Wood Tenders
Wood Tenders
U S COAST GUARD USA Tender
Others
United States
Closing Soon5 Feb 2025
Tender AmountRefer Documents
Description: Fabrication Of Wood Piles, Mdo, And Range Kits
Department Of Public Works And Highways - DPWH Tender
Civil And Construction...+1Road Construction
Philippines
Closing Date12 Feb 2025
Tender AmountPHP 4.9 Million (USD 84.4 K)
Details: Description Invitation To Bid (cw-01-2025-004) 1. The Department Of Public Works And Highways (dpwh)-batangas Iv District Engineering Office, Marawoy, Lipa City, Batangas, Through Its Bids And Awards Committee (bac), Invites Contractors To Submit Bids For The Following Contracts 1.1 Name Of Contract : Organizational Outcome 1 : Ensure Safe And Reliable National Road System, Network Development Program, Construction Of By-pass And Diversion Roads, Construction Of Lumbang-inosloban Bypass Road (package I), Lipa City, Batangas Contract Id No. : 24dd0279 Project Location : Lipa City, Batangas Scope Of Works : Construction Of 458.00 L.m. Diversion Road With Width Of 38.00m (17,646.00 Sq.m.) And Thickness Of 0.30m Including 916.00 L.m. Drainage Structures And 353.00 L.m. Slope Protection Works Approved Budget For The Contract : Php 144,750,000.00 Source Of Funds : Sr2024-12-023350 Contract Duration : 300 Calendar Days Size Range : Medium A License Category : B Amount Of Bidding Documents : Php 50,000.00 1.2 Name Of Contract : Organizational Outcome 1 : Ensure Safe And Reliable National Road System, Network Development Program, Construction Of By-pass And Diversion Roads, Construction Of Lumbang-inosloban Bypass Road (package J), Lipa City, Batangas Contract Id No. : 24dd0280 Project Location : Lipa City, Batangas Scope Of Works : Construction Of 9,017.00 Sq.m. Bypass Road With Thickness Of 0.30m Using Portland Cement Stabilized Road Mix Base Course (new Soil Aggregate) Including Sidewalk, Curb & Gutter And Additional Miscellaneous Structures (signages, Painting Works, Thermoplastic Pavement Markings, Median Barrier And Roadway Lighting) Approved Budget For The Contract : Php 144,750,000.00 Source Of Funds : Sr2024-12-023350 Contract Duration : 300 Calendar Days Size Range : Medium A License Category : B Amount Of Bidding Documents : Php 50,000.00 1.3 Name Of Contract : Organizational Outcome 1 : Ensure Safe And Reliable National Road System, Network Development Program, Construction Of By-pass And Diversion Roads, Construction Of Manila-batangas - Bugtong Na Pulo - Star Tollway Interchange, Package G, Bugtong Na Pulo, Lipa City, Batangas Contract Id No. : 24dd0281 Project Location : Lipa City, Batangas Scope Of Works : "ramp I : Concreting Of 2,093.00 Sq.m. Road With Varying Width From 4.10m To 27.08m And Thickness Of 0.30m Including 120.00 L.m. (463.00 Sq.m.) Mse Retaining Wall, 353.00 Cu.m. Embankment And 1,087.00 Cu.m. Structural Backfill Ramp Ii : Concreting Of 4,434.00 Sq.m. Road With Varying Width From 15.78m To 36.29m And Thickness Of 0.30m Including 200.00 L.m. (2,573.00 Sq.m.) Mse Retaining Wall On Both Sides, 15,743.00 Cu.m. Embankment And 9,560.00 Cu.m. Structural Backfill" Approved Budget For The Contract : Php 144,750,000.00 Source Of Funds : Sr2024-12-023350 Contract Duration : 300 Calendar Days Size Range : Medium A License Category : B Amount Of Bidding Documents : Php 50,000.00 1.4 Name Of Contract : Organizational Outcome 1 : Ensure Safe And Reliable National Road System, Network Development Program, Construction Of By-pass And Diversion Roads, Construction Of Manila-batangas - Bugtong Na Pulo - Star Tollway Interchange, Package H, Bugtong Na Pulo, Lipa City, Batangas Contract Id No. : 24dd0282 Project Location : Lipa City, Batangas Scope Of Works : Construction Of 201.00 L.m. Bypass Road (ramp), 2,489.00 Sq.m. Mse Retaining Wall On Both Sides, 24,281.00 Sq.m. Embankment And 7,052.00 Cu.m. Structural Backfill With Varying Height From 2.40m To 12.40m Approved Budget For The Contract : Php 86,850,000.00 Source Of Funds : Sr2024-12-023350 Contract Duration : 300 Calendar Days Size Range : Medium A License Category : B Amount Of Bidding Documents : Php 50,000.00 1.5 Name Of Contract : Organizational Outcome 2 : Protect Lives And Properties Against Major Floods, Flood Management Program, Construction/ Maintenance Of Flood Mitigation Structures And Drainage Systems, Construction Of Slope Protection Structure Along Malaking Tubig River, San Jose, Batangas Contract Id No. : 25dd0150 Project Location : San Jose, Batangas Scope Of Works : Construction Of 40.00 L.m.and 60.00 L.m. Revetment Using Gabions Approved Budget For The Contract : Php 72,375,000.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : 220 Calendar Days Size Range : Medium A License Category : B Amount Of Bidding Documents : Php 50,000.00 1.6 Name Of Contract : Convergence And Special Support Program, Sustainable Infrastructure Projects Alleviating Gaps (sipag), Access Roads And/or Bridges From The National Road/s Leading To Major/strategic Public Buildings/facilities, Improvement Of Road At Barangay Latag, Lipa City, Batangas Contract Id No. : 25dd0151 Project Location : Lipa City, Batangas Scope Of Works : Rehabilitation Of 1,576.00 Sq.m. Road With Varying Width From 2.50m To 5.70m And Varying Thickness Of 0.23m And 0.28m Respectively; Asphalt Overlay Of 9,261.00 Sq.m. Road With Varying Width From 3.50m To 7.40m Including Application Of Thermoplastic Pavement Markings, Construction Of 192.00 L.m. Lined Canal And Installation Of 21 Sets Of Solar Streetlights Approved Budget For The Contract : Php 38,220,000.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : 179 Calendar Days Size Range : Medium A License Category : B Amount Of Bidding Documents : Php 25,000.00 1.7 Name Of Contract : Convergence And Special Support Program, Basic Infrastruture Program (bip), Multi-purpose Buildings/ Facilities To Support Social Services, Improvement Of Multi-purpose Building At Barangay Pinagtung-ulan, San Jose, Batangas Contract Id No. : 25dd0152 Project Location : San Jose, Batangas Scope Of Works : Construction Of Three (3) Storey Multi-purpose Building (9.50m X 10.00m) Including Structural Works, Architectural Works, Sanitary Works, Electrical Works, 15.00 L.m. Grouted Riprap, 15.00 L.m. Fence And Demolition Of Pigpen (11.80m X 9.45m) Approved Budget For The Contract : Php 29,700,000.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : 210 Calendar Days Size Range : Small B License Category : C & D Amount Of Bidding Documents : Php 25,000.00 1.8 Name Of Contract : Convergence And Special Support Program, Basic Infrastruture Program (bip), Access Roads And/or Bridges From The National Road/s Leading To Major/ Strategic Public Buildings/ Facilities, Rehabilitation Of San Jose - Ibaan Section, San Jose, Ibaan, Batangas Contract Id No. : 25dd0153 Project Location : San Jose & Ibaan, Batangas Scope Of Works : "san Jose Section : Reconstruction Of 56.50 L.m. Carriageway With Width Of 5.00m And Thickness Of 0.30m; Asphalt Overlay Of 56.50 L.m. Carriageway And Shoulder With Width Of 11.30m And Thickness Of 50mm Including Application Of Thermoplastic Pavement Markings Ibaan Section : Reconstruction Of 58.00 L.m. Carriageway (intermittent Sections) With Width Of 3.35m And Thickness Of 0.30m; Asphalt Overlay Of 688.10 L.m. Carriageway And Shoulder With Width Of 11.26m And Thickness Of 50mm Including Application Of Thermoplastic Pavement Markings" Approved Budget For The Contract : Php 24,750,000.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : 115 Calendar Days Size Range : Small B License Category : C & D Amount Of Bidding Documents : Php 25,000.00 1.9 Name Of Contract : Convergence And Special Support Program, Basic Infrastruture Program (bip), Access Roads And/or Bridges From The National Road/s Leading To Major/ Strategic Public Buildings/ Facilities, Construciton Of Road At Barangay Dagatan, Taysan, Batangas Contract Id No. : 25dd0154 Project Location : Taysan, Batangas Scope Of Works : Construction Of 569.50 L.m. Reinforced Concrete Pavement With Width Of 6.70m And Thickness Of 0.30m Using Boulder Fill With Cement Treated Base Approved Budget For The Contract : Php 19,800,000.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : 141 Calendar Days Size Range : Small B License Category : C & D Amount Of Bidding Documents : Php 25,000.00 1.10 Name Of Contract : Convergence And Special Support Program, Basic Infrastruture Program (bip), Multi-purpose Buildings/ Facilities To Support Social Services, Construction Of Multi-purpose Building At Taysan Elementary School, Barangay Taysan, San Jose, Batangas Contract Id No. : 25dd0155 Project Location : San Jose, Batangas Scope Of Works : Construction Of Gymnasium (37.50m X 26.00m), Stage (18.00m X 8.00m) And 30.00 L.m. Bleachers Including Electrical Works, Sanitary Works And Auxiliary Works Approved Budget For The Contract : Php 19,800,000.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : 180 Calendar Days Size Range : Small B License Category : C & D Amount Of Bidding Documents : Php 25,000.00 1.11 Name Of Contract : Convergence And Special Support Program, Basic Infrastruture Program (bip), Multi-purpose Buildings/ Facilities To Support Social Services, Construction Of Multi-purpose Building At Benigna Dimatatac Memorial Elementary School, Barangay Calansayan, San Jose, Batangas Contract Id No. : 25dd0156 Project Location : San Jose, Batangas Scope Of Works : Construction Of 2sty5cl School Building Including Structural Works, Finishing Works, Electrical Works, Installation Of 1-75kva Transformer, Mechanical Works, Water Pumping System, Solar Panels And Devices, Construction Of Powerhouse (2.00m X 2.00m), Demolition Of 1sty4cl Building (35.00m X 10.00m), Replacement Of 15.00 L.m. Fence, Auxiliary Works And Finishing Hardware Approved Budget For The Contract : Php 19,800,000.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : 120 Calendar Days Size Range : Small B License Category : C & D Amount Of Bidding Documents : Php 25,000.00 1.12 Name Of Contract : Convergence And Special Support Program, Basic Infrastruture Program (bip), Multi-purpose Buildings/ Facilities To Support Social Services, Construction Of Multi-purpose Building, Tangob Elementary School, Barangay Tangob, Padre Garcia, Batangas Contract Id No. : 25dd0157 Project Location : Padre Garcia, Batangas Scope Of Works : Construction Of 2sty4cl School Building (24.00m X 9.60m) Including Structural Works, Finishing Works, Electrical Works, Installation Of 1-75kva Transformer, Mechanical Works, Water Pumping System, 50kva Generator Set, Construction Of Powerhouse (3.00m X 3.00m), Handwashing On Both Sides, Demolition Of Existing Structure 2-1sty Building (12.00m X 9.40m & 18.20m X 7.90m), Auxiliary Works, Finishing Hardware And 1.00m Average Height Embankment On Left Side Approved Budget For The Contract : Php 18,810,000.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : 135 Calendar Days Size Range : Small B License Category : C & D Amount Of Bidding Documents : Php 25,000.00 1.13 Name Of Contract : Convergence And Special Support Program, Basic Infrastruture Program (bip), Access Roads And/or Bridges From The National Road/s Leading To Major/ Strategic Public Buildings/ Facilities, Rehabilitation Of Road At Makalintal Avenue, Provincial Road, San Jose, Batangas Contract Id No. : 25dd0158 Project Location : San Jose, Batangas Scope Of Works : Reconstruction Of 34.40 L.m. And 131.60 L.m. Carriageway With Width Of 8.30m And 6.30m Respectively And Thickness Of 0.30m; Asphalt Overlay Of 525.40 L.m. Carriageway And Shoulder With Varying Width From 3.20m To 10.20m And Thickness Of 50mm Including Application Of Thermoplastic Pavement Markings Approved Budget For The Contract : Php 14,850,000.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : 117 Calendar Days Size Range : Small B License Category : C & D Amount Of Bidding Documents : Php 25,000.00 1.14 Name Of Contract : Convergence And Special Support Program, Basic Infrastruture Program (bip), Multi-purpose Buildings/ Facilities To Support Social Services, Construction Of Multi-purpose Building, Sabang Elementary School, Barangay Sabang, Ibaan, Batangas Contract Id No. : 25dd0159 Project Location : Ibaan, Batangas Scope Of Works : Construction Of 1sty4cl School Building (9.50m X 36.00m) Including Structural Works, Finishing Works, Electrical Works, Mechanical Works, Auxiliary Works And Finishing Hardware Approved Budget For The Contract : Php 14,850,000.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : 150 Calendar Days Size Range : Small B License Category : C & D Amount Of Bidding Documents : Php 25,000.00 1.15 Name Of Contract : Convergence And Special Support Program, Basic Infrastruture Program (bip), Multi-purpose Buildings/ Facilities To Support Social Services, Construction Of Multi-purpose Building (barangay Hall), Barangay Munting Tubig, Ibaan, Batangas Contract Id No. : 25dd0160 Project Location : Ibaan, Batangas Scope Of Works : Construction Of Three (3) Storey Multi-purpose Building (10.00m X 9.50m) Including Architectural Works, Plumbing Works, Electrical Works, Installation Of 1-50kva Transformer, Mechanical Works, Auxiliary Works, Cctv System And 71.16 L.m. Retaining Wall Approved Budget For The Contract : Php 12,870,000.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : 150 Calendar Days Size Range : Small B License Category : C & D Amount Of Bidding Documents : Php 25,000.00 1.16 Name Of Contract : Convergence And Special Support Program, Basic Infrastruture Program (bip), Access Roads And/or Bridges From The National Road/s Leading To Major/ Strategic Public Buildings/ Facilities, Construction Of Road At Barangay Sabang, Lipa City, Batangas Contract Id No. : 25dd0161 Project Location : Lipa City, Batangas Scope Of Works : "section I : Construction Of 183.30 L.m. Road With Width Of 6.00m And Thickness Of 0.20m Section Ii : Construction Of 205.00 L.m. Road With Width Of 4.00m And Thickness Of 0.20m" Approved Budget For The Contract : Php 9,900,000.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : 63 Calendar Days Size Range : Small B License Category : C & D Amount Of Bidding Documents : Php 10,000.00 1.17 Name Of Contract : Convergence And Special Support Program, Basic Infrastruture Program (bip), Multi-purpose Buildings/ Facilities To Support Social Services, Construction (completion) Of Multi-purpose Building (municipal Trial Court), San Jose, Batangas Contract Id No. : 25dd0162 Project Location : San Jose, Batangas Scope Of Works : Construction (completion) Of Two (2) Storey Multi-purpose Building (municipal Trial Court - 27.10m X 10.50m) Including Finishing Works, Electrical Works, Mechanical Works And One (1) Unit Elevator (850kg) Approved Budget For The Contract : Php 9,900,000.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : 120 Calendar Days Size Range : Small B License Category : C & D Amount Of Bidding Documents : Php 10,000.00 1.18 Name Of Contract : Convergence And Special Support Program, Sustainable Infrastructure Projects Alleviating Gaps (sipag), Access Roads And/or Bridges From The National Road/s Leading To Major/strategic Public Buildings/facilities, Improvement Of Roads, Fernando Airbase, Lipa City, Batangas Contract Id No. : 25dd0163 Project Location : Lipa City, Batangas Scope Of Works : "section I : Reblocking Of 115.60 L.m. Road With Width Of 6.90m And Thickness Of 0.23m Including Application Of Thermoplastic Pavement Marking Section Ii : Reblocking Of 76.00 L.m. Road With Width Of 6.90m And Thickness Of 0.23m Incuding Flaring And Application Of Thermoplastic Pavement Marking Section Iii : Reblocking Of 33.70 L.m. And 19.50 L.m. Road With Width Of 7.50m And 7.70m Respectively And Thickness Of 0.23m Including Flaring Section Iv : Reblocking Of 46.20 L.m. Road With Width Of 7.50m And Thickness Of 0.23m Including Flaring Section V : Reblocking Of 14.00 L.m. Road With Width Of 4.00m And Thickness Of 0.23m Section Vi : Reblocking Of 154.60 L.m. Road With Width Of 4.80m And Thickness Of 0.23m Including Application Of Thermoplastic Pavement Marking Section Vii : Reblocking Of 154.40 L.m. And 8.60 L.m. Road With Width Of 4.80m And Thickness Of 0.23m" Approved Budget For The Contract : Php 8,330,000.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : 97 Calendar Days Size Range : Small B License Category : C & D Amount Of Bidding Documents : Php 10,000.00 1.19 Name Of Contract : Convergence And Special Support Program, Sustainable Infrastructure Projects Alleviating Gaps (sipag), Access Roads And/or Bridges From The National Road/s Leading To Major/strategic Public Buildings/facilities, Construction Of Road, Barangay Tangob, Lipa City, Batangas Contract Id No. : 25dd0164 Project Location : Lipa City, Batangas Scope Of Works : "section I : Construction Of 344.00 L.m. Road With Width Of 4.00m And Thickness Of 0.20m Section Ii : Construction Of 64.50 L.m. Road With Width Of 3.00m And Thickness Of 0.20m" Approved Budget For The Contract : Php 5,880,000.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : 38 Calendar Days Size Range : Small B License Category : C & D Amount Of Bidding Documents : Php 10,000.00 1.20 Name Of Contract : Convergence And Special Support Program, Basic Infrastruture Program (bip), Multi-purpose Buildings/ Facilities To Support Social Services, Construction (completion) Of Multi-purpose Building (covered Court), Barangays Marilag And Malaya, Rosario, Batangas Contract Id No. : 25dd0165 Project Location : Rosario, Batangas Scope Of Works : "brgy Marilag : Construction Of Stage (9.00m X 9.70m) Including Painting Works (concrete & Wood) And Electrical Works Brgy. Malaya : Construction Of 28.55 L.m. Bleacher (right Side) Including Replacement Of Fence (right Side), Installation Of Sidings (front, Rear & Right Side), Painting Works (masonry & Steel), Textured Finish (play Area) And Embankment" Approved Budget For The Contract : Php 4,950,000.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : 90 Calendar Days Size Range : Small B License Category : C & D Amount Of Bidding Documents : Php 5,000.00 1.21 Name Of Contract : Convergence And Special Support Program, Basic Infrastruture Program (bip), Multi-purpose Buildings/ Facilities To Support Social Services, Construction Of Multi Purpose Building At Barangay Poblacion East, Taysan, Batangas Contract Id No. : 25dd0166 Project Location : Taysan, Batangas Scope Of Works : Construction Of One (1) Storey Multi-purpose Building (evacuation Center) Including Structural Works, Finishing Works, Plumbing Works, Electrical Works, Mechanical Works (training Area - 12.40m X 5.50m) And Toilet & Structural Works (clinic & Prayer Room - 12.60m X 5.50m) Approved Budget For The Contract : Php 4,950,000.