Bac 20210923001
Bac 20210923001
Bac 20210923001
Sixth Edition
July 2020
Preface
The PBDs are intended as a model for admeasurements (unit prices or unit rates in a
bill of quantities) types of contract, which are the most common in Works contracting.
The Bidding Documents shall clearly and adequately define, among others: (i) the
objectives, scope, and expected outputs and/or results of the proposed contract; (ii) the
eligibility requirements of Bidders; (iii) the expected contract duration; and (iv)the obligations,
duties, and/or functions of the winning Bidder.
Care should be taken to check the relevance of the provisions of the PBDs against the
requirements of the specific Works to be procured. If duplication of a subject is inevitable in
other sections of the document prepared by the Procuring Entity, care must be exercised to
avoid contradictions between clauses dealing with the same matter.
Moreover, each section is prepared with notes intended only as information for the
Procuring Entity or the person drafting the Bidding Documents. They shall not be included in
the final documents. The following general directions should be observed when using the
documents:
a. All the documents listed in the Table of Contents are normally required for the
procurement of Infrastructure Projects. However, they should be adapted as
necessary to the circumstances of the particular Project.
b. Specific details, such as the “name of the Procuring Entity” and “address for
bid submission,” should be furnished in the Instructions to Bidders, Bid Data
Sheet, and Special Conditions of Contract. The final documents should contain
neither blank spaces nor options.
c. This Preface and the footnotes or notes in italics included in the Invitation to
Bid, BDS, General Conditions of Contract, Special Conditions of Contract,
Specifications, Drawings, and Bill of Quantities are not part of the text of the
final document, although they contain instructions that the Procuring Entity
should strictly follow.
1
e. Modifications for specific Procurement Project details should be provided in the
Special Conditions of Contract as amendments to the Conditions of Contract.
For easy completion, whenever reference has to be made to specific clauses in
the Bid Data Sheet or Special Conditions of Contract, these terms shall be
printed in bold typeface on Sections I (Instructions to Bidders) and III (General
Conditions of Contract), respectively.
f. For guidelines on the use of Bidding Forms and the procurement of Foreign-
Assisted Projects, these will be covered by a separate issuance of the
Government Procurement Policy Board.
2
TABLE OF CONTENTS
3
7. Warranty ............................................................................................................. 22
8. Liability of the Contractor ................................................................................... 22
9. Termination for Other Causes ............................................................................. 22
10. Dayworks............................................................................................................ 23
11. Program of Work ................................................................................................ 23
12. Instructions, Inspections and Audits .................................................................... 23
13. Advance Payment ............................................................................................... 23
14. Progress Payments .............................................................................................. 23
15. Operating and Maintenance Manuals .................................................................. 24
Section V. Special Conditions of Contract .................................................... 25
Section VI. Specifications .............................................................................. 27
Section VII. Drawings .................................................................................... 29
Section VIII. Bill of Quantities .................................................................... 161
Section IX. Checklist of Technical and Financial Documents ................... 167
4
Glossary of
Terms, Abbreviations, and Acronyms
Bidding Documents – The documents issued by the Procuring Entity as the bases for bids,
furnishing all information necessary for a prospective bidder to prepare a bid for the Goods,
Infrastructure Projects, and/or Consulting Services required by the Procuring Entity. (2016
revised IRR, Section 5[e])
Consulting Services – Refer to services for Infrastructure Projects and other types of projects
or activities of the GOP requiring adequate external technical and professional expertise that
are beyond the capability and/or capacity of the GOP to undertake such as, but not limited to:
(i) advisory and review services; (ii) pre-investment or feasibility studies; (iii) design; (iv)
construction supervision; (v) management and related services; and (vi) other technical services
or special studies. (2016 revised IRR, Section 5[i])
Contract – Refers to the agreement entered into between the Procuring Entity and the Supplier
or Manufacturer or Distributor or Service Provider for procurement of Goods and Services;
Contractor for Procurement of Infrastructure Projects; or Consultant or Consulting Firm for
Procurement of Consulting Services; as the case may be, as recorded in the Contract Form
signed by the parties, including all attachments and appendices thereto and all documents
incorporated by reference therein.
Contractor – is a natural or juridical entity whose proposal was accepted by the Procuring
Entity and to whom the Contract to execute the Work was awarded. Contractor as used in these
Bidding Documents may likewise refer to a supplier, distributor, manufacturer, or consultant.
Goods – Refer to all items, supplies, materials and general support services, except Consulting
Services and Infrastructure Projects, which may be needed in the transaction of public
businesses or in the pursuit of any government undertaking, project or activity, whether in the
nature of equipment, furniture, stationery, materials for construction, or personal property of
any kind, including non-personal or contractual services such as the repair and maintenance of
equipment and furniture, as well as trucking, hauling, janitorial, security, and related or
analogous services, as well as procurement of materials and supplies provided by the Procuring
Entity for such services. The term “related” or “analogous services” shall include, but is not
limited to, lease or purchase of office space, media advertisements, health maintenance
services, and other services essential to the operation of the Procuring Entity. (2016 revised
IRR, Section 5[r])
6
PSA – Philippine Statistics Authority.
UN – United Nations.
7
Section I. Invitation to Bid
Apart from the essential items listed in the Bidding Documents, the IB should also indicate
the following:
a. The date of availability of the Bidding Documents, which shall be from the time the
IB is first advertised/posted until the deadline for the submission and receipt of bids;
b. The place where the Bidding Documents may be acquired or the website where it
may be downloaded;
The IB should be incorporated into the Bidding Documents. The information contained in
the IB must conform to the Bidding Documents and in particular to the relevant information
in the Bid Data Sheet.
8
Invitation to Bid for the Construction of Two (2) Storey
PCSO Camarines Sur Branch Office Building Project
1. The Philippine Charity Sweepstakes Office, through the 2021 Corporate Operating
Budget intends to apply the sum of Nine Million Five Hundred Seventy-Four
Thousand Seven Hundred Ninety-Seven Pesos and Seventy-Five Centavos
(Php 9,574,797.75) being the Approved Budget for the Contract (ABC) to payments
under the contract for Invitation to Bid for the Construction of Two (2) Storey PCSO
Camarines Sur Branch Office Building (PR # 06-17-210384). Bids received in
excess of the ABC shall be automatically rejected at bid opening.
2. The PCSO now invites bids for the above Procurement Project. Completion of the
Works is required within one hundred eighty (180) calendar days from the day of
the receipt of the Notice to Proceed. 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 (Instructions to Bidders).
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 (RA) No. 9184.
4. Interested bidders may obtain further information from PCSO and inspect the Bidding
Documents at the address given below during office hours (8:00am to 5:00pm),
Mondays to Fridays, except on holidays and on declared work suspensions.
6. The PCSO will hold a Pre-Bid Conference on October 1, 2021 at (Friday), at 1:30
p.m. through videoconferencing/webcasting via Microsoft Teams (MS Teams),
which shall be open to prospective bidders. . Kindly coordinate with the BAC
Secretariat at the contact details given below for pre-registration requirements, and
for information on the MS Teams application and access to the video
conference/webcast.
7. Bids must be duly received by the BAC Secretariat through manual submission at the
office address indicated below, on or before 9:30 a.m. of October 13, 2021
(Wednesday). 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 16.
9
9. Bid opening shall be on October 13, 2021 (Wednesday) at 10:00 a. m. at the given
address below. Bids will be opened in the presence of the bidders’ representatives who
choose to attend the activity. Only one (1) representative per prospective bidder
shall be allowed to attend the Bid opening in person.
10. The PCSO 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 Implementing Rules and Regulations (IRR) of RA No.
9184, without thereby incurring any liability to the affected bidder or bidders.
________________________________
JOHN DEREK N. PORCIUNCULA
BAC Chairperson
10
Section II. Instructions to Bidders
This Section on the Instruction to Bidders (ITB) provides the information necessary for
bidders to prepare responsive bids, in accordance with the requirements of the Procuring
Entity. It also provides information on bid submission, eligibility check, opening and
evaluation of bids, post-qualification, and on the award of contract.
11
1. Scope of Bid
The Procuring Entity, PCSO invites Bids for the Construction of Two (2) Storey
PCSO Camarines Sur Branch Office Building, with Project Identification Number
PR #06-17-210384.
2. Funding Information
2.1. The GOP through the source of funding as indicated below for Fiscal Year 2021
in the amount of Nine Million Five Hundred Seventy-Four Thousand Seven
Hundred Ninety-Seven Pesos and Seventy-Five Centavos (Php
9,574,797.75).
2.2. The source of funding is the PCSO 2021 Corporate Operating Budget
3. Bidding Requirements
The Bidding for the Project shall be governed by all the provisions of RA No. 9184 and
its 2016 revised IRR, including its Generic Procurement Manual and associated
policies, rules and regulations as the primary source thereof, while the herein clauses
shall serve as the secondary source thereof.
Any amendments made to the IRR and other GPPB issuances shall be applicable only
to the ongoing posting, advertisement, or invitation to bid by the BAC through the
issuance of a supplemental or bid bulletin.
The Bidder, by the act of submitting its Bid, shall be deemed to have inspected the site,
determined the general characteristics of the contracted Works and the conditions for
this Project, such as the location and the nature of the work; (b) climatic conditions;
(c) transportation facilities; (c) nature and condition of the terrain, geological conditions
at the site communication facilities, requirements, location and availability of
construction aggregates and other materials, labor, water, electric power and access
roads; and (d) other factors that may affect the cost, duration and execution or
implementation of the contract, project, or work and examine all instructions, forms,
terms, and project requirements in the Bidding Documents.
5. Eligible Bidders
12
5.1. Only Bids of Bidders found to be legally, technically, and financially capable
will be evaluated.
5.2. The Bidder must have an experience of having completed a Single Largest
Completed Contract (SLCC) that is similar to this Project, equivalent to at least
fifty percent (50%) of the ABC adjusted, if necessary, by the Bidder to current
prices using the PSA’s CPI, except under conditions provided for in Section
23.4.2.4 of the 2016 revised IRR of RA No. 9184.
5.3. For Foreign-funded Procurement, the Procuring Entity and the foreign
government/foreign or international financing institution may agree on another
track record requirement, as specified in the Bidding Document prepared for
this purpose.
5.4. The Bidders shall comply with the eligibility criteria under Section 23.4.2 of the
2016 IRR of RA No. 9184.
There is no restriction on the origin of Goods other than those prohibited by a decision
of the UN Security Council taken under Chapter VII of the Charter of the UN.
7. Subcontracts
8. Pre-Bid Conference
The Procuring Entity will hold a pre-bid conference for this Project on the specified
date and time and either at its physical address and/or through
videoconferencing/webcasting} as indicated in paragraph 6 of the IB.
10.1. The first envelope shall contain the eligibility and technical documents of the
Bid as specified in Section IX. Checklist of Technical and Financial
Documents.
13
10.2. If the eligibility requirements or statements, the bids, and all other documents
for submission to the BAC are in foreign language other than English, it must
be accompanied by a translation in English, which shall be authenticated by the
appropriate Philippine foreign service establishment, post, or the equivalent
office having jurisdiction over the foreign bidder’s affairs in the Philippines.
For Contracting Parties to the Apostille Convention, only the translated
documents shall be authenticated through an apostille pursuant to GPPB
Resolution No. 13-2019 dated 23 May 2019. The English translation shall
govern, for purposes of interpretation of the bid.
10.3. A valid PCAB License is required, and in case of joint ventures, a valid special
PCAB License, and registration for the type and cost of the contract for this
Project. Any additional type of Contractor license or permit shall be indicated
in the BDS.
10.4. A List of Contractor’s key personnel (e.g., Project Manager, Project Engineers,
Materials Engineers, and Foremen) assigned to the contract to be bid, with their
complete qualification and experience data shall be provided. These key
personnel must meet the required minimum years of experience set in the BDS.
10.5. A List of Contractor’s major equipment units, which are owned, leased, and/or
under purchase agreements, supported by proof of ownership, certification of
availability of equipment from the equipment lessor/vendor for the duration of
the project, as the case may be, must meet the minimum requirements for the
contract set in the BDS.
11.2. Any bid exceeding the ABC indicated in paragraph 1 of the IB shall not be
accepted.
Bidders shall submit offers that comply with the requirements of the Bidding
Documents, including the basic technical design as indicated in the drawings and
specifications. Unless there is a value engineering clause in the BDS, alternative Bids
shall not be accepted.
All bid prices for the given scope of work in the Project as awarded shall be considered
as fixed prices, and therefore not subject to price escalation during contract
14
implementation, except under extraordinary circumstances as determined by the NEDA
and approved by the GPPB pursuant to the revised Guidelines for Contract Price
Escalation guidelines.
14.1. Bid prices may be quoted in the local currency or tradeable currency accepted
by the BSP at the discretion of the Bidder. However, for purposes of bid
evaluation, Bids denominated in foreign currencies shall be converted to
Philippine currency based on the exchange rate as published in the BSP
reference rate bulletin on the day of the bid opening.
15.2. The Bid and bid security shall be valid until one hundred twenty (120)
calendar days from the date of bid opening. Any bid not accompanied by an
acceptable bid security shall be rejected by the Procuring Entity as non-
responsive.
Each Bidder shall submit one copy of the first and second components of its Bid.
The Procuring Entity may request additional hard copies and/or electronic copies of the
Bid. However, failure of the Bidders to comply with the said request shall not be a
ground for disqualification.
If the Procuring Entity allows the submission of bids through online submission to the
given website or any other electronic means, the Bidder shall submit an electronic copy
of its Bid, which must be digitally signed. An electronic copy that cannot be opened or
is corrupted shall be considered non-responsive and, thus, automatically disqualified.
18.1. The BAC shall open the Bids in public at the time, on the date, and at the place
specified in paragraph 9 of the IB. The Bidders’ representatives who are present
shall sign a register evidencing their attendance. In case videoconferencing,
15
webcasting or other similar technologies will be used, attendance of participants
shall likewise be recorded by the BAC Secretariat.
In case the Bids cannot be opened as scheduled due to justifiable reasons, the
rescheduling requirements under Section 29 of the 2016 revised IRR of RA No.
9184 shall prevail.
19.1. The Procuring Entity’s BAC shall immediately conduct a detailed evaluation of
all Bids rated “passed” using non-discretionary pass/fail criteria. The BAC
shall consider the conditions in the evaluation of Bids under Section 32.2 of
2016 revised IRR of RA No. 9184.
19.2. If the Project allows partial bids, all Bids and combinations of Bids as indicated
in the BDS shall be received by the same deadline and opened and evaluated
simultaneously so as to determine the Bid or combination of Bids offering the
lowest calculated cost to the Procuring Entity. Bid Security as required by ITB
Clause 15 shall be submitted for each contract (lot) separately.
19.3. In all cases, the NFCC computation pursuant to Section 23.4.2.6 of the 2016
revised IRR of RA No. 9184 must be sufficient for the total of the ABCs for all
the lots participated in by the prospective Bidder.
Within a non-extendible period of five (5) calendar days from receipt by the Bidder of
the notice from the BAC that it submitted the Lowest Calculated Bid, the Bidder shall
submit its latest income and business tax returns filed and paid through the BIR
Electronic Filing and Payment System (eFPS), and other appropriate licenses and
permits required by law and stated in the BDS.
The documents required in Section 37.2 of the 2016 revised IRR of RA No. 9184 shall
form part of the Contract. Additional Contract documents are indicated in the BDS.
16
Section III. Bid Data Sheet
This Section is intended to assist the Procuring Entity in providing the specific information
in relation to corresponding clauses in the ITB and has to be prepared for each specific
procurement.
The Procuring Entity should specify in the BDS information and requirements specific to
the circumstances of the Procuring Entity, the processing of the procurement, and the bid
evaluation criteria that will apply to the Bids. In preparing the BDS, the following aspects
should be checked:
17
Bid Data Sheet
ITB Clause
5.2 For this purpose, contracts similar to the Project refer to contracts which have
the same major categories of work, which shall be:
(Civil Works, Iron Works, Plumbing Works and Electrical Works
10.3 PCAB License
10.4 The key personnel must meet the required minimum years of experience set
below:
Key Personnel Education/License Relevant
Experience
18
Architecture with knowledgeable in
AUTOCAD subjects AutoCAD and other
graphic and engineer
applications.
12 Not Applicable
15.1 The bid security shall be in the form of a Bid Securing Declaration or any of the
following forms and amounts:
a. The amount of not less than Php 191,495.95 , if bid security is in cash,
cashier’s/manager’s check, bank draft/guarantee or irrevocable letter of
credit;
b. The amount of not less than Php 478,739.88 if bid security is in Surety
Bond.
19.2 Not Applicable
20 No further instructions
21 Additional contract documents relevant to the Project are:
1. Construction schedule and S-curve
2. Manpower schedule
3. Construction methods
4. Equipment utilization schedule
5. Construction safety and health programs approved by DOLE
6. PERT/CPM
19
Section IV. General Conditions of Contract
Matters governing performance of the Contractor, payments under the contract, or matters
affecting the risks, rights, and obligations of the parties under the contract are included in
the GCC and Special Conditions of Contract.
Any complementary information, which may be needed, shall be introduced only through
the Special Conditions of Contract.
20
1. Scope of Contract
This Contract shall include all such items, although not specifically mentioned, that can
be reasonably inferred as being required for its completion as if such items were
expressly mentioned herein. All the provisions of RA No. 9184 and its 2016 revised
IRR, including the Generic Procurement Manual, and associated issuances, constitute
the primary source for the terms and conditions of the Contract, and thus, applicable in
contract implementation. Herein clauses shall serve as the secondary source for the
terms and conditions of the Contract.
This is without prejudice to Sections 74.1 and 74.2 of the 2016 revised IRR of RA No.
9184 allowing the GPPB to amend the IRR, which shall be applied to all procurement
activities, the advertisement, posting, or invitation of which were issued after the
effectivity of the said amendment.
