You are on page 1of 198

PHILIPPINE SCIENCE HIGH SCHOOL-BICOL REGION CAMPUS

TAGONGTONG, GOA, CAMARINES SUR

Procurement for the


Construction of
Academic Building III

0
Republic of the Philippines
Department of Science and Technology
PHILIPPINE SCIENCE HIGH SCHOOL-BICOL REGION CAMPUS
Tagongtong, Goa, Camarines Sur

Invitation to Bid for the


Construction of Academic Building III

1. The Philippine Science High School- Bicol Region Campus through the General
Appropriations Act (GAA) 2017 intends to apply the sum of Thirty Seven Million
Seven Hundred Twenty Thousand Pesos (P 37,720,000.00) being the Approved Budget
for the Contract (ABC) to payments under the contract for Construction of Academic
Building III. Bids received in excess of the ABC shall be automatically rejected at bid
opening.

2. The Philippine Science High School-Bicol Region Campus now invites bids for the
construction of three stories Academic Building III. Completion of the Works is required
within three hundred (300) calendar days. Bidders should have completed, within ten
(10) years from the date of submission and receipt of bids, a contract similar to the Project.

3. Bidding will be conducted through open competitive bidding procedures using non-
discretionary pass/ fail criterion as specified in the Implementing Rules and Regulations
(IRR) of Republic Act 9184 (RA9184), otherwise known as the “Government Procurement
Reform Act”.

Bidding is restricted to Filipino citizens/sole proprietorships, partnerships, or


organizations with at least seventy five percent (75%) interest or outstanding capital stock
belonging to citizens of the Philippines.

4. Interested bidders may obtain further information from Philippine Science High School-
Bicol Region Campus and inspect the Bidding Documents at the address given below
from 8:00 AM to 12:00 Noon and from 1:00 PM to 5:00 PM.

5. A complete set of Bidding Documents may be purchased by interested Bidders on


September 5, 2017 from the address below and upon payment of a non-refundable fee for
the Bidding Documents in the amount of twenty five thousand pesos (P25, 000.00).

6. The Philippine Science High School-Bicol Region Campus will hold a Pre-bid
Conference on September 12, 2017 at 10:00 o’clock in the morning at the Seminar
Hall, Admin Bldg, PSHS-BRC, Tagongtong, Goa, Camarines Sur which shall be open
to prospective bidders.

7. Bids must be duly received by the BAC Secretariat at the address below on or before
September 25, 2017 at 10:00 in the morning. All Bids must be accompanied by a bid
security in any of the acceptable forms and in the amount stated in ITB Clause 18.

Bid opening shall be on September 25, 2017 at 10:05 in the morning. Bids will be opened
in the presence of the bidders’ representatives who choose to attend at the address below.
Late bids shall not be accepted.

1
8. Eligible Bidders shall submit a Certified True Copy of valid PCAB licenses for
SizeRange – Medium A, License Category –B, General Building.

9. The Philippine Science High School-Bicol Region Campus 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 Section 41 of RA 9184 and its IRR, without thereby
incurring any liability to the affected bidder or bidders.

10. For further information, please refer to:

JOY MELGA. B. OLAZO


Head- BAC Secretariat
Address: Philippine Science High School-Bicol Region Campus
Tagongtong, Goa, Camarines Sur
Mobile No.: 09175081316
Email Address: bac@brc.pshs.edu.ph

SEVEDEO J. MALATE
BAC Chairperson

2
1. Documents Comprising the Bid: Eligibility and Technical Components

The first envelope shall contain the following eligibility and technical documents:

(a) Eligibility Documents –

Class “A” Documents

(i) PhilGEPS Certificate of Registration and Membership in accordance


with Section 8.5.2 of the IRR, except for foreign bidders participating
in the procurement by a Philippine Foreign Service Office or Post,
which shall submit their eligibility documents under Section 23.1 of
the IRR, provided, that the winning bidder shall register with the
PhilGEPS in accordance with Section 37.1.4 of the IRR;

(ii) Statement 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

Statement of the Bidder’s Single Largest Completed Contract (SLCC)


similar to the contract to be bid, in accordance with ITB Clause 5.4.

