You are on page 1of 22

TECHNICAL SPECIFICATIONS DESIGN & BUILD SCHEME OF THE DMIA PASSENGER TERMINAL EXPANSION PROJECT PHASE II

1.0 INTRODUCTION The project known as the DMIA PASSENGER TERMINAL EXPANSION PROJECT PHASE II involves the construction of new departure check-in area, expansion of the existing pre-departure and arrival area, improvement of interiors, additional airport equipment and site development. Specifically, CIAC requires a Design and Build Scheme for the DMIA Passenger Terminal Expansion Project Phase II. CIAC shall bid out the DESIGN-BUILD SCHEME for the DMIA PASSENGER TERMINAL EXPANSION PROJECT PHASE II, which shall be referred herein as the WORK.

2.0 OBJECTIVES CIAC wishes to engage the services of a qualified Contractor to prepare the detailed architectural and engineering design plans as well as undertake the construction of the proposed new Departure Check-in Area, Renovation of Existing Terminal Building and Site Development. The objectives of the TOR are as follows: 2.1 To provide the Bidder with the background information regarding the preparation and submittal of the proposal; 2.2 To provide the Bidder with the background information regarding the proposed project to be handled in the shortest possible time, at the lowest possible cost, and at an acceptable quality and performance; 2.3 To outline the Terms of Contract by and between CIAC and the Contractor; and 2.4 To outline the Work of the Contractor that has to be performed under the terms of its contract with CIAC.

3.0 ROLE OF THE CONTRACTOR (WINNING BIDDER) 3.1 The Contractor, for which this TOR applies, shall provide technical services in the preparation of the detailed engineering design for the proposed DESIGN AND BUILD SCHEME OF THE DMIA PASSENGER TERMINAL EXPANSION PROJECT PHASE 2
75

within the viable cost range and established design level. The design services shall be carried out in accordance with the latest applicable local, national and international rules, ordinances, standards and recommended practices. In this regard, the Contractors key personnel to be assigned to this WORK must have professional experience compatible with the undertaking. 3.2 The Contractor shall be required to submit Detailed Engineering Plan and Design Analysis, Technical Specifications, Scope of Works, PERT-CPM & S-Curve, Bar Chart & Cash Flow Diagram and Bill of Quantities. All labor, tools, materials and supervision including but not limited to equipments shall be provided by the Contractor. Transfer of terminal equipments, signs, partitions and counters shall be done without interruption to airport operations. Design and construction methodology with detailed procedure shall be submitted by the Contractor for review and approval by the Project Management Office (PMO). 3.3 The Contractor shall also implement the construction activities to complete the project in accordance with the approved construction drawings and specifications and the scope of work as specified in the contract. The Contractor shall carry out the construction activities under the monitoring of assigned CIAC-PMO qualified technical staff. 3.4 The Contractor shall complete the Work within 365 calendar days from the receipt of the Notice to Proceed.

4.0 EXTENT OF THE WORK The contract includes design, supply, installation, construction and commissioning for the DMIA Passenger Terminal Expansion Project Phase II.

5.0 GENERAL CONDITIONS The following are the conditions/design criteria under which the proposed project shall be designed and constructed:

5.1 Project Objectives . 5.1.1. To increase the passenger handling capacity on the check-in, baggage claim, pre-departure and arrival area with the Level Service of C as per IATA standards. Major Processing Area Check-In Lobby Pre-Departure Area Baggage Claim Area Arrival Area Meeters / Greeters Area Existing 704 sq. m. 1800 sq. m. 994 sq.m. 420 sq.m. 419 sq. m.
76

Capacity 370 1200 523 280 419

Phase 2 2113 sq.m. 2320 sq.m. 1962 sq.m. 1070 sq.m. 695 sq. m.

Capacity 1112 1550 1032 713 695

Major Processing Area Concourse/Covered Walk Check-in Counters (Single) Check-in Counters (Double) Immigration Counters(Double) (Departure) Park n Fly Parking Area

Existing 300 sq.m. 2 6 3 4497sq.m.

Capacity

Phase 2 2136 sq.m. 2 11 6 7655sq.m.

