0% found this document useful (0 votes)
20 views91 pages

Biddocs 003

The Philippine Bidding Documents (PBDs) provide guidelines for the procurement of infrastructure projects, specifically for the Construction of Irrigation Facilities of the Gaco Small Reservoir Irrigation Project. These documents are mandatory for government entities and outline the bidding process, eligibility requirements, and contract obligations. The PBDs are designed to ensure transparency and efficiency in the bidding process and must be adapted to the specific project circumstances.
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
0% found this document useful (0 votes)
20 views91 pages

Biddocs 003

The Philippine Bidding Documents (PBDs) provide guidelines for the procurement of infrastructure projects, specifically for the Construction of Irrigation Facilities of the Gaco Small Reservoir Irrigation Project. These documents are mandatory for government entities and outline the bidding process, eligibility requirements, and contract obligations. The PBDs are designed to ensure transparency and efficiency in the bidding process and must be adapted to the specific project circumstances.
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
You are on page 1/ 91

PHILIPPINE BIDDING DOCUMENTS

Construction of Irrigation
Facilities of Gaco Small
Reservoir Irrigation Project-
Package 9
Cabugao, Ilocos Sur

Approved by:

ENGR. ANGELITO S. MIGUEL


Regional Manager A

Sixth Edition
July 2020
Preface

These Philippine Bidding Documents (PBDs) for the procurement of Infrastructure


Projects (hereinafter referred to also as the “Works”) through Competitive Bidding have been
prepared by the Government of the Philippines for use by all branches, agencies, departments,
bureaus, offices, or instrumentalities of the government, including government-owned and/or
-controlled corporations, government financial institutions, state universities and colleges,
local government units, and autonomous regional government. The procedures and practices
presented in this document have been developed through broad experience, and are for
mandatory use in projects that are financed in whole or in part by the Government of the
Philippines or any foreign government/foreign or international financing institution in
accordance with the provisions of the 2016 revised Implementing Rules and Regulations (IRR)
of Republic Act (RA) No. 9184.

The PBDs are intended as a model for admeasurements (unit prices or unit rates in a
bill of quantities) types of contract, which are the most common in Works contracting.

The Bidding Documents shall clearly and adequately define, among others: (i) the
objectives, scope, and expected outputs and/or results of the proposed contract; (ii) the
eligibility requirements of Bidders; (iii) the expected contract duration; and (iv) the obligations,
duties, and/or functions of the winning Bidder.

Care should be taken to check the relevance of the provisions of the PBDs against the
requirements of the specific Works to be procured. If duplication of a subject is inevitable in
other sections of the document prepared by the Procuring Entity, care must be exercised to
avoid contradictions between clauses dealing with the same matter.

Moreover, each section is prepared with notes intended only as information for the
Procuring Entity or the person drafting the Bidding Documents. They shall not be included in
the final documents. The following general directions should be observed when using the
documents:

a. All the documents listed in the Table of Contents are normally required for the
procurement of Infrastructure Projects. However, they should be adapted as
necessary to the circumstances of the particular Project.

b. Specific details, such as the “name of the Procuring Entity” and “address for
bid submission,” should be furnished in the Instructions to Bidders, Bid Data
Sheet, and Special Conditions of Contract. The final documents should contain
neither blank spaces nor options.

c. This Preface and the footnotes or notes in italics included in the Invitation to
Bid, BDS, General Conditions of Contract, Special Conditions of Contract,
Specifications, Drawings, and Bill of Quantities are not part of the text of the
final document, although they contain instructions that the Procuring Entity
should strictly follow.

d. The cover should be modified as required to identify the Bidding Documents as


to the names of the Project, Contract, and Procuring Entity, in addition to date
of issue.

1
e. Modifications for specific Procurement Project details should be provided in the
Special Conditions of Contract as amendments to the Conditions of Contract.
For easy completion, whenever reference has to be made to specific clauses in
the Bid Data Sheet or Special Conditions of Contract, these terms shall be
printed in bold typeface on Sections I (Instructions to Bidders) and III (General
Conditions of Contract), respectively.

f. For guidelines on the use of Bidding Forms and the procurement of Foreign-
Assisted Projects, these will be covered by a separate issuance of the
Government Procurement Policy Board.

2
TABLE OF CONTENTS

Glossary of Terms, Abbreviations, and Acronyms..........................................5


Section I. Invitation to Bid .................................................................................7
Section II. Instructions to Bidders.................................................................. 10
1. Scope of Bid ............................................................................................................11
2. Funding Information ...............................................................................................11
3. Bidding Requirements.............................................................................................11
4. Corrupt, Fraudulent, Collusive, Coercive, and Obstructive Practices ....................11
5. Eligible Bidders.......................................................................................................11
6. Origin of Associated Goods ....................................................................................12
7. Subcontracts ............................................................................................................12
8. Pre-Bid Conference .................................................................................................13
9. Clarification and Amendment of Bidding Documents............................................13
10. Documents Comprising the Bid: Eligibility and Technical Components ...............13
11. Documents Comprising the Bid: Financial Component .........................................14
12. Alternative Bids ......................................................................................................14
13. Bid Prices ................................................................................................................14
14. Bid and Payment Currencies ...................................................................................14
15. Bid Security.............................................................................................................14
16. Sealing and Marking of Bids...................................................................................15
17. Deadline for Submission of Bids ............................................................................15
18. Opening and Preliminary Examination of Bids ......................................................15
19. Detailed Evaluation and Comparison of Bids .........................................................15
20. Post Qualification ....................................................................................................16
21. Signing of the Contract ...........................................................................................16
Section III. Bid Data Sheet .............................................................................. 17
Section IV. General Conditions of Contract ................................................. 20
1. Scope of Contract ....................................................................................................21
2. Sectional Completion of Works ..............................................................................21
3. Possession of Site ....................................................................................................21
4. The Contractor’s Obligations ..................................................................................21
5. Performance Security ..............................................................................................21
6. Site Investigation Reports .......................................................................................22

3
7. Warranty..................................................................................................................22
8. Liability of the Contractor.......................................................................................22
9. Termination for Other Causes .................................................................................22
10. Dayworks ................................................................................................................22
11. Program of Work.....................................................................................................23
12. Instructions, Inspections and Audits .......................................................................23
13. Advance Payment....................................................................................................23
14. Progress Payments ..................................................................................................23
15. Operating and Maintenance Manuals......................................................................23
Section V. Special Conditions of Contract..................................................... 24
Section VI. Specifications ................................................................................ 26
Section VII. Drawings ...................................................................................... 28
Section VIII. Bill of Quantities ....................................................................... 61
Section IX. Checklist of Technical and Financial Documents ................... 126

4
Glossary of
Terms, Abbreviations, and Acronyms

ABC – Approved Budget for the Contract.


ARCC – Allowable Range of Contract Cost.
BAC – Bids and Awards Committee.
Bid – A signed offer or proposal to undertake a contract submitted by a bidder in response to
and in consonance with the requirements of the bidding documents. Also referred to as
Proposal and Tender. (2016 revised IRR, Section 5[c])
Bidder – Refers to a contractor, manufacturer, supplier, distributor and/or consultant who
submits a bid in response to the requirements of the Bidding Documents. (2016 revised IRR,
Section 5[d])
Bidding Documents – The documents issued by the Procuring Entity as the bases for bids,
furnishing all information necessary for a prospective bidder to prepare a bid for the Goods,
Infrastructure Projects, and/or Consulting Services required by the Procuring Entity. (2016
revised IRR, Section 5[e])
BIR – Bureau of Internal Revenue.
BSP – Bangko Sentral ng Pilipinas.
CDA – Cooperative Development Authority.
Consulting Services – Refer to services for Infrastructure Projects and other types of projects
or activities of the GOP requiring adequate external technical and professional expertise that
are beyond the capability and/or capacity of the GOP to undertake such as, but not limited to:
(i) advisory and review services; (ii) pre-investment or feasibility studies; (iii) design; (iv)
construction supervision; (v) management and related services; and (vi) other technical services
or special studies. (2016 revised IRR, Section 5[i])
Contract – Refers to the agreement entered into between the Procuring Entity and the Supplier
or Manufacturer or Distributor or Service Provider for procurement of Goods and Services;
Contractor for Procurement of Infrastructure Projects; or Consultant or Consulting Firm for
Procurement of Consulting Services; as the case may be, as recorded in the Contract Form
signed by the parties, including all attachments and appendices thereto and all documents
incorporated by reference therein.
Contractor – is a natural or juridical entity whose proposal was accepted by the Procuring
Entity and to whom the Contract to execute the Work was awarded. Contractor as used in these
Bidding Documents may likewise refer to a supplier, distributor, manufacturer, or consultant.
CPI – Consumer Price Index.
DOLE – Department of Labor and Employment.
DTI – Department of Trade and Industry.
Foreign-funded Procurement or Foreign-Assisted Project – Refers to procurement whose
funding source is from a foreign government, foreign or international financing institution as

5
specified in the Treaty or International or Executive Agreement. (2016 revised IRR, Section
5[b]).
GFI – Government Financial Institution.
GOCC – Government-owned and/or –controlled corporation.
Goods – Refer to all items, supplies, materials and general support services, except Consulting
Services and Infrastructure Projects, which may be needed in the transaction of public
businesses or in the pursuit of any government undertaking, project or activity, whether in the
nature of equipment, furniture, stationery, materials for construction, or personal property of
any kind, including non-personal or contractual services such as the repair and maintenance of
equipment and furniture, as well as trucking, hauling, janitorial, security, and related or
analogous services, as well as procurement of materials and supplies provided by the Procuring
Entity for such services. The term “related” or “analogous services” shall include, but is not
limited to, lease or purchase of office space, media advertisements, health maintenance
services, and other services essential to the operation of the Procuring Entity. (2016 revised
IRR, Section 5[r])
GOP – Government of the Philippines.
Infrastructure Projects – Include the construction, improvement, rehabilitation, demolition,
repair, restoration or maintenance of roads and bridges, railways, airports, seaports,
communication facilities, civil works components of information technology projects,
irrigation, flood control and drainage, water supply, sanitation, sewerage and solid waste
management systems, shore protection, energy/power and electrification facilities, national
buildings, school buildings, hospital buildings, and other related construction projects of the
government. Also referred to as civil works or works. (2016 revised IRR, Section 5[u])
LGUs – Local Government Units.
NFCC – Net Financial Contracting Capacity.
NGA – National Government Agency.
PCAB – Philippine Contractors Accreditation Board.
PhilGEPS - Philippine Government Electronic Procurement System.
Procurement Project – refers to a specific or identified procurement covering goods,
infrastructure project or consulting services. A Procurement Project shall be described,
detailed, and scheduled in the Project Procurement Management Plan prepared by the agency
which shall be consolidated in the procuring entity's Annual Procurement Plan. (GPPB Circular
No. 06-2019 dated 17 July 2019)
PSA – Philippine Statistics Authority.
SEC – Securities and Exchange Commission.
SLCC – Single Largest Completed Contract.
UN – United Nations.

6
Section I. Invitation to Bid

Notes on the Invitation to Bid


The Invitation to Bid (IB) provides information that enables potential Bidders to decide
whether to participate in the procurement at hand. The IB shall be posted in accordance with
Section 21.2 of the 2016 revised IRR of RA No. 9184.

Apart from the essential items listed in the Bidding Documents, the IB should also indicate
the following:

a. The date of availability of the Bidding Documents, which shall be from the time the
IB is first advertised/posted until the deadline for the submission and receipt of bids;

b. The place where the Bidding Documents may be acquired or the website where it
may be downloaded;

c. The deadline for the submission and receipt of bids; and

d. Any important bid evaluation criteria.

The IB should be incorporated into the Bidding Documents. The information contained in
the IB must conform to the Bidding Documents and in particular to the relevant information
in the Bid Data Sheet.

7
8
9
Section II. Instructions to Bidders

Notes on the Instructions to Bidders

This Section on the Instruction to Bidders (ITB) provides the information necessary for
bidders to prepare responsive bids, in accordance with the requirements of the Procuring
Entity. It also provides information on bid submission, eligibility check, opening and
evaluation of bids, post-qualification, and on the award of contract.

10
1. Scope of Bid
The Procuring Entity, National Irrigation Administration invites Bids for the
Construction of Irrigation Facilities of Gaco Small Reservoir Irrigation Project-
Package 9, with Project Identification Number R1-ISIMO-20-12-018.

The Procurement Project (referred to herein as “Project”) is for the construction of


Works, as described in Section VI (Specifications).

2. Funding Information
2.1. The GOP through the source of funding as indicated below for CY 2020 in the
amount of Forty-Five Million Six Hundred Eighty-One Thousand Three
Hundred Twenty & 18/100 Pesos (PHP45,681,320.18).

2.2. The source of funding is:

a. NGA, the General Appropriations Act or Special Appropriations.

3. Bidding Requirements
The Bidding for the Project shall be governed by all the provisions of RA No. 9184 and
its 2016 revised IRR, including its Generic Procurement Manual and associated
policies, rules and regulations as the primary source thereof, while the herein clauses
shall serve as the secondary source thereof.

Any amendments made to the IRR and other GPPB issuances shall be applicable only
to the ongoing posting, advertisement, or invitation to bid by the BAC through the
issuance of a supplemental or bid bulletin.

The Bidder, by the act of submitting its Bid, shall be deemed to have inspected the site,
determined the general characteristics of the contracted Works and the conditions for
this Project, such as the location and the nature of the 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 and examine all instructions, forms,
terms, and project requirements in the Bidding Documents.

4. Corrupt, Fraudulent, Collusive, Coercive, and Obstructive Practices


The Procuring Entity, as well as the Bidders and Contractors, shall observe the highest
standard of ethics during the procurement and execution of the contract. They or
through an agent shall not engage in corrupt, fraudulent, collusive, coercive, and
obstructive practices defined under Annex “I” of the 2016 revised IRR of RA No. 9184
or other integrity violations in competing for the Project.

5. Eligible Bidders

11
5.1. Only Bids of Bidders found to be legally, technically, and financially capable
will be evaluated.

5.2. The Bidder must have an experience of having completed a Single Largest
Completed Contract (SLCC) that is similar to this Project, equivalent to at least
fifty percent (50%) of the ABC adjusted, if necessary, by the Bidder to current
prices using the PSA’s CPI, except under conditions provided for in Section
23.4.2.4 of the 2016 revised IRR of RA No. 9184.

A contract is considered to be “similar” to the contract to be bid if it has the


major categories of work stated in the BDS.

5.3. 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 Bidding Document prepared for
this purpose.

5.4. The Bidders shall comply with the eligibility criteria under Section 23.4.2 of
the 2016 IRR of RA No. 9184.

6. Origin of Associated Goods


There is no restriction on the origin of Goods other than those prohibited by a decision
of the UN Security Council taken under Chapter VII of the Charter of the UN.

7. Subcontracts
7.1. The Bidder may subcontract portions of the Project to the extent allowed by the
Procuring Entity as stated herein, but in no case more than fifty percent (50%)
of the Project.

The Procuring Entity has prescribed that:

a. Subcontracting is not allowed.

7.1. [If Procuring Entity has determined that subcontracting is allowed during the
bidding , state:] The Bidder must submit together with its Bid the documentary
requirements of the subcontractor(s) complying with the eligibility criterial
stated in ITB Clause 5 in accordance with Section 23.4 of the 2016 revised IRR
of RA No. 9184 pursuant to Section 23.1 thereof.

7.2. [If subcontracting is allowed during the contract implementation stage, state:]
The Supplier may identify its subcontractor during the contract implementation
stage. Subcontractors identified during the bidding may be changed during the
implementation of this Contract. Subcontractors must submit the documentary
requirements under Section 23.1 of the 2016 revised IRR of RA No. 9184 and
comply with the eligibility criteria specified in ITB Clause 5 to the
implementing or end-user unit.

12
7.3. Subcontracting of any portion of the Project does not relieve the Contractor of
any liability or obligation under the Contract. The Supplier will be responsible
for the acts, defaults, and negligence of any subcontractor, its agents, servants,
or workmen as fully as if these were the Contractor’s own acts, defaults, or
negligence, or those of its agents, servants, or workmen.

8. Pre-Bid Conference
The Procuring Entity will hold a pre-bid conference for this Project on the specified
date and time and either at its physical address {[insert if applicable] and/or through
videoconferencing/webcasting} as indicated in paragraph 6 of the IB.

9. Clarification and Amendment of Bidding Documents


Prospective bidders may request for clarification on and/or interpretation of any part of
the Bidding Documents. Such requests must be in writing and received by the
Procuring Entity, either at its given address or through electronic mail indicated in the
IB, at least ten (10) calendar days before the deadline set for the submission and receipt
of Bids.

10. Documents Comprising the Bid: Eligibility and Technical


Components
10.1. The first envelope shall contain the eligibility and technical documents of the
Bid as specified in Section IX. Checklist of Technical and Financial
Documents.

10.2. If the eligibility requirements or statements, the bids, and all other documents
for submission to the BAC are in foreign language other than English, it must
be accompanied by a translation in English, which shall be authenticated by the
appropriate Philippine foreign service establishment, post, or the equivalent
office having jurisdiction over the foreign bidder’s affairs in the Philippines.
For Contracting Parties to the Apostille Convention, only the translated
documents shall be authenticated through an apostille pursuant to GPPB
Resolution No. 13-2019 dated 23 May 2019. The English translation shall
govern, for purposes of interpretation of the bid.

10.3. A valid PCAB License is required, and in case of joint ventures, a valid special
PCAB License, and registration for the type and cost of the contract for this
Project. Any additional type of Contractor license or permit shall be indicated
in the BDS.

10.4. A List of Contractor’s key personnel (e.g., Project Manager, Project Engineers,
Materials Engineers, and Foremen) assigned to the contract to be bid, with their
complete qualification and experience data shall be provided. These key
personnel must meet the required minimum years of experience set in the BDS.

10.5. A List of Contractor’s major equipment units, which are owned, leased, and/or
under purchase agreements, supported by proof of ownership, certification of
availability of equipment from the equipment lessor/vendor for the duration of

13
the project, as the case may be, must meet the minimum requirements for the
contract set in the BDS.

11. Documents Comprising the Bid: Financial Component


11.1. The second bid envelope shall contain the financial documents for the Bid as
specified in Section IX. Checklist of Technical and Financial Documents.

11.2. Any bid exceeding the ABC indicated in paragraph 1 of the IB shall not be
accepted.

11.3. For Foreign-funded procurement, a ceiling may be applied to bid prices


provided the conditions are met under Section 31.2 of the 2016 revised IRR of
RA No. 9184.

12. Alternative Bids


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.

13. Bid Prices


All bid prices for the given scope of work in the Project as awarded shall be considered
as fixed prices, and therefore not subject to price escalation during contract
implementation, except under extraordinary circumstances as determined by the NEDA
and approved by the GPPB pursuant to the revised Guidelines for Contract Price
Escalation guidelines.

