAL ENGINEER

Recommending Approval:

Approved by:

Reviewed by:

Assistant Secretary for Project DevelopmentJAIME RAPHAEL C. FELICIANO

Undersecretary for PlanningRENE K. LIMCAOCO

Director, Project Development ServiceDEO LEO N. MANALO ROXAS AIRPORT DEVELOPMENT PROJECT (C.Y. 2014)

SHOULDER GRADE CORRECTION OF RUNWAY

ROXAS CITY, CAPIZ

Page 192: Procurement of INFRASTRUCTURE PROJECTSdotr.gov.ph/images/Public_Bidding/CivilWorks/Air_Sector...PHILIPPINE BIDDING DOCUMENTS (As Harmonized with Development Partners) Procurement of

0+800

0+820

0+840

0+860

0+880

STATION

DISTANCE

ACCUMULATED

ELEVATION

NAT. GROUND

ELEVATION

DESIGN

EL. 7

EL. 8

EL. 9

EL. 10

EL. 11

STATION

DISTANCE

ACCUMULATED

ELEVATION

NAT. GROUND

ELEVATION

DESIGN

EL. 7

EL. 8

EL. 9

EL. 10

EL. 11

STATION

DISTANCE

ACCUMULATED

ELEVATION

NAT. GROUND

ELEVATION

DESIGN

EL. 7

EL. 8

EL. 9

EL. 10

EL. 11

STATION

DISTANCE

ACCUMULATED

ELEVATION

NAT. GROUND

ELEVATION

DESIGN

EL. 7

EL. 8

EL. 9

EL. 10

EL. 11

STATION

DISTANCE

ACCUMULATED

ELEVATION

NAT. GROUND

ELEVATION

DESIGN

EL. 7

EL. 8

EL. 9

EL. 10

EL. 11

Area = 7.11

Area = 14.52

Area = 4.2

Area = 11.08

Area = 7.5

Area = 9.39

Area = 8.21

Area = 10.41

Area = 7.52

Area = 10.92

9

8.801

8.951

9.101

8.508

7.976

9.4

9.101

8.951

8.801

7.271

7.935

8.801

8.252

8.951

8.787

9.101

9.4

9.101

8.951

7.993

8.801

7.712

8.801

7.901

8.951

8.547

9.101

9.4

9.101

8.951

8.215

8.801

7.981

8.801

7.852

8.951

8.468

9.101

9.4

9.101

8.951

8.121

8.801

7.834

8.801

7.963

8.951

8.51

9.101

9.4

9.101

8.951

8.104

8.801

7.892

0 22.5

30

37.5

-22.5

-30

-37.5

0 22.5

30

37.5

-22.5

-30

-37.5

0 22.5

30

37.5

-22.5

-30

-37.5

0 22.5

30

37.5

-22.5

-30

-37.5

0 22.5

30

37.5

-22.5

-30

-37.5

CW-1010 21

10 21

Republic of the PhilippinesDEPARTMENT OF TRANSPORTATION AND COMMUNICATIONS

Project Development ServiceUnit 83, The Columbia Tower, Brgy. Wack-Wack, Ortigas Ave., Mandaluyong City, 1555

PROJECT SCOPE:

S

R A

FN

RMT

OT

N E

CD

R IT

P

N

AS N O

MM

Total Sheet No.:

Sheet No.:

LOCATION :

PROJECT NAME :

/

Sheet Content: Revisions:

Office of the Director CIVIL / STRUCTURAL ENGINEER

Recommending Approval:

Approved by:

Reviewed by:

Assistant Secretary for Project DevelopmentJAIME RAPHAEL C. FELICIANO

Undersecretary for PlanningRENE K. LIMCAOCO

Director, Project Development ServiceDEO LEO N. MANALO ROXAS AIRPORT DEVELOPMENT PROJECT (C.Y. 2014)

SHOULDER GRADE CORRECTION OF RUNWAY

ROXAS CITY, CAPIZ

Page 193: Procurement of INFRASTRUCTURE PROJECTSdotr.gov.ph/images/Public_Bidding/CivilWorks/Air_Sector...PHILIPPINE BIDDING DOCUMENTS (As Harmonized with Development Partners) Procurement of

0+900

0+920

0+940

0+960

0+980

STATION

DISTANCE

ACCUMULATED

ELEVATION

NAT. GROUND

ELEVATION

DESIGN

EL. 7

EL. 8

EL. 9

EL. 10

EL. 11

STATION

DISTANCE

ACCUMULATED

ELEVATION

NAT. GROUND

ELEVATION

DESIGN

EL. 7

EL. 8

EL. 9

EL. 10

EL. 11

STATION

DISTANCE

ACCUMULATED

ELEVATION

NAT. GROUND

ELEVATION

DESIGN

EL. 7

EL. 8

EL. 9

EL. 10

EL. 11

STATION

DISTANCE

ACCUMULATED

ELEVATION

NAT. GROUND

ELEVATION

DESIGN

EL. 7

EL. 8

EL. 9

EL. 10

EL. 11

STATION

DISTANCE

ACCUMULATED

ELEVATION

NAT. GROUND

ELEVATION

DESIGN

EL. 7

EL. 8

EL. 9

EL. 10

EL. 11

Area = 7.44

Area = 11.05

Area = 8.07

Area = 10.47

Area = 7.84

Area = 11.05

Area = 7.43

Area = 10.56

Area = 7.49

Area = 10.56

10

8.801

8.951

9.101

8.475

7.992

9.4

9.101

8.951

8.801

7.88

8.244

8.801

7.924

8.951

8.373

9.101

9.4

9.101

8.951

8.195

8.801

7.929

8.801

7.985

8.951

8.146

9.101

9.4

9.101

8.951

8.113

8.801

7.802

8.801

8.043

8.951

8.27

9.101

9.4

9.101

8.951

8.088

8.801

7.955

8.801

7.995

8.951

8.36

9.101

9.4

9.101

8.951

8.105

8.801

7.878

0 22.5

30

37.5

-22.5

-30

-37.5

0 22.5

30

37.5

-22.5

-30

-37.5

0 22.5

30

37.5

-22.5

-30

-37.5

0 22.5

30

37.5

-22.5

-30

-37.5

0 22.5

30

37.5

-22.5

-30

-37.5

CW-1111 21

11 21

Republic of the PhilippinesDEPARTMENT OF TRANSPORTATION AND COMMUNICATIONS

Project Development ServiceUnit 83, The Columbia Tower, Brgy. Wack-Wack, Ortigas Ave., Mandaluyong City, 1555

PROJECT SCOPE:

S

R A

FN

RMT

OT

N E

CD

R IT

P

N

AS N O

MM

Total Sheet No.:

Sheet No.:

LOCATION :

PROJECT NAME :

/

Sheet Content: Revisions:

Office of the Director CIVIL / STRUCTURAL ENGINEER

Recommending Approval:

Approved by:

Reviewed by:

Assistant Secretary for Project DevelopmentJAIME RAPHAEL C. FELICIANO

Undersecretary for PlanningRENE K. LIMCAOCO

Director, Project Development ServiceDEO LEO N. MANALO ROXAS AIRPORT DEVELOPMENT PROJECT (C.Y. 2014)

SHOULDER GRADE CORRECTION OF RUNWAY

ROXAS CITY, CAPIZ

Page 194: Procurement of INFRASTRUCTURE PROJECTSdotr.gov.ph/images/Public_Bidding/CivilWorks/Air_Sector...PHILIPPINE BIDDING DOCUMENTS (As Harmonized with Development Partners) Procurement of

1+000

1+020

1+040

1+060

1+080

STATION

DISTANCE

ACCUMULATED

ELEVATION

NAT. GROUND

ELEVATION

DESIGN

EL. 7

EL. 8

EL. 9

EL. 10

EL. 11

STATION

DISTANCE

ACCUMULATED

ELEVATION

NAT. GROUND

ELEVATION

DESIGN

EL. 7

EL. 8

EL. 9

EL. 10

EL. 11

STATION

DISTANCE

ACCUMULATED

ELEVATION

NAT. GROUND

ELEVATION

DESIGN

EL. 7

EL. 8

EL. 9

EL. 10

EL. 11

STATION

DISTANCE

ACCUMULATED

ELEVATION

NAT. GROUND

ELEVATION

DESIGN

EL. 7

EL. 8

EL. 9

EL. 10

EL. 11

STATION

DISTANCE

ACCUMULATED

ELEVATION

NAT. GROUND

ELEVATION

DESIGN

EL. 7

EL. 8

EL. 9

EL. 10

EL. 11

Area = 7.61

Area = 10.94

Area = 6.77

Area = 11.57

Area = 6.84

Area = 12.63

Area = 7.39

Area = 13.77

Area = 7.38

Area = 15.21

11

8.801

8.951

9.101

8.163

7.973

9.4

9.101

8.951

8.801

7.898

8.067

8.801

8.089

8.951

8.278

9.1

9.4

9.101

8.951

8.001

8.801

7.792

8.801

8.067

8.951

8.333

9.101

9.4

9.101

8.951

7.923

8.801

7.656

8.701

7.941

8.851

8.208

9.001

9.3

9.001

8.851

7.734

8.701

7.564

8.701

7.964

8.851

8.123

9.001

9.3

9.001

8.851

7.638

8.701

7.43

0 22.5

30

37.5

-22.5

-30

-37.5

0 22.5

30

37.5

-22.5

-30

-37.5

0 22.5

30

37.5

-22.5

-30

-37.5

0 22.5

30

37.5

-22.5

-30

-37.5

0 22.5

30

37.5

-22.5

-30

-37.5

CW-1212 21

12 21

Republic of the PhilippinesDEPARTMENT OF TRANSPORTATION AND COMMUNICATIONS

Project Development ServiceUnit 83, The Columbia Tower, Brgy. Wack-Wack, Ortigas Ave., Mandaluyong City, 1555

PROJECT SCOPE:

S

R A

FN

RMT

OT

N E

CD

R IT

P

N

AS N O

MM

Total Sheet No.:

Sheet No.:

LOCATION :

PROJECT NAME :

/

Sheet Content: Revisions:

Office of the Director CIVIL / STRUCTURAL ENGINEER

Recommending Approval:

Approved by:

Reviewed by:

Assistant Secretary for Project DevelopmentJAIME RAPHAEL C. FELICIANO

Undersecretary for PlanningRENE K. LIMCAOCO

Director, Project Development ServiceDEO LEO N. MANALO ROXAS AIRPORT DEVELOPMENT PROJECT (C.Y. 2014)

SHOULDER GRADE CORRECTION OF RUNWAY

ROXAS CITY, CAPIZ

Page 195: Procurement of INFRASTRUCTURE PROJECTSdotr.gov.ph/images/Public_Bidding/CivilWorks/Air_Sector...PHILIPPINE BIDDING DOCUMENTS (As Harmonized with Development Partners) Procurement of

1+100

1+120

1+140

1+160

1+180

STATION

DISTANCE

ACCUMULATED

ELEVATION

NAT. GROUND

ELEVATION

DESIGN

EL. 7

EL. 8

EL. 9

EL. 10

EL. 11

STATION

DISTANCE

ACCUMULATED

ELEVATION

NAT. GROUND

ELEVATION

DESIGN

EL. 7

EL. 8

EL. 9

EL. 10

EL. 11

STATION

DISTANCE

ACCUMULATED

ELEVATION

NAT. GROUND

ELEVATION

DESIGN

EL. 7

EL. 8

EL. 9

EL. 10

EL. 11

STATION

DISTANCE

ACCUMULATED

ELEVATION

NAT. GROUND

ELEVATION

DESIGN

EL. 7

EL. 8

EL. 9

EL. 10

EL. 11

STATION

DISTANCE

ACCUMULATED

ELEVATION

NAT. GROUND

ELEVATION

DESIGN

EL. 7

EL. 8

EL. 9

EL. 10

EL. 11

Area = 8.15

Area = 14.57

Area = 6.59

Area = 16.03

Area = 5.86

Area = 14.21

Area = 4.11

Area = 13.14

Area = 3.73

Area = 13.73

12

8.801

8.951

9.101

8.36

7.863

9.4

9.101

8.951

8.801

7.477

7.648

8.701

7.967

8.851

8.452

9.001

9.3

9.001

8.851

8.701

7.308

7.46

8.701

8.068

8.851

8.574

9.001

9.3

9.001

8.851

7.581

8.701

7.437

8.701

8.165

8.851

8.68

9.001

9.3

9.001

8.851

7.746

8.701

7.55

8.793

8.326

8.943

8.761

9.093

9.392

9.093

8.943

7.894

8.793

7.468

0 22.5

30

37.5

-22.5

-30

-37.5

0 22.5

30

37.5

-22.5

-30

-37.5

0 22.5

30

37.5

-22.5

-30

-37.5

0 22.5

30

37.5

-22.5

-30

-37.5

0 22.5

30

37.5

-22.5

-30

-37.5

CW-1313 21

13 21

Republic of the PhilippinesDEPARTMENT OF TRANSPORTATION AND COMMUNICATIONS

Project Development ServiceUnit 83, The Columbia Tower, Brgy. Wack-Wack, Ortigas Ave., Mandaluyong City, 1555

PROJECT SCOPE:

S

R A

FN

RMT

OT

N E

CD

R IT

P

N

AS N O

MM

Total Sheet No.:

Sheet No.:

LOCATION :

PROJECT NAME :

/

Sheet Content: Revisions:

Office of the Director CIVIL / STRUCTURAL ENGINEER

Recommending Approval:

Approved by:

Reviewed by:

Assistant Secretary for Project DevelopmentJAIME RAPHAEL C. FELICIANO

Undersecretary for PlanningRENE K. LIMCAOCO

Director, Project Development ServiceDEO LEO N. MANALO ROXAS AIRPORT DEVELOPMENT PROJECT (C.Y. 2014)