Capacity

125

253

5.1.2. To improve access to and from the airport by constructing a four (4) lane main access road. 5.1.3 To construct a new main entrance and exit gate. 5.1.4. To improve the parking area with the provision of a bigger park and fly area, restroom and covered walk. 5.1.5. To improve passenger facilitation and convenience by enhancing the existing airport equipment and system by providing additional Flight Information Display System (FIDS), two (2) units Baggage Conveyor, Closed Circuit Television (CCTV), Background Music & Public Address, Structured Cabling, Fire Protection System, Building Management System and Airconditioning & Air Distribution Systems. 5.2 Work Process 5.2.1 To implement and complete the design development and construction of the proposed Work at a Guaranteed Maximum Price as per scope of work described herein, and as approved by CIAC. 5.2.1.1 The Contractor shall provide all materials, labor, equipment, tools, instruments and appliances necessary to complete the Work. 5.2.1.2 Detailed Architectural and Engineering Design of the approved Site Development Plan and Infrastructure Works. 5.2.1.3 Construction of the proposed Site Development and its required Infrastructures and Appurtenances. 5.2.2 The required design development and construction works shall be completed within a project time frame of 365 calendar days. 5.3 The Contractor shall be responsible for all aspects of the works, including detailed engineering plans, technical specifications, planning of site operations, design analysis, any required interfacing and installations. The contractor shall also be responsible for subcontractor's deliveries and work, including connection to existing circuits, integration of systems, interfacing with existing facilities, testing, and commissioning. All plans such as but not limited to
77

construction drawings, installation drawings and test procedures, shall be subject for review and approval of the CIAC-PMO prior to implementation. 5.4 All required civil works and delivery, installation and commissioning of all equipment shall be the responsibility of the Contractor. 5.5 The Contractor shall provide operator and maintenance training for all equipment and systems. 5.6 The Contractor shall prepare necessary documents and supply recording instruments to perform all testing for materials in the presence of the CIAC-PMO. The Contractor shall provide analysis of the test results to the CIAC-PMO. 5.7 The requirements in regard to materials and workmanship specify the required standards for the furnishing of all labor, materials, tools, appliances and equipment necessary for the complete installation of the work specified herein and indicated on the drawings. These specifications are intended to provide a broad outline of the required installation, including all details of design and construction. 5.8 The Contractor shall adopt his proprietary technique to guarantee the safety and performance of the system in accordance with the concepts and criteria set by these specifications. The Contractor must be experienced in the works involved. 5.9 No consideration will be granted for any alleged misunderstanding on the quality of materials to be furnished or work to be done, it being understood that the submission of a proposal is an Agreement to all items and conditions referred to herein. If specified materials are not locally available, the Contractor must immediately place an order as soon as the project is awarded to him. Any exceptions, omissions or substitutions shall be presented in writing with the Contractor proposal. 5.10 The Contractor, before commencing work, shall examine the proposed location of the project and all adjoining areas on which this work is in any way dependent for perfect workmanship according to the intent of these specifications and shall report to the Owners representative any conditions which will prevent the Contractor from performing the work according to requirements. No waiver of responsibility for defective work will be considered unless notice has been filed at the time the Contractor submitted its proposal. It is the intention of these Specifications to call for furnished work tested and ready for operation. Whenever the word provide is used, it shall mean furnish and install, complete and ready for use. Minor details not usually shown or specified, but necessary for the proper and efficient installation shall be included in the work, the same as if herein specified or shown. 5.11 Warranty The defects liability period for infrastructure projects shall be one (1) year from project completion up to final acceptance by the Procuring Entity. During this period, the contractor shall
78

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 thirty (30) 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. 5.12 The Contractor also warrants that the equipment to be supplied, delivered and installed including but not limited to Baggage Conveyors, Index Conveyors with weighing scale, CCTV, FIDS, BGMPA and all other airport equipment shall be brand new, unused and of superior quality. 5.13 The Contractor shall provide service units to those equipment that are found defective and under warranty repair. 5.14 In addition, the Contractor further warrants that all the materials to be used in the installation of mechanical, electrical, civil and architectural works, among others shall also be brand new, unused and of superior quality. 5.16 In case the Contractor fails to comply with the preceding paragraph, it shall suffer perpetual disqualification from participating in any public bidding and its property or properties shall be subject to attachment or garnishment proceedings to recover the costs. All payables of the Procuring Entity in the Contractors favor shall be offset to recover the costs. 5.17 After final acceptance of the Works by the Procuring Entity, the Contractor shall be held responsible for any defects and/or failure of the completed project within the warranty period from final acceptance, except those occasioned by force majeure and those caused by other parties. 5.18 Permanent Structures : Fifteen (15) Years Buildings of types 4 (steel, iron, concrete, or masonry construction with walls, ceilings and permanent partitions of incombustible fire resistance) and 5 (steel, iron, concrete or masonry construction), steel and concrete bridges, flyovers, concrete aircraft movement areas, ports, dams, diversion tunnels, causeways, wharves, piers, dikes, filtration and treatment plants, sewerage systems, power plants, transmission and communication towers, railway system and other similar structures.