14. Bid and Payment Currencies


14.1. Bid prices may be quoted in the local currency or tradeable currency accepted
by the BSP at the discretion of the Bidder. However, for purposes of bid
evaluation, Bids denominated in foreign currencies shall be converted to
Philippine currency based on the exchange rate as published in the BSP
reference rate bulletin on the day of the bid opening.

14.2. Payment of the contract price shall be made in:

a. Philippine Pesos.

15. Bid Security


15.1. The Bidder shall submit a Bid Securing Declaration or any form of Bid Security
in the amount indicated in the BDS, which shall be not less than the percentage
of the ABC in accordance with the schedule in the BDS.

14
15.2. The Bid and bid security shall be valid until 11-May-21. Any bid not
accompanied by an acceptable bid security shall be rejected by the Procuring
Entity as non-responsive.

16. Sealing and Marking of Bids


Each Bidder shall submit one copy of the first and second components of its Bid.

The Procuring Entity may request additional hard copies and/or electronic copies of the
Bid. However, failure of the Bidders to comply with the said request shall not be a
ground for disqualification.

If the Procuring Entity allows the submission of bids through online submission to the
given website or any other electronic means, the Bidder shall submit an electronic copy
of its Bid, which must be digitally signed. An electronic copy that cannot be opened or
is corrupted shall be considered non-responsive and, thus, automatically disqualified.

17. Deadline for Submission of Bids


The Bidders shall submit on the specified date and time and either at its physical address
or through online submission as indicated in paragraph 7 of the IB.

18. Opening and Preliminary Examination of Bids


18.1. The BAC shall open the Bids in public at the time, on the date, and at the place
specified in paragraph 9 of the IB. The Bidders’ representatives who are present
shall sign a register evidencing their attendance. In case videoconferencing,
webcasting or other similar technologies will be used, attendance of participants
shall likewise be recorded by the BAC Secretariat.

In case the Bids cannot be opened as scheduled due to justifiable reasons, the
rescheduling requirements under Section 29 of the 2016 revised IRR of RA No.
9184 shall prevail.

18.2. The preliminary examination of Bids shall be governed by Section 30 of the


2016 revised IRR of RA No. 9184.

19. Detailed Evaluation and Comparison of Bids


19.1. The Procuring Entity’s BAC shall immediately conduct a detailed evaluation of
all Bids rated “passed” using non-discretionary pass/fail criteria. The BAC
shall consider the conditions in the evaluation of Bids under Section 32.2 of
2016 revised IRR of RA No. 9184.

19.2. If the Project allows partial bids, all Bids and combinations of Bids as indicated
in the BDS shall be received by the same deadline and opened and evaluated
simultaneously so as to determine the Bid or combination of Bids offering the
lowest calculated cost to the Procuring Entity. Bid Security as required by ITB
Clause 16 shall be submitted for each contract (lot) separately.

15
19.3. In all cases, the NFCC computation pursuant to Section 23.4.2.6 of the 2016
revised IRR of RA No. 9184 must be sufficient for the total of the ABCs for all
the lots participated in by the prospective Bidder.

20. Post Qualification


Within a non-extendible period of five (5) calendar days from receipt by the Bidder of
the notice from the BAC that it submitted the Lowest Calculated Bid, the Bidder shall
submit its latest income and business tax returns filed and paid through the BIR
Electronic Filing and Payment System (eFPS), and other appropriate licenses and
permits required by law and stated in the BDS.

21. Signing of the Contract


The documents required in Section 37.2 of the 2016 revised IRR of RA No. 9184 shall
form part of the Contract. Additional Contract documents are indicated in the BDS.

16
Section III. Bid Data Sheet

Notes on the Bid Data Sheet (BDS)


The Bid Data Sheet (BDS) consists of provisions that supplement, amend, or specify in
detail, information, or requirements included in the ITB found in Section II, which are
specific to each procurement.

This Section is intended to assist the Procuring Entity in providing the specific information
in relation to corresponding clauses in the ITB and has to be prepared for each specific
procurement.

The Procuring Entity should specify in the BDS information and requirements specific to
the circumstances of the Procuring Entity, the processing of the procurement, and the bid
evaluation criteria that will apply to the Bids. In preparing the BDS, the following aspects
should be checked:

a. Information that specifies and complements provisions of the ITB must be


incorporated.

b. Amendments and/or supplements, if any, to provisions of the ITB as necessitated by


the circumstances of the specific procurement, must also be incorporated.

17
Bid Data Sheet
ITB Clause
5.2 For this purpose, contracts similar to the Project refer to contracts which have
the same major categories of work, which shall be: Building Works
7.1 Not Applicable

10.3 Not Applicable


10.4 The key personnel must meet the required minimum years of experience set
below:
Key Personnel General Experience Relevant Experience

1. Project Manager Any Field Construction


2. Project Engineer Any Civil Eng’g Const. Dam, Irrig. Facilities/
Flood Control
3. Material Testing Engr. Any Civil Eng’g Const. Duly accredited by
DPWH as Material Engineer
Foreman Any Civil Eng’g Const. Dam, Irrig. Facilities/
Flood Control
10.5 The minimum major equipment requirements are the following:

Equipment Capacity Number of Units


1. Concrete Mixer 1 Bagger 4 unit
2. Dump Truck (isuzu TD 72-8T) 4 unit
3. Dozer D65E-12 (180 HP), Komatsu 1 unit
4. Backhoe, Hydraulic, 128 HP 2 unit
Crawler Mounted (1.0 cu.m. cap.)
320B/320BL (Caterpillar)
5. Self- Profelled, Smooth (10.60 Tons) 1 unit
Drum Vibratory Roller
6. Water Truck (5000-10,000 Gals.) 1 unit
7. Wheel Loader-WA250-1 (130 HP), 1.91 cu.m. 1 unit
8. Road Grader 125 HP 1 unit
9. Service Vehicle, Pick-up 1 unit

12 Not Applicable
15.1 The bid security shall be in the form of a Bid Securing Declaration or any of the
following forms and amounts:
a. The amount of not less than 913,626.40 [Insert two percent (2%) of
ABC], if bid security is in cash, cashier’s/manager’s check, bank
draft/guarantee or irrevocable letter of credit;

b. The amount of not less than 2,284,066.01 [Insert five percent (5%) of
ABC] if bid security is in Surety Bond.
19.2 No further instructions
20 No further instructions

18
21 Additional contract documents relevant to the Project that may be required by
existing laws and/or the Procuring Entity, such as construction schedule and S-
curve, manpower schedule, construction methods, equipment utilization
schedule, construction safety and health program approved by the DOLE, and
other acceptable tools of project scheduling.

19
Section IV. General Conditions of Contract

Notes on the General Conditions of Contract


The General Conditions of Contract (GCC) in this Section, read in conjunction with the
Special Conditions of Contract in Section V and other documents listed therein, should be a
complete document expressing all the rights and obligations of the parties.

Matters governing performance of the Contractor, payments under the contract, or matters
affecting the risks, rights, and obligations of the parties under the contract are included in
the GCC and Special Conditions of Contract.

Any complementary information, which may be needed, shall be introduced only through
the Special Conditions of Contract.

20
1. Scope of Contract
This Contract shall include all such items, although not specifically mentioned, that can
be reasonably inferred as being required for its completion as if such items were
expressly mentioned herein. All the provisions of RA No. 9184 and its 2016 revised
IRR, including the Generic Procurement Manual, and associated issuances, constitute
the primary source for the terms and conditions of the Contract, and thus, applicable in
contract implementation. Herein clauses shall serve as the secondary source for the
terms and conditions of the Contract.

This is without prejudice to Sections 74.1 and 74.2 of the 2016 revised IRR of RA No.
9184 allowing the GPPB to amend the IRR, which shall be applied to all procurement
activities, the advertisement, posting, or invitation of which were issued after the
effectivity of the said amendment.

2. Sectional Completion of Works


If sectional completion is specified in the Special Conditions of Contract (SCC),
references in the Conditions of Contract to the Works, the Completion Date, and the
Intended Completion Date shall 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. Possession of Site
3.1 The Procuring Entity shall give possession of all or parts of the Site to the
Contractor based on the schedule of delivery indicated in the SCC, which
corresponds to 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.

3.2 If possession of a portion is not given by the above date, the Procuring Entity
will be deemed to have delayed the start of the relevant activities. The resulting
adjustments in contract time to address such delay may be addressed through
contract extension provided under Annex “E” of the 2016 revised IRR of RA
No. 9184.

4. The Contractor’s Obligations


The Contractor shall employ the key personnel named in the Schedule of Key Personnel
indicating their designation, in accordance with ITB Clause 10.3 and specified in the
BDS, to carry out the supervision of the Works.

The Procuring Entity will approve any proposed replacement of key personnel only if
their relevant qualifications and abilities are equal to or better than those of the
personnel listed in the Schedule.
5. Performance Security
21
5.1. Within ten (10) calendar days from receipt of the Notice of Award from the
Procuring Entity but in no case later than the signing of the contract by both
parties, the successful Bidder shall furnish the performance security in any of
the forms prescribed in Section 39 of the 2016 revised IRR.

5.2. The Contractor, by entering into the Contract with the Procuring Entity,
acknowledges the right of the Procuring Entity to institute action pursuant to
RA No. 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.

6. 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.

7. Warranty
7.1. In case the Contractor fails to undertake the repair works under Section 62.2.2
of the 2016 revised IRR, 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.

7.2. The warranty against Structural Defects/Failures, except that occasioned-on


force majeure, shall cover the period from the date of issuance of the Certificate
of Final Acceptance by the Procuring Entity. Specific duration of the warranty
is found in the SCC.

8. 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.
If the Contractor is a joint venture, all partners to the joint venture shall be jointly and
severally liable to the Procuring Entity.

9. Termination for Other Causes


Contract termination shall be initiated 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 corrupt, fraudulent, collusive, coercive, and
obstructive practices as stated in ITB Clause 4.

10. Dayworks
Subject to the guidelines on Variation Order in Annex “E” of the 2016 revised IRR of
RA No. 9184, and if applicable as indicated in the SCC, the Dayworks rates in the
22
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.

11. Program of Work


11.1. The Contractor shall submit to the Procuring Entity’s Representative for
approval the said Program of Work showing the general methods, arrangements,
order, and timing for all the activities in the Works. The submissions of the
Program of Work are indicated in the SCC.

11.2. 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.

12. Instructions, Inspections and Audits


The Contractor shall permit the GOP or the Procuring Entity to inspect the Contractor’s
accounts and records relating to the performance of the Contractor and to have them
audited by auditors of the GOP or the Procuring Entity, as may be required.

13. Advance Payment


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,
subject to the requirements in Annex “E” of the 2016 revised IRR of RA No. 9184.

14. Progress Payments


The Contractor may submit a request for payment for Work accomplished. Such
requests 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.

15. Operating and Maintenance Manuals


15.1. If required, the Contractor will provide “as built” Drawings and/or operating
and maintenance manuals as specified in the SCC.

15.2. If the Contractor does not provide the Drawings and/or manuals by the dates
stated above, or they do not receive the Procuring Entity’s Representative’s
approval, the Procuring Entity’s Representative may withhold the amount stated
in the SCC from payments due to the Contractor.

23
Section V. Special Conditions of Contract

Notes on the Special Conditions of Contract


Similar to the BDS, the clauses in this Section are intended to assist the Procuring Entity in
providing contract-specific information in relation to corresponding clauses in the GCC
found in Section IV.

The Special Conditions of Contract (SCC) complement the GCC, specifying contractual
requirements linked to the special circumstances of the Procuring Entity, the Procuring
Entity’s country, the sector, and the Works procured. In preparing this Section, the following
aspects should be checked:

a. Information that complements provisions of the GCC must be incorporated.

b. Amendments and/or supplements to provisions of the GCC as necessitated by the


circumstances of the specific purchase, must also be incorporated.

However, no special condition which defeats or negates the general intent and purpose of
the provisions of the GCC should be incorporated herein.

24
Special Conditions of Contract
GCC Clause
2 Not Applicable
4.1 No further instructions
6 No further instructions
7.2 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.

10 Dayworks are applicable at the rate shown in the Contractor’s original


Bid.

11.1 The Contractor shall submit the Program of Work to the Procuring
Entity’s Representative within 10 days of delivery of the Notice of
Award.
11.2 The amount to be withheld for late submission of an updated Program of
Work is 10% of payment due to the contractor at a given time.
13 The amount of the advance payment is 15% of the total contract price.
14 Materials and equipment delivered on the site but not completely put in
place shall be included for payment. No further instructions.
15.1 Not applicable for Operation and Maintenance manuals.

The date by which “as built” drawings are required is upon completion of
the project and prior to final payment.
15.2 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
Contract Amount.

25
Section VI. Specifications

Notes on Specifications
A set of precise and clear specifications is a prerequisite for Bidders to respond realistically
and competitively to the requirements of the Procuring Entity without qualifying or
conditioning their Bids. In the context of international competitive bidding, the
specifications must be drafted to permit the widest possible competition and, at the same
time, present a clear statement of the required standards of workmanship, materials, and
performance of the goods and services to be procured. Only if this is done will the objectives
of economy, efficiency, and fairness in procurement be realized, responsiveness of Bids be
ensured, and the subsequent task of bid evaluation facilitated. The specifications should
require that all goods and materials to be incorporated in the Works be new, unused, of the
most recent or current models, and incorporate all recent improvements in design and
materials unless provided otherwise in the Contract.

Samples of specifications from previous similar projects are useful in this respect. The use
of metric units is mandatory. Most specifications are normally written specially by the
Procuring Entity or its representative to suit the Works at hand. There is no standard set of
Specifications for universal application in all sectors in all regions, but there are established
principles and practices, which are reflected in these PBDs.

There are considerable advantages in standardizing General Specifications for repetitive


Works in recognized public sectors, such as highways, ports, railways, urban housing,
irrigation, and water supply, in the same country or region where similar conditions prevail.
The General Specifications should cover all classes of workmanship, materials, and
equipment commonly involved in construction, although not necessarily to be used in a
particular Works Contract. Deletions or addenda should then adapt the General
Specifications to the particular Works.

Care must be taken in drafting specifications to ensure that they are not restrictive. In the
specification of standards for goods, materials, and workmanship, recognized international
standards should be used as much as possible. Where other particular standards are used,
whether national standards or other standards, the specifications should state that goods,
materials, and workmanship that meet other authoritative standards, and which ensure
substantially equal or higher quality than the standards mentioned, will also be acceptable.
The following clause may be inserted in the SCC.

Sample Clause: Equivalency 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 provisions 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, or relate to a particular country or region, other authoritative standards that ensure
a substantially equal or higher quality than the standards and codes specified will be accepted

26
subject to the Procuring Entity’s Representative’s 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 Procuring Entity’s
Representative at least twenty-eight (28) days prior to the date when the Contractor desires
the Procuring Entity’s Representative’s consent. In the event the Procuring Entity’s
Representative determines that such proposed deviations do not ensure substantially equal
or higher quality, the Contractor shall comply with the standards specified in the documents.

These notes are intended only as information for the Procuring Entity or the person drafting
the Bidding Documents. They should not be included in the final Bidding Documents.

27
TECHNICAL SPECIFICATION

Name of Project : CONSTRUCTION OF IRRIGATION FACILITIES OF


GACO SMALL RESERVOIR IRRIGATION
PROJECT-PACKAGE 9
Cabugao, Ilocos Sur
Contract Number : R1-ISIMO-20-12-018

Items of Work:

A. Road/Solar Drier Concreting


1. Subgrade Preparation
2. Base Coarse
3. Dowell Bars
4. 3,000 psi Concrete Class A (211 kg./sq.cm.)

B. Rubber Masonry & Class A Concrete Slope Protection


1. Structure Excavation (Mechanized)
2. Rubber Masonry w/Class “A” Concrete Cement
3. 3,000 psi Concrete Class A (211 kg./sq.cm.)
4. Reinforcing Steel Bars
5. Structural Backfill

28
CONCRETE

501 SCOPE

This Section covers all the materials as cement, aggregates, water, admixtures and proportioning, mixing,
transporting, placing, finishing, curing and protecting of concrete, including supplies, equipment, tools and
all other incidentals necessary for concrete works.

All the applicable provisions of the latest revision of the ACI Building Code (ACI-318-63) and American
Society for Testing Materials (ASTM) shall govern in all cases not specifically provided for herein.

502 CONCRETE COMPOSITION

Concrete shall be composed of portland cement, fine and coarse aggregates, water, and if necessary,
admixtures or agents approved by NIA. The design of concrete mixtures and consistency shall be as
specified in this Section.

503 CEMENT

a) General. The cement shall conform to the requirements of the standard specifications for Portland
Cement (ASTM: C-150 Type 1). Special Cement may be used subject to the approval of the Engineer
provided it meets the requirements of Portland Cement with regards to strength, soundness and setting
time.

b) Storage. Contractor shall, immediately upon delivery of cement to the jobsite, store the same in a dry,
weathertight and properly ventilated structure with adequate provisions for the prevention of absorption
of moisture. All storage facilities shall be subject to the approval of the Engineer and shall be such as
to permit easy access for the inspection and identification. In order that cement may not become unduly
aged after delivery, the Contractor shall use any cement of the same type, which has been stored at
the site for 60 days or more before using cement of lesser storage age. Any cement stored at the
project site over four months shall not be used unless retest proves it to be satisfactory. Sacked cement
shall not be stocked higher than 14 sacks for storage for a period of not longer than 30 days and not
higher than seven sacks for longer period.

c) Payment. Payment for cement shall be considered included in the contract unit price for the various
items of concrete in the Bill of Quantities for which cement is used.

504 ADMIXTURES

In order to reduce the cement content and/or the amount of mixing water, and to improve the concrete
workability, the Contractor may be allowed to use Admixtures and as such he shall submit to NIA for approval
such Admixture he proposes to use. The Contractor shall be required to submit manufacturer's brochures
and data sheets for review together with detailed proposals on how the admixtures will be used in the works.
This information should be supported with mix designs and the results of trial mixes. All admixtures shall
be used strictly in accordance with the manufacturer's recommendations. However no additional payment
will be made by NIA to the Contractor in view of this as the cost thereof is considered included in the contract
unit price for the different classes of concrete.

The following type of admixtures will be given consideration by the NIA provided that they conform to the
provisions of this Paragraph:
1. Air entraining agent
2. Water reducing admixtures
3. Water reducing and retarding admixtures
4. Water reducing and accelerating admixtures

29
Admixtures shall be furnished in a powder or liquid form. If furnished in a solution it shall contain at least
50% solids and a mold inhibitor. The admixtures effect on the properties of Portland cement concrete
mixtures shall meet the requirements of ASTM: C-494.

Admixtures will be accepted on manufacturers certification of conformance with the specifications but
permission to slip on certification shall in no way relieve the Contractor of responsibility for furnishing an
admixture not meeting specification requirements. Where the Engineer has reason to believe that testing is
necessary to prove compliance with the requirements of these specifications, it may order these admixtures
to be sampled and tested anytime. The Contractor shall provide facilities satisfactory to the Engineer for
readily procuring samples for test.