The two statements required above shall indicate for each contract the
following:

(ii.1) name of the contract;

(ii.2) date of the contract;

(ii.3) contract duration;

(ii.4) owner’s name and address;

(ii.5) nature of work;

(ii.6) contractor’s role (whether sole contractor, subcontractor, or


partner in a JV) and percentage of participation;

(ii.7) total contract value at award;

(ii.8) date of completion or estimated completion time;

(ii.9) total contract value at completion, if applicable;

(ii.10) percentages of planned and actual accomplishments, if


applicable; and

(ii.11) value of outstanding works, if applicable.

The statement of the Bidder’s SLCC shall be supported by the Notice


of Award and/or Notice to Proceed, Project Owner’s Certificate of
Final Acceptance issued by the Owner other than the Contractor or the
Constructors Performance Evaluation System (CPES) Final Rating,
which must be at least satisfactory. In case of contracts with the private
sector, an equivalent document shall be submitted;

3
(iii) Unless otherwise provided in the BDS, a valid special PCAB License
in case of joint ventures, and registration for the type and cost of the
contract for this Project; and

(iv) NFCC computation in accordance with ITB Clause 5.5.

Class “B” Documents

(v) If applicable, Joint Venture Agreement (JVA) in accordance with RA


4566.

(b) Technical Documents –

(i) Bid security in accordance with ITB Clause 18. The Bidder shall submit
Bid Securing Declaration or any form of Bid Security in an amount
stated in the BDS:

(i.1) Cash or cashier’s/manager’s check, bank draft/guarantee or an


irrevocable letter of credit issued by a universal or commercial
bank;

(i.2) Surety bond callable upon demand issued by a surety or insurance


company duly certified by the Insurance Commission as
authorized to issue such security.

(ii) Project Requirements, which shall include the following:

(ii.1) Organizational chart for the contract to be bid;

(ii.2) List of contractor’s 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. These personnel must meet the required
minimum years of experience set in the BDS; and

(ii.3) 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, which must meet the minimum requirements
for the contract set in the BDS; and

(iii) Omnibus Sworn Statement in accordance with Section 25.3 of


the IRR of RA 9184 and using the form prescribed in the Bidding
Forms.

2. Documents Comprising the Bid: Financial Component

The second envelope shall contain the following financial documents:

(a) Financial Bid Form, which includes bid prices and the bill of quantities, in
accordance with ITB Clauses 15.1 and 15.3;

(b) Any other document related to the financial component of the bid as stated in the
BDS

4
TABLE OF CONTENTS

Section II. Instruction to Bidders ………………………………... 6


Section III. Bid Data Sheet ……………………………………….. 31
Section IV. General Conditions of Contract ……………………. 35
Section V. Special Conditions of Contract ……………………… 62
Section VI. Terms of Reference / Specifications ……………….. 65
Section VII. Drawings …………………………………………… 177
Section VIII. Bill of Quantities …………………………………. 178
Section VII. Bidding Forms ………………………………………. 187

5
Section II. Instructions to Bidders

6
A. General

1.Scope of Bid
1.2. The Procuring Entity named in the BDS, invites bids for the design and construction
of works, as described in Section VI. Terms of Reference / Specifications.

1.3. The name, identification, and number of lots specific to this bidding are provided in
the BDS. The contracting strategy and basis of evaluation of lots is described in ITB
Clause 27.

1.4. The successful Bidder will be expected to complete the Works by the intended
completion date specified in SCC Clause 1.17.

2. Source of Funds

The Procuring Entity has a budget or received funds from the Funding Source named in the
BDS, and in the amount indicated in the BDS. It intends to apply part of the funds received
for the Project, as defined in the BDS, to cover eligible payments under the Contract for the
Works.