3. Possession of Site
3.1 The Procuring Entity shall give possession of all or parts of the Site to the
Contractor based on the schedule of delivery indicated in the SCC, which
corresponds to the execution of the Works. If the Contractor suffers delay or
incurs cost from failure on the part of the Procuring Entity to give possession in
accordance with the terms of this clause, the Procuring Entity’s Representative
shall give the Contractor a Contract Time Extension and certify such sum as fair
to cover the cost incurred, which sum shall be paid by Procuring Entity.
3.2 If possession of a portion is not given by the above date, the Procuring Entity
will be deemed to have delayed the start of the relevant activities. The resulting
adjustments in contract time to address such delay may be addressed through
contract extension provided under Annex “E” of the 2016 revised IRR of RA
No. 9184.
The Procuring Entity will approve any proposed replacement of key personnel only if
their relevant qualifications and abilities are equal to or better than those of the
personnel listed in the Schedule.
21
5. Performance Security
5.1. Within ten (10) calendar days from receipt of the Notice of Award from the
Procuring Entity but in no case later than the signing of the contract by both
parties, the successful Bidder shall furnish the performance security in any of
the forms prescribed in Section 39 of the 2016 revised IRR.
5.2. The Contractor, by entering into the Contract with the Procuring Entity,
acknowledges the right of the Procuring Entity to institute action pursuant to
Act No. 3688 against any subcontractor be they an individual, firm, partnership,
corporation, or association supplying the Contractor with labor, materials and/or
equipment for the performance of this Contract.
The Contractor, in preparing the Bid, shall rely on any Site Investigation Reports
referred to in the SCC supplemented by any information obtained by the Contractor.
7. Warranty
7.1. In case the Contractor fails to undertake the repair works under Section 62.2.2
of the 2016 revised IRR, the Procuring Entity shall forfeit its performance
security, subject its property(ies) to attachment or garnishment proceedings, and
perpetually disqualify it from participating in any public bidding. All payables
of the GOP in his favor shall be offset to recover the costs.
Subject to additional provisions, if any, set forth in the SCC, the Contractor’s liability
under this Contract shall be as provided by the laws of the Republic of the Philippines.
If the Contractor is a joint venture, all partners to the joint venture shall be jointly and
severally liable to the Procuring Entity.
22
10. Dayworks
Subject to the guidelines on Variation Order in Annex “E” of the 2016 revised IRR of
RA No. 9184, and if applicable as indicated in the SCC, the Dayworks rates in the
Contractor’s Bid shall be used for small additional amounts of work only when the
Procuring Entity’s Representative has given written instructions in advance for
additional work to be paid for in that way.
11.1. The Contractor shall submit to the Procuring Entity’s Representative for
approval the said Program of Work showing the general methods, arrangements,
order, and timing for all the activities in the Works. The submissions of the
Program of Work are indicated in the SCC.
11.2. The Contractor shall submit to the Procuring Entity’s Representative for
approval an updated Program of Work at intervals no longer than the period
stated in the SCC. If the Contractor does not submit an updated Program of
Work within this period, the Procuring Entity’s Representative may withhold
the amount stated in the SCC from the next payment certificate and continue to
withhold this amount until the next payment after the date on which the overdue
Program of Work has been submitted.
The Contractor shall permit the GOP or the Procuring Entity to inspect the Contractor’s
accounts and records relating to the performance of the Contractor and to have them
audited by auditors of the GOP or the Procuring Entity, as may be required.
The Procuring Entity shall, upon a written request of the Contractor which shall be
submitted as a Contract document, make an advance payment to the Contractor in an
amount not exceeding fifteen percent (15%) of the total contract price, to be made in
lump sum, or at the most two installments according to a schedule specified in the SCC,
subject to the requirements in Annex “E” of the 2016 revised IRR of RA No. 9184.
The Contractor may submit a request for payment for Work accomplished. Such
requests for payment shall be verified and certified by the Procuring Entity’s
Representative/Project Engineer. Except as otherwise stipulated in the SCC, materials
and equipment delivered on the site but not completely put in place shall not be included
for payment.
23
15. Operating and Maintenance Manuals
15.1. If required, the Contractor will provide “as built” Drawings and/or operating
and maintenance manuals as specified in the SCC.
15.2. If the Contractor does not provide the Drawings and/or manuals by the dates
stated above, or they do not receive the Procuring Entity’s Representative’s
approval, the Procuring Entity’s Representative may withhold the amount stated
in the SCC from payments due to the Contractor.
24
Section V. Special Conditions of Contract
The Special Conditions of Contract (SCC) complement the GCC, specifying contractual
requirements linked to the special circumstances of the Procuring Entity, the Procuring
Entity’s country, the sector, and the Works procured. In preparing this Section, the following
aspects should be checked:
However, no special condition which defeats or negates the general intent and purpose of
the provisions of the GCC should be incorporated herein.
25
Special Conditions of Contract
GCC Clause
2 No further instructions
4.1 The PCSO shall give full possession of the Site to the Contractor upon
receipt of the Notice to Proceed (NTP)
6 No further instructions
7.2 Fifteen (15) years.
15.2 The amount to be withheld for failing to produce “as built” drawings
and/or operating and maintenance manuals by the date required is Five
percent (5%) of the contract price
26
Section VI. Specifications
Notes on Specifications
A set of precise and clear specifications is a prerequisite for Bidders to respond realistically
and competitively to the requirements of the Procuring Entity without qualifying or
conditioning their Bids. In the context of international competitive bidding, the
specifications must be drafted to permit the widest possible competition and, at the same
time, present a clear statement of the required standards of workmanship, materials, and
performance of the goods and services to be procured. Only if this is done will the objectives
of economy, efficiency, and fairness in procurement be realized, responsiveness of Bids be
ensured, and the subsequent task of bid evaluation facilitated. The specifications should
require that all goods and materials to be incorporated in the Works be new, unused, of the
most recent or current models, and incorporate all recent improvements in design and
materials unless provided otherwise in the Contract.
Samples of specifications from previous similar projects are useful in this respect. The use
of metric units is mandatory. Most specifications are normally written specially by the
Procuring Entity or its representative to suit the Works at hand. There is no standard set of
Specifications for universal application in all sectors in all regions, but there are established
principles and practices, which are reflected in these PBDs.
Care must be taken in drafting specifications to ensure that they are not restrictive. In the
specification of standards for goods, materials, and workmanship, recognized international
standards should be used as much as possible. Where other particular standards are used,
whether national standards or other standards, the specifications should state that goods,
materials, and workmanship that meet other authoritative standards, and which ensure
substantially equal or higher quality than the standards mentioned, will also be acceptable.
The following clause may be inserted in the SCC.
Wherever reference is made in the Contract to specific standards and codes to be met by the
goods and materials to be furnished, and work performed or tested, the provisions of the
latest current edition or revision of the relevant standards and codes in effect shall apply,
unless otherwise expressly stated in the Contract. Where such standards and codes are
national, or relate to a particular country or region, other authoritative standards that ensure
a substantially equal or higher quality than the standards and codes specified will be accepted
27
subject to the Procuring Entity’s Representative’s prior review and written consent.
Differences between the standards specified and the proposed alternative standards shall be
fully described in writing by the Contractor and submitted to the Procuring Entity’s
Representative at least twenty-eight (28) days prior to the date when the Contractor desires
the Procuring Entity’s Representative’s consent. In the event the Procuring Entity’s
Representative determines that such proposed deviations do not ensure substantially equal
or higher quality, the Contractor shall comply with the standards specified in the documents.
These notes are intended only as information for the Procuring Entity or the person drafting
the Bidding Documents. They should not be included in the final Bidding Documents.
28
CONSTRUCTION OF 2-STOREY
PCSO CAMARINES SUR BRANCH OFFICE BUILDING
BARANGAY BAGUMBAYAN,
NAGA CITY, CAMARINES SUR
29
PROJECT : CONSTRUCTION OF 2-STOREY
PCSO CAMARINES SUR BRANCH OFFICE BUILDING
A. GENERAL INTENTION
1. It is declared and acknowledged intention and meaning to provide and secure for
the Philippine Charity Sweepstakes Office (PCSO), a complete and ready for use
PCSO Camarines Sur Branch Office Building herein mentioned, as well as the
other concomitant trades of work necessary for the completion of all works
required.
2. Construction of the PCSO Camarines Sur Branch Office Building stipulated under
this specifications and related contract, documents prepared for this project shall
be in conformity with all applicable National Laws, Local Ordinances, and Building
Rules and Regulations of the National Building Code.
B. SCOPE OF WORKS
1. Work contemplated under this project shall consist of furnishing all materials, labor,
equipment, tools, utilities, transportation, superintendence and satisfactory
performance of all conditions of the contract.
2. The Contractor shall prepare detailed shop drawings of the building of herein
mentioned to be approved by PCSO through its authorized Engineer
representative.
3. The Contractor shall follow the agreed timetable for the project; any delay can incur
liquidated damages in the part of PCSO hence penalty will be imposed for any
delays made by the contractor.
1. The Contractor shall verify at the jobsite all existing conditions which are relative to
this project to obtain firsthand information of the extent of work to be done specially
the portions that need extra work.
30
All necessary permits and licenses required for the implementation of the project shall
be paid by the Contractor; any expenses incidental to secure all permits and licenses
including reproduction of required documents and drawings, etc. shall be borne by the
Contractor, who shall acquire such permits and licenses required, and shall surrender
the Original Official Receipt/s and the original permits to PCSO, upon completion of
the construction.
E. BILLBOARDS
The Contractor shall install one (1) Billboard measuring 1200 mm x 2400 mm
(4ft x 8ft) using 12mm (1/2 inch) marine plywood or tarpaulin posted on 5mm
(3/16 inch) marine plywood, 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.
The Billboard shall include the perspective of the building indicating thereon
the names of the Project, Location, Implementing Office, the Contractor, Date
Started, Contract Completion Date, Contract Cost, and Project
Architect/Engineers.
The sign layout and the text and location of such sign will be approved by
PCSO through its authorized Engineer representative. No other sign or
advertising will be permitted.
The Contractor shall also install one (1) Billboard per attached COA Circular
No 2013-004. Upon completion of the work, all signs installed shall be removed
from the site.
Contractor’s Office
The Contractor shall provide on or near the premises, temporary building for
his own use, equipped among other items with at least one telephone.
Field Office
The Contractor shall provide temporary office building at least 12’ 0” wide by
30’ 0” long for the use of the field representatives, architects and engineers at
an approved location on or adjacent site. The field office shall be complete
with electrical light, power outlets, drinking water, two (2) desks, two chairs,
a plan table, a plan rack, filing cabinet, private local telephone line and daily
janitorial service, including periodic washing of windows. The Contractor shall
pay for all of the above services and facilities except long distance telephone
31
calls.
Toilets
The Contractor shall provide suitable toilet facilities at approved location (2)
with proper enclosures for the use of workmen, and shall maintain some in
sanitary operable conditions, all in conformity with the local regulations.
The Contractor shall provide and pay for all light and electrical power
required for the construction work including all wiring, connections and
accessories an all power consumed.
The Contractor shall make all necessary arrangements for and provision of
water including temporary piping and house extensions required for the
construction purposes. He shall obtain and pay for necessary permits and
for all water used.
As soon as the progress of the work will permit, the Contractor shall erect
the permanent stair platforms, ramps, catwalks, etc., safeguard and shall
provide these and all other permanent parts from damage or defacement
during the work.
2. The Contractor as, part of the contract shall provide watchmen and erect
all planking bridges, bracings, shorings, sheet piling, lights and warning
signs necessary for the public. The Contractor shall provide scaffolds,
tarpaulins, and similar items as directed by PCSO through its authorized
Engineer representative to protect PCSO, equipment and employees and
shall if necessary seal off his work so as not to interfere with PCSO’s
business operation if applicable.
Watchmen Service
3. The Contractor shall be responsible for any injury loss or damage to any
presently existing improvements on the premises caused by him or his
employees, agents or any sub- contractors, and in the event of such
injury, loss or damage shall promptly make such repairs or replacement
as required by PCSO without additional cost to PCSO.
4. During the progress of the work, the Contractor shall protect all finished
work as soon as it is erected and shall maintain such protection until such
time they are no longer required.
Preconstruction Meetings
33
Prior to the start of construction, Contractor's material men or vendors
whose presence are required, must attend preconstruction meetings
as directed for the purpose of discussing the execution of work.
Progress Meetings
The Contractor may also call for a progress meeting for the purpose of
coordinating, expediting and scheduling the work. In such meeting
Contractor's material men or vendors, whose presence is necessary
or requested are required to attend.
Progress Reports
I. MATERIAL APPROVAL
3. The following are the required submittals from the contractor for PCSO’s
approval:
34
− 1.2x1.2m white painted board affixed with all finishing material samples
such as, but not limited to, all paint color swatches, manufactured brick
cladding, acoustical ceiling boards with fixing accessories, ceramic floor
tiles, kitchen counter tiles, light fixtures, window glass and frame
samples, etc.;
4. PCSO may inspect or test any approved material or product at any time
during its preparation and use. Any material or product that will be found
unfit shall not be used in the Work even after being previously approved.
5. PCSO has the right to have all installed unapproved materials removed
and have the affected area repaired then replaced with the prescribed
material at the expense of the Contractor.
1. The Contractor shall permit and facilitate inspection of the work by PCSO,
its authorized Engineer representatives, and the public authorities having
jurisdiction at all times during the progress of the work.
2. The Contractor will be responsible for all test and engineering services
required by the Specifications. The cost for inspection or tests not
required by the specification but which PCSO requires, will be borne by
PCSO.
K. PHOTOGRAPHS
35
The Contractor shall provide record progress photographs (120 photographs
per month) taken as, when and where directed by PCSO or its authorized
Engineer representative at intervals of not more than one month. The
photographs shall be sufficient in number and location to record the exact
progress of the works.
The Contractor shall provide one proof print of each photograph taken, and
the electronic file and three (3) copies, in 3R size and printed on glossy
paper, of any of the photographs selected as progress photographs by PCSO
or its authorized Engineer representative. The retained photographs will
become the property of PCSO and the Contractor shall supply approved
albums to accommodate them.
N. PEST CONTROL
O. AIR POLLUTION
Contractor shall comply with the requirements of “The Clean Air Act of 1999”
and of local authorities regarding air pollution control: As a general rule, there
shall be no burning of trash at the site.
P. CLEANING
1. The Contractor shall at all times keep the premises from accumulation of
36
waste materials or rubbish caused by his employees, sub-contractors, or
the work. At completion of the work he shall remove from the building and
site all rubbish, scaffolding and surplus materials and shall leave the work
broom clean, unless otherwise specified. If the Contractor fails to keep
the premises clean, PCSO through its authorized Engineer representative
may remove the waste materials and rubbish; charge the expense of such
removal to the Contractor.
2. The Contractor shall thoroughly wash and clean all glass, clean
hardware, remove stains, spots, smears, marks and dirt from all surfaces;
clean fixtures, wash terrazzo, tile floors and all exposed concrete so as
to present clean work to PCSO through its authorized Engineer
representative for acceptance.
Q. FINAL COMPLETION
The term final completion, means the completion of all work called for under
the Contract to include but not limited to:
2. Correction of all punch list items to the satisfaction of PCSO through its
authorized Engineer/Architect representative;
3. Settlement of all claims of any payment and release of its records for all
materials, labor and the likes;
R. PUNCH LIST
S. AS BUILT DRAWINGS
1. Upon completion of the work, the Contractor shall submit two sets of
prints with all as-built changes shown on the drawings in a neat
workmanship manner. Such prints shall show changes or actual
installation and conditions of the actual structure including all utilities in
37
comparison with the original drawings.
The Contractor shall do all the cutting, fitting and pitching that may be
required to make several parts of the work come together properly and to fit
his work to receive or be received by existing works or works from other
contractors.
Within one month of arrival on the project site, the Contractor shall submit a
Health and Safety Plan/Program with operational details of his proposals to
PCSO or its authorized Engineer representative for prior approval.
Safety Officer
Due precautions shall be taken by the Contractor, at his own cost, to ensure
the safety and protection against accidents of all staff and labor engaged on
the Works, local residents in the vicinity of the Works, and the public traveling
through the Works.
The Contractor shall have on his staff on Site a designated Safety Officer
qualified to promote and maintain safe working practices. This Safety Officer
shall have authority to issue instructions and shall take protective
measures to prevent accidents, including but not limited to, the
establishment of safe working practices and the training of staff and labor in
their implementation.
The Contractor shall, at his own expense, provide protective clothing and
safety equipment to all staff and labor engaged on the Works to the
satisfaction of PCSO through its authorized Engineer representative. Such
clothing and equipment shall include, at a minimum, high visibility vests for
workers directing traffic, protective footwear for workmen undertaking
concrete mixing work, protective footwear and gloves for workmen
38
performing paving works, dust masks, rubber boots, rain coats and otherwise
as appropriate to the job on hand and to PCSO’s satisfaction.
The Contractor shall provide and maintain throughout the duration of the
Contract, a medical examining room and sickbay together with all necessary
supplies and equipment to be sited in the Contractor’s main camp. The
rooms shall be used exclusively for medical purposes and shall be of
good quality construction with electric lighting and otherwise suitable for
their purpose. The sickbay shall have at least one bed, and shall be provided
with adjacent washing and sanitation facilities.
The Contractor shall, at his own expense, provide first aid equipment at the
work site to the satisfaction of PCSO or its authorized Engineer
representative, and shall ensure that the works site where 20 or more
persons are engaged on the Works there shall at all times be a person
qualified in first-aid with access to appropriate first-aid equipment.
The location of the medical room and other medical and first-aid
arrangements shall be made known to all employees by posting suitable
notices at prominent locations around the site and by verbal instruction upon
recruitment.
The Contractor shall provide on the Site at his expense, an adequate supply
of drinking water for all staff and labor engaged on the Works, together with
sanitary facilities (portable toilets or latrines), to the satisfaction of
PCSO. The Contractor shall thoroughly disinfect and fill all latrine pits,
sumps and trenches when no longer required.
The Contractor shall provide adequate on-site OHS signage. Including but
not limited to: ‘no unauthorized entry’, ‘report to site office’, ‘beware of
overhead work’, ‘hard hats, overalls, safety boots, respirators, etc’.