SHOULDER GRADE CORRECTION OF RUNWAY

ROXAS CITY, CAPIZ

Page 196: Procurement of INFRASTRUCTURE PROJECTSdotr.gov.ph/images/Public_Bidding/CivilWorks/Air_Sector...PHILIPPINE BIDDING DOCUMENTS (As Harmonized with Development Partners) Procurement of

1+200

1+220

1+240

1+260

1+280

STATION

DISTANCE

ACCUMULATED

ELEVATION

NAT. GROUND

ELEVATION

DESIGN

EL. 7

EL. 8

EL. 9

EL. 10

EL. 11

STATION

DISTANCE

ACCUMULATED

ELEVATION

NAT. GROUND

ELEVATION

DESIGN

EL. 7

EL. 8

EL. 9

EL. 10

EL. 11

STATION

DISTANCE

ACCUMULATED

ELEVATION

NAT. GROUND

ELEVATION

DESIGN

EL. 7

EL. 8

EL. 9

EL. 10

EL. 11

STATION

DISTANCE

ACCUMULATED

ELEVATION

NAT. GROUND

ELEVATION

DESIGN

EL. 7

EL. 8

EL. 9

EL. 10

EL. 11

STATION

DISTANCE

ACCUMULATED

ELEVATION

NAT. GROUND

ELEVATION

DESIGN

EL. 7

EL. 8

EL. 9

EL. 10

EL. 11

Area = 7.85

Area = 13.54

Area = 9.65

Area = 11.91

Area = 9.19

Area = 11.69

Area = 9.47

Area = 11.02

Area = 9.94

Area = 11.8

13

8.801

8.951

9.101

8.58

7.939

9.4

9.101

8.951

8.801

7.521

7.97

8.801

7.753

8.951

8.405

9.101

9.4

9.101

8.951

8.031

8.801

7.629

8.801

7.765

8.951

8.422

9.101

9.4

9.101

8.951

7.998

8.801

7.662

8.801

7.66

8.951

8.485

9.101

9.4

9.101

8.951

7.96

8.801

7.726

8.801

7.624

8.951

8.521

9.101

9.4

9.101

8.951

7.9

8.801

7.69

0 22.5

30

37.5

-22.5

-30

-37.5

0 22.5

30

37.5

-22.5

-30

-37.5

0 22.5

30

37.5

-22.5

-30

-37.5

0 22.5

30

37.5

-22.5

-30

-37.5

0 22.5

30

37.5

-22.5

-30

-37.5

CW-1414 21

14 21

Republic of the PhilippinesDEPARTMENT OF TRANSPORTATION AND COMMUNICATIONS

Project Development ServiceUnit 83, The Columbia Tower, Brgy. Wack-Wack, Ortigas Ave., Mandaluyong City, 1555

PROJECT SCOPE:

S

R A

FN

RMT

OT

N E

CD

R IT

P

N

AS N O

MM

Total Sheet No.:

Sheet No.:

LOCATION :

PROJECT NAME :

/

Sheet Content: Revisions:

Office of the Director CIVIL / STRUCTURAL ENGINEER

Recommending Approval:

Approved by:

Reviewed by:

Assistant Secretary for Project DevelopmentJAIME RAPHAEL C. FELICIANO

Undersecretary for PlanningRENE K. LIMCAOCO

Director, Project Development ServiceDEO LEO N. MANALO ROXAS AIRPORT DEVELOPMENT PROJECT (C.Y. 2014)

SHOULDER GRADE CORRECTION OF RUNWAY

ROXAS CITY, CAPIZ

Page 197: Procurement of INFRASTRUCTURE PROJECTSdotr.gov.ph/images/Public_Bidding/CivilWorks/Air_Sector...PHILIPPINE BIDDING DOCUMENTS (As Harmonized with Development Partners) Procurement of

1+300

1+320

1+340

1+360

1+380

STATION

DISTANCE

ACCUMULATED

ELEVATION

NAT. GROUND

ELEVATION

DESIGN

EL. 7

EL. 8

EL. 9

EL. 10

EL. 11

STATION

DISTANCE

ACCUMULATED

ELEVATION

NAT. GROUND

ELEVATION

DESIGN

EL. 7

EL. 8

EL. 9

EL. 10

EL. 11

STATION

DISTANCE

ACCUMULATED

ELEVATION

NAT. GROUND

ELEVATION

DESIGN

EL. 7

EL. 8

EL. 9

EL. 10

EL. 11

STATION

DISTANCE

ACCUMULATED

ELEVATION

NAT. GROUND

ELEVATION

DESIGN

EL. 7

EL. 8

EL. 9

EL. 10

EL. 11

STATION

DISTANCE

ACCUMULATED

ELEVATION

NAT. GROUND

ELEVATION

DESIGN

EL. 7

EL. 8

EL. 9

EL. 10

EL. 11

Area = 7.39

Area = 6.93

Area = 9.78

Area = 11.97

Area = 9.96

Area = 11.89

Area = 9.43

Area = 11.59

Area = 9.82

Area = 11.85

14

8.798

8.951

9.101

8.367

8.168

9.4

9.101

8.951

8.801

8.241

8.424

8.801

7.661

8.951

8.521

9.101

9.4

9.101

8.951

8.801

7.69

7.9

8.801

7.621

8.951

8.521

9.101

9.4

9.101

8.951

7.9

8.801

7.69

8.801

7.628

8.951

8.59

9.101

9.4

9.101

8.951

7.9

8.801

7.69

8.801

7.632

8.951

8.521

9.101

9.4

9.101

8.951

7.9

8.801

7.69

0 22.5

30

37.5

-22.5

-30

-37.5

0 22.5

30

37.5

-22.5

-30

-37.5

0 22.5

30

37.5

-22.5

-30

-37.5

0 22.5

30

37.5

-22.5

-30

-37.5

0 22.5

30

37.5

-22.5

-30

-37.5

CW-1515 21

15 21

Republic of the PhilippinesDEPARTMENT OF TRANSPORTATION AND COMMUNICATIONS

Project Development ServiceUnit 83, The Columbia Tower, Brgy. Wack-Wack, Ortigas Ave., Mandaluyong City, 1555

PROJECT SCOPE:

S

R A

FN

RMT

OT

N E

CD

R IT

P

N

AS N O

MM

Total Sheet No.:

Sheet No.:

LOCATION :

PROJECT NAME :

/

Sheet Content: Revisions:

Office of the Director CIVIL / STRUCTURAL ENGINEER

Recommending Approval:

Approved by:

Reviewed by:

Assistant Secretary for Project DevelopmentJAIME RAPHAEL C. FELICIANO

Undersecretary for PlanningRENE K. LIMCAOCO

Director, Project Development ServiceDEO LEO N. MANALO ROXAS AIRPORT DEVELOPMENT PROJECT (C.Y. 2014)