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

3.1. Unless otherwise specified in the BDS, the Procuring Entity, as well as bidders and
contractors, shall observe the highest standard of ethics during the procurement and
execution of the contract. In pursuance of this policy, the Funding Source:

(a) defines, for purposes of this provision, the terms set forth below as follows:

(i) "corrupt practice" means behavior on the part of officials in the


public or private sectors by which they improperly and unlawfully
enrich themselves, others, or induce others to do so, by misusing the
position in which they are placed, and includes the offering, giving,
receiving, or soliciting of anything of value to influence the action of
any such official in the procurement process or in contract execution;
entering, on behalf of the Procuring Entity, into any contract or
transaction manifestly and grossly disadvantageous to the same,
whether or not the public officer profited or will profit thereby, and
similar acts as provided in Republic Act 3019;

(ii) "fraudulent practice" means a misrepresentation of facts in order to


influence a procurement process or the execution of a contract to the
detriment of the Procuring Entity, and includes collusive practices
among Bidders (prior to or after Bid submission) designed to
establish bid prices at artificial, non-competitive levels and to deprive
the Procuring Entity of the benefits of free and open competition;

(iii) “collusive practices” means a scheme or arrangement between two or


more Bidders, with or without the knowledge of the Procuring Entity,
designed to establish bid prices at artificial, non-competitive levels;
and

(iv) “coercive practices” means harming or threatening to harm, directly


or indirectly, persons, or their property to influence their participation
in a procurement process, or affect the execution of a contract;

7
(v) “obstructive practice” is

(aa) deliberately destroying, falsifying, altering or concealing of


evidence material to an administrative proceedings or
investigation or making false statements to investigators in
order to materially impede an administrative proceedings or
investigation of the Procuring Entity or any foreign
government/foreign or international financing institution into
allegations of a corrupt, fraudulent, coercive or collusive
practice; and/or threatening, harassing or intimidating any
party to prevent it from disclosing its knowledge of matters
relevant to the administrative proceedings or investigation or
from pursuing such proceedings or investigation; or

(bb) acts intended to materially impede the exercise of the


inspection and audit rights of the Procuring Entity or any
foreign government/foreign or international financing
institution herein.

(b) will reject a proposal for award if it determines that the Bidder recommended
for award has engaged in corrupt or fraudulent practices in competing for the
Contract; and

(c) will declare a firm ineligible, either indefinitely or for a stated period of time,
to be awarded Contract funded by the Funding Source if it at any time
determines that the firm has engaged in corrupt or fraudulent practices in
competing or, or in executing, a Contract funded by the Funding Source.

3.2. Further, the Procuring Entity will seek to impose the maximum civil, administrative,
and/or criminal penalties available under the applicable laws on individuals and
organizations deemed to be involved in any of the practices mentioned in ITB Clause
3.1(a).

3.3. Furthermore, the Funding Source and the Procuring Entity reserve the right to inspect
and audit records and accounts of a contractor in the bidding for and performance of a
contract themselves or through independent auditors as reflected in the GCC Clause
34.

4. Conflict of Interest

4.1. All Bidders found to have conflicting interests shall be disqualified to participate in
the procurement at hand, without prejudice to the imposition of appropriate
administrative, civil, and criminal sanctions. A Bidder may be considered to have
conflicting interests with another Bidder in any of the events described in paragraphs
(a) through (c) and a general conflict of interest in any of the circumstances set out in
paragraphs (d) through (g) below:

(a) A Bidder has controlling shareholders in common with another Bidder;

(b) A Bidder receives or has received any direct or indirect subsidy from any
other Bidder;

(c) A Bidder has the same legal representative as that of another Bidder for
purposes of this Bid;

8
(d) A Bidder has a relationship, directly or through third parties, that puts them in
a position to have access to information about or influence on the bid of
another Bidder or influence the decisions of the Procuring Entity regarding
this bidding process;

(e) A Bidder submits more than one bid in this bidding process. However, this
does not limit the participation of subcontractors in more than one bid;

(f) A Bidder who participated as a consultant in the preparation of the design or


technical specifications of the goods and related services that are the subject
of the bid; or

(g) A Bidder who lends, or temporarily seconds, its personnel to firms or


organizations which are engaged in consulting services for the preparation
related to procurement for or implementation of the project, if the personnel
would be involved in any capacity on the same project.