Signage shall be posted up at all entrances to site as well as on site in
strategic locations e.g. access routes, stairways, entrances to structures
and buildings, scaffolding, and other potential risk areas/operations.
The Contractor shall ensure that that all formwork and support work is
inspected by a competent person immediately before, during and after
placement of concrete or any other imposed load and thereafter on a
daily basis until the formwork and support work has been removed.
Records of all inspections must be kept in a register on site.
PART II – EARTHWORK
Description
This Item shall consist of clearing, grubbing, removing and disposing all
vegetation and debris in the site, except those objects that are designated to
remain in place or are to be removed in consonance with other provisions of
this Specification. The work shall also include the preservation from injury or
defacement of all objects designated to remain.
Construction Requirements
1. General
Clearing shall extend one (1) meter beyond the toe of the fill slopes or
beyond rounding of cut slopes as the case maybe for the entire length of the
project unless otherwise shown on the plans or as directed by PCSO through
its authorized Engineer representative and provided it is within the right of
way limits of the project, with the exception of trees under the jurisdiction of
the Forest Management Bureau (FMB).
40
2. Clearing and Grubbing
All surface objects and all trees, stumps, roots and other protruding
obstructions, not designated to remain, shall be cleared and/or grubbed,
including mowing as required, except as provided below:
c. In areas to be rounded at the top of cut slopes, stumps shall be cut off
flush with or below the surface of the final slope line.
d. Grubbing of pits, channel changes and ditches will be required only to the
depth necessitated by the proposed excavation within such areas.
Except in areas to be excavated, stump holes and other holes from which
obstructions are removed shall be backfilled with suitable material and
compacted to the required density.
In the event that the Contractor is directed by PCSO authorized Engineer not
to start burning operations or to suspend such operations because of
hazardous weather conditions, material to be burned which interferes with
subsequent construction operations shall be moved by the Contractor to
temporary locations clear of construction operations and later, if directed by
PCSO authorized Engineer, shall be placed on a designated spot and
burned.
41
Materials and debris which cannot be burned and perishable materials may
be disposed off by methods and at locations approved by PCSO authorized
Engineer, on or off the project. If disposal is by burying, the debris shall be
placed in layers with the material so disturbed to avoid nesting.
Each layer shall be covered or mixed with earth material by the land-fill
method to fill all voids. The top layer of material buried shall be covered with
at least 300 mm (12 inches) of earth or other approved material and shall be
graded, shaped and compacted to present a pleasing appearance. If the
disposal location is off the project, the Contractor shall make all necessary
arrangements with property owners in writing for obtaining suitable disposal
locations which are outside the limits of view from the project. The cost
involved shall be included in the unit bid price. A copy of such agreement
shall be furnished to PCSO through its authorized Engineer representative.
The disposal areas shall be seeded, fertilized and mulched at the
Contractor’s expense.
Woody material may be disposed off by chipping. The wood chips may be
used for mulch, slope erosion control or may be uniformly spread over
selected areas as directed by PCSO authorized Engineer. Wood chips used
as mulch for slope erosion control shall have a maximum thickness of 12 mm
(1/2 inch) and faces not exceeding 3900 mm2 (6 square inches) on any
individual surface area. Wood chips not designated for use under other
sections shall be spread over the designated areas in layers not to exceed
75 mm (3 inches) loose thickness.
All merchantable timber in the clearing area which has not been removed
from the right of way prior to the beginning of construction, shall become the
property of the Contractor, unless otherwise provided.
Timber cut inside the area staked for clearing shall be felled within the area
to be cleared.
Description
This Item shall consist of the removal wholly or in part, and satisfactory
disposal of all buildings, fences, structures, old pavements, abandoned pipe
lines, and any other obstructions which are not designated or permitted to
remain, except for the obstructions to be removed and disposed off under
other items in the Contract. It shall also include the salvaging of designated
materials and backfilling the resulting trenches, holes, and pits.
Construction Requirements
1. General
The Contractor shall perform the work described above, within and adjacent
to the roadway, on Government land or easement, as shown on the Plans or
as directed by PCSO authorized Engineer. All designated salvable material
shall be removed, without unnecessary damage, in sections or pieces which
may be readily transported, and shall be stored by the Contractor at specified
places on the project. Perishable material shall be handled as designated in
Subsection Clearing and Grubbing. Nonperishable material may be disposed
off outside the limits of view from the project with written permission of the
property owner on whose property the material is placed. Copies of all
agreements with property owners are to be furnished to PCSO or its
authorized Engineer representative. Basements or cavities left by the
structure removal shall be filled with acceptable material to the level of the
surrounding ground and, if within the prism of construction, shall be
compacted to the required density.
All concrete fence, pavement, base course, sidewalks, curbs, gutters, etc.,
designated for removal, shall be:
C. EXCAVATION
43
Description
It shall also include the furnishing and placing of approved foundation fill
material to replace unsuitable material encountered below the foundation
elevation of structures.
Construction Requirements
2. Excavation
3. Soil Poisoning
44
Thoroughly drench and saturate every lineal meter of excavation for footings
and other foundation work with soil poison working solution (F-3, or F-35 by
MAPECON or approved equivalent) before pouring of concrete. Soil poisons
shall not be applied when soil is excessively wet.
After grading and leveling the soil and laying of the gravel base for floor slab,
flood or soak every square meter of floor area with soil poison working
solution before pouring of concrete.
The placing of embankment and shall continue in such a manner that at all
times there will be horizontal berm of thoroughly compacted material for a
distance at least equal to the height of the abutment or wall to the backfilled
against except insofar as undisturbed material obtrudes upon the area.
Broken rock or coarse sand and gravel shall be provided for a drainage filter
at weepholes.
A. REINFORCED CONCRETE
Description
Materials Requirements
1. Portland Cement
Type Specifications
Portland Cement AASHTO M 85 (ASTM C 150)
Blended Hydraulic Cements AASHTO M 240 (ASTM C 595)
Masonry Cement AASHTO M 150-74 (ASTM C 91)
The Contractor shall provide suitable means of storing and protecting the
cement against dampness. Cement which, for any reason, has become
46
partially set or which contains lumps of caked cement will be rejected.
Cement salvaged from discarded or used bags shall not be used.
2. Concrete Aggregates
Fine Aggregate
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 PCSO through its
authorized Engineer representative.
The fine aggregate shall be well-graded from coarse to fine and shall
conform to the table below:
Coarse Aggregate
47
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 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.
Aggregate Tests
No aggregate shall be used until official advice has been received that it has
satisfactorily passed all test, at which time written authority shall be given
prior its use.
3. Water
48
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 suggested requirements of AASHTO T. Water which is
drinkable may be used without test.
4. Metal Reinforcement
except that the weld shear strength requirement of those specification shall
be extended to include a wire size differential up to and including six gages.
49
a. The minimum yield strength of the reinforcing bars to be used
corresponding to the structural member shall be as enumerated below:
c. Equivalent metric size bars when used shall be as per tabulations below:
d. Standard Hook
e. Welded Splices
− The Contractor for approval shall submit details of all welded splices
50
by PCSO through its authorized Engineer representative.
5. Admixtures
6. Storage of Materials
Construction Requirements
1. Concrete Quality
All plans submitted for approval or used for any project shall clearly show the
specified strength. fc', of concrete of the specified age for which each part of
the structure was designed.
Where preliminary test data on the materials to be used in the concrete have
not been obtained the water-cement ratio for a given streflgth of concrete
shall not exceed the values shown in Table below:
When strengths in excess of 281 kilograms per square centimeter (4000 psi)
are required or when light weight aggregates or admixtures (other than those
exclusively for the purpose of entraining air) are used, the required water-
cement ratio shall be determined in accordance with Method 2.
Water-cement ratios for strengths greater than that at the above Table may
be used provided that the relationship between strength and water-cement
ratio for the materials to be used has been previously established by reliable
test data and the resulting concrete satisfies the requirements of concrete
quality. ·
Where previous data are not available. Concrete trial mixtures having
proportions and consistency suitable for the work shall be made using at
least three different water-cement ratios (or cement content in the case of
lightweight aggregates) which will produce a range of strengths
encompassing those required for the worn. For each water-cement ratio (or
cement content) at least three specimens for each age to be tested shall be
made, cured and tested for strength In accordance with ASTM C 39 and C
192.
The strength test shall be made at 7, 14 and 28 days at which the concrete
is to receive load, as indicated on the plans. A curve shall be established
showing the relationship between water-cement ratio (or cement content)
and compressive strength. The maximum permissible water-cement ratio for
the concrete to be used in the structure shall be that shown by the curve to
52
produce an average strength to satisfy the requirements of the strength test
of concrete provided that the water-cement ratio shall be no greater than that
required by concrete quality when concrete that is to be subjected to the
freezing temperatures which weight shall have a water-cement ratio not
exceeding 6 gal per bag and it shall contain entrained air.
Where different materials are to be used for different portions of the work,
each combination shall be evaluated separately.
As work progress, at least one (1) set of sample consisting of three (3)
concrete cylinder test specimens; 150 x 300 mm shall be taken from each
class of concrete placed each day, and each set to represent not more than
75 cu m of concrete.
5. Consistency
Concrete shall have a consistency such that it will be workable in the required
position. It shall be such a consistency that it will flow around reinforcing steel
but individual particles of the coarse aggregate when isolated shall show a
coating or mortar containing its proportionate amount of sand. The
consistency of concrete shall be gauged by the ability of the equipment to
property placed it and not by the difficulty of mixing water shall be determined
by PCSO through its authorized Engineer representative and shall not be
varied without his consent Concrete as dry as it is practical to place with the
equipment specified shall be used.
The age for strength tests shall be 28 days or, where specified, the earlier
age at which the concrete is to receive its full load or maximum stress.
Additional test may be made at earlier ages to obtain advance information
on the adequacy of strength development where age-strength relationships
have been established for the materials and proportions used.
a. Twenty four (24) 15 cm. dia. by 30 cm long (6 in. dia. by 12 in. long)
cylinders shall be made in accordance with ASTM C 192, twelve at a
54
compressive strength level of approximately 210 kilograms per square
centimeter (3000 psi) and twelve at approximately 280 kilograms per
square centimeter (4000 psi) or 350 kilograms per square centimeter
(5000 psi). After 7 days moist curing followed by 21 days drying at 23C
(73F) and 50 percent relative humidity, eight of the test cylinders at each
of the two strength levels shall be tested for splitting strength and four for
compressive strength.
The ratio, Fsp, of splitting tensile strength to the square root of compressive
strength shall be obtained by using the average of all 16 splitting tensile test
and all 8 compressive tests.
Five classes of concrete are provided for in this item, namely: A, B, C, P and
Seal. Each class shall be used in that part of the structure as called for on
the Plans.
Class B – Footings, pedestals, massive pier shafts, pipe bedding, and gravity
walls, unreinforced or with only a small amount of reinforcement.
Class C – Thin reinforced sections, railings, precast R.C. piles and cribbing
and for filler in steel grid floors.
Minimum
Designated Compressive
Minimum
Maximum Size of Strength of
Cement Consistency
Class Water/ Coarse 150x300mm
Content Range in
of Cement Aggregate Concrete
Per m3 Slump
Concrete Ratio Square Cylinder
kg mm (inch)
kg/kg Opening Specimen at
(bag**)
Std. mm 28 days,
MN/m2 (psi)
37.5 – 4.75
360 50 – 100 20.7
A 0.53 (1-1/2”– No.
(9 bags) (2 – 4) (3000)
4)
320 50 – 100 50 – 4.75 16.5
B 0.58
(8 bags) (2 – 4) (2” – No. 4) (2400)
12.5 – 4.75
380 50 – 100 20.7
C 0.55 (1/2” – No.
(9.5 bags) (2 – 4) (3000)
4)
19.0 – 4.75
440 100 max. 37.7
P 0.49 (3/4” – No.
(11 bags) (4 max.) (5000)
4)
380 100 – 200 25 – 4.75 20.7
Seal 0.58
(9.5 bags) (4 - 8) (1” – No. 4) (3000)
* The measured cement content shall be within plus or minus 2 mass percent
of the design cement content.
** Based on 40 kg/bag Scope
For batch mixing at the site of construction or at a central point, a batch mixer
of an approved type shall be used. Mixer having a rated capacity of less than
a one-bag batch shall not be used. The volume of concrete mixed per batch
shall not exceed the mixer’s nominal capacity as shown on the
manufacturer’s standard rating plate on the mixer except that an overload up
to 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 batch shall
be so charge into the drum that a portion of the water shall enter 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 15 seconds of the mixing
period. Mixing time shall be measured from the time all materials, except
water, are in the drum. Mixing time shall not be less than 60 seconds for
mixers having a capacity of 1.5m3 or less. For mixers having a capacity
greater than 1.5m3, the mixing time shall not be less than 90 seconds.
If timing starts, the instant the skip reaches its maximum raised position, 4
seconds shall be added to the specified mixing time. Mixing time ends when
the discharge chute opens.
The timing device on stationary mixers shall be equipped with a bell or other
suitable warning device adjusted to give a clearly audible signal each time
the lock is released. In case of failure of the timing device, the Contractor will
be permitted to continue operations while it is being repaired, provided he
furnishes an approved timepiece equipped with minute and second hands. If
the timing device is not placed in good working order within 24 hours, further
use of the mixer will be prohibited until repairs are made.
Concrete mixers shall be equipped with adequate water storage and a device
of accurately measuring and automatically controlling the amount of water
used.
All measuring devices shall be subject to the approval of PCSO through its
authorized Engineer representative. Scales and measuring devices shall be
tested at the expense of the Contractor as frequently as PCSO through its
authorized Engineer representative may deem necessary to insure their
accuracy.
Concrete mixers may be of the revolving drum or the revolving blade type
and the mixing drum or blades shall be operated uniformly at the mixing
speed recommended by the manufacturer. The pick-up and throw-over
blades of mixers shall be restored or replaced when any part or section is
worn 20mm or more below the original height of the manufacturer’s design.
Mixers and agitators which have an accumulation of hard concrete or mortar
shall not be used.
58
When bulk cement is used and volume of the batch is 0.5m3 or more, the
scale and weigh hopper for Portland cement shall be separate and distinct
from the aggregate hopper or hoppers. The discharge mechanism of the bulk
cement weigh hopper shall be interlocked against opening before the full
amount of cement is in the hopper. The discharging mechanism shall also
be interlocked against opening when the amount of cement in the hopper is
underweight by more than one (1) mass percent or overweight by more than
3 mass percent of the amount specified.
When the aggregate contains more water than the quantity necessary to
produce a saturated surface dry condition, representative samples shall be
taken and the moisture content determined for each kind of aggregate.
The batch shall be so charged into the mixer that some water will enter in
advance of cement and aggregate. All water shall be in the drum by the end
of the first quarter of the specified mixing time.
Cement shall be batched and charged into the mixer so that it will not result
in loss of cement due to the effect of wind, or in accumulation of cement on
surface of conveyors or hoppers, or in other conditions which reduce or vary
the required quantity of cement in the concrete mixture.
The entire content of a batch mixer shall be removed from the drum before
materials for a succeeding batch are placed therein. The materials
composing a batch except water shall be deposited simultaneously into the
mixer.
All concrete shall be mixed for a period of not less than 1-1/2 minutes after
all materials, including water, are in the mixer. During the period of mixing,
the mixer shall operate at the speed for which it has been designed.
Mixers shall be operated with an automatic timing device that can be locked
by PCSO through its authorized Engineer representative. The time device
and discharge mechanics shall be so interlocked that during normal
operation no part of the batch will be charged until the specified mixing time
has elapsed.
The first batch of concrete materials placed in the mixer shall contain a
sufficient excess of cement, sand, and water to coat inside of the drum
without reducing the required mortar content of the mix. When mixing is to
cease for a period of one hour or more, the mixer shall be thoroughly
cleaned.
Mixing at central plant shall conform to the requirements for mixing at the
site.
59
Truck mixers, unless otherwise authorized by PCSO through its authorized
Engineer representative, shall be of the revolving drum type, water-tight, and
so constructed that the concrete can be mixed to insure a uniform distribution
of materials throughout the mass. All solid materials for the concrete shall be
accurately measured and charged into the drum at the proportioning plant.
Except as subsequently provided, the truck mixer shall be equipped with a
device by which the quantity of water added can be readily verified. The
mixing water may be added directly to the batch, in which case a tank is not
required. Truck mixers may be required to be provided with a means of which
the mixing time can be readily verified by PCSO through its authorized
Engineer representative.
The maximum size of batch in truck mixers shall not exceed the minimum
rated capacity of the mixer as stated by the manufacturer and stamped in
metal on the mixer. Truck mixing, shall, unless other-wise directed be
continued for not less than 100 revolutions after all ingredients, including
water, are in the drum. The mixing speed shall not be less than 4 rpm, nor
more than 6 rpm.
Mixing shall begin within 30 minutes after the cement has been added either
to the water or aggregate, but when cement is charged into a mixer drum
containing water or surface wet aggregate and when the temperature is
above 32oC, this limit shall be reduced to 15 minutes.
The limitation in time between the introduction of the cement to the aggregate
and the beginning of the mixing may be waived when, in the judgement of
PCSO through its authorized Engineer representative, the aggregate is
sufficiently free from moisture, so that there will be no harmful effects on the
cement.
When a truck mixer is used for transportation, the mixing time at a stationary
mixer may be reduced to 30 seconds and the mixing completed in a truck
mixer. The mixing time in the truck mixer shall be as specified for truck
mixing.
The rate shall be such that the interval between batches shall not exceed 20
minutes. The methods of delivering and handling the concrete shall be such
as will facilitate placing of the minimum handling.
Description
This Item shall consist of furnishing all labor, materials, equipment, plant
and other facilities and perform all operations on necessary to complete the
Masonry Work requirements hereinafter specified..
Material Requirements
2. Mortar Aggregate: Natural river sand, clean free from soluble salts and
organic matter, grades from fine to coarse, compatible with the thickness
of joints in which used.
4. Mortar:
61
have not been used within one hour after mixing.