Air Entraining Agent. Concrete produced with water reducing agents shall contain four to six per cent of air
entraining agent by volume. The air entraining agent shall conform to the requirements of ASTM: C 260,
and shall be tested in accordance with ASTM: C 233. The total calculated air content of the concrete as
discharged from the mixer shall be as follows:

Coarse Aggregates Total Air - Per cent by


Maximum Size Volume of Concrete
2 cm. 5+1
3.8 cm. 4+1

The agent in solution shall be maintained at uniform strength and shall be added to the batch in a portion of
the mixing water. This solution shall be batched by means of a mechanical batcher capable of accurate
measurement. When a retarder dispersing agent is used in the concrete, the portion of the mixing water
containing the air-entraining agent shall be introduced separately into the mixer.

Water Reducing Agent or Water Reducing and Set Retarding Agent. The Contractor may be allowed to use
an approved water reducing agent, or water-reducing and set retarding agent in concrete. The ASTM
designations for these admixtures are Type A and Type D, respectively. The agent used shall be either
suitable calcium, sodium or ammonium salts of lignosulfonic acids or of the nonlignin, hydroxylated
carboxylic and acid groups. The agent shall be of uniform consistency and quality within each container
and from shipment to shipment.

The amount of water reducing, or water reducing and set retarding agent to be used in each concrete mix
shall in general be within the following limits:

Lignosulfonic Acid Type - 0.27 to 0.37 percent of solid rystalline ligning, by


weight, of cement.
Hydroxylated Carboxylic Acid Type - 0.25 to 0.50 percent of liquid, by weight of cement.

Water Reducing and Accelerating Admixture. The ASTM designation for this admixture is Type E. Water
reducing and accelerating admixture may be used by the Contractor for speeding up precasting and post-
tensioning operations for precast and prestressed beams, girders, slabs and bearing pads, if approved.

505 WATER

The water used in concrete, mortar and grout shall be free from objectionable quantities of silt, organic
matter, alkali, salts and other impurities. The recommendation of the seventh edition of the U.S. Bureau of
Reclamation Concrete Manual for mixing water shall be followed.

506 FINE AGGREGATES

a) General. The term "Fine Aggregates" is used to designate aggregates in which the maximum size of
particles is 5 millimeters. Fine aggregates for concrete, mortar and grout shall be provided by the Contractor
and shall consist of natural sand, manufactured sand, or a combination of both. The different components

30
shall be batched separately, or subject to the written approval of the Engineer, or blended prior to delivery
to the batching plant.

As a means of providing moisture control, the Contractor may be required to stockpile the fine aggregates
over porous storage to drain excessive water and to stabilize moisture content.

b) Quality. Fine aggregates shall conform to the requirements of ASTM C-33 and shall consist of hard,
tough, durable, uncoated rock particles. The Contractor shall exercise every possible precaution in
transporting, washing and screening operations to prevent contamination of sand particles. Fine aggregates
shall conform to the following requirements:

1. Grading -It is assumed that the sand available in natural deposits will require processing to provide a
suitable gradation. Regardless of the source, the fine aggregates shall be well graded from fine to coarse
and the gradation as delivered to the mixers shall conform to the following requirements unless otherwise
approved:

Sieve Designation Percent by Weight


US Standard Square Passing Individual
. Mesh . . Sizes .

3/8" (9.50mm) 100


No. 4 (4.75mm) 95-100
No. 8 (2.36mm) 85- 95
No. 16 (1.18mm) 60- 85
No. 30 (600um) 25- 60
No. 50 (300um) 10- 30
No. 100 (150um) 2- 10

In addition to the grading limits shown above, the fine aggregates as delivered to the mixer shall have the
fineness modulus of not less than 2.30 or more than 3.00. The grading of the fine aggregates also shall be
controlled so that the fineness moduli of at least 9 to 10 test samples of the fine aggregates as delivered to
the mixer shall not vary more than 0.10 from the average fineness modulus of all samples previously taken.
The fineness modulus shall be determined by dividing by 100, the sum of the cumulative percentages
retained on US standard sieves No. 4, 8, 16, 30, 50 and 100. At the option of the Contractor fine aggregates
may be separated into two or more sizes or classifications, but the resulting sand when combined before
entering the concrete mixer shall be of uniform grading within the limits specified above.

2. Particle Shape. The shape of the particles shall be generally spherical or cubical and reasonably free
from flat or elongated particles. A flat or elongated particle is defined as a particle having a maximum
dimension in excess of five times the minimum dimension. Rocks which breaks down into such shape,
regardless of the type of processing equipment used, will not be approved for use in the production of fine
aggregates.

3. Deleterious Substances. the maximum percentages of deleterious substances in the fine aggregates as
delivered to the mixer shall not exceed the following values:

Percent by
. Weight .

Materials passing no. 200 3


Screen (Designation 16)*
Shale(Designation 17) 1
Clay (designation 13) 1
Total of other deleterious substances 2
(such as alkali, mica, soft, flaky

31
particles and loam)

* The designation in parenthesis refers to methods of testing described in the seventh (7th) edition of
the US Bureau of Reclamation Concrete Manual and ASTM.

The sum of the percentages of all deleterious substances shall not exceed 5% by weight. Fine aggregates
producing a color darker than the standard in the colometric test for organic impurity (USBR designation 14
or ASTM C-40) may be rejected. Fine aggregate having specific gravity (USBR Designation 9 or ASTM C-
128, saturated surface dry basis) of less than 2.60 may be rejected. The fine aggregate may be rejected if
the portion retained on No. 50 (300 um) screen, when subjected to five cycles of sodium sulphate test for
soundness (USBR designation 19 or ASTM C-88) shows an average loss of more than 18% by weight. Fine
aggregates delivered to the batching plant may be rejected if it contains more than 0.10% soluble sulphate
for any one sample or more than 0.10 for an average of at least 9 out of 10 consecutive test samples of
finished sand, when samples are taken hourly. The percent soluble sulphate in fine aggregates shall be
determined in accordance with the method of test prescribed in subparagraph 4. below.

4. Sampling - Sampling of fine and coarse aggregates shall be done in accordance with paragraph 1509.
The source from which fine and coarse aggregates is to be obtained shall be selected well in advance of
the time when the materials will be required in the work. Unless otherwise specified, all test samples shall
be taken under the supervision of the Engineer in sufficient time as approved to permit adequate testing
and examination of results sufficiently in advance of the time for use in concrete. Routine control test and
analysis of the fine and coarse aggregates at various stages in the processing operation shall be made.
The approval of a source shall not be construed as containing approval of all materials from the source,
and the Contractor will be held responsible for the specified quality of all such materials used in the work.

(c) Storage - Fine aggregates shall be stored in such a manner as to avoid the inclusion of any foreign
materials in the concrete. The storage or stockpile shall be constructed so as to prevent segregation.
Depositing of materials in storage and its removal therefrom shall be done in such a manner as to result in
increasing the uniformity of the grading insofar as this is practicable. All fine aggregates shall remain in free
drainage storage for at least seventy-two (72) hours prior to use. Sufficient live storage shall be maintained
at all times to permit continuous placement of concrete.

(d) Measurement and Payment - Fine aggregates will not be measured for payment. The cost of excavation,
stockpiling, transporting, processing, blending, handling and other costs for providing fine aggregates shall
be considered included in the unit price bid for the various items in the Bill of Quantities for which fine
aggregates are used.

507 COARSE AGGREGATES

(a) General - The term "Coarse Aggregate" is used to designate aggregates of such sizes as to fall within
the range of 0.5 cm. to 7.5 cm or any size or range of sizes within such limits. The coarse aggregates shall
be reasonably well graded within the nominal size ranges hereinafter specified. Coarse aggregate for
concrete shall be furnished by the Contractor and shall consists of crushed rock or mixture of natural gravel
and crushed rock as provided in paragraph 1508. Coarse aggregate, as delivered to the batching plant
shall have a uniform and stable moisture content. Any rewashing found necessary to provide clean
aggregates shall be done prior to finish screening. Rewashing shall not be performed in finish screen.

(b) Quality - Coarse aggregates shall conform to the requirement of ASTM C-33 and shall consist of hard,
dense, uncoated durable rock fragments.

1. Grading - The coarse aggregates shall be well graded from fine to coarse. It shall be separated into the
following specific size groups. The grading of the aggregates within the separated size groups as delivered
to the mixer shall be as follows:

S I Z E G R O U P S

32
Sieve Sizes Per Cent by Weight Passing Individual Sizes
US Std. Sq. Mesh 12.5 mm 18 mm 37.5mm 50mm 75mm
6" (150 mm) - - - -
3" (75mm) - - - 100
2-1/2" ( 63 mm) - - 100 90-100
2" ( 50 mm) - 100 95-100 35-70
1-1/2" (37.5mm) - 90-100 - 0-15
1" ( 25 mm) - 100 20-55 35-7 -
3/4" ( 19 mm) 100 90-100 0-15 - 0-5
1/2" (12.5mm) 90-100 - - 10-30 -
3/8" (9.5 mm) 40-70 20-55 0-5 - -
No. 4 (4.75mm) 0-15 0-10 - 0-5

Coarse aggregates shall contain not more than 1.5 per cent of materials passing the No. 200 sieve by
meshing, nor more than 5% of soft fragments.

It shall have an abrasion loss of not more than 45 per cent at 500 revolutions.

Unless otherwise directed, the maximum sizes of aggregates to be used in concrete for the various parts of
the work shall be in accordance with the following:

Maximum Aggregate
General Use Diameter

Lean Concrete to control water Intrusion 37.5 mm


and other miscellaneous uses

Concrete for Footings, Walls, Slabs 37.5 mm


Beams, 0.22 to 0.75 meters thick
Concrete for thin walls, slabs, beams, 19 mm
less than 0.22 meters thick
Concrete for reinforced concrete pipes 12.5 mm

In all cases, the diameter of the aggregate shall not exceed 1/2 the distance between the reinforcing steel
bars of the members being placed.

2. Particle Shape - The particle shape of the crushed coarse aggregate shall be generally spherical or
cubical and reasonably free from flat or elongated particles. A flat or elongated particle is defined as a
particle having a maximum dimension in excess of five times the minimum dimensions. Rocks which breaks
down into such shape will not be approved for the production of aggregate.

3. Deleterious Substances - The deleterious substances in any size of coarse aggregate, as delivered to
the mixer, shall not exceed the following values:

Per Cent
By Weight

Material Passing No. 200 1/2


(Screen Designation 16)*
Shale (Designation 18) 1
Clay Lumps (Designation 13) 1/2
Other deleterious substances 1

33
* The designations in parenthesis refers to methods of Testing described in the seventh edition of the
U.S. Bureau of Reclamation Concrete Manual and ASTM.

The sum of the percentages of all deleterious substances in any size, as delivered to the mixer, shall not
exceed 3% by weight. Coarse aggregate may be rejected if it fails to meet the following requirements:

1) Petrographic Examination - If more than 10% of poor aggregate particles can be identified in
physical quality test and in case 20% of the particles would be classified with respect to the chemical
quality (USBR Desig. 7 or ASTM C-295).
2) Sodium-sulphate Test for soundness (USBR Desig. 9 or ASTM C-88)- If the weighted average
loss, after 5 cycles is more than 10% by weight.
3) Specific Gravity (USBR Desig. 10 or ASTM C-127) - If the specific gravity (saturated surface-dry
basis) is less than 2.60.
4) Sampling - All sampling of coarse aggregates shall be in accordance with Paragraph 1509.

c) Storage - Coarse aggregate storage or stockpiles shall be built in such a manner as to avoid the inclusion
of any foreign materials in the concrete and to prevent segregation and excessive breakage. Water sprayers
shall be installed to keep that portion of the coarse aggregate stockpiles saturated which is intended for
immediate use in the concrete. Sufficient live storage shall be maintained at all times to permit continuous
placement of concrete.

d) Measurement and Payment - Coarse aggregates will not be measured for payment. The cost of
excavation, stockpiling, processing, blending, handling and other cost for providing coarse aggregates shall
be considered included in the unit price bid for the various items in the Bill of Quantities for which coarse
aggregates are used.

508 PRODUCTION OF FINE AND COARSE AGGREGATES

(a) Source of Aggregates - Fine and coarse aggregates for concrete, and fine aggregate for mortar and
grout may be obtained by the Contractor from any approved source. Approval of deposit shall not be
construed as constituting approval of all materials taken from the deposit, and the Contractor shall maintain
the specified quality of all such materials used in concrete works. If the aggregates are to be obtained from
deposits or quarry sources not previously tested and approved by NIA, Contractor shall submit, for
preliminary test and approval, a representative, 90 kilograms (approximately 200 pounds) sample of the fine
aggregate and of the 0.5 centimeters to 2 centimeter size of coarse aggregate and a 45 kilograms
(approximately 100 pounds) sample of each of the other sizes of coarse aggregate proposed for use in the
work, at least 90 days before the materials are required for use.

(b) Developing Aggregate Deposit. The Contractor shall carefully clear the area, from which aggregates
are to be taken, of trees, roots, brush, sod, soil, unsuitable sand and gravel or aggregates, and other
objectionable matter. The portion of the deposit used shall be located and operated so as not to detract
from the usefulness of the deposit or of any adjacent property and so as to preserve, insofar as practicable,
the future usefulness or value of the deposit. Waste materials removed from aggregate borrow areas shall
be disposed of in approved locations.

(c) Processing Raw Materials. The Contractor shall employ processing equipment which will ensure well-
shaped particle in all aggregate sizes and a minimum of particle which are flat or elongated. Processing of
raw materials shall include screening, washing, and blending if necessary to produce fine and coarse
aggregate meeting the requirements of Paragraphs 1506 and 1507. Processing of aggregates produced
from any source shall be done at an approved site. Water used for washing aggregates shall conform to
Paragraph 1505. To utilize the greatest practicable yield of suitable materials in the portion of the deposit
being worked, the Contractor may crush oversize material and any excess materials of the size of coarse
aggregate to be furnished, until the required quantity of each size has been secured, provided, that the

34
crushed aggregates shall be blended uniformly with the uncrushed aggregates. Crushing and blending
operations shall at all times be subject to approval by the Engineer.

Aggregates, as delivered to the mixers, shall consist of clean, hard and uncoated particles. When required,
dust shall be removed from the coarse aggregate by adequate washing.

(d) Moisture Control. The free moisture control of the fine aggregate and smallest size group of coarse
aggregate as delivered to the mixers shall be controlled so as not to exceed the value of 6.0 and 1.5,
respectively, expressed as a percentage by weight of the saturated, surface dry aggregates. The percent
variation of free moisture content in fine aggregate and the smallest size of coarse aggregate shall not
exceed 0.5% and 2.0%, respectively, during any one hour of mixing plant operation. The free moisture of
the other sizes of coarse aggregates shall be the least amount when delivered to mixers and variations shall
be the least practicable under all job conditions. Sand shall have a uniform and stable moisture content.
Under no conditions shall the other sizes of coarse aggregates be delivered to the mixing plant bins dripping
wet. The Contractor may accomplish the required moisture control by use of free drainage storage,
mechanical dewatering devices, or any other satisfactory means of dewatering.

509 AGGREGATE SAMPLING AND TESTING

Sampling of the aggregate materials approved for use in the work shall be done by the contractor in
accordance with ASTM Sampling Method at 10 days in advance of the time when placing of concrete is
expected to begin. Aggregate studies and tests will be made by the contractor at its own expense. It shall
be the responsibility of the Contractor to designate the source(s) of aggregates early enough to give NIA
sufficient time to obtain the necessary samples and have them subjected to tests.

The samples of aggregates shall be obtained and tested in accordance with the following ASTM standard
methods:

Sampling aggregate - C 75
Sieve Analysis - C 136
Amount of material finer than 200 sieve - C 117
Organic impurities - C 40
Mortar Strength - C 87
Soundness - C 88
Soft Particles - C 235
Abrasion - C 131
Clay lumps - C 142

No aggregate shall be used until official advice has been received that it has satisfactorily passed all tests,
at which time written authority shall be given for its use. Material from source which has been previously
tested and shown satisfactory compliance with all the requirements given herein may be used without further
testing upon written permission of NIA. Test reports for previous tests must be available before approval
can be given.

During construction, aggregates will be sampled as delivered to the mixer to determine compliance with
specification provisions. Test shall be made in accordance with the applicable ASTM Standards. Routine
control test and analysis of aggregates at various stages in processing, transporting, stockpiling, redraining,
and batching, if used will be made by the contractor. The Contractor shall provide such facilities as may be
considered necessary for the ready procurement of representative test samples. All test will be made by
the contractor under the supervision of NIA.

510 CLASSIFICATION AND PROPORTIONING OF CONCRETE MIXTURES

35
(a) Classification and Design Mixtures. The mixture for all classes of concrete shall be designed by the
Contractor and approved by NIA to obtain the compressive strength at the age of 28 days as specified
below:
Class Minimum Strength Maximum Aggregate Minimum Cement Maximum Water/Cement
(kg/cm2) Size (mm) (kg/m3) Ratio
X 300 19 375 0.55
Y 210 12.5 350 0.60
AA 210 19 325 0.60
A 210 37.5 300 0.60
B 170 50 250 0.70
C 170 75 225 0.70
Z 140 75 200 0.85
Blinding 70 37.5 150 no limit
(Concrete)

(b) Aggregate Content. - Concrete mixtures shall be designed to use the largest size and the maximum
amount of coarse aggregate as practicable for the intended use of the concrete.

(c) Consistency. - The amount of water to be used in the concrete shall be regulated as required to secure
concrete of the proper consistency and to adjust for any variation in the moisture content or grading of the
aggregates as they enter the mixer.

It shall be such consistency that it will flow around reinforcing steel bar but individual particles of the coarse
aggregate when isolated shall have coating of mortar containing its proportionate amount of sand. The
consistency shall be gauged by the ability of the equipment to properly place it and not by the difficulty in
mixing or transporting. Addition of water to compensate for stiffening of the concrete before placing will not
be permitted. Uniformity in concrete consistency from batch to batch will be required.

The slump of the concrete at the time of placing shall not exceed 5 centimeters in heavy concrete sections
and at top of walls, piers and parapets, 10 centimeters for pumped or air placed concrete, and 7.5
centimeters for concrete elsewhere.

The Engineer reserves the right to require a lesser slump whenever concrete of lesser slump can be
consolidated readily into place by means of the vibration specified in Paragraph 1517.

(d) Notwithstanding the approval by NIA of the design mixtures and the above specified minimum cement
content for different classes or gradation of aggregates, the Contractor shall be responsible that all the
concrete meet the desired strength.

511 MEASUREMENT OF MATERIALS

All materials from which the concrete will be manufactured shall be mechanically measured by weight,
except as otherwise specified and/or authorized by the Engineer and admixture solutions which may be
measured by volume.