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : 90 Calendar Days Size Range : Small B License Category : C & D Amount Of Bidding Documents : Php 5,000.00 1.22 Name Of Contract : Convergence And Special Support Program, Sustainable Infrastructure Projects Alleviating Gaps (sipag), Access Roads And/or Bridges From The National Road/s Leading To Major/strategic Public Buildings/facilities, Construction Of Road, Barangay Santo Toribio, Lipa City, Batangas Contract Id No. : 25dd0167 Project Location : Lipa City, Batangas Scope Of Works : "section I : Construction Of 44.00 L.m. Road With Width Of 3.00m And Thickness Of 0.20m Section Ii : Construction Of 44.50 L.m. Road With Width Of 3.00m And Thickness Of 0.20m Section Iii : Construction Of 120.00 L.m. Road With Width Of 4.00m And Thickness Of 0.20m Section Iv : Construction Of 162.00 L.m. Road With Width Of 3.00m And Thickness Of 0.20m Including Grouted Riprap Section V : Construction Of 35.00 L.m. Road With Width Of 4.00m And Thickness Of 0.20m" Approved Budget For The Contract : Php 4,900,000.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : 79 Calendar Days Size Range : Small B License Category : C & D Amount Of Bidding Documents : Php 5,000.00 1.23 Name Of Contract : Convergence And Special Support Program, Basic Infrastruture Program (bip), Multi-purpose Buildings/ Facilities To Support Social Services, Rehabilitation (completion) Of Multi-purpose Building, Barangay Balagtasin 1, San Jose, Batangas Contract Id No. : 25dd0168 Project Location : San Jose, Batangas Scope Of Works : Construction Of Bleachers, Fence, Chb Wall, Roofing Works, Sidings Extension, Installation Of Fixed Window And Auxiliary System Approved Budget For The Contract : Php 2,970,000.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : Calendar Days Size Range : Small B License Category : C & D Amount Of Bidding Documents : Php 5,000.00 1.24 Name Of Contract : Convergence And Special Support Program, Basic Infrastruture Program (bip), Multi-purpose Buildings/ Facilities To Support Social Services, Construction (completion) Of Multi-purpose Building, San Juan Senior High School, Barangay Lipahan, San Juan, Batangas Contract Id No. : 25dd0169 Project Location : San Juan, Batangas Scope Of Works : Construction (completion) Of Additional 1-bay Stage (251.68 Sq.m.) Including Structural Works, Finishing Works, Plumbing Works, Finishing Hardware, Installation Of Doors & Windows, Painting Works, Tile Works, Roofing Works And Electrical Works Approved Budget For The Contract : Php 2,970,000.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : 60 Calendar Days Size Range : Small B License Category : C & D Amount Of Bidding Documents : Php 5,000.00 Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. Prospective Bidders Should Be (1) Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Category And Classification As Indicated On The Above Table. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Annex Ii-1.1 B Section Ii And Iii Of Bidding Documents. Contractors/applicants Who Wish To Participate In This Bidding Are Encouraged To Enroll In The Dpwh Civil Works Application (cwa) At The Dpwh Procurement Service (prs), 5th Floor, Dpwh Bldg., Bonifacio Drive, Port Area, Manila, While Those Already Enrolled Shall Keep Their Records Current And Updated. The Contractor’s Eligibility To Bid On The Project Will Be Determined Using The Dpwh Contractor Profile Eligibility Process (cpep) And Subject To Further Post-qualification. Information On Registration Can Be Obtained From The Prs During Working Weekdays From 7:00 Am To 4:00 Pm Or At The Dpwh Website Www.dpwh.gov.ph. 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary Pass/fail Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184), Otherwise Known As The “government Procurement Reform Act”. The Contract Shall Be Awarded To The Lowest Calculated Responsive Bidder (lcrb) Who Was Determined As Such During Post-qualification. 4. Interested Bidders May Obtain Further Information From The Department Of Public Works And Highways (dpwh)-batangas Iv District Engineering Office, And Inspect The Bidding Documents At Marawoy, Lipa City, Batangas During Weekdays From 08:00 A.m To 05:00 P.m. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 23, 2025 To February 11, 2025, 8:00 A.m.-5:00 P.m.; February 12, 2025, 8:00 A.m.-8:15 A.m. From The Address Below And Upon Payment Of The Applicable Fee For The Bidding Pursuant To The Latest Guidelines Issued By The Gppb Amounting To The Responding Cost Of Bidding Documents Indicated On The Above Table. It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps), And The Dpwh Website, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 6. The Department Of Public Works And Highways (dpwh)-batangas Iv District Engineering Office Will Hold A Pre-bid Conference Physically And/or Through Live-streamed On Youtube On January 31, 2025 At 09:00 A.m. At Bidding Room, Dpwh-batangas Iv District Engineering Office, Marawoy, Lipa City, Batangas, Which Shall Be Open To Prospective Bidders. For Youtube Livestreaming, Https://youtube.com/@batangas_4th_deo?si=lsq1bcqacx-uowzq 7. Bid Submission Maybe Done Manually Or Electronically/online. However, Bidders Should Only Select One Mode Of Submission, Either Manual Or Electronic. For Bids To Be Submitted Electronically/online, The Following Procedures Should Be Observed Following Department Order No. 87, Series Of 2020. It Is Also Indicated In The Bds. 8. Bids Must Be Duly Received By The Bac Secretariat At The Address Below For Manual Submission Or At Electronicbids_batangas4@dpwh.gov.ph For Electronic Submission On Or Before February 12, 2025 At 08:30 A.m. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. 9. Bid Opening Shall Be On February 12, 2025 At 08:30 A.m. At Bidding Room, Dpwh-batangas Iv District Engineering Office, Marawoy, Lipa City, Batangas And Through Live-streamed On Youtube (https://youtube.com/@batangas_4th_deo?si=lsq1bcqacx-uowzq). Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. Late Bids Shall Not Be Accepted. 10. "if At The Time Of The Post-qualification Procedure, The Bac Verifies That Any Of The Deficiencies Is Due To The Contractor’s Fault Or Negligence Pursuant To 34.3(b)(ii) Of The 2016 Revised Implementing Rules And Regulations Of Republic Act No. 9184 (2016 Irr Of Ra 9184), The Procuring Entity Shall Disqualify The Contractor From The Award Without Any Right To Reimburse Fees And Incidental Cost Paid For The Procurement Of Infrastructure Contract Subject Of The Bid." 11. The Dpwh-batangas Iv District Engineering Office Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35 And Section 41 Of The 2016 Revised Implementing Rules And Regulations (irr) Of Ra 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. All Representatives Who Will Submit Their Bids Must Be Duly Authorized And Registered Liaison Officers As Reflected In The Contractor Registration Certificate (crc). Authorized Representatives Are Required To Present Their Company Ids And Government Id For Verification Purposes. 13. Please Be Informed That On The Day Of Bid Opening, The Approved Appointment Intended For Purchasing Bidding Documents Will Be Limited To Two (2) Prospective Bidders Only To Strictly Follow The Bid Opening Schedule. Secure The Approved Appointment To Dpwhbats4appointment@gmail.com 14. For Further Information, Please Refer To: Leo S. Matias Engineer Iii Bac, Chairperson Department Of Public Works And Highways Batangas Iv District Engineering Office Brgy. Marawoy, Lipa City, Batangas Telephone No.: (043) 233-05-24 Email Address: Matias.leo@dpwh.gov.ph/ Dpwhbatangas4bac@gmail.com Queen Mariciel J. Sianquita Engineer Ii Head, Bac Secretariat Department Of Public Works And Highways Batangas Iv District Engineering Office Brgy. Marawoy, Lipa City, Batangas Telephone No.: (043) 233-05-24 Email Address: Sianquita.queen_mariciel@dpwh.gov.ph/ Dpwhbatangas4bac@gmail.com 15. You May Visit The Following Websites: For Downloading Of Bidding Documents At Www.dpwh.gov.ph & Www.philgeps.gov.ph For Online Bid Submission At Electronicbids_batangas4@dpwh.gov.ph January 22, 2025 Approved By: Leo S. Matias Bac, Chairperson Noted By: Jehela G. Roxas District Engineer Date Of Publication: January 23, 2025 To January 29, 2025 Publication: Dpwh Website/ Philgeps
NATIONAL INSTITUTE OF STANDARDS AND TECHNOLOGY USA Tender
Others
United States
Closing Soon5 Feb 2025
Tender AmountRefer Documents
Details: This Is A Sources Sought Notice For Market Research Purposes. This Is Not A Request For Proposals Or A Request For Quotations. the Mission Of The Office Of Reference Material (orm) At The National Institute Of Standards And Technology (nist) Is To Provide Customers With The Means To Obtain Nist Standard Reference Materials (srms)®. Nist Supports Accurate And Compatible Measurements By Certifying And Providing Over 1,100 Of The Highest Quality And Metrological Value Standard Reference Materials To Industry, Academia, And Government. These Materials Are Used To Perform Instrument Calibrations In Units As Part Of Overall Quality Assurance Programs, To Verify The Accuracy Of Specific Measurements, And To Support The Development Of New Measurement Methods. some Of The Reference Materials That Orm Sells Are In A Powder Form And Need To Be Bottled Inside A Clean Bench Hood That Exhausts The Dust Away From The Technicians And Into Filters And Then Exhausted To The Outside. Orm Has Four (4) Clean Bench Hoods That Are Over 30 Years Old, And Do Not Function Efficiently. Orm Is Seeking To Replace The Four Existing Clean Bench Hoods With Two Larger Units. nist Is Performing Market Research To Identify Potential Sources For An Anticipated Contract To Manufacture, Deliver, Install And Warranty Two Larger Clean Bench Hoods, One In Each Of Two Labs. potential Contract Requirements the Following Requirements Are Provided To Describe The Government's Minimum Needs. As The Acquisition Planning Process Proceeds, Requirements May Be Modified. 1. Manufacture And Deliver Two New Clean Bench Hoods That Are 8-foot-long With A Vertical Operating Height Of 47 Inches. 2. Install The Clean Bench Hoods: -replace The Existing Clean Bench Hoods With The New Units. -disconnect The Electrical Connections To Each Of The Existing Four Clean Bench Hoods, And Remove The Hoods From The Building And The Nist Campus. It Is The Responsibility Of The Contractor Properly Dispose Of The Units. -hook The Electrical Connections To Each Hood And Accurately Hook The Hoods Up To The Existing Exhaust Ducts Located In The Ceiling Of Each Room. -replace The Ceiling Tile Grid And Tiles As Necessary To Keep A Clean And Sealed Ceiling. -test The New Hoods To Verify They Meet Specifications For Air Flow. 3. Provide A One Year Warranty For All Equipment And Labor. information For Submission nist Is Seeking Responses From Responsible Sources. Responses Are Being Sought From All Business Sizes. After The Results Of This Market Research Are Obtained And Analyzed, Nist May Conduct A Competitive Procurement And Subsequently Award A Contract. the Naics Code For This Effort Is 333413, Industrial And Commercial Fan And Blower And Air Purification Equipment Manufacturing. The Small Business Size Standard Is 500 Employees. responses To This Sources Sought Shall Not Exceed Ten Pages In Length And Must Demonstrate The Respondent's Capabilities Related To The Potential Government Requirements; Responses Must Provide Detail Beyond A Standard Capability Statement. the Following Information Must Be Provided In Response To This Sources Sought Notice: name Of Company(ies), Their Addresses, Unique Entity Identifier (uei) For The Company's Active System For Award Management (sam.gov) Website Registration, And A Point Of Contact For Thecompany (name, Phone Number, Fax Number And Email Address) That Provide The Services Forwhich Specifications Are Provided. Interested Parties That Do Not Have An Active Sam.gov Registration Are Strongly Encouraged Toimmediately Begin The Registration Process. This Process Can Take Several Weeks To Complete. Parties Responding To Government Solicitations Must Have An Active Registration At Sam.gov In Order For A Quotation To Be Considered For Award. if The Respondent Is Not The Manufacturer Of The Equipment, Please Provide The Name Of The Manufacturer. product Documentation On Available Clean Bench Hoods That Meet The Requirements Herein. the Country Of Origin For The Equipment. a Description Of Available Resources For Dismantling And Installation. The Technicians Who Perform The Electrical Work For Dismantling The Electrical Connections And Installing The New Electrical Connections Must Be Certified To Perform Electrical Work. if The Contractor Has Performed Similar Work, Please Provide Price Information For The Work Performed. All Price Information Will Be Utilized For Budgeting Purposes All Price Information Is Non-committal And Will Be Held By Nist As Confidential. any Other Relevant Information Which The Government Should Consider In Developing Its Minimum Specifications And Finalizing Its Market Research. the Above Information And Any Other Information Considered Pertinent To This Notification Must Be Submitted To Carol Wood, Contracting Officer, Not Later Than February 5, 2025, At 3:30 Pm Eastern Time. Email Submission Is Required.
MUNICIPALITY OF NARVACAN, ILOCOS SUR Tender
Civil And Construction...+1Civil Works Others
Philippines
Closing Date11 Feb 2025
Tender AmountPHP 4.5 Million (USD 76.7 K)
Details: Description Project Billboard/signboard (for Lgu), Project Billboard/signboard (for Coa), Occupational Safety And Health Program, Structure Excavation, Embankment From Structure Excavation, Gravel Fill, Structural Concrete Class A, Reinforced Concrete (flooring), Reinforcing Steel Bar (deformed) Grade 40, Cement Plaster Finish, 150mm Chb Non Load Bearing, Masonry/concrete Painting, Tile Works (wall Tiles), Tile Works (ungalzed Tiles), 4.5 Mm Fiber Cement Ceiling On Metal Frame, Wood Painting, Roofing And Roof Framing Works, Plumbing Works, Doors And Windows, Railings, Aggregate Subbase Course, Stone Masonry, Subgrade Preparation (unsuitable Materials), Pcc Pavement (plain) - Conventional Method, 200mm Thk. The Schedule Of Bac Activities Are As Follows: Bac Activities/schedule 1. Issuance & Availability Of Bidding Documents - January 23, 2025 – February 11, 2025 2. Pre-bid Conference - January 30,2024 – 2:30 Pm, Bac Office 3. Receipt And Opening Of Bids (includes Submission Of Eligibility Requirements And Eligibility Check) - February 11, 2025– 2:30 Pm, Bac Office 4. Bid Evaluation - February 12, 2025 5. Post Qualification - February 13, 2025 6. Approval Of Bac Resolution/issuance Of Notice Of Award - February 14, 2025 7. Contract Preparation And Signing - February 17, 2025 8. Issuance Of Notice To Proceed - February 18, 2025
Province Of Misamis Oriental Tender
Civil And Construction...+1Building Construction
Philippines
Closing Date13 Feb 2025
Tender AmountPHP 7.4 Million (USD 127 K)
Details: Description Invitation To Bid 1. The Provincial Government Of Misamis Oriental, Through The Excise Tax- Trust Fund Intends To Apply The Sum Of Seven Million Four Hundred Forty Eight Thousand Eight Hundred Twenty Eight And 62/100 (php 7,448,828.62) Being The Approved Budget For The Contract Abc To Payments Under The Contract For Construction Of 1 Storey 4 Classroom School Building Pamalihi Elementary School, Samay, Balingasag, Misamis Oriental, Under Purchase No. 0035-25 Dated January 13, 2025. Description Of Works Part I Other General Requirements B.3 Permits And Clearances B.5 Project Billboards/signboard B.7 Occupational Safety And Health Program B.9 Mobilization/demobilization Part Ii Earthworks 801(1) Removal Of Structure And Obstruction 803(1)a Structure Excavation (common Soil) 804(1)a Embankment (from Structure Excavation) 804(1)b Embankment (from Borrow) 804(4) Gravel Fill Part Iii Concrete Works 900(1)c1 Structural Concrete (class A, 28 Days) 902(1)a Reinforcing Steel (deformed) Grade 40 903(2) Formworks & Falseworks Part Iv Masonry Works 1046(2)a1 Chb Non-load Bearing (including Reinforcing Steel), 150mm 1021(1)a Cement Floor Finish (plain) 1027(1) Cement Plaster Finish Part V Tile Works 1018(1) Glazed Tiles And Trims 1018(2) Unglazed Tiles Part Vi Doors & Windows 1009(1)a Jalousie Windows (glass) 1010(2)a Hollow Core Flush Door 1010(2)b Wooden Panel Door Part Vii Capentry & Joinery Works 1003(1) 6mm Marine Plywood On Metal Frame Ceiling 1003(17) Carpentry & Joinery Works 1038(1) Reflective Insulation Part Viii Structural Steel Works 1013(2)a Fabricated Metal Roofing Accessory (ridge Roll) 1013(2)b Fabricated Metal Roofing Accessory (flashing) 1014(1)b2 Pre-painted Metal Sheets, Rib-type (long Span) 1047(2)a Structural Steel (trusses) 1047(2)b Structural Steel (purlins) 1047(3)a Metal Structures Accessories (anchor Bolts) 1047(3)b Metal Structures Accessories (sagrods) 1047(3)c Metal Structures Accessories (turnbuckle) 1047(3)d Metal Structures Accessories (cross Bracing) 1047(6) Metal Structures Accessories (steel Plates) 1051(6) Railings Part Ix Painting Works 1032(1)a Painting Works (masonry Painting) 1032(1)b Painting Works (wood Painting) 1032(1)c Painting Works (metal Painting) Part X Electrical Works 1100 Conduit, Boxes And Fittings 1101 Wires And Wiring Devices 1102 Power Load Center, Switch Gear & Panel Boards 1103 Lighting Fixtures 1200(17) Propeller (ceiling Fan) Part Xi Plumbing Works 1001(8) Sewer Line Works 1002(4) Plumbing Fixtures 1002(24) Cold Water Lines 1001(11) Septic Vault Part Xii Termite Control Works 1000(1) Soil Poisoning Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Provincial Government Of Misamis Oriental Now Invites Bids For The Above Procurement Project. Completion Of The Works Is Required 105 Calendar Days Bidders Should Have Completed A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instruction To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. 4. Interested Bidders May Obtain Further Information From Bids And Awards Committee Thru The Bac Secretariat At The Procurement Unit, Capitol Building, Cagayan De Oro City And Inspect The Bidding Documents At The Address Given Below During [8:00am-5:00 Pm]. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On [january 30, 2025 To February 12, 2025; 8:00-3:00 Pm] From The Given Address And Website(s) Below Bids And Awards Committee Thru The Bac Secretariat At The Procurement Unit, Capitol Building, Cagayan De Oro City And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of [php10,000.00]. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment. 6. The Provincial Government Of Misamis Oriental Will Hold A Pre-bid Conference On January 30, 2025;10:30am At The Bids And Awards Committee Office, 2nd Floor Capitol Building, Cagayan De Oro City, Which Be Open To Prospective Bidders 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Bids And Awards Committee Office, Conference Room, 2nd Floor, Capitol Building, Cagayan De Oro City On Or Before February 13, 2025;10:00am. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 9. Bid Opening Shall Be On February 13, 2025; 10:30am At The Given Address Bids And Awards Committee Office, Conference Room, 2nd Floor, Capitol Building, Cagayan De Oro City. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The Provincial Government Of Misamis Oriental Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 11. For Further Information, Please Refer To: Ms. Jacquiline M. Noble Head, Bac Secretariat C/o Procurement Unit Capitol Building Cagayan De Oro City. Bacmisamisoriental@gmail.com Www.misamisoriental.gov.ph Filemon R. Aguilar, Jr. Bac, Chairman
BARANGAY STA ROSA, BALANGIGA EASTERN SAMAR Tender
Civil And Construction...+1Civil Works Others
Philippines
Closing Date12 Feb 2025
Tender AmountPHP 500 K (USD 8.5 K)
Details: Description S P E C I F I C A T I O N S B.5 Project Billboard The Contractor Shall Install One (1) Billboard Measuring 8 Ft. X 8 Ft. Tarpaulin, In Front Of The Project Site. Project Billboard Shall Be Installed For Government Information Projects To Inform The Public Of The Implementation Of The Project And To Advise The Road Users Of The On-going Construction. Upon Completion Of The Work, All Signs Installed Shall Be Removed From The Site. 102(1) Roadway Excavation Removal Of Unsuitable Material Where The Plans Show The Top Portion Of The Roadbed To Be Selected Topping, All Unsuitable Materials Shall Be Excavated To The Depth Necessary For Replacement Of The Selected Topping To The Required Compacted Thickness. Where Excavation To The Finished Graded Section Results In A Subgrade Or Slopes Of Unsuitable Soil, The Engineer May Require The Contractor To Remove The Unsuitable Material And Backfill To The Finished Graded Section With Approved Material. The Contractor Shall Conduct His Operations In Such A Way That The Engineer Can Take The Necessary Cross-sectional Measurements Before The Backfill Is Placed. The Excavation Of Muck Shall Be Handled In A Manner That Will Not Permit The Entrapment Of Muck Within The Backfill. The Material Used For Backfilling Up To The Ground Line Or Water Level, Whichever Is Higher, Shall Be Rock Or Other Suitable Granular Material Selected From The Roadway Excavation, If Available. If Not Available, Suitable Material Shall Be Obtained From Other Approved Sources. Unsuitable Material Removed Shall Be Disposed Off In Designated Areas Shown On The Plans Or Approved By The Engineer. Item 201 – Aggregate Base Course 201.1 Description This Item Shall Consist Of Furnishing, Placing And Compacting An Aggregate Base Course On A Prepared Sub-grade/sub-base In Accordance With This Specification And The Lines, Grades, Thickness And Typical Cross-sections Shown On The Plans, Or As Established By The Lgu Project Engineer. 201.2 Material Requirements Aggregate For Base Course Shall Consist Of Hard, Durable Particles Or Fragments Of Crushed Stone, Crushed Slag Or Crushed Or Natural Gravel And Filler Of Natural Or Crushed Sand Or Other Finely Divided Mineral Matter. The Composite Material Shall Be Free From Vegetable Matter And Lumps Or Balls Of Clay, And Shall Be Of Such Nature That It Can Be Compacted Readily To Form A Firm, Stable Base. In Some Areas Where The Conventional Base Course Materials Are Scarce Or Non-available, The Use Of 40% Weathered Limestone Blended With 60% Crushed Stones Or Gravel Shall Be Allowed, Provided That The Blended Materials Meet The Requirements Of This Item. The Base Course Material Shall Conform To Table 201.1, Whichever Is Called For In The Bill Of Quantities Table 201.1 – Grading Requirements Sieve Designation Mass Percent Passing Standard, Mm Alternate Us Standard Grading A Grading B 50 2” 100 37.5 1-1/2” - 100 25.0 1” 60 – 85 - 19.0 ¾” - 60 – 85 12.5 ½” 35 – 65 - 4.75 No. 4 20 – 50 30 – 55 0.425 No. 40 5 – 20 8 – 25 0.075 No. 200 0 – 12 2 – 14 The Fraction Passing The 0.075 Mm (no. 200) Sieve Shall Not Be Greater Than 0.66 (two Thirds) Of The Fraction Passing The 0.425 Mm (no. 40) Sieve. The Fraction Passing The 0.425 Mm (no. 40) Sieve Shall Have A Liquid Limit Not Greater Than 25 And Plasticity Index Not Greater Than 6 As Determined By Aashto T 89 And T 90, Respectively. The Coarse Portion, Retained On A 2.00 Mm (no. 10) Sieve Shall Have A Mass Percent Of Wear Not Exceeding 50 By The Los Angeles Abrasion Test Determined By Aashto T 96. The Material Passing The 19 Mm (3/4 Inch) Sieve Shall Have A Soaked Cbr Value Of Not Less Than 80% As Determined By Aashto T 193. The Cbr Value Shall Be Obtained At The Maximum Dry Density (mdd) As Determined By Aashto T 180, Method D. If Filler, In Addition To That Naturally Present, Is Necessary For Meeting The Grading Requirements Or For Satisfactory Bonding, It Shall Be Uniformly Blended With The Base Course Material On The Road Or In A Pug Mill Unless Otherwise Specified Or Approved. Filler Shall Be Taken From Sources Approved By The Lgu Project Engineer, Shall Be Free From Hard Lumps And Shall Not Contain More Than 15 Percent Of Material Retained On The 4.75 Mm (no. 4) Sieve. 201.3 Construction Requirements 201.3.1 Preparation Of Existing Surface The Existing Surface Shall Be Graded And Finished As Provided Under Item 105, Sub-grade Preparation, Before Placing The Base Material. 201.3.2 Placing It Shall Be In Accordance With All The Requirements Of Subsection 200.3.2, Placing. 201.3.3 Spreading And Compacting It Shall Be In Accordance With All The Requirements Of Subsection 200.3.3, Spreading And Compacting. 201.3.4 Additional Filler Additional Filler, When Required And When Not Added At The Screening Plant, Shall Be Spread In A Uniform Layer Over The Loosely Spread Base Material As Specified By The Lgu Project Engineer, Scarified By Appropriate Heavy Equipment And Then Watered And Mixed As Described Above. These Materials Are Incidental To The Work And No Payment Shall Be Made By The Project To The Contractor. 201.3.5 Trial Sections Trial Sections Shall Conform In All Respects To The Requirements Specified In Subsection 200.3.4. 201.3.6 Tolerances The Aggregate Base Course Shall Be Laid To The Designed Level And Transverse Slopes Shown On The Plans. The Allowable Tolerances Shall Be In Accordance With Following: Permitted Variation From Design Thickness Of Layer ± 10 Mm Permitted Variation From Design Level Of Surface + 5 Mm -10 Mm Permitted Surface Irregularity Measured By 3-m Straight-edge 5 Mm Permitted Variation From Design Crossfall Or Camber ± 0.2% Permitted Variation From Design Longitudinal Grade Over 25 M In Length ± 0.1% 201.4 Environmental Measures During The Course Of Hauling Operations, The Contractor Must At All Times Provide The Necessary Cover For The Dump Body Of The Hauling Equipment To Prevent Accidental Spoilage Of Earth Materials That Will Injure The Travelling Public Or People Living Near By. The Travel Route Of The Hauling Equipment’s Must Always Be Moist To Prevent Blowing Up Of Dusts Particles. Likewise, The Contractor Must Always Observe The Noise Level Of The Exhaust Mufflers Of The Heavy Equipment’s To Be At Minimum. Otherwise, Exhaust Muffler Must Be Provided With Silencers To Reduce Noise Levels Of The Hauling Equipment’s. Travelling Speed Of All Hauling Equipment’s Must Be Reduce When Passing Populated Areas Or At The School Site During School Days. Item 311 – Portland Cement Concrete Pavement 311.1 Description This Item Shall Consist Of Pavement Of Portland Cement Concrete, With Or Without Reinforcement, Constructed On The Prepared Base In Accordance With This Specification And In Conformity With Lines, Grades, Thickness And Typical Cross-section Shown On The Plans. 311.2 Material Requirements 311.2.1 Portland Cement Only Type I Portland Cement Shall Be Used Unless Otherwise Provided For In The Special Provisions. Different Brands Or The Same Brands From Different Mills Shall Not Be Mixed Nor Shall They Be Used Alternately Unless The Mix Is Approved By The Lgu Project Engineer. Cement Which For Any Reason Has Become Partially Set Or Which Contains Lumps Of Caked Cement Will Be Rejected. Cement Salvaged From Discarded Or Used Bags Shall Not Be Used. Samples Of Cement Shall Be Obtained In Accordance With Aashto T 127. 311.2.2 Fine Aggregate It Shall Consist Of Natural Sand, Stone Screenings Or Other Inert Materials With Similar Characteristics, Or Combinations Thereof, Having Hard, Strong And Durable Particles. Fine Aggregate From Different Sources Of Supply Shall Not Be Mixed Or Stored In The Same Pile Nor Used Alternately In The Same Class Of Concrete Without The Approval Of The Lgu Project Engineer. It Shall Not Contain More Than Three (3) Mass Percent Of Material Passing The 0.075 Mm (no. 200 Sieve) By Washing Nor More Than One (1) Mass Percent Each Of Clay Lumps Or Shale. The Use Of Beach Sand Will Not Be Allowed Without The Approval Of The Lgu Project Engineer. If The Fine Aggregate Is Subjected To Five (5) Cycles Of The Sodium Sulfate Soundness Test, The Weighted Loss Shall Not Exceed 10 Mass Percent. The Fine Aggregate Shall Be Free From Injurious Amounts Of Organic Impurities. If Subjected To The Colorimetric Test For Organic Impurities And A Color Darker Than The Standard Is Produced, It Shall Be Rejected. However, When Tested For The Effect Of Organic Impurities Of Strength Of Mortar By Aashto T 71, The Fine Aggregate May Be Used If The Relative Strength At 7 And 28 Days Is Not Less Than 95 Mass Percent. The Fine Aggregate Shall Be Well-graded From Coarse To Fine And Shall Conform To Table 311.1 Table 311.1 – Grading Requirements For Fine Aggregate Sieve Designation Mass Percent Passing 9.5 Mm (3/8 In) 100 4.75 Mm (no. 4) 95 – 100 2.36 Mm (no. 8) - 1.18 Mm (no. 16) 45 – 80 0.600 Mm (no. 30) - 0.300 Mm (no. 50) 5 – 30 0.150 Mm (no. 100) 0 – 10 311.2.3 Coarse Aggregate It Shall Consist Of Crushed Stone, Gravel, Blast Furnace Slag, Or Other Approved Inert Materials Of Similar Characteristics, Or Combinations Thereof, Having Hard, Strong, Durable Pieces And Free From Any Adherent Coatings. It Shall Contain Not More Than One (1) Mass Percent Of Material Passing The 0.075 Mm (no. 200) Sieve, Not More Than 0.25 Mass Percent Of Clay Lumps, Nor More Than 3.5 Mass Percent Of Soft Fragments. If The Coarse Aggregate Is Subjected To Five (5) Cycles Of The Sodium Sulfate Soundness Test, The Weighted Loss Shall Not Exceed 12 Mass Percent. It Shall Have A Mass Percent Of Wear Not Exceeding 40 When Tested By Aashto T 96. If The Slag Is Used, Its Density Shall Not Be Less Than 1120 Kg/m3 (70 Lb./cu. Ft.). The Gradation Of The Coarse Aggregate Shall Conform To Table 311.2. Only One Grading Specification Shall Be Used From Any One Source. Table 311.2 – Grading Requirement For Coarse Aggregate Sieve Designation Mass Percent Passing Standard Mm Alternate U. S. Standard Grading A Grading B Grading C 75.00 3 In. 100 - - 63.00 2-1/2 In. 90-100 100 100 50.00 2 In. - 90-100 95-100 37.5 1-1/2 In. 25-60 35-70 - 25.0 1 In. - 0-15 35-70 19.0 ¾ In. 0-10 - - 12.5 ½ In. 0-5 0-5 10-30 4.75 No. 4 - - 0-5 311.2.4 Water Water Used In Mixing, Curing Or Other Designated Application Shall Be Reasonably Clean And Free Of Oil, Salt, Acid, Alkali, Grass Or Other Substances Injurious To The Finished Product. Water Will Be Tested In Accordance With And Shall Meet The Requirements Of Item 714, Water. Water Which Is Drinkable May Be Used Without Test. Where The Source Of Water Is Shallow, The Intake Shall Be So Enclosed As To Exclude Silt, Mud, Grass Or Other Foreign Materials. 311.2.5 Reinforcing Steel It Shall Conform To The Requirements Of Item 404, Reinforcing Steel. Dowels And Tie Bars Shall Conform To The Requirements Of Aashto M 31 Or M 42, Except That Rail Steel Shall Not Be Used For Tie Bars That Are To Be Bent And Re-straightened During Construction. Tie Bars Shall Be Deformed Bars. Dowels Shall Be Plain Round Bars. Before Delivery To The Site Of Work, One-half Of The Length Of Each Dowel Shall Be Painted With One Coat Of Approved Lead Or Tar Paint. The Sleeves For Dowel Bars Shall Be Metal Of Approved Design To Cover 50 Mm ( 2 Inches), Plus Or Minus 5 Mm (1/4 Inch) Of The Dowel, With A Closed End, And With A Suitable Stop To Hold The End Of The Sleeve At Least 25 Mm (1 Inch) From The End Of The Dowel. Sleeves Shall Be Of Such Design That They Do Not Collapse During Construction. 311.2.6 Joint Fillers Poured Joint Fillers Shall Be Mixed Asphalt And Mineral Or Rubber Filler. Preformed Joint Filler Shall Conform To The Applicable Requirements. It Shall Be Punched To Admit The Dowels Where Called For In The Plans. The Filler For Each Joint Shall Be Furnished In A Single Piece For The Full Depth And Width Required For The Joint. 311.2.7 Admixtures Air-entraining Admixture Shall Conform To The Requirements Of Aashto M 154. Chemical Admixtures, If Specified Or Permitted, Shall Conform To The Requirements Of Aashto M 194. Fly Ash, If Specified Or Permitted As A Mineral Admixture And As 20% Partial Replacement Of Portland Cement In Concrete Mix Shall Conform To The Requirements Of Astm C 618. Admixture Should Be Added Only To The Concrete Mix To Produce Some Desired Modifications To The Properties Of Concrete Where Necessary, But Not As Partial Replacement Of Cement. 311.2.8 Curing Materials Curing Materials Shall Conform To The Following Requirements As Specified; A) Burlap Cloth - Aashto M 182 B) Liquid Membrane Forming Compounds - Aashto M 148 C) Sheeting (film) Materials - Aashto M 171 Cotton Mats And Water-proof Paper Can Be Used. 311.2.9 Calcium Chloride/calcium Nitrate It Shall Conform To Aashto M 144, If Specified Or Permitted By The Lgu Project Engineer, As Accelerator. 311.2.10 Storage Of Cement And Aggregate All Cement Shall Be Stored, Immediately Upon Delivery At The Site, In Weatherproof Building Which Will Protect The Cement From Dampness. The Floor Shall Be Raised From The Ground. The Buildings Shall Be Placed In Locations Approved By The Lgu Project Engineer. Provisions For Storage Shall Be Ample, And The Shipments Of Cement As Received Shall Be Separately Stored In Such A Manner As To Allow The Earliest Deliveries To Be Used First And To Provide Easy Access For Identification And Inspection Of Each Shipment. Storage Buildings Shall Have Capacity For Storage Of A Sufficient Quantity Of Cement To Allow Sampling At Least Twelve (12) Days Before The Cement Is To Be Used. Bulk Cement, If Used, Shall Be Transferred To Elevated Air Tight And Weatherproof Bins. Stored Cement Shall Meet The Test Requirements At Any Time After Storage When Retest Is Ordered By The Lgu Project Engineer. At The Time Of Use, All Cement Shall Be Free-flowing And Free Of Lumps. The Handling And Storing Of Concrete Aggregates Shall Be Such As To Prevent Segregation Or The Inclusion Of Foreign Materials. The Lgu Project Engineer May Require That Aggregates Be Stored On Separate Platforms At Satisfactory Locations. In Order To Secure Greater Uniformity Of Concrete Mix, The Lgu Project Engineer May Require That The Coarse Aggregate Be Separated Into Two Or More Sizes. Different Sizes Of Aggregate Shall Be Stored In Separate Bins Or In Separate Stockpiles Sufficiently Removed From Each Other To Prevent The Material At The Edges Of The Piles From Becoming Intermixed. 311.2.11 Proportioning, Consistency And Strength Of Concrete The Contractor Shall Prepare The Design Mix Based On The Absolute Volume Method As Outlined In The American Concrete Institute (aci) Standard 211.1, “recommended Practice For Selecting Proportions For Normal And Heavyweight Concrete”. It Is The Intent Of This Specification To Require At Least 364 Kg Of Cement Per Cubic Meter Of Concrete To Meet The Minimum Strength Requirements. The Lgu Project Engineer Shall Determine From Laboratory Tests Of The Materials To Be Used, The Cement Content And The Proportions Of Aggregate And Water That Will Produce Workable Concrete Having A Slump Of Between 40 And 75 Mm (1-1/2 And 3 Inches) If Not Vibrated Or Between 10 And 40 Mm (1/2 And 1-1/2 Inches) If Vibrated, And A Flexural Strength Of Not Less Than 3.8 Mpa (550 Psi) When Tested By The Third-point Method Or 4.5 Mps (650 Psi) When Tested By The Mid-point Method At Fourteen (14) Days In Accordance With Aashto T97 And T177, Respectively; Or A Compressive Strength Of 24.1 Mps (3500 Psi) For Cores Taken At Fourteen (14) Days And Tested In Accordance With Aashto T24. Slump Shall Be Determined Using Aashto T 119. The Designer Shall Consider The Use Of Lean Concrete (econcrete) Mixtures Using Local Materials Or Specifically Modified Conventional Concrete Mixes In Base Course And In The Lower Course Composite, Monolithic Concrete Pavements Using A Minimum Of 75 Mm (3 Inches) Of Conventional Concrete As The Surface Course. The Mix Design Shall Be Submitted To The Lgu Project Engineer For Approval And Shall Be Accompanied With Certified Test Data From An Approved Laboratory Demonstrating The Adequacy Of The Mix Design. A Change In The Source Of Materials During The Progress Of Work May Necessitate A New Design Mix. 311.3 Construction Requirements 311.3.1 Quality Control Of Concrete 1. General The Contractor Shall Be Responsible For The Quality Control Of All Materials During The Handling, Blending, And Mixing And Placement Operations. 2. Quality Control Plan The Contractor Shall Furnish The Lgu Project Engineer A Quality Control Plan Detailing His Production Control Procedures And The Type And Frequency Of Sampling And Testing To Insure That The Concrete Produces Complies With The Specifications. The Lgu Project Engineer Shall Be Provided Free Access To Recent Plant Production Records, And If Requested, Informational Copies Of Mix Design, Materials Certifications And Sampling And Testing Reports. 3. Qualification Of Workmen Experienced And Qualified Personnel Shall Perform All Batching Or Mixing Operation For The Concrete Mix, And Shall Be Present At The Plant And Job Site To Control The Concrete Productions Whenever The Plant Is In Operation. They Shall Be Identified And Duties Defined As Follows: A. Concrete Batcher. The Person Performing The Batching Or Mixing Operation Shall Be Capable Of Accurately Conducting Aggregate Surface Moisture Determination And Establishing Correct Scale Weights For Concrete Materials. He Shall Be Capable Of Assuring That The Proportioned Batch Weights Of Materials Are In Accordance With The Mix Design. B. Concrete Technician. The Person Responsible For Concrete Production Control And Sampling And Testing For Quality Control Shall Be Proficient In Concrete Technology And Shall Have A Sound Knowledge Of The Specifications As They Relate To Concrete Production. He Shall Be Capable Of Conducting Tests On Concrete And Concrete Materials In Accordance With These Specifications. He Shall Be Capable Of Adjusting Concrete Mix Designs For Improving Workability And Specification Compliance And Preparing Trial Mix Designs. He Shall Be Qualified To Act As The Concrete Batcher In The Batcher’s Absence. 4. Quality Control Testing The Contractor Shall Perform All Sampling, Testing And Inspection Necessary To Assure Quality Control Of The Component Materials And The Concrete. The Contractor Shall Be Responsible For Determining The Gradation Of Fine And Coarse Aggregates And For Testing The Concrete Mixture For Slump, Air Content, Water-cement Ratio And Temperature. He Shall Conduct His Operations So As To Produce A Mix Conforming To The Approved Mix Design. 5. Documentation The Contractor Shall Maintain Adequate Records Of All Inspections And Tests. The Records Shall Indicate The Nature And Number Of Observations Made, The Number And Type Of Deficiencies Found, The Quantities Approved And Rejected, And Nature Of Any Corrective Action Taken. The Lgu Project Engineer May Take Independent Assurance Samples At Random Location For Acceptance Purposes As He Deems Necessary. 311.3.2 Equipment Equipment And Tools Necessary For Handling Materials And Performing All Parts Of The Work Shall Be Approved By The Lgu Project 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 Approved. 1. Batching Plant And Equipment A. General. The Batching Shall Include Bins, Weighing Hoppers, And Scales For The Fine Aggregate And For Each Size Of Coarse Aggregate. If Cement Is Used In Bulk, A Bin, A Hopper, And Separate Scale For Cement Shall Be Included. The Weighing Hopper Shall Be Properly Sealed And Vented To Preclude Dusting Operation. The Batch Plant Shall Be Equipped With A Suitable Non-resettable Batch Counter Which Will Correctly Indicate The Number Of Batches Proportioned. B. Bins And Hoppers. Bins With Adequate Separate Compartments For Fine Aggregate And For Each Size Of Coarse Aggregate Shall Be Provided In The Batching Plant. C. Scales. Scales For Weighing Aggregates And Cement Shall Be Of Either The Beam Type Or The Spring-less-dial Type. They Shall Be Accurate Within One-half Percent (0.5%) Throughout The Range Of Use. Poises Shall Be Designed To Be Locked In Any Position And To Prevent Unauthorized Change. Scales Shall Be Inspected And Sealed As Often As The Lgu Project Engineer May Deem Necessary To Assure Their Continued Accuracy. D. Automatic Weighing Devices. Unless Otherwise Allowed On The Contract, Batching Plants Shall Be Equipped With Automatic Weighing Devices Of An Approved Type To Proportion Aggregates And Bulk Cement. 2. Mixers. A. General. Concrete May Be Mixed At The Site Of Construction Or At A Central Plant, Or Wholly Or In Part In Truck Mixers. Each Mixer Shall Have A Manufacturer’s Plate Attached In A Prominent Place Showing The Capacity Of The Drum In Terms Of Volume Of Mixed Concrete And The Speed Of Rotation Of The Mixing Drum Or Blades. B. Mixers At Site Of Construction. Mixing Shall Be Done In An Approved Mixer Capable Of Combining The Aggregates, Cement And Water Into A Thoroughly Mixed And Uniform Mass Within The Specified Mixing Period And Discharging And Distributing The Mixture Without Segregation On The Prepared Grade. The Mixer Shall Be Equipped With An Approved Timing Device Which Will Automatically Lock The Discharge Lever When The Drum Has Been Charged And Released It At The End Of The Mixing Period. In Case Of Failure Of The Timing Device, The Mixer May Be Used For The Balance Of The Day While It Is Being Repaired, Provided That Each Batch Is Mixed 90 Seconds. The Mixer Shall Be Equipped With A Suitable Non-resettable Batch Counter Which Shall Correctly Indicate The Number Of The Batches Mixed. C. Truck Mixer And Truck Agitators. Truck Mixers Used For Mixing And Hauling Concrete, And Truck Agitators Used For Hauling Central-mixed Concrete, Shall Conform To The Requirements Of Aashto M 157. D. Non-agitator Truck. Bodies Of Non-agitating Hauling Equipment For Concrete Shall Be Smooth, Mortar-tight Metal Containers And Shall Be Capable Of Discharging The Concrete At A Satisfactory Controlled Rate Without Segregation. 3. Paving And Finishing Equipment The Concrete Shall Be Placed With An Approved Paver Designed To Spread, Consolidate, Screed And Float Finish The Freshly Placed Concrete In One Complete Pass Of The Machine In Such A Manner That A Minimum Of Hand Finishing Will Be Necessary To Provide A Dense And Homogeneous Pavement In Conformance With The Plans And Specifications. The Finishing Machine Shall Be Equipped With At Least Two (2) Oscillating Type Transverse Screed. Vibrators Shall Operate At A Frequency Of 8,300 To 9,600 Impulses Per Minute Under Load At A Maximum Spacing Of 60 Cm. 4. Concrete Saw The Contractor Shall Provide Sawing Equipment In Adequate Number Of Units And Power To Complete The Sawing With Water-cooled Diamond Edge Saw Blade Or An Abrasive Wheel To The Required Dimensions And At The Required Rate. He Shall Provide At Least One (1) Stand-by Saw In Good Working Condition And With An Ample Supply Of Saw Blades. 5. Forms Forms Shall Be Of Steel, Of An Approved Section, And Of Depth Equal To The Thickness Of The Pavement At The Edge. The Base Of The Forms Shall Be Of Sufficient Width To Provide Necessary Stability In All Directions. The Flange Braces Must Extend Outward On The Base To Not Less Than 2/3 The Height Of The Form. All Forms Shall Be Rigidly Supported On Bed Of Thoroughly Compacted Material During The Entire Operation Of Placing And Finishing The Concrete. Forms Shall Be Provided With Adequate Devices For Secure Setting So That When In Place, They Will Withstand, Without Visible Spring Or Settlement, The Impact And Vibration Of The Consolidation And Finishing Or Paving Equipment. 311.3.3 Preparation Of Grade After The Sub-grade Of Base Has Been Placed And Compacted To The Required Density, The Areas Which Will Support The Paving Machine And The Grade On Which The Pavement Is To Be Constructed Shall Be Trimmed To The Proper Elevation By Means Of A Properly Designed Machine Extending The Prepared Work Areas Compacted At Least 60 Cm Beyond Each Edge Of The Proposed Concrete Pavement. If Loss Of Density Results From The Trimming Operations, It Shall Be Restored By Additional Compaction Before Concrete Is Placed. If Any Traffic Is Allowed To Use The Prepared Sub-grade Or Base, The Surface Shall Be Checked And Corrected Immediately Ahead Of The Placing Concrete. The Sub-grade Or Base Shall Be Uniformly Moist When The Concrete Is Placed. 311.3.4 Setting Forms 1. Base Support. The Foundation Under The Forms Shall Be Hard And True To Grade So That The Form When Set Will Be Firmly In Contact For Its Whole Length And At The Specified Grade. (any Roadbed, Which At The Form Line Is Found Below Established Grade, Shall Be Filled With Approved Granular Materials To Grade In Lifts Of Three (3) Cm Or Less, And Thoroughly Re-rolled Or Tamped.) Imperfections Or Variations Above Grade Shall Be Corrected By Tamping Or By Cutting As Necessary. 2. Form Setting Forms Shall Be Set Sufficiently In Advance Of The Point Where Concrete Is Being Placed. After The Forms Have Been Set To Correct Grade, The Grade Shall Be Thoroughly Tamped, Mechanically Or By Hand, At Both The Inside And Outside Edges Of The Base Of The Forms. The Forms Shall Not Deviate From True Line Bv More Than One (1) Cm At Any Point. 3. Grade And Alignment The Alignment And Grade Elevations Of The Forms Shall Be Checked And Corrections Made By The Contractor Immediately Before Placing The Concrete. Testing As To Crown And Elevation, Prior To Placing Of Concrete Can Be Made By Means Of Holding An Approved Template In A Vertical Position And Moved Backward And Forward On The Forms. When Any Form Has Been Disturbed Or Any Grade Has Become Unstable, The Form Shall Be Reset And Rechecked. 311.3.5 Conditioning Of Sub-grade Or Base Course When Side Forms Have Been Securely Set To Grade, The Sub-grade Or Base Course Shall Be Brought To Proper Cross-section. High Areas Shall Be Trimmed To Proper Elevation. Low Areas Shall Be Filled And Compacted To A Condition Similar To That Of Surrounding Grade. The Finished Grade Shall Be Maintained In A Smooth And Compacted Condition Until The Pavement Is Placed. Unless Waterproof Sub-grade Or Base Course Cover Material Is Specified, The Sub-grade Or Base Course Shall Be Uniformly Moist When The Concrete Is Placed. If It Subsequently Becomes Too Dry, The Sub-grade Or Base Course Shall Be Sprinkled, But The Method Of Sprinkling Shall Not Be Such As To Form Mud Or Pools Of Water. 311.3.6 Handling, Measuring And Batching Materials The Batch Plant Site, Layout, Equipment And Provisions For Transporting Material Shall Be Such As To Assure A Continuous Supply Of Material To The Work. Stockpiles Shall Be Built Up In Layers Of Not More Than One (1) Meter In Thickness. Each Layer Shall Be Completely In Place Before Beginning The Next Which Shall Not Be Allowed To “cone” Down Over The Next Lower Layer. Aggregates From Different Sources And Of Different Grading Shall Not Be Stockpiled Together. All Washed Aggregates And Aggregates Produced Or Handled By Hydraulic Methods, Shall Be Stockpiled Or Binned For Draining At Least Twelve (12) Hours Before Being Batched. When Mixing Is Done At The Side Of The Work, Aggregates Shall Be Transported From The Batching Plant To The Mixer In Batch Boxes, Vehicle Bodies, Or Other Containers Of Adequate Capacity And Construction To Properly Carry The Volume Required. Partitions Separating Batches Shall Be Adequate And Effective To Prevent Spilling From One Compartment To Another While In Transit Or Being Dumped. When Bulk Cement Is Used, The Contractor Shall Use A Suitable Method Of Handling The Cement From Weighing Hopper To Transporting Container Or Into The Batch Itself For Transportation To The Mixer, With Chute, Boot Or Other Approved Device, To Prevent Loss Of Cement, And To Provide Positive Assurance Of The Actual Presence In Each Batch Of The Entire Cement Content Specified. Bulk Cement Shall Be Transported To The Mixer In Tight Compartments Carrying The Full Amount Of Cement Required For The Batch. However, If Allowed In The Special Provisions, It May Be Transported Between The Fine And Coarse Aggregate. When Cement Is Placed In Contact With The Aggregates, Batches May Be Rejected Unless Mixed Within 1-1/2 Hours Of Such Contact. Cement In Original Shipping Packages May Be Transported On Top Of The Aggregates, Each Batch Containing The Number Of Sacks Required By The Job Mix. The Mixer Shall Be Charged Without Loss Of Cement. Batching Shall Be So Conducted As To Result In The Weight To Each Material Required Within A Tolerance Of One (1) Percent For The Cement And Two (2) Percent For Aggregates. Water May Be Measured Either By Volume Or By Weight. The Accuracy Of Measuring The Water Shall Be Within A Range Of Error Of Not Over Than One (1) Percent. Unless The Water Is To Be Weighed, The Water-measuring Equipment Shall Include An Auxiliary Tank From Which The Measuring Tank Shall Be Equipped With An Outside Tap And Valve To Provide Checking The Setting, Unless Other Means Are Provided For Readily And Accurately Determining The Amount Of Water In The Tank. The Volume Of The Auxiliary Tank Shall Be At Least Equal To That Of The Measuring Tank. 311.3.7 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 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 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 The Mixer. The Contractor Shall Furnish Test Data Acceptable To The Lgu Project Engineer Verifying That The Make And Model Of The Mixer Will Produce Uniform Concrete Conforming To The Provision Of Aashto M 157 At The Reduced Number Of Revolutions Shown On The Serial Plate. When Mixed At The Site Or In A Central Mixing Plant, The Mixing Time Shall Not Be Less Than Fifty (50) Seconds Nor More Than Ninety (90) Seconds, Unless Mixer Performance Tests Prove Adequate Mixing Of The Concrete Is A Shorter Time Period. Four (4) Seconds Shall Be Added To The Specified Mixing Time If Timing Starts At The Instant The Skip Reaches Its Maximum Raised Positions. Mixing Time Ends When The Discharge Chute Opens. Transfer Time In Multiple Drum Mixers Is Included In Mixing Time. The Contents Of An Individual Mixer Drum Shall Be Removed Before A Succeeding Batch Is Emptied Therein. The Mixer Shall Be Operated At The Drum Speed As Shown On The Manufacturer’s Name Plate Attached On The Mixer. Any Concrete Mixed Less Than The Specified Time Shall Be Discarded And Disposed Off By The Contractor At His Expense. The Volume Of Concrete Mixed Per Batch Shall Not Exceed The Mixer’s Nominal Capacity In Cubic Metre, As Shown On The Manufacturer’s Standard Rating Plate On The Mixer, Except That An Overload Up To Ten (10) Percent Above The Mixer’s Nominal Capacity May Be Permitted Provided Concrete Test Data For Strength, Segregation, And Uniform Consistency Are Satisfactory, And Provided No Spillage Of Concrete Takes Place. The Batches Shall Be So Charged Into The Drum That A Portion Of The Mixing Water Shall Be Entered In Advance Of The Cement And Aggregates. The Flow Of Water Shall Be Uniform And All Water Shall Be In The Drum By The End Of The First Fifteen (15) Seconds Of The Mixing Period. The Throat Of The Drum Shall Be Kept Free Of Such Accumulations As May Restrict The Free Flow Of Materials Into The Drum. Mixed Concrete From The Central Mixing Plant Shall Be Transported In Truck Mixers, Truck Agitators Or Non-agitating Truck Specified In Subsection 311.3.2, Equipment. The Time Elapsed From The Time Water Is Added To The Mix Until The Concrete Is Deposited In Place At The Site Shall Not Exceed Forty Five (45) Minutes When The Concrete Is Hauled In Non-agitating Trucks, Nor Ninety (90) Minutes When Hauled In Truck Mixers Or Truck Agitators, Except That In Hot Weather Or Under Other Conditions Contributing To Quick Hardening Of The Concrete, The Maximum Allowable Time May Be Reduced By The Lgu Project Engineer. In Exceptional Cases And When Volumetric Measurements Are Authorized For Small Project Requiring Less Than 75 Cu.m. Of Concrete Per Day Of Pouring, The Weight Proportions Shall Be Converted To Equivalent Volumetric Proportions. In Such Cases, Suitable Allowance Shall Be Made For Variations In The Moisture Condition Of The Aggregates, Including The Bulking Effect In The Fine Aggregate. Batching And Mixing Shall Be In Accordance With Astm C 685, Section 6 Through 9. Concrete Mixing By Chute Is Allowed Provided That A Weighing Scale For Determining The Batch Weight Will Be Used. Retendering Concrete By Adding Water Or By Other Means Shall Not Be Permitted, Except That When Concrete Is Delivered In Truck Mixers, Additional Water May Be Added To The Batch Materials And Additional Mixing Performed To Increase The Slump To Meet The Specified Requirements, If Permitted By The Lgu Project Engineer, Provided All These Operations Are Performed Within Forty-five (45) Minutes After The Initial Mixing Operation And The Water-cement Ratio Is Not Exceeded. Concrete That Is Not Within The Specified Slump Limits At The Time Of Placement Shall Not Be Used. Admixtures For Increasing The Workability Or For Accelerating The Setting Of The Concrete Will Be Permitted Only When Specifically Approved By The Lgu Project Engineer. 311.3.8 Limitation Of Mixing No Concrete Shall Be Mixed, Placed Or Finished When Natural Light Is Insufficient, Unless An Adequate And Approved Artificial Lighting System Is Operated. During Hot Weather, The Lgu Project Engineer Shall Require That Steps Be Taken To Prevent The Temperature Of Mixed Concrete From Exceeding A Maximum Temperature Of (900f 320c). Concrete Not In Place Within Ninety (90) Minutes From The Time The Ingredients Were Charged Into The Mixing Drum Or That Has Developed Initial Set Shall Not Be Used. Retendering Of Concrete Or Mortar Which Has Partially Hardened, That Is Remixing With Or Without Additional Cement, Aggregate, Or Water, Shall Not Be Permitted. In Order That The Concrete May Be Properly Protected Against The Effects Of Rain Before The Concrete Is Sufficiently Hardened, The Contractor Will Be Required To Have Available At All Times Materials For The Protection Of The Edges And Surface Of The Unhardened Concrete. 311.3.9 Placing Concrete Concrete Shall Be Deposited In Such A Manner To Require Minimal Rehandling. Unless Truck Mixers Or Non-agitating Hauling Equipment Are Equipped With Means To Discharge Concrete Without Segregation Of The Materials, The Concrete Shall Be Unloaded Into An Approved Spreading Device And Mechanically Spread On The Grade In Such A Manner As To Prevent Segregation. Placing Shall Be Continuous Between Transverse Joints Without The Use Of Intermediate Bulkheads. Necessary Hand Spreading Shall Be Done With Shovels, Not Rakes. Workmen Shall Not Be Allowed To Walk In The Freshly Mixed Concrete With Boots Or Shoes Coated With Earth Or Foreign Substances. When Concrete Is To Be Placed Adjoining A Previously Constructed Lane And Mechanical Equipment Will Be Operated Upon The Existing Lane, That Previously Constructed Lane Shall Have Attained The Strength For Fourteen (14) Day Concrete. If Only Finishing Equipment Is Carried On The Existing Lane, Paving In Adjoining Lanes May Be Permitted After Three (3) Days. Concrete Shall Be Thoroughly Consolidated Against And Along The Faces Of All Forms And Along The Full Length And On Both Sides Of All Joint Assemblies, By Means Of Vibrators Inserted In The Concrete. Vibrators Shall Not Be Permitted To Come In Contact With A Joint Assembly, The Grade, Or A Side Form. In No Case Shall The Vibrator Be Operated Longer Than Fifteen (15) Seconds In Any One Location. Concrete Shall Be Deposited As Near As Possible To The Expansion And Contraction Joints Without Disturbing Them, But Shall Not Be Dumped From The Discharge Bucket Or Hopper Into A Joint Assembly Unless The Hopper Is Well Centered On The Joint Assembly. Should Any Concrete Material Fall On Or Be Worked Into The Surface Of A Complete Slab, It Shall Be Removed Immediately. 311.3.10 Test Specimens As Work Progresses, At Least One (1) Set Consisting Of Three (3) Concrete Beam Test Specimens, 150 Mm X 150 Mm X 525 Mm Or 900 Mm Shall Be Taken From Each 330 M2 Of Pavement, 230 Mm Depth, Or Fraction Thereof Placed Each Day. Test Specimens Shall Be Made Under The Supervision Of The Lgu Project Engineer, And The Contractor Shall Provide All Concrete And Other Facilities Necessary In Making The Test Specimens And Shall Protect Them From Damage By Construction Operations. Cylinder Samples Shall Not Be Used As Substitute For Determining The Adequacy Of The Strength Of Concrete. The Beams Shall Be Made, Cured, And Tested In Accordance With Aashto T 23 And T 97. 311.3.11 Strike-off Of Concrete And Placement Of Reinforcement Following The Placing Of The Concrete, It Shall Be Struck Off To Conform To The Cross-section Shown On The Plans And To An Elevation Such That When The Concrete Is Properly Consolidated And Finished, The Surface Of The Pavement Will Be At The Elevation Shown On The Plans. When Reinforced Concrete Pavement Is Placed In Two (2) Layers, The Bottom Layer Shall Be Struck Off And Consolidated To Such Length And Depth That The Sheet Of Fabric Or Bar Mat May Be Laid Full Length On The Concrete In Its Final Position Without Further Manipulation. The Reinforcement Shall Then Be Placed Directly Upon The Concrete, After Which The Top Layer Of The Concrete Shall Be Placed, Struck Off And Screened. Any Portion Of The Bottom Layer Of Concrete Which Has Been Placed More Than 30 Minutes Without Being Covered With The Top Layer Shall Be Removed And Replaced With Freshly Mixed Concrete At The Contractor’s Expense. When Reinforced Concrete Is Placed In One Layer, The Reinforcement May Be Firmly Positioned In Advance Of Concrete Placement Or It May Be Placed At The Depth Shown On The Plans In Plastic Concrete, After Spreading By Mechanical Or Vibratory Means. Reinforcing Steel Shall Be Free From Dirt, Oil, Paint, Grease, Mill Scale And Loose Or Thick Rust Which Could Impair Bond Of The Steel With The Concrete. 311.3.12 Joints Joints Shall Be Constructed Of The Type And Dimensions, And At The Locations Required By The Plans Or Special Provisions. All Joints Shall Be Protected From The Intrusion Of Injurious Foreign Material Until Sealed. 1. Longitudinal Joint Deformed Steel Tie Bars Of Specified Length, Size, Spacing And Materials Shall Be Placed Perpendicular To The Longitudinal Joints, They Shall Be Placed By Approved Mechanical Equipment Or Rigidly Secured By Chair Or Other Approved Supports To Prevent Displacement. Tie Bars Shall Not Be Painted Or Coated With Asphalt Or Other Materials Or Enclosed In Tubes Or Sleeves. When Shown On The Plans And When Adjacent Lanes Of Pavement Are Constructed Separately, Steel Side Forms Shall Be Used Which Will Form A Keyway Along The Construction Joint. Tie Bars, Except Those Made Of Rail Steel, May Be Bent At Right Angles Against The Form Of The First Lane Constructed And Straightened Into Final Position Before The Concrete Of The Adjacent Lane Is Placed, Or In Lieu Of Bent Tie Bars, Approved Two-piece Connectors May Be Used. Longitudinal Formed Joints Shall Consist Of A Groove Or Cleft, Extending Downward From And Normal To, The Surface Of The Pavement. These Joints Shall Be Effected Or Formed By An Approved Mechanically Or Manually Operated Device To The Dimensions And Line Indicated On The Plans And While The Concrete Is In A Plastic State. The Groove Or Cleft Shall Be Filled With Either A Premolded Strip Or Poured Material As Required. The Longitudinal Joints Shall Be Continuous, There Shall Be No Gaps In Either Transverse Or Longitudinal Joints At The Intersection Of The Joints. Longitudinal Sawed Joints Shall Be Cut By Means Of Approved Concrete Saws To The Depth, Width And Line Shown On The Plans. Suitable Guide Lines Or Devices Shall Be Used To Assure Cutting The Longitudinal Joint On The True Line. The Longitudinal Joint Shall Be Sawed Before The End Of The Curing Period Or Shortly Thereafter And Before Any Equipment Or Vehicles Are Allowed On The Pavement. The Sawed Area Shall Be Thoroughly Cleaned And, If Required, The Joint Shall Immediately Be Filled With Sealer. Longitudinal Pavement Insert Type Joints Shall Be Formed By Placing A Continuous Strip Of Plastic Materials Which Will Not React Adversely With The Chemical Constituent Of The Concrete. 2. Transverse Expansion Joint The Expansion Joint Filler Shall Be Continuous From Form To Form, Shaped To Sub-grade And To The Keyway Along The Form. Preformed Joint Filler Shall Be Furnished In Lengths Equal To The Pavement Width Or Equal To The Width Of One Lane. Damaged Or Repaired Joint Filler Shall Not Be Used. The Expansion Joint Filler Shall Be Held In A Vertical Position. An Approved Installing Bar, Or Other Device, Shall Be Used If Required To Secure Preformed Expansion Joint Filler At The Proper Grade And Alignment During Placing And Finishing Of The Concrete. Finished Joint Shall Not Deviate More Than 6 Mm From A Straight Line. If Joint Fillers Are Assembled In Sections, There Shall Be No Offsets Between Adjacent Units. No Plugs Of Concrete Shall Be Permitted Anywhere Within The Expansion Space. 3. Transverse Contraction Joint/weakened Joint When Shown On The Plans, It Shall Consist Of Planes Of Weakness Created By Forming Or Cutting Grooves In The Surface Of The Pavement And Shall Include Load Transfer Assemblies. The Depth Of The Weakened Plane Joint Should At All Times Not Be Less Than 50 Mm, While The Width Should Not Be More Than 6 Mm. A. Transverse Strip Contraction Joint. It Shall Be Formed By Installing A Parting Strip To Be Left In Place As Shown On The Plans. B. Formed Groove. It Shall Be Made By Depressing An Approved Tool Or Device Into The Plastic Concrete. The Tool Or Device Shall Remain In Place At Least Until The Concrete Has Attained Its Initial Set And Shall Then Be Removed Without Disturbing The Adjacent Concrete, Unless The Device Is Designed To Remain In The Joint. C. Sawed Contraction Joint. It Shall Be Created By Sawing Grooves In The Surface Of The Pavement Of The Width Not More Than 6 Mm, Depth Should At All Times Not Be Less Than 50 Mm, And At The Spacing And Lines Shown On The Plans, With An Approved Concrete Saw. After Each Joint Is Sawed, It Shall Be Thoroughly Cleaned Including The Adjacent Concrete Surface. Sawing Of The Joint Shall Commence As Soon As The Concrete Has Hardened Sufficiently To Permit Sawing Without Excessive Raveling, Usually 4 To 24 Hours. All Joints Shall Be Sawed Before Uncontrolled Shrinkage Cracking Takes Place. If Necessary, The Sawing Operations Shall Be Carried On During The Day Or Night, Regardless Of Weather Conditions. The Sawing Of Any Joint Shall Be Omitted If Crack Occurs At Or Near The Joint Location Prior To The Time Of Sawing. Sawing Shall Be Discounted When A Crack Develops Ahead Of The Saw. In General, All Joints Should Be Sawed In Sequence. If Extreme Condition Exist Which Make It Impractical To Prevent Erratic Cracking By Early Sawing, The Contraction Joint Groove Shall Be Formed Prior To Initial Set Of Concrete As Provided Above. 4. Transverse Construction Joint It Shall Be Constructed When There Is An Interruption Of More Than 30 Minutes In The Concreting Operations. No Transverse Joint Shall Be Constructed Within 1.50 M Of An Expansion Joint, Contraction Joint, Or Plane Of Weakness. If Sufficient Concrete Has Been Mixed At The Time Of Interruption To Form A Slab Of At Least 1.5 M Long, The Excess Concrete From The Last Preceding Joint Shall Be Removed And Disposed Off As Directed. 5. Load Transfer Device Dowel, When Used, Shall Be Held In Position Parallel To The Surface And Center Line Of The Slab By A Metal Device That Is Left In The Pavement. The Portion Of Each Dowel Painted With One Coat Of Lead Or Tar, In Conformance With The Requirements Of Item 404, Reinforcing Steel, Shall Be Thoroughly Coated With Approved Bituminous Materials, E.g., Mc-70, Or An Approved Lubricant, To Prevent The Concrete From Binding To That Portion Of The Dowel. The Sleeves For Dowels Shall Be Metal Designed To Cover 50 Mm Plus Or Minus 5 Mm (1/4 Inch), Of The Dowel, With A Watertight Closed End And With A Suitable Stop To Hold The End Of The Sleeves At Least 25 Mm (1 Inch) From The End Of The Dowel. In Lieu Of Using Dowel Assemblies At Contraction Joints, Dowel May Be Placed In The Full Thickness Of Pavement By A Mechanical Device Approved By The Lgu Project Engineer. 311.3.13 Final Strike-off (consolidation And Finishing) 1. Sequence The Sequence Of Operations Shall Be The Strike-off And Consolidation, Floating And Removal Of Laitance, Straight-edging And Final Surface Finish. Work Bridges Or Other Devices Necessary To Provide Access To The Pavement Surface For The Purpose Of Finishing Straight-edging, And Make Corrections As Hereinafter Specified, Shall Be Provided By The Contractor. In General, The Addition Of Water To The Surface Of The Concrete To Assist In Finishing Operations Will Not Be Permitted. If The Application Of Water To The Surface Is Permitted, It Shall Be Applied As Fog Spray By Means Of An Approve Spray Equipment. 2. Finishing Joints The Concrete Adjacent To Joints Shall Be Compacted Or Firmly Placed Without Voids Or Segregation Against The Joint Material Assembly, Also Under And Around All Load Transfer Devices, Joint Assembly Units, And Other Features Designed To Extend Into The Pavement. Concrete Adjacent To Joints Shall Be Mechanically Vibrated As Required In Subsection 311.3.9, Placing Concrete. After The Concrete Has Been Placed And Vibrated Adjacent To The Joints As Required In Subsection 311.3.9, The Finishing Machine Shall Be Brought Forward, Operating In A Manner To Avoid Damage Or Misalignment Of Joints. If Uninterrupted Operation Of The Finishing Machine, To Over And Beyond The Joints Causes Segregation Of Concrete, Damage To, Or Misalignment Of The Joints, The Finishing Machine Shall Be Stopped When The Front Screed Is Approximately 20 Cm (8 Inches) From The Joint. Segregated Concrete Shall Be Removed From In Front Of And Off The Joint. The Front Screed Shall Be Lifted And Set Directly On Top Of The Joint And The Forward Motion Of The Finishing Machine Resumed. When The Second Screed Is Close Enough To Permit The Excess Mortar In Front Of It To Flow Over The Joint, It Shall Be Lifted And Carried Over The Joint. Thereafter, The Finishing Machine May Be Run Over The Joint Without Lifting The Screeds, Provided There Is No Segregated Concrete Immediately Between The Joint And The Screed Or On Top Of The Joint. 3. Machine Finishing A. Non-vibratory Method. The Concrete Shall Be Distributed Or Spread As Soon As Placed. As Soon As The Concrete Has Been Placed, It Shall Be Struck Off And Screwed By An Approved Finishing Machine. The Machine Shall Go Over Each Area Of Pavement As Many Times And At Such Intervals As Necessary To Give The Proper Compaction And Leave A Surface Of Uniform Texture. Excessive Operation Over A Given Area Shall Be Avoided. The Tops Of The Forms Shall Be Kept Clean By An Effective Device Attached To The Machine And The Travel Of The Machine On The Forms Shall Be Maintained True Without Wobbling Or Other Variation Tending To Affect The Precision Finish. During The First Pass Of The Finishing Machine, A Uniform Ridge Of Concrete Shall Be Maintained Ahead Of The Front Screed In Its Entire Length. B. Vibratory Method. When Vibration Is Specified, Vibrators For Full Width Vibration Of Concrete Paving Slabs, Shall Meet The Requirements In Subsection 311.3.2, Equipment. If Uniform And Satisfactory Density Of The Concrete Is Not Obtained By The Vibratory Method At Joints, Along Forms, At Structures, And Throughout The Pavement, The Contractor Will Be Required To Furnish Equipment And Method Which Will Produce Pavement Conforming To The Specifications. All Provisions In Item (a) Above Not In Conflict With The Provisions For The Vibratory Method Shall Govern. 4. Hand Finishing Hand Finishing Methods May Only Be Used Under The Following Conditions: A. In The Event Of Breakdown Of The Mechanical Equipment, Hand Methods May Be Used To Finish The Concrete Already Deposited On The Grade. B. In Narrow Widths Or Areas Of Irregular Dimensions Where Operations Of The Mechanical Equipment Is Impractical, Hand Methods May Be Used. Concrete, As Soon As Placed, Shall Be Struck Off And Screeded. An Approved Portable Screed Shall Be Used. A Second Screed Shall Be Provided For Striking Off The Bottom Layer Of Concrete If Reinforcement Is Used. The Screed For The Surface Shall Be At Least 60 Cm (2 Feet) Longer Than The Maximum Width Of The Slab To Be Struck Off. It Shall Be Of Approved Design, Sufficiently Rigid To Retain Its Shape, And Constructed Either Of Metal Or Other Suitable Material Shod With Metal. Consolidation Shall Be Attained By The Use Of Suitable Vibrator Or Other Approved Equipment. In Operation, The Screed Shall Be Moved Forward On The Forms With A Combined Longitudinal And Transverse Shearing Motion, Moving Always In The Direction In Which The Work Is Progressing And So Manipulated That Neither End Is Raised From The Side Forms During The Striking Off Process. If Necessary, This Shall Be Repeated Until The Surface Is Of Uniform Texture, True To Grade And Cross-section, And Free From Porous Areas. 5. Floating After The Concrete Has Been Struck Off And Consolidated, It Shall Be Further Smoothed, Trued, And Consolidated By Means Of A Longitudinal Float, Either By Hand Or Mechanical Method. A. Hand Method. The Hand-operated Longitudinal Float Shall Be Not Less Than 365 Cm (12 Feet) In Length And 15 Cm (6 Inches) In Width, Properly Stiffened To Prevent Flexibility And Warping. The Longitudinal Float, Operated From Foot Bridges Resting On The Side Forms And Spanning But Not Touching The Concrete, Shall Be Worked With A Sawing Motion While Held In A Floating Position Parallel To The Road Center Line, And Moving Gradually From One Side Of The Pavement To The Other. Movement Ahead Along The Center Line Of The Pavement Shall Be In Successive Advances Of Not More Than One-half The Length Of The Float. Any Excess Water Or Soupy Material Shall Be Wasted Over The Side Forms On Each Pass. B. Mechanical Method. The Mechanical Longitudinal Float Shall Be Of A Design Approved By The Lgu Project Engineer, And Shall Be In Good Working Condition. The Tracks From Which The Float Operates Shall Be Accurately Adjusted To The Required Crown. The Float Shall Be Accurately Adjusted And Coordinated With The Adjustment Of The Transverse Finishing Machine So That A Small Amount Of Mortar Is Carried Ahead Of The Float At All Times. The Forward Screed Shall Be Adjusted So That The Float Will Lap The Distance Specified By The Lgu Project Engineer On Each Transverse Trip. The Float Shall Pass Over Each Areas Of Pavement At Least Two Times, But Excessive Operation Over A Given Area Will Not Be Permitted. Any Excess Water Or Soupy Material Shall Be Wasted Over The Side Forms On Each Pass. C. Alternative Mechanical Method. As An Alternative, The Contractor May Use A Machine Composed Of A Cutting And Smoothing Float Or Floats Suspended From And Guided By A Rigid Frame. The Frame Shall Be Carried By Four Or More Visible Wheels Riding On, And Constantly In Contact With The Side Forms. If Necessary, Following One Of The Preceding Method Of Floating, Long Handled Floats Having Blades Not Less Than 150 Cm (5 Feet) In Length And 15 Cm (6 Inches) In Width May Be Used To Smooth And Fill In Open-textured Areas In The Pavement. Long-handled Floats Shall Not Be Used To Float The Entire Surface Of The Pavement In Lieu Of, Or Supplementing, One Of The Preceding Methods Of Floating. When Strike Off And Consolidation Are Done By The Hand Method And The Crown Of The Pavement Will Not Permit The Use Of The Longitudinal Float, The Surface Shall Be Floated Transversely By Means Of The Long-handled Float. Care Shall Be Taken Not To Work The Crown Out Of The Pavement During The Operation. After Floating, Any Excess Water And Laitance Shall Be Removed From The Surface Of The Pavement By A 3-m Straight-edge Or More In Length. Successive Drags Shall Be Lapped One-half The Length Of The Blade. 6. Straight-edge Testing And Surface Correction After The Floating Has Been Completed And The Excess Water Removed, But While The Concrete Is Still Plastic, The Surface Of The Concrete Shall Be Tested For Trueness With A 300 Cm Long Straight-edge. For This Purpose, The Contractor Shall Furnish And Use An Accurate 300-cm Straight-edge Swung From Handles 100 Cm (3 Feet) Longer Than One-half The Width Of The Slab. The Straight-edge Shall Be Held In Contact With The Surface In Successive Positions Parallel To The Road Center Line And The Whole Area Gone Over From One Side Of The Slab To The Other As Necessary. Advances Along The Road Shall Be In Successive Stages Of Not More Than One-half The Length Of The Straight-edge. Any Depressions Found Shall Be Immediately Filled With Freshly Mixed Concrete, Struck Off, Consolidated And Refinished. High Areas Shall Be Cut Down And Refinished. Special Attention Shall Be Given To Assure That The Surface Across Joints Meets The Requirements For Smoothness. Straight-edge Testing And Surface Corrections Shall Continue Until The Entire Surface Is Found To Be Free From Observable Departures From The Straight-edge And The Slab Conforms To The Required Grade And Cross-section. 7. Final Finish If The Surface Texture Is Broom Finished, It Shall Applied When The Water Sheen Has Practically Disappeared. The Broom Shall Be Drawn From The Center To The Edge Of The Pavement With Adjacent Strokes Slightly Overlapping. The Brooming Operation Should Be So Executed That The Corrugations Produced In The Surface Shall Be Uniform In Appearance And Not More Than 1.5 Mm In Depth. Brooming Shall Be Completed Before The Concrete Is In Such Condition That The Surface Will Be Unduly Roughened By The Operation. The Surface Thus Finished Shall Be Free From Rough And Porous Areas, Irregularities, And Depressions Resulting From Improper Handling Of The Broom. Brooms Shall Be Of The Quality Size And Construction And Be Operated So As To Produce A Surface Finish Meeting The Approval Of The Lgu Project Engineer. Subject To Satisfactory Results Being Obtained And Approval Of The Lgu Project Engineer, The Contractor Will Be Permitted To Substitute Mechanical Brooming In Lieu Of The Manual Brooming Herein Described. If The Surface Texture Is Belt Finished, When Straight-edging Is Complete And Water Sheen Has Practically Disappeared And Just Before The Concrete Becomes Non-plastic, The Surface Shall Be Belted With 2-ply Canvass Belt Not Less Than 20 Cm Wide And At Least 100 Cm Longer Than The Pavement Width. Hand Belts Shall Have Suitable Handles To Permit Controlled, Uniform Manipulation. The Belt Shall Be Operated With Short Strokes Transverse To The Center Line And With A Rapid Advances Parallel To The Center Line. If The Surface Texture Is Drag Finished, A Drag Shall Be Used Which Consists Of A Seamless Strip Of Damp Burlap Or Cotton Fabric, Which Shall Produce A Uniform Of Gritty Texture After Dragging It Longitudinally Along The Full Width Of Pavement. For Pavement 5 M Or More In Width, The Drag Shall Be Mounted On A Bridge Which Travels On The Forms. The Dimensions Of The Drag Shall Be Such That A Strip Of Burlap Or Fabric At Least 100 Cm Wide Is In Contact With The Full Width Of Pavement Surface While The Drag Is Used. The Drag Shall Consist Of Not Less Than 2 Layers Of Burlap With The Bottom Layer Approximately 15 Cm Wider Than The Layer. The Drag Shall Be Maintained In Such Condition That The Resultant Surface Is Of Uniform Appearance And Reasonably Free From Grooves Over 1.5 Mm In Depth. Drag Shall Be Maintained Clean And Free From Encrusted Mortar. Drags That Cannot Be Cleaned Shall Be Discarded And New Drags Be Substituted. Regardless Of The Method Used For Final Finish, The Hardened Surface Of Pavement Shall Have A Coefficient Of Friction Of 0.25 Or More. Completed Pavement That Is Found To Have A Coefficient Of Friction Less Than 0.25 Shall Be Grounded Or Scored By The Contractor At His Expense To Provide The Required Coefficient Of Friction. 8. Edging At Forms And Joints After The Final Finish, But Before The Concrete Has Taken Its Initial Set, The Edges Of The Pavement Along Each Side Of Each Slab, And On Each Side Of Transverse Expansion Joints, Formed Joints, Transverse Construction Joints, And Emergency Construction Joints, Shall Be Worked With An Approved Tool And Rounded To The Radius Required By The Plans. A Well – Defined And Continuous Radius Shall Be Produced And A Smooth, Dense Mortar Finish Obtained. The Surface Of The Slab Shall Not Be Unduly Disturbed By Tilting The Tool During The Use. At All Joints, Any Tool Marks Appearing On The Slab Adjacent To The Joints Shall Be Eliminated By Brooming The Surface. In Doing This, The Rounding Of The Corner Of The Slab Shall Not Be Disturbed. All Concrete On Top Of The Joint Filler Shall Be Completely Removed. All Joints Shall Be Tested With A Straight-edge Before The Concrete Has Set And Correction Made If One Edge Of The Joint Is Higher Than The Other. 311.3.14 Surface Test As Soon As The Concrete Has Hardened Sufficiently, The Pavement Surface Shall Be Tested With A 3-m Straight-edge Or Other Specified Device. Areas Showing High Spots Of More Than 3 Mm But Not Exceeding 12 Mm In 3 M Shall Be Marked And Immediately Ground Down With An Approved Grinding Tool To An Elevation Where The Area Or Spot Will Not Show Surface Deviations In Excess Of 3 Mm When Tested With 3 M Straight-edge. Where The Departure From Correct Cross-section Exceeds 12 Mm, The Pavement Shall Be Removed And Replaced By And At The Expense Of The Contractor. Any Area Or Section So Removed Shall Be Not Less Than 1.5 M In Length And Not Less Than The Full Width Of The Lane Involved. When It Is Necessary To Remove And Replace A Section Of Pavement, Any Remaining Portion Of The Slab Adjacent To The Joints That Is Less Than 1.5 M In Length, Shall Also Be Removed And Replaced. 311.3.15 Curing Immediately After The Finishing Operations Have Been Completed And The Concrete Has Sufficiently Set, The Entire Surface Of The Newly Placed Concrete Shall Be Cured In Accordance With Either One Of The Methods Described Herein. Failure To Provide Sufficient Cover Material Of Whatever Kind The Contractor May Elect To Use, Or The Lack Of Water To Adequately Take Care Of Both Curing And Other Requirements, Shall Be A Cause For Immediate Suspension Of Concreting Operations. The Concrete Shall Not Be Left Exposed For More Than ½ Hour Between Stages Of Curing Or During The Curing Period. In All Congested Places, Concrete Works Should Be Designed So That The Designed Strength Is Attained. 1. Cotton Of Burlap Mats The Surface Of The Pavement Shall Be Entirely Covered With Mats. The Mats Used Shall Be Of Such Length (or Width) That As Laid They Will Extend At Least Twice The Thickness Of The Pavement Beyond The Edges Of The Slab. The Mat Shall Be Placed So That The Entire Surface And The Edges Of The Slab Are Completely Covered. Prior To Being Placed, The Mats Shall Be Saturated Thoroughly With Water. The Mat Shall Be So Placed And Weighted Down So As To Cause Them To Remain In Intimate Contact With The Covered Surface. The Mat Shall Be Maintained Fully Wetted And In Position For 72 Hours After The Concrete Has Been Placed Unless Otherwise Specified. 2. Waterproof Paper The Top Surface And Sides Of The Pavement Shall Be Entirely Covered With Waterproof Paper, The Units Shall Be Lapped At Least 45 Cm. The Paper Shall Be So Placed And Weighted Down So As To Cause It To Remain In Intimate Contact With The Surface Covered. The Paper Shall Have Such Dimension But Each Unit As Laid Will Extend Beyond The Edges Of The Slab At Least Twice The Thickness Of The Pavement, Or At Pavement Width And 60 Cm Strips Of Paper For The Edges. If Laid Longitudinally, Paper Not Manufactured In Sizes Which Will Provide This Width Shall Be Securely Sewed Or Cemented Together, The Joints Being Securely Sealed In Such A Manner That They Do Not Open Up Or Separate During The Curing Period. Unless Otherwise Specified, The Covering Shall Be Maintained In Place For 72 Hours After The Concrete Has Been Placed. The Surface Of The Pavement Shall Be Thoroughly Wetted Prior To The Placing Of The Paper. 3. Straw Curing When This Type Of Curing Is Used, The Pavement Shall Be Cured Initially With Burlap Or Cotton Mats, Until After Final Set Of The Concrete Or, In Any Case, For 12 Hours After Placing The Concrete. As Soon As The Mats Are Removed, The Surface And Sides Of The Pavement Shall Be Thoroughly Wetted And Covered With At Least 20 Cm Of Straw Or Hay, Thickness Of Which Is To Be Measured After Wetting. If The Straw Or Hay Covering Becomes Displaced During The Curing Period, It Shall Be Replaced To The Original Depth And Saturated. It Shall Be Kept Thoroughly Saturated With Water For 72 Hours And Thoroughly Wetted Down During The Morning Of The Fourth Day, And The Cover Shall Remain In Place Until The Concrete Has Attained The Required Strength. 4. Impervious Membrane Method The Entire Surface Of The Pavement Shall Be Sprayed Uniformly With White Pigmented Curing Compound Immediately After The Finishing Of The Surface And Before The Set Of The Concrete Has Taken Place, Or If The Pavement Is Cured Initially With Jute Or Cotton Mats, It May Be Applied Upon Removal Of The Mass. The Curing Compound Shall Not Be Applied During Rain. Curing Compound Shall Be Applied Under Pressure At The Rate 4 L To Not More Than 14 M2 By Mechanical Sprayers. The Spraying Equipment Shall Be Equipped With A Wind Guard. At The Time Of Use, The Compound Shall Be In A Thoroughly Mixed Condition With The Pigment Uniformly Dispersed Throughout The Vehicle. During Application, The Compound Shall Be Stirred Continuously By Effective Mechanical Means. Hand Spraying Of Odd Widths Or Shapes And Concrete Surface Exposed By The Removal Of Forms Will Be Permitted. Curing Compound Shall Not Be Applied To The Inside Faces Of Joints To Be Sealed, But Approved Means Shall Be Used To Insure Proper Curing At Least 72 Hours And To Prevent The Intrusion Of Foreign Material Into The Joint Before Sealing Has Been Completed. The Curing Compound Shall Be Of Such Character That The Film Will Harden Within 30 Minutes After Application. Should The Film Be Damaged From Any Cause Within The 72 Hour Curing Period, The Damaged Portions Shall Be Repaired Immediately With Additional Compound. 5. White Polyethylene Sheet The Top Surface And Sides Of The Pavement Shall Be Entirely Covered With Polyethylene Sheeting. The Units Used Shall Be Lapped At Least 45 Cm. The Sheeting Shall Be So Placed And Weighted Down So As To Cause It To Remain Intimate Contact With The Surface Covered. The Sheeting As Prepared For Use Shall Have Such Dimension That Each Unit As Laid Will Extend Beyond The Edges Of The Slab At Least Twice The Thickness Of The Pavement. Unless Otherwise Specified, The Covering Shall Be Maintained In Place For 72 Hours After The Concrete Has Been Placed. 311.3.16 Removal Of Forms After Forms For Concrete Shall Remain In Place Undisturbed For Not Less Than Twenty Four (24) Hours After Concrete Pouring. In The Removal Of Forms, Crowbars Should Be Used In Pulling Out Nails And Pins. Care Should Be Taken So As Not To Break The Edges Of The Pavement. In Case Portions Of The Concrete Are Spalled, They Shall Be Immediately Repaired With Fresh Mortar Mixed In The Proportion Of One Part Of Portland Cement And Two Parts Fine Aggregates. Major Honeycomb Areas Will Be Considered As Defective Work And Shall Be Removed And Replaced At The Expense Of The Contractor. Any Area Or Section So Removed Shall Not Be Less Than The Distance Between Weakened Plane Joint Nor Less Than The Full Width Of The Lane Involved. 311.3.17 Sealing Joints Joints Shall Be Sealed With Asphalt Sealant Soon After Completion Of The Curing Period And Before The Pavement Is Opened To Traffic, Including The Contractor’s Equipment. Just Prior To Sealing, Each Joint Shall Be Thoroughly Cleaned Of All Foreign Materials Including Membrane Curing Compound And The Joint Faces Shall Be Clean And Surface Dry When The Seal Is Applied. The Sealing Material Shall Be Applied To Each Joint Opening To Conform To The Details Shown On The Plans Or As Directed By The Lgu Project Engineer. Material For Seal Applied Hot Shall Be Stirred During Heating So That Localized Overheating Does Not Occur. The Pouring Shall Be Done In Such A Manner That The Material Will Not Be Spilled On The Exposed Surfaces Of The Concrete. The Use Of Sand Or Similar Material As A Cover For The Seal Will Not Be Permitted. Preformed Elastomeric Gaskets For Sealing Joints Shall Be Of The Cross-sectional Dimensions Shown On The Plans. Seals Shall Be Installed By Suitable Tools, Without Elongation And Secured In Placed With An Approved Lubricant Adhesive Which Shall Cover Both Sides Of The Concrete Joints. The Seals Shall Be Installed In A Compressive Condition And Shall At Time Of Placement Be Below The Level Of The Pavement Surface By Approximately 6 Mm. The Seals Shall Be In One Piece For The Full Width Of Each Transverse Joint. 311.3.18 Protection Of Pavement The Contractor Shall Protect The Pavement And Its Appurtenances Against Both Public Traffic And Traffic Caused By His Own Employees And Agents. This Shall Include Watchmen To Direct Traffic And The Erection Of And Maintenance Of Warning Signs, Lights, Pavement Bridges Or Cross-overs, Etc. The Plans Or Special Provisions Will Indicate The Location And Type Of Device Or Facility Required To Protect The Work And Provide Adequately For Traffic. All Boreholes After Thickness And/or Strength Determinations Of Newly Constructed Asphalt And Concrete Pavements Shall Be Immediately Filled/restored With The Prescribed Concrete/asphalt Mix After Completion Of The Drilling Works. Any Damage To The Pavement, Occurring Prior To Final Acceptance, Shall Be Repaired Or The Pavement Be Replaced. 311.3.19 Concrete Pavement – Slip Form Method If The Contract Calls For The Construction Of Pavement Without The Use Of Fixed Forms, The Following Provisions Shall Apply: 1. Grade After The Grade Or Base Has Been Placed And Compacted To The Required Density, The Areas Which Will Support The Paving Machine Shall Be Cut To The Proper Elevation By Means Of A Properly Designed Machine. The Grade On Which The Pavement Is To Be Constructed Shall Then Be Brought To The Proper Profile By Means Of Properly Designed Machine. If The Density Of The Base Is Disturbed By The Grading Operation, It Shall Be Corrected By Additional Compaction Before Concrete Is Placed. The Grade Should Be Constructed Sufficiently In Advance Of The Placing Of The Concrete. If Any Traffic Is Allowed To Use The Prepared Grade, The Grade Shall Be Checked And Corrected Immediately Before The Placing Of Concrete. 2. Placing Concrete The Concrete Shall Be Placed With An Approved Slip-form Paver Designed To Spread, Consolidate, Screed And Float-finish The Freshly Placed Concrete In One Complete Pass Of The Machine In Such A Manner That A Minimum Of Hand Finish Will Be Necessary To Provide A Dense And Homogenous Pavement In Conformance With The Plans And Specifications. The Machine Shall Vibrate The Concrete For The Full Width And Depth Of The Strip Of Pavement Being Placed. Such Vibration Shall Be Accompanied With Vibrating Tubes Or Arms Working In The Concrete Or With A Vibrating Screed Or Pan Operating On The Surface Of The Concrete. The Sliding Forms Shall Be Rigidly Held Together Laterally To Prevent Spreading Of The Forms. The Forms Shall Trail Behind The Paver For Such A Distance That No Appreciable Slumping Of The Concrete Will Occur, And That Necessary Final Finishing Can Be Accomplished While The Concrete Is Still Within The Forms. Any Edge Slump Of The Pavement, Exclusive Of Edge Rounding, In Excess Of 6 Mm Shall Be Corrected Before The Concrete Has Hardened. The Concrete Shall Be Held At A Uniform Consistency, Having A Slump Of Not More Than 40 Mm (1-12/ Inches). The Slip Form Paver Shall Be Operated With As Nearly As Possible A Continuous Forward Movement And That All Operations Of Mixing, Delivering And Spreading Concrete Shall Be Coordinated So As To Provide Uniform Progress With Stopping And Starting Of The Paver Held To A Minimum. If, For Any Reason, It Is Necessary To Stop The Forward Movement Of The Paver The Vibratory And Tamping Elements Shall Also Be Stopped Immediately. No Tractive Force Shall Be Applied To The Machine, Except That Which Is Controlled From The Machine. 3. Finishing The Surface Smoothness And Texture Shall Meet The Requirements Of Subsections 311.3.13 And 311.3.14. 4. Curing Unless Otherwise Specified, Curing Shall Be Done In Accordance With One Of The Methods Included In Subsection 311.3.15. The Curing Media Shall Be Applied At The Appropriate Time And Shall Be Applied Uniformly And Completely To All Surfaces And Edges Of The Pavement. 5. Joints All Joints Shall Be Constructed In Accordance With Subsection 311.3.12. 6. Protection Against Rain In Order That The Concrete May Be Properly Protected Against Rain Before The Concrete Is Sufficiently Hardened, The Contractor Will Be Required To Have Available At All Times, Materials For The Protection Of The Edges And Surface Of The Unhardened Concrete. Such Protective Materials Shall Consist Of Standard Metal Forms Or Wood Planks Having A Nominal Thickness Of Not Less Than 50 Mm (2 Inches) And A Nominal Width Of Not Less Than The Thickness Of The Pavement At Its Edge For The Protection Of The Pavement Edges, And Covering Material Such As Burlap Or Cotton Mats, Curing Paper Or Plastic Sheeting Materials For The Protection Of The Surface Of The Pavement. When Rain Appears Imminent, All Paving Operations Shall Stop And All Available Personnel Shall Begin Placing Forms Against The Sides Of The Pavement And Covering The Surface Of The Unhardened Concrete With The Protective Covering. 311.3.22 Acceptance Of Concrete The Strength Level Of The Concrete Will Be Considered Satisfactory If The Averages Of All Sets Of Three (3) Consecutive Strength Test Results Equal Or Exceed The Specified Strength, Fc’ And No Individual Strength Test Result Is Deficient By More Than 15% Of The Specified Strength, Fc’. Concrete Deemed To Be Not Acceptable Using The Above Criteria May Be Rejected Unless The Contractor Can Provide Evidence, By Means Of Core Tests, That The Quality Of Concrete Represented By Failed Test Results Is Acceptable In Place. At Least Three (3) Representative Cores Shall Be Taken From Each Member Or Area Of Concrete In Place That Is Considered Deficient. The Location Of Cores Shall Be Determined By The Engineer So That There Will Be At Least Impairment Of Strength Of The Structure. The Obtaining And Testing Of Drilled Cores Shall Be In Accordance With Aashto T 24. Concrete In The Area Represented By The Cores Will Be Considered Adequate If The Average Strength Of The Cores Is Equal To At Least 85% Of, And If No Single Core Is Less Than 75% Of, The Specified Strength, Fc’. If The Strength Of Control Specimens Does Not Meet The Requirements Of This Subsection, And It Is Not Feasible Or Not Advisable To Obtain Cores From The Structure Due To Structural Considerations, Payment Of The Concrete Will Be Made At An Adjusted Price Due To Strength Deficiency Of Concrete Specimens As Specified Hereunder: Deficiency In Strength Of Concrete Specimens, Percent (%) Percent (%) Of Contract Price Allowed Less Than 5 100 5 To Less Than 10 80 10 To Less Than 15 70 15 To Less Than 20 60 20 To Less Than 25 50 25 Or More 0 311.3.23 Opening To Traffic The Engineer Will Decide When The Pavement May Be Opened To Traffic. The Road Will Not Be Opened To Traffic Until Test Specimens Molded And Cured In Accordance With Aashto T 23 Have Attained The Minimum Strength Requirements In Subsection 311.2.11. If Such Tests Are Not Conducted Prior To The Specified Age The Pavement Shall Not Be Operated To Traffic Until 14 Days After The Concrete Was Placed. Before Opening To Traffic, The Pavement Shall Be Cleaned And Joint Sealing Completed. 311.3.24 Tolerance And Pavement Thickness 1. General The Thickness Of The Pavement Will Be Determined By Measurement Of Cores From The Completed Pavement In Accordance With Aashto T 148. The Completed Pavement Shall Be Accepted On A Lot Basis. A Lot Shall Be Considered As 1000 Linear Meters Of Pavement When A Single Traffic Lane Is Poured Or 500 Linear Meters When Two Lanes Are Poured Concurrently. The Last Unit In Each Slab Constitutes A Lot In Itself When Its Length Is At Least ½ Of The Normal Lot Length. If The Length Of The Last Unit Is Shorter Than ½ Of The Normal Lot Length, It Shall Be Included In The Previous Lot. Other Areas Such As Intersections, Entrances, Crossovers, Ramp, Etc., Will Be Grouped Together To Form A Lot. Small Irregular Areas May Be Included With Other Unit Areas To Form A Lot. Each Lot Will Be Divided Into Five (5) Equal Segments And One Core Will Be Obtained From Each Segment In Accordance With Aashto T 24. 2. Pavement Thickness It Is The Intent Of This Specification That The Pavement Has A Uniform Thickness As Called For On The Plans For The Average Of Each Lot As Defined. After The Pavement Has Met All Surface Smoothness Requirements, Cores For Thickness Measurements Will Be Taken. In Calculating The Average Thickness Of The Pavement, Individual Measurements Which Are In Excess Of The Specified Thickness By More Than 5 Mm Will Be Considered As The Specified Thickness Plus 5 Mm And Measurement Which Are Less Than The Specified Thickness By More Than 25 Mm Shall Not Be Included In The Average. When The Average Thickness For The Lot Is Deficient, The Contract Unit Price Will Be Adjusted For Thickness In Accordance With Paragraph (3 Below). Individual Areas Within A Segment Found Deficient In Thickness By More Than 25 Mm Shall Be Evaluated By The Lgu Project Engineer, And If In His Judgment, The Deficient Areas Warrant Removal, They Shall Be Removed And Replaced By The Contractor With Pavement Of The Specified Thickness At His Entire Expense. However, If The Evaluation Of The Lgu Project Engineer Is That The Deficient Area Should Not Be Removed And Replaced, Such Area Will Not Be Paid. When The Measurement Of Any Core Is Less Than The Specified Thickness By More Than 25 Mm, The Actual Thickness Of The Pavement In This Area Will Be Determined By Taking Additional Cores At No Less Than 5 M Intervals Parallel To The Center Line In Each Direction From The Affected Location Until A Core Is Found In Each Direction, Which Is Not Deficient In Thickness By More Than 25 Mm. The Area Of Slab For Which No Payment Will Be Made Shall Be The Product Of The Paving Width Multiplied By The Distance Along The Center Line Of The Road Between Transverse Sections Found Not Deficient In Thickness By More Than 25 Mm. The Thickness Of The Remainder Of The Segment To Be Used To Get The Average Thickness Of Each Lot Shall Be Determined By Taking The Average Thickness Of Additional Cores Which Are Not Deficient By More Than 25 Mm. 3. Adjustment For Thickness When The Average Thickness Of The Pavement Per Lot Is Deficient, Payment For The Lot Shall Be Adjusted As Follows: Deficiency In The Average Thickness Per Lot (mm) Percent (%) Of Contract Price Per Lot 0 – 5 100% Payment 6 – 10 95% Payment 11 – 15 85% Payment 16 – 20 70% Payment 21 – 25 50% Payment More Than 25 Remove And Replace/ No Payment No Acceptance And Final Payment Shall Be Made On Completed Pavement Unless Core Test For Thickness Determination Is Conducted 311.4 Environmental Measures In Loading Cement To The Truck And Unloading It To The Temporary Bodega, And From The Bodega To Batching Plant And During Concrete Work Operation Workers Doing This Job Shall Be Provided With Gears So As To Avoid Inhaling Cement Dust Particles That Could Affect Their Health. Workers In Construction Site Shall Be Provided With Working Gloves, Mask Boots And Clothing To Prevent Workers From Being Contaminated With Concrete Mix. The Contractor Shall See To It That The Noise Level Of The Exhaust Mufflers Of The Equipment Shall Be At The Minimum. Otherwise, The Contractor Must Replace All The Exhaust Mufflers Of The Equipment With A New One And Or Provide Muffler Silencers. All Roads Leading The Construction Site And Batching Plant Shall Be Moist During The Entire Works Operation To Prevent The Blowing Up Of Dust Particles. During Work Operation, Precautionary Signboards Shall Be Provided By The Contractor To Prevent Accidents And Damage To The Freshly Laid Concrete.
Indian Coast Guard - ICG Tender
Furnitures and Fixtures
GEM
India
Closing Date13 Feb 2025
Tender AmountRefer Documents
Description: CATEGORY: Nail Double Point , Battery Dry , Spanner wheel , Engineers
screw , Nail , Hand Hacksaw Blade , Firmer chisel , Flat cold
chisel , Wiper rope steel , Hard wood wedges , Fiber glass
cloth , M seal or equivalent , Timber shore soft wood ,
Wedge hard wood , Arm badges , Jubilee clip , Wedge Soft
Wood , Timber planking , Staple steel , Plug Tapered soft
wood , Plug SQ tapered soft wood , Circular stopper plate ,
Cement rapid hardening , Caulking shipwrights common ,
Flax canvas , Antiflash Gloves
Indian Army Tender
Furnitures and Fixtures
GEM
India
Closing Date13 Feb 2025
Tender AmountRefer Documents
Description: CATEGORY: Aluminium Lugs for 50 Sqmm , Aluminium Lugs for 25
Sqmm , Aluminium Lugs for 95 Sqmm , Aluminium Lugs for
35 Sqmm , Copper Lugs for 120 Sqmm , Copper Lugs for
150 Sqmm , Copper Lugs for 25 Sqmm , Copper Lugs for 35
Sqmm , Copper Lugs for 50 Sqmm , Copper Lugs for 70
Sqmm , Copper Lugs for 95 Sqmm , Capacitor 2.5 MFD ,
Capacitor 4 MFD , Distilled water , 2nd class hard-wood
timber in clean swan in scantlings size as per Sample , 2nd
class hard-wood wrought timber plain filles, bull nosed,
splayed chamfered or rounded on one edge or face of
sectional area exc 3 but not exc 6 Sqcm. , 2nd class hard-
wood timber in clean swan 20mm thick boards or planks,
width nexc. 20 cm , Plywood BWR One side Teak 4 mm thick
grade 1 Make Century Ply oblique Kitply or equivalent ,
Plywood commercial BWR 8 feet x 4 feet x 4 mm , Glass
Pane Clear 3 mm thick , Glass Pane 3mm thick ordinary
quality in squares exc 0.50 Sqm each pane Saint Gobain
oblique Modi or equivalent , Glass Pane 5.5mm thick
ordinary quality in squares exc 0.50 Sqm each pane Saint
Gobain oblique Modi or equivalent , Cement based Paint,
white Asian oblique J and N oblique Berger oblique Dulex ,
Distemper ,oil-emulsion , white Asian oblique J and N
oblique Berger oblique Dulex , Lime Unslacked best quality ,
Paint White, Make - Asian , Paint Post Office Red , Paint
enamel roof green , Road Marking Paint White, Make
Shalimar , White cement Birla , Floor paint Terracotta
oblique Red Weather shield , Synthetic enamel paint black
1st grade Asian oblique J and N oblique Berger , Synthetic
enamel paint Yellow 1st grade Asian oblique J and N oblique
Berger , Bathroom cabinet with mirror Make Prayag Cat No
551 or equivalent , Bathroom corner shelf Make SONA Cat
No EC-0566 or equivalent , Glass Shelf with CP Bracket ,
Looking Mirror of size 600 x 600 mm 2 feet x2 feet PVC ,
Looking Mirror 24 inch x18 inch with PVC frame , Nails Wire
Steel 1.5 inch , Urinal pot flat back 270 X 360 X 440 mm ,
Aluminium Door Stopper, Make Classic , Curtain rod Brown
Colour 20mm dia x 3 mtr long , Curtain bracket aluminium
20 mm dia , GI Wire Mesh 0.56 x 1.8 x 15m length , Hack
Saw Blade Double Ended Teeth 300 mm long Make Tapariya
, M Seal , Putty White for Glass Pane , PGI Sheet 0.63 mm
thick , Felt roofing Bitumenious in roll of 1 mtr x 20Mtr Long
, Touch Wood , Varnish best quality , Fevicol Heatx Fast
Setting Heatproof Adhesive , Plywood 6 mm thick, grade
BWR type BB , Plywood 12mm thick, grade BWR type BB ,
Plywood 18-19mm thick, grade BWR type BB , Teak Wood
Veneer Plywood Board, Thickness 16 mm , Sunmica Sheet
8x4 ft , MS Screw wood 50 mm 100 nos in a packet As per
sample , MS Screw Wood 32 mm 100 nos in packet As per
sample , Corner Beading 11 oblique 2 feet , Beading 2X1 ,
Beading 1X1 oblique 2 feet , Beading 1X1 , Nails wire steel 1
oblique 2 inch , Nails wire steel 25 mm , Nails 50mm , MS
Steel Hasp and Staple As per Sample , Aluminum Sheet
1Roll 50mtr in lenght As per Sample , Paint Brush 25 mm ,
Paint Brush 50 mm , Paint Brush 75 mm , Red oxide zinc
chrome primer Asian oblique J and N oblique Berger ,
Thinner best quality , Convex Mirror , Speed Breaker
Department Of Public Works And Highways - DPWH Tender
Civil And Construction...+2Civil Works Others, Construction Material
Philippines
Closing Date11 Feb 2025
Tender AmountPHP 4.9 Million (USD 84.4 K)
Details: Description Permits And Clearances; Project Billboard/signboard; Occupational Safety And Health; Mobilization/demobilization; Removal Of Structures And Obstruction; Structure Excavation, Common Soil; Embankment From Borrow, Common Soil; Gravel Fill; Structural Concrete, 3000 Psi, Class A, 28 Days; Reinforcing Steel (deformed), Grade 40; Formworks And Falseworks; Plumbing Works; Ceiling, 4.5 Mm, Metal Frame, Fiber Cement Board; Window Accessory; Aluminum Glass Windows; Fabricated Metal Roofing Accessory, Gauge 26 (0.551 Mm), Flashing; Fabricated Metal Roofing Accessory, Gauge 24 (0.701 Mm), Gutters; Pre-painted Metal Sheets, Above 0.427 Mm, Rib Type, Long Span; Unglazed Tiles; Cement Floor Finish, Plain; Cement Plaster Finish; Painting Works, Masonry/concrete; Painting Works, Wood; Painting Works, Steel; Chb Non-load Bearing (including Reinforcing Steel), 100 Mm; Structural Steel; Conduits, Boxes & Fittings (conduit Works/conduit Rough-in); Wires And Wiring Devices; Panelboard With Main & Branch Breakers; Lighting Fixtures; Air Conditioning System, Package/split Type
Department Of Public Works And Highways - DPWH Tender
Civil And Construction...+1Road Construction
Philippines
Closing Date12 Feb 2025
Tender AmountPHP 29.7 Million (USD 506.4 K)
Details: Description Invitation To Bid (cw-01-2025-004) 1. The Department Of Public Works And Highways (dpwh)-batangas Iv District Engineering Office, Marawoy, Lipa City, Batangas, Through Its Bids And Awards Committee (bac), Invites Contractors To Submit Bids For The Following Contracts 1.1 Name Of Contract : Organizational Outcome 1 : Ensure Safe And Reliable National Road System, Network Development Program, Construction Of By-pass And Diversion Roads, Construction Of Lumbang-inosloban Bypass Road (package I), Lipa City, Batangas Contract Id No. : 24dd0279 Project Location : Lipa City, Batangas Scope Of Works : Construction Of 458.00 L.m. Diversion Road With Width Of 38.00m (17,646.00 Sq.m.) And Thickness Of 0.30m Including 916.00 L.m. Drainage Structures And 353.00 L.m. Slope Protection Works Approved Budget For The Contract : Php 144,750,000.00 Source Of Funds : Sr2024-12-023350 Contract Duration : 300 Calendar Days Size Range : Medium A License Category : B Amount Of Bidding Documents : Php 50,000.00 1.2 Name Of Contract : Organizational Outcome 1 : Ensure Safe And Reliable National Road System, Network Development Program, Construction Of By-pass And Diversion Roads, Construction Of Lumbang-inosloban Bypass Road (package J), Lipa City, Batangas Contract Id No. : 24dd0280 Project Location : Lipa City, Batangas Scope Of Works : Construction Of 9,017.00 Sq.m. Bypass Road With Thickness Of 0.30m Using Portland Cement Stabilized Road Mix Base Course (new Soil Aggregate) Including Sidewalk, Curb & Gutter And Additional Miscellaneous Structures (signages, Painting Works, Thermoplastic Pavement Markings, Median Barrier And Roadway Lighting) Approved Budget For The Contract : Php 144,750,000.00 Source Of Funds : Sr2024-12-023350 Contract Duration : 300 Calendar Days Size Range : Medium A License Category : B Amount Of Bidding Documents : Php 50,000.00 1.3 Name Of Contract : Organizational Outcome 1 : Ensure Safe And Reliable National Road System, Network Development Program, Construction Of By-pass And Diversion Roads, Construction Of Manila-batangas - Bugtong Na Pulo - Star Tollway Interchange, Package G, Bugtong Na Pulo, Lipa City, Batangas Contract Id No. : 24dd0281 Project Location : Lipa City, Batangas Scope Of Works : "ramp I : Concreting Of 2,093.00 Sq.m. Road With Varying Width From 4.10m To 27.08m And Thickness Of 0.30m Including 120.00 L.m. (463.00 Sq.m.) Mse Retaining Wall, 353.00 Cu.m. Embankment And 1,087.00 Cu.m. Structural Backfill Ramp Ii : Concreting Of 4,434.00 Sq.m. Road With Varying Width From 15.78m To 36.29m And Thickness Of 0.30m Including 200.00 L.m. (2,573.00 Sq.m.) Mse Retaining Wall On Both Sides, 15,743.00 Cu.m. Embankment And 9,560.00 Cu.m. Structural Backfill" Approved Budget For The Contract : Php 144,750,000.00 Source Of Funds : Sr2024-12-023350 Contract Duration : 300 Calendar Days Size Range : Medium A License Category : B Amount Of Bidding Documents : Php 50,000.00 1.4 Name Of Contract : Organizational Outcome 1 : Ensure Safe And Reliable National Road System, Network Development Program, Construction Of By-pass And Diversion Roads, Construction Of Manila-batangas - Bugtong Na Pulo - Star Tollway Interchange, Package H, Bugtong Na Pulo, Lipa City, Batangas Contract Id No. : 24dd0282 Project Location : Lipa City, Batangas Scope Of Works : Construction Of 201.00 L.m. Bypass Road (ramp), 2,489.00 Sq.m. Mse Retaining Wall On Both Sides, 24,281.00 Sq.m. Embankment And 7,052.00 Cu.m. Structural Backfill With Varying Height From 2.40m To 12.40m Approved Budget For The Contract : Php 86,850,000.00 Source Of Funds : Sr2024-12-023350 Contract Duration : 300 Calendar Days Size Range : Medium A License Category : B Amount Of Bidding Documents : Php 50,000.00 1.5 Name Of Contract : Organizational Outcome 2 : Protect Lives And Properties Against Major Floods, Flood Management Program, Construction/ Maintenance Of Flood Mitigation Structures And Drainage Systems, Construction Of Slope Protection Structure Along Malaking Tubig River, San Jose, Batangas Contract Id No. : 25dd0150 Project Location : San Jose, Batangas Scope Of Works : Construction Of 40.00 L.m.and 60.00 L.m. Revetment Using Gabions Approved Budget For The Contract : Php 72,375,000.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : 220 Calendar Days Size Range : Medium A License Category : B Amount Of Bidding Documents : Php 50,000.00 1.6 Name Of Contract : Convergence And Special Support Program, Sustainable Infrastructure Projects Alleviating Gaps (sipag), Access Roads And/or Bridges From The National Road/s Leading To Major/strategic Public Buildings/facilities, Improvement Of Road At Barangay Latag, Lipa City, Batangas Contract Id No. : 25dd0151 Project Location : Lipa City, Batangas Scope Of Works : Rehabilitation Of 1,576.00 Sq.m. Road With Varying Width From 2.50m To 5.70m And Varying Thickness Of 0.23m And 0.28m Respectively; Asphalt Overlay Of 9,261.00 Sq.m. Road With Varying Width From 3.50m To 7.40m Including Application Of Thermoplastic Pavement Markings, Construction Of 192.00 L.m. Lined Canal And Installation Of 21 Sets Of Solar Streetlights Approved Budget For The Contract : Php 38,220,000.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : 179 Calendar Days Size Range : Medium A License Category : B Amount Of Bidding Documents : Php 25,000.00 1.7 Name Of Contract : Convergence And Special Support Program, Basic Infrastruture Program (bip), Multi-purpose Buildings/ Facilities To Support Social Services, Improvement Of Multi-purpose Building At Barangay Pinagtung-ulan, San Jose, Batangas Contract Id No. : 25dd0152 Project Location : San Jose, Batangas Scope Of Works : Construction Of Three (3) Storey Multi-purpose Building (9.50m X 10.00m) Including Structural Works, Architectural Works, Sanitary Works, Electrical Works, 15.00 L.m. Grouted Riprap, 15.00 L.m. Fence And Demolition Of Pigpen (11.80m X 9.45m) Approved Budget For The Contract : Php 29,700,000.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : 210 Calendar Days Size Range : Small B License Category : C & D Amount Of Bidding Documents : Php 25,000.00 1.8 Name Of Contract : Convergence And Special Support Program, Basic Infrastruture Program (bip), Access Roads And/or Bridges From The National Road/s Leading To Major/ Strategic Public Buildings/ Facilities, Rehabilitation Of San Jose - Ibaan Section, San Jose, Ibaan, Batangas Contract Id No. : 25dd0153 Project Location : San Jose & Ibaan, Batangas Scope Of Works : "san Jose Section : Reconstruction Of 56.50 L.m. Carriageway With Width Of 5.00m And Thickness Of 0.30m; Asphalt Overlay Of 56.50 L.m. Carriageway And Shoulder With Width Of 11.30m And Thickness Of 50mm Including Application Of Thermoplastic Pavement Markings Ibaan Section : Reconstruction Of 58.00 L.m. Carriageway (intermittent Sections) With Width Of 3.35m And Thickness Of 0.30m; Asphalt Overlay Of 688.10 L.m. Carriageway And Shoulder With Width Of 11.26m And Thickness Of 50mm Including Application Of Thermoplastic Pavement Markings" Approved Budget For The Contract : Php 24,750,000.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : 115 Calendar Days Size Range : Small B License Category : C & D Amount Of Bidding Documents : Php 25,000.00 1.9 Name Of Contract : Convergence And Special Support Program, Basic Infrastruture Program (bip), Access Roads And/or Bridges From The National Road/s Leading To Major/ Strategic Public Buildings/ Facilities, Construciton Of Road At Barangay Dagatan, Taysan, Batangas Contract Id No. : 25dd0154 Project Location : Taysan, Batangas Scope Of Works : Construction Of 569.50 L.m. Reinforced Concrete Pavement With Width Of 6.70m And Thickness Of 0.30m Using Boulder Fill With Cement Treated Base Approved Budget For The Contract : Php 19,800,000.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : 141 Calendar Days Size Range : Small B License Category : C & D Amount Of Bidding Documents : Php 25,000.00 1.10 Name Of Contract : Convergence And Special Support Program, Basic Infrastruture Program (bip), Multi-purpose Buildings/ Facilities To Support Social Services, Construction Of Multi-purpose Building At Taysan Elementary School, Barangay Taysan, San Jose, Batangas Contract Id No. : 25dd0155 Project Location : San Jose, Batangas Scope Of Works : Construction Of Gymnasium (37.50m X 26.00m), Stage (18.00m X 8.00m) And 30.00 L.m. Bleachers Including Electrical Works, Sanitary Works And Auxiliary Works Approved Budget For The Contract : Php 19,800,000.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : 180 Calendar Days Size Range : Small B License Category : C & D Amount Of Bidding Documents : Php 25,000.00 1.11 Name Of Contract : Convergence And Special Support Program, Basic Infrastruture Program (bip), Multi-purpose Buildings/ Facilities To Support Social Services, Construction Of Multi-purpose Building At Benigna Dimatatac Memorial Elementary School, Barangay Calansayan, San Jose, Batangas Contract Id No. : 25dd0156 Project Location : San Jose, Batangas Scope Of Works : Construction Of 2sty5cl School Building Including Structural Works, Finishing Works, Electrical Works, Installation Of 1-75kva Transformer, Mechanical Works, Water Pumping System, Solar Panels And Devices, Construction Of Powerhouse (2.00m X 2.00m), Demolition Of 1sty4cl Building (35.00m X 10.00m), Replacement Of 15.00 L.m. Fence, Auxiliary Works And Finishing Hardware Approved Budget For The Contract : Php 19,800,000.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : 120 Calendar Days Size Range : Small B License Category : C & D Amount Of Bidding Documents : Php 25,000.00 1.12 Name Of Contract : Convergence And Special Support Program, Basic Infrastruture Program (bip), Multi-purpose Buildings/ Facilities To Support Social Services, Construction Of Multi-purpose Building, Tangob Elementary School, Barangay Tangob, Padre Garcia, Batangas Contract Id No. : 25dd0157 Project Location : Padre Garcia, Batangas Scope Of Works : Construction Of 2sty4cl School Building (24.00m X 9.60m) Including Structural Works, Finishing Works, Electrical Works, Installation Of 1-75kva Transformer, Mechanical Works, Water Pumping System, 50kva Generator Set, Construction Of Powerhouse (3.00m X 3.00m), Handwashing On Both Sides, Demolition Of Existing Structure 2-1sty Building (12.00m X 9.40m & 18.20m X 7.90m), Auxiliary Works, Finishing Hardware And 1.00m Average Height Embankment On Left Side Approved Budget For The Contract : Php 18,810,000.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : 135 Calendar Days Size Range : Small B License Category : C & D Amount Of Bidding Documents : Php 25,000.00 1.13 Name Of Contract : Convergence And Special Support Program, Basic Infrastruture Program (bip), Access Roads And/or Bridges From The National Road/s Leading To Major/ Strategic Public Buildings/ Facilities, Rehabilitation Of Road At Makalintal Avenue, Provincial Road, San Jose, Batangas Contract Id No. : 25dd0158 Project Location : San Jose, Batangas Scope Of Works : Reconstruction Of 34.40 L.m. And 131.60 L.m. Carriageway With Width Of 8.30m And 6.30m Respectively And Thickness Of 0.30m; Asphalt Overlay Of 525.40 L.m. Carriageway And Shoulder With Varying Width From 3.20m To 10.20m And Thickness Of 50mm Including Application Of Thermoplastic Pavement Markings Approved Budget For The Contract : Php 14,850,000.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : 117 Calendar Days Size Range : Small B License Category : C & D Amount Of Bidding Documents : Php 25,000.00 1.14 Name Of Contract : Convergence And Special Support Program, Basic Infrastruture Program (bip), Multi-purpose Buildings/ Facilities To Support Social Services, Construction Of Multi-purpose Building, Sabang Elementary School, Barangay Sabang, Ibaan, Batangas Contract Id No. : 25dd0159 Project Location : Ibaan, Batangas Scope Of Works : Construction Of 1sty4cl School Building (9.50m X 36.00m) Including Structural Works, Finishing Works, Electrical Works, Mechanical Works, Auxiliary Works And Finishing Hardware Approved Budget For The Contract : Php 14,850,000.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : 150 Calendar Days Size Range : Small B License Category : C & D Amount Of Bidding Documents : Php 25,000.00 1.15 Name Of Contract : Convergence And Special Support Program, Basic Infrastruture Program (bip), Multi-purpose Buildings/ Facilities To Support Social Services, Construction Of Multi-purpose Building (barangay Hall), Barangay Munting Tubig, Ibaan, Batangas Contract Id No. : 25dd0160 Project Location : Ibaan, Batangas Scope Of Works : Construction Of Three (3) Storey Multi-purpose Building (10.00m X 9.50m) Including Architectural Works, Plumbing Works, Electrical Works, Installation Of 1-50kva Transformer, Mechanical Works, Auxiliary Works, Cctv System And 71.16 L.m. Retaining Wall Approved Budget For The Contract : Php 12,870,000.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : 150 Calendar Days Size Range : Small B License Category : C & D Amount Of Bidding Documents : Php 25,000.00 1.16 Name Of Contract : Convergence And Special Support Program, Basic Infrastruture Program (bip), Access Roads And/or Bridges From The National Road/s Leading To Major/ Strategic Public Buildings/ Facilities, Construction Of Road At Barangay Sabang, Lipa City, Batangas Contract Id No. : 25dd0161 Project Location : Lipa City, Batangas Scope Of Works : "section I : Construction Of 183.30 L.m. Road With Width Of 6.00m And Thickness Of 0.20m Section Ii : Construction Of 205.00 L.m. Road With Width Of 4.00m And Thickness Of 0.20m" Approved Budget For The Contract : Php 9,900,000.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : 63 Calendar Days Size Range : Small B License Category : C & D Amount Of Bidding Documents : Php 10,000.00 1.17 Name Of Contract : Convergence And Special Support Program, Basic Infrastruture Program (bip), Multi-purpose Buildings/ Facilities To Support Social Services, Construction (completion) Of Multi-purpose Building (municipal Trial Court), San Jose, Batangas Contract Id No. : 25dd0162 Project Location : San Jose, Batangas Scope Of Works : Construction (completion) Of Two (2) Storey Multi-purpose Building (municipal Trial Court - 27.10m X 10.50m) Including Finishing Works, Electrical Works, Mechanical Works And One (1) Unit Elevator (850kg) Approved Budget For The Contract : Php 9,900,000.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : 120 Calendar Days Size Range : Small B License Category : C & D Amount Of Bidding Documents : Php 10,000.00 1.18 Name Of Contract : Convergence And Special Support Program, Sustainable Infrastructure Projects Alleviating Gaps (sipag), Access Roads And/or Bridges From The National Road/s Leading To Major/strategic Public Buildings/facilities, Improvement Of Roads, Fernando Airbase, Lipa City, Batangas Contract Id No. : 25dd0163 Project Location : Lipa City, Batangas Scope Of Works : "section I : Reblocking Of 115.60 L.m. Road With Width Of 6.90m And Thickness Of 0.23m Including Application Of Thermoplastic Pavement Marking Section Ii : Reblocking Of 76.00 L.m. Road With Width Of 6.90m And Thickness Of 0.23m Incuding Flaring And Application Of Thermoplastic Pavement Marking Section Iii : Reblocking Of 33.70 L.m. And 19.50 L.m. Road With Width Of 7.50m And 7.70m Respectively And Thickness Of 0.23m Including Flaring Section Iv : Reblocking Of 46.20 L.m. Road With Width Of 7.50m And Thickness Of 0.23m Including Flaring Section V : Reblocking Of 14.00 L.m. Road With Width Of 4.00m And Thickness Of 0.23m Section Vi : Reblocking Of 154.60 L.m. Road With Width Of 4.80m And Thickness Of 0.23m Including Application Of Thermoplastic Pavement Marking Section Vii : Reblocking Of 154.40 L.m. And 8.60 L.m. Road With Width Of 4.80m And Thickness Of 0.23m" Approved Budget For The Contract : Php 8,330,000.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : 97 Calendar Days Size Range : Small B License Category : C & D Amount Of Bidding Documents : Php 10,000.00 1.19 Name Of Contract : Convergence And Special Support Program, Sustainable Infrastructure Projects Alleviating Gaps (sipag), Access Roads And/or Bridges From The National Road/s Leading To Major/strategic Public Buildings/facilities, Construction Of Road, Barangay Tangob, Lipa City, Batangas Contract Id No. : 25dd0164 Project Location : Lipa City, Batangas Scope Of Works : "section I : Construction Of 344.00 L.m. Road With Width Of 4.00m And Thickness Of 0.20m Section Ii : Construction Of 64.50 L.m. Road With Width Of 3.00m And Thickness Of 0.20m" Approved Budget For The Contract : Php 5,880,000.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : 38 Calendar Days Size Range : Small B License Category : C & D Amount Of Bidding Documents : Php 10,000.00 1.20 Name Of Contract : Convergence And Special Support Program, Basic Infrastruture Program (bip), Multi-purpose Buildings/ Facilities To Support Social Services, Construction (completion) Of Multi-purpose Building (covered Court), Barangays Marilag And Malaya, Rosario, Batangas Contract Id No. : 25dd0165 Project Location : Rosario, Batangas Scope Of Works : "brgy Marilag : Construction Of Stage (9.00m X 9.70m) Including Painting Works (concrete & Wood) And Electrical Works Brgy. Malaya : Construction Of 28.55 L.m. Bleacher (right Side) Including Replacement Of Fence (right Side), Installation Of Sidings (front, Rear & Right Side), Painting Works (masonry & Steel), Textured Finish (play Area) And Embankment" Approved Budget For The Contract : Php 4,950,000.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : 90 Calendar Days Size Range : Small B License Category : C & D Amount Of Bidding Documents : Php 5,000.00 1.21 Name Of Contract : Convergence And Special Support Program, Basic Infrastruture Program (bip), Multi-purpose Buildings/ Facilities To Support Social Services, Construction Of Multi Purpose Building At Barangay Poblacion East, Taysan, Batangas Contract Id No. : 25dd0166 Project Location : Taysan, Batangas Scope Of Works : Construction Of One (1) Storey Multi-purpose Building (evacuation Center) Including Structural Works, Finishing Works, Plumbing Works, Electrical Works, Mechanical Works (training Area - 12.40m X 5.50m) And Toilet & Structural Works (clinic & Prayer Room - 12.60m X 5.50m) Approved Budget For The Contract : Php 4,950,000.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : 90 Calendar Days Size Range : Small B License Category : C & D Amount Of Bidding Documents : Php 5,000.00 1.22 Name Of Contract : Convergence And Special Support Program, Sustainable Infrastructure Projects Alleviating Gaps (sipag), Access Roads And/or Bridges From The National Road/s Leading To Major/strategic Public Buildings/facilities, Construction Of Road, Barangay Santo Toribio, Lipa City, Batangas Contract Id No. : 25dd0167 Project Location : Lipa City, Batangas Scope Of Works : "section I : Construction Of 44.00 L.m. Road With Width Of 3.00m And Thickness Of 0.20m Section Ii : Construction Of 44.50 L.m. Road With Width Of 3.00m And Thickness Of 0.20m Section Iii : Construction Of 120.00 L.m. Road With Width Of 4.00m And Thickness Of 0.20m Section Iv : Construction Of 162.00 L.m. Road With Width Of 3.00m And Thickness Of 0.20m Including Grouted Riprap Section V : Construction Of 35.00 L.m. Road With Width Of 4.00m And Thickness Of 0.20m" Approved Budget For The Contract : Php 4,900,000.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : 79 Calendar Days Size Range : Small B License Category : C & D Amount Of Bidding Documents : Php 5,000.00 1.23 Name Of Contract : Convergence And Special Support Program, Basic Infrastruture Program (bip), Multi-purpose Buildings/ Facilities To Support Social Services, Rehabilitation (completion) Of Multi-purpose Building, Barangay Balagtasin 1, San Jose, Batangas Contract Id No. : 25dd0168 Project Location : San Jose, Batangas Scope Of Works : Construction Of Bleachers, Fence, Chb Wall, Roofing Works, Sidings Extension, Installation Of Fixed Window And Auxiliary System Approved Budget For The Contract : Php 2,970,000.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : Calendar Days Size Range : Small B License Category : C & D Amount Of Bidding Documents : Php 5,000.00 1.24 Name Of Contract : Convergence And Special Support Program, Basic Infrastruture Program (bip), Multi-purpose Buildings/ Facilities To Support Social Services, Construction (completion) Of Multi-purpose Building, San Juan Senior High School, Barangay Lipahan, San Juan, Batangas Contract Id No. : 25dd0169 Project Location : San Juan, Batangas Scope Of Works : Construction (completion) Of Additional 1-bay Stage (251.68 Sq.m.) Including Structural Works, Finishing Works, Plumbing Works, Finishing Hardware, Installation Of Doors & Windows, Painting Works, Tile Works, Roofing Works And Electrical Works Approved Budget For The Contract : Php 2,970,000.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : 60 Calendar Days Size Range : Small B License Category : C & D Amount Of Bidding Documents : Php 5,000.00 Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. Prospective Bidders Should Be (1) Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Category And Classification As Indicated On The Above Table. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Annex Ii-1.1 B Section Ii And Iii Of Bidding Documents. Contractors/applicants Who Wish To Participate In This Bidding Are Encouraged To Enroll In The Dpwh Civil Works Application (cwa) At The Dpwh Procurement Service (prs), 5th Floor, Dpwh Bldg., Bonifacio Drive, Port Area, Manila, While Those Already Enrolled Shall Keep Their Records Current And Updated. The Contractor’s Eligibility To Bid On The Project Will Be Determined Using The Dpwh Contractor Profile Eligibility Process (cpep) And Subject To Further Post-qualification. Information On Registration Can Be Obtained From The Prs During Working Weekdays From 7:00 Am To 4:00 Pm Or At The Dpwh Website Www.dpwh.gov.ph. 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary Pass/fail Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184), Otherwise Known As The “government Procurement Reform Act”. The Contract Shall Be Awarded To The Lowest Calculated Responsive Bidder (lcrb) Who Was Determined As Such During Post-qualification. 4. Interested Bidders May Obtain Further Information From The Department Of Public Works And Highways (dpwh)-batangas Iv District Engineering Office, And Inspect The Bidding Documents At Marawoy, Lipa City, Batangas During Weekdays From 08:00 A.m To 05:00 P.m. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 23, 2025 To February 11, 2025, 8:00 A.m.-5:00 P.m.; February 12, 2025, 8:00 A.m.-8:15 A.m. From The Address Below And Upon Payment Of The Applicable Fee For The Bidding Pursuant To The Latest Guidelines Issued By The Gppb Amounting To The Responding Cost Of Bidding Documents Indicated On The Above Table. It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps), And The Dpwh Website, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 6. The Department Of Public Works And Highways (dpwh)-batangas Iv District Engineering Office Will Hold A Pre-bid Conference Physically And/or Through Live-streamed On Youtube On January 31, 2025 At 09:00 A.m. At Bidding Room, Dpwh-batangas Iv District Engineering Office, Marawoy, Lipa City, Batangas, Which Shall Be Open To Prospective Bidders. For Youtube Livestreaming, Https://youtube.com/@batangas_4th_deo?si=lsq1bcqacx-uowzq 7. Bid Submission Maybe Done Manually Or Electronically/online. However, Bidders Should Only Select One Mode Of Submission, Either Manual Or Electronic. For Bids To Be Submitted Electronically/online, The Following Procedures Should Be Observed Following Department Order No. 87, Series Of 2020. It Is Also Indicated In The Bds. 8. Bids Must Be Duly Received By The Bac Secretariat At The Address Below For Manual Submission Or At Electronicbids_batangas4@dpwh.gov.ph For Electronic Submission On Or Before February 12, 2025 At 08:30 A.m. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. 9. Bid Opening Shall Be On February 12, 2025 At 08:30 A.m. At Bidding Room, Dpwh-batangas Iv District Engineering Office, Marawoy, Lipa City, Batangas And Through Live-streamed On Youtube (https://youtube.com/@batangas_4th_deo?si=lsq1bcqacx-uowzq). Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. Late Bids Shall Not Be Accepted. 10. "if At The Time Of The Post-qualification Procedure, The Bac Verifies That Any Of The Deficiencies Is Due To The Contractor’s Fault Or Negligence Pursuant To 34.3(b)(ii) Of The 2016 Revised Implementing Rules And Regulations Of Republic Act No. 9184 (2016 Irr Of Ra 9184), The Procuring Entity Shall Disqualify The Contractor From The Award Without Any Right To Reimburse Fees And Incidental Cost Paid For The Procurement Of Infrastructure Contract Subject Of The Bid." 11. The Dpwh-batangas Iv District Engineering Office Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35 And Section 41 Of The 2016 Revised Implementing Rules And Regulations (irr) Of Ra 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. All Representatives Who Will Submit Their Bids Must Be Duly Authorized And Registered Liaison Officers As Reflected In The Contractor Registration Certificate (crc). Authorized Representatives Are Required To Present Their Company Ids And Government Id For Verification Purposes. 13. Please Be Informed That On The Day Of Bid Opening, The Approved Appointment Intended For Purchasing Bidding Documents Will Be Limited To Two (2) Prospective Bidders Only To Strictly Follow The Bid Opening Schedule. Secure The Approved Appointment To Dpwhbats4appointment@gmail.com 14. For Further Information, Please Refer To: Leo S. Matias Engineer Iii Bac, Chairperson Department Of Public Works And Highways Batangas Iv District Engineering Office Brgy. Marawoy, Lipa City, Batangas Telephone No.: (043) 233-05-24 Email Address: Matias.leo@dpwh.gov.ph/ Dpwhbatangas4bac@gmail.com Queen Mariciel J. Sianquita Engineer Ii Head, Bac Secretariat Department Of Public Works And Highways Batangas Iv District Engineering Office Brgy. Marawoy, Lipa City, Batangas Telephone No.: (043) 233-05-24 Email Address: Sianquita.queen_mariciel@dpwh.gov.ph/ Dpwhbatangas4bac@gmail.com 15. You May Visit The Following Websites: For Downloading Of Bidding Documents At Www.dpwh.gov.ph & Www.philgeps.gov.ph For Online Bid Submission At Electronicbids_batangas4@dpwh.gov.ph January 22, 2025 Approved By: Leo S. Matias Bac, Chairperson Noted By: Jehela G. Roxas District Engineer Date Of Publication: January 23, 2025 To January 29, 2025 Publication: Dpwh Website/ Philgeps
1121-1130 of 2264 active Tenders