Proportioning: Cement mortar shall be one (1) part Portland cement and
two (2) parts sand by volume but not more than one (1) Portland cement
and three (3) parts sand by volume.
Construction Requirements
Take care in handling masonry units to avoid chipping and breakage. Locate
storage piles and stacks so as to avoid being disturbed. Barricade to protect
from damage by construction operation. Stack masonry units, reinforcement
and other materials on wood blocking above ground.
2. Scaffolding
Provide all scaffolding required for masonry work, including cleaning down on
completion, remove.
Consulting other trades in advance of masonry work and make provision for
installation of their work to avoid unnecessary cutting and patching.
Experienced masons shall do all cutting and patching.
Fill jamb of all pressed steel hollow frames occurring in masonry walls with
mortar and carefully point all joints between metal frames and adjacent masonry
and other construction.
6. Wall Flashing
Build in wall flashing at base of cavity wall formed to exclude water, bended in
and covered with mortar. Keep joints to a minimum but where necessary, lap 6’
and seal with plastic cement.
a. Lay units in common bond with uniform coursing and jointing. All concrete
block joints shall be uniform thickness, approximately 3/8 tooled concave
where exposed and flush cut where concealed, making 16’ x 8’ course.
62
Butter vertical and horizontal joints full with mortar.
b. Bond courses at corners and intersection and tie to abutting walls as per
Specifications.
Description
This Item shall consist of furnishing all materials, equipment and labor for the
complete installation of the storm drainage system to include all pipings,
gutters. canals, catch basins, junction boxes, handholes, manholes and
other appurtenant structures, and sewerage system to include all sanitary
sewer piping and septic vault where no public sewer exist, from the building
to the point of discharge.
Material Requirements
Materials for storm drainage system shall meet the requirements specified in
the following standard specifications:
Where the covers for catch basins, junction boxes, manholes and canals for
gratings are required same shall be made of wrought iron and of the
dimensions as shown on the Plans.
Materials for sewerage system shall meet the requirements specified in the
following standard specifications:
Where PVC pipes and fittings are used, joints shall be secured with rubber
“O” ring or solvent cement, as the case maybe.
Construction Requirements
1. Installation of Pipes
Under no circumstances shall pipes shall be laid under water and when the
trench condition or the weather is unsuitable for such work.
a. Bedding
Materials such as sand, sandy soil or any approved material shall be used
to provide a firm foundation of uniform density. The bedding shall have a
minimum thickness equivalent to one-fourth (1/4) of the pipe's diameter.
b. Laying of Pipe
Proper facilities shall be provided for lowering and placing pipes into
trenches in order to preclude damage. Laying of pipes shall start upgrade
with the spigot end of bell-and-spigot pipe, or the tongue end of tongue-and-
groove pipe, positioned towards the direction of the flow. The pipes shall be
laid in accordance with the grades and alignments shown in the Plans.
The first pipe shall be properly bedded. A shallow excavation shall be made
underneath the joint and filled with mortar to provide a bed second pipe. The
tongue end of the first pipe shall be carefully cleaned with wet brush and soft
mortar applied around the upper half of the tongue. After cleaning and
positioning the second pipe close to the first, mortar shall b~ applied around
the lower half of the groove. With just sufficient thrust, the second pipe shall
be brought in close contact with the first until mortar is squeezed out of the
joint. Sufficient mortar shall be used to fill the joint and to form a bead on the
outside.
Mortar shall be a mixture of Portland cement, sand and water mixed in the
proportion by volume of one part cement to two parts of clean sand with just
64
sufficient amount of water for plasticity.
2. Concrete structures
Concrete structures such as catch basins, canal gutters, junction boxes and
manholes for the drainage system, and septic vault for sewerage system,
shall be constructed in accordance with the Plans and Specifications on
Concrete Work
The outlet of the septic vault shall be connected to the street drain or
to other discharge point where no sanitary sewer exists. Connection
with the sanitary sewer shall not be made· without the permission of
the proper authorities, but shall be made in such a manner that any
and all the service water, as well as house and other liquid wastes,
will flow to the sanitary sewer. Provided, that isolated faucets used
exclusively for garden purposes may, in the discretion of the proper
authorities, be allowed not to flow into the sanitary sewer.
4. Incidental Earthwork
Incidental earthwork for the storm drainage and sewerage systems, such as
excavation and backfilling shall be undertaken in accordance with applicable
part of Excavation Filling and Grading.
B. PLUMBING
Description
This Item shall consist of furnishing all materials, tools, equipment and
fixtures required as shown on the plans for the satisfactory performance of
the entire plumbing system including installation in accordance with the latest
edition of the National Plumbing Code; and this Specification.
Material Requirements
Pipes and fittings shall be true smooth and cylindrical, their inner and outer
surfaces being as nearly concentric as practicable. They shall be in all
aspects, sound and good casting free from laps, pin holes or other
imperfections and shall be neatly dressed and carefully fettled. The ends
shall be finished reasonably square to their axes.
Pipes
Pipes and fittings for sanitary lines shall be Unplasticized Polyvinyl Chloride
Pipes and Fittings (UPVC).
Pipes and fittings shall be true smooth and cylindrical, their inner and outer
surfaces being as nearly concentric as practicable. They shall be in all
aspects, sound and good casting free from laps, pin holes or other
imperfections and shall be neatly dressed and carefully fettled. The ends
shall be finished reasonably square to their axes.
Valves
Valves for water supply shall be bronze body with threaded ends rated 21.0
kg/cm2. All valves shall be gate valves unless otherwise specified. Gate
valves shall have solid wedge body and discs conforming to specification
requirements defined in ASTM B-62. Globe valves shall have plug type discs
with ferrule threaded ends and bronze body.
Unions
Water Meter
66
Water meter where required to be furnished by the Contractor shall be of the
type tested and approved by concerned local water utility company.
3. Septic Tank
The septic tank shall be provided as shown on the Plans including all pipe
vents and fittings. The various construction materials such as concrete
masonry work shall conform to the corresponding items of this
Specifications. Inlet and outlet pipes shall conform to the latest edition of the
National Plumbing Code.
All fittings and trimmings for fixtures shall be chromium-plated and polished
brass unless otherwise approved. Exposed traps and supply pipes for
fixtures shall be connected to the roughing-in piping system at the wall unless
otherwise indicated on the Plans. Built-in fixtures shall be watertight with
provision of water supply and drainage outlet, fittings and trap seal. Unless
otherwise specified, all plumbing fixtures shall be made of vitreous china
complete with fittings.
b. Lavatory shall be vitreous china wall-hung with rear overflow and cast-in
soap dishes, pocket hanger with integral china brackets, complete with
faucets, supply pipes, P-trap and mounting accessories. Where indicated
on the Plans to be counter top model make and color shall be approved
by PCSO through its authorized Engineer representative.
b. Grab bars @ PWD toilets shall be made of 50mm dia. tubular stainless
steel pipe provided with safety grip and mounting flange.
67
c. Floor drains shall be made of stainless steel beehive type, measuring
100rnm x 100mm, and provided with detachable stainless strainer,
expanded metal lath type.
The Contractor shall provide, fit and/or install necessary drains with
strainers, where shown on the Plans. Each drain with strainer shall fit the
size of the corresponding downspout for roof leader) over which it is to be
installed and in conformity with the following schedule:
b. “Josam” type drains shall be made of bronze base semi-dome with large
free area, flashing clamp and integral gravel stopper. To be used at roof
decks, canopies, gutters, and elsewhere· indicated on the Plans.
8. Built-in appliances such as urinal trough, lavatory and slop sink shall be
made as indicated on the Plans, exposed surfaces to be tile wainscoting
complete with fitting accessories required as practiced in this specialty trade.
Construction Requirements
The Contractor before any installation work is started shall carefully examine
the Plans and shall investigate actual structural and finishing work condition
affecting all his work. Where actual condition necessitates a rearrangement
of the approved pipe layout, the Contractor shall prepare Plan(s) of the
proposed pipe layout for approval by PCSO through its authorized Engineer
68
representative.
a. All soil and drainage pipes shall be pitch 6mm per 300mm but in no case
flatter than 3mm per 300mm.
c. All main vertical soil and. waste stacks shall be extended full size to and
above the roof line to act as vents, except otherwise indicated on the
Plans.
e. Where an end or circuit vent pipe from any fixtures is connected to a vent
line serving other fixtures, the connections shall be at least 1.20 m above
the floor on which the fixtures are located.
f. Horizontal waste line receiving the discharge from two or more fixtures
shall be provided with end vents unless separate venting of fixtures is
noted on the Plans.
g. All changes in pipe sizes on soil and waste lines shall be made with
reducing fittings or recessed reducers. All changes in directions shall be
made by appropriate use of 45 degree wyes, half wyes, long sweep
quarter bends or elbows may be used in soil and waste lines where the
change in direction of flow is from the horizontal· to the vertical and on
the discharge from waste closets. Where it becomes necessary to use
short radius fittings in other locations the approval of PCSO through its
authorized Engineer representative shall be obtained prior to installation
of the same.
i. Vent pipe shall be flashed and made watertight at the roof with ferrule
lead sheet. Flashing shall be turned down into pipes.
All water piping inside the building and underground, 50 mm diameter and
smaller shall be PVC pipe with PVC fittings.
a. The water piping shall be extended to all fixtures, outlets, and equipment
from the gate valves installed in the branch near the riser.
b. The cold water system shall be installed with a fall towards a main shutoff
valve and drain. Ends of pipes and outlets shall be capped or plugged
and left ready for future connections.
− All piping above the ground shall be run parallel with the lines of the
building unless otherwise indicated on the Plans
− All service pipes, valves and fittings shall be kept at sufficient distance
from other work to permit finished covering not less than 12.5mm from
such work or from finished covering on the different service.
d. Drain Cocks
− Valve shall not be installed with its stem below the horizontal. All valves
shall be gate valves unless otherwise indicated on the Plans. ·
− Hose bibs shall be made of brass with 12.5 mm inlet threads, hexagon
shoulders and 19 mm male.
a. All fixtures and equipment shall be supported and fastened in a safe and
satisfactory workmanship as practiced.
c. Inserts shall be securely anchored and properly flushed into the walls.
Inserts shall be concealed and rigid.
d. Bolts and nuts shall be horizontal and exposed. It shall be provided with
washers and chromium plate finish.
a. Pipe hangers shall be wrought iron or malleable iron pipe spaced not
more than 3m apart for horizontal runs or pipe, except hub and spigot soil
pipe which shall have hanger-spaced not over 1.50 m apart located near
the hub. ·
d. Inserts shall be cast steel and shall be of type to receive a machine bolt
or nut after installation. Insert may be permitted adjustment of the bolts
in one horizontal direction and shall be installed before pouring of
concrete.
b. Plates shall be large enough to cover and close the hole around the area
where pipes pass. It shall be properly installed to insure permanence.
b. All exposed metal surfaces shall be polished clean and rigid of grease,
dirt or other foreign materials upon completion.
− The entire drainage and venting system shall have all necessary
openings which can be plugged to permit the entire system to be filled
with water to the level of the highest stack vent above the roof.
72
− The system shall hold this water for a full 30 minutes during which
time there shall be no drop greater than 102 mm. Where only a portion
of the system is to be tested, the test shall be conducted in the same
manner as described for the entire system except that a vertical stack
3.00 m highest horizontal line to be tested may be installed and filled
with water to maintain sufficient pressure or water pump may be used
to supply the required pressure.
c. Defective Work
d. Disinfection
− After a contact period of not less than sixteen hours, the heavily
chlorinated water shall be flushed from the system with potable water.
− Valves for the water distribution system shall be opened and closed
73
several times during the 16 hours chlorination treatment is done.
74
PART VI - ELECTRICAL
Description
This Item shall consist of the furnishing and installation of the complete conduit
work consisting of electrical conduits; conduit boxes such as junction boxes, pull
boxes, utility boxes, octagonal and square boxes, conduit fittings such as
couplings, locknuts and bushings and other electrical materials needed to
complete the conduit roughing-in work of this project.
Material Requirements
All materials shall be brand new and shall be of the approved type meeting all
the requirements of the Philippine Electrical Code and bearing the Philippine
Standard Agency (PSA) mark.
1. Conduits
2. Conduit Boxes
All conduit boxes shall be Code gauge steel and galvanized. Utility boxes
shall be galvanized pressed steel of standard make. In general, outlet boxes
shall be at least 100 mm square or octagonal, 53 mm deep and 16 mm
minimum gauge.
3. Conduit Fittings
All conduit fittings such as locknuts and bushings for service entrance shall
be galvanized of standard make.
Construction Requirements
1. Conduits
75
flattened shall not be installed. No running thread shall be allowed. Conduit
runs crossing construction joints of the building shall be provided with
standard expansion fittings of the approved type.
All ends of conduits which are left empty in cabinets and conduit boxes shall
be plugged with lead or approved pipe caps so as to prevent the entrance of
white ants and dirt within the conduit system. Pull wires shall be inserted in
the empty ducts before they are closed with lead or pipe caps and shall be
left therein for future use.
On exposed work, all pipes and outlet boxes shall be secured by means of
galvanized metal clamps which shall be held in place by means of machine
screws. When running over concrete surfaces, the screws shall be held in
place by means of expansion sleeves for big pipes and rolled lead sheet for
small pipes. All pipes shall be run at right angles to and parallel with the
surrounding walls. No diagonal run shall be allowed and all bends and offsets
shall be avoided as much as possible. Conduits shall be supported at 1,500
mm intervals maximum.
Provide conduit boxes for pulling and splicing wires and outlet boxes for
installation of wiring devices.
As a rule, provide junction boxes· or pull boxes in all runs greater than 30
meters in length, for horizontal runs. For other lengths, provide boxes as
required for splices or pulling. Pull boxes shall be installed in inconspicuous
but accessible locations.
Conduit boxes shall be installed plumb and securely fastened. They shall be
set flush with the surface of the structure in which they are installed where
conduits are run concealed.
All convenience and wall switch outlet boxes for concealed conduit work shall
be deep, rectangular flush type boxes. Four-inch octagonal flush type boxes
shall be used for all ceiling light outlets and shall be of the deep type where
three or more conduits connect to a single box. Floor mounted outlet boxes
required shall be waterproof type with flush brass floor plate and brass bell
nozzle.
All conduits shall be fitted with approved standard bushing and locknuts
where they enter cabinets and conduit boxes. Junction and pull boxes of
code gauge shall be provided as indicated or as required to facilitate the
76
pulling of wires and cables.
General Specifications
Specifications on:
All lighting fixtures and lamps are as specified and listed on lighting fixture
schedule.
All fluorescent ballast shall be 230 volt, high power factor, of good quality
materials and approved by the Bureau of Product Standards (BPS).
2. Material Requirements
3. Construction Requirements
Auxiliary Systems
All auxiliary systems such as telephone and internet data system installations
shall be done in accordance with the approved design. All materials to be used
shall conform to the Bureau of Product Standards (BPS) specifications.
All wiring installation herein shall be done under the direct supervision of a
licensed Electrical Engineer-at the expense of the Contractor. The contractor
shall submit the certificate of completion duly approved by PCSO through its
authorized Engineer representative.
77
Test and guarantee
Upon completion of the electrical construction work, the contractor shall provide
all test equipment and personnel and to submit written copies of all test results.
The contractor shall guarantee the electrical installation are done and in
accordance with the approved plans and specifications. The contractor shall
guarantee that the electrical systems are free from all grounds and from all
defective workmanship and materials and will remain so for a period of one year
from date and acceptance of works. Any defect shall be remedied by the
Contractor at his own expense.
Description
This Item shall consist of the furnishing and installation of all wires and wiring
devices consisting of electric wires and cables, wall switches, convenience
receptacles, heavy duty receptacles and other devices shown on the approved
Plans but not mentioned in these specifications.
Material Requirements
Wires and cables shall be of the approved type meeting all the requirements of
the Philippine Electrical Code and bearing the PSA mark.
Unless specified or indicated otherwise, all power and lighting conductors shall
be insulated for 600 volts.
All wires shall be copper, soft drawn and annealed, smooth and of cylindrical
form and shall be centrally located inside the insulation.
Construction Requirements
Conductors or wires shall not be drawn in conduits until after the cement plaster
is dry and the conduits are thoroughly cleaned and free from dirt and moisture.
In drawing wires into conduits, sufficient stack shall be allowed to permit easy
connections for fixtures, switches, receptacles and other wiring devices without
the use of additional splices.
All conductors of convenience outlets and lighting branch circuit homeruns shall
be wired with a minimum of 3.5 mm in size. Circuit homeruns to panelboards
shall not be smaller than 3.5 mm but all homeruns to panelboard more than 30
meters shall not be smaller than 5.5 mm. No conductor shall be less than 2 mm
78
in size.
All wires of 14mm and larger in size shall be connected to panels and apparatus
by means of approved type lugs or connectors of the solderless type, sufficiently
large enough to enclose all strands of the conductors and securely fastened.
They shall not loosen under vibration or normal strain.
All joints, taps and splices on wires larger than 14 mm shall be made of suitable
solderless connectors of the approved type and size. They shall be taped with
rubber and PVC tapes providing insulation not less than that of the conductors.
All wall switches and receptacles shall be fitted with standard bakelite face plate
covers. Device plates for flush mounting shall be installed with all four edges in
continuous contact with finished wall surfaces without the use of coiled wire or
similar devices. Plaster fillings will not be permitted. Plates installed in wet
locations shall be gasketed.
When more than one switch or device is indicated in a single location, gang
plate shall be used.
Description
This Item shall consist of the furnishing and installation of the Main Circuit
Breaker (MCB), distribution panelboards, and lighting and power panelboards
at the location shown or the approved Plans complete with manual transfer
switch, circuit breakers, cabinets and all accessories, completely wired and
ready for service.
Material Requirements
All materials shall be brand new and shall be of the approved type. It shall
conform with the requirements of the Philippine Electrical Code and shall bear
the Philippine Standard Agency (PSA) mark.
79
The main circuit breaker shall be draw-out type, manually or electrically
operated as required with ratings and capacity as shown on the approved
Plans.
There shall be as many feeder breakers as are shown on the single line
diagram or schematic riser diagram and schedule of loads and computations
on the plans. The circuit breakers shall be drawn out or molded case as
required. The circuit breakers shall each have sufficient interrupting capacity
and shall be manually operated complete with trip devices and all necessary
accessories to insure safe and efficient operation. The number, ratings,
capacities of the feeder branch circuit breakers shall be as shown on the
approved Plans.
Circuit breakers shall each be of the indicating type, providing "ON", "OFF"
and "TRIP" positions of the operating handles and shall each be provided
with nameplate for branch circuit designation. The circuit breaker shall be so
designed that an overload or short on one pole automatically causes all poles
to open.
2. Grounding System:
All non-current carrying metallic parts like conduits, cabinets and equipment
frames shall be properly grounded in accordance with the Philippine
Electrical Code, latest edition.
The size of the ground rods and ground wires shall be as shown on the
approved Plans. The ground resistance shall not be more than 5 ohms.
Panelboard cabinets and trims shall be suitable for the type of mounting
shown on the approved Plans. The inside and outside of panelboard cabinets
80
and trims shall be factory painted with one rustproofing primer coat and two
finish shop coats of pearl gray enamel paint.
Main and branch circuit breakers for panelboards shall have the rating,
capacity and number of poles as shown on the approved Plans. Breakers
shall be thermal magnetic type. Multiple breaker shall he of the common trip
type having a single operating handle. For 50-ampere breaker or less, it may
consist of single-pole breaker permanently assembled at the factory into a
multi-pole unit.
Description
All works shall be in accordance with governing codes and regulations and with
the specifications.
Material Requirements
1. The contractor shall supply and install brand new and current model of air
conditioning units (ACU) and miscellaneous materials required, as specified
and as shown on drawings.
2. The contractor shall furnish and install all power and control wiring to all
equipment except as otherwise specified.
3. Condensate drain pipe and electrical conduit pipe shall be a PVC made by
81
standard trade size, with TC-2 type rated for 90-degree Celsius cable.
6. Circuit Breaker shall be Bolt-On Type and building wires must be a THHN
stranded wires with UL approve.
Construction Requirements
1. Workmanship
The work throughout shall be executed in the best and most thorough manner
to the satisfaction of the Architect and Engineers, who will jointly interpret the
meaning of the drawings and specifications and shall have power to reject any
works and materials which in their judgement are not fully in accordance
therewith.
The air conditioning system shall be entirely automatic in operation and shall not
require the presence of an attendant-except for periodic inspection for
lubrication. All equipment and materials shall be inspected upon delivery and
shall be tested after installation. Piping shall not be buried, concealed, or
insulated until it has been inspected, tested and approved. Walls, floors and
other parts of the building and equipment damaged by contractor in the
prosecution of the work shall be replaced as shown on the Plans.
b. Perform tests and adjustments and submit specific reports such as actual
test parameter readings and other necessary technical reports to PCSO
through its authorized Architect/Engineer representative.
c. All indoor and outdoor units should be installed in such a way that the
same are fully insulated for improved thermal and acoustic performance
with corresponding mounting bracket/stand. The mounting bracket/stand
for outdoor units shall be fixed mounted on the wall or ground. There
should be an easy access to indoor and outdoor units for maintenance
purposes.
e. All Penetration thru walls, floors, and ceilings shall be provided with pipe
sleeves. Install 3mm thick rubber between pipe and support to eliminate
82
metal to metal contact.
g. All newly installed equipment shall be flushed with Nitrogen, vacuum the
line system, charge with appropriate amount of refrigerant and perform
leak testing.
2. Coordination
Coordinate timing of installation with work of other trades. Provisions for the
pipe and wires passages thru walls, floor and ceilings shall be coordinated
in advance.
3. Minor Modifications
The plans as drawn are based upon architectural plans and details. Show
conditions as accurately as possible to indicate them to scale. The plans do not
show all fittings necessary to fit the building conditions. The location of ACUs
shown on the plan are just approximated. The Contractor shall be responsible
for the proper location in order to make them fit, with architectural details and
instructions from engineer’s representative at the site.
4. Guarantee
The Contractor shall guarantee that the air conditioning system is free from all
83
defective workmanship and materials that will remain in good condition for a
period of one (1) year and at least a three (3) years warranty on compressor
from the manufacturer of the equipment. The Contractor must provide two (2)
times of general cleaning of all ACUs that they installed within the same period
from the date of acceptance of work. This Contractor at his own expense shall
repair any defects appearing within the aforementioned period.
The Contractor shall indemnify and save PCSO, its Architects and Engineers
from and against all liability for damage arising from injuries or disabilities to
persons or damage to property occasioned by an act or omissions of the
Contractor or any of his subcontractors including any and all expenses, legal or
otherwise which maybe incurred by the PCSO, its Architect or Engineers in the
defense of any claim, action and suit.
6. Sub-contracts, Etc.
The Contractor shall be held fully responsible for the work of any sub-contractor
or manufacturer performing work for or supplying materials as it is intended that
the entire mechanical and electrical work when finally delivered to PCSO shall
be ready in every respect for satisfactory and efficient operation.
Description
This Item shall consist of furnishing and installation of water pumping system,
inclusive of all piping and pipe fitting connections: valves, controls, electrical
wirings, tanks and all accessories ready for service in accordance with the
approved Plans and Specifications.
Material Requirements
1. Water Pump
The type, size, capacity, location, quantity and power characteristics shall be
as specified or as shown on the-Plans.
2. Overhead Tank
The tank shall be provided with manhole, cover, drain pipes, distribution pipe
84
outlet, overflow pipes and air vent. Suitable float switch or electrode shall be
provided in the tank to stop and start the operation of the pump.
3. Pressurized Tank
Tank shall be designed for twice the maximum total dynamic pressure
required and shall have the following accessories.
b. Air volume control device to maintain correct air volume inside the tank
The air compressor shall be electric motor· driven with sufficient capacity.
The compressor shall be V-belt driven and both motor and compressor shall
have V-sheaves on their flywheels. The compressor and motor shall be
mounted on a base made of structural steel with anchor clips drilled to permit
securing to a foundation.
All piping, 100mm dia and larger, shall be welded or flanged while smaller
sizes shall be screwed.
6. Valves
7. Foundation
8. Electrical Works
Construction Requirements
1. Test
Appropriate test shall be done to demonstrate that the system complies with
the requirements of the Plans and Specifications.
86
PART VIII – FINISHING
Description
The work under this Item shall consist oi furnishing all required materials,
fabricated woodwork, tools, equipment and labor and performing all operations
necessary for the satisfactory completion of all carpentry and joinery works in
strict accord with applicable drawings, details and these Specifications.
Material Requirements
1. Lumber
Lumber of the different species herein specified 'for the various parts of the
structure shall be well seasoned, sawn straight, sundried or kiln dried and
free from defects such as loose unsound knots, pitch pockets, sapwood,
cracks and other imperfections impairing its strength, durability and
appearance.
− Select grade lumber shall be used for flooring, sidings, fascia and
base boards, trims, moldings, millwork, railings, stairs, cabinet work,
shelving, doors, windows and frames of openings.
− Common grade lumber has minimum tight medium knot not larger
than 25 mm in diameter, with minimal imperfections, without sapwood,
without decay, insect holes, and suitable for use with some waste due
to minor defects and suitable also for paint finish.
− Common grade lumber shall be used for light framework for wall
partitions, ceiling joist and nailers.
Unless otherwise specified on the Plans, the following lumber species shall
87
be used as indicated:
− Yacal (stress grade) for structural member such as post, girders, girts,
sleepers door and window frames set or in contact with concrete or
masonry.
− Guijo (select grade) for door and window frames set in wooden
framework, for stairs, for roof framing supporting ceramic or cement
tiles, for floor joists and other wooden structural parts.
− Tanguile (select grade) for doors and windows, fascia and base
boards, trims, moldings, millwork, railings, stairs, cabinet, work,
shelving, flooring and siding.
− Narra (select grade) for stair railings, flooring boards, wall panels,
base boards, trims, moldings, cabinet work, millwork, doors and
windows when indicated as such in the Plans.
c. Moisture Content
Rough lumber for framing and siding boards shall be air-dried or sun-dried
such that its moisture content shall not exceed 22 percent
Dressed lumber for exterior and interior finishing, for doors and windows,
millwork, cabinet work and flooring boards shall be kiln-dried and shall not
have a moisture content in excess of 14 percent at the time of installation in
the structure.
Any lumber equally good for the purpose intended may be substituted for the
specified kind subject to the prior approval of PCSO through its authorized
Engineer/Architect representative, provided the substitution shall be of an
equal or better specie acceptable to PCSO through its authorized
Engineer/Architect representative. In case of substitution with a better
specie, no additional cost therefore shall be allowed to the contractor.
2. Plyboard
Plyboard shall be good grade and made of laminated wood strips of uniform
width and thickness bounded together with water resistant resin glue. The
laminated core shall be finished both faces with select grade tanguile or red
88
lauan veneers not less than 2 mm thick similarly bonded to the core. The
plyboard of not less than 19 mm thick shall be tree from defects such as split
in veneer, buckling or warping.
3. Plywood
a. Plastic Sheet
When required for counter top, plastic sheet such as Formica shall not be
less than 1.50 mm thick and shall have hard, durable and glossy surface
resistant to stain, abrasion and heat. Color and design shall be as selected
from the manufacturer's standard· and approved by PCSO through its
authorized Engineer/Architect representative.
b. Glue
Glue shall be from water resistant resins which upon hardening, shall not
dissolve nor lose its bond or holding power even when soaked with water for
extended period.
c. Fasteners
Nails, screw, bolts and straps shall be provided and used where suitable for
fixing carpentry and joinery works. All fasteners shall be brand new and of
adequate size to ensure rigidity of connections.
Bolts and nuts shall be of steel having a yield joint of not less than 245
MPa. Bolts shall have square heads and provided with standard flat
steel washers and hexagonal nuts. Threads shall conform to
American coarse thread series. The threaded portion shall be long
enough such that the nut can be tightened against the bolted members
without any need for blocking. The bolt's threaded end shall be
finished smooth for ease of engaging and turning of the nut.
e. Wrought iron
Wrought iron straps or angles, when required in conjunction with bolts or lag
screws to provide proper anchorage, shall be of the shape and size shown
on the Plans.
Construction Requirements
1. Quality of Materials
Lumber and other materials shall be protected from dampness during and
after delivery at the site. Materials shall be delivered well in advance of actual
need and in adequate quantity to preclude delay in the work. Lumber shall
be piled in orderly stack at least 150 mm above ground and at sheltered
place-where it will be of least obstruction to the work.
3. Shop Drawings
4. Rough Carpentry
Rough carpentry covers timber structural framing for roof, flooring, siding,
partition and ceiling.
c. Trusses and other roof framing shall be assembled fired and set to exact
location and slope indicated on the Plans.
e. Structural members shall not be cut bored or notched for the passage of
conduits or pipes without prior approval of PCSO through its authorized
Engineer representative.
5. Finished Carpentry
Finished carpentry covers works on flooring, siding and ceiling boards, stairs,
cabinets, fabricated woodwork, millwork and trims.
a. Framing lumber shall be select grade, free from defects and where
exposed in finished work, shall be selected for color and grain.
c. Panels shall be fitted allow for contraction or expansion and insure that
the panels remain in place without warping, splitting and opening of joints.
91
g. Exposed surfaces shall be machine or hand sanded to an even smooth
surface, ready for finish.
B. HARDWARE
Description
This Item shall consist of furnishing and installing all building hardware required
to: (1) ensure rigidity of joints/connections of the different parts of the structure;
and (2) equip in a satisfactory operating condition parts of the structure such as
doors, windows, cabinets, lockers, drawers and other similar operating parts as
indicated on the plans and in accordance with this specifications.
Material Requirements
1. Rough Hardware
All rough hardware such as nails, screws, lag screws, bolts and other related
fasteners required for carpentry work shall be first class quality and locally
available.
2. Finishing Hardware
All finishing hardware consisting of locksets, latches, bolts and other devices,
door closers, knobs, handles, hinges and other similar hardware shall be first
class quality available locally and conforming with the following
specifications.
a. Door Locksets
− Unit of monolock for swing door shall be factory assembled in one piece,
with knobs and escutcheon is attached, ready for installation. All parts of
unit lock shall be non-ferrous metal. Frame shall be one piece cast bronze
or extruded brass, front shall be Hat for door 35 mm thick and beveled
for door 45 mm thick, and latch bolt shall be pivoted swing type with
minimum 26 mm throw. Cylinder shall be extruded brass with 5 spring-
pressed pins and keys shall be nickel silver.
− Dead lock for sliding door shall be mortise or surface mounted type to suit
particular application.
Mortise type dead lock shall have cast bronze case, front latch bolts,
strike and cylinder. Operation of dead boll shall be by drop handles from
either side. When locked by key from outside, or by thumb knob from
inside, drop handle will rot operate the lead bolt
92
Surface type deadlock snail have cast bronze case, strike and cylinder.
Interlocking vertical bolts shall be hardened steel operated by key and
from outside and thumb turn from inside. Strike shall be angle type.
− Deadlock for swinging door shall be tubular design with mechanism made
of heavy gauge cold-rolled steel, zinc coated and dichromatic. Dead bolt,
strike and pin tumbler cylinder shall be bronze. Dead bolt, with at least 25
mm throw, shall be operated by key from outside and by thumb from
inside.
− Hasp lock when required as indicated on the Plans shall be hinge hasp
with integral padlock. The hinge hasp shall be zinc coated wrought steel,
47.5 mm in width and 100 mm in length when closed. The integral padlock
shall be pin tumbler type with solid or laminated zinc coated wrought steel
case with hardened steel shackle securely attached to the draw bolt.
b. Door Closers
− All door closer shall be cast bronze provided with a key valve or cap
valve for making necessary adjustment.
− The following table shall serve as guide in determining door closer sizes:
c. Hinge
e. Miscellaneous Hardware
− Flush Bolt
93
Flush/extension flush type bolt shall be made of stainless steel with
proper length suitable to the door specified.
Door pull and push plate shall be made of stainless steel with concealed
attachments.
Furniture and cabinet hardware line piano hinge, invisible hinge, floor
pivot hinge, cabinet door catches, shall be made from extruded brass or
bronze with dull chrome finish of sizes and type suited for use.
− Push Plate
Push plate for metal door shall be made of stainless steel with concealed
attachments.
Construction Requirements
1. Submittals:
The Contractor shall submit all necessary information to PCSO through its
authorized Engineer/Architect representative prior to placing of order.
94
a. Each article shall be individually packaged in the manufacturers
commercial carton/container property marked or labeled so as to be
readily identified and delivered to the project site in the original
manufacturer’s container/package.
4. Installation of Hardware
e. After hardware are properly checked and adjusted keys shall be properly
identified with key tags and turned over to PCSO through its authorized
Engineer/Architect representative.
5. Keying
Locks shall be keyed in sets and subsets. Where locks are required by PCSO
through its authorized Engineer representative to be keyed alike in one
system furnish a total of 4 keys for each set.
Description
This Item shall consist of furnishing and installing prefabricated steel doors and
frames equipped with fixing accessories air locking devices in accordance with
the Plans and/or shop drawings and as herein specified.
95
Material Requirements
1. Grille doors and security grille windows shall be of hollow steel section, flat,
square or round bars (wrought iron) as indicated on the Plans framed.
2. Tubular steel frames shall be machine pressed true to details, to size and
shape as shown on the Plans and shall have full welded unit or knockdown
field assembled type construction at corners and other joints.
Anchors shall be steel, zinc coated or coated or painted with rust inhibitive
paint, of sizes, shapes and design per manufacturer's standards. Floor
anchors shall not be lighter than gauge 18, with exception of jamb anchors
for installing door frames in metal latch and plaster assemblies which shall
be-minimum of gauge 16 and shall not extend no more than 20 mm out of
the back of the jamb.
Construction Requirements
1. Fabrication
Joints for knock-down type frame corners shall be designed for simple field
assembly of header to jamb members by concealed tenon, splice plates, or
other type concealed in interlocking joint that will produce square and rigid
comers. Joints shall be securely locked ·in place during erection and the
alignment of adjoining members shall be maintained. All bolted connections
shall be provided with lock units.
2. Shop Finish
All steel doors, frames and louvers shall be cleaned thoroughly, phosphate-
treated to assure maximum paint adherence and prime finish in accordance
with the following operations:
a. After fabrication, grease and dirt shall be removed by a hot alkali solution
and rinsed with hot water.
96
c. After drying under controlled temperature, one coat of shop primer shall
be applied by dipping type especially developed for materials treated with
phosphates.
3. Installation
Steel door frames and louvers shall be set plumb and true in openings. The
joint between frame and masonry shall be carefully caulked. Contacts
between door/frame and adjacent steel shall be sealed with mastic.
4. Wall Anchors
A minimum of three anchors shall be provided for each jamb. Anchors shall
be located opposite the top and bottom hinges and midway between top and
bottom anchors. Anchors for fastening frames to masonry shall be
adjustable, corrugated and perforated and shall extend not less than 200 mm
into masonry.
Anchors for fastening frames to metal or wood stud partitions shall be welded
to metal or nailed to wood studs respectively.
Adjustable strut anchors snail be provided on each side of frame for fastening
to the structural members of the partition and of the ceiling framing above.
The size and type of strut anchors shall be as recommended by the metal
door manufacturer.
5. Floor Anchors
Floor anchors shall be provided at the bottom of each jamb member, anchors
shall be fixed/adjustable and drilled for 10mm diameter anchor bolts.
Where floor fill occurs, the bottom of frames shall terminate at the indicated
finished floor levels and shall be supported by adjustable extension clips
resting on and anchored to the structural slab.
6. Hardware
Side bronze butts for side hung doors, overhead pocket hardware for track
and roller types and locksets shall be suitable for the service required and
subject to the approval of PCSO through its authorized Engineer/Architect
representative.
97
D. ALUMINUM GLASS DOORS
Description
This Item shall consist of furnishing all aluminum glass door materials, labor,
tools and equipment required in undertaking the proper installation as shown on
the Plans and in accordance with this Specification.
Material Requirements
3. Hardware for fixing and locking devices shall be closely matched to the
extruded aluminum section and adaptable to the type and method of
opening.
4. Vinyl weather strip shall be first class quality flexible vinyl forming an effective
seal and without adverse deformation when installed.
5. Pile weather strip shall be silicon treated and free from residual wetting
agents and made of soft fine hair as on wool, fur, etc.
Construction Requirements
For all assembly and fabrication works the cut ends shall be true and accurately
jointed, free of burrs and rough edges. Cut-out recesses, mortising; grinding
operation for hardware shall be accurately made and properly reinforced when
necessary.
1. Installation Procedure
a. Main frame shall consist of head sill and jamb stiles specifically designed
and machined to fit and be joined at corners with self-threading screws.
b. Frame sill shall be stepped and sloped with offset weep holes tor efficient
drainage to the exterior.
98
d. Aluminum glass door and main frame shall be installed in a prepared
opening to be set plumb, square level and true to details.
e. All joints between metal surface and masonry shall be fully caulked to
ensure weather tightness.
f. Sliding type door panel shall he equipped with concealed roller overhead
tracks with bottom guide.
g. Double action type door panel shall be equipped with heavy duty hinges
that wilt control the door leaf in a close or open position.
2. Shop Finish
3. Protection
Cleaning
The Contractor does not only protect all entrance units during construction
but also responsible for removal of protective materials and cleaning
aluminum surfaces.
Description
This Item shall consist of furnishing all aluminum glass window materials, labor,
tools and equipment required in undertaking the proper installation as shown on
the Plans and in accordance with this Specification.
Material Requirements
3. Hardware for fixing and locking device shall be closely matched to the
extruded aluminum section and adaptable to the type and method of
opening.
4. Weather strip shall be first class quality flexible vinyl forming an effective seal
and without adverse deformation when installed.
5. Pile weather strip shall be silicon treated and free from residual wetting
agents made of soft fine hair as on wool, fur, etc.
Construction Requirements
For all assembly and fabrication works the cut end shall be true and accurate,
free of burrs and rough edges. Cut-outs recesses, mortising and grinding
operation for hardware shall be accurately made and properly reinforced.
1. Installation Procedure
b. Window sash
c. Window panel shall be jointed at corners with miter and fixed rigidly to
ensure weather tightness.
d. Sliding windows shall be provided with nylon sheave. Sliding panels shall
be suspended with concealed roller overhead tracks with bottom guide
pitch outward and slotted for complete drainage. The sliding panels shall
be provided with interior handles. The locking device shall be a spring
loaded extruded latch that automatically engages special frame hips.
e. Casement window type shall be provided with two hinges fabricated from
extruded aluminum alloy. They shall open on stay arms having adjustable
sliding friction shoes to control window panel operations. Locking device
shall be one arm action handle for manual operations complete with strike
plate.
f. All joints between metal surface and masonry shall be fully caulked.
2. Shop Finish
3. Protection
4. Cleaning
The contractor does not only protect all entrance units during the
construction phase but shall also be responsible for removal of protective
materials and cleaning the aluminum surface including glazing before work
is accepted by PCSO through its authorized Engineer/Architect
representative.
F. ROLLING UP DOORS
Description
This Item shall consist of furnishing all plant, labor, tools, equipment and rolling
up door required as shown on the Plans and in accordance with this
Specification.
Material Requirements
Rolling up door shall be surfaced mounted type designed for exterior service
opening as indicated on the Plans. Component parts shall conform with the
following material specifications:
c. Bottom bar- shall be manufactured from two equal sized angles, minimum
3 mm thick bolted back to back with appropriate half slat at lowest edge
of curtain. In addition, exterior door shall have compressible and
replaceable rubber or vinyl weather seal attached to bottom rail.
2. Counter balance barrel assembly - shall include spring barrel which serves
ae load carrying beam encases counter balance mechanism and provide
axis around curtain coils. As it arises, barrel rings are involute shapes of
malleable iron to assure proper counter balance for all points of travel. Oil
tempered torsion type counter balance springs are wound from heat treated
steel, to provide accuracy in balancing door.
Construction Requirements
Doors shall be mechanically operated and with provision for manual operation
by means of hand chain. Accessories needed for the satisfactory performance
of the door shall be built-in with the unit.
1. Erection/Installation
a. Set and install structural steel angles properly aligned, plumb, level,
square true to profile section and rigidly anchored with adjacent concrete
surface walls.
2. Locking Devices
3. Warranty
The guaranty shall be for the period of one (1) year from the date of
final acceptance of the work. Any part of the equipment that becomes
defective during the term of the guaranty shall be replaced and made
good by the Contractor at his own expense a manner satisfactory to
PCSO through its authorized Engineer representative.
Description
This Item shall consist of furnishing all glass and glazing materials, labor, tools,
plant and equipment required in undertaking the proper installation as shown on
the Plans and in accordance with this Specification.
Material Requirements
All glass and glazing materials shall be delivered at jobsite with labels affixed
indicating quality, make type and thickness. Each glass in glazed position shall
resist a design pressure of 244 kilograms per square meter.
1. Float Glass
d. Accessories like glazing clips, shims, spacer strips, etc. shall be made
from non-corroding metal accessories.
a. Use 5.6 mm (7/32") thick sheet glass of locally manufactured clear quality
(unless otherwise indicated on the Plans as frosted) for the following:
b. All glass panels for cabinets, except sliding doors shall be clear glass of
locally manufactured float glass quality, 4.7 mm (3/16") thick.
− Use 3.1 mm (1/8") thick for areas exceeding .609 square meter
− Use 4.7 mm (3/16") thick for areas exceeding .609 square meter
d. All comfort rooms whether shown or not, the contractor shall provide and
fit securely in place at the most convenient height above each lavatory 1
mirror made from local glazing quality polished plate glass 6 mm thick
with beveled edges and brass chromium plated frame 12 mm thick
waterproof tanguile marine plywood backing, all in accordance with full
104
size details. Sizes are as follows:
Construction Requirements
Safety precaution and procedure shall be taken in determining the sizes and in
providing the required clearances by measuring the actual opening to receive
the glass. Movable items shall be kept in closed and locked position until glazing
compound has thoroughly set.
a. Installation
1. All glass sheets shall be bedded, back puttied, secured in place and face
puttied. Secure glass in aluminum frame with noncorrosive clips except
where glazing beads are required: Apply putty in uniformly straight lines,
with accurately formed bevels, and clean-cut corners remove excess
putty from glass.
2. Set glass in hollow metal doors and in metal frames of interior partitions
in felt channel insets or bedded in putty to prevent any rattle; secure glass
in wood doors and wooden frames with glazing stops; secure stops on
doors with screws.
4. Improperly set glass which does not fully meet requirements of its grade
shall not be accepted and shall be replaced without extra cost.
5. The contractor shall provide and install complete set ready for use,
mirrors on all comfort rooms and elsewhere shown on the Plans. Size
and location for each mirror shall be as indicated on the Plans.
b. Workmanship
1. All glass shall be accurately cut to fit opening and set with equal bearing
on the entire width of pane.
3. Apply a thin layer of putty to rebate and set glass or putty, pressing until
an even bed is secured; place spring wire or angle glazing clips and run
face putty; remove excess putty from other side flush with edge of rebate.
c. Cleaning
105
Clean all glass on both sides after putty has been applied completely. Do not
disturb edge of putty with scraper. At completion of work leave glass and
glazing works free from cracks and rattles and clean on both sides.
d. Samples
The Contractor shall submit for approval duplicate sample (150 mm x 250
mm) of each type of glass bearing manufacturer's label and a can of each
type of putty.
Description
Extreme care shall be exercised in drilling pilot hole for fastening to keep drills
perpendicularly centered in valleys or crowns as applicable. After drilling, all metal
filings and burrs shall be removed from holes prior to installing fasteners and
washers. Sheets deformed or otherwise damaged by over-torque fastenings, shall
be removed and new sheets applied shall be installed. Size and spacing of
fasteners used in erection shall be as recommended by manufacturer subject to
the approval of PCSO through its authorized Engineer representative. All metal
shavings shall be swept from roofs on completion to prevent rusting and
discoloration.
Materials
All metal sheets as roofing and roofing accessories shall be oven baked painted
true to profiles indicated on the Plans.
b. Gutters, Valleys, Flashings Hip and Ridge roll shall be fabricated from gauge
24 (0.600 mm thick) cold-rolled plain galvanized iron sheets specially
tempered steel. Profile section shall be as indicated on the Plans.
106
c. Fastening hardware shall be of galvanized iron straps and rivets. G.l. straps
are of 0.500 mm thick x 16 mm wide x 267 mm long (gauge 26 x 5/8" x 1Q-
1/2") and standard rivets.
e. Joint sealing materials shall be provided to seal all joints in and around
sealing strips at ridges, eaves and valleys, bolt holes before inserting
fasteners, for all flashing and elsewhere as necessary to provide watertight
construction.
g. Weep holes shall be provided by the Contractor to allow free flow of water to
drain from one level to lower level or to outer drains as shown in the drawings
or as directed by PCSO through its authorized Engineer representative.
107
Construction Requirements
Before any installation work is commenced, the Contractor shall ascertain that
the top face of the purlins are in proper alignment. Correct the alignment as
necessary in order to have the top faces of the purlins on an even plane.
a. Handling/Lifting/Positioning of Sheets
b. Installation Procedure
1. Start roofing installation by placing the first sheet in position with the
downturned edge in line with other building elements and fastened to
supports as recommended.
2. Place the downturned edge of the next sheet over the edge of the first
sheet, to provide side lap and hold the side lap firmly in place. Continue
the same procedure for subsequent sheets until the whole roofing area is
covered and/or (Adopt installation procedure provided in the instruction
manual for each type of Architectural molded rib profile section).
3. For walling applications follow the procedure for roofing. Allow a minimum
end lap of 100 mm (4") for vertical walling.
Gutters, valleys, flashing ridge and hip rolls shall be fastened where
indicated on the Plans by self-tapping screws or galvanized iron straps
and rivets.
d. End Laps
e. Anchorage/Fastening
1. Prepainted steel roofing sheets shall be fastened to the wood purlins with
standard length G.l. straps and rivets.
5. Valley fastened to lumber and for walling use self-drilling wood screw No.
12 by 25 mm long hexagonal head with neoprene washer.
f. Cutting of Sheets
I. WATERPROOFING
Description
This Item shall consist of furnishing all waterproofing materials, labor, tools,
equipment and other facilities and undertaking the proper installation works for
roof deck, decks, parapets, and firewalls as required and in accordance with this
Specification.
Material Requirements
a. Cement-base Waterproofing
109
2. Additive-binders shall be of special formulation of acrylic polymers and
modifiers in liquid-form used as-additive with cement-base powder mix
that improves adhesion and mechanical properties.
c. Hydrolytic Waterproofing
2. Material must thoroughly fill and seal pores and voids that it can be used
against water pressure on the interior surface of walls below grade.
Construction Requirements
Roof decks, balconies, toilet and bathrooms; gutters, parapet walls and other
areas indicated on the plans to be waterproof shell first be rendered with
cement-based waterproofing before any type of waterproofing is applied.
a. Surface Preparation
− Prepared surfaces shall be cured and kept wet by sprinkling with water
at regular intervals for a period of at least three days and allow surface
to actually set within seven days.
− Ensure that the prepared surface has completely set and all defects
repaired.
1. Application procedure
− After the primer coat has dried penetrating and sealing the concrete
surface areas coated apply 25 dry mills of coating at the rate of one
gallon per 100 square meters for 3 coatings on the same concrete
surface areas coated with liquid waterproofing.
2. Precaution
111
− Extra care shall be observed by persons doing the application works
especially those that have skin sensitiveness must wear gloves while
applying the liquid waterproofing. The liquid water-proofing membrane
compound is highly combustible.
J. CERAMIC TILES
Description
This Item shall consist of furnishing all ceramic tiles and cementitious materials,
tools and equipment including labor required in undertaking the proper
installation of walls and floor tiles as shown on the Plans and in accordance with
this Specification.
Material Requirements
Ceramic tiles and trims shall be made of clay, or a mixture of clay and other
materials which is called the body of the tile. Tile bodies are classified by ASTM
C 242 as to their degree of water absorption. Ceramic tiles and trims are
manufactured either by dust-pressed process an which the clays are ground to
dust mixed with a minimum of water shaped in steel dies and then fired or by
plastic process in which the clays are made plastic by mixing with water, shaped
by extrusion or in molds and then fired.
2. Unglazed Tiles
3. Trims
4. Accessories
Accessories like some soap holders and shall be made wall mounted
type with colors to reconcile with the color of the adjacent wall tiles.
5. Cement
6. Sand
Sand shall be well graded fine aggregate clean river sand, free from
soluble salts and organic impurities.
7. Lime
Construction Requirements
Tile work shall not be started until roughing-ins for plumbing, electrical and other
trades have been completed and tested. The work of all other trades shall be
protected from damage.
1. Surface Preparation
a. Mortar mix tor scratch coat and setting bed shall consist of one part
Portland cement 1/4 part lime and 3 parts sand by volume. Surface to
receive tile must be level, true to elevation, dry, free from dirt, oil and
other ointments. Allow at least seven days curing of scratch coat and
setting bed.
113
Installation work shall not be allowed to proceed until unsatisfactory
conditions are corrected.
− Evenly rate scratch coat to provide good mechanical key before the
mortar mix has fully hardened.
2. Installation Procedure
− Apply a bond coat mix with consistency of cream paste 1.5 mm thick
to the wall surface or to the back of the tile to be laid.
− Lay the tiles true to profile then exert pressure and tamp tile surface
before the bond coat mix has initially set.
− Continue with the next full tile to be laid and pressed firmly upon the
setting bed tamped until flush and in place of the other tiles.
− All lines shall be kept straight and true to profiles, plumbed and
internal corners rounded using the appropriate trims.
− Before tire is applied the floor surface shall be tested for levelness or
uniformity of slope by· flooding it with water. Area where water ponds
are filled or levelled, shall be retested before the setting bed is applied.
− Establish lines of borders and center of the walls at the field work in
114
both direction to permit the pattern to be laid with a minimum of cut
tiles.
− Clean concrete subfloor then moisten but do not soak. Then sprinkle
dry cement over the surface and spread the mortar on the setting bed.
− Apply and spread mortar mix for setting bed and tamp to assure good
bond over the entire area to be laid with tile.
− Allow the setting bed to set sufficiently to be worked over then spread
a bond coat over the surface and lay tile in accordance under Ceramic
Glazed Wall Tiles.
− Tiles ·shall have laid in place for at least 24 hours before grouting of
1he joints is started. Grouting mortar shall be white Portland cement
or blended with pigments to acquire the color appropriate for the
ceramic tile.
d. Cleaning
− Rinse tile thoroughly with clean water before and after using chemical
cleaners.
115
− Just before final acceptance of the work remove paper and rinse
protective coat of neutral cleaner from tile surface. Do not let
protective paper get torn or removed.
Description
This Item shall consist of furnishing all materials, labor, tools and equipment in
undertaking cement floor finishing where shown on the Plans and in accordance
with this Specification.
Material Requirements
1. Cement
2. Fine Aggregates
Fine aggregates shall be clean, washed sharp river sand and free from dirt,
clay, organic matter or other deleterious substances. Sand derived from
crushed gravel or stone may be used with the approval of PCSO through its
authorized Engineer representative but in no case shall such sand be derived
from stone unsuitable for use as coarse aggregate.
3. Coloring Material
The coloring material shall be red or green oxide powder of quality capable
of achieving the best staining power and homogeneity.
Construction Requirements
1. Mixture
a. Mortar topping shall be one (1) part Portland cement and three (3) parts
fine aggregate by loose volume.
Finish elevation shall be established over the areas indicated on the Plans.
3. Application
Before any mortar concrete topping is applied, the prepared concrete base
surface shall first be wetted and grouted with Portland cement.
b. As soon as the water sheen has disappeared the surface shall be lightly
scratched with a stiff bristle broom.
c. The finish topping mixture whether plain, colored, or with floor hardener
117
shall be spread over the lightly scratched surface before final set takes
place and hand troweled to produce a smooth surface.
d. The finished surface shall be free of trowel marks, have uniform texture
and true to a plane within an allowable tolerance of 3 mm in 3.0 meters.
5. Workmanship
Cement floor shall be finished level arid true to finish elevation as shown on
the Plans Finish topping shall have no visible junction marks where one (1)
day's work adjoins the other. \/-cut groove lines shall be provided where
shown on the Plans or as directed by PCSO through its authorized Engineer
representative.
Description
This Item shall consist of furnishing all cement plaster materials, labor, tools and
equipment required in undertaking cement plaster finish as shown on the Plans
and in accordance with this Specification.
Material Requirements
1. Hydraulic Cement
Type Specifications
Portland Cement AASHTO M 85 (ASTM C 150)
Blended Hydraulic Cements AASHTO M 240 (ASTM C 595)
Masonry Cement AASHTO M 150-74 (ASTM C 91)
The Contractor shall provide suitable means of storing and protecting the
cement against dampness. 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.
2. Hydrated Lime
Type N and S are suitable for use in mortar, in scratch and brown coats of
cement plaster, for stucco and for addition to Portland Cement concrete.
Type NA and SA are air-entrained hydrated limes that are suitable for use in
any of the above uses where air-entrainment are desired.
Type S and SA hydrated lime develop high, early plasticity and higher water
retention and by a limitation on their un-hydrated oxide content.
It is the intent of this Specification to use either the Type N or S for soil
stabilization and as filler requirement to bituminous plant mixtures. It is
expected to provide pavements with greater resistance to the detrimental
effects of water, especially flooding during the rainy season.
a. Chemical Requirements
Percentage
Calcium and Magnesium oxides
60
(Non-volatile basis), min. %
Carbon dioxide (as received
basis), max. %
If sample is taken at the place of
5
manufacture
119
If sample is taken at any other
7
place
Unhydrated oxides (as received
basis) for Type S and 8
SA, max. %
b. Physical Requirements
Percentage Residue
The residue retained on a 0.600 mm (No. 30) sieve shall not be more
than 0.57% and not more than 15% on a 0.075 mm (No. 200) sieve.
Plasticity
The putty made from Type S, special hydrate, or type SA, special air
entraining hydrate, shall have plasticity figure of not less than 200 when
tested within 30 minutes after mixing with water.
Water Retention
Hydrated lime mortar made with Type N (normal hydrated lime) or Type
NA (normal air-entraining lime), after suction for 60 seconds, shall have
a water retention value of not less than 75 percent and not less than 85%
for Type S and SA, when tested in a standard mortar made from the dry
hydrate or from putty made from the hydrate which has been soaked for
a period of 16 to 24 hours.
c. Grading Requirement
Mass Percent
Sieve Designation
Passing
Alternate US
Standard mm
Standard
0.850 (No. 20) 100
0.075 (No. 200) 85 – 100
d. Sampling
At least one percent of the package shall be sampled but in no case shall
less than five packages be sampled. Individual packages shall be taken
from various parts of the unit being sampled. Each package so taken shall
be opened and not less than 0.5 kg shall be taken by means of a sampling
tube that takes a core of the material of not less than 2.5 cm in diameter
and that is of sufficient length to permit the taking of the sample from the
top to the bottom of the mass being sampled. The material removed shall
be thoroughly mixed and quartered. Triplicate samples of not less than
2.5 kg each shall be taken and sealed in properly labelled, air-tight,
moisture proof containers.
e. Rejection
f. Packing
3. Fine Aggregates
Fine aggregates shall be clean, washed sharp river Sand and free from dirt,
clay, organic matter or other deleterious substances. Sand derived from
crushed gravel or stone may be used with PCSO through its authorized
Engineer representative's approval but in no case shall such sand be derived
from stone unsuitable for use as coarse aggregates.
Construction Requirements
1. Mixture
a. Mortar mixture for brown coat shall be freshly prepared and uniformly
121
mixed in the proportion by volume of one part Portland Cement, three (3)
parts sand and one fourth (1/4) part hydrated lime.
2. Surface Preparation
3. Application
a. Brown coat mortar mix shall be applied with sufficient pressure starting
from the lower portion of the surface to fill the grooved and to prevent air
pockets in the reinforced concrete/masonry work and avoid mortar mix
drooping. The brown coat shall be lightly broomed or scratch before
surface had properly set and allowed to cure.
b. Finish coat shall not be applied until after the brown coat has seasoned
for seven days and corrective measures had been done by the Contractor
on surfaces that are defective. Just before the application of the finish
coat, the brown coat surface shall be evenly moistened with potable
water. Finish coat shall be floated first to an even surface, then troweled
in a manner that will force the mixture to penetrate into the brown coat.
Surfaces applied with finish coat shall then be smooth with paper in a
circular motion to remove trowel marks, checks and blemishes. All
cement plaster finish shall be 10 mm thk minimum on vertical concrete
and or masonry walls.
Workmanship
Cement plaster finish shall be true to details and plumbed. Finish surface shall
have no visible junction marks where one (1) day's work adjoins the other.
Where directed by PCSO through its authorized Engineer representative or as
shown on the Plans vertical and horizontal groove joints shall be 25 mm wide
and 10 mm deep.
Description
The work under this section of the specification covers the furnishing and supply
122
of materials including equipment and labor necessary for the complete
installation of ceiling suspension system for the attachment of board as shown
on the drawing, and as specified herein.
1. Applicable Publications
The publications listed below form part of this specification to the extent
referenced. The publications are referred to in the text by the basic
designation only.
2. Submittals
Deliver materials to the job site and store in ventilated dry locations.
Storage area shall be of easy access for inspection and handling. If it
is necessary to store materials outdoors, stack materials off the
ground, properly supported on a level platform, and fully protected
from the weather. Handle materials carefully to prevent damage.
Remove damage items that cannot be restored to like-new conditions.
Material Requirements
Construction Requirements
1. Examination
123
Examine substrates and adjoining construction and conditions under
which work is to be installed. Do not proceed with work until satisfactory
conditions are corrected.
b. Tolerances:
− Do not exceed 1/8 inch in 8'-0" variation from plumb or level in exposed
lines of surface, except at joints between plaster board units.
c. Install framing to comply with ASTM C754 and with ASTM C840
requirements that apply to framing installation.
4. Board Installation
Ceilings
a. Install plaster base sheets with long direction at right angles to furring
channels with end joints occurring over channels.
− Apply plaster base layer and face layer with long dimension parallel to
supports.
5. Accessory Installation
a. Trim:
− Install metal casing bead trim whenever edge of plaster board would
125
otherwise be exposed or semi-exposed.
b. Control Joints:
6. Adjusting
Correct damage and defects which may telegraph through finish work.
Leave work smooth and uniform.
N. ACOUSTICAL CEILING
Description
This Item shall consist of furnishing and installing acoustical ceiling materials,
tool, labor and equipment necessary as shown on the Plans and Specifications.
Material Requirements
126
Flame Spread Class 1 (0-25) ASTM E 84
US Federal Specs SS-
Flame Spread Class 25
s 118a
Construction Requirements
1. Inspection of Surfaces
The acoustical contractor shall verify and examine all surfaces covered and
the conditions under which all acoustical ceiling work is to be performed and
must notify all unsatisfactory conditions and no work shall be performed
unless all unsatisfactory conditions have been corrected by PCSO through
its authorized Engineer/Architect representative.
2. Preparation of Surfaces
Before any installation of work begins, all surfaces must be clean, dry, level
and free from irregularities and tested for adhesive bond.
Cleaning of Surfaces
The finished surfaces shall be cleaned and must be free from any spots, dirt
marks and dust by the use of soft art gum eraser. For larger areas with larger
smudges, use a chemical treated new sponge rubber pad or wallpaper cleaner.
Oust shall be removed by brushing lightly with a soft brush or clean rag, or by
vacuuming with soft brush attachment.
Guarantee
The materials and workmanship furnished under this item shall be guaranteed
by the acoustical contractor for a period of one (1) year from the completion date
and final inspection and accepted in writing by PCSO through its authorized
127
Engineer/Architect representative. Any defective materials or workmanship shall
be replaced and corrected by the acoustical contractor.
Description
This Item shall consist of furnishing all paint materials, varnish and other related
products, labor, tools, equipment and plant required in undertaking the proper
application of painting, varnishing and related works indicated on the Plans and
in accordance with this Specification.
Material Requirements
1. Paint Materials
All types of paint material, varnish and other related product shall be subject
to random test as to material composition by the Bureau of Research and
Standard, DPWH or the National Institute of Science and Technology.
2. Tinting Colors
Tinting colors shall be first grade quality, pigment ground in alkyd resin that
disperses and mixes easily with paint to produce the color desired. Use the
same brand of paint and tinting color to effect good paint body.
3. Concrete Neutralizer
Concrete neutralizer shall be first grade quality concentrate diluted with clean
water and applied as surface conditioner of new interior and exterior walls
thus improving paint adhesion and durability.
5. Patching Compound
Patching compound shall be fine powder type material like calcimine that can
be mixed into putty consistency, with oil base primers and paints to fill minor
surface dents and imperfections.
6. Varnish
7. Lacquer
Lacquer shall be any type of organic coating that dries rapidly and solely by
evaporation of the solvent. Typical solvent are acetates, alcohols and
ketones. Although lacquers were generally based on nitrocellulose,
manufacturers currently use, vinyl resins, plasticizers and reacted drying oils
to improve adhesion and elasticity.
8. Shellac
9. Sanding Sealer
Sanding sealer shall be quick drying lacquer, formulated to provide quick dry,
good holdout of succeeding coats, and containing sanding agents such as
zinc stearate to allow dry sanding of sealer.
Wood paste filler shall be quality filler for filling and sealing open grain of
interior Wood. It shall produce a level of finish for following coats of paint,
varnish, lacquer and other related products.
12. Schedule
Exterior
129
Concrete exposed aggregate
clean surface
and/or tool finish
Ferrous metal 1 coat primer and 2 coats enamel
paint
Woodwork sea-mist 3 coats of 3 parts thinner 1 part
lacquer
Woodwork varnish 1st coat, of one part sanding sealer
to one part solvent 2nd coat of 2/3
sanding sealer to
1/3 solvent
Woodwork painted finish 3 coats of oil base paint
Ceiling boards textured finish 1 coat oil based paint allow to dry
then patch surfaces unevenness
and apply textured paint coat
Construction Requirements
1. Surface Preparation
When surface is dried apply first coating. Hairline cracks and unevenness
shall be patched and sealed with approved putty or patching compound.
After all defects are corrected apply the finish coats as specified on the Plans
(color scheme approved).
Metal shall be clean, dry and free from millscale and rust. Remove all grease
and oil from surfaces. Wash, unprimed galvanized metal with etching
solution and allow it to dry. Where required to prime coat surface with Red
Lead Primer same shall be approved by PCSO through its authorized
Engineer/Architect representative.
130
a. Voids, cracks, nick etc. will b& repaired with proper patching material and
finished flushed with surrounding surfaces.
c. Painting and varnishing works shall not be commenced when it is too hot
or cold.
2. Application
Paints when applied by brush shall become non-fluid, thick enough to lay
down as adequate film of wet paint. Brush marks shall flawed out after
application of paint.
Paints made for application by roller must be similar to brushing paint. It must
be non-sticky when thinned to spraying viscosity so that it will break up easily
into droplets.
At the time of application paint shall show no sign of deterioration. Paint shall
be thoroughly stirred, strained and kept at a uniform consistency during
application. Paints of different manufacture shall not be mixed together.
When thinning is necessary, this may be done immediately prior to
application in accordance with the manufacturer's directions, but not in
excess of 1 pint of suitable thinner per gallon of paint.
4. Storage
All materials to be used under this item shall be stored in a single place to
be designated by PCSO through its authorized Engineer/Architect
representative and such place shall be kept neat and clean at all time.
Necessary precaution to avoid fire must be observed by removing oily rags,
waste, etc. at the end of daily work.
5. Cleaning
All cloths and cotton waste which constitute fire hazards shall be placed in
metal containers or destroyed at the end of daily works. Upon completion of
the work, all staging, scaffolding and paint containers shall be removed.
131
Paint drips, oil, or stains on adjacent surfaces shall be removed and the
entire job left clean and acceptable to PCSO through its authorized
Engineer/Architect representative.
6. Workmanship in General
b. All coats shall be thoroughly dry before the succeeding coat is applied.
132
a. Sand surface thoroughly.
b. Apply primer surface white or gray by brush or spray.
c. Apply lacquer spot putty in thin coat. Allow each coat to become
thoroughly dry before applying next coat.
d. Apply primer surfaces and then allow to dry in two (2} hours before
applying the next coat.
e. Spray paint a coat of automotive paint as per color scheme submitted and
approved by PCSO through its authorized Engineer/Architect
representative.
Description
The work under this section shall consist of furnishing all equipment, tools, materials and labor
required to perform and complete the interior drywall together with related accessories and
framing.
Use 12mm thick x 1.2m x 2.4m Gypsum Boards for all Interior Wall System fastened on lightweight
75mm x 50mm x 3.5m Galvanized Steel Stud and Track Dry Wall Framing System with
following performance and quality specifications outlined below.
Material Requirements
1. Gypsum Board
All Gypsum Boards shall comply with quality assurance as per Manufacturer’s instructions,
cross-referenced to the following standards as applicable:
Fire Retarded Gypsum board shall be used in all interior drywall consisting of aerated gypsum
core with suitable additions fiberglass stands and unexfoliated vermiculite bonded to
durable paper liners with unprinted liner suitable for application of all decorations.
Moisture Resistant Gypsum board shall be used for the toilet interior wall consisting of aerated
gypsum with special additive core bonded to durable impregnated green paper liners
with unprinted liner suitable for application of all decorations.
2. Metal Studs
3.
The framework of the drywall system shall be manufactured of galvanized steel as
recommended by the manufacturer as for appropriate stud selection relative to partition
heights. Wall thickness of the metal studs must be such that they comply with the
133
structural requirements of the installed drywall system and shall not be less than 25
gauge with a nominal thickness of 0.04cm.
Shall be positioned plumb in ceiling and floor runners and securely attached with not less than
one board screw on each side of the stud ends. Stud shall be installed in continuous
lengths with no splicing in lengths up to 5m for 92mm studs, 3.5m for 75mm studs, and
3m for 64mm studs.
Studs shall be connected to the floor and ceiling track (runner) with pan head screws, spaced
at 60 cm on center-spacing based on wall height as shown on the table below.
Metal studs shall be straight, light, non-combustible and not susceptible to termite
damage with matching tracks. Wallboard or other sheathing shall be then attached with
Type "S" (fine-tread) drywall screws.
4. Metal Tracks
All horizontal tracks at floor and ceiling level of the drywall system shall be
manufactured of galvanized steel and have an overall width to be compatible to suit
the vertical framework having a nominal thickness of 0.04cm. Fixing to the metal tracks
to be recommended by the manufacturer.
5. Screws
Description
134
This Item shall consist of furnishing all materials, equipment, labor, plant and
other facilities to complete all works for the following:
All work included under this division shall be subject to the General
Conditions accompanying these specifications. The Contractor and Sub-
Contractor are required to refer especially thereto.
Material Requirements
2. Provide all units with straight cut edges and square corners unless otherwise
shown or specified.
4. Grout, if used between the veneer units and the backing, shall be of pourable
consistency. Grout shall be fine grout. Fine grout shall be 1 part Portland
cement and 3 parts sand.
1. Submittals
2. Sample Panel
135
Provide a sample panel for each combination of veneer patterns, bond
patter, and mortar color.
Show color range, texture range, mortar color, joint tooling, bond
pattern, cleaning, quality of workmanship and other aspects of the
work relating to this Section.
Sample panels shall remain on the project site to serve as a datum for
comparison with the remainder of the work of this Section for the
purpose of acceptance or rejection.
If the sample panel is not included in the actual masonry work, it shall
be demolished after the masonry work for the project has been
accepted.
Examine the areas and conditions under which work of the Section will
be performed. Correct conditions that are detrimental to timely and
proper completion of the work. Do not proceed until unsatisfactory
conditions are corrected.
5. Installation
− Veneer shall be clean and free of dust and shall be laid with not less than
one inch of air space between veneer and the backing wall.
− All joints shall be filled solidly with mortar. Provide tooled concave mortar
joints unless otherwise specified or noted on the Drawings. Tooling shall
be done when the mortar is partially set but still sufficiently plastic to bond.
− Lay units plumb, level and true to lines appropriate to veneer system.
− Veneer ties shall have at least 5/8 inch of mortar coverage from exterior
surface to prevent corrosion.
136
− Anchors shall be installed to provide not less than the support shown on
the details and in such a manner as to eliminate looseness or lack of fit
of dovetails in slots, improper bends or kinks in wire, etc.
− Joint dimension shall not be less than ¼ inch nor more than ½ inch and
shall meet control heights indicated on Drawings throughout the building.
− Lay masonry units plumb, true to line, and with accurately spaced level
courses. Vertical joints shall fall on centerline of unit below.
6. Cleaning
− In the event ordinary cleaning is not adequate, the Contractor shall use
special cleaning methods such as sandblasting, acid washing, chipping,
etc. as approved by PCSO through its authorized Engineer/Architect
representative.
7. Sealing
R. EXTERIOR SIGNAGES
Description
This Item shall consist of furnishing all materials, equipment, labor, and other
facilities to complete all works for the following:
137
All work included under this division shall be subject to the General
Conditions accompanying these specifications. The Contractor and Sub-
Contractor are required to refer especially thereto.
Material Requirements
Form graphics with router and backed with 6 mm (0.0125 inch) thick
minimum translucent white acrylic diffuser. Mechanically fasten
diffuser and letter voids to sign face with energy saving LED lights
Construction Requirements
The Contractor shall ensure the stability of the sign structure and anchorage to
withstand loads that it will be subjected to.
The Exterior Signage shall be designed to allow for thermal movements from
ambient and surface temperature changes 67 degrees Celsius ambient and 100
degrees Celsius material surfaces.
1. Submittal
Deliver signs only when the site and mounting services are ready for
installation work to proceed.
Examine the areas and conditions under which work of the Section will
be performed. Correct conditions that are detrimental to timely and
proper completion of the work. Do not proceed until unsatisfactory
conditions are corrected.
4. Installation
− At each sign location there are no utility lines behind each sign location
that will be affected by installation of signs.
− Mount signs in proper alignment, level and plumb according to Plans and
the dimensions given on elevation drawings. When exact position, angle,
height or location is not clear, contact PCSO through its authorized
Architect/Engineer representative.
139
140
141
Section VII. Drawings
[Insert here a list of Drawings. The actual Drawings, including site plans, should be attached
to this section, or annexed in a separate folder.]
142
143
144
145
146
147
148
149
150
151
152
153
154
155
156
157
158
159
160
Section VIII. Bill of Quantities
b. when a Contract has been entered into, to provide a priced Bill of Quantities for use
in the periodic valuation of Works executed.
In order to attain these objectives, Works should be itemized in the Bill of Quantities in
sufficient detail to distinguish between the different classes of Works, or between Works of
the same nature carried out in different locations or in other circumstances which may give
rise to different considerations of cost. Consistent with these requirements, the layout and
content of the Bill of Quantities should be as simple and brief as possible.
Daywork Schedule
A Daywork Schedule should be included only if the probability of unforeseen work, outside
the items included in the Bill of Quantities, is high. To facilitate checking by the Entity of
the realism of rates quoted by the Bidders, the Daywork Schedule should normally comprise
the following:
a. A list of the various classes of labor, materials, and Constructional Plant for which
basic daywork rates or prices are to be inserted by the Bidder, together with a
statement of the conditions under which the Contractor will be paid for work
executed on a daywork basis.
Provisional Sums
161
The estimated cost of specialized work to be carried out, or of special goods to be supplied,
by other contractors should be indicated in the relevant part of the Bill of Quantities as a
particular provisional sum with an appropriate brief description. A separate procurement
procedure is normally carried out by the Procuring Entity to select such specialized
contractors. To provide an element of competition among the Bidders in respect of any
facilities, amenities, attendance, etc., to be provided by the successful Bidder as prime
Contractor for the use and convenience of the specialist contractors, each related provisional
sum should be followed by an item in the Bill of Quantities inviting the Bidder to quote a
sum for such amenities, facilities, attendance, etc.
Signature Box
A signature box shall be added at the bottom of each page of the Bill of Quantities where the
authorized representative of the Bidder shall affix his signature. Failure of the authorized
representative to sign each and every page of the Bill of Quantities shall be a cause for
rejection of his bid.
These Notes for Preparing a Bill of Quantities are intended only as information for the
Procuring Entity or the person drafting the Bidding Documents. They should not be included
in the final documents.
162
163
164
165
166
Section IX. Checklist of Technical and Financial
Documents
a. GPPB Resolution No. 09-2020 on the efficient procurement measures during a State
of Calamity or other similar issuances that shall allow the use of alternate documents
in lieu of the mandated requirements; or
b. any subsequent GPPB issuances adjusting the documentary requirements after the
effectivity of the adoption of the PBDs.
The BAC shall be checking the submitted documents of each Bidder against this checklist
to ascertain if they are all present, using a non-discretionary “pass/fail” criterion pursuant to
Section 30 of the 2016 revised IRR of RA No. 9184.
167
Checklist of Technical and Financial Documents
I. TECHNICAL COMPONENT ENVELOPE
Legal Documents
⬜ (a) Valid PhilGEPS Registration Certificate (Platinum Membership) (all pages);
or
⬜ (b) Registration certificate from Securities and Exchange Commission (SEC),
Department of Trade and Industry (DTI) for sole proprietorship, or
Cooperative Development Authority (CDA) for cooperatives or its equivalent
document;
and
⬜ (c) Mayor’s or Business permit issued by the city or municipality where the
principal place of business of the prospective bidder is located, or the
equivalent document for Exclusive Economic Zones or Areas;
and
⬜ (d) Tax clearance per E.O. No. 398, s. 2005, as finally reviewed and approved by
the Bureau of Internal Revenue (BIR).
Technical Documents
⬜ (e) Statement of the prospective bidder of all its ongoing government and private
contracts, including contracts awarded but not yet started, if any, whether
similar or not similar in nature and complexity to the contract to be bid; and
⬜ (f) Statement of the bidder’s Single Largest Completed Contract (SLCC) similar
to the contract to be bid, except under conditions provided under the rules;
and
⬜ (g) Philippine Contractors Accreditation Board (PCAB) License;
or
Special PCAB License in case of Joint Ventures;
and registration for the type and cost of the contract to be bid; and
⬜ (h) Original copy of Bid Security. If in the form of a Surety Bond, submit also a
certification issued by the Insurance Commission;
or
Original copy of Notarized Bid Securing Declaration; and
(i) Project Requirements, which shall include the following:
⬜ a. Organizational chart for the contract to be bid;
⬜ b. List of contractor’s key personnel (e.g., Project Manager, Project
Engineers, Materials Engineers, and Foremen), to be assigned to the
contract to be bid, with their complete qualification and experience
data;
⬜ c. List of contractor’s major equipment units, which are owned, leased,
and/or under purchase agreements, supported by proof of ownership or
certification of availability of equipment from the equipment
lessor/vendor for the duration of the project, as the case may be; and
⬜ (j) Original duly signed Omnibus Sworn Statement (OSS);
and if applicable, Original Notarized Secretary’s Certificate in case of a
corporation, partnership, or cooperative; or Original Special Power of
168
Attorney of all members of the joint venture giving full power and authority
to its officer to sign the OSS and do acts to represent the Bidder.
Financial Documents
⬜ (k) The prospective bidder’s audited financial statements, showing, among others,
the prospective bidder’s total and current assets and liabilities, stamped
“received” by the BIR or its duly accredited and authorized institutions, for
the preceding calendar year which should not be earlier than two (2) years
from the date of bid submission; and
⬜ (l) The prospective bidder’s computation of Net Financial Contracting Capacity
(NFCC).
169
Bid Forms
9. NFCC Form
170
Bid Form for the Procurement of Infrastructure Projects
_________________________________________________________________________
BID FORM
Date : _________________
b. We offer to execute the Works for this Contract in accordance with the PBDs;
c. The total price of our Bid in words and figures, excluding any discounts offered
below is: [insert information];
d. The discounts offered and the methodology for their application are: [insert
information];
e. The total bid price includes the cost of all taxes, such as, but not limited to: [specify
the applicable taxes, e.g. (i) value added tax (VAT), (ii) income tax, (iii) local taxes,
and (iv) other fiscal levies and duties], which are itemized herein and reflected in
the detailed estimates,
f. Our Bid shall be valid within the period stated in the PBDs, and it shall remain
binding upon us at any time before the expiration of that period;
h. We are not participating, as Bidders, in more than one Bid in this bidding process,
other than alternative offers in accordance with the Bidding Documents;
i. We understand that this Bid, together with your written acceptance thereof included
in your notification of award, shall constitute a binding contract between us, until a
formal Contract is prepared and executed; and
1
currently based on GPPB Resolution No. 09-2020
171
j. We understand that you are not bound to accept the Lowest Calculated Bid or any
other Bid that you may receive.
l. We acknowledge that failure to sign each and every page of this Bid Form,
including the Bill of Quantities, shall be a ground for the rejection of our bid.
Name: ___________________________________________________________________
Signature: ________________________________________________________________
Duly authorized to sign the Bid for and behalf of: __________________________________
Date: ___________________
172
Contract Agreement Form for the
Procurement of Infrastructure Projects (Revised)
_________________________________________________________________________
CONTRACT AGREEMENT
THIS AGREEMENT, made this [insert date] day of [insert month], [insert year]
between [name and address of PROCURING ENTITY] (hereinafter called the “Entity”) and
[name and address of Contractor] (hereinafter called the “Contractor”).
WHEREAS, the Entity is desirous that the Contractor execute [name and identification
number of contract] (hereinafter called “the Works”) and the Entity has accepted the Bid for
[contract price in words and figures in specified currency] by the Contractor for the execution
and completion of such Works and the remedying of any defects therein.
1. In this Agreement, words and expressions shall have the same meanings as are
respectively assigned to them in the Conditions of Contract hereinafter referred to.
2. The following documents as required by the 2016 revised Implementing Rules and
Regulations of Republic Act No. 9184 shall be deemed to form and be read and
construed as part of this Agreement, viz.:
a. Philippine Bidding Documents (PBDs);
i. Drawings/Plans;
ii. Specifications;
iii. Bill of Quantities;
iv. General and Special Conditions of Contract;
v. Supplemental or Bid Bulletins, if any;
b. Winning bidder’s bid, including the Eligibility requirements, Technical and
Financial Proposals, and all other documents or statements submitted;
Bid form, including all the documents/statements contained in the Bidder’s bidding
envelopes, as annexes, and all other documents submitted (e.g., Bidder’s response
to request for clarifications on the bid), including corrections to the bid, if any,
resulting from the Procuring Entity’s bid evaluation;
c. Performance Security;
d. Notice of Award of Contract and the Bidder’s conforme thereto; and
e. Other contract documents that may be required by existing laws and/or the
Procuring Entity concerned in the PBDs. Winning bidder agrees that
additional contract documents or information prescribed by the GPPB
that are subsequently required for submission after the contract
execution, such as the Notice to Proceed, Variation Orders, and Warranty
Security, shall likewise form part of the Contract.
173
3. In consideration for the sum of [total contract price in words and figures] or such
other sums as may be ascertained, [Named of the bidder] agrees to [state the object
of the contract] in accordance with his/her/its Bid.
4. The [Name of the procuring entity] agrees to pay the above-mentioned sum in
accordance with the terms of the Bidding.
IN WITNESS whereof the parties thereto have caused this Agreement to be executed
the day and year first before written.
Acknowledgment
174
Omnibus Sworn Statement (Revised)
_________________________________________________________________________
AFFIDAVIT
I, [Name of Affiant], of legal age, [Civil Status], [Nationality], and residing at [Address of
Affiant], after having been duly sworn in accordance with law, do hereby depose and state that:
[If a partnership, corporation, cooperative, or joint venture:] I am the duly authorized and
designated representative of [Name of Bidder] with office address at [address of Bidder];
[If a sole proprietorship:] As the owner and sole proprietor, or authorized representative
of [Name of Bidder], I have full power and authority to do, execute and perform any and
all acts necessary to participate, submit the bid, and to sign and execute the ensuing contract
for [Name of the Project] of the [Name of the Procuring Entity], as shown in the attached
duly notarized Special Power of Attorney;
[If a partnership, corporation, cooperative, or joint venture:] I am granted full power and
authority to do, execute and perform any and all acts necessary to participate, submit the
bid, and to sign and execute the ensuing contract for [Name of the Project] of the [Name of
the Procuring Entity], as shown in the attached [state title of attached document showing
proof of authorization (e.g., duly notarized Secretary’s Certificate, Board/Partnership
Resolution, or Special Power of Attorney, whichever is applicable;)];
3. [Name of Bidder] is not “blacklisted” or barred from bidding by the Government of the
Philippines or any of its agencies, offices, corporations, or Local Government Units,
foreign government/foreign or international financing institution whose blacklisting rules
have been recognized by the Government Procurement Policy Board, by itself or by
relation, membership, association, affiliation, or controlling interest with another
blacklisted person or entity as defined and provided for in the Uniform Guidelines on
Blacklisting;
5. [Name of Bidder] is authorizing the Head of the Procuring Entity or its duly authorized
representative(s) to verify all the documents submitted;
175
6. [Select one, delete the rest:]
[If a sole proprietorship:] The owner or sole proprietor is not related to the Head of the
Procuring Entity, members of the Bids and Awards Committee (BAC), the Technical
Working Group, and the BAC Secretariat, the head of the Project Management Office or
the end-user unit, and the project consultants by consanguinity or affinity up to the third
civil degree;
[If a partnership or cooperative:] None of the officers and members of [Name of Bidder]
is related to the Head of the Procuring Entity, members of the Bids and Awards Committee
(BAC), the Technical Working Group, and the BAC Secretariat, the head of the Project
Management Office or the end-user unit, and the project consultants by consanguinity or
affinity up to the third civil degree;
[If a corporation or joint venture:] None of the officers, directors, and controlling
stockholders of [Name of Bidder] is related to the Head of the Procuring Entity, members
of the Bids and Awards Committee (BAC), the Technical Working Group, and the BAC
Secretariat, the head of the Project Management Office or the end-user unit, and the project
consultants by consanguinity or affinity up to the third civil degree;
7. [Name of Bidder] complies with existing labor laws and standards; and
9. [Name of Bidder] did not give or pay directly or indirectly, any commission, amount, fee,
or any form of consideration, pecuniary or otherwise, to any person or official, personnel
or representative of the government in relation to any procurement project or activity.
10. In case advance payment was made or given, failure to perform or deliver any of the
obligations and undertakings in the contract shall be sufficient grounds to constitute
criminal liability for Swindling (Estafa) or the commission of fraud with
unfaithfulness or abuse of confidence through misappropriating or converting any
payment received by a person or entity under an obligation involving the duty to
deliver certain goods or services, to the prejudice of the public and the government of
the Philippines pursuant to Article 315 of Act No. 3815 s. 1930, as amended, or the
Revised Penal Code.
176
IN WITNESS WHEREOF, I have hereunto set my hand this __ day of ___, 20__ at
____________, Philippines.
Affiant
[Jurat]
177
Bid Security Form
Date: _________________________
Pursuant to the Revised IRR of RA 9184, enclosed is our bid security in the form of:
OR
_____________________________
Signature over printed name of
Authorized Representative
_____________________________
Name of Company/Bidder
178
Bid Securing Declaration Form
_________________________________________________________________________
1. I/We understand that, according to your conditions, bids must be supported by a Bid
Security, which may be in the form of a Bid Securing Declaration.
2. I/We accept that: (a) I/we will be automatically disqualified from bidding for any
procurement contract with any procuring entity for a period of two (2) years upon receipt
of your Blacklisting Order; and, (b) I/we will pay the applicable fine provided under Section
6 of the Guidelines on the Use of Bid Securing Declaration, within fifteen (15) days from
receipt of the written demand by the procuring entity for the commission of acts resulting
to the enforcement of the bid securing declaration under Sections 23.1(b), 34.2, 40.1 and
69.1, except 69.1(f),of the IRR of RA No. 9184; without prejudice to other legal action the
government may undertake.
3. I/We understand that this Bid Securing Declaration shall cease to be valid on the following
circumstances:
a. Upon expiration of the bid validity period, or any extension thereof pursuant to your
request;
b. I am/we are declared ineligible or post-disqualified upon receipt of your notice to such
effect, and (i) I/we failed to timely file a request for reconsideration or (ii) I/we filed a
waiver to avail of said right; and
c. I am/we are declared the bidder with the Lowest Calculated Responsive Bid, and I/we
have furnished the performance security and signed the Contract.
IN WITNESS WHEREOF, I/We have hereunto set my/our hand/s this ____ day of [month]
[year] at [place of execution].
[Jurat]
179
Performance Securing Declaration (Revised)
_________________________________________________________________________
2. I/We accept that: I/we will be automatically disqualified from bidding for any
procurement contract with any procuring entity for a period of one (1) year for the first
offense, or two (2) years for the second offense, upon receipt of your Blacklisting
Order if I/We have violated my/our obligations under the Contract;
3. I/We understand that this Performance Securing Declaration shall cease to be valid
upon:
IN WITNESS WHEREOF, I/We have hereunto set my/our hand/s this ____ day of [month]
[year] at [place of execution].
[Jurat]
[Format shall be based on the latest Rules on Notarial Practice]
180
List of all Ongoing Government and Private Contracts including those
awarded but not yet started, similar or not similar to the Contract to be bid
within the last five (5) years
Private
Total Cost
Submitted by:
______________________________________________
(Printed Name & Signature)
Designation: _______________________________________________
Date: ______________________
Note/s:
• This statement should be supported with any or all of the following: (a) Notice of Award; (b) Purchase
Order/Contract; (c) Notice to Proceed. Failure to attach here the required document/s shall
automatically disqualify the participating Bidder.
• This table is just a sample form/template. Bidder may come up with its form/template. However, for
standardization and ease in the evaluation, bidders are encouraged to use the templates provided.
181
STATEMENT IDENTIFYING THE SINGLE LARGEST COMPLETED
CONTRACT SIMILAR TO THE CONTRACT TO BE BID WITHIN
THE LAST FIVE (5) YEARS
Designation: ______________________
Date: ______________________
Note/s:
• This statement should be supported with (1) a photocopy of end-user’s acceptance or Official Receipt
or Sales Invoice issued for the contract, if completed; and (2) any or all of the following: (a)Notice
of Award; (b) Purchase Order/Contract; (c) Notice to Proceed. Failure to attach here the required
document/s shall automatically disqualify the participating Bidder.
• This table is just a sample form/template. Bidder may come up with its form/template. However, for
standardization and ease in the evaluation, bidders are encouraged to use the template as provided.
182
NFCC FORM
Year 2020
1. Total Assets
2. Current Assets
3. Total Liabilities
4. Current Liabilities
B. The Net Financial Contracting Capacity (NFCC) using the following formula, must
be equal to the ABC to be bid:
NFCC = [(current assets – current liabilities) (15)] minus value of all outstanding
or uncompleted portions of the projects under ongoing contracts, including awarded
contracts yet to be started coinciding with the contract to be bid.
NFCC= PhP_________________________________________________
= PhP _____________
Designation: ______________________
Date: ______________________
183
Note/s:
• This table is just a sample form/template. Bidder may come up with its form/template.
However, for standardization and ease in the evaluation, bidders are encouraged to use the
template as provided.
184
POST-QUALIFICATION DOCUMENTS
After the Bid Opening, the BAC shall conduct a detailed evaluation of the financial
component of the eligible bid/s to determine the Lowest Calculated (LCB)/Single
Calculated Bid (SCB). Only the LCB/SCB shall be notified to submit the following post-
qualification documents (3 copies each) within five (5) calendar days from receipt of
the Notice:
1. Audited Financial Statement for CY 2020 stamped “received” by the BIR or its
duly accredited and authorized institutions.
2. Latest Income Tax Returns within the last six (6) months prior to the date of
submission or Annual Income Tax Return for 2020. (only tax returns filed and
taxes paid through the BIR Electronic Filing and Payment System (eFPS) shall
be accepted.
3. Business Tax (Percentage Tax or VAT) Returns within the last six (6) months
prior to the date of submission. (only tax returns filed and taxes paid through
the BIR Electronic Filing and Payment System (eFPS) shall be accepted.
a. Latest Income Tax Returns within the last six (6) months prior to the date
of submission or Annual Income Tax Return for 2020.
b. Business Tax (Percentage Tax or VAT) Returns within the last six (6)
months prior to the date of submission.
5. Notice of Award, Purchase Order (PO) or Notice to Proceed to support the List
of All Ongoing Government and Private Contracts including those awarded but
not yet started, similar to the contract to be bid within the last ten (10) years.
6. Official Receipt, Sales Invoice for completed contracts to support the Single
Largest Completed Contract (SLCC).
8. Company profile including list of clients/customers within the last ten (10) years,
both public and private.
185
ILLUSTRATION: Format and Marking of Bid Envelopes
1
1. ENVELOPE 1 TO CONTAIN THE “ORIGINAL” ELIGIBILITY AND
TECHNICAL DOCUMENTS
186
C. Six (6) envelopes (copies 1 - 6) and its contents
1
1. ENVELOPE 1 TO CONTAIN THE “COPY (NUMBER)”
ELIGIBILITY AND TECHNICAL DOCUMENTS
ALL envelopes must be properly sealed and marked/labeled. The marking/label shall
contain the following details:
• Bear a warning “DO NOT OPEN BEFORE…” the date and time for the opening
of bids.
187
PCSO
188