Measuring devices shall be suitably designed and constructed for the purpose and shall be weighing
separately the cement, fine and coarse aggregates. The accuracy of all weighing devices shall be such that
successive quantities can be measured to one per cent of the desired weights. Cement in standard bags
(40 kilograms) need not be weighed. The water measuring devices shall be of such type and make to be
readily controlled to obtain an accuracy of one-half per cent of the desired quantity of water.

Whenever volumetric proportioning and measurement is permitted due to failure or malfunction of weighing
devices the equivalent volumetric proportions of weighed representative samples of the concrete ingredients
shall be computed taking into consideration bulking effect of cement and variations of moisture content of
the aggregates.

36
When sack or bag cement is used, the quantities of aggregates for each batch shall be for one or more full
sack of cement. No batch requiring a fractional sack of cement will be tolerated.

512 MIXING AND DELIVERY

Ready-mixed concrete shall be mixed and delivered to the point designated by the Engineer by means of
one of the following combination of operations:

- Mixed completely in a stationary mixer and the mixed concrete transported to the point of delivery in a
truck mixer operating at agitator speed or in nonagitating equipment when approved by the Engineer.
(Known as central-mixed concrete).

- Mixed completely in a truck mixer at the batching point or while in transit. (Known as transit-mixed
concrete).

- Mixed completely in a truck mixer at the point of delivery following the addition of mixing water. (Known
as truck-mixed concrete).

Truck mixers and truck agitators shall be operated within a capacity not to exceed 63 or 80 percent,
respectively of the gross volume of the drum and at a speed of rotation for mixing or agitating as designated
by the manufacturer of the equipment. A truck mixer or truck agitator used for transporting concrete that
has been completely mixed in a stationary mixer shall be operated within the limits of capacity and speed
of rotation designated by the manufacturer for agitating, except that the agitator capacity shall in no event
exceed 80 percent of gross drum volume.

When a stationary mixer is used for the complete mixing of the concrete, the mixing time for mixers having
a capacity of 10 cubic yards (7.6 m3) or less shall be not less than 60 seconds. For mixers of more than 10
cubic yards (7.6 m3) capacity, the mixing time shall be determined by the Engineer. The time is valid
provided mixer efficiency tests prove the concrete is satisfactory for uniformity and strength. Mixing time
shall be measured from the time all cement and aggregates are in the drum. The batch shall be so charged
into the Mixer that some water will enter in advance of cement and aggregates, and all water shall be in the
drum by the end of the first one-fourth of the specified mixing time.

When a truck mixer is used for complete mixing, each batch of concrete shall be mixed for not less than 70
nor more than 100 revolutions of the drum or blades at the rate of rotation designated by the manufacturer
of the equipment on the metal plate on the mixer as mixing speed. Additional mixing, if any, shall be at the
speed designated by the manufacturer of the equipment as agitating speed. All materials including mixing
water shall be in the mixer drum before actuating the revolution counter for determination of the number of
revolutions of mixing.

When a truck mixer or truck agitator is used for transporting concrete that has been completely mixed in a
stationary mixer, mixing during transport shall be at the speed designated by the manufacturer of the
equipment as agitating speed.

When a truck mixer or truck agitator is used for transporting concrete, the concrete shall be delivered to the
site of the work and discharge shall be completed within 1 hour after the addition of the cement to the
aggregates. Each batch of concrete delivered at the job site shall be accompanied by a time slip issued at
the batching plant, bearing the time of charging of the mixer drum with cement and aggregates. In hot
weather or under conditions contributing to quick stiffening of the concrete, or when the temperature of the
concrete is 30oC (85oF) or above, the time between the introduction of the cement to the aggregates and
discharge shall not exceed 45 minutes. When a truck mixer is used for the complete mixing of the concrete,
the mixing operation shall begin within 30 m minutes after the cement has been added to the aggregate.

37
- The concrete when discharged from truck mixers or truck agitators, shall be of the consistency and
workability required for the job. The rate of discharge of the plastic concrete from the mixer drum shall be
controlled by the speed of rotation of the drum in the discharge direction with the discharge gate fully open.
If additional mixing water is required to maintain the specified slump and is added with the permission of the
Engineer, a minimum of 20 revolutions of the truck mixer drum at mixing speed shall be required before
discharge of any concrete.

When approved by the Engineer, central-mixed concrete which is designated for the purpose may be
transported in suitable non-agitating equipment.

When non-agitating equipment is used for transportation of concrete the following requirements shall apply.

- Bodies of equipment shall be smooth, water-tight, metal containers equipped with gates that will permit
control of the discharge of the concrete. Covers meeting the approval of the Engineer shall be provided for
protection against the weather.

- The concrete shall be delivered to the site of the work in a thoroughly mixed and uniform mass and
discharged with a satisfactory degree of uniformity. Slump tests of representative samples taken during the
discharge shall not differ by more than 2 inches (50.8 mm). Discharge shall be completed within 30 min.
after introduction of the mixing water to the cement and aggregates.

Concrete delivered in outdoor temperatures lower than 5oC (40oF) shall arrive at the work having a
temperature not less than 15.6oC (60oF) nor greater than 32.2oC (90oF).

The volume of concrete mixed or transported shall not be less than 15 percent of the gross volume of the
drum.

513 RE-TEMPERING

Concrete, mortar and grout mixers which have developed initial set shall not be used. Concrete, mortar and
grout which have partially hardened shall not be retempered or remixed.

514 SAMPLING AND TESTING OF CONCRETE

The Contractor shall provide the required samples of Concrete to be furnished by the Contractor without
cost to NIA. Sampling will, in all cases be performed by the contractor under the direct supervision of the
Engineer and Contractor shall provide without cost to NIA all available tools and labor as may be required.
Concrete sampling shall be carried on during concrete operations at the rate of one standard sample for
each 75 cubic meters of concrete or fraction thereof placed during each continuous placing operations but
in no case shall there be less than one sample for each day concreting. Each standard sample shall consist
of three standard cylinders (6-inch diameter by 12-inches high.) The Contractor shall keep a record of the
samples and the portion of the structures and volume represented which shall be available to NIA on
demand.

Sampling shall conform to ASTM Designations C-172, preparation, storage and curing to ASTM Designation
C-31 and testing to ASTM Designation C-39. NIA shall have the sample tested by an approved testing
laboratory at the expense of the Contractor.

515 CONVEYING AND PLACING CONCRETE

(a) General. Approval of the Engineer shall be obtained before starting any concrete pour. Concrete
placement will not be permitted when, in the opinion of the Engineer, conditions prevent proper placement
and consolidation. Before concrete is placed, all saw dust, chips, and other construction debris and
extraneous matters will be removed from the interior of forms, struts, stays, and braces, serving temporarily
to hold the forms in correct shape and alignments, pending the placing of concrete at their location, shall be

38
removed when the concrete placing has reached an elevation rendering their services unnecessary as may
be. These temporary members shall be entirely removed from the forms and not to be buried in concrete.
Surfaces of existing concrete left after partial demolition against which new concrete is to be placed, shall
be cleared thoroughly of all loose concrete coatings or concrete dust by brushing or other effective means
followed by thorough washing or jetting. Such surfaces shall be kept moist for at least 24 hours before
pouring the new concrete.

Concrete shall be placed only in the presence of the Engineer or his duly authorized representatives. Any
and all concrete placed in the absence of the Engineer or his duly authorized representatives will not be
considered for measurement and payment, and shall be removed at the discretion of the Engineer with the
Contractor assuming all losses.

Concrete shall be conveyed from mixer to forms, as rapidly as practicable, by methods which will prevent
segregation, or loss of ingredients. In case of circular siphons, pumpcrete shall be used. There shall be no
vertical drop greater than 1.50 meters except where suitable equipment is provided to prevent segregation
and where specifically authorized by the Engineer. Belt conveyors, clutch or similar continuously exposed
flow, will not be permitted.

(b) Concrete on Earth Foundation. All concrete shall be placed upon clean and dump surfaces free from
standing or running water. Prior to placing concrete, the earth foundation shall be satisfactorily compacted
in accordance with these Specifications.

(c) Concrete on Rock or Other Concrete. Rock surface or hardened concrete upon or against which
concrete is to be placed shall be clean, free from oil, standing or running water, mud, drummy rock
objectionable coatings, debris, loose and semi- detached or unsound fragments. Fault, fissures and seams
in rock shall be cleaned to a satisfactory depth and to firm rock on the sides. Immediately before concrete
is placed, all surfaces shall be cleaned thoroughly by the use of high velocity, air water jets, wet sand
blasting or other satisfactory means. When required by the Engineer, roughening by grooving with
pneumatic tool, of existing concrete surfaces against which concrete is to be placed may be required. All
surfaces shall be wetted before placing concrete and approximately horizontal surface shall be covered
immediately, before the concrete is placed, with a layer of mortar not to exceed 15 millimeters in thickness
and of the same cement-sand ratio as used in the concrete.

(d) Lift in Concrete. The permissible depth of concrete placed in one lift will be as shown in the detailed
Drawings or as directed for each structure by the Engineer. Unless otherwise authorized or shown, lifts of
mass concrete shall not exceed 1.5 meters in height, and a minimum of 72 hours shall elapse between the
placing of each successive lifts. Lifts of three meters will be permitted in piers and walls. Height of lift
specified herein will not apply where the use of slip form has been approved. All concrete, when placed and
vibrated shall be approximately horizontal layers not to exceed 50 centimeters in thickness unless otherwise
specifically authorized. The placement of concrete surfaces shall not have reached their initial set before
additional concrete is placed thereon. Slabs shall generally be placed in one lift unless the depth is so great
that this procedure will produce objectionable results.

(e) Consolidation of Concrete. Consolidation of concrete shall be by the use of mechanical vibratory
equipment. The vibrating equipment shall be of the internal type and shall at all times be adequate in number
of units and the power of each unit shall be capable to properly consolidate all concrete. The frequency of
vibration shall not be less than 6,000 revolutions per minute. Form or surface vibrators shall not be used,
unless otherwise specified in other Sections of this Technical Specifications. The duration of vibration shall
be limited to that necessary to produce satisfactory consolidation without causing objectionable segregation.
In consolidating each layer of concrete the vibrating head shall be allowed to penetrate under the action of
its own weight and revibrate the concrete in the upper portion of the underlying layer.

At least one spare vibrator in working order shall be available at any location where concrete is being placed.

39
(f) Finishing of Concrete Lift Surfaces. The manipulation of the concrete adjacent to the surface of the lift
in connection with completing lift placement shall be the minimum necessary to produce not only the degree
of consolidation desired in the surface layer of concrete but also a surface with the desired degree of
roughness for bond with the next lift. Surface vibration or excessive surface working will not be permitted.
All unfinished top surface not covered by forms and which are not to be covered by additional concrete or
backfill, shall be carried slightly above grade, as directed, and struck off by board finish.

(g) Placing Concrete Through Reinforcement. In placing concrete through reinforcement, care shall be
taken so that no segregation of the coarse aggregate occurs. On the bottom of beams and slabs, where
the congestion of steel near the forms makes placing difficult, a layer of mortar of the same cement-sand
ratio as used in the concrete shall be first deposited to cover the surface.

(h) Depositing Concrete in Water. When specifically authorized, concrete may be deposited in water. The
methods and equipment used shall be subject to approval of the Engineer.

516 FORMS

(a) General. Forms shall be used wherever necessary to confine the concrete during vibration and to shape
it to the required lines. Forms shall have sufficient strength to withstand the pressure resulting from
placement and vibration of the concrete, and shall be maintained rigidly in position. The strength and rigidity
of the forms shall be such that formed surfaces will conform to specification requirements relating to surface
irregularities and tolerances for concrete construction. Forms shall be tight to prevent loss of mortar from
the concrete.

Chamfer strips shall be placed in the corners of forms for exposed exterior corners so as to produce beveled
edges. Interior corners and edges of formed joints shall not be beveled unless the requirement therefore is
shown on the Drawings.

The tolerance limits specified in Paragraph 1521 and the surface irregularity limits specified in Paragraph
1521 are the maximum permissive limits of misalignment or irregularity surface which may occur despite
workmanlike effort to construct and maintain the forms to the specified surfaces. These limits pertain only
to inadvertent and occasional irregularities, even though these irregularities are within the maximum
permissive limits, will be rejected. Accordingly, these limits, shall not be construed to be tolerances for
aligning forms or determining acceptability of form materials.

Stub walls shall not be used, except that stub walls shall be used for walls having fillets at the bottom.

Concrete in such stub walls shall be re-vibrated after adjacent floor concrete is placed.

Forms for finishes F2 and F3 shall be constructed with grade strips at the horizontal construction joints,
unless the use of groove strips is specified on the Drawings. Such forms shall be removed and reset from
lift to lift, they shall be continuous from lift to lift. Sheathing of reset forms shall overlap the previous lift by
not less than 25 mm. Forms shall be tightened against the concrete so that the forms will not spread and
permit abrupt irregularities or loss of mortar or paste. Supplementary bolts or form ties shall be used as
necessary to hold the rested forms against the concrete.

Forms for all wall openings shall be constructed so as to facilitate loosening.

(b) Form Sheathing and lining. Wood sheathing or lining shall be of such kind of quality and shall be so
treated or coated that there will be no chemical deterioration or discoloration of the formed concrete
surfaces. The type and condition of form sheating and lining, and the fabrication of forms for finishes F2,
F3 and F4 shall be such that the form surfaces will be even and uniform. The ability of forms to withstand
distortion caused by placement and vibration of concrete shall be such that formed surfaces will conform
with applicable requirements of these specifications pertaining to finish of formed surfaces. Where finish

40
F3 is specified, the sheathing or lining shall be placed so that the joint marks on the concrete surfaces will
be in general alignment, both horizontally and vertically.

Plywood used for sheathing or lining shall be high density overlaid plywood specially manufactured for use
in construction concrete forms as approved. Materials used for form sheathing or lining shall conform with
the following requirements, or other materials producing equivalent results as approved by the Engineer.

Req'd Finish of
Formed Surface Wood Sheathing or Lining* Steel Sheathing or Lining**

F1 Any grade, surfaced on 2 edges (S2E) with no Steel Sheathing permitted


limits to defects except imposed by other Steel Lining permitted
requirements of these specifications.

F2 Selected lumber, surfaced on side and two Steel Sheathing permitted


edges (SIS2E) or plywood sheathing or lining. Steel Lining permitted

F3 Selected lumber, surfaced on four sides (S4S) Steel Sheathing permitted


or plywood sheathing or lining. Steel lining not permitted

F4 For plane surfaces, selected lumber surfaced Steel sheathing permitted.


on four sides (S4S) T & G or plywood. For
warped surfaces, the lumber shall be free from
knots and other imperfections and which can
be cut and bent accurately to the required
curvatures without splintering or splitting.

* The lumber shall be free from warp and knotholes and shall have no knots larger than five centimeters in
diameter. All knots shall be sound and tight. There will be no pitch pockets, barb or lack of wood on the
face of the lumber against which concrete is to be placed.

** Steel sheathing denotes steel sheets not supported by a backing of wood boards.

(c) Form Ties. Embedded ties for holding forms shall remain embedded and, except for F1 finish, shall
terminate within the concrete approximately two diameters or twice the minimum dimensions of the tie from
the formed faces of the concrete. Embedded ties for F1 finish shall terminate within the concrete or shall
be cut-off flush with the faces of the concrete, at the Contractor's option.

The ties shall be so constructed that ends and end fasteners can be removed by unskilled workmen without
causing spalling at the faces of the concrete.

(d) Cleaning and Oiling of Forms. The surfaces of the forms in contact with the concrete shall be free from
encrustations of mortar, grout or other foreign material when the concrete is placed. The surfaces of the
forms to be in contact with the concrete shall be coated with an approved coating which will enable the
ready release of the forms and will not contaminate the concrete surfaces. Except as provided below, forms
for surfaces which are to be painted shall be coated with straight, refined, pale, paraffin mineral oil, or other
approved coating, and the coating for steel forms shall consist of refined mineral oil suitably compounded
for the purpose.
(e) Forms of Curved Surfaces. Curved surfaces have been dimensioned at several sections. The
Contractor shall interpolate intermediate sections as necessary and shall construct the forms so that the
curvature will be continuous between sections. Where necessary to meet requirements for curvature, the
form lumber shall be built up to laminated splines cut to make tight, smooth form surfaces. The forms shall
be constructed so that the joint marks on the concrete surfaces generally will follow the line of water flow.
After the forms have been constructed, all surface imperfections shall be corrected, and all surface
irregularities at packing faces of form materials shall be dressed to the specified curvature.

41
(f) Forms for Slopes or Battered Surfaces. Forms for sloped or battered surfaces shall be built so that
the sheathing can be placed board-by-board immediately ahead of concrete placement so as to enable
ready access for placement, vibration, and inspection of the concrete. The sheathing shall be built so that
the sheathing can be removed board-by-board from the bottom to top.

(g) Forms for Open Channel Transitions. When warped surfaces of transitions are not backformed,
natural or compacted earth shall be shaped to the specified surface and covered immediately with a plaster
coat of cement-sand mortar at least 0.95 centimeter.

Forms for the warped surfaces shall be tied securely to the floor slab and braced against spreading. In the
upper surface, forms shall be butt and removed as specified in sub-paragraph (j), so as to enable ready
access for placement, vibration, inspection, and repair and finishing of the concrete.

(h) Forms for Bridges. Forms for girders and slabs shall be cambered as specified by the Engineer.

Forms shall be constructed so that form marks will conform to the general lines of the structure. Column
form marks shall be spaced symmetrically.

Form bolts or clamps shall be used to fasten forms. The use of ties consisting of twisted wire loops will not
be permitted. Bolts or clamps shall be positive in action and shall be of sufficient strength and number to
prevent displacement of the forms. They shall be of such type that they can be entirely removed or cut back
one inch or more below the finished surface of the concrete leaving no metal within one inch of the concrete
surface. All forms for the outside surfaces shall be constructed with rigid wales at right angles to the studs
and all form clamps shall extend through and fasten such wales.

Forms for exposed surfaces shall be constructed of plywood or material which will produce an equivalent
surface. Form panels shall be furnished and placed in uniform widths of not less than 90 centimeters and in
uniform lengths of not less than 1.8 meters, except where the dimensions of the member formed are less
than the specified panel dimensions. Plywood panels shall be placed with the grain of the outer piles
perpendicular to the studding of joists, unless otherwise permitted by the Engineer. Where form panels are
attached directly to the studding or joists, the panels shall not be less than 1.6 centimeters thick, and the
studding or joists, shall be spaced not more than 30 centimeters center to center. Form panels less than 1.6
centimeters thick, which otherwise conform to the requirements specified in this Paragraph, may be used
with a continuous backing of surfaced material 1.9 centimeters thick. Form panels more than 1.6 centimeters
thick attached to studding or joists spaced at 30 centimeters center to center may be used, provided the
deflection of the panel between studding or joists does not exceed that of a 1.6 centimeters panel attached
to a studding or joists spaced at 30 centimeters center to center. All form panels shall be placed in a neat,
symmetrical pattern subject to the approval of the Engineer.