SHOULDER GRADE CORRECTION OF RUNWAY

ROXAS CITY, CAPIZ

Page 198: Procurement of INFRASTRUCTURE PROJECTSdotr.gov.ph/images/Public_Bidding/CivilWorks/Air_Sector...PHILIPPINE BIDDING DOCUMENTS (As Harmonized with Development Partners) Procurement of

TAXIWAY

TAXIWAY

1+400

1+420

1+440

1+460

1+480

Area = 10.68

Area = 11.97

Area = 10.64

Area = 10.76

Area = 9.61

Area = 11.77

Area = 2.11

Area = 6.5

STATION

DISTANCE

ACCUMULATED

ELEVATION

NAT. GROUND

ELEVATION

DESIGN

EL. 7

EL. 8

EL. 9

EL. 10

EL. 11

STATION

DISTANCE

ACCUMULATED

ELEVATION

NAT. GROUND

ELEVATION

DESIGN

EL. 7

EL. 8

EL. 9

EL. 10

EL. 11

STATION

DISTANCE

ACCUMULATED

ELEVATION

NAT. GROUND

ELEVATION

DESIGN

EL. 7

EL. 8

EL. 9

EL. 10

EL. 11

STATION

DISTANCE

ACCUMULATED

ELEVATION

NAT. GROUND

ELEVATION

DESIGN

EL. 7

EL. 8

EL. 9

EL. 10

EL. 11

STATION

DISTANCE

ACCUMULATED

ELEVATION

NAT. GROUND

ELEVATION

DESIGN

EL. 7

EL. 8

EL. 9

EL. 10

EL. 11

15

9.4

9.101

9.101

8.951

8.161

8.801

7.69

9.101

9.4

9.101

8.951

7.9

8.801

7.69

8.801

7.668

8.951

8.521

9.101

9.4

9.101

8.951

8.213

8.801

7.69

8.801

7.695

8.951

8.521

9.101

9.4

9.101

8.951

7.9

8.801

7.69

8.501

8.187

8.651

8.631

8.801

9.1

8.801

8.651

8.236

8.501

7.795

0 22.5

30

37.5

-22.5

-30

-37.5

0 22.5

30

37.5

-22.5

-30

-37.5

0 22.5

30

37.5

-22.5

-30

-37.5

0 22.5

30

37.5

-22.5

-30

-37.5

0 22.5

30

37.5

-22.5

-30

-37.5

CW-1616 21

16 21

Republic of the PhilippinesDEPARTMENT OF TRANSPORTATION AND COMMUNICATIONS

Project Development ServiceUnit 83, The Columbia Tower, Brgy. Wack-Wack, Ortigas Ave., Mandaluyong City, 1555

PROJECT SCOPE:

S

R A

FN

RMT

OT

N E

CD

R IT

P

N

AS N O

MM

Total Sheet No.:

Sheet No.:

LOCATION :

PROJECT NAME :

/

Sheet Content: Revisions:

Office of the Director CIVIL / STRUCTURAL ENGINEER

Recommending Approval:

Approved by:

Reviewed by:

Assistant Secretary for Project DevelopmentJAIME RAPHAEL C. FELICIANO

Undersecretary for PlanningRENE K. LIMCAOCO

Director, Project Development ServiceDEO LEO N. MANALO ROXAS AIRPORT DEVELOPMENT PROJECT (C.Y. 2014)

SHOULDER GRADE CORRECTION OF RUNWAY

ROXAS CITY, CAPIZ

Page 199: Procurement of INFRASTRUCTURE PROJECTSdotr.gov.ph/images/Public_Bidding/CivilWorks/Air_Sector...PHILIPPINE BIDDING DOCUMENTS (As Harmonized with Development Partners) Procurement of

TAXIWAY

1+500

1+520

1+540

1+560

1+580

Area = 1.84

Area = 6.43

Area = 1.95

Area = 7.19

Area = 1.82

Area = 6.58

Area = 2.06

Area = 6.75

Area = 6.4

STATION

DISTANCE

ACCUMULATED

ELEVATION

NAT. GROUND

ELEVATION

DESIGN

EL. 7

EL. 8

EL. 9

EL. 10

EL. 11

STATION

DISTANCE

ACCUMULATED

ELEVATION

NAT. GROUND

ELEVATION

DESIGN

EL. 7

EL. 8

EL. 9

EL. 10

EL. 11

STATION

DISTANCE

ACCUMULATED

ELEVATION

NAT. GROUND

ELEVATION

DESIGN

EL. 7

EL. 8

EL. 9

EL. 10

EL. 11

STATION

DISTANCE

ACCUMULATED

ELEVATION

NAT. GROUND

ELEVATION

DESIGN

EL. 7

EL. 8

EL. 9

EL. 10

EL. 11

STATION

DISTANCE

ACCUMULATED

ELEVATION

NAT. GROUND

ELEVATION

DESIGN

EL. 7

EL. 8

EL. 9

EL. 10

EL. 11

16

8.501

8.187

8.651

8.565

8.801

9.1

8.801

8.651

8.501

7.816

8.236

8.501

8.286

8.651

8.516

8.801

9.1

8.801

8.651

8.236

8.501

7.798

8.501

8.187

8.651

8.567

8.801

9.1

8.801

8.651

8.348

8.501

7.813

8.501

8.187

8.651

8.513

8.801

9.1

8.801

8.651

8.236

8.501

7.87

8.801

9.1

8.801

8.651

8.236

8.501

7.85

0 22.5

30

37.5

-22.5

-30

-37.5

0 22.5

30

37.5

-22.5

-30

-37.5

0 22.5

30

37.5

-22.5

-30

-37.5

0 22.5

30

37.5

-22.5

-30

-37.5

0 22.5

30

37.5

-22.5

-30

-37.5

CW-1717 21

17 21

Republic of the PhilippinesDEPARTMENT OF TRANSPORTATION AND COMMUNICATIONS

Project Development ServiceUnit 83, The Columbia Tower, Brgy. Wack-Wack, Ortigas Ave., Mandaluyong City, 1555

PROJECT SCOPE:

S

R A

FN

RMT

OT

N E

CD

R IT

P

N

AS N O

MM

Total Sheet No.:

Sheet No.:

LOCATION :

PROJECT NAME :

/

Sheet Content: Revisions:

Office of the Director CIVIL / STRUCTURAL ENGINEER

Recommending Approval:

Approved by:

Reviewed by:

Assistant Secretary for Project DevelopmentJAIME RAPHAEL C. FELICIANO

Undersecretary for PlanningRENE K. LIMCAOCO

Director, Project Development ServiceDEO LEO N. MANALO ROXAS AIRPORT DEVELOPMENT PROJECT (C.Y. 2014)

SHOULDER GRADE CORRECTION OF RUNWAY

ROXAS CITY, CAPIZ

Page 200: Procurement of INFRASTRUCTURE PROJECTSdotr.gov.ph/images/Public_Bidding/CivilWorks/Air_Sector...PHILIPPINE BIDDING DOCUMENTS (As Harmonized with Development Partners) Procurement of