6.0 DESIGN AND BUILD ACTIVITIES The Contract is a Design and Built contract. For the passenger terminal building, the design task includes the production of all necessary documents for the purpose of approvals and necessary permits before starts of construction, as well as documents for the construction. Further the design task includes all contacts with local authorities to obtain any necessary permits including cost for it. Additional requirement of the Contractor during the construction not included in the design shall be charge to the Contractor, at no cost to CIAC.
79

In addition to the requirements of the specifications, the design shall meet and fulfill all laws, standards, regulations and other official documents issued by the relevant authorities of the Republic of the Philippines. Further, the design shall take into account all relevant functional requirements, i.e. the building and the surrounding area shall allow for easy operation, maintenance and repair. 6.1 DESIGN PHASE: The activities of the Bidder for the detailed design shall include, but not necessary limited to the following: 6.1.1 REVIEW OF EXISTING INFORMATION Review the information compiled by CIAC on the preliminary studies, basic design parameters, conceptual layouts and scope of works. 6.1.2. Carry out necessary field surveys of the sites for the proposed site development. It is envisaged that the survey would include staking, establishing horizontal control points and benchmarks and all necessary cross-sections and topographic surveys of the proposed gates and parking area and/or existing structures. The accuracy of surveys and requirements for closure of horizontal and leveling traverses will be as directed. 6.1.3 SOILS AND MATERIALS INVESTIGATIONS The Contractor shall perform borings and detailed soil investigations of the proposed sites. For the new building and canopies, both disturbed and undisturbed samples will be taken undisturbed soil at intervals sufficient to determine the requirement for the foundation. Analysis and testing will be carried out as required on the disturbed samples and on the materials in accordance with the latest AASHTO and ASTM Standards. 6.1.4 PAVEMENT EVALUATION AND DESIGN Conduct complete and comprehensive studies and design evaluation to determine the most suitable and economic pavement design for the construction of parking area in accordance with the latest TRRL or comparable guidelines. 6.1.5 ARCHITECTURAL/STRUCTURAL EVALUATION AND DESIGN Design criteria for the construction of terminal building, parking area and other facilities should be in accordance with the provisions of the AASHTO, National Building Code, Code of Professional Practice, and other related pertinent codes and laws of the Philippines, or as may be prescribed by CIAC.

80

6.2 SUBMITTALS 6.2.1 Submission of a set of detailed and engineering plans for the expansion of existing terminal building, each entry/exit gates that would include Guard House, Parking Area and Road Approaches, Site Drainage, Lightings, and Landscaping. Drawings submittal shall be one (1) complete set of original copy and three (3) sets of blue prints signed by a Bidders representative. The Bidder shall prepare and submit the detailed engineering plans together with his tender, but not necessary limited to the following: A. SITE DEVELOPMENT PLAN 1. Detailed Plan of Main Entrance/Exit Gate and Public Comfort Room 2. Detailed Plan of Pavement widening, curbs and Gutter, relocation of canal/culverts, pavement markings and security fence. 3. Detailed Plan of Parking Configuration, Traffic Flow & Directional Signages 4. Lighting and Power Plans of Main Entrance Gate 5. Communication Links from COB to PTB 6. Apron Lighting Plan for Remote Parking Bay

B. ARCHITECTURAL/STRUCTURAL/CIVIL PLANS 1. Perspective 1.1 Exterior Perspective 1.2 Interior Perspective 2. Floor Plans 3. Elevations 4. Sections 5. Reflected Ceiling Plan & Details 6. Schedule of Glass Partition, Doors and Windows 7. Check-In counters plan and Details 8. Toilet Partition Layout and details 9. Detailed plan of Comfort Rooms 10. Porte Cochere at the Departure Check-In Layout and Detail Plan 11. Covered Walk/Canopies Layout and Details 12. ACP Cladding Layout (columns, wall faade, beams & parapet wall.) 13. Detailed Removal and Relocation Plan 14. Schedule of Floor and Wall finishes 15. Detailed Plans of Ramps and Stairs 16. Electrical/Equipment Room Plan and details 17. Chiller Pad/Foundation Plan 18. Foundation Plan (Main Building, Covered Walk, Public Comfort Room and Main Gate) 19. Schedule of Footings, Columns and Wall Footings 20. Roof Framing Plan 21. Details of truss & Diagram 22. Roof Beam Layout and Details
81