4.2. In accordance with Section 47 of the IRR of RA 9184, all Bidding Documents shall
be accompanied by a sworn affidavit of the Bidder that it is not related to the Head of
the Procuring Entity (HoPE), members of the Bids and Awards Committee (BAC),
members of the Technical Working Group (TWG), members of the BAC Secretariat,
the head of the Project Management Office (PMO) or the end-user unit, and the
project consultants, by consanguinity or affinity up to the third civil degree. On the
part of the Bidder, this Clause shall apply to the following persons:

(a) If the Bidder is an individual or a sole proprietorship, to the Bidder himself;

(b) If the Bidder is a partnership, to all its officers and members;

(c) If the Bidder is a corporation, to all its officers, directors, and controlling
stockholders;

(d) If the Bidder is a cooperative, to all its officers, directors, and controlling
shareholders or members; and

(e) If the Bidder is a joint venture (JV), the provisions of items (a), (b), (c) or (d)
of this Clause shall correspondingly apply to each of the members of the said
JV, as may be appropriate.

Relationship of the nature described above or failure to comply with this Clause will
result in the automatic disqualification of a Bidder.

5. Eligible Bidders

5.1. Unless otherwise indicated in the BDS, the following persons shall be eligible to
participate in this Bidding:

(a) Duly licensed Filipino citizens/sole proprietorships;

(b) Partnerships duly organized under the laws of the Philippines and of which at
least seventy five percent (75%) of the interest belongs to citizens of the
Philippines;

9
(c) Corporations duly organized under the laws of the Philippines, and of which
at least seventy five percent (75%) of the outstanding capital stock belongs to
citizens of the Philippines;

(d) Cooperatives duly organized under the laws of the Philippines.

(e) Persons/entities forming themselves into a JV, i.e., a group of two (2) or more
persons/entities that intend to be jointly and severally responsible or liable for
a particular contract: Provided, however, that, in accordance with Letter of
Instructions No. 630, Filipino ownership or interest of the joint venture
concerned shall be at least seventy five percent (75%): Provided, further, that
joint ventures in which Filipino ownership or interest is less than seventy five
percent (75%) may be eligible where the structures to be built require the
application of techniques and/or technologies which are not adequately
possessed by a person/entity meeting the seventy five percent (75%) Filipino
ownership requirement: Provided, finally, that in the latter case, Filipino
ownership or interest shall not be less than twenty five percent (25%). For
this purpose, Filipino ownership or interest shall be based on the
contributions of each of the members of the joint venture as specified in their
JVA.

5.2. The Procuring Entity may also invite foreign bidders when provided for under any
Treaty or International or Executive Agreement as specified in the BDS.

5.3. Government owned or controlled corporations (GOCCs) may be eligible to


participate only if they can establish that they (a) are legally and financially
autonomous, (b) operate under commercial law, and (c) are not attached agencies of
the Procuring Entity.

5.4. (a) 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 Philippine Statistics Authority (PSA) consumer price index. However,
contractors under Small A and Small B categories without similar experience on the
contract to be bid may be allowed to bid if the cost of such contract is not more than
the Allowable Range of Contract Cost (ARCC) of their registration based on the
guidelines as prescribed by the PCAB.

(b) 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 BDS.

For this purpose, contracts similar to the Project shall be those described in the BDS.

5.5. The Bidder must submit a computation of its Net Financial Contracting Capacity
(NFCC), which must be at least equal to the ABC to be bid, calculated as follows:

NFCC = [(Current assets minus current liabilities) (15)] minus the value of all
outstanding or uncompleted portions of the projects under ongoing contracts,
including awarded contracts yet to be started coinciding with the contract for this
Project.

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

10
For purposes of computing the foreign bidders’ NFCC, the value of the current assets
and current liabilities shall be based on their audited financial statements prepared in
accordance with international financial reporting standards.

6. Bidder’s Responsibilities

6.1. The Bidder or its duly authorized representative shall submit a sworn statement in the
form prescribed in Section IX. Bidding Forms as required in ITB Clause 12.1(b)(iii).

6.2. The Bidder is responsible for the following:

(a) Having taken steps to carefully examine all of the Bidding Documents;

(b) Having acknowledged all conditions, local or otherwise, affecting the


implementation of the contract;

(c) Having made an estimate of the facilities available and needed for the
contract to be bid, if any;

(d) Having complied with its responsibility to inquