7/28/2019 Part 2 Bid Final 12-8-11
1/22
75
TECHNICAL SPECIFICATIONS
DESIGN & BUILD SCHEME OF THE DMIA PASSENGER TERMINAL EXPANSION
PROJECT PHASE II
1.0 INTRODUCTION
The project known as the DMIA PASSENGER TERMINAL EXPANSION PROJECT
PHASE II involves the construction of new departure check-in area, expansion of the existing
pre-departure and arrival area, improvement of interiors, additional airport equipment and sitedevelopment.
Specifically, CIAC requires a Design and Build Scheme for the DMIA Passenger TerminalExpansion Project Phase II.
CIAC shall bid out the DESIGN-BUILD SCHEME for the DMIA PASSENGER TERMINAL
EXPANSION PROJECT PHASE II, which shall be referred herein as the WORK.
2.0 OBJECTIVES
CIAC wishes to engage the services of a qualified Contractor to prepare the detailed architectural
and engineering design plans as well as undertake the construction of the proposed newDeparture Check-in Area, Renovation of Existing Terminal Building and Site Development. The
objectives of the TOR are as follows:
2.1 To provide the Bidder with the background information regarding the preparation and
submittal of the proposal;
2.2 To provide the Bidder with the background information regarding the proposed project to be
handled in the shortest possible time, at the lowest possible cost, and at an acceptable quality and
performance;
2.3 To outline the Terms of Contract by and between CIAC and the Contractor; and
2.4 To outline the Work of the Contractor that has to be performed under the terms of its
contract with CIAC.
3.0 ROLE OF THE CONTRACTOR (WINNING BIDDER)
3.1 The Contractor, for which this TOR applies, shall provide technical services in thepreparation of the detailed engineering design for the proposed DESIGN AND BUILD
SCHEME OF THE DMIA PASSENGER TERMINAL EXPANSION PROJECT PHASE 2
7/28/2019 Part 2 Bid Final 12-8-11
2/22
76
within the viable cost range and established design level. The design services shall be carried outin accordance with the latest applicable local, national and international rules, ordinances,
standards and recommended practices. In this regard, the Contractors key personnel to be
assigned to this WORK must have professional experience compatible with the undertaking.
3.2 The Contractor shall be required to submit Detailed Engineering Plan and Design Analysis,
Technical Specifications, Scope of Works, PERT-CPM & S-Curve, Bar Chart & Cash Flow
Diagram and Bill of Quantities. All labor, tools, materials and supervision including but notlimited to equipments shall be provided by the Contractor. Transfer of terminal equipments,
signs, partitions and counters shall be done without interruption to airport operations. Design and
construction methodology with detailed procedure shall be submitted by the Contractor forreview and approval by the Project Management Office (PMO).
3.3 The Contractor shall also implement the construction activities to complete the project inaccordance with the approved construction drawings and specifications and the scope of work as
specified in the contract. The Contractor shall carry out the construction activities under themonitoring of assigned CIAC-PMO qualified technical staff.
3.4 The Contractor shall complete the Work within 365 calendar days from the receipt of the
Notice to Proceed.
4.0 EXTENT OF THE WORK
The contract includes design, supply, installation, construction and commissioning for the
DMIA Passenger Terminal Expansion Project Phase II.
5.0 GENERAL CONDITIONS
The following are the conditions/design criteria under which the proposed project shall be
designed and constructed:
5.1 Project Objectives
.5.1.1. To increase the passenger handling capacity on the check-in, baggage claim, pre-departure
and arrival area with the Level Service of C as per IATA standards.
Major Processing Area Existing Capacity Phase 2 Capacity
Check-In Lobby 704 sq. m. 370 2113 sq.m. 1112
Pre-Departure Area 1800 sq. m. 1200 2320 sq.m. 1550
Baggage Claim Area 994 sq.m. 523 1962 sq.m. 1032
Arrival Area 420 sq.m. 280 1070 sq.m. 713
Meeters / Greeters Area 419 sq. m. 419 695 sq. m. 695
7/28/2019 Part 2 Bid Final 12-8-11
3/22
77
Major Processing Area Existing Capacity Phase 2 Capacity
Concourse/Covered Walk 300 sq.m. 2136 sq.m.
Check-in Counters (Single) 2 2
Check-in Counters (Double) 6 11
Immigration Counters(Double)(Departure)
3 6
Park n Fly Parking Area 4497sq.m. 125 7655sq.m. 253
5.1.2. To improve access to and from the airport by constructing a four (4) lane main access
road.
5.1.3 To construct a new main entrance and exit gate.
5.1.4. To improve the parking area with the provision of a bigger park and fly area, restroom and
covered walk.
5.1.5. To improve passenger facilitation and convenience by enhancing the existing airportequipment and system by providing additional Flight Information Display System (FIDS), two
(2) units Baggage Conveyor, Closed Circuit Television (CCTV), Background Music & Public
Address, Structured Cabling, Fire Protection System, Building Management System and Air-conditioning & Air Distribution Systems.
5.2 Work Process
5.2.1 To implement and complete the design development and construction of the proposed
Work at a Guaranteed MaximumPrice as per scope of work described herein, and as approved
by CIAC.
5.2.1.1 The Contractor shall provide all materials, labor, equipment, tools, instruments and
appliances necessary to complete the Work.
5.2.1.2 Detailed Architectural and Engineering Design of the approved Site Development Plan
and Infrastructure Works.
5.2.1.3 Construction of the proposed Site Development and its required Infrastructures and
Appurtenances.
5.2.2 The required design development and construction works shall be completed within aproject time frame of 365 calendar days.
5.3 The Contractor shall be responsible for all aspects of the works, including detailed
engineering plans, technical specifications, planning of site operations, design analysis, any
required interfacing and installations. The contractor shall also be responsible for subcontractor'sdeliveries and work, including connection to existing circuits, integration of systems, interfacing
with existing facilities, testing, and commissioning. All plans such as but not limited to
7/28/2019 Part 2 Bid Final 12-8-11
4/22
78
construction drawings, installation drawings and test procedures, shall be subject for review andapproval of the CIAC-PMO prior to implementation.
5.4 All required civil works and delivery, installation and commissioning of all equipment shall
be the responsibility of the Contractor.
5.5 The Contractor shall provide operator and maintenance training for all equipment and
systems.
5.6 The Contractor shall prepare necessary documents and supply recording instruments to
perform all testing for materials in the presence of the CIAC-PMO. The Contractor shall provideanalysis of the test results to the CIAC-PMO.
5.7 The requirements in regard to materials and workmanship specify the required standards forthe furnishing of all labor, materials, tools, appliances and equipment necessary for the complete
installation of the work specified herein and indicated on the drawings. These specifications areintended to provide a broad outline of the required installation, including all details of design and
construction.
5.8 The Contractor shall adopt his proprietary technique to guarantee the safety and performance
of the system in accordance with the concepts and criteria set by these specifications. TheContractor must be experienced in the works involved.
5.9 No consideration will be granted for any alleged misunderstanding on the quality of materialsto be furnished or work to be done, it being understood that the submission of a proposal is an
Agreement to all items and conditions referred to herein. If specified materials are not locally
available, the Contractor must immediately place an order as soon as the project is awarded tohim. Any exceptions, omissions or substitutions shall be presented in writing with the Contractor
proposal.
5.10 The Contractor, before commencing work, shall examine the proposed location of the
project and all adjoining areas on which this work is in any way dependent for perfect
workmanship according to the intent of these specifications and shall report to the Ownersrepresentative any conditions which will prevent the Contractor from performing the work
according to requirements. No waiver of responsibility for defective work will be considered
unless notice has been filed at the time the Contractor submitted its proposal. It is the intention ofthese Specifications to call for furnished work tested and ready for operation. Whenever the
word provide is used, it shall mean furnish and install, complete and ready for use. Minordetails not usually shown or specified, but necessary for the proper and efficient installation shallbe included in the work, the same as if herein specified or shown.
5.11 Warranty
The defects liability period for infrastructure projects shall be one (1) year from project
completion up to final acceptance by the Procuring Entity. During this period, the contractor shall
7/28/2019 Part 2 Bid Final 12-8-11
5/22
79
undertake the repair works, at his own expense, of any damage to the Works on account of theuse of materials of inferior quality within thirty (30) days from the time the Head of the
Procuring Entity has issued an order to undertake repair. In case of failure or refusal to comply
with this mandate, the Procuring Entity shall undertake such repair works and shall be entitled to
full reimbursement of expenses incurred therein upon demand.
5.12 The Contractor also warrants that the equipment to be supplied, delivered and installed
including but not limited to Baggage Conveyors, Index Conveyors with weighing scale, CCTV,FIDS, BGMPA and all other airport equipment shall be brand new, unused and of superior
quality.
5.13 The Contractor shall provide service units to those equipment that are found defective and
under warranty repair.
5.14 In addition, the Contractor further warrants that all the materials to be used in the installation
of mechanical, electrical, civil and architectural works, among others shall also be brand new,unused and of superior quality.
5.16 In case the Contractor fails to comply with the preceding paragraph, it shall suffer perpetual
disqualification from participating in any public bidding and its property or properties shall be
subject to attachment or garnishment proceedings to recover the costs. All payables of theProcuring Entity in the Contractors favor shall be offset to recover the costs.
5.17 After final acceptance of the Works by the Procuring Entity, the Contractor shall be heldresponsible for any defects and/or failure of the completed project within the warranty period
from final acceptance, except those occasioned by force majeure and those caused by other
parties.
5.18 Permanent Structures : Fifteen (15) YearsBuildings of types 4 (steel, iron, concrete, or masonry construction with walls, ceilings and
permanent partitions of incombustible fire resistance) and 5 (steel, iron, concrete or masonry
construction), steel and concrete bridges, flyovers, concrete aircraft movement areas, ports, dams,
diversion tunnels, causeways, wharves, piers, dikes, filtration and treatment plants, seweragesystems, power plants, transmission and communication towers, railway system and other similar
structures.
6.0 DESIGN AND BUILD ACTIVITIES
The Contract is a Design and Built contract. For the passenger terminal building, the design task
includes the production of all necessary documents for the purpose of approvals and necessary
permits before starts of construction, as well as documents for the construction. Further the
design task includes all contacts with local authorities to obtain any necessary permits includingcost for it. Additional requirement of the Contractor during the construction not included in the
design shall be charge to the Contractor, at no cost to CIAC.
7/28/2019 Part 2 Bid Final 12-8-11
6/22
80
In addition to the requirements of the specifications, the design shall meet and fulfill all laws,
standards, regulations and other official documents issued by the relevant authorities of the
Republic of the Philippines. Further, the design shall take into account all relevant functional
requirements, i.e. the building and the surrounding area shall allow for easy operation,maintenance and repair.
6.1 DESIGN PHASE:
The activities of the Bidder for the detailed design shall include, but not necessary limited to the
following:
6.1.1 REVIEW OF EXISTING INFORMATION
Review the information compiled by CIAC on the preliminary studies, basic design parameters,
conceptual layouts and scope of works.
6.1.2. Carry out necessary field surveys of the sites for the proposed site development.
It is envisaged that the survey would include staking, establishing horizontal control points and
benchmarks and all necessary cross-sections and topographic surveys of the proposed gates andparking area and/or existing structures. The accuracy of surveys and requirements for closure of
horizontal and leveling traverses will be as directed.
6.1.3 SOILS AND MATERIALS INVESTIGATIONS
The Contractor shall perform borings and detailed soil investigations of the proposed sites. Forthe new building and canopies, both disturbed and undisturbed samples will be taken undisturbed
soil at intervals sufficient to determine the requirement for the foundation. Analysis and testingwill be carried out as required on the disturbed samples and on the materials in accordance with
the latest AASHTO and ASTM Standards.
6.1.4 PAVEMENT EVALUATION AND DESIGN
Conduct complete and comprehensive studies and design evaluation to determine the most
suitable and economic pavement design for the construction of parking area in accordance withthe latest TRRL or comparable guidelines.
6.1.5 ARCHITECTURAL/STRUCTURAL EVALUATION AND DESIGN
Design criteria for the construction of terminal building, parking area and other facilities should
be in accordance with the provisions of the AASHTO, National Building Code, Code of
Professional Practice, and other related pertinent codes and laws of the Philippines, or as may beprescribed by CIAC.
7/28/2019 Part 2 Bid Final 12-8-11
7/22
81
6.2 SUBMITTALS
6.2.1 Submission of a set of detailed and engineering plans for the expansion of existing terminal
building, each entry/exit gates that would include Guard House, Parking Area and Road
Approaches, Site Drainage, Lightings, and Landscaping. Drawings submittal shall be one (1)complete set of original copy and three (3) sets of blue prints signed by a Bidders representative.
The Bidder shall prepare and submit the detailed engineering plans together with his tender, butnot necessary limited to the following:
A. SITE DEVELOPMENT PLAN
1. Detailed Plan of Main Entrance/Exit Gate and Public Comfort Room2. Detailed Plan of Pavement widening, curbs and Gutter, relocation of
canal/culverts, pavement markings and security fence.
3. Detailed Plan of Parking Configuration, Traffic Flow & Directional Signages4. Lighting and Power Plans of Main Entrance Gate
5. Communication Links from COB to PTB6. Apron Lighting Plan for Remote Parking Bay
B. ARCHITECTURAL/STRUCTURAL/CIVIL PLANS
1. Perspective1.1 Exterior Perspective
1.2 Interior Perspective
2. Floor Plans3. Elevations
4. Sections
5. Reflected Ceiling Plan & Details6. Schedule of Glass Partition, Doors and Windows
7. Check-In counters plan and Details8. Toilet Partition Layout and details
9. Detailed plan of Comfort Rooms
10. Porte Cochere at the Departure Check-In Layout and Detail Plan
11. Covered Walk/Canopies Layout and Details12. ACP Cladding Layout (columns, wall faade, beams & parapet wall.)
13. Detailed Removal and Relocation Plan
14. Schedule of Floor and Wall finishes15. Detailed Plans of Ramps and Stairs
16. Electrical/Equipment Room Plan and details17. Chiller Pad/Foundation Plan18. Foundation Plan (Main Building, Covered Walk, Public Comfort Room and
Main Gate)
19. Schedule of Footings, Columns and Wall Footings
20. Roof Framing Plan21. Details of truss & Diagram
22. Roof Beam Layout and Details
7/28/2019 Part 2 Bid Final 12-8-11
8/22
82
23. Floor Framing Plan and Details24. Pipe trench layout and Details
25.Detailed Plans of Immigration, Terminal, and Travel Tax Counters.
26. Detailed Design and Layout of Airport Signages.
27. Structural Details (Pedestal Concrete, Wall I-Beams, Stiffener Plate and SteelColumns)
28. Structural Analysis and Computations
C. SANITARY/PLUMBING PLANS
1. Plumbing Layout2. Isometric Drawing Waste Pipe
3. Isometric Drawing Water Line
4. Details of receiving sewer Manhole
D. MECHANICAL PLANS
1. HVAC
1.1 Legends, General Notes and Symbols
1.2 Ground floor A/C and Ventilation Layout1.3 Ground Floor Chilled Water Layout
1.4 Rooftop Chilled Water Layout
1.5 Chilled Water Schematic Diagram1.6 BMS/DDC HVAC Overall Control Schematic diagram
1.7Schedule of Equipments
1.8 Installation details1.9 Detailed HVAC Calculations
2. FIRE PROTECTION SYSTEM
2.1 Legends, General Notes and Symbols
2.2 Ground Floor Fire Protection Plan
2.3 Schematic Diagram2.4Schedule of Equipments
2.5 Installation Details
2.6 Cistern Tank Details2.7 Detailed Hydraulic Calculation
3. BAGGAGE HANDLING SYSTEM3.1 General Notes
3.2 Baggage Handling System Layout
3.3 Schedule of Equipments
3.4 Installation Details
E. ELECTRICAL PLANS
7/28/2019 Part 2 Bid Final 12-8-11
9/22
83
1. General Notes and Legends
2. Single Line Diagram
3. Load Schedule
4. Power Layout5. Lighting Layout
6. Emergency Lighting Layout
7. Powerhouse Switchgear Layout8. Power Transformer Layout
9. Grounding & Lightning Protection Layout
10. Design Analysis & Calculations (Lighting, Voltage Drop, Short Circuit andTrip Coordination)
11. Lighting & Power Details
12. Switchgear/Panel board Layout, Elevation, Details13. Grounding Systems Layout, Details
14. Lightning Protection System Layout, Details
F. AUXILLIARY PLANS
1. CCTV System Layout, Schematic Diagrams2. FIDS System Layout, Schematic Diagrams
3. BGMPA System Layout, Schematic Diagrams
4. Structures Cabling System Layout, Schematic Diagrams5. Fire Alarm and Detection System Plans, Schematic Diagrams
6. CCTV System Equipment Layout & Wiring Diagrams
7. FIDS System Equipment Layout & Wiring Diagrams8. BGMPA System Equipment Layout & Wiring Diagrams
9. Structured Cabling System Equipment Layout & Wiring Diagrams10. Fire Alarm and Detection System Equipment Layout & Wiring Diagrams
G. OTHER DOCUMENTS
1. Technical Specifications2. Scope of Works3. PERT-CPM & S-Curve4. Bar Chart & Cash Flow Diagram5. Bill of Materials6. Construction Method7. Certificate of Equipment Distributorship or Dealership8. Affidavit of Compliance-stating that the individual parameters of each
specification and scope of works are complied.
H. RELOCATION PLANS
7/28/2019 Part 2 Bid Final 12-8-11
10/22
84
Bidder shall prepare Relocation Plans showing the position of all existing utilitiesincluding sewer & storm drainage, electric and telephone poles and cables, water
mains, etc., which as a result of improvement and/or new construction, will have
to be relocated. The proposed new position of utilities will be shown on the
Relocation Plans.
I. QUANTITIES
The Bidder shall compute all construction quantities for each item and submit Bill
of Quantities (BOQ).
J. SPECIAL PROVISION
Prepare written specifications for specific items of work or methods ofconstruction, measurement and payment.
K. UNIT PRICE ANALYSIS
Prepare detailed analysis of all application unit prices using cost indices, rental
rates, etc. divided into local and foreign exchange components.
6.2.2 ADDITIONAL SUBMITTALS BY THE CONTRACTOR
6.2.2.1 Upon award of the design and build contract, the Contractor shall be responsible for thepreparation and submission of all necessary detailed engineering investigations, surveys and
designs in accordance with the provisions of AnnexA of the revised- IRR of RA 9184 (with
the exception of the Bidding Documents and the ABC) Survey Site Investigation Soils and Foundations Investigation Construction Materials Investigation Design Plans Technical Specifications Quantity and Cost Estimates Proposed Construction Schedule and estimated Cash Flow Utility Relocation Plan Design Report Environmental Impact Statement as defined by the Department of Environment and
Natural Resources (DENR)
Minimum requirements for a Construction Safety and Health Program for the project
6.2.2.2CONSTRUCTION SAFETY AND HEALTH PROGRAM
7/28/2019 Part 2 Bid Final 12-8-11
11/22
85
Detailed procedures defining the Contractors provisions for accident prevention, health
protections, and construction activity including the name, location, and responsible
representative(s) for the medical facility to be used for treatment of sick or injured Contractors
personnel.
6.2.2.3 Contractor shall submit standby credit line of Php 100M certified by a reputable
Commercial Bank valid throughout the construction period.
6.3 CONSTRUCTION PHASE
6.3.1 The activities of the Contractor for the construction phase would include but not limitedto the following:
6.3.1.1Mobilization/Demobilization6.3.1.2Demolition6.3.1.3Relocation6.3.1.4Construction6.3.1.5Installation6.3.1.6Testing & Commissioning6.3.1.7Site Clearing & Proper Waste Disposal6.3.2 PROJECT IMPLEMENTATION/CONSTRUCTION
The Contractor shall carry out and complete all items of work within the scope of works in
accordance with the approved plans and specifications.
6.3.3 ENGINEERING SUPPORT SERVICES
The Contractor shall submit additional detailed design plans, analysis as required by CIAC
which are necessary for the faithful completion of the works.
6.3.4 PROGRESS REPORTS
The Contractor shall prepare daily activity reports, weekly and monthly accomplishment reports
supported with progress photographs and S-Curves to monitor actual progress status report andto be used as basis for progress billing.
7.0 TERMS AND CONDITIONS
7.1 The Contractor, upon request, may be provided as advance payment the amount equal to
fifteen percent (15%) of the total contract price upon the submission of an irrevocable standby
Letter of Credit of equivalent value issued by an entity acceptable to the agency.
7/28/2019 Part 2 Bid Final 12-8-11
12/22
86
7.2 The cost of the Design-Build Services for this project shall be fixed price contract. Anyextension of contract time shall not involve any additional cost.
7.3 The Contractor shall prepare Detailed Cost Estimates for the project to establish a unit price
of the price contract based on the approved proposed Project Outline and this TOR.
7.4 The Contractor shall commence work within (7) calendar days from the date of receipt of
Notice-to-Proceed. The design and construction of the project shall be completed within 365calendar days from the date of effectivity of the Agreement.
8.0 REPORTS TO BE SUBMITTED
8.1 The Contractor shall submit five (5) copies of the following reports and document, all inEnglish, with a general format and content acceptable to CIAC. These reports shall be submitted
in accordance with the schedule included in the technical proposal approved by CIAC:
8.1.1 SURVEY DATA REPORT
Complete data for site, topographic, geotechnical, and geological surveys, coordinates and
elevation references, power supply and other requirements as may be deemed necessary.
8.1.2 GEO-TECHNICAL, SOILS AND MATERIALS REPORT
The Contractor shall summarize the results, analysis and evaluation of the soil investigation for
the construction of the new building, road network, parking area and other facilities.
8.1.3 QUANTITY CALCULATIONS
Complete calculations for every item of construction work specified in the Bill of Quantities.
8.1.4 DESIGN REPORT
Summarizing the basis for the design presented and including all design calculations properly
indexed.
8.1.5 GEOMETRIC DESIGN OF ROAD APPROACHES
8.1.5.A Layout containing information on the right-of-way, lane width median, curb and gutter,shoulders, lateral and vertical clearances, transition tapers, turning lanes, parking turnout,parking lot, parking spaces, pavement surface, drainage, utility location, landscape and fences.
8.1.5.B Traffic control signages to include regulatory, warning and guide signs, flashing signals,
lane reversal, cones, pavement markings and emergency closure.
8.1.5.C Roadway lighting to indicate illumination, placement and lighting supports.
7/28/2019 Part 2 Bid Final 12-8-11
13/22
87
9.0 STAFF REQUIREMENT
The Contractor shall provide adequate and qualified staff to perform the services describedherein. The general qualifications for the key personnel are as follows:
9.1 Project Manager minimum 5 years experience in the direction and administration ofactivities pertinent to the planning, design and construction of infrastructure projects not less
than 50% of the ABC of the Work.
9.2 Materials/Soils Engineer minimum 5 years experience with extensive laboratory and field
experience related to materials testing and quality control, and evaluation and design of asphalt
and concrete pavement.9.3 Structural Engineer minimum 5 years experience with extensive experience in building
structural design and construction and has substantial knowledge of the principles and practicesin earthquake design of building structures.
9.4 Architect minimum 5 years experience in airport design with extensive experience in site
planning, landscaping and architectural design of building structures.
9.5 Cost/Quantity/Specs Engineer minimum 5 years experience with wide experience in the
preparation of tender documents and technical specifications, and in the preparation of detailed
analysis of all applicable unit prices.
9.6 Project Engineer should be a Civil Engineer with minimum 5 years experience in the
supervision/implementation of infrastructure projects.
9.7 Professional Electrical Engineer minimum 5 years experience with extensive experience inbuilding electrical design and construction and has substantial knowledge in the electrical
systems design of entry controlled facilities.
9.8 Professional Mechanical Engineer - minimum 5 years experience with extensive experiencein mechanical design and installation and has substantial knowledge in the mechanical systems
design of entry controlled facilities.
9.9 Professional Electronics Engineer- minimum 5 years experience with experience in
electronics design and installation and has substantial knowledge in the electronics systemsdesign of auxiliary facilities ( e.g. CCTV, Fire Alarm Systems, Communications Networks etc.).
10.0 DATA AND LOCAL SERVICES TO BE PROVIDED BY CIAC
10.1 The CIAC will provide the Bidders with:
A. E-copy of the As-built plans of the existing Passenger Terminal Building
7/28/2019 Part 2 Bid Final 12-8-11
14/22
88
B. Basic Plans of the Proposed DMIA Passenger Terminal Expansion Project Phase II Site Development Plans Floor Plans Existing Storm Drainage System Elevations & Sections Reconfiguration of Storm Drainage Sys. Perspectives Relocation of CCTV Public Comfort Floor Plan Relocation of FIDS Main Gate Floor Plan ACCU Layout Plan Area Designation Plan Fire Protection Layout Plan Removal & Demolition Plan Baggage Handling System Layout Plan
C. Scope of Works/Specifications for the following: Architectural Works Civil Works Mechanical Works
Electrical Works Auxilliary Works
10.2 With regards to communication with the Bidder that requires the cooperation of otheragencies, CIAC will provide liaison and will ensure the Bidders access to all information
required as may be allowed by law for the performance of these services.
11TECHNICAL SPECIFICATIONS.
11.1 GENERAL REQUIREMENTS
11.1.1 This Chapter establishes the requirements for the expansion of the existing DMIA
passenger terminal building. It also specifies the building works requirements for basic electrical& mechanical installation, alarms and fire protection systems, auxiliary systems, etc.
11.1.2 The Contract is a design, supply, construction, installation and commissioning contract.
For the expansion of passenger terminal building, the task includes the production of allnecessary documents for the purpose of approvals and necessary permits before start of
construction, as well as documents for the construction. Further, the task includes all contacts
with local authorities to obtain any necessary permits including costs for it. Additionalrequirement of the contractor during the construction which is not included in the design shall be
charged to the contractor, at no cost to CIAC.
11.1.3 In addition to the requirements of this part of the specifications, the construction shallmeet and fulfill all laws, standards, regulations and other official documents issued by the
relevant authorities of the Republic of the Philippines and international standards for airport.
Further, the construction shall take into account all relevant functional requirements, i. e. thebuilding and the surrounding area shall allow for easy operation, maintenance and repair.
7/28/2019 Part 2 Bid Final 12-8-11
15/22
89
11.1.4 Contract drawings and written specifications are mutual and complementary. What is
shown in the drawings but not specified in the written specifications or vice versa shall not
relieve the contractor of any liability for such omission/s.
11.2 SUBMISSIONS
11.2.1 Tender submission
11.2.2 Site Inspection is required. The Bidder shall submit a notarized Affidavit of SiteInspection.
11.2.3 The Bidder shall include in his Tender and where appropriate specify, at least, thefollowing key elements of the design and construction task:
11.2.3.1 The Bidder shall submit complete set of detailed engineering drawings, technical
specifications, scope of works, bill of materials with unit price analysis, Pert CPM/ S-curve and these shall form part of the contract.
11.2.3.2 All drawings and specifications intended for the architectural, structural, electricaland mechanical works.
11.2.3.3 All necessary soil investigation, testing and analysis required for the design whichshall be the sole responsibility of the Contractor.
11.2.3.4 Structural calculations to verify the requirements on deflection. The Contractorshall be fully responsible for the structural integrity of the structure.
11.2.3.5 Brochures/Leaflets on all material and equipment intended for use except for such
structures and equipment being manufactured based on the drawings produced for this
project.
11.3 Design Requirements
11.3.1 Applicable rules, standards and design criteria
Unless otherwise stated herein or agreed upon, the design and the choice of material for thebuilding works shall be in accordance with the applicable standards and regulations issued by the
government of the Republic of The Philippines and international standards for airport.
7/28/2019 Part 2 Bid Final 12-8-11
16/22
90
11.4 Maintenance and Workmanship, Builder's Work
11.4.1 Moisture, vermin and dust protection.
11.4.2 The building structure and all spaces within the building shall have the necessaryprotection against moisture, water leakages, vermin and dust. The effects of temperature,
precipitation, soil moisture, surface water, relative humidity and dampness of building materials
shall be taken into account.
11.4.3 Special consideration shall be given to the design of the facing components such as welts,
seams, windows and door edge flashing and tightening of joints.
11.4.4 Rainwater shall be led away through external gutters and down pipes with shuts, with a
discharge point at least 2 m away from the building. At discharge point the surface shall beerosion protected within an area of 2 sq. m. covered by gravel/stone size 16-64 mm, depth
200 mm.
11.5 Equivalent of Standards and Codes.
Wherever reference is made in the Contract to specific standards and codes to be met by the
goods and materials to be furnished, and work performed or tested, the provision of the latestcurrent edition, or revision, of the relevant standards and codes in effect shall apply, unless
otherwise expressly stated in the Contract. Where such standards and codes are national, relate to
a particular country or region, other authoritative standard that ensures a substantially equal orhigher quality than the standard and codes are specified, will be accepted subject to the Project
Managers prior review and written consent. Differences between the standards specified and the
proposed alternative standards shall be fully described in writing by the Contractor, andsubmitted to the Project Manager, at least 28 days prior to the date when the Contractors desire
to use them for the Project Manager determines that such proposed deviations do not ensuresubstantially equal or higher quality, the Contractor shall comply with the standards specified in
the documents.
11.6 The Standard Specifications.
The Standard Specifications applicable to this Contract shall be the Republic of the Philippines,
Department of Public Works and Highways (DPWH) Standard Specifications, 1995, VolumeII, Highways, Bridges and Airports. Item herein refers to the item number within the Standard
Specifications.
12. PROGRESS PHOTOGRAPHS
12.1 Progress Photographs, Proof prints, digital copies and copies as required by the ProjectEngineer.
7/28/2019 Part 2 Bid Final 12-8-11
17/22
91
12.2 The Contractor shall provide sets of proof prints for each colored photograph taken. TheProject Engineer will select from the proof print copies to be included in the monthly progress
report of the Engineer.
13. OTHER GENERAL REQUIREMENTS
13.1 Contractors Temporary Facilities
13.2 The Contractor shall maintain field offices including all the necessary electricity, water,
drainage, safety requirements, and other temporary works necessary for the successfulcompletion of the Contractor Work.
13.3 The Contractor shall negotiate the site for his construction field office and work areas thatshall conform to requirements of the Clark International Airport Corporation (CIAC).
13.4 The Contractors temporary facilities shall have a minimum area that will hold two (2)-
adequately-painted air-conditioned 40 footer container vans that will accommodate the offices,laboratory room, storage area and medical room, complete with toilet and interior finishes. Plans
and details shall be approved by the Engineer prior to installation and/or construction.
13.5 The Contractors temporary facilities include a stockpile area for bulky construction
materials such as pre-cast panels, wire mesh, etc. The ground area shall be appropriately
maintained, improved and leveled to provide mobility and easy access for identification andinspection of materials.
13.6 The Contractor shall provide suitable utilities and services such as potable water, electricity,sewerage and security. The cost for the utilities such as electricity and water for the temporary
facilities shall be borne by the Contractor.
13.7 The facilities shall conform to be the best standard for the required types and shall include
office equipment, apparatus, pieces of furniture and other tools necessary for the prosecution of
the Work.
13.8 The Contractor shall maintain all existing laboratory and testing equipment for the
prosecution of the Work and shall be responsible for the payment of all required fees to beconducted by other assigned or approved testing companies. Payment for the expenses shall be
included in the direct cost of the work items.
13.9 The Contractor shall provide qualified and experienced laboratory staff to carry out all the
materials quality control and all tests specified in the Contract as specified by the Engineer. The
person to be appointed by the Contractor to manage the laboratory shall be well experienced in
the type of work undertaken and shall be subjected to the approval of CIAC.
7/28/2019 Part 2 Bid Final 12-8-11
18/22
92
13.10 The Contractor shall provide all necessary safety tools, identifications, uniforms andequipment for the workers and his staff in accordance with the Safety Standard. CIAC Safety
Manual will be provided to the Contractor at the Pre-Construction Conference.
13.11 The Contractor shall provide construction safety barricades along the perimeter of and/orwithin the project site. The type and material of these barricades shall be subject to approval of
CIAC - PMO.
13.12 All Contractors facilities and office furniture, equipment and tools shall be reverted to the
Contractor after completion of the Contract.
13.13 The Contractors temporary facilities shall be dismantled removed from the site after
completion of the Contract as indicated in the section Demobilization.
14. Mobilization and Demobilization
14.1 The Contractor shall mobilized, and bring out into work, all personnel plant and equipment,
in accordance with his approved Construction Program, Equipment Moving and UtilizationSchedule and Manpower Schedule, from its regular place of business or another project to the
site to undertake the Contract.
14.2 Mobilization shall include the obtaining and transporting to jobsite of vessels, pipes,
equipment, personnel, constructional plant and all necessary items for the execution and
completion of the work and shall also include the setting up and the verification of all equipment,instrument and all other plant until it is rendered operable. It shall include sufficient supply of
spare parts for the construction plant. Breakdowns are to be repaired on site by the most
expeditious method possible at no cost to CIAC. In the event repairs being beyond the personnelor tools at the site to effect repairs in a reasonable time, such that the construction plant has to be
removed from the site, then a replacement of machine or plant or equipment of a similar capacityshall be provided by the Contractor at no additional mobilization costs to CIAC nor extension of
completion of works.
14.3 Construction equipment once moved into the Project Site checked and accounted for by the
Engineer shall not be permitted, prior to the completion of the Contract work, to be moved out or
transferred by the Contractor to another Project Site without the written approval of theEngineer. Periodic check-up of the Contractors equipment moved-in for the Contract Work shall
be conducted by CIAC. The Contractor will pay to CIAC the amount equivalent to the Rental
Rates of any equipment not accounted for during check-up for the number of Calendar days theequipment have been removed (without the written consent of the Engineer) from the Project
Site until the said equipment have been returned. Such cases area grounds for disapproval of
claims for time extensions of the Contractor.
15. DEFINITION OF TERMS
7/28/2019 Part 2 Bid Final 12-8-11
19/22
93
Whenever the following terms are used in these specifications, the intent and meaning shall beinterpreted as follows:
a. AASHTOThe American Association of State Highway and Transportation Officials, the successor
association to AASHO.
b. ACCESS/SERVICE ROADThe right-of-way, the roadway and all improvements constructed thereon connecting the airportto the public highway.
c. AIRPORTAirport means an area of land that is used or intended to be used for the landing and takeoff ofaircraft, and includes its buildings and facilities,
d. ASTMThe American Society for Testing and Materials.
e. CONTRACTThe written agreement covering the work to be performed. The Contract shall include, but is not
limited to: The Contract Agreement, The Special Conditions of contract (if any), the General
Conditions of the Contract, Special Conditions, the Employers Requirements, the ContractSpecifications.
f. CONTRACTORThe party or parties on whose behalf the Bid was awarded including its or their respective
permitted assignees and where, if the Contractor comprises more than one party and the contextso requires, each and every such party.
g. PROJECT ENGINEERAny person appointed being a representative of Clark International Airport (CIAC)-ProjectManagement Office (PMO) to oversee of all works set out in the implementing phase of theproject.
h. EQUIPMENTAll machinery, together with the necessary supplies for upkeep and maintenance, and also all
tools and apparatus necessary for the proper construction and acceptable completion of the work.
7/28/2019 Part 2 Bid Final 12-8-11
20/22
94
i. LABORATORYThe official Testing laboratories of the Contractor as required.
j. LIGHTINGA system of fixtures providing or controlling the light sources used on or near the airport orwithin the airport buildings. The field lighting includes all luminous signals, markers,
floodlights, and illuminating devices used on or near the airport or to aid in the operation of
aircraft landing at, taking off from, or taxiing on the airport surface.
k. MATERIALSAny substance specified or required for use in the construction of the Contract work.
l. PROJECTProject shall have the same meaning as Works as under Clause 1 of the General Terms and
Conditions.
m. SPECIFICATIONSThe meaning as identified in the CIACs General Requirements.
n. STRUCTURESAirport Facilities such as culverts, catch basins, inlets, retaining walls, cribbling, storm andsanitary sewer lines, waterlines, under drains, electrical ducts, manholes, handholes, lighting
fixtures and bases, transformers, flexible and rigid pavements, buildings, vaults and othermanmade features of the airport that may be encountered in work and not otherwise classified
herein.
o. WORKThe furnishing of all labor, materials, tools, equipment, and incidentals necessary or convenient
to the Contractors performance of all duties and obligations imposed by the Contract.
16. LIST OF ABBREVIATIONS
TOR - Terms of Reference
BAC- Bids and Awards Committee
CIAC Clark International Airport Corporation
7/28/2019 Part 2 Bid Final 12-8-11
21/22
95
CFZ - Clark Freeport Zone
AED- Aviation and Engineering Department
PMO- Project Management Office
AASHTO - American Standard of State Highway and Transportation Officials
ASTM - American Society of Testing Materials
TRRL - Transport and Road Research Laboratory
CSI - Construction Specifications Institute
ACI - American Concrete Institute
BOQ - Bill of Quantities
ADN Area Designation Number
SD- Site Development
ACP Aluminum Cladding Panel
7/28/2019 Part 2 Bid Final 12-8-11
22/22
96
SCOPE OF WORKS