23. Floor Framing Plan and Details 24. Pipe trench layout and Details 25.Detailed Plans of Immigration, Terminal, and Travel Tax Counters. 26. Detailed Design and Layout of Airport Signages. 27. Structural Details (Pedestal Concrete, Wall I-Beams, Stiffener Plate and Steel Columns) 28. Structural Analysis and Computations C. SANITARY/PLUMBING PLANS 1. Plumbing Layout 2. Isometric Drawing Waste Pipe 3. Isometric Drawing Water Line 4. Details of receiving sewer Manhole

D. MECHANICAL PLANS 1. HVAC 1.1 Legends, General Notes and Symbols 1.2 Ground floor A/C and Ventilation Layout 1.3 Ground Floor Chilled Water Layout 1.4 Rooftop Chilled Water Layout 1.5 Chilled Water Schematic Diagram 1.6 BMS/DDC HVAC Overall Control Schematic diagram 1.7Schedule of Equipments 1.8 Installation details 1.9 Detailed HVAC Calculations 2. FIRE PROTECTION SYSTEM 2.1 Legends, General Notes and Symbols 2.2 Ground Floor Fire Protection Plan 2.3 Schematic Diagram 2.4Schedule of Equipments 2.5 Installation Details 2.6 Cistern Tank Details 2.7 Detailed Hydraulic Calculation 3. BAGGAGE HANDLING SYSTEM 3.1 General Notes 3.2 Baggage Handling System Layout 3.3 Schedule of Equipments 3.4 Installation Details E. ELECTRICAL PLANS
82

1. General Notes and Legends 2. Single Line Diagram 3. Load Schedule 4. Power Layout 5. Lighting Layout 6. Emergency Lighting Layout 7. Powerhouse Switchgear Layout 8. Power Transformer Layout 9. Grounding & Lightning Protection Layout 10. Design Analysis & Calculations (Lighting, Voltage Drop, Short Circuit and Trip Coordination) 11. Lighting & Power Details 12. Switchgear/Panel board Layout, Elevation, Details 13. Grounding Systems Layout, Details 14. Lightning Protection System Layout, Details

F. AUXILLIARY PLANS 1. CCTV System Layout, Schematic Diagrams 2. FIDS System Layout, Schematic Diagrams 3. BGMPA System Layout, Schematic Diagrams 4. Structures Cabling System Layout, Schematic Diagrams 5. Fire Alarm and Detection System Plans, Schematic Diagrams 6. CCTV System Equipment Layout & Wiring Diagrams 7. FIDS System Equipment Layout & Wiring Diagrams 8. BGMPA System Equipment Layout & Wiring Diagrams 9. Structured Cabling System Equipment Layout & Wiring Diagrams 10. Fire Alarm and Detection System Equipment Layout & Wiring Diagrams G. OTHER DOCUMENTS 1. 2. 3. 4. 5. 6. 7. 8. Technical Specifications Scope of Works PERT-CPM & S-Curve Bar Chart & Cash Flow Diagram Bill of Materials Construction Method Certificate of Equipment Distributorship or Dealership Affidavit of Compliance- stating that the individual parameters of each specification and scope of works are complied.

H. RELOCATION PLANS

83

Bidder shall prepare Relocation Plans showing the position of all existing utilities including sewer & storm drainage, electric and telephone poles and cables, water mains, etc., which as a result of improvement and/or new construction, will have to be relocated. The proposed new position of utilities will be shown on the Relocation Plans. I. QUANTITIES The Bidder shall compute all construction quantities for each item and submit Bill of Quantities (BOQ). J. SPECIAL PROVISION Prepare written specifications for specific items of work or methods of construction, measurement and payment. K. UNIT PRICE ANALYSIS Prepare detailed analysis of all application unit prices using cost indices, rental rates, etc. divided into local and foreign exchange components. 6.2.2 ADDITIONAL SUBMITTALS BY THE CONTRACTOR 6.2.2.1 Upon award of the design and build contract, the Contractor shall be responsible for the preparation and submission of all necessary detailed engineering investigations, surveys and designs in accordance with the provisions of AnnexA of the revised- IRR of RA 9184 (with the exception of the Bidding Documents and the ABC) Survey Site Investigation Soils and Foundations Investigation Construction Materials Investigation Design Plans Technical Specifications Quantity and Cost Estimates Proposed Construction Schedule and estimated Cash Flow Utility Relocation Plan Design Report Environmental Impact Statement as defined by the Department of Environment and Natural Resources (DENR) Minimum requirements for a Construction Safety and Health Program for the project