(i) Falsework for Bridges and Other Superstructures. False work for the support of a bridge or other
superstructure shall be designed and constructed to support the loads that would be imposed where the
entire structure placed at one time.
Suitable jacks, wedges or camber strips shall be used in connection with falsework or centering to set the
forms to the required grade or camber and to take up any settlement in the formwork either before or during
the placing of concrete.

(j) Forms for Large Circular Siphons. The Contractor shall submit to NIA a detailed Drawings for a
collapsible steel forms to be used as inner forms of the monolithic barrels. The length of one section of the
barrels is at every 9.15 meters bar length intervals as shown on the Drawings. The outer forms intervals as
shown on the Drawings. The outer forms of the concrete barrels shall be made with butt joints throughout
and form surfaces to be in contact with concrete shall be smooth and true. All forms shall be sufficiently tight
with suitable gaskets provided at all form joints and gates to prevent leakage of mortar. Forms shall be
braced and sufficiently stiff to withstand, without detrimental deformation, all operations incidental to the
proper placement of concrete within the forms. All forms shall be cleaned and oiled before pouring concrete.

42
(k) Removal of Forms. Forms shall be removed as soon as possible to enable the earliest practicable repair
of surface imperfections, but in no case shall they be removed before approval of the Engineer. Any needed
repair or treatment shall be performed at once, and be followed immediately by the specified curing. Forms
shall be removed with care so as to avoid injuring of the concrete and any concrete so damage shall be
repaired.
In field operation that are not controlled by beam or cylinder test the removal of forms and supports shall be
governed by the following:

Time of Removal After


Type of Structure the Last Pouring

Arch, beam, girders and slabs 14 days

Slab in close span of less than three meters 7 days

Side forms for beams, railings parapets, Not less than 12 hours
balustrade, walls and columns and more than 48 hours
.
517 CONSTRUCTION JOINTS

(a) General. After the top surface of a lift is finally compacted, it shall be immediately and carefully protected
from direct rays of the sun, pedestrian traffic, materials being placed thereon, running water, heavy rains,
or any activity upon the surface that in any manner will affect the setting of the concrete. Unless otherwise
specified, vertical and horizontal joints on exposed faces shall be chamfered as shown on standard detailed
drawings and formed to produce a uniform and neat appearance.

(b) Cleaning. Horizontal construction joints on lifts with relatively open and accessible surfaces may be
prepared for receiving the next lift by either wet sand blasting or by cutting with an all-water jet, as specified
below. If the surface of the lift is congested with reinforcements, or is relatively inaccessible or, if for any
other reason the Engineer considers it undesirable to disturb the surface of a lift before final set has taken
place, surface cutting by means of air-water jets will not be permitted and the use of wet sand blasting or
light brush hammering will be required. After approved cleaning, the surface of the construction joints shall
be kept continuously wet for at least 12 hours immediately prior to placing concrete. A mortar coating of
approximately one centimeter in thickness shall be applied to all approximately horizontal surfaces
immediately prior to the placing of the next lift of concrete. The mortar shall have the same cement sand
ratio as the concrete. Any free water on the joint surface shall be removed prior to placing the mortar. The
Contractor shall ensure that the surface of any horizontal joints (and the formwork in general) is completely
clean of any dust, weed, wood showings or other deleterious material prior to the placing of concrete.

1. Air-Water Cutting - Air-Water cutting of construction joint shall be performed after initial set has taken
place but before the concrete has obtained its final set. The surface shall be cut with a high pressure air-
water jet to remove all laitance and expose clean, sound aggregate, but not to undercut the edges of the
larger particles of aggregate. After cutting, the surface shall be washed and rinsed as long as there is a
trace of cloudiness of the wash water.

2. Wet Sandblasting. When employed in the preparation of construction joints, wet sandblasting shall be
performed immediately before placing the following lift. The operation shall be continued until all
unsatisfactory concrete and laitance, coatings, stain, debris, and other foreign materials are removed. The
surface of the concrete shall then be washed thoroughly to remove all loose materials.

3. Cleaning Vertical Construction Joint. The vertical construction joints shall be cleaned by wet sand
blasting or by brush manner.
518 REPAIR OF CONCRETE

43
No repair of work or plaster finish of formed concrete in structures will be permitted, unless otherwise
provided in these Specifications or directed by the Engineer in writing. All defective concrete shall be
removed and replaced with the Contractor assuming all expenses and losses. Plastering without permission
will be assumed as defective works. If directed, the Contractor shall notify the Engineer of the start of the
repair work at least 24 hours in advance thereof and shall repair concrete only in the presence of the
Engineer or its authorized representative, unless inspection of such repair work is waived.

Drypack shall be used for filling holes having at least one surface dimension smaller, if any greater than the
hole depth; for narrow slots cut for repair of cracks for grout pipe recesses; and for tie-rod fastener recesses
as specified. Drypack shall not be used for filling behind reinforcement or for filling holes that extend
completely through a concrete section. Mortar filling, placed under impost by use of a mortar gun, maybe
used for repairing defects on surfaces designated to receive F1 and F2 finishes where the defects are too
wide for drypack filling and too shallow for concrete filling and no deeper than the far side of the
reinforcement that is nearest the surface. Concrete filling shall be used for holes extending entirely through
concrete sections; for holes in which no reinforcement is encountered and which are greater in area than
900 square centimeters and deeper than 20 cm.; and for holes in reinforced concrete which are greater in
area than 400 square centimeters and which extends beyond reinforcement.

Workmanship methods, preparation of concrete for repair, materials, and curing shall be as directed. Only
workmen skilled in the repair of concrete shall perform such work. Repairs of defective concrete shall be
made within 48 hours after removal of forms.

Surfaces to which concrete is to be bonded shall be clean and dry when coated with epoxy.

Surfaces of concrete to be repaired with sealing compound method shall be cured by the water curing
method for one day before application of the sealing compound. All repair shall be sound and free from
shrinkage cracks and drummy areas after they have been cured and have dried 30 days.

Surfaces of repairs which will be exposed to view shall blend inconspicuously with surrounding concrete
surfaces.

Fins and encrustations shall be removed from surfaces which will be exposed to view.

519 FINISHES AND FINISHING

(a) General. Allowable deviations from established lines, grades and dimensions are set forth in Paragraph
1521. These allowable deviations are defined as "tolerance" and are to be distinguished from surface
irregularities in finish as described herein. The class of finish and the requirements for finishing concrete
shall be as specified in this Paragraph.

Finishing of concrete surfaces shall be performed only by skilled workmen. The Contractor shall advise the
Engineer as to when concrete will be finished. Unless inspection is waived in each specific case, finishing
of concrete shall be performed only in the presence of the Engineer. Concrete surfaces will be tested by the
Engineer to determine that surface irregularities are within the limits hereinafter specified.

Surface irregularities are classified as "abrupt" or "gradual". Offsets caused by displaced or misplaced form
sheathing or lining or form sections or by loose knots in forms or otherwise defective form lumber will be
considered abrupt irregularities, and will be tested by direct measurements. All other irregularities will be
considered to be gradual irregularities, and will be measured as the departure from the testing edge of an
approved template held parallel to and in contact with the surface. The template shall consist of a straight-
edge or the equivalent thereof for curved surfaces.

(b) Formed Surfaces. The classes of finish for formed concrete surfaces are referred to by symbols F1, F2,
F3 and F4 faces. Grinding will not be required on formed surfaces except as necessary to reduce protrusions
to specified limits. Recesses from removal of form ties shall be filled with dry pack or epoxy mortar at the

44
Contractor's option: except that filling recesses in Finish F1 surfaces will be required only if the recesses
are deeper than 2.5 centimeters in walls, less than 30 centimeters thick or if unfilled, recesses would reduce
the required cover over reinforcements.

The filled recesses shall blend inconspicuously with the surrounding concrete surfaces or concrete that will
be exposed to view.

The classes of finish and their application are as follows:

Finish F1 - Finish F1 applies to formed surfaces where fill material or concrete is to be placed. The
surfaces require no treatment after form removal except for repair of defective concrete and specified
curing. Correction of surface irregularities will be required only for depressions which exceed 2.5
centimeters, when measured as described in sub-paragraph (a).

Abrupt irregularities on surfaces to which pre-molded joint filler is to be applied shall not exceed 0.30
centimeter.

Finish F2 - Finish F2 applies to all formed surfaces not permanently concealed by fill materials or
concrete, or not required to receive Finish F3. Surface irregularities, measured as described in sub-
paragraph (a) shall not exceed 0.60 centimeter for abrupt irregularities and 1.20 centimeters for gradual
irregularities.

Finish F3 - Finish F3 applies to formed surfaces of the stoplog guides, exposed faces of abutments,
wing walls, girders, curbs, parapet railings, and decorative features on bridges. Surface irregularities,
measured as described in sub-paragraph (a) above, shall not exceed 0.60 centimeter for gradual
irregularities and 0.30 centimeter for abrupt irregularities, except that abrupt irregularities will not be
permitted at construction joints.

Finish F4 - Finish F4 applies to formed surfaces for which accurate alignment and evenness of surfaces
are of paramount importance from the standpoint of eliminating destructive effects of high velocity flows.
Formed surfaces to receive an F4 finish includes formed surfaces exposed to high velocity flowing
water.

Except as hereinafter provided, abrupt irregularities on surfaces to receive F4 finish, when measured as
described in sub-paragraph (a), shall not exceed 0.60 centimeter for irregularities parallel to the direction
of the flow and 0.30 centimeter for irregularities not parallel to the direction of the flow. Gradual irregularities
on surfaces to receive an F4 finish shall not exceed 1.60 centimeters.

Abrupt irregularities on formed surfaces exposed to high velocity flows shall be eliminated by grinding on a
bevel of 1:20 ratio of height to length.

The Contractor will not be entitled to any extra payment or compensation for reducing or eliminating
irregularities on formed concrete surfaces which do not meet specification limits.

(c) Unformed Surfaces - The classes of finish for unformed concrete surfaces are referred to by symbols
U1, U2, U3, or U4. Exterior surfaces will be sloped for drainage where shown on the Drawings or as directed
by the Engineer. Exterior surfaces which otherwise would be level shall be sloped for drainage. Unless the
use of other slopes or level surfaces is indicated on the Drawings or directed by the Engineer narrow
surfaces, such as tops of walls and burbs, shall be sloped approximately 3 centimeters per meter of width;
broader surfaces, such as walks, roadways, platforms, and decks shall be sloped approximately 2 centi-
meters per meter. These classes of finish and their applications are as follows:

Finish U1 - Finish U1 (screeded finish) applies to unformed surfaces that will be covered by fill material
or by concrete. Finish U1 is also used as the first stage of finishes U2 and U3. Finishing shall consist

45
of sufficient leveling and screening to produce even uniform surfaces. Surface irregularities, measured
as described in sub- paragraph (a) shall not exceed 0.60 centimeter.

Finish U2 - Finish U2 (floated finish) applies to unformed surfaces not permanently concealed by fill
material or concrete, or not required to receive finishes U3 and U4. Finish U2 is also used as the second
stage of finish U3. Floating may be performed by use of hand or power driven equipment. Floating shall
be started as soon as the screeded surface has stiffened sufficiently, and shall be the minimum
necessary to produce a surface that is free from screed marks and is uniform in texture. If finish U3 is
to be applied, floating shall be continued until a small amount of mortar without excess water is brought
to the surface, so as to permit effective trowelling. Surface irregularities measured as described in sub-
paragraph (a), shall not exceed 0.60 centimeter.

Finish U3 - Finish U3 (trowelled finish) applies to inside floors of buildings. When the floated surface
has hardened sufficiently to prevent excess of fine material from being drawn to the surface, steel
trowelling shall be started. Steel trowelling shall be performed with firm pressure, so as to flatten the
sandy texture of the floated surface and produce a dense uniform surface, free from blemishes and
trowel marks. Surface irregularities, measured as described in sub-paragraph (a), shall not exceed 0.60
centimeter.

Finish U4 - Finish U4 applies to canal lining. The finished surface shall be equivalent in evenness,
smoothness and freedom from rock pockets and surface voids to that obtainable by effective use of a
long-handled steel trowel. Light surface fitting and light trowel marks will not be considered
objectionable. Surface irregularities measured as described in sub-paragraph (a), shall not exceed 0.60
centimeter for bottom slabs and 1.20 centimeter for side slopes.

(d) Moisture Control for Unformed Surfaces - In warm, dry or windy weather the moisture control measures
specified herein shall be taken to inhibit loss of moisture from the surface of the concrete. Such surfaces
shall be fog-sprayed, covered completely with white polyethylene sheet, or otherwise treated as approved.
The curing specified in Paragraph 1520 shall be started as soon as the concrete hardens, however, the
surface of the concrete shall be kept wet during the change in curing methods.

If surfaces are fog sprayed, the fog spray shall maintain a sheet of moisture on the concrete but shall not
displace cement or create a wet surface during finishing operations. Surfaces shall be fog sprayed during
and immediately following finishing operations, and fog spraying shall be interrupted only to enable finishing
operations. Such interruptions shall be of minimum duration and shall occur only in the immediate area
being finished.

Plastic shrinkage cracks which occur before the concrete hardens shall be closed. Shrinkage cracks shall
be closed by working; cracks shall not be sealed by trowelling only.

520 CURING

(a) General

All concrete except interior surfaces, shall be cured for a period of not less than 14 consecutive days.

All horizontal slabs or surfaces shall be cured by water curing in accordance with sub-paragraph (c) and all
inclined or vertical surfaces of concrete shall be applied with membrane curing immediately after removal
of forms to prevent dehydration in accordance with sub-paragraph (b) except that membrane curing shall
not be allowed for mass concrete and for construction joints. Contractor shall have all equipment needed
for adequate curing and protection of the concrete on hand and ready for use before actual concrete
placement begins. The curing medium and method or the combination of mediums and methods used shall
be subject to the approval of the Engineers.

46
(i) Floors, stair threads, and horizontal construction joints shall be cured for 14 days by a covering of damp
sand or curing mats, except that curing of construction joints surfaces may be discontinued in less than 14
days when the surfaces are to be covered with fresh concrete. The sand or curing mats shall not be kept so
wet as to allow water to drain from it and stain concrete walls. The sand or curing mats shall be removed
after the expiration of the curing period.

(ii) Interior Surfaces

Concrete surfaces of interior walls, including ceilings and surfaces of construction joints and vertical con-
struction joints will require no curing other than resulting from forms being left in place for at least two days.
Interior walls shall be washed during and after completion of concrete operations at higher elevations. The
washing shall be sufficient to keep the walls free from drips or runs of material that would cause streaking
or staining of the concrete. Stair risers and large repairs on interior walls shall be cured for at least four days
by damp mats but the mats shall not be wet enough to cause dripping of water on completed concrete.
Small repairs and filled core holes on interior walls shall be cured for at least four days by masking tape or
similar covering.

(b) Membrane Curing Method.

The concrete shall be sprayed uniformly with sealing compound in accordance with the manufacturer's
written recommendation, copies of which shall be furnished to the Engineer for approval in advance of the
material being used. The sealing compound shall conform to AASHO Designation: M-148, Type II. The
component shall be of uniform consistency and quality within each container of each shipment and from
shipment to shipment. Sealing compound used in confined spaces shall not be toxic to workmen. The
Contractor shall furnish a manufacturers certificate of compliance for the compound prior to its use on the
work. The certificate shall identify the batch and include certified test results covering all requirements of
the specifications for the sealing compound material.

Sealing compound shall be applied to unformed concrete surfaces immediately upon completion of moisture
control measures taken as specified in Paragraph 1519 (d). Where such measures are not required, sealing
compound shall be applied as soon as the concrete is hard enough to preclude damage from application of
the sealing compound. The Engineer will require that the side slopes and bottom of the canal lining be
sprayed separately unless the surfaces are ready, simultaneously, to receive the sealing compound.

Sealing compound shall be applied to formed concrete surfaces immediately upon removal of the forms as
specified in Paragraph 1516. The moisture control measures shall be taken until the forms have been
removed. Formed surfaces shall be sprayed with water immediately after the forms have been removed
until the surfaces are saturated. The sealing compound shall be applied as soon as the surface film or water
has disappeared but while the surface is still damp.

Sealing compound shall be applied in one coat to provide a continuous uniform membrane. Special care
shall be taken to ensure coverage of edges, corners, and rough spots of formed surfaces. The compound
shall be agitated continuously in the spray pressure tank.

Concrete repair work shall be performed after the sealing compound has been applied and is dry to touch.
In the event that application of sealing compound is delayed or interrupted, water shall be applied as
approved, until application of sealing compound is started or resumed.

Any membrane that is damaged or is determined to be defective within 28 days after application shall be
repaired or replaced without delay, as approved. If the Contractor's operations require traffic on coated
surfaces, the membrane shall be protected from damage.

Payment for membrane curing shall be included in the contract unit price for concrete in the Bill of Quantities
where they are required.

47
(c) Water Curing

Water curing shall start as soon as practicable after placement of the concrete and shall continue until
completion of the specified curing period or until covered with fresh concrete. Concrete, if cured by water,
shall be kept wet by ponding method or by covering with an approved water saturated materials, or by a
system of perforated pipes, mechanical sprinklers, porous hose, or by any other methods approved by the
Engineer which will keep all surfaces to be cured continuously (not periodically) wet.

Water used for curing shall be free of chemicals which may have an adverse effect on the concrete. For
example, water containing sulfates or chlorides is not acceptable.

521 TOLERANCES FOR CONCRETE CONSTRUCTION

(a) General. Permissible surface irregularities for the various classes of concrete surface finish, specified in
Paragraph 1519 are defined as "finishes", and are to be distinguished from tolerances that are consistent
with modern construction practice, yet governed by the effect that permissible deviations will have upon the
structural action or operational function of the structure. Deviations from the established lines, grades and
dimensions will be permitted to the extent set forth herein.

Where tolerances are not stated in the Specifications or Drawings for any individual structure or feature
thereof, permissible deviations will be interpreted in conformity with the provisions of this paragraph.
Concrete work that exceeds the tolerance limits specified will be rejected and shall be corrected or removed
and replaced, as ordered.

(b) Tolerance for Canal Structure

1. Concrete canal lining:


Departure from established alignment
- 5 cm. on tangents
- 10 cm. on curves

Departure from established profile grade


- 2.50 cm.

Reduction in thickness of lining:

10 per cent of the specified thickness; provided that the average of all thickness measurements made
in 40 meters of lining shall be not less than the specified thickness, and provided further that the quantity
of concrete actually used in 40 meters of lining shall be not less than the theoretical quantity, based on
the lines shown on the Drawings.

Variation from specified width of section at any depth - 3 cm.


Variation from established depth of lining - 3.7 cm.

Variation in surface:
Invert, in 3 meter - 0.60 cm.
Side slopes, in 3 meter - 1.20 cm.

2. Bridges, inlets, chutes and structures:


Departure from established alignment - 1.20 cm.
Departure from established grades - 1.20 cm.

Variation from the plumb or the specified batter in the lines


and surfaces of columns, piers, walls and in arises:
Exposed in 3 meters - 1.20 cm.
Backfilled in 3 meters - 2.00 cm.

48
Variation in cross-sectional dimensions of columns, walls,
piers, slabs, beams and similar parts
Minus - 0.60 cm.
Plus - 1.20 cm.
3. Bridge Slabs:
Variation in thickness of slab:
Minus - 0.30 cm.
Plus - 0.60 cm.
Variations from specified width over curbs - 0.60 cm.
Variations from specified grade of top of curb in
cambered position - 0.60 cm.
4. Foundations:
Variations in dimensions in plan:
Minus - 2.50 cm.
Plus - 5.00 cm.

Variations from established grade:


Minus - 1.20 cm.
Plus - 2.00 cm.

Misplacement of eccentricity:
2 percent of the footing width in the direction
of misplacement but not more than - 5.00 cm.

5. Bridge Seats:

Variation of any one bearing from established


elevation - 0.30 cm.

Difference in elevations of bearings for


adjacent spans, maximum - 0.60 cm.

Difference in elevations of bearings for zone span


on any one pier, maximum - 0.30 cm.

Horizontal misplacement for any one bearing,


maximum - 0.70 cm.

Variation in the sizes and locations of slabs


and wall openings - 1.20 cm.

Skills and side walls for radial gates and similar


watertight joints:

Variation from the plump level not greater than


0.30 cm. in 3 meters

6. Stop Log Slots:

Variation from a common plane between the sealing


surfaces of each pair of related stop log slots
shall be no greater than - 0.15 cm.

49
Variation of widths of stop log guides:

Minus - 0.30 cm.


Plus - 0.60 cm.

(c) Tolerances for Cast-In-Place Concrete Pipe:


Departure from established alignment or from
established grade - 2.50 cm.
Variation in thickness at any point: Minus 2-1/2% or 0.60 cm. whichever
is greater
Plus 5% or 1.20 cm. whichever is
greater

Variation from inside diameter - 0.5%


Variation in surface invert - 0.60 cm.
in 3 meters

(d) Tolerances for Placing reinforcement steel:

Variation from indicated protective cover:


For 5 cm. cover - 0.60 cm.
For 7.5 cm. cover - 1.20 cm.
Variation from indicated spacing - 2.50 cm.

522 FAILURE TO CURE


The Engineer shall have the authority to suspend the work whole or in part, by written order, for such period
as he may deem necessary for failure on the part of the Contractor to perform proper curing of the concrete
work and to withhold payment for the corresponding work pending results of test, that shall subsequently be
made on these concrete works. The Contractor shall immediately secure core samples of such members and
from parts of the structure as shall be designated by the Engineer and shall have them tested in a Testing
Laboratory approved by the NIA. If the results of tests are found satisfactory, payment of the concrete in
question shall be made and the work ordered resumed, but if the results of test are unsatisfactory to meet
the structural requirements, the Contractor shall remove, wholly or partly, the concrete work in question at
the discretion and upon written order of the Engineer and the Contractor shall replace such parts at his own
expense.

523 FAILURE TO MEET CONCRETE REQUIREMENTS


All concrete designed, prepared and placed by the Contractor for bridges that fails to meet the specified
strengths shall be removed and replaced by the Contractor at his own expense. For other structures,
concrete that fails to meet the specified strengths may be accepted provided the Contractor shall pay as
liquidated damages the amount based on the following schedule:
Percent (%) lower than Reduction in Price
the specified strength per cu.m. of Concrete
Up to -5 less 10% of contract unit price
Above -5 to -10 less 20% of contract unit price
Above -10 to -20 less 30% of contract unit price

Concrete for all structures other than bridges which are more than twenty percent (20%) lower than the
specified strength shall be removed and replaced by the Contractor at his own expense.

524 PROTECTION OF CONCRETE WORKS

50
The Contractor shall protect all concrete against injury until final acceptance by the NIA. Final acceptance
shall be construed to mean acceptance of the whole work after the Contract has been completed or
satisfactory terminated.½

51
STRUCTURE EXCAVATION

601 SCOPE

Structure Excavation includes the removal of all materials within the structure lines including necessary
dewatering operations not otherwise specified. It shall also include additional excavations within the vicinity of
the structure in order to shape the ground as shown on the Drawings or as directed by the Engineer.

602 CLASSIFICATION

Structure excavation shall be classified in accordance with paragraph 402.

603 CONSTRUCTION REQUIREMENTS

All excavation requirements described in paragraph 403 are applicable under this Section.

604 METHOD OF CONSTRUCTION

All structures, where practicable shall be constructed in open excavation. The method of construction or
excavations shall be in accordance with the applicable provisions of paragraph 404 and the following
requirements.

Foundations shall be excavated according to the outline of the footings and floors of structure as shown on the
Drawings or as directed by the Engineer, and shall be of sufficient size to permit free movement of workers.

On excavation of common materials the foundation bed upon which structures are to be placed shall be finished
accurately to the established lines and grades after a thorough compaction and trimming of the foundation with
the use of suitable tools and equipment. As soon as the foundation excavations have been trimmed to their final
level, it should be protected from degradation by weathering. Should the foundation material soften through
exposure then the soft material shall be removed and replaced at the Contractor's expense. If at any point,
material is excavated beyond the lines and grades of any part of the structure, the over-excavation shall be filled
with selected materials approved by the Engineer and shall be placed in layers of not more than 20 centimeters
thick, moistened and thoroughly compacted by special roller, mechanical tampers or by other approved methods.
A density not less than 90% of the maximum dry density determined by ASTM test D-698 is required. The cost
of filling over-excavation ordered by the Engineer shall be borne by the Contractor.

On excavation of rock materials, the bottom and side surfaces of excavated rock excavation upon or against
which concrete and weep holes are to be placed shall conform to the required grades and dimensions as shown
on the drawings or as established by the Engineer. If at any point, materials are excavated beyond the required
limits, the over-excavation shall be filled with concrete at the expense of the Contractor including the cost of all
materials required.

When concrete is to be placed upon or against rock, the excavation shall be of sufficient depth to provide for the
minimum thickness of concrete at all points and any deviation from the required minimum thickness of concrete
shall be avoided as much as possible. The surface on which concrete will be laid shall be trimmed and thoroughly
cleaned as directed by the Engineer.

When excavation of rock materials reaches the surface upon or against which concrete is to be placed, blasting
shall be stopped and the remaining mass of rock shall be carefully removed by means of jack-hammer or any
appropriate hand tool. The point beyond which blasting will not be allowed shall be determined by the Engineer.
All damages to the rock foundation caused by improper blasting operation shall be repaired by the Contractor at
his own expense in a manner acceptable to the Engineer.

All foundations for bridge pier footings shall be excavated to such depths as may be necessary to secure stable
bearing for the structure. Whenever the safe bearing power of the soil as uncovered is less than that called for
on the Drawings, pilings or appropriate spread footings will be used. The elevations of the bottoms of footings,
as shown in the Drawings shall be considered as approximate, and the Engineer may order, in writing, such
52
changes in elevations and dimensions of footings as may be necessary to ensure a satisfactory foundation.
Bearing tests, upon written order of the Engineer, shall be taken to determine the supporting power of the soil.
Cost of bearing test will be paid as "Extra Work".

If, in the opinion of the Engineer, the material at the base of the excavation is unsuitable for foundation he shall
instruct the Contractor to either a) Carry out additional excavation to a depth of 50 cm. below the proposed bottom
of concrete shown on the Drawings and to maximum depth of 60 cm. outside of the outermost lines of said base
and replace with backfill compacted to at least 90% of the maximum dry density or b) strengthen the soft material
by ramming in gravel and cobbles until a firm foundation is obtained. Measurement and payment for the backfill
shall be made under Section XII, "Structure Backfill".

605 METHOD OF MEASUREMENT

Structure Excavation shall be measured by the cubic meter in its original position before being excavated in
accordance with the Drawings, or as may be ordered by the Engineer. No excavation beyond the paylines shown
on the Drawings will be measured for payment. For canal structures, the limit of measurement along the lines
perpendicular to the flow of water shall be the vertical planes at the outer edges of the inlet cut-off walls. The
upper limits of the solid measured for payment shall be the canal bottom for canal structures or the original ground
surface in case of diversion structures. The lower limit shall be the bottom of the required excavation. Excavated
materials not vertically above the boundaries as specified above shall not be measured for payment. The volume
measured shall not include water and other liquids removable by pumping. Such materials as mud, muck,
quagmire and other similar semi-solids not removable by ordinary pumping shall be considered pay quantities
and shall be measured and paid for as "Structure Excavation".

However, in case structure excavation for canal structures is done before canal excavation, the upper limit of the
solid measured for payment shall be the original ground surface in accordance with the structure excavation
paylines.

606 BASIS OF PAYMENT

The volume measured as provided above will be paid per cubic meter, which price and payment shall constitute
full compensation for furnishing all materials, supplies, labor, equipment, tools and incidentals and subsidiary
works necessary to complete the work described under this Section.

For diversion works, canal siphons and bridge structure excavations, the cost of dewatering operation unless
otherwise specified in the Bill of Quantities shall be paid under a separate item in the Bill of Quantities. For all
other structure excavations, dewatering operations involved are considered subsidiary works and the cost thereof
shall be considered included in the unit price of structure excavation.

The Contractor shall be paid sixty percent (60%) of the pay quantities of the actual excavation acceptably
accomplished in accordance with the paylines as shown on the Drawings or as directed by the Engineer. The
remaining forty percent (40%) will be paid upon pouring of concrete for the foundation or upon placing of riprap,
gravel blanket or grouted riprap in accordance with the Drawings and Specifications.

53
RUBBLE MASONRY

1901 SCOPE

The work under this Section shall include furnishing all materials, supplies, tools and equipment; construction of
all necessary form work; placing rubble stone and concrete binder on an approved foundation and form work; the
removal of forms and curing of the rubble masonry, all in accordance with the Drawings and these Specifications
or as directed by the Engineer.

1902 MATERIALS

Rubble stones shall consist of field stones that are clean, sound, durable, resistant to the action of water, and
must have specific gravity of at least two and six tenths (2.6), and diameters ranging from 15 centimeters to 60
centimeters, sixty per cent (60%) which comprises the bigger sizes. Stones shall have the prior approval of the
engineer before their use. Materials for concrete binder shall be in accordance with the applicable provisions of
Section XV. Concrete binder shall be Class "A" concrete with 37.50 millimeters maximum size of aggregates.

1903 METHOD OF CONSTRUCTION

Preparation and handling of the concrete binder shall be in accordance with Section XV. The stones shall be
thoroughly wet before they are installed in place. The entire surface of every stone shall be thoroughly covered
with concrete binder. In general, one cubic meter of rubble masonry will require one-half cubic meter of concrete
binder. Actual variation in this proportion will not entitle the Contractor to any price adjustment. It is expected
that the whole rubble masonry especially in the case of dam and apron as well as other structures should be well
encased and covered by the concrete so that it forms the hearting of the body of dam and apron and will act
contiguous with the concrete shell. This can be achieved by tamping the stones into the concrete using heavy
wooden blocks handled by one or two people. After the bed has been prepared as required the first layer of
mortar should be laid and rubble embedded in them. The thickness of mortar should be such that each rubble
could be embedded at least 50 % of its longest dimension in the mortar so that when the next layer of mortar is
poured the rubble which has been embedded is not disturbed. The next layer of boulders can be arranged in the
mortar now placed following the same procedure. This will ensure that all the boulders are fully covered with
mortar and they are well entrenched and stable in the mortar so that they are not disturbed when subsequent
layers of mortar stones are poured. The stones shall be well set such that no stone will project beyond the lines
indicated on the Drawings. The concrete binder shall be properly worked into the spaces between stones so that
no void is left within the rubble masonry. In case reinforcements are placed, no stone shall be closer than four
inches (10 centimeters) to the nearest reinforcing bars. Rubble masonry shall be cured by water for five days.

The general construction procedure should be always to start from lowest elevations so that the sub-grade on
which the concrete is laid is not disturbed by the seepage forces when the higher layers are excavated and
prepared for concrete pouring.

In situations where rubble masonry is directly constructed on the sub-grade, the sub-grade should be prepared
exactly as for any other concrete structures. In these cases, also the first layer can consist of concrete of 15
centimeters thickness in the case of minor structures and 20 centimeters in the case of major structures. The
concrete manufacture etc. will be as specified under Section XV and the strength will be as of Class "A" concrete.

1904 METHOD OF MEASUREMENT

"Rubble Masonry" will be measured in cubic meters in its final position based on the neat lines of the structure
as shown on the Drawings.

1905 BASIS OF PAYMENT

The volume measured as provided above will be paid at the contract unit price per cubic meter, which price and
payment shall constitute full compensation for furnishing all materials, supplies, labor, tools, equipment and all
incidentals or subsidiary works necessary for the successful completion of the work described under this Section.

54
REINFORCING STEEL BARS

2301 SCOPE

All reinforcing steel bars required for the works as detailed in the Construction Drawings or as directed by the
Engineer shall be furnished by the Contractor.

The work under this Section includes the hauling of all reinforcing steel bars required for the works to the project
site, storing, cutting, bending and proper placing, all in accordance with the drawings and these Specifications.

The length for each size of reinforcing steel bar to be furnished by the Contractor shall be computed by taking
the theoretical length of steel bars shown on the drawings multiplied by 1.07 to get the approximate length
required for the work. All reinforcing steel bars shall be furnished in commercial standard lengths and the
Contractor shall cut and bend the reinforcing steel bars to the detail and dimensions shown on the Drawings.

2302 MATERIALS

All reinforcing steel bars to be furnished by the Contractor shall be Grade 40 or PS 275, deformed type and
conforming to the requirements of ASTM A-615. The nominal dimensions and unit weights of bar designation
shall be in accordance with the following table:

Nominal Dimensions
Nominal Bar Diameter Unit Weight Cross Section Perimeter
(kg/m.) Area (sq.mm.) (mm.)
6 mm. 0.222 28.27 18.85
8 mm. 0.395 50.27 25.13
10 mm. 0.616 78.54 31.42
12 mm. 0.888 113.10 37.70
16 mm. 1.579 201.10 50.27
20 mm. 2.466 314.20 62.83
25 mm. 3.854 491.90 78.54
28 mm. 4.833 615.75 87.96
32 mm. 6.313 804.25 100.53
36 mm. 7.991 1,017.90 113.10

The nominal diameter of a deformed bar is equivalent to the diameter of a plain bar having the same weight per
unit length of the deformed bar.

2303 CONSTRUCTION REQUIREMENT

Workmanship shall be at the highest grade and shall be in accordance with the latest standard practice of the
industry.

1. Cutting and Bending. Cutting and bending of reinforcing bars may be done in shop or at the job site. All
bending works shall be in accordance with the latest standard practice and by approved machine methods. Radii
for bends and hooks will be specified on the approved detailed reinforcement Drawings in accordance with sound
design procedures.

2. Placing. Reinforcement shall be laid, anchored and embedded in the concrete as shown on the Drawings or
as directed by the Engineer. Unless otherwise directed, the spacing of reinforcement bars shall be measured
along the center line of the bars. Reinforcement shall be inspected for compliance with requirements as to size,
length, splicing, position and number after placement based on the approved reinforcement drawings.

Before reinforcement are placed, the surfaces of the bars and the surfaces of any metal bar support shall be
cleaned of heavy flaky rust, loose scales, dirt, grease or other foreign substance which, in the opinion of the
55
Engineer, are objectionable. Heavy flaky rust that can be removed by firm rubbing with burlap or equivalent
treatment is considered objectionable. After being placed, the reinforcing bars shall be maintained in a clean
condition until completely embedded in concrete.

Reinforcing bars shall be accurately placed and secured in position so as to avoid displacement during the
pouring of concrete. Special care shall be exercised to prevent any disturbance of the embedded reinforcement
during the setting of concrete. Metal chairs, hangers, spacers or other approved support may be used by the
Contractor for supporting reinforcing bars. Metal supports shall be galvanized when they are to be exposed to
view on completed concrete surfaces or where it is use will contribute in any way to the discoloration or
deterioration of the concrete.

3. Relation of Bars to Concrete Surfaces. The minimum cover for all reinforcements shall conform to the
dimensions shown on the detailed reinforcement Drawings.

4. Splicing. All splices in reinforcement shall be as shown on the Drawings or as directed by the Engineer. The
lapped ends to bars shall be either supported sufficiently to permit the embedment of the entire surface of each
bar in concrete or shall be securely wired.

5. Welding. Welding of bars shall be performed only where shown on the Drawings or as authorized in writing
by the Engineer and shall conform to the requirements of AWS: D12.1, latest revision. All welders employed
shall show proof of their welding qualifications to the Engineer. All welding shall be done using metal arc welding,
pressure gas welding, submerged arc welding or thermit welding. All electric shall be acceptable to NIA.
Coverings of low hydrogen electrodes must be thoroughly dry when used. The surfaces to be welds shall be
clean and shall be free from rust and dirt. All welds shall develop the full strength of the bar or the smaller bar
when two different sizes are welded. Test will be required of not more than five percent of the welds. Approved
testing equipment for testing welds shall be furnished by Contractor.

6. Protection. Reinforcement to remain exposed and intended for future concrete embedment shall be
protected from corrosion or other damages in an approved manner where directed. The reinforcement protection
shall be of such nature that it can be thoroughly cleaned without difficulty prior to encasement in concrete.

2304 PREPARATION OF REINFORCEMENT DRAWINGS

Contractor shall submit for the approval of NIA detailed reinforcement drawings in accordance with Article GC-
47. These drawings will include bar-placing drawings, bar bending drawings, bar list, and any other reinforcement
drawings as may be required to facilitate placement and checking of reinforcing bars. No work shall be done by
contractor until such approval has been secured from NIA.

The Reinforcement Drawings submitted shall show the name of the structure location by stationing where the
reinforcement drawings is intended and all the necessary informations required by NIA. It shall likewise bear the
stamp or seal of Contractor as evidence that the Drawings have been checked by Contractor.

Contractor shall be held responsible for any delay in the progress of the work occasioned by his failure to observe
the requirements and the time for the completion of the contract will not be extended on account of his failure to
promptly submit said drawings in strict adherence herewith.

2305 SAMPLING FOR TESTING AND ACCEPTANCE OF MATERIALS THAT FAIL TO MEET CONTRACT
REQUIREMENTS (FOR STEEL BARS FURNISHED BY CONTRACTOR)

Sampling of reinforcing steel bars furnished by the Contractor for incorporation in the Permanent Works shall be
carried out by NIA at the manufacturer's stockyard before delivery to the project site. The NIA authorized
representative shall, at random, take two representative samples of reinforcing steel bars per lot covered by the
manufacturer's mill certificate. A lot shall consist of all steel bars of the same heat or blow as shown in the mill
certificate, and the same nominal cross-section and grade. Samples shall be tested at the manufacturer's testing
laboratory, if any, or to any approved Government testing laboratory at Contractor's expense. A lot or lots
represented by samples tested which failed to meet specified requirements shall be rejected and will not be
counted for delivery to the project site. Sampling and testing shall be in accordance with ASTM requirements.
All deliveries shall be subject to prior approval of NIA.
56
The NIA reserves the right to accept steel bars that fail to meet the contract requirement provided that the
deficiency is not more than nine percent (9%) of the requirement per each type of test and provided further that
a corresponding reduction in the unit price will be made. The percentage of reduction equal to the percentage of
deficiency based on the minimum requirement of the ASTM A-615 Standard. For example, if the value of the
test result for one type of test is five per cent (5%) below the minimum requirement, the unit price for payment
will be reduced by 5%. If the non-compliance with the test requirements is on two or more tests, the price
reduction will be the summation of the percentage of the deficiencies.

2306 METHOD OF MEASUREMENT

A. Furnishing and Stockpiling

Measurement for payment for the furnishing and stockpiling of reinforcing steel bars shall be made on the actual
deliveries to the project site and after presentation of the following documents:

a) Delivery receipt duly acknowledged by the Engineer and the Project Auditor or their duly authorized
representatives

b) Manufacturer's certificate showing the details of manufacture, composition and physical properties of the
steel bars.

c) Certificate of acceptance by the Engineer of the actual quantity delivered at the site

B. Cutting, Bending and Placing

Measurement for payment of reinforcing steel bars will be made on the weight of reinforcing steel bars actually
placed with the concrete structure and drilled holes for anchorage in accordance with the Drawings and Bar
Schedule approved by NIA or as directed by the Engineer and weights will be computed based on the published
manufacturer's weights or in the absence thereof, on the weights specified in the table presented in Paragraph
2302. Steel bars in laps or splices indicated in the approved reinforcement Drawings, as required by NIA will be
measured for payment. Additional steel bars in laps which are authorized for the convenience of the Contractor
and such items as wires, clips, chairs, or other devices for securing the steel bars in place will not be measured
for payment. Where weld splices are specified on the Drawings, weld splices will not be measured for payment
but the weight for its equivalent lap splices will be measured for payment instead. Where contractor chooses to
weld reinforcement bars for his convenience and welding is not specified, no separate payment will be made for
such welds. Where Contractor substitute welded splices for lapped splices, separate payment will not be made
for such welds, but instead the weight for the lapped splices shown on the Drawings will be measured for
payment.

2307 BASIS OF PAYMENT

Payment for reinforcing steel bars measured as provided above, will be paid for at the contract unit price per
kilogram which price and payment shall constitute full compensation for furnishing all labor, tools, equipment and
all incidentals and subsidiary works necessary for the successful completion of the work described under this
Section.

As indicated in the Bill of Quantities, payment per kilogram of reinforcing steel bars (same measurement as
provided above) shall be made separately and in accordance with the following schedule:

a) Ninety percent (90%) of furnishing and delivery cost which shall include all labor, tools, equipment and
supplies involved in the manufacture, and delivery to the project site which includes loading, hauling,
unloading and stockpiling at the delivery site;
b)
c) Ten percent (10%) of furnishing and delivery cost shall be paid upon successful completion of the works
under this Section.

57
b) installation cost which shall include all labor, tools and equipment involved in cutting, bending and placing
into permanent structures and all incidentals necessary for the successful completion of the work under
this Section.

58
STRUCTURE BACKFILL

1201 SCOPE

The work under this Section shall include hauling (if necessary) and backfilling with suitable materials taken either
from Structure Excavation, Canal Excavation, Side Borrow or Borrow Haul all spaces excavated and not occupied
by the structure and spaces between the natural ground surface and the finish lines indicated to be filled and all
other sections directed to be filled by the Engineer, all in accordance with these specifications and in conformity
with the lines, grades and dimensions shown in the Drawings or as ordered by the Engineer. It shall also include
the dewatering and removal of all unsuitable materials as ordered by the Engineer from the spaces to be
backfilled or filled.

1202 METHOD OF CONSTRUCTION

All spaces to be backfilled or filled shall be cleared of all rubbish and other objectionable matter. The excavation
pit to be backfilled shall be dewatered and all mud and loose materials shall be removed before backfilling. The
filling materials, with the proper moisture content determined by the Engineer, shall be deposited loose and in
layers not exceeding 30 centimeters and then thoroughly compacted by ramming, rolling or by means of
mechanical tampers or portable vibratory compactors to obtain at least 85% compaction behind bridge
abutments, retaining walls, cut-off walls and immediately above pipes, box or barrel conduits and gradually
increasing to at least 90% compaction up to the surface of the roadway in the case of approaches to bridges,
Road Crossing or Culvert Structures. The time when to start backfilling operation shall be determined by the
Engineer.

The compacted backfill above pipes, barrels and other conduits, shall be brought at least 60 centimeters before
any compacting equipment utilized in embankment construction shall be used or allowed to pass. Additional
layers above 60 centimeters can be completed by the use of roller type compacting equipment employed in
embankment compaction.

Materials for structure backfill shall be as described in Paragraph 902 (c).

1203 METHOD OF MEASUREMENT

Structure backfill shall be measured in cubic meters in its final compacted and uncompacted position within the
limits of structure excavation paylines and surfaces of concrete in contact with the backfilled material as shown
on the Drawings or as directed by the Engineer. Volumes occupied by the structure and other features will not
be included.

1204 BASIS OF PAYMENT

Structure Backfill will be paid for at the contract unit price per cubic meter, which price and payment shall
constitute full compensation for side borrow, borrow haul and overhaul operations and for furnishing all labor,
equipment, tools and all incidentals and subsidiary works necessary for the successful completion of the work
under this Section.

For newly constructed Drainage Culvert, the volume between the original ground surface and the top of the canal
embankments is part of the embankment construction operation and therefore shall not be included for payment
under this Section (which payment shall be included under embankment construction and compaction).

59
Section VII. Drawings
[Insert here a list of Drawings. The actual Drawings, including site plans, should be attached
to this section, or annexed in a separate folder.]

60
Bid Form for the Procurement of Infrastructure
Projects
[shall be submitted with the Bid]

7.2. BID FORM

Date :

Project Identification No. :

To: [name and address of Procuring Entity]

Having examined the Philippine Bidding Documents (PBDs) including the


Supplemental or Bid Bulletin Numbers [insert numbers], the receipt of which is hereby
duly acknowledged, we, the undersigned, declare that:

a. We have no reservation to the PBDs, including the Supplemental or Bid Bulletins, for the
Procurement Project: [insert name of contract];

b. We offer to execute the Works for this Contract in accordance with the PBDs;

c. The total price of our Bid in words and figures, excluding any discounts offered below is:
[insert information];

d. The discounts offered and the methodology for their application are: [insert information];

e. The total bid price includes the cost of all taxes, such as, but not limited to: [specify the
applicable taxes, e.g. (i) value added tax (VAT), (ii) income tax, (iii) local taxes, and (iv)
other fiscal levies and duties], which are itemized herein and reflected in the detailed
estimates,

f. Our Bid shall be valid within the a period stated in the PBDs, and it shall remain binding
upon us at any time before the expiration of that period;

g. 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,
or a Performance Securing Declaration in lieu of the the allowable forms of Performance
Security, subject to the terms and conditions of issued GPPB guidelines12 for this purpose;

h. 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;

61
i. 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

j. We understand that you are not bound to accept the Lowest Calculated Bid or any other Bid
that you may receive.

k. We likewise certify/confirm that the undersigned, is the duly authorized representative of


the bidder, and granted full power and authority to do, execute and perform any and all
acts necessary to participate, submit the bid, and to sign and execute the ensuing contract
for the [Name of Project] of the [Name of the Procuring Entity].

l. We acknowledge that failure to sign each and every page of this Bid Form,
including the Bill of Quantities, shall be a ground for the rejection of our bid.

Name: _____
Legal Capacity: _____
Signature: _____
Duly authorized to sign the Bid for and behalf of: ____________________________
Date: _____

12
currently based on GPPB Resolution No. 09-2020

62
Section VIII. Bill of Quantities

Notes on the Bill of Quantities


Objectives

The objectives of the Bill of Quantities are:

a. to provide sufficient information on the quantities of Works to be performed to enable Bids to be


prepared efficiently and accurately; and

b. when a Contract has been entered into, to provide a priced Bill of Quantities for use in the periodic
valuation of Works executed.

In order to attain these objectives, Works should be itemized in the Bill of Quantities in sufficient detail
to distinguish between the different classes of Works, or between Works of the same nature carried out
in different locations or in other circumstances which may give rise to different considerations of cost.
Consistent with these requirements, the layout and content of the Bill of Quantities should be as simple
and brief as possible.

Daywork Schedule

A Daywork Schedule should be included only if the probability of unforeseen work, outside the items
included in the Bill of Quantities, is high. To facilitate checking by the Entity of the realism of rates
quoted by the Bidders, the Daywork Schedule should normally comprise the following:

a. A list of the various classes of labor, materials, and Constructional Plant for which basic daywork
rates or prices are to be inserted by the Bidder, together with a statement of the conditions under
which the Contractor will be paid for work executed on a daywork basis.

b. Nominal quantities for each item of Daywork, to be priced by each Bidder at Daywork rates as
Bid. The rate to be entered by the Bidder against each basic Daywork item should include the
Contractor’s profit, overheads, supervision, and other charges.

Provisional Sums

A general provision for physical contingencies (quantity overruns) may be made by including a
provisional sum in the Summary Bill of Quantities. Similarly, a contingency allowance for possible
price increases should be provided as a provisional sum in the Summary Bill of Quantities. The inclusion
of such provisional sums often facilitates budgetary approval by avoiding the need to request periodic
supplementary approvals as the future need arises. Where such provisional sums or contingency

63
allowances are used, the SCC should state the manner in which they will be used, and under whose
authority (usually the Procuring Entity’s Representative’s).

The estimated cost of specialized work to be carried out, or of special goods to be supplied, by other
contractors should be indicated in the relevant part of the Bill of Quantities as a particular provisional
sum with an appropriate brief description. A separate procurement procedure is normally carried out by
the Procuring Entity to select such specialized contractors. To provide an element of competition among
the Bidders in respect of any facilities, amenities, attendance, etc., to be provided by the successful
Bidder as prime Contractor for the use and convenience of the specialist contractors, each related
provisional sum should be followed by an item in the Bill of Quantities inviting the Bidder to quote a
sum for such amenities, facilities, attendance, etc.

Signature Box

A signature box shall be added at the bottom of each page of the Bill of Quantities where the authorized
representative of the Bidder shall affix his signature. Failure of the authorized representative to sign
each and every page of the Bill of Quantities shall be a cause for rejection of his bid.

These Notes for Preparing a Bill of Quantities are intended only as information for the Procuring Entity
or the person drafting the Bidding Documents. They should not be included in the final documents.

64
Construction of Irrigation Facilities of Gaco Small Reservoir Irrigation Project-Package 9
Cabugao, Ilocos Sur
R1-ISIMO-20-12-018

ITEM UNIT BID PRICE IN


DESCRIPTION QTY. UNIT TOTAL
NO. WORDS & IN FIGURES
A. ROAD/SOLAR DRIER CONCRETING
1 Subgrade Preparation 8,505.25 sq.m. ____________________
(Php_________________) Php_____________

2 Base Coarse 1,701.05 cu.m. ____________________


(Php_________________) Php_____________

3 Dowell Bars 2,110.61 kgs. ____________________


(Php_________________) Php_____________

4 3,000 psi Concrete 1,002.80 cu.m. ____________________


Class A (211 (Php_________________) Php_____________
kg./sq.cm.)
B. Rubble Masonry & Class A Concrete Slope Protection
1 Structure Excavation 3,256.61 cu.m. ____________________
(Mechanized) (Php_________________) Php_____________

2 Rubble Masonry 5,687.66 cu.m. ____________________


w/Class "A" Concrete (Php_________________) Php_____________
Cement

3 3,000 psi Concrrete 53.75 cu.m. ____________________


Class A (211 (Php_________________) Php_____________
kg./sq.cm.)

4 Reinforcing Steel Bars 214.11 kgs. ____________________


(Php_________________) Php_____________

5 Structural Backfill 3,168.86 cu.m. ____________________


(Php_________________) Php_____________

TOTAL AMOUNT OF BID __________________________________


(In Words & in Figures) __________________________________
(Php __________________________)

The undersigned bidder hereby certifies that he has fully informed himself of all conditions, local and otherwise
affecting the carrying out of the Contract Works and the bid has been prepared in strict accordance with the terms and
ns of these bids.
Name of Firm : _____________________

Name in Print & Signature of Bidder

126
Section IX. Checklist of Technical and Financial
Documents

Notes on the Checklist of Technical and Financial Documents


The prescribed documents in the checklist are mandatory to be submitted in the Bid, but
shall be subject to the following:

a. GPPB Resolution No. 09-2020 on the efficient procurement measures during a State
of Calamity or other similar issuances that shall allow the use of alternate documents
in lieu of the mandated requirements; or

b. any subsequent GPPB issuances adjusting the documentary requirements after the
effectivity of the adoption of the PBDs.

The BAC shall be checking the submitted documents of each Bidder against this checklist
to ascertain if they are all present, using a non-discretionary “pass/fail” criterion pursuant to
Section 30 of the 2016 revised IRR of RA No. 9184.

127
Checklist of Technical and Financial Documents
I. TECHNICAL COMPONENT ENVELOPE

Class “A” Documents

Legal Documents
⬜ (a) Valid PhilGEPS Registration Certificate (Platinum Membership) (all pages);
or
⬜ (b) Registration certificate from Securities and Exchange Commission (SEC),
Department of Trade and Industry (DTI) for sole proprietorship, or
Cooperative Development Authority (CDA) for cooperatives or its equivalent
document;
and
⬜ (c) Mayor’s or Business permit issued by the city or municipality where the
principal place of business of the prospective bidder is located, or the
equivalent document for Exclusive Economic Zones or Areas;
and
⬜ (e) Tax clearance per E.O. No. 398, s. 2005, as finally reviewed and approved by
the Bureau of Internal Revenue (BIR).

Technical Documents
⬜ (f) Statement of the prospective bidder of all its ongoing government and private
contracts, including contracts awarded but not yet started, if any, whether
similar or not similar in nature and complexity to the contract to be bid; and
⬜ (g) Statement of the bidder’s Single Largest Completed Contract (SLCC) similar
to the contract to be bid, except under conditions provided under the rules;
and
⬜ (h) Philippine Contractors Accreditation Board (PCAB) License;
or
Special PCAB License in case of Joint Ventures;
and registration for the type and cost of the contract to be bid; and
⬜ (i) Original copy of Bid Security. If in the form of a Surety Bond, submit also a
certification issued by the Insurance Commission;
or
Original copy of Notarized Bid Securing Declaration; and
(j) Project Requirements, which shall include the following:
⬜ a. Organizational chart for the contract to be bid;
⬜ b. List of contractor’s key personnel (e.g., Project Manager, Project
Engineers, Materials Engineers, and Foremen), to be assigned to the
contract to be bid, with their complete qualification and experience
data;
⬜ c. List of contractor’s major equipment units, which are owned, leased,
and/or under purchase agreements, supported by proof of ownership or
certification of availability of equipment from the equipment
lessor/vendor for the duration of the project, as the case may be; and
⬜ (k) Original duly signed Omnibus Sworn Statement (OSS);
128
and if applicable, Original Notarized Secretary’s Certificate in case of a
corporation, partnership, or cooperative; or Original Special Power of
Attorney of all members of the joint venture giving full power and authority
to its officer to sign the OSS and do acts to represent the Bidder.

Financial Documents
⬜ (l) The prospective bidder’s audited financial statements, showing, among others,
the prospective bidder’s 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; and
⬜ (m) The prospective bidder’s computation of Net Financial Contracting Capacity
(NFCC).

Class “B” Documents


⬜ (n) If applicable, duly signed joint venture agreement (JVA) in accordance with
RA No. 4566 and its IRR in case the joint venture is already in existence;
or
duly notarized statements from all the potential joint venture partners stating
that they will enter into and abide by the provisions of the JVA in the instance
that the bid is successful.

II. FINANCIAL COMPONENT ENVELOPE


⬜ (o) Original of duly signed and accomplished Financial Bid Form; and

Other documentary requirements under RA No. 9184


⬜ (p) Original of duly signed Bid Prices in the Bill of Quantities; and
⬜ (q) Duly accomplished Detailed Estimates Form, including a summary sheet
indicating the unit prices of construction materials, labor rates, and equipment
rentals used in coming up with the Bid; and
⬜ (r) Cash Flow by Quarter.

129
NO. _____________
Republic of the Philippines
Department of Trade & Industry
(REGION)

Certificate of Registration
Of
BUSINESS NAME

THIS IS TO CERTIFY THAT

______________________________________________

as a business name, or firm or style was registered in this office on _________________________ by:

______________________________________

which will expire on ____________________, in accordance with the provision of Act No. 3883 of the
Philippine Legislature approved on November 14, 1931 as amended by Act No. 4147, approved
November 28, 1938, and Republic Act No. 863, approved June 16, 1953, and in compliance with the
rules and regulations prescribed by the Department of Trade and Industry.

IN TESTIMONY WHEREOF, I have hereunto set my


hand caused the seal of the DEPARTMENT OF TRADE
to be affixed at _____________________, Philippines,
this ____________ day of _____________, in the year
of our Lord ________________.

L f DTI

AFFIX (Name of Director)


DOCUMENTARY Director, DTI
STAMP

NOTE: THIS IS NOT A LICENSE TO ENGAGE IN ANY KIND OF BUSINESS.


(VALID ONLY AT THE BUSINESS ADDRESS INDICATED HEREIN)
Bilang: _____________

130
Republic of the Philippines
Name of the City or Municipality
Address
Telephone and Fax Numbers
Website Address
E-mail Address

PAHINTULOT SA PANGANGALAKAL
(BUSINESS PERMIT)

MATALASTAS NG LAHAT:
(KNOW ALL MEN BY THESE PRESENTS: )

Na Si/Ang:
(That: ) _____________________(Name of Bidder)______________________
na matatagpuan at may pahatirang sulat sa
(with postal address at)

________________________(Address of the Bidders)__________________

Na itinatag ng may tuong karapatan at umiiral sa ilalim ng mga batas ng


(duly organized and existing under the laws of the)

Bagong Republika ng Pilipinas ay pinagkakalooban ng pahintulot na mangalakal bilang


(New Republic of the Philippines, is hereby granted the permit to operate as)
_________________________________________

ngayong ika- _____________________ ng _______________________


(on this ) (day of)

Ang pahintulot na ito ay matatapos sa ika- _________________________________


(This Permit expires on)

Maliban ito’y maagang bawiin at walang bias


(Unless sooner revoked.)

