Anda di halaman 1dari 14

Bid Data Sheet

ITB Clause
1.1 The PROCURING ENTITY is
DPWH – ALBAY 1ST DISTRICT ENGINEERING OFFICE, AIRPORT SITE,
LEGAZPI CITY.

The name of the Contract is :


CONSTRUCTION/REHABILITATION OF ACCESS ROAD TO BAHI ROCK
CAUSEWAY, BACACAY, ALBAY .

The identification number of the contract is


18FA0050

2 The Funding Source is:


The Government of the Philippines (GOP) through GAA CY 2018 (OUTSIDE
INFRA) in the amount of 20,000,000.00

The name of the Project is :


CONSTRUCTION/REHABILITATION OF ACCESS ROAD TO BAHI ROCK
CAUSEWAY, BACACAY, ALBAY .

3.1 No further Instructions.

5.1 No further Instructions.

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

5.4 For this purpose, similar contracts shall refer to


Major Categories :
RCP – Roads – Construction- PCCP
Similar Categories
RRP – Roads – Rehabilitation – PCCP
RCTP – Roads- Construction- TUNNEL- PCCP

8.1 Subcontracting is not allowed.

8.2 Not Applicable.

9.1 The Procuring Entity will hold a Pre-bid Conference for this Project on:
AUGUST 29, 2018 at 10:00 AM at BAC Room of DPWH – Albay 1st District
Engineering Office, Airport Site, Legazpi City.

10.1 The Procuring Entity’s address is:


DPWH-Albay 1st District Engineering Office,
Airport Site, Legaspi City

Contact Person : ENGR. ANNELLE P. ANTIVOLA, BAC Chairman

Contact No. 566-19


10.3 No further Instructions.

12.1 The first envelope shall contain the eligibility and technical documents stated in the
ITB Clause. However, if the Bidder maintains a correct and updated file of his
Class “A” Documents with the Procuring Entity, a written letter of intent may be
submitted in lieu of the Class “A” Documents; otherwise, it shall submit an
application for eligibility and its latest Class “A” Documents at least fifteen (15)
calendar days before the deadline for the submission or opening of bids
to the DPWH-Civil Works Registry. (as per D.O. No. 03, Series of 2015)

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

12.1(a)(iv) No further instructions.

12.1(b)(ii.2) List of contractor’s personnel (viz, Project Manager, Project Engineers, Materials
Engineers, and Foreman), to be assigned to the contract to be bid, with their
complete qualification and experience data. Attached also copies of valid PRC ID
and BIR ID with Tax Identification Number (TIN).
Strictly comply the requirements prescribed under DO 9, series of 2012 dated
February 7, 2012.
12.1(b)(ii.3) List of contractor’s equipment units, which are owned, leased, and/or under
purchase agreements, supported by certification of availability of equipment from
the equipment lessor/vendor for the duration of the project.

Minimum Plant/ Equipment Requirements:


1Backhoe
1Dump Truck
1Payloader
1 Road Roller
1– Road Grader
1- Batching Plant
4- Transit Mixer
1- Concrete Screeder
1 Water Truck
2 Service Truck
1-Bagger Mixer
1- Concrete Vibrator
1 lot Civil Tools

Strictly comply the requirements prescribed under DO 9, series of 2012 dated


February 7, 2012 and DO 58, series of 2012 dated August 12, 2012.
Also to include the requirements prescribed under DO11 series of 2017 dated Jan.
24, 2017 – Inclusion of the Minimum Materials Testing Equipment in the Technical
Component of the Bid.
13.1 Completeness of the bid is required. Incompleteness will be considered non-
responsive and, thus, automatically disqualified.

13.1(b) The ABC is: NINETEEN MILLION FIVE HUNDRED NINETY-NINE THOUSAND
EIGHT HUNDRED FIFTY-SIX PESOS & 09/100 (P 19,599,856.09). Any bid
with a financial component exceeding this amount and exceeding every sub-total
of projects in a cluster shall not be accepted. The ABC for Every projects are:

Number of Calendar Days: 98 CD to complete the project as stated in the ABC and
as advertised. All bids with calendar days exceeding the required in the ABC shall
not be accepted.

14.2 No further instructions.

15.4 No further instructions.

16.1 The bid prices shall be quoted in Philippine Pesos.

17.1 Bids will be valid within one hundred twenty (120) days from the date of bid
opening.
18.1 The bid security shall be limited to Bid Securing Declaration or at least one
(1) other form in accordance with the following amount:
1. The amount must be 2% of the ABC, if bid security is in cash,
cashier’s/manager’s check, bank draft, guarantee or irrevocable letter of
credit;
2. The amount must be 5% of the ABC if bid security is in Surety Bond, or
3. Any combination of the foregoing proportionate to the share of form with
respect to total amount of security.

18.2 The Bid Security shall be valid within one hundred twenty (120) days from
the date of bid opening.

20.3 Each bidder shall submit their duly accomplished forms in two (2) sealed mother
envelope to the BAC Chairman. First mother envelope must be composed of two
(2) sealed envelopes. The first envelope shall contain the original technical
component of the bid while the second envelope shall contain the original financial
component of the bid. Second mother envelope must be composed of two (2)
sealed envelopes. The first envelope shall contain the photocopy of technical
component of the bid while the second envelope shall contain the photocopy of
financial component of the bid.
It must be properly book bounded, with tabbings and the contents of which must
all numbered/ paginated. The mother envelope must be an expandable envelope.
If bids are not properly book bounded, without tabbings, all contents of which are
not numbered/ paginated and the two (2) sealed envelopes are not placed on an
expandable mother envelope, then it is a ground for outright rejection of bids.
21 The address for submission of bids is:
BAC Room, DPWH Albay 1st District Engineering Office, Airport Site,
Legazpi City.

The deadline for submission of bids is:


SEPTEMBER 10, 2018 until 10:00 A.M.
24.1 The place of bid opening is:
BAC Room, DPWH Albay 1st District Engineering Office, Airport Site,
Legazpi City.

The date and time of bid opening is:


SEPTEMBER 10, 2018 at 2:00 PM.

24.2 No further instructions.

27.3(b) Bid modification is not allowed.

27.4 No further instructions.

28.2(a) Only tax returns filed and taxes paid through the BIR Electronic Filing and Payment
System (EEPS) shall be accepted.

NOTE: The latest income and business tax returns are those within the last six
months preceding the date of bid submission.

28.2(d) List licenses and permits relevant to the Project and the corresponding law
requiring it.

31.4(g) The additional contract documents requires relevant to the project are construction
schedule and s-curve, manpower schedule, construction methods, equipment
utilization schedule, construction safety and health program to be approved by the
Head of the Procuring Entity, subject to the concurrence of the Department of
Labor and Employment (as per DO No. 129, series of 2014 dated November 24,
2014), and PERT/ CPM.

32.2 The performance security shall be in the following amount:

1. The amount must be equal to 10% of contract price, if performance security is


in cash, Cashier’s/manager’s check, bank draft/guarantee or irrevocable letter
of credit;
2. The amount must be equal to 30% of contract price, if performance security is
in Surety Bond; or
3. Any combination of the foregoing proportionate to the share of form with
respect to total amount of security.
Special Conditions of Contract
GCC Clause
1.16 The Intended Completion Date is 98 CD after the effectivity of the contract.
1.21 The Procuring Entity is DPWH – Albay 1st District Engineering Office,
Airport Site, Legazpi City
1.22 The Procuring Entity’s Representative is Engr. CESAR A. SANORJO
1.23 The Site is located at First District of Albay.
1.27 The Start Date is seven (7) days upon the date of Notice to Proceed
(NTP)
1.30 The Works consist of Construction of Roads
2.2 Not Applicable
5.1 The Procuring Entity shall give possession of all parts of the Site to the
Contractor upon effectivity of the contract.
6.5 The Contractor shall employ the following Key Personnel:
Project Manager, Project Engineer, Accredited Materials Engineer and
Construction Foreman

7.4(c) No further instructions.


7.7 No further instructions.
8.1 No further instructions.
9.1 The applicable liquidated damages is at least one tenth (1/10) of one percent
of the cost of the unperformed portion for every day of delay.
The maximum deduction shall be ten percent (10%) of the amount of the
contract, the Procuring Entity shall rescind the contract, without prejudice to
other course of action and remedies open to it.
10 None
12.3 No further instructions.
12.5 After final acceptance of the project by the Procuring Entity, the contractor
shall be held responsible for structural defects and/or failure of the completed
project within the following warranty periods from final acceptance, except
those occasioned by force majeure and those caused by other parties:
a. Permanent Structure: 15 years
Buildings of types 4 and 5 as classifies under the National Building Code of the
Philippines and other structures made of steel, iron, or concrete which comply
with relevant structural codes (e.g. DPWH Standard Specifications), such as,
but not limited to, steel/concrete bridges, flyovers, aircraft movement areas,
ports, dams, tunnels, filtration and treatment plants, sewerage systems, power
plants, transmission and communication towers, railway system and other
similar permanent structures;
b. Semi-Permanent Structures: Five (5) years
Building of types 1 (wooden), 2 (wood with 1 hour fire resistance), and 3
(masonry and wood constructions) as classified under the National Building
Code of the Philippines, concrete roads, river control, drainage irrigations and
drainage canals, municipal ports and river landing, deep wells, rock causeway,
pedestrian overpass, and other similar structures, and
c. Other structures: two (2) years
Bailey and wooden bridges, shallow wells, spring developments and other
similar structures.
13 No additional provisions
18.3(h)(i) No further instructions.
21.2 The Arbiter is: (as approved for by the arbitration law)
29.1 Day works are applicable at the rate shown in the Contractor’s original bid.
31.1 The Contractor shall submit the Program of Work to the Procuring Entity’s
Representative within ____ days of delivery of the Letter of Acceptance.
31.3 The period between Program of Works updates is ____ days.

The amount to be withheld for the late submission of an updated Program of


Work is __________________.
34.3 The Funding Source is the Government of the Philippines.
39.1 The amount of the advance payment is fifteen percent (15%) of the Contract
Price and to be recouped every progress billing.
40.1 Materials and equipment delivered on the site but not completely put in place
shall be included for payment.
51.1 The date by which operating and maintenance manuals are required is
________________.

The date by which “as built” drawings are required on the final payment.
51.2 The amount to be withheld for failing to produce “as built” drawings and/or
operating and maintenance manuals by the date required is
_____________________________.
Page 1 of 2/boq1
Republic of the Philippines
DEPARTMENT OF PUBLIC WORKS AND HIGHWAYS
Office of the District Engineer
Albay 1st District Engineering Office
Airport Site, Legazpi City

18FA0050 - CONSTRUCTION/REHABILITATION OF ACCESS ROAD TO BAHI ROCK CAUSEWAY,


BACACAY, ALBAY

BILL OF QUANTITIES
ITEM NO. DESCRIPTION QUANTITY UNIT UNIT COST TOTAL
Part-A FACILITIES FOR THE ENGINEER
A.1.1 (8) Prov. of Field Office for the Engr (Rental Basis)

per month 3.27 month


Part-B OTHER GENERAL REQUIREMENTS
B.5 Project Billboard/Signboard

per ea. 2.00 ea


B.7(1) Occupational Safety and Health Program

per month 3.27 month


B.9 Mobilization / Demobilization

per l.s. 1.00 l.s.


Part-C EARTHWORK
100(1) Clearing and Grubbing (w/ stripping)

per ha. 0.168 ha.


101(3)a2 Removal of Structure and Obstruction

per l.s. 1.00 l.s.


102(2) Surplus Common Excavation

per cu.m. 1,353.60 cu.m.


102(3)a Surplus Rock Excavation (soft)

per cu.m. 3,917.00 cu.m.


104(3)a Selected Borrow for topping, case 1

per cu.m. 1,754.00 cu.m.


105(1) Subgrade preparation (common soil)

per sq.m. 4,056.00 sq.m.


Part D SUBBASE AND BASECOURSE
200(1) Aggregate Subbase Course

per cu.m. 507.00 cu.m.


TOTAL AMOUNT IN FIGURES
Total Amount in Words

CONTRACTOR:
SIGNATURE:
Page 2 of 2/boq1
Republic of the Philippines
DEPARTMENT OF PUBLIC WORKS AND HIGHWAYS
Office of the District Engineer
Albay 1st District Engineering Office
Airport Site, Legazpi City

18FA0050 - CONSTRUCTION/REHABILITATION OF ACCESS ROAD TO BAHI ROCK CAUSEWAY,


BACACAY, ALBAY

BILL OF QUANTITIES
ITEM NO. DESCRIPTION QUANTITY UNIT UNIT COST TOTAL
Part E SURFACE COURSES
311(1)e1 PCC Pavement (Unreinforced), 0.28m thk 14days curing

per sq.m. 2,684.60 sq.m.


Part-G DRAINAGE AND SLOPE PROTECTION STRUCTURE
505(1)b Riprap Class B

per cu.m. 240.00 cu.m.


505(2)a Grouted Riprap Class A

per cu.m. 284.50 cu.m.


509(1) Steel Sheet Pile (Slope Protection)

per m. 600.00 m.
510(2) Concrete (Slope Protection)

per cu.m. 251.10 cu.m.


Part-H MISCELLANEOUS STRUCTURE
603(1)a1 Metal Guardrail (metal beam) Including Post

per l.m. 100.00 l.m.


603(4)2 Metal Beam End Piece (Bull Nose)

per ea. 4.00 ea.

****'

TOTAL AMOUNT IN FIGURES TOTAL


Total Amount in Words

CONTRACTOR:
SIGNATURE:
DEPART M EN T OF PU BLI C WORK S & H I GH WAY S
REGION V
ALBAY 1ST DISTRICT ENGINEERING OFFICE
AIRPORT SITE, LEGAZPI CITY

Construction / Rehabilitation of Acces Road to Bahi Rock Causeway


Bacacay, Albay
Sta. 0 + 000 - Sta. 0 + 338.00
Net Length: 140.00 ln.m. (Opening)
198.00 ln.m (PCCP)

SUBMITTED BY: RECOMMENDING APPROVAL: APPROVED BY:

ANNELLE P. ANTIVOLA GUILBERT P. ROMERO SIMON N. ARIAS


ENGINEER III ASST. DISTRICT ENGINEER DISTRICT ENGINEER
CHIEF, PLANNING AND DESIGN SECTION
Construction / Rehabilitation of Acces Road to Bahi Rock Causeway
Bacacay, Albay
Sta. 0 + 000 - Sta. 0 + 338.00

I N DEX OF SH EET S

SHEET 1 COVER SHEET


SHEET 2 INDEX OF SHEETS, STRAIGHT LINE DIAGRAM, SUMMARY OF QUANTITIES
SHEET 3 GENERAL NOTES, VICINITY MAP, LOCATION MAP, KEY MAP
SHEET 4 CONSTRUCTION REQUIREMENTS, LEGENDS AND ABBREVIATIONS
SHEET 5 TYPICAL CROSS SECTION, DETAIL OF SHEET PILE
SHEET 6 PROJECT BILLBOARD

BEG. OF PROJECT END OF PROJECT


STA. 0 +000 STA. 0 +338.00

Road Opening Prposed PCCP

BEG OF PROJECT: - STA. 0+000.00


END OF PROJECT: - STA. 0+140.00
TOTAL LENGTH: - 140.00 L.M.
EXEMPTIONS: - NONE
NET LENGTH: - 140.00L.M.
CONTRACT I.D: -

REPUBLIC OF THE PHILIPPINES


DEPART M EN T OF PU BLI C WORK S AN D H I GH WAY S INDEX OF SHEETS G
Construction / Rehabilitation of Acces Road to Bahi SUMMARY OF QUANTITIES 2
ALBAY 1ST DISTRICT ENGINEERING OFFICE ANNELLE P. ANTIVOLA GUILBERT P. ROMERO
Rock Causeway LAYOUT PLAN ERNEST JOHN D. RAMOS EMIL B. VOLANTE CENON C. BALCUEVA JR. SIMON N. ARIAS 1
ALBAY 1ST DISTRICT ENGINEERING OFFICE
ENGINEER III ASST. DISTRICT ENGINEER
6
Bacacay, Albay
ENGINEERING ASSISTANT ENGINEER II ENGINEER II
CHIEF, PLANNING & DESIGN SECTION DISTRICT ENGINEER 5
DATE: DATE: DATE: DATE: DATE: DATE:
345̇42)2$G 345̇52)2$G 345̇62)2$G 345̇72)2$G 345̇2)2$G 345̇32)2$G

GENERAL NOTES TIWI


MAP OF ALBAY
1. THE CAPACITY ,OF EQUIPMENT AS PRESENTED IN THE STANDARD COST SHEET FOR
EACH ITEM OF WORK MAY BE CHANGED TO A HIGHER OR LOWER CAPACITY,
PROVIDED THE RESULTING UNIT COST IS MORE ECONOMICAL. RENTAL RATES SHALL MALINAO

STILL BE BASED ON ACEL GUIDEBOOK OF 2009


N POLANGUI
TABACO CITY
EXAMPLE IN HAULING OF- MATERIALS: USED OF DUMP TRUCK WITH HIGHER MALILIPOT
CAPACITY OF FIFTEEN (15) CU.M. INSTEAD OF TEN (10) CU.M, CAPACITY DUMP BACACAY

TRUCK AS PRESENTED. THIS WILL RESULT TO A LOWER PRICE AS THE CAPACITY GETS STO. DOMINGO
LIBON
BIGGER THE LOWER THE RESULTING COST OF P40.15/CU.M. OF HAULING COST RAPU-RAPU

RATHER THAN P47.82/CU.M .MUCH MORE, THE UTILIZATION OF A PAYLOADER WILL


BE OPTIMIZED. OAS LIGAO CITY

GUINOBATAN

2. THE CAPACITY OF TEN (10) EU.M, FOR THE DUMP TRUCK AS PRESENTED, MAY BE S CAMALIG DARAGA

REDUCED IN CASES OF EXTRAORDINARY CONDITIONS WHERE THE ROAD CONDITION LEGAZPI CITY

HAS A VERY STEEP GRADIENT OR SEVERELY DETERIORATED. IT IS IMPRACTICAL MANITO


DURING THE ACTUAL HAULING TO LOAD THE FULL CAPACITY OF THE DUMP TRUCK. PIODURAN
PROPER EXPLANATION/JUSTIFICATIONS SHALL BE MADE HOWEVER, IN THE JOVELLAR

3.
PREPARATION OF ESTIMATE

FOR ITEMS OF WORK, IT INVOLVES HAULING AND DISPOSAL OF MATERIALS WHERE


THIS SITE
HAULING DISTANCE WAS INDICATED, IN CASES WHEN ACTUAL HAULING DISTANCE IS
SHORTER OR LONGER THAN THE ASSUMED HAULING DISTANCE OF 3 KM. IN THE
STANDARD COST SHEETS, CORRESPONDING EQUIPMENT HOURS FOR DUMP TRUCK
SHALL BE ADJUSTED BASED ON THE CYCLE TIME ANALYSIS. THE ACTUAL HAULING
DISTANCE SHOULD BE THE POSSIBLE NEAREST DISPOSAL SITE DETERMINED BY THE
IMPLEMENTING OFFICE PRIOR TO THE PREPARATION OF THE ABC/POW AND SHALL BE
INDICATED IN THE DUPA.

4. FOR EQUIPMENT UTILIZATION OF LESS THAN ONE (1) DAY, THE ACTUAL OPERATING
HOURS SHALL BE PAID AT OPERATED COST PER HOUR AND THE REMAINING HOURS
OF THE MINIMUM 8 HOURS A DAY SHALL BE CONSIDERED FOR PAYMENT AS BARE
RENTAL RATES.

5. THE UTILIZATION OF EQUIPMENTS OTHER THAN THOSE PRESENTED IN THE


STANDARD COST SHEETS MAY BE ALLOWED, PROVIDED THERE IS A CORRESPONDING
N
JUSTIFICATION OF SUBSTITUTION OF EQUIPMENT MODEL AND CAPACITY IS MADE.
RENTAL RATES OF EQUIPMENT SHOULD BE BASED FROM ACEL GUIDEBOOK OR THE
BUREAU OF EQUIPMENT RENTAL RATE GUIDELINES.
W
6. THE PRESENTED DUPA IS BASED ON A ONE GANG OF LABOR AND EQUIPMENT WITH
THE SPECIFIED OUTPUT PER UNIT. TO INCREASE THE OUTPUT, ADDITIONAL
EQUIPMENT AND LABOR MAY BE ADDED OR AN EQUIPMENT WITH A HIGHER
E
CAPACITY MAY BE ADOPTED.

7. THE APPLICATION OF MARK-UP (OCM AND PROFIT) SHALL BE IN ACCORDANCE WITH


S
THE RANGES OF THE TOTAL ESTIMATED DIRECT (EDC) OF THE PROJECT AS PRESCRIBED
UNDER D.O. NO. 72, SERIES OF 2012 - AMENDMENT TO D.O. NO. 29, SERIES OF 2011
y;ぎ"y; N};7"F⁄N7;]Nd;}"Nd" K;"vy;v#y# Njd"jE"#vvyj ;7び0⁄7F; "Ejy" K;
CONTRACT (ABC).

8. THE COST OF MATERIALS COMPONENT IN THE STANDARD COST SHEETS SHALL BE THE
ACTUAL COST OF MATERIALS ALREADY DELIVERED AT SITE .

REPUBLIC OF THE PHILIPPINES


DEPART M EN T OF PU BLI C WORK S AN D H I GH WAY S GENERAL NOTES G
Construction / Rehabilitation of Acces Road to Bahi 3
ALBAY 1ST DISTRICT ENGINEERING OFFICE KEY MAP ANNELLE P. ANTIVOLA
Rock Causeway ERNEST JOHN D. RAMOS EMIL B. VOLANTE CENON C. BALCUEVA JR. GUILBERT P. ROMERO SIMON N. ARIAS 2
ALBAY 1ST DISTRICT ENGINEERING OFFICE LOCATION MAP ENGINEER III
6
ASST. DISTRICT ENGINEER
Bacacay, Albay VICINITY MAP
ENGINEERING ASSISTANT ENGINEER II ENGINEER II
CHIEF, PLANNING & DESIGN SECTION
DISTRICT ENGINEER 5
DATE: DATE: DATE: DATE: DATE: DATE:
DATE:
E. PORTLAND CEMENT CONCRETE PAVEMENT
LEGENDS:
A. STRUCTURE EXCAVATION (COMMON SOIL)
QUALITY CONTROL OF CONCRETE
GENERAL, ALL STRUCTURES. THE CONTRACTOR SHALL NOTIFY THE ENGINEER SUFFICIENTLY IN ADVANCE OF THE THE CONTRACTOR SHALL BE RESPONSIBLE FOR THE QUALITY CONTROL OF ALL MATERIALS DURING THE HANDLING,
BEGINNING OF ANY EXCAVATION SO THAT CROSS-SECTIONAL ELEVATIONS AND MEASUREMENTS MAY BE TAKEN ON THE BLENDING, AND MIXING AND PLACEMENT OPERATIONS.
UNDISTURBED GROUND. THE NATURAL GROUND ADJACENT TO THE STRUCTURE SHALL NOT BE DISTURBED WITHOUT
PERMISSION OF THE ENGINEER. EQUIPMENT TEMPORARY
EQUIPMENT AND TOOLS NECESSARY FOR HANDLING MATERIALS AND PERFORMING ALL PARTS OF THE WORK SHALL BE
AFTER EACH EXCAVATION IS COMPLETED, THE CONTRACTOR SHALL NOTIFY THE ENGINEER TO THAT EFFECT AND NO
FOOTING, BEDDING MATERIAL OR PIPE CULVERT SHALL BE PLACED UNTIL THE ENGINEER HAS APPROVED THE DEPTH OF
APPROVED BY THE ENGINEER AS TO DESIGN, CAPACITY AND MECHANICAL CONDITION. THE EQUIPMENT SHALL BE AT THE
JOBSITE SUFFICIENTLY AHEAD OF THE START OF CONSTRUCTION OPERATIONS TO BE EXAMINED THOROUGHLY AND
BENCH MARK
EXCAVATION AND THE CHARACTER OF THE FOUNDATION MATERIAL. APPROVED. OR BENCH MARK

10
PREPARATION OF GRADE

9
B. EMBANKMENT AFTER THE SUBGRADE OR BASE HAS BEEN PLACED AND COMPACTED TO THE REQUIRED DENSITY, THE AREAS WHICH WILL

9
SUPPORT THE PAVING MACHINE AND THE GRADE ON WHICH THE PAVEMENT IS TO BE CONSTRUCTED SHALL BE TRIMMED TO
SELECTED BORROW, FOR TOPPING - SOIL OF SUCH GRADATION THAT ALL PARTICLES WILL PASS A SIEVE WITH 75 MM THE PROPER ELEVATION BY MEANS OF A PROPERLY DESIGNED MACHINE EXTENDING THE PREPARED WORK AREAS
COMPACTED AT LEAST 60 CM BEYOND EACH EDGE OF THE PROPOSED CONCRETE PAVEMENT. IF LOSS OF DENSITY RESULTS
CONTOURS

10
SQUARE OPENINGS AND NOT MORE THAN 15 MASS PERCENT WILL PASS THE 0.075 MM (NO. 200) SIEVE, AS DETERMINED BY
AASHTO T 11. THE MATERIAL SHALL HAVE A PLASTICITY INDEX OF NOT MORE THAN 6 AS DETERMINED BY AASHTO T 90 AND A FROM THE TRIMMING OPERATIONS, IT SHALL BE RESTORED BY ADDITIONAL COMPACTION BEFORE CONCRETE IS PLACED. IF
ANY TRAFFIC IS ALLOWED TO USE THE PREPARED SUBGRADE OR BASE, THE SURFACE SHALL BE CHECKED AND CORRECTED
LIQUID LIMIT OF NOT MORE THAN 30 AS DETERMINED BY AASHTO T 89.
IMMEDIATELY AHEAD OF THE PLACING CONCRETE.
WHERE THERE IS EVIDENCE OF DISCREPANCIES ON THE ACTUAL ELEVATIONS AND THAT SHOWN ON THE PLANS, A
PRECONSTRUCTION SURVEY REFERRED TO THE DATUM PLANE USED IN THE APPROVED PLAN SHALL BE UNDERTAKEN BY THE THE SUBGRADE OR BASE SHALL BE UNIFORMLY MOIST WHEN THE CONCRETE IS PLACED. NORTH MERIDIAN
CONTRACTOR UNDER THE CONTROL OF THE ENGINEER TO SERVE AS BASIS FOR THE COMPUTATION OF THE ACTUAL VOLUME
OF THE EMBANKMENT MATERIALS. MIXING CONCRETE
THE CONCRETE MAY BE MIXED AT THE SITE OF THE WORK IN A CENTRAL-MIX PLANT, OR IN TRUCK MIXERS. THE MIXER
SHALL BE OF AN APPROVED TYPE AND CAPACITY. MIXING TIME WILL BE MEASURED FROM THE TIME ALL MATERIALS, EXCEPT
WHEN EMBANKMENT IS TO BE PLACED AND COMPACTED ON HILLSIDES, OR WHEN NEW EMBANKMENT IS TO BE
COMPACTED AGAINST EXISTING EMBANKMENTS, OR WHEN EMBANKMENT IS BUILT ONE-HALF WIDTH AT A TIME, THE EXISTING
SLOPES THAT ARE STEEPER THAN 3: 1 WHEN MEASURED AT RIGHT ANGLES TO THE ROADWAY SHALL BE CONTINUOUSLY
WATER, ARE IN THE DRUM. READY-MIXED CONCRETE SHALL BE MIXED AND DELIVERED IN ACCORDANCE WITH REQUIREMENTS
OF AASHTO M 157, EXCEPT THAT THE MINIMUM REQUIRED REVOLUTIONS AT THE MIXING SPEED FOR TRANSIT-MIXED CONCRETE PCCP/CONCRETE
BENCHED OVER THOSE AREAS AS THE WORK IS BROUGHT UP IN LAYERS. BENCHING WILL BE SUBJECT TO THE ENGINEER'S
APPROVAL AND SHALL BE OF SUFFICIENT WIDTH TO PERMIT OPERATION OF PLACEMENT AND COMPACTION EQUIPMENT. EACH
MAY BE REDUCED TO NOT LESS THAN THAT RECOMMENDED BY THE MIXER MANUFACTURER. THE NUMBER OF REVOLUTIONS
RECOMMENDED BY THE MIXER MANUFACTURER SHALL BE INDICATED ON THE MANUFACTURER'S SERIAL PLATE ATTACHED TO SLOPE PROTECTION
HORIZONTAL CUT SHALL BEGIN AT THE INTERSECTION OF THE ORIGINAL GROUND AND THE VERTICAL SIDES OF THE PREVIOUS
THE MIXER.
TYPICAL SECTION
CUTS. MATERIAL THUS EXCAVATED SHALL BE PLACED AND COMPACTED ALONG WITH THE EMBANKMENT MATERIAL IN
ACCORDANCE WITH THE PROCEDURE DESCRIBED IN THIS SECTION. F. REINFORCING STEEL

ROADWAY EMBANKMENT OF EARTH MATERIAL SHALL BE PLACED IN HORIZONTAL LAYERS NOT EXCEEDING 200 MM, LOOSE
MEASUREMENT, AND SHALL BE COMPACTED AS SPECIFIED BEFORE THE NEXT LAYER IS PLACED. HOWEVER, THICKER LAYER
BENDING
ALL REINFORCING BARS REQUIRING BENDING SHALL BE COLD-BENT TO THE SHAPES SHOWN ON THE PLANS OR REQUIRED CLASS A
BY THE ENGINEER. BARS SHALL BE BENT AROUND A CIRCULAR PIN HAVING THE FOLLOWING DIAMETERS (D) IN RELATION TO
MAYBE PLACED IF VIBRATORY ROLLER WITH HIGH COMPACTIVE EFFORT IS USED PROVIDED THAT DENSITY REQUIREMENT IS
THE DIAMETER OF THE BAR (D):
ATTAINED AND AS APPROVED BY THE ENGINEER. TRIAL SECTION TO THIS EFFECT MUST BE CONDUCTED AND APPROVED BY THE
ENGINEER. EFFECTIVE SPREADING EQUIPMENT SHALL BE USED ON EACH LIFT TO OBTAIN UNIFORM THICKNESS AS DETERMINED
IN THE TRIAL SECTION PRIOR TO COMPACTION. AS THE COMPACTION OF EACH LAYER PROGRESSES, CONTINUOUS LEVELING
NOMINAL DIAMETER, D, MM PIN DIAMETER (D) TYPICAL SECTION
10 TO 20 6D
AND MANIPULATING WILL BE REQUIRED TO ASSURE UNIFORM DENSITY. WATER SHALL BE ADDED OR REMOVED, IF NECESSARY,
25 TO 28 8D
IN ORDER TO OBTAIN THE REQUIRED DENSITY. REMOVAL OF WATER SHALL BE ACCOMPLISHED
32 AND GREATER 10D
THROUGH AERATION BY PLOWING, BLADING, DISCING, OR OTHER METHODS
SATISFACTORY TO THE ENGINEER. BENDS AND HOOKS IN STIRRUPS OR TIES MAY BE BENT TO THE DIAMETER OF THE PRINCIPAL BAR ENCLOSED THEREIN.
FILL AND
J. STRUCTURAL CONCRETE
BACKFILL
C. SUB-GRADE PREPARATION
THE ITEM SHALL CONSIST OF FURNISHING, BENDING, PLACING AND FINISHING CONCRETE IN ALL STRUCTURES EXCEPT
TYPICAL SECTION
PRIOR TO COMMENCING PREPARATION OF THE SUBGRADE, ALL CULVERTS, CROSS DRAINS, DUCTS AND THE LIKE
(INCLUDING THEIR FULLY COMPACTED BACKFILL) DITCHES, DRAINS AND DRAINAGE OUTLETS SHALL BE COMPLETED. ANY WORK PAVEMENTS IN ACCORDANCE WITH THIS SPECIFICATION AND CONFORMING TO THE LINES, GRADES, AND DIMENSIONS SHOWN
ON THE PLANS. CONCRETE SHALL CONSIST OF A MIXTURE OF PORTLAND CEMENT, FINE AGGREGATE, COARSE AGGREGATE.

ABBREVIATIONS:
ON THE PREPARATION OF THE SUBGRADE SHALL NOT BE STARTED UNLESS PRIOR WORK HEREIN DESCRIBED SHALL HAVE BEEN
APPROVED BY THE ENGINEER. ADMIXTURE WHEN SPECIFIED, AND WATER MIXED IN THE PROPORTIONS SPECIFIED OR APPROVED BY THE ENGINEER.

UNLESS OTHERWISE SPECIFIED, ALL MATERIALS BELOW SUBGRADE LEVEL IN EARTH CUTS TO A DEPTH 150 MM OR OTHER
DEPTH SHOWN ON THE PLANS OR AS DIRECTED BY THE ENGINEER SHALL BE EXCAVATED. THE MATERIAL, IF SUITABLE, SHALL K. PIPE CULVERTS AND STORM DRAINS
BE SET SIDE FOR FUTURE USE OR, IF UNSUITABLE, SHALL BE DISPOSED OFF IN ACCORDANCE WITH THE REQUIREMENTS OF THE ITEM SHALL CONSIST OF THE CONSTRUCTIONS OR RECONSTRUCTION OF PIPE CULVERTS AND STORM DRAINS,
SUBSECTION 102.2.9. HEREINAFTER REFERRED TO AS "CONDUIT" IN ACCORDANCE W/ THIS SPECIFICATION AND IN CONFORMITY W/ THE LINES AND
GRADES SHOWN ON THE PLANS OR AS ESTABLISHED BY THE ENGR.
BM - BENCH MARK
WHERE MATERIAL HAS BEEN REMOVED FROM BELOW SUBGRADE LEVEL, THE RESULTING SURFACE SHALL BE COMPACTED
TO A DEPTH OF 150 MM AND IN ACCORDANCE WITH OTHER REQUIREMENTS OF SUBSECTION 104.3.3.
O. RIPRAP (CLASS A)
ALL MATERIALS IMMEDIATELY BELOW SUBGRADE LEVEL IN EARTH CUTS TO A DEPTH OF 150 MM, OR TO SUCH GREATER
DEPTH AS MAY BE SPECIFIED, SHALL BE COMPACTED IN ACCORDANCE WITH THE REQUIREMENTS OF SUBSECTION 104.3.3.
ONE LAYER OF CONCRETE CLASS ÐDÑ SHALL BE PLACED AT THE PREPARED BED PRIOR TO PLACING OF STONES.
CLEARANCE BETWEEN STONES SHALL NOT BE LESS THAN 2-1/2 INCHES OR THE MAXIMUM SIZE OF CONCRETE AGGREGATE FOR
Sta - Station
ENCUU"ÐDÑ0
D. AGGREGATE SUB-BASE COURSE
CONCRETE CLASS ÐDÑ SHALL BE PLACED AFTER EACH LAYER OF STONE AND SHALL BE THOROUGHLY CONSOLIDATED BY
PREPARATION OF EXISTING SURFACE

THE EXISTING SURFACE SHALL BE GRADED AND FINISHED AS PROVIDED UNDER ITEM 105, SUBGRADE PREPARATION,
MEANS OF A VIBRATOR INSERTED IN EACH LAYER OF CONCRETE. IN NO CASE SHALL THE VIBRATOR BE OPERATED LONGER
THAN 10 SECONDS IN ANY LOCATION. g - GRADIENT IN %
BEFORE PLACING THE SUBBASE MATERIAL. AFTER REMOVAL OF FORMS, ANY CAVITIES, VOIDS AND HONEYCOMB SPOTS SHALL BE FILLED UP WITH MORTAR
COMPOSED OF ONE PART CEMENT AND TWO PARTS SAND.
PLACING
THE AGGREGATE SUBBASE MATERIAL SHALL BE PLACED AT A UNIFORM MIXTURE ON A PREPARED SUBGRADE IN A
QUANTITY WHICH WILL PROVIDE THE REQUIRED COMPACTED THICKNESS. WHEN MORE THAN ONE LAYER IS REQUIRED, EACH P. WEEPHOLES
Azi - AZIMUTH
LAYER SHALL BE SHAPED AND COMPACTED BEFORE THE SUCCEEDING LAYER IS PLACED.
WEEPHOLES SHALL HAVE SLOPES OF 0.50% AND MUST BE PROVIDED WITH FILTER BAGS AS SPECIFIED IN SPECIAL
THE PLACING OF MATERIAL SHALL BEGIN AT THE POINT DESIGNATED BY THE ENGINEER. PLACING SHALL BE FROM
PROVISION OR AS DIRECTED BY THE ENGINEER, AND SHALL BE PROVIDED AT EACH WEEPHOLE AND SHALL EXTEND TO AT
VEHICLES ESPECIALLY EQUIPPED TO DISTRIBUTE THE MATERIAL IN A CONTINUOUS UNIFORM LAYER OR WINDROW. THE LAYER
OR WINDROW SHALL BE OF SUCH SIZE THAT WHEN SPREAD AND COMPACTED, THE FINISHED LAYER SHALL BE IN REASONABLY
LEAST 300mm ABOVE THE DRAIN. D - DISTANCE
CLOSE CONFORMITY TO THE NOMINAL THICKNESS SHOWN ON THE PLANS.

WHEN HAULING IS DONE OVER PREVIOUSLY PLACED MATERIAL, HAULING EQUIPMENT SHALL BE DISPERSED UNIFORMLY
OVER THE ENTIRE SURFACE OF THE PREVIOUSLY CONSTRUCTED LAYER, TO MINIMIZE RUTTING OR UNEVEN COMPACTION.

SPREADING AND COMPACTING


EL. - ELEVATION
WHEN UNIFORMLY MIXED, THE MIXTURE SHALL BE SPREAD TO THE PLAN THICKNESS, FOR COMPACTION. WHERE THE
REQUIRED THICKNESS IS 150 MM OR LESS, THE MATERIAL MAY BE SPREAD AND COMPACTED IN ONE LAYER.

WHERE THE REQUIRED THICKNESS IS MORE THAN 150 MM, THE AGGREGATE SUBBASE SHALL BE SPREAD AND COMPACTED
IN TWO OR MORE LAYERS OF APPROXIMATELY EQUAL THICKNESS, AND THE MAXIMUM COMPACTED THICKNESS OF ANY LAYER m - METER
SHALL NOT EXCEED 150 MM. ALL SUBSEQUENT LAYERS SHALL BE SPREAD AND COMPACTED IN A SIMILAR MANNER.

THE MOISTURE CONTENT OF SUBBASE MATERIAL SHALL, IF NECESSARY, BE ADJUSTED PRIOR TO COMPACTION BY
WATERING WITH APPROVED SPRINKLERS MOUNTED ON TRUCKS OR BY DRYING OUT, AS REQUIRED IN ORDER TO OBTAIN THE CL - CENTERLINE
REQUIRED COMPACTION.

IMMEDIATELY FOLLOWING FINAL SPREADING AND SMOOTHENING, EACH LAYER SHALL BE COMPACTED TO THE FULL WIDTH
BY MEANS OF APPROVED COMPACTION EQUIPMENT. ROLLING SHALL PROGRESS GRADUALLY FROM THE SIDES TO THE CENTER, NTS. - NOT TO SCALE
PARALLEL TO THE CENTERLINE OF THE ROAD AND SHALL CONTINUE UNTIL THE 50 WHOLE SURFACE HAS BEEN ROLLED. ANY
IRREGULARITIES OR DEPRESSIONS THAT DEVELOP SHALL BE CORRECTED BY LOOSENING THE MATERIAL AT THESE PLACES
AND ADDING OR REMOVING MATERIAL UNTIL SURFACE IS SMOOTH AND UNIFORM. ALONG CURBS, HEADERS AND WALLS, AND AT
ALL PLACES NOT ACCESSIBLE TO THE ROLLER, THE SUBBASE MATERIAL SHALL BE COMPACTED THOROUGHLY WITH APPROVED
TAMPERS OR COMPACTORS. R.O.W - RIGHT OF WAY
IF THE LAYER OF SUBBASE MATERIAL, OR PART THEREOF, DOES NOT CONFORM TO THE REQUIRED FINISH, THE
CONTRACTOR SHALL, AT HIS OWN EXPENSE, MAKE THE NECESSARY CORRECTIONS.

COMPACTION OF EACH LAYER SHALL CONTINUE UNTIL A FIELD DENSITY OF AT LEAST 100 PERCENT OF THE MAXIMUM DRY
DENSITY DETERMINED IN ACCORDANCE WITH AASHTO T 180, METHOD D HAS BEEN ACHIEVED. IN-PLACE DENSITY
N.G.L. - NATURAL GRADE LINE
DETERMINATION SHALL BE MADE IN ACCORDANCE WITH AASHTO T 191.

F.G.L. - FINAL GRADE LINE

REPUBLIC OF THE PHILIPPINES


DEPART M EN T OF PU BLI C WORK S AN D H I GH WAY S CONSTRUCTION REQUIREMENTS G 4
Construction / Rehabilitation of Acces Road to Bahi
ALBAY 1ST DISTRICT ENGINEERING OFFICE ANNELLE P. ANTIVOLA GUILBERT P. ROMERO
Rock Causeway LEGENDS AND ABBREVIATIONS ERNEST JOHN D. RAMOS EMIL B. VOLANTE CENON C. BALCUEVA JR. SIMON N. ARIAS 3
ALBAY 1ST DISTRICT ENGINEERING OFFICE
ENGINEER II ENGINEER III ASST. DISTRICT ENGINEER
6
Bacacay, Albay
ENGINEERING ASSISTANT ENGINEER II
CHIEF, PLANNING & DESIGN SECTION
DISTRICT ENGINEER 5
DATE: DATE: DATE: DATE: DATE: DATE:
SHEET PILE DIMENSION
DIMENSIONS
SECTION WIDTH HEIGHT THICKNESS UNIT WEIGHT
TYPE
B h t (Kg/ lm)

B
400 125 13 MM 60.00

item 311(1),e1 - PCCP (0.28m. thk.) E


Item 200(1) - Aggregate Subbase Course Item 603(1),a1 - Metal Guardrail
6.70m 1.00m Metal Guardrail (Metal
Beam) inc. Post
3.35m 3.35m
1.50m CL 1.50m
1
1.00m

slo
1

pe
1.00m

slo
1

pe
2.00m

1.00m

slo
1

pe
3.00m

Item 104(3),a -Selected 1.00m

Borrow for Topping Case 1 1

slo
1

pe
3.00m

11.00m
1.00m

slo
1

pe
3.00m

1.00m

slo
1
Item 510(2) - 0.20 m. thk. Concrete ( Slope

pe
Item 510(2) - 0.20 m. thk. Concrete ( Slope Rtqvgevkqp+"y1"34oo"æ"TUD" spaced @
Rtqvgevkqp+"y1"34oo"æ"TUD" spaced @ 1 0.30 m O.C.
1
0.30 m O.C.

pe
slo
3.00m 3.00m

Item 505(2),a - Grouted Riprap (Class A)


Item 505(1),b - Riprap (Class B)
4" diam. PVC weep Holes

1.00m 1.00m

0.60m 38/34oo"æ"TUD"y1 38/34oo"æ"TUD"y1 0.60m


10 mm æ"Uvkttwru 10 mm æ"Uvkttwru
spaced @ 0.25 m spaced @ 0.25 m Item 1717(2),a - Sheet Pile
O.C. O.C. (Concrete Slope)
Length = 6 meters

REPUBLIC OF THE PHILIPPINES


DEPART M EN T OF PU BLI C WORK S AN D H I GH WAY S Construction / Rehabilitation of Acces Road to Bahi G 5
TYPICAL CROSS SECTION
ALBAY 1ST DISTRICT ENGINEERING OFFICE ANNELLE P. ANTIVOLA GUILBERT P. ROMERO
Rock Causeway DETAIL OF SHEET PILES ERNEST JOHN D. RAMOS EMIL B. VOLANTE CENON C. BALCUEVA JR. SIMON N. ARIAS 4
ALBAY 1ST DISTRICT ENGINEERING OFFICE
ENGINEER II ENGINEER III ASST. DISTRICT ENGINEER
6
Bacacay, Albay
ENGINEERING ASSISTANT ENGINEER II
CHIEF, PLANNING & DESIGN SECTION DISTRICT ENGINEER 5
DATE: DATE: DATE: DATE: DATE: DATE:
NOTES:
1 . Th e n e w b illb o a rd d e s ig n la yo u t a n d d im e n s io n ( s e e a t t a ch e d d ra win g ) s h a ll b e
in s t a lle d o n a s t a n d a rd b illb o a rd m e a s u rin g 1 2 0 0 m m x 2 4 0 0 m m ( 4 ft . x 8 ft . )
u s in g 1 2 m m ( 1 / 2 in ch ) t h ick m a rin e p lywo o d o r t a rp a u lin p o s t e d o n 5 m m
( 3 / 1 6 in ch ) m a rin e p lywo o d .
2 . Fo r e a ch b u ild in g p ro je ct , t h e b illb o a rd s h a ll b e in s t a lle d in fro n t o f t h e p ro je ct
s it e .
3 . Fo r e a ch ro a d / b rid g e / flo o d co n t ro l p ro je ct , t wo b illb o a rd s s h a ll b e in s t a lle d , i. e . ,
o n e a t t h e b e g in n in g a n d o n e a t t h e e n d o f t h e p ro je ct .
4 . Fo r ro a d p ro je ct s wit h le n g t h o f 1 0 kilo m e t e rs o r m o re , b illb o a rd ( s ) s h a ll a ls o
b e in s t a lle d a t e ve ry 5 kilo m e t e rs in t e rva l.
5 . Na m e ( s ) a n d / o r p ict u re ( s ) o f a n y p e rs o n a g e s s h o u ld n o t a p p e a r in t h e
b illb o a rd .
6 . No p o lit ica l b illb o a rd s s h a ll b e a llo we d t o b e in s t a lle d 1 0 0 m e t e rs b e fo re a n d
1 0 0 m e t e rs a ft e r a ll DPWH p ro je ct s a n d in b e t we e n t h e p ro je ct lim it s o r wit h in
t h e ro a d rig h t - o f- wa y.
7 . DPWH co n t ra ct o rs s h a ll n o t b e a llo we d t o p la ce n a m e s o f p o lit icia n s o n t h e ir
e q u ip m e n t o r ca rry p o lit ica l b ilib o a rd o n t h e ir e q u ip m e n t .

FRONT ELEVATION
SCALE NTS

DISPLAY AREA DISPLAY AREA

(1200 x 2400 x 12 (TARPAULIN ON 1200 x 2400 x 5


MARINE PLYWOOD) MARINE PLYWOOD)

ORIENTATION
SCALE 1:10

FRONT ELEVATION (OPTION 1) FRONT ELEVATION (OPTION 2)


TYPICAL FRAME ELEVATION SCALE 1:10
SCALE 1:10
SCALE 1:10

MISCELLANEOUS DETAIL OF PROJECT BILLBOARD


SCALE 1:10

REPUBLIC OF THE PHILIPPINES


DEPART M EN T OF PU BLI C WORK S AN D H I GH WAY S Construction / Rehabilitation of Acces Road to Bahi G 6
ALBAY 1ST DISTRICT ENGINEERING OFFICE DETAIL OF PROJECT BILLBOARD ANNELLE P. ANTIVOLA
Rock Causeway ERNEST JOHN D. RAMOS EMIL B. VOLANTE CENON C. BALCUEVA JR. GUILBERT P. ROMERO SIMON N. ARIAS 5
ALBAY 1ST DISTRICT ENGINEERING OFFICE
ENGINEER II ENGINEER III ASST. DISTRICT ENGINEER
6
Bacacay, Albay
ENGINEERING ASSISTANT ENGINEER II
CHIEF, PLANNING & DESIGN SECTION
DISTRICT ENGINEER 5
DATE:

Anda mungkin juga menyukai