6.2.2.2 CONSTRUCTION SAFETY AND HEALTH PROGRAM


84

Detailed procedures defining the Contractors provisions for accident prevention, health protections, and construction activity including the name, location, and responsible representative(s) for the medical facility to be used for treatment of sick or injured Contractors personnel. 6.2.2.3 Contractor shall submit standby credit line of Php 100M certified by a reputable Commercial Bank valid throughout the construction period. 6.3 CONSTRUCTION PHASE 6.3.1 The activities of the Contractor for the construction phase would include but not limited to the following:

6.3.1.1 Mobilization/Demobilization 6.3.1.2 Demolition 6.3.1.3 Relocation 6.3.1.4 Construction 6.3.1.5 Installation 6.3.1.6 Testing & Commissioning 6.3.1.7 Site Clearing & Proper Waste Disposal 6.3.2 PROJECT IMPLEMENTATION/CONSTRUCTION The Contractor shall carry out and complete all items of work within the scope of works in accordance with the approved plans and specifications. 6.3.3 ENGINEERING SUPPORT SERVICES The Contractor shall submit additional detailed design plans, analysis as required by CIAC which are necessary for the faithful completion of the works. 6.3.4 PROGRESS REPORTS The Contractor shall prepare daily activity reports, weekly and monthly accomplishment reports supported with progress photographs and S-Curves to monitor actual progress status report and to be used as basis for progress billing. 7.0 TERMS AND CONDITIONS 7.1 The Contractor, upon request, may be provided as advance payment the amount equal to fifteen percent (15%) of the total contract price upon the submission of an irrevocable standby Letter of Credit of equivalent value issued by an entity acceptable to the agency.

85

7.2 The cost of the Design-Build Services for this project shall be fixed price contract. Any extension of contract time shall not involve any additional cost. 7.3 The Contractor shall prepare Detailed Cost Estimates for the project to establish a unit price of the price contract based on the approved proposed Project Outline and this TOR. 7.4 The Contractor shall commence work within (7) calendar days from the date of receipt of Notice-to-Proceed. The design and construction of the project shall be completed within 365 calendar days from the date of effectivity of the Agreement.

8.0 REPORTS TO BE SUBMITTED 8.1 The Contractor shall submit five (5) copies of the following reports and document, all in English, with a general format and content acceptable to CIAC. These reports shall be submitted in accordance with the schedule included in the technical proposal approved by CIAC: 8.1.1 SURVEY DATA REPORT Complete data for site, topographic, geotechnical, and geological surveys, coordinates and elevation references, power supply and other requirements as may be deemed necessary. 8.1.2 GEO-TECHNICAL, SOILS AND MATERIALS REPORT The Contractor shall summarize the results, analysis and evaluation of the soil investigation for the construction of the new building, road network, parking area and other facilities. 8.1.3 QUANTITY CALCULATIONS Complete calculations for every item of construction work specified in the Bill of Quantities. 8.1.4 DESIGN REPORT Summarizing the basis for the design presented and including all design calculations properly indexed. 8.1.5 GEOMETRIC DESIGN OF ROAD APPROACHES 8.1.5.A Layout containing information on the right-of-way, lane width median, curb and gutter, shoulders, lateral and vertical clearances, transition tapers, turning lanes, parking turnout, parking lot, parking spaces, pavement surface, drainage, utility location, landscape and fences. 8.1.5.B Traffic control signages to include regulatory, warning and guide signs, flashing signals, lane reversal, cones, pavement markings and emergency closure. 8.1.5.C Roadway lighting to indicate illumination, placement and lighting supports.
86

9.0 STAFF REQUIREMENT The Contractor shall provide adequate and qualified staff to perform the services described herein. The general qualifications for the key personnel are as follows: 9.1 Project Manager minimum 5 years experience in the direction and administration of activities pertinent to the planning, design and construction of infrastructure projects not less than 50% of the ABC of the Work. 9.2 Materials/Soils Engineer minimum 5 years experience with extensive laboratory and field experience related to materials testing and quality control, and evaluation and design of asphalt and concrete pavement. 9.3 Structural Engineer minimum 5 years experience with extensive experience in building structural design and construction and has substantial knowledge of the principles and practices in earthquake design of building structures. 9.4 Architect minimum 5 years experience in airport design with extensive experience in site planning, landscaping and architectural design of building structures. 9.5 Cost/Quantity/Specs Engineer minimum 5 years experience with wide experience in the preparation of tender documents and technical specifications, and in the preparation of detailed analysis of all applicable unit prices. 9.6 Project Engineer should be a Civil Engineer with minimum 5 years experience in the supervision/implementation of infrastructure projects. 9.7 Professional Electrical Engineer minimum 5 years experience with extensive experience in building electrical design and construction and has substantial knowledge in the electrical systems design of entry controlled facilities. 9.8 Professional Mechanical Engineer - minimum 5 years experience with extensive experience in mechanical design and installation and has substantial knowledge in the mechanical systems design of entry controlled facilities. 9.9 Professional Electronics Engineer- minimum 5 years experience with experience in electronics design and installation and has substantial knowledge in the electronics systems design of auxiliary facilities ( e.g. CCTV, Fire Alarm Systems, Communications Networks etc.). 10.0 DATA AND LOCAL SERVICES TO BE PROVIDED BY CIAC 10.1 The CIAC will provide the Bidders with: A. E-copy of the As-built plans of the existing Passenger Terminal Building
87

B. Basic Plans of the Proposed DMIA Passenger Terminal Expansion Project Phase II Site Development Plans Floor Plans Existing Storm Drainage System Elevations & Sections Reconfiguration of Storm Drainage Sys. Perspectives Relocation of CCTV Public Comfort Floor Plan Relocation of FIDS Main Gate Floor Plan ACCU Layout Plan Area Designation Plan Fire Protection Layout Plan Removal & Demolition Plan Baggage Handling System Layout Plan C. Scope of Works/Specifications for the following: Architectural Works Civil Works Mechanical Works Electrical Works Auxilliary Works 10.2 With regards to communication with the Bidder that requires the cooperation of other agencies, CIAC will provide liaison and will ensure the Bidders access to all information required as may be allowed by law for the performance of these services.

11 TECHNICAL SPECIFICATIONS. 11.1 GENERAL REQUIREMENTS 11.1.1 This Chapter establishes the requirements for the expansion of the existing DMIA passenger terminal building. It also specifies the building works requirements for basic electrical & mechanical installation, alarms and fire protection systems, auxiliary systems, etc. 11.1.2 The Contract is a design, supply, construction, installation and commissioning contract. For the expansion of passenger terminal building, the task includes the production of all necessary documents for the purpose of approvals and necessary permits before start of construction, as well as documents for the construction. Further, the task includes all contacts with local authorities to obtain any necessary permits including costs for it. Additional requirement of the contractor during the construction which is not included in the design shall be charged to the contractor, at no cost to CIAC. 11.1.3 In addition to the requirements of this part of the specifications, the construction shall meet and fulfill all laws, standards, regulations and other official documents issued by the relevant authorities of the Republic of the Philippines and international standards for airport. Further, the construction shall take into account all relevant functional requirements, i. e. the building and the surrounding area shall allow for easy operation, maintenance and repair.

88

11.1.4 Contract drawings and written specifications are mutual and complementary. What is shown in the drawings but not specified in the written specifications or vice versa shall not relieve the contractor of any liability for such omission/s.

11.2 SUBMISSIONS 11.2.1 Tender submission 11.2.2 Site Inspection is required. The Bidder shall submit a notarized Affidavit of Site Inspection. 11.2.3 The Bidder shall include in his Tender and where appropriate specify, at least, the following key elements of the design and construction task: 11.2.3.1 The Bidder shall submit complete set of detailed engineering drawings, technical specifications, scope of works, bill of materials with unit price analysis, Pert CPM/ Scurve and these shall form part of the contract. 11.2.3.2 All drawings and specifications intended for the architectural, structural, electrical and mechanical works. 11.2.3.3 All necessary soil investigation, testing and analysis required for the design which shall be the sole responsibility of the Contractor. 11.2.3.4 Structural calculations to verify the requirements on deflection. The Contractor shall be fully responsible for the structural integrity of the structure. 11.2.3.5 Brochures/Leaflets on all material and equipment intended for use except for such structures and equipment being manufactured based on the drawings produced for this project.

11.3 Design Requirements 11.3.1 Applicable rules, standards and design criteria Unless otherwise stated herein or agreed upon, the design and the choice of material for the building works shall be in accordance with the applicable standards and regulations issued by the government of the Republic of The Philippines and international standards for airport.

89

11.4 Maintenance and Workmanship, Builder's Work 11.4.1 Moisture, vermin and dust protection. 11.4.2 The building structure and all spaces within the building shall have the necessary protection against moisture, water leakages, vermin and dust. The effects of temperature, precipitation, soil moisture, surface water, relative humidity and dampness of building materials shall be taken into account. 11.4.3 Special consideration shall be given to the design of the facing components such as welts, seams, windows and door edge flashing and tightening of joints. 11.4.4 Rainwater shall be led away through external gutters and down pipes with shuts, with a discharge point at least 2 m away from the building. At discharge point the surface shall be erosion protected within an area of 2 sq. m. covered by gravel/stone size 16-64 mm, depth 200 mm. 11.5 Equivalent of Standards and Codes. Wherever reference is made in the Contract to specific standards and codes to be met by the goods and materials to be furnished, and work performed or tested, the provision of the latest current edition, or revision, of the relevant standards and codes in effect shall apply, unless otherwise expressly stated in the Contract. Where such standards and codes are national, relate to a particular country or region, other authoritative standard that ensures a substantially equal or higher quality than the standard and codes are specified, will be accepted subject to the Project Managers prior review and written consent. Differences between the standards specified and the proposed alternative standards shall be fully described in writing by the Contractor, and submitted to the Project Manager, at least 28 days prior to the date when the Contractors desire to use them for the Project Manager determines that such proposed deviations do not ensure substantially equal or higher quality, the Contractor shall comply with the standards specified in the documents. 11.6 The Standard Specifications. The Standard Specifications applicable to this Contract shall be the Republic of the Philippines, Department of Public Works and Highways (DPWH) Standard Specifications, 1995, Volume II, Highways, Bridges and Airports. Item herein refers to the item number within the Standard Specifications.

12. PROGRESS PHOTOGRAPHS 12.1 Progress Photographs, Proof prints, digital copies and copies as required by the Project Engineer.

90

12.2 The Contractor shall provide sets of proof prints for each colored photograph taken. The Project Engineer will select from the proof print copies to be included in the monthly progress report of the Engineer.

13. OTHER GENERAL REQUIREMENTS 13.1 Contractors Temporary Facilities 13.2 The Contractor shall maintain field offices including all the necessary electricity, water, drainage, safety requirements, and other temporary works necessary for the successful completion of the Contractor Work. 13.3 The Contractor shall negotiate the site for his construction field office and work areas that shall conform to requirements of the Clark International Airport Corporation (CIAC). 13.4 The Contractors temporary facilities shall have a minimum area that will hold two (2)adequately-painted air-conditioned 40 footer container vans that will accommodate the offices, laboratory room, storage area and medical room, complete with toilet and interior finishes. Plans and details shall be approved by the Engineer prior to installation and/or construction. 13.5 The Contractors temporary facilities include a stockpile area for bulky construction materials such as pre-cast panels, wire mesh, etc. The ground area shall be appropriately maintained, improved and leveled to provide mobility and easy access for identification and inspection of materials. 13.6 The Contractor shall provide suitable utilities and services such as potable water, electricity, sewerage and security. The cost for the utilities such as electricity and water for the temporary facilities shall be borne by the Contractor. 13.7 The facilities shall conform to be the best standard for the required types and shall include office equipment, apparatus, pieces of furniture and other tools necessary for the prosecution of the Work. 13.8 The Contractor shall maintain all existing laboratory and testing equipment for the prosecution of the Work and shall be responsible for the payment of all required fees to be conducted by other assigned or approved testing companies. Payment for the expenses shall be included in the direct cost of the work items. 13.9 The Contractor shall provide qualified and experienced laboratory staff to carry out all the materials quality control and all tests specified in the Contract as specified by the Engineer. The person to be appointed by the Contractor to manage the laboratory shall be well experienced in the type of work undertaken and shall be subjected to the approval of CIAC.