O.R. BILANG _____________


(OR No.)

HALAGA _____________
(Amount) (Name of Head) (Name of Mayor)
Business Permit Office Punong Lungsod
PETSA _____________ Mayor
(Date)

ITO AY DAPAT IPASKEL SA HAYAG NA POOK NG KALAKALAN AT DAPAT


(This must be posted on conspicuous place and )
IPAKITA SA SANDALING HINGIN NG MGA KINAUUKULANG MAYKAPANGYARIHAN.
(to be presented upon demand by proper authorities.)

131
Name of Procuring Entity
Contract Reference Number
Name of Project
Location of the Project

LIST OF ALL ONGOING GOVERNMENT & PRIVATE CONTRACTS INCLUDING AWARDED BUT NOT YET STARTED

Name of Business : ______________________________________


Business Address : ______________________________________

Name of Contract a. Owner's Name Nature of Bidder's Role Total a. Date Awarded Total % of Value of
Contract Duration b. Address Work Contract b. Date Started Revised Accomplishment Outstanding Works
c. Tel. Nos. Value at c. Date of Contract / Undelivered
Award Estimated Value, if Planned Actual Portion
Description %
Completion Time applicable
Government

Private

Total Cost

Note: This statement shall be supported with:


1. Notice of Award and/or Contract
2. Notice to Proceed issued by the owner
3. Certificate of Accomplishments signed by the owner or authorized representative

Submitted by : ______________________________________________________
(Printed Name & Signature)
Designation : ______________________________________________________
Date : ______________________________________________________

132
Name of Procuring Entity
Contract Reference Number
Name of Project
Location of the Project

STATEMENT OF SINGLE LARGEST COMPLETED CONTRACT SIMILAR IN NATURE

Name of Business : ______________________________________


Business Address : ______________________________________

Name of Contract a. Owner's Name Nature of Bidder's Role Total a. Date Awarded Total % of Accomplishment Slippage
Contract Duration Work Contract Contract (+ or -)
b. Address b. Date Started
Value at Value at
c. Telephone Nos c. Date of
Description % Award Completion, Planned Actual
Completion
if applicable
Government

Private

Note: This statement shall be supported with:


1. Notice of Award and/or Contract
2. Notice to Proceed issued by the owner
3. Certificate of Accomplishments signed by the owner or authorized representative

Submitted by : ______________________________________________________
(Printed Name & Signature)
Designation : ______________________________________________________
Date : ______________________________________________________

133
Name of Procuring Entity
Contract Reference Number
Name of Project
Location of the Project

FINANCIAL DOCUMENTS FOR ELIGIBILITY CHECK

A. Summary of the Applicant Supplier’s/distributor’s/Manufacturer’s assets and liabilities on


the basis of the attached income tax return and audited financial statement, stamped
“RECEIVED” by the Bureau of Internal Revenue or BIR authorized collecting agent, for the
immediately preceding year and a certified copy of Schedule of Fixed Assets particularly
the list of construction equipment
.
Year 20__
1. Total Assets
2. Current Assets
3. Total Liabilities
4. Current Liabilities
5. Net Worth (1-3)
6. Net Working Capital (2-4)

B. The Net Financial Contracting Capacity (NFCC) based on the above data is computed as
follows: The Bidder must submit a computation of its Net Financial Contracting Capacity
(NFCC), which must be at least equal to the ABC to be bid, calculated as follows:

NFCC = [(Current assets minus current liabilities) (15)] 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.

The values of the domestic bidder’s current assets and current liabilities shall be based on the
latest Audited Financial Statements (AFS) submitted to the BIR.
.

Submitted by:

____________________________________________
Name of Supplier / Distributor / Manufacturer
________________________________________
Signature of Authorized Representative
Date : ___________________________

134
Name of Procuring Entity
Contract Reference Number
Name of Project
Location of the Project

JOINT VENTURE AGREEMENT

KNOW ALL MEN BY THESE PRESENTS:

That this JOINT VENTURE AGREEMENT is entered into By and Between ______, of
legal age, civil status , owner/proprietor of ____________________________ and a
resident of ________________________.

- and –

______________________, of legal age, (civil status) , owner/proprietor of


________________________ a resident of _______________________________.

THAT both parties agree to join together their manpower, equipment, and what is need
to facilitate the Joint Venture to participate in the Eligibility, Bidding and Undertaking of the
here-under stated project to be conducted by the Name of the Procuring Entity .

NAME OF PROJECT CONTRACT AMOUNT

That both parties agree to be jointly and severally liable for the entire assignment.

That both parties agree that ____________________and/or


_____________________ shall be the Official Representative of the Joint Venture, and is
granted full power authority to do, execute and perform any all acts necessary and/or to
represent the Joint Venture in the bidding as fully and effectively and the Joint Venture may
do and if personally present with full power of substitution and revocation.

THAT this Joint Venture Agreement shall remain in effect only for the above stated
projects until terminated by both parties.

Done this ________ day of _______, in the year of our Lord ___________.

135
Name of Procuring Entity
Contract Reference Number
Name of Project
Location of the Project

Bid Securing Declaration Form


[shall be submitted with the Bid if bidder opts to provide this form of bid security]

REPUBLIC OF THE PHILIPPINES)


CITY OF ) S.S.

16. BID SECURING DECLARATION


Project Identification No.: [Insert number]

To: [Insert name and address of the Procuring Entity]

I/We, 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
procurement 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 Declaration, within fifteen (15) days from
receipt of the written demand by the procuring entity for the commission of acts resulting
to the enforcement of the bid securing declaration under Sections 23.1(b), 34.2, 40.1 and
69.1, except 69.1(f),of the IRR of RA No. 9184; without prejudice to other legal action the
government may undertake.
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; and
c. I am/we are declared the bidder with the Lowest Calculated Responsive Bid, 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 OR ITS AUTHORIZED


REPRESENTATIVE]
[Insert signatory’s legal capacity]
Affiant

[Jurat]
[Format shall be based on the latest Rules on Notarial Practice]

136
Name of Procuring Entity
Contract Reference Number
Name of Project
Location of the Project

CONTRACTOR’S ORGANIZATIONAL CHART FOR THE CONTRACT

Submit copy of the Organizational Chart that the Contractor intends to use to execute the
Contract if awarded to him. Indicate in the chart that the names of the Project Manager, Project
Engineer, Bridge Engineer, Structural Engineer, Materials and Quality Control Engineer,
Foreman and other Key Engineering Personnel.

Attached the required Proposed Organizational Chart for the


Contracts as stated above

1. This organization chart should represent the “Contractor’s Organization” required for
the project, and not the organization chart of the entire firm.
2. The Bidders shall comply with and submit sample form SF-INFR-46 for each of such
key personnel.
3. Each such nominated engineer/key personnel shall comply with and submit sample
forms SF-INFR-47 and SF-INFR-48.
4. All these are required to be in the Technical Envelope of the Bidder.

137
Name of Procuring Entity
Contract Reference Number
Name of Project
Location of the Project

QUALIFICATION OF KEY PERSONNEL PROPOSED TO BE ASSIGNED TO THE CONTRACT

Business Name : ______________________________________________________


Business Address : ______________________________________________________

Construction Safety and


Project Manager Project Engineer Materials Engineer Foreman
Health Personnel

1. Name
2. Address
3. Date of Birth
4. Employed Since
5. Experience
6. Previous Employment
7. Education
8. PRC License

Minimum Requirements : Project Manager


: Project Engineer
: Materials Engineer
: Foreman

Note : Attached Individual resume and PRC License of the (professional) personnel.

Submitted by : ___________________________________
(Printed Name & Signature)
Designation : ___________________________________
Date : ___________________________________

138
Name of Procuring Entity
Contract Reference Number
Name of Project
Location of the Project

KEY PERSONNEL
(FORMAT OF BIODATA)

Give the detailed information of the following personnel who are scheduled to be
assigned as full-time field staff for the project. Fill up a form for each person.

Authorized Managing Officer/Representative:

Sustained Technical Employee

1. Name : ___________________________

2. Date of Birth : ___________________________

3. Nationality : ___________________________

4. Education and Degrees : ___________________________

5. Specialty : ___________________________

6. Registration : ___________________________

7. Length of service with the Firm : ___________________________

8. Years of Experience : ___________________________

9. If Item 7 is less than ten (10) years, give name and length of service with previous
employers for a ten (10)-year period (attached additional sheet/s), if necessary:

Name and Address of Employer Length of Service

__________________________ ______ year(s) from _____ to _____


__________________________ ______ year(s) from _____ to _____
__________________________ ______ year(s) from _____ to _____

10. Experience:

This should cover the past ten (10) years of experience. (Attached as many
pages as necessary to show involvement of personnel in projects using the
format (below).

139
Name of Procuring Entity
Contract Reference Number
Name of Project
Location of the Project

1. Name : ______________________________

2. Name and Address of Owner : ______________________________

3. Name and Address of the Owner’s


Engineer (Consultant) : ______________________________

4. Indicate the Features of Project


(particulars of the project components
and any other particular interest con-
nected with the project) : ______________________________

5. Contract Amount Expressed in


Philippine Currency : ______________________________

6. Position : ______________________________

7. Structures for which the employee


was responsible : ______________________________

8. Assignment Period : from _____ (months) _____ (years)


to _____ (months) _____ (years)

____________________________
Name and Signature of Employee

It is hereby certified that the above personnel can be assigned to this project, if the
contract is awarded to our company.

_________________________ _____________________________
(Place and Date) (The Authorized Representative)

140
Name of Procuring Entity
Contract Reference Number
Name of Project
Location of the Project

KEY PERSONNEL’S CERTIFICATE OF EMPLOYMENT

Date of Issuance

Name of the Addressee


Address of the Addressee
Fax Number of the Addressee

Dear Sir :

I am ___(Name of Nominee___) a Licensed ____ Engineer with Professional License


No. _____ issued on ( date of issuance ) at (place of issuance).

I hereby certify that __(Name of Bidder)__ has engaged my services as (Designation)


to (Name of contract) if awarded to it.

As __(designation)_ , I supervised the following completed projects similar to the


contract under bidding :

NAME OF PROJECT OWNER COST DATE


COMPLETED
__________________ _____________ _________ __________
__________________ _____________ _________ __________
__________________ _____________ _________ __________
__________________ _____________ _________ __________

At present, I am supervising the following projects:

NAME OF PROJECT OWNER COST DATE


COMPLETED
__________________ _____________ _________ __________
__________________ _____________ _________ __________
__________________ _____________ _________ __________
__________________ _____________ _________ __________

In case of my separation for any reason whatsoever from the above-mentioned


Contractor, I shall notify the _____(Name of the Procuring Entity)___ at least twenty one (21)
days before the effective dare of my separation.

As (designation) , I know I will have to stay in the job site all the time to supervise
and, manage the Contract works to the best of my ability, and aware that I am authorized to
handle only one(1) contract at a time.

141
Name of Procuring Entity
Contract Reference Number
Name of Project
Location of the Project

I do not allow the use of my name for the purpose of enabling the above-mentioned
Contractor to quality for the Contract without any firm commitment on my part to assume the
post of __(Designation) therefore, if the contract is awarded to him since I understand that to
do so will be a one of the requirements from the bidder to be included in its Technical Envelope
is a list of contractor’s key personnel (Viz., Project Manager, Project Engineers, Materials
Engineers, and Foreman), to be assigned to the written commitment to work for the project
once awarded the contract.

Sufficient ground for my disqualification as _(Designation) in any future (Name of the


Procuring Entity) bidding or employment with any Contractor doing business with the _(Name
of the Procuring Entity).

_______________________
(Signature of Engineer)

DRY SEAL

Republic of the Philippines )


______________________ ) S.S.

SUBSCRIBED AND SWORN TO before me this ______ day of ___________ 20__


affiant exhibits to me his Community Tax No. _____________________ issued on
____________ at _________________.

_____________________
Notary Public

Doc. No. ________;


Page No. ________;
Book No. _______;
Series of 201_.

142
Name of Procuring Entity
Contract Reference Number
Name of Project
Location of the Project

CONTRACTOR’S LETTER-CERTIFICATE TO PROCURING ENTITY

__________________
Date of Issuance

Name of the Addressee


Address of the Addressee
Fax Number of the Addressee

Dear Sir :

Supplementing our Organizational Chart for the Contract, we have the honor to submit
herewith, and to certify as true and correct, the following pertinent information:

1. That I/we have engaged the services of (Name of Employee), to be the


__(Designation)__ of the (Name of Contract), who is a (Profession ) with
Professional License Certificate No. ______ issued on _____________ and who has
performed the duties in the construction of the Contracts enumerated in the duly filled
Form ______.

2. The said Engineer shall be designated by us as our (Designation) to personally


perform the duties of the said position in the above-mentioned Project, if and when the
same is awarded in our favor.

3. The said Engineer shall employ the best care, skill and ability in performing his duties
in accordance with the Contract Agreement, Conditions of Contract, Plans,
Specifications, Special Provisions, and other provisions embodied in the proposed
contract.

4. That said Engineer shall be personally present at the jobsite to supervise the phase of
the construction work pertaining to this assignment as (Designation ), all the time.

5. That, in order to guarantee that said Engineer shall perform his duties properly and be
personally present in the jobsite, he is hereby required to secure a certificate of
appearance for the Procuring Entity Engineer at the end of every month.

That, in the event that I/we elect or choose to replace said (Designation) with another
Engineer, the procuring Entity will be accordingly notified by us in writing at least twenty
one (21) days before making the replacement. We will submit to the Procuring Entity,
for prior approval, the name of the proposed new (Designation) , his qualifications,
experience, list of projects undertaken and other relevant information.

143
Name of Procuring Entity
Contract Reference Number
Name of Project
Location of the Project

6. That any willful violation on my/our part of the herein conditions may prejudice my/our
standing as a reliable contractor in future bidding of the Procuring Entity.

Very truly yours,

________________________________
(Authorized Representative of Bidder)

CONCURRED IN:

______________________
(Name of Engineer)

______________________
(Address)

144
Name of Procuring Entity
Contract Reference Number
Name of Project
Location of the Project

LIST OF EQUIPMENT, OWNED, LEASED AND/OR UNDER PURCHASE AGREEMENTS, PLEDGED TO THE PROPOSED CONTRACT

Business Name : ______________________________________________________


Business Address : ______________________________________________________

Capacity / Motor No. / Proof of


Description Model/Year Performance / Plate No. Body No. Location Condition Ownership /
Size Lessor or Vendor
A. Owned

B. Leased

C. Under Purchased Agreements

List of Minimum equipment required for the project:

Submitted by : ___________________________________
(Printed Name & Signature)
Designation : ___________________________________
Date : ___________________________________

145
Omnibus Sworn Statement (Revised)
[shall be submitted with the Bid]

REPUBLIC OF THE
PHILIPPINES )
CITY/MUNICIPALITY OF ) S.S.

AFFIDAVIT
I, [Name of Affiant], of legal age, [Civil Status], [Nationality], and residing at
[Address of Affiant], after having been duly sworn in accordance with law, do
hereby depose and state that:

1. [Select one, delete the other:]

[If a sole proprietorship:] I am the sole proprietor or authorized


representative 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, or authorized


representative of [Name of Bidder], I have full power and authority to do,
execute and perform any and all acts necessary to participate, submit the
bid, and to sign and execute the ensuing contract for [Name of the Project]
of the [Name of the Procuring Entity], as shown in the attached duly
notarized Special Power of Attorney;

[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 to participate, submit the bid, and to sign and execute the ensuing
contract for [Name of the Project] of the [Name of the Procuring Entity], as
shown in the attached [state title of attached document showing proof of
authorization (e.g., duly notarized Secretary’s Certificate, Board/Partnership
Resolution, or Special Power of Attorney, whichever is applicable;)];

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, by itself or by relation,
membership, association, affiliation, or controlling interest with another blacklisted
person or entity as defined and provided for in the Uniform Guidelines on
Blacklisting;

146
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:]

[If a sole proprietorship:] The owner or sole proprietor is 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 responsibilities as a Bidder in


compliance with the Philippine Bidding Documents, which includes:

a. Carefully examining all of the Bidding Documents;


b. Acknowledging all conditions, local or otherwise, affecting the implementation of the
Contract;
c. Making an estimate of the facilities available and needed for the contract to be bid, if
any; and
d. Inquiring or securing 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.

10. In case advance payment was made or given, failure to perform or


deliver any of the obligations and undertakings in the contract shall
be sufficient grounds to constitute criminal liability for Swindling

147
(Estafa) or the commission of fraud with unfaithfulness or abuse of
confidence through misappropriating or converting any payment
received by a person or entity under an obligation involving the
duty to deliver certain goods or services, to the prejudice of the
public and the government of the Philippines pursuant to Article
315 of Act No. 3815 s. 1930, as amended, or the Revised Penal Code.
IN WITNESS WHEREOF, I have hereunto set my hand this day of , 20
at
, Philippines.

[Insert NAME OF BIDDER OR ITS


AUTHORIZED
REPRESENTATIVE]
[Insert signatory’s legal capacity]
Affiant

[Jurat]
[Format shall be based on the latest Rules on Notarial Practice

148
Performance Securing Declaration (Revised)
[if used as an alternative performance security but it is not required to be submitted with the Bid, as
it shall be submitted within ten (10) days after receiving the Notice of Award]

REPUBLIC OF THE PHILIPPINES)


CITY OF ) S.S.

PERFORMANCE SECURING DECLARATION

Invitation to Bid: [Insert Reference Number indicated in the Bidding


Documents] To: [Insert name and address of the Procuring Entity]

I/We, the undersigned, declare that:

1. I/We understand that, according to your conditions, to guarantee the faithful


performance by the supplier/distributor/manufacturer/contractor/consultant of its
obligations under the Contract, I/we shall submit a Performance Securing Declaration
within a maximum period of ten (10) calendar days from the receipt of the Notice of
Award prior to the signing of the Contract.

2. I/We accept that: I/we will be automatically disqualified from bidding for any
procurement contract with any procuring entity for a period of one (1) year for the first
offense, or two (2) years for the second offense, upon receipt of your Blacklisting
Order if I/We have violated my/our obligations under the Contract;

3. I/We understand that this Performance Securing Declaration shall cease to be valid
upon:

a. issuance by the Procuring Entity of the Certificate of Final Acceptance, subject to


the following conditions:
i. Procuring Entity has no claims filed against the contract awardee;
ii. It has no claims for labor and materials filed against the contractor; and
iii. Other terms of the contract; or

b. replacement by the winning bidder of the submitted PSD with a performance


security in any of the prescribed forms under Section 39.2 of the 2016 revised IRR
of RA No. 9184 as required by the end-user.

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 OR ITS


AUTHORIZED REPRESENTATIVE]
[Insert signatory’s legal capacity]
Affiant

149
[Jurat]
[Format shall be based on the latest Rules on Notarial Practice]

150
151

You might also like