1+600

1+620

1+640

1+660

1+680

Area = 7.48

Area = 5.03

Area = 3.36

Area = 7.62

Area = 5.85

Area = 7.36

Area = 5.62

Area = 7.97 Area = 5.72

STATION

DISTANCE

ACCUMULATED

ELEVATION

NAT. GROUND

ELEVATION

DESIGN

EL. 7

EL. 8

EL. 9

EL. 10

EL. 11

STATION

DISTANCE

ACCUMULATED

ELEVATION

NAT. GROUND

ELEVATION

DESIGN

EL. 7

EL. 8

EL. 9

EL. 10

EL. 11

STATION

DISTANCE

ACCUMULATED

ELEVATION

NAT. GROUND

ELEVATION

DESIGN

EL. 7

EL. 8

EL. 9

EL. 10

EL. 11

STATION

DISTANCE

ACCUMULATED

ELEVATION

NAT. GROUND

ELEVATION

DESIGN

EL. 7

EL. 8

EL. 9

EL. 10

EL. 11

STATION

DISTANCE

ACCUMULATED

ELEVATION

NAT. GROUND

ELEVATION

DESIGN

EL. 7

EL. 8

EL. 9

EL. 10

EL. 11

17

8.801

9.1

8.801

8.651

8.501

7.49

8.236

8.701

7.992

8.851

8.649

9.001

9.3

9.001

8.851

8.692

8.701

8.265

8.801

8.117

8.951

8.389

9.101

9.101

8.951

8.801

8.57

8.278

8.701

8.15

8.851

8.15

9.001

9.3

9.001

8.851

8.443

8.701

8.18

8.501

7.896

8.651

7.946

8.801

9.1

8.801

8.651

8.236

8.501

7.961

0 22.5

30

37.5

-22.5

-30

-37.5

0 22.5

30

37.5

-22.5

-30

-37.5

0 22.5

30

37.5

-22.5

-30

-37.5

0 22.5

30

37.5

-22.5

-30

-37.5

0 22.5

30

37.5

-22.5

-30

-37.5

CW-1818 21

18 21

Republic of the PhilippinesDEPARTMENT OF TRANSPORTATION AND COMMUNICATIONS

Project Development ServiceUnit 83, The Columbia Tower, Brgy. Wack-Wack, Ortigas Ave., Mandaluyong City, 1555

PROJECT SCOPE:

S

R A

FN

RMT

OT

N E

CD

R IT

P

N

AS N O

MM

Total Sheet No.:

Sheet No.:

LOCATION :

PROJECT NAME :

/

Sheet Content: Revisions:

Office of the Director CIVIL / STRUCTURAL ENGINEER

Recommending Approval:

Approved by:

Reviewed by:

Assistant Secretary for Project DevelopmentJAIME RAPHAEL C. FELICIANO

Undersecretary for PlanningRENE K. LIMCAOCO

Director, Project Development ServiceDEO LEO N. MANALO ROXAS AIRPORT DEVELOPMENT PROJECT (C.Y. 2014)

SHOULDER GRADE CORRECTION OF RUNWAY

ROXAS CITY, CAPIZ

Page 201: Procurement of INFRASTRUCTURE PROJECTSdotr.gov.ph/images/Public_Bidding/CivilWorks/Air_Sector...PHILIPPINE BIDDING DOCUMENTS (As Harmonized with Development Partners) Procurement of

1+700

1+720

1+740

1+760

1+780

Area = 8.13

Area = 5.83

Area = 8.07

Area = 5.57

Area = 9.85

Area = 6.61

Area = 9.15

Area = 6.23

Area = 6.24

Area = 5.23

STATION

DISTANCE

ACCUMULATED

ELEVATION

NAT. GROUND

ELEVATION

DESIGN

EL. 7

EL. 8

EL. 9

EL. 10

EL. 11

STATION

DISTANCE

ACCUMULATED

ELEVATION

NAT. GROUND

ELEVATION

DESIGN

EL. 7

EL. 8

EL. 9

EL. 10

EL. 11

STATION

DISTANCE

ACCUMULATED

ELEVATION

NAT. GROUND

ELEVATION

DESIGN

EL. 7

EL. 8

EL. 9

EL. 10

EL. 11

STATION

DISTANCE

ACCUMULATED

ELEVATION

NAT. GROUND

ELEVATION

DESIGN

EL. 7

EL. 8

EL. 9

EL. 10

EL. 11

STATION

DISTANCE

ACCUMULATED

ELEVATION

NAT. GROUND

ELEVATION

DESIGN

EL. 7

EL. 8

EL. 9

EL. 10

EL. 11

18

8.501

8.651

8.801

7.947

7.93

9.1

8.801

8.651

8.501

7.909

8.238

8.801

8.203

8.951

8.244

9.101

9.4

9.101

8.951

8.567

8.801

8.157

8.801

8.05

8.951

8.211

9.101

9.4

9.101

8.951

8.801

8.1

8.507

8.801

7.875

8.951

8.376

9.101

9.4

9.101

8.951

8.574

8.801

8.172

8.801

8.119

8.951

8.575

9.101

9.4

9.101

8.951

8.624

8.801

8.204

0 22.5

30

37.5

-22.5

-30

-37.5

0 22.5

30

37.5

-22.5

-30

-37.5

0 22.5

30

37.5

-22.5

-30

-37.5

0 22.5

30

37.5

-22.5

-30

-37.5

0 22.5

30

37.5

-22.5

-30

-37.5

CW-1919 21

19 21

Republic of the PhilippinesDEPARTMENT OF TRANSPORTATION AND COMMUNICATIONS

Project Development ServiceUnit 83, The Columbia Tower, Brgy. Wack-Wack, Ortigas Ave., Mandaluyong City, 1555

PROJECT SCOPE:

S

R A

FN

RMT

OT

N E

CD

R IT

P

N

AS N O

MM

Total Sheet No.:

Sheet No.:

LOCATION :

PROJECT NAME :

/

Sheet Content: Revisions:

Office of the Director CIVIL / STRUCTURAL ENGINEER

Recommending Approval:

Approved by:

Reviewed by:

Assistant Secretary for Project DevelopmentJAIME RAPHAEL C. FELICIANO

Undersecretary for PlanningRENE K. LIMCAOCO

Director, Project Development ServiceDEO LEO N. MANALO ROXAS AIRPORT DEVELOPMENT PROJECT (C.Y. 2014)

SHOULDER GRADE CORRECTION OF RUNWAY

ROXAS CITY, CAPIZ

Page 202: Procurement of INFRASTRUCTURE PROJECTSdotr.gov.ph/images/Public_Bidding/CivilWorks/Air_Sector...PHILIPPINE BIDDING DOCUMENTS (As Harmonized with Development Partners) Procurement of

1+800

1+820

1+840

1+860

1+880

Area = 4.54Area = 4.59

Area = 4.34

Area = 4.07

Area = 4.08

Area = 3.84

Area = 2.38

Area = 3.08

Area = 1.99

Area = 2.54

STATION

DISTANCE

ACCUMULATED

ELEVATION

NAT. GROUND

ELEVATION

DESIGN

EL. 7

EL. 8

EL. 9

EL. 10

EL. 11

STATION

DISTANCE

ACCUMULATED

ELEVATION

NAT. GROUND

ELEVATION

DESIGN

EL. 7

EL. 8

EL. 9

EL. 10

EL. 11

STATION

DISTANCE

ACCUMULATED

ELEVATION

NAT. GROUND

ELEVATION

DESIGN

EL. 7

EL. 8

EL. 9

EL. 10

EL. 11

STATION

DISTANCE

ACCUMULATED

ELEVATION

NAT. GROUND

ELEVATION

DESIGN

EL. 7

EL. 8

EL. 9

EL. 10

EL. 11

STATION

DISTANCE

ACCUMULATED

ELEVATION

NAT. GROUND

ELEVATION

DESIGN

EL. 7

EL. 8

EL. 9

EL. 10

EL. 11

19

8.801

8.951

9.101

8.678

8.224

9.4

9.101

8.951

8.801

8.271

8.664

8.801

8.316

8.951

8.709

9.101

9.4

9.101

8.951

8.801

8.302

8.697

8.801

8.343

8.951

8.738

9.101

9.4

9.101

8.951

8.74

8.801

8.352

8.701

8.433

8.851

8.701

9.001

9.3

9.001

8.851

8.682

8.701

8.329

8.701

8.482

8.851

8.723

9.001

9.3

9.001

8.851

8.716

8.701

8.379

0 22.5

30

37.5

-22.5

-30

-37.5

0 22.5

30

37.5

-22.5

-30

-37.5

0 22.5

30

37.5

-22.5

-30

-37.5

0 22.5

30

37.5

-22.5

-30

-37.5

0 22.5

30

37.5

-22.5

-30

-37.5

CW-2020 21

20 21

Republic of the PhilippinesDEPARTMENT OF TRANSPORTATION AND COMMUNICATIONS

Project Development ServiceUnit 83, The Columbia Tower, Brgy. Wack-Wack, Ortigas Ave., Mandaluyong City, 1555

PROJECT SCOPE:

S

R A

FN

RMT

OT

N E

CD

R IT

P

N

AS N O

MM

Total Sheet No.:

Sheet No.:

LOCATION :

PROJECT NAME :

/

Sheet Content: Revisions:

Office of the Director CIVIL / STRUCTURAL ENGINEER

Recommending Approval:

Approved by:

Reviewed by:

Assistant Secretary for Project DevelopmentJAIME RAPHAEL C. FELICIANO

Undersecretary for PlanningRENE K. LIMCAOCO

Director, Project Development ServiceDEO LEO N. MANALO ROXAS AIRPORT DEVELOPMENT PROJECT (C.Y. 2014)

SHOULDER GRADE CORRECTION OF RUNWAY

ROXAS CITY, CAPIZ

Page 203: Procurement of INFRASTRUCTURE PROJECTSdotr.gov.ph/images/Public_Bidding/CivilWorks/Air_Sector...PHILIPPINE BIDDING DOCUMENTS (As Harmonized with Development Partners) Procurement of

1+893

Area = 1.7

Area = 1.93

STATION

DISTANCE

ACCUMULATED

ELEVATION

NAT. GROUND

ELEVATION

DESIGN

EL. 7

EL. 8

EL. 9

EL. 10

EL. 11

20

8.701

8.851

9.001

8.739

8.548

9.3

9.001

8.851

8.701

8.464

8.737

0 22.5

30

37.5

-22.5

-30

-37.5

CW-2121 21

21 21

Republic of the PhilippinesDEPARTMENT OF TRANSPORTATION AND COMMUNICATIONS

Project Development ServiceUnit 83, The Columbia Tower, Brgy. Wack-Wack, Ortigas Ave., Mandaluyong City, 1555

PROJECT SCOPE:

S

R A

FN

RMT

OT

N E

CD

R IT

P

N

AS N O

MM

Total Sheet No.:

Sheet No.:

LOCATION :

PROJECT NAME :

/

Sheet Content: Revisions:

Office of the Director CIVIL / STRUCTURAL ENGINEER

Recommending Approval:

Approved by:

Reviewed by:

Assistant Secretary for Project DevelopmentJAIME RAPHAEL C. FELICIANO

Undersecretary for PlanningRENE K. LIMCAOCO

Director, Project Development ServiceDEO LEO N. MANALO ROXAS AIRPORT DEVELOPMENT PROJECT (C.Y. 2014)

SHOULDER GRADE CORRECTION OF RUNWAY

ROXAS CITY, CAPIZ

Page 204: Procurement of INFRASTRUCTURE PROJECTSdotr.gov.ph/images/Public_Bidding/CivilWorks/Air_Sector...PHILIPPINE BIDDING DOCUMENTS (As Harmonized with Development Partners) Procurement of

2

1

FLOOR PLANS C A L E 1 : 100 MA 001

1

2

1

ROOF PLANS C A L E 1 : 100 MA 001

2

CARGO X-RAY AREA CARGO X-RAY AREA

FRONT ELEVATIONS C A L E 1 : 100 MA 001

3 RIGHT SIDE ELEVATIONS C A L E 1 : 100 MA 001

4

CARGO X-RAY AREACARGO X-RAY AREA

LEFT SIDE ELEVATIONS C A L E 1 : 100 MA 001

5 REAR ELEVATIONS C A L E 1 : 100 MA 001

6

CARGO X-RAY AREA CARGO X-RAY AREA

CROSS SECTIONS C A L E 1 : 100 MA 001

7 LINGITUDINAL SECTIONS C A L E 1 : 100 MA 001

8

CARGO X-RAY AREA CARGO X-RAY AREA GATE DETAILS C A L E 1 : 100 MA 001

9

CARGO X-RAY AREA

PLAN

A-11 1

1 2

Republic of the PhilippinesDEPARTMENT OF TRANSPORTATION AND COMMUNICATIONS

Project Development ServiceUnit 83, The Columbia Tower, Brgy. Wack-Wack, Ortigas Ave., Mandaluyong City, 1555

PROJECT SCOPE:

PS

R A

FNA

RTMT

OT

N E

O

O

CD

N

ATRA

NOIT

P

CIN

U

AE D S N OI T

MM

Total Sheet No.:

Sheet No.:

LOCATION :

PROJECT NAME :

/

Sheet Content: Revisions:

Office of the Director ARCHITECT

Recommending Approval:

Approved by:

Reviewed by:

Assistant Secretary for Project DevelopmentJAIME RAPHAEL C. FELICIANO

Undersecretary for PlanningRENE K. LIMCAOCO

Director, Project Development ServiceDEO LEO N. MANALO ROXAS AIRPORT DEVELOPMENT PROJECT (C.Y. 2014)

CONSTRUCTION OF CARGO X-RAY BLDG.

ROXAS CITY, CAPIZ

Page 205: Procurement of INFRASTRUCTURE PROJECTSdotr.gov.ph/images/Public_Bidding/CivilWorks/Air_Sector...PHILIPPINE BIDDING DOCUMENTS (As Harmonized with Development Partners) Procurement of

2

1

2

1

LIGHTING LAYOUTS C A L E 1 : 100 ME 001

2POWER LAYOUTS C A L E 1 : 100 ME 001

1

CARGO X-RAY AREA CARGO X-RAY AREA

2

1

2

1

BEAM LAYOUTS C A L E 1 : 100 MS 001

2

CARGO X-RAY AREA

FOUNDATION PLANS C A L E 1 : 100 MS 001

1

CARGO X-RAY AREA

L

W

COLUMN/FOOTING

D

15

00

15

00

-D

L X W

16 X BARØ

S C A L E 1 : 20 MS 005

6

TRUSS DETAILS C A L E 1 : 100 MS 001

4

CARGO X-RAY AREA

2

1

ROOF FRAMING PLANS C A L E 1 : 100 MS 001

3

CARGO X-RAY AREA

S-11 1

2 2

Republic of the PhilippinesDEPARTMENT OF TRANSPORTATION AND COMMUNICATIONS

Project Development ServiceUnit 83, The Columbia Tower, Brgy. Wack-Wack, Ortigas Ave., Mandaluyong City, 1555

PROJECT SCOPE:

PS

R A

FNA

RTMT

OT

N E

O

O

CD

N

ATRA

NOIT

P

CIN

U

AE D S N OI T

MM

Total Sheet No.:

Sheet No.:

LOCATION :

PROJECT NAME :

/

Sheet Content: Revisions:

Office of the Director

Recommending Approval:

Approved by:

Reviewed by:

Assistant Secretary for Project DevelopmentJAIME RAPHAEL C. FELICIANO

Undersecretary for PlanningRENE K. LIMCAOCO

Director, Project Development ServiceDEO LEO N. MANALO ROXAS AIRPORT DEVELOPMENT PROJECT (C.Y. 2014)

CONSTRUCTION OF CARGO X-RAY BLDG.

ROXAS CITY, CAPIZ

CIVIL / STRUCTURAL ENGINEER

Page 206: Procurement of INFRASTRUCTURE PROJECTSdotr.gov.ph/images/Public_Bidding/CivilWorks/Air_Sector...PHILIPPINE BIDDING DOCUMENTS (As Harmonized with Development Partners) Procurement of

206

Section VIII. Bill of Quantities

Page 207: Procurement of INFRASTRUCTURE PROJECTSdotr.gov.ph/images/Public_Bidding/CivilWorks/Air_Sector...PHILIPPINE BIDDING DOCUMENTS (As Harmonized with Development Partners) Procurement of

207

BID ANNEX 5

PROPOSAL SCHEDULE

PROJECT TITLE : ROXAS AIRPORT DEVELOPMENT PROJECT

LOCATION : Roxas City, Capiz

(14.1) (14.2) (14.3) (14.4) (14.5) (14.6)

ITEM ITEM OF WORK UNIT QUANTITY UNIT BID AMOUNT

NO. COST

A. Shoulder Grade Correction

101 Stripping sq.m. 28,500.00

104 Embankment cu.m. 38,389.00

B. Construction of Perimeter Fence

I Siteworks bays 1,634.00

II Concrete Works bays 1,634.00

III Masonry Works bays 1,634.00

IV Metal Works bays 1,634.00

C. Vehicular Parking Area

101 Stripping sq.m. 1,935.00

102 Excavation cu.m. 2,803.00

104 Embankment cu.m. 3,262.00

201 Aggregate Base Course (0.25m thk) cu.m. 433.00

311 P.C.C.P (0.25m thk) – 3,500 psi sq.m. 1,731.00

D. Construction of X-ray Cargo Building

I Site Works l.s. 1.00

II Concrete Works l.s. 1.00

III Masonry Works l.s. 1.00

IV Ceiling Works l.s. 1.00

V Moisture and Thermal Protection l.s. 1.00

VI Steel Works l.s. 1.00

VII Architectural Finishes l.s. 1.00

SPL-1 TEMPORARY FACILITIES l.s. 1.00

***nothing follows***

Page 208: Procurement of INFRASTRUCTURE PROJECTSdotr.gov.ph/images/Public_Bidding/CivilWorks/Air_Sector...PHILIPPINE BIDDING DOCUMENTS (As Harmonized with Development Partners) Procurement of

208

TOTAL PROJECT COST

AMOUNT IN WORDS:

Submitted By :

(Name of Firm)

Signing Authority :

(Printed Name and Signature)

Designation :

Date :

Page 209: Procurement of INFRASTRUCTURE PROJECTSdotr.gov.ph/images/Public_Bidding/CivilWorks/Air_Sector...PHILIPPINE BIDDING DOCUMENTS (As Harmonized with Development Partners) Procurement of

209

Section IX. Bidding Forms

TABLE OF CONTENTS

Bid Form .............................................................................................................................................. 210

Form of Contract Agreement .............................................................................................................. 212

Omnibus Sworn Statement ................................................................................................................. 214

Bid Securing Declaration ..................................................................................................................... 216

Page 210: Procurement of INFRASTRUCTURE PROJECTSdotr.gov.ph/images/Public_Bidding/CivilWorks/Air_Sector...PHILIPPINE BIDDING DOCUMENTS (As Harmonized with Development Partners) Procurement of

210

Bid Form

Date: _________________________

IAEB1 No: ______________________

To: [name and address of PROCURING ENTITY]

Address: [insert address]

We, the undersigned, declare that:

(a) We have examined and have no reservation to the Bidding Documents, including Addenda, for the Contract [insert name of contract];

(b) We offer to execute the Works for this Contract in accordance with the Bid and Bid Data Sheet, General and Special Conditions of Contract accompanying this Bid;

The total price of our Bid, excluding any discounts offered in item (d) below is: [insert information];

The discounts offered and the methodology for their application are: [insert information];

(c) Our Bid shall be valid for a period of [insert number] days from the date fixed for the Bid submission deadline in accordance with the Bidding Documents, and it shall remain binding upon us and may be accepted at any time before the expiration of that period;

(d) If our Bid is accepted, we commit to obtain a Performance Security in the amount of [insert percentage amount] percent of the Contract Price for the due performance of the Contract;

(e) Our firm, including any subcontractors or suppliers for any part of the Contract, have nationalities from the following eligible countries: [insert information];

(f) We are not participating, as Bidders, in more than one Bid in this bidding process, other than alternative offers in accordance with the Bidding Documents;

(g) Our firm, its affiliates or subsidiaries, including any subcontractors or suppliers for any part of the Contract, has not been declared ineligible by the Funding Source;

(h) We understand that this Bid, together with your written acceptance thereof included in your notification of award, shall constitute a binding contract between us, until a formal Contract is prepared and executed; and

(i) We understand that you are not bound to accept the Lowest Evaluated Bid or any other Bid that you may receive.

1 If ADB, JICA and WB funded projects, use IFB.

Page 211: Procurement of INFRASTRUCTURE PROJECTSdotr.gov.ph/images/Public_Bidding/CivilWorks/Air_Sector...PHILIPPINE BIDDING DOCUMENTS (As Harmonized with Development Partners) Procurement of

211

Name:

In the capacity of:

Signed:

Duly authorized to sign the Bid for and on behalf of:

Date: ___________

Page 212: Procurement of INFRASTRUCTURE PROJECTSdotr.gov.ph/images/Public_Bidding/CivilWorks/Air_Sector...PHILIPPINE BIDDING DOCUMENTS (As Harmonized with Development Partners) Procurement of

212

Form of Contract Agreement

THIS AGREEMENT, made this [insert date] day of [insert month], [insert year] between [name and address of PROCURING ENTITY] (hereinafter called the“Entity”) and [name and address of Contractor] (hereinafter called the “Contractor”).

WHEREAS, the Entity is desirous that the Contractor execute [name and identification number of contract] (hereinafter called “the Works”) and the Entity has accepted the Bid for [insert the amount in specified currency in numbers and words] by the Contractor for the execution and completion of such Works and the remedying of any defects therein.

NOW THIS AGREEMENT WITNESSETH AS FOLLOWS:

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

2. The following documents shall be attached, deemed to form, and be read and construed as part of this Agreement, to wit:

(a) General and Special Conditions of Contract;

(b) Drawings/Plans;

(c) Specifications;

(d) Invitation to Apply for Eligibility and to Bid;

(e) Instructions to Bidders;

(f) Bid Data Sheet;

(g) Addenda and/or Supplemental/Bid Bulletins, if any;

(h) Bid form, including all the documents/statements contained in the Bidder’s bidding envelopes, as annexes;

(i) Eligibility requirements, documents and/or statements;

(j) Performance Security;

(k) Credit line issued by a licensed bank, if any;

(l) Notice of Award of Contract and the Bidder’s conforme thereto;

(m) Other contract documents that may be required by existing laws and/or the Entity.

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

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

Page 213: Procurement of INFRASTRUCTURE PROJECTSdotr.gov.ph/images/Public_Bidding/CivilWorks/Air_Sector...PHILIPPINE BIDDING DOCUMENTS (As Harmonized with Development Partners) Procurement of

213

IN WITNESS whereof the parties thereto have caused this Agreement to be executed the day and year first before written.

Signed, sealed, delivered by the (for the Entity)

Signed, sealed, delivered by the (for the Contractor).

Binding Signature of PROCURING ENTITY

________________________________________________

Binding Signature of Contractor

_____________________________________________

[Addendum showing the corrections, if any, made during the Bid evaluation should be attached with this agreement]

Page 214: Procurement of INFRASTRUCTURE PROJECTSdotr.gov.ph/images/Public_Bidding/CivilWorks/Air_Sector...PHILIPPINE BIDDING DOCUMENTS (As Harmonized with Development Partners) Procurement of

214

Omnibus Sworn Statement

REPUBLIC OF THE PHILIPPINES ) CITY/MUNICIPALITY OF ______ ) S.S.

A F F I D A V I T

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;

6. Select one, delete the rest:

Page 215: Procurement of INFRASTRUCTURE PROJECTSdotr.gov.ph/images/Public_Bidding/CivilWorks/Air_Sector...PHILIPPINE BIDDING DOCUMENTS (As Harmonized with Development Partners) Procurement of

215

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].

9. [Name of Bidder] did not give or pay directly or indirectly, any commission, amount, fee, or any form of consideration, pecuniary or otherwise, to any person or official, personnel or representative of the government in relation to any procurement project or activity.

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 216: Procurement of INFRASTRUCTURE PROJECTSdotr.gov.ph/images/Public_Bidding/CivilWorks/Air_Sector...PHILIPPINE BIDDING DOCUMENTS (As Harmonized with Development Partners) Procurement of

216

Bid-Securing Declaration

REPUBLIC OF THE PHILIPPINES ) CITY OF __________________ ) S.S. x-----------------------------------------------x BID-SECURING DECLARATION

Invitation to Bid/Request for Expression of Interest No.6 : [Insert reference number]

To: [Insert name and address of the Procuring Entity]

I/We7, the undersigned, declare that:

1. I/We understand that, according to your conditions, bids must be supported by a Bid

Security, which may be in the form of a Bid-Securing Declaration.

2. I/We accept that: (a) I/we will be automatically disqualified from bidding for any contract with any procuring entity for a period of two (2) years upon receipt of your Blacklisting Order; and, (b) I/we will pay the applicable fine provided under Section 6

of the Guidelines on the Use of Bid Securing Declaration8, 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 of 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;

_________________________ 6 Select one and delete the other.

7 Select one and delete the other. Adopt same instruction for similar terms throughout the document.

8 Issued by the GPPB through GPPB Resolution 03-2012 on 27 January 2012

Page 217: Procurement of INFRASTRUCTURE PROJECTSdotr.gov.ph/images/Public_Bidding/CivilWorks/Air_Sector...PHILIPPINE BIDDING DOCUMENTS (As Harmonized with Development Partners) Procurement of

217

(c) I am/we are declared as the bidder with the Lowest Calculated and

Responsive Bid/Highest Rated and Responsive Bid9, 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 __________

_________________________ 9 Select one and delete the other.

Page 218: Procurement of INFRASTRUCTURE PROJECTSdotr.gov.ph/images/Public_Bidding/CivilWorks/Air_Sector...PHILIPPINE BIDDING DOCUMENTS (As Harmonized with Development Partners) Procurement of

218

Page 219: Procurement of INFRASTRUCTURE PROJECTSdotr.gov.ph/images/Public_Bidding/CivilWorks/Air_Sector...PHILIPPINE BIDDING DOCUMENTS (As Harmonized with Development Partners) Procurement of

219

Page 220: Procurement of INFRASTRUCTURE PROJECTSdotr.gov.ph/images/Public_Bidding/CivilWorks/Air_Sector...PHILIPPINE BIDDING DOCUMENTS (As Harmonized with Development Partners) Procurement of

220

Page 221: Procurement of INFRASTRUCTURE PROJECTSdotr.gov.ph/images/Public_Bidding/CivilWorks/Air_Sector...PHILIPPINE BIDDING DOCUMENTS (As Harmonized with Development Partners) Procurement of

221

Page 222: Procurement of INFRASTRUCTURE PROJECTSdotr.gov.ph/images/Public_Bidding/CivilWorks/Air_Sector...PHILIPPINE BIDDING DOCUMENTS (As Harmonized with Development Partners) Procurement of

222

Page 223: Procurement of INFRASTRUCTURE PROJECTSdotr.gov.ph/images/Public_Bidding/CivilWorks/Air_Sector...PHILIPPINE BIDDING DOCUMENTS (As Harmonized with Development Partners) Procurement of