91

13.10 The Contractor shall provide all necessary safety tools, identifications, uniforms and equipment for the workers and his staff in accordance with the Safety Standard. CIAC Safety Manual will be provided to the Contractor at the Pre-Construction Conference. 13.11 The Contractor shall provide construction safety barricades along the perimeter of and/or within the project site. The type and material of these barricades shall be subject to approval of CIAC - PMO. 13.12 All Contractors facilities and office furniture, equipment and tools shall be reverted to the Contractor after completion of the Contract. 13.13 The Contractors temporary facilities shall be dismantled removed from the site after completion of the Contract as indicated in the section Demobilization. 14. Mobilization and Demobilization 14.1 The Contractor shall mobilized, and bring out into work, all personnel plant and equipment, in accordance with his approved Construction Program, Equipment Moving and Utilization Schedule and Manpower Schedule, from its regular place of business or another project to the site to undertake the Contract. 14.2 Mobilization shall include the obtaining and transporting to jobsite of vessels, pipes, equipment, personnel, constructional plant and all necessary items for the execution and completion of the work and shall also include the setting up and the verification of all equipment, instrument and all other plant until it is rendered operable. It shall include sufficient supply of spare parts for the construction plant. Breakdowns are to be repaired on site by the most expeditious method possible at no cost to CIAC. In the event repairs being beyond the personnel or tools at the site to effect repairs in a reasonable time, such that the construction plant has to be removed from the site, then a replacement of machine or plant or equipment of a similar capacity shall be provided by the Contractor at no additional mobilization costs to CIAC nor extension of completion of works. 14.3 Construction equipment once moved into the Project Site checked and accounted for by the Engineer shall not be permitted, prior to the completion of the Contract work, to be moved out or transferred by the Contractor to another Project Site without the written approval of the Engineer. Periodic check-up of the Contractors equipment moved-in for the Contract Work shall be conducted by CIAC. The Contractor will pay to CIAC the amount equivalent to the Rental Rates of any equipment not accounted for during check-up for the number of Calendar days the equipment have been removed (without the written consent of the Engineer) from the Project Site until the said equipment have been returned. Such cases area grounds for disapproval of claims for time extensions of the Contractor. 15. DEFINITION OF TERMS

92

Whenever the following terms are used in these specifications, the intent and meaning shall be interpreted as follows: a. AASHTO

The American Association of State Highway and Transportation Officials, the successor association to AASHO. b. ACCESS/SERVICE ROAD

The right-of-way, the roadway and all improvements constructed thereon connecting the airport to the public highway. c. AIRPORT

Airport means an area of land that is used or intended to be used for the landing and takeoff of aircraft, and includes its buildings and facilities, d. ASTM

The American Society for Testing and Materials. e. CONTRACT

The written agreement covering the work to be performed. The Contract shall include, but is not limited to: The Contract Agreement, The Special Conditions of contract (if any), the General Conditions of the Contract, Special Conditions, the Employers Requirements, the Contract Specifications. f. CONTRACTOR

The party or parties on whose behalf the Bid was awarded including its or their respective permitted assignees and where, if the Contractor comprises more than one party and the context so requires, each and every such party. g. PROJECT ENGINEER

Any person appointed being a representative of Clark International Airport (CIAC)-Project Management Office (PMO) to oversee of all works set out in the implementing phase of the project. h. EQUIPMENT

All machinery, together with the necessary supplies for upkeep and maintenance, and also all tools and apparatus necessary for the proper construction and acceptable completion of the work.
93

i.

LABORATORY

The official Testing laboratories of the Contractor as required. j. LIGHTING

A system of fixtures providing or controlling the light sources used on or near the airport or within the airport buildings. The field lighting includes all luminous signals, markers, floodlights, and illuminating devices used on or near the airport or to aid in the operation of aircraft landing at, taking off from, or taxiing on the airport surface. k. MATERIALS

Any substance specified or required for use in the construction of the Contract work. l. PROJECT

Project shall have the same meaning as Works as under Clause 1 of the General Terms and Conditions. m. SPECIFICATIONS The meaning as identified in the CIACs General Requirements. n. STRUCTURES

Airport Facilities such as culverts, catch basins, inlets, retaining walls, cribbling, storm and sanitary sewer lines, waterlines, under drains, electrical ducts, manholes, handholes, lighting fixtures and bases, transformers, flexible and rigid pavements, buildings, vaults and other manmade features of the airport that may be encountered in work and not otherwise classified herein. o. WORK

The furnishing of all labor, materials, tools, equipment, and incidentals necessary or convenient to the Contractors performance of all duties and obligations imposed by the Contract.

16. LIST OF ABBREVIATIONS TOR - Terms of Reference BAC- Bids and Awards Committee CIAC Clark International Airport Corporation
94

CFZ - Clark Freeport Zone AED- Aviation and Engineering Department PMO- Project Management Office AASHTO - American Standard of State Highway and Transportation Officials ASTM - American Society of Testing Materials TRRL - Transport and Road Research Laboratory CSI - Construction Specifications Institute ACI - American Concrete Institute BOQ - Bill of Quantities ADN Area Designation Number SD- Site Development ACP Aluminum Cladding Panel

95

SCOPE OF WORKS

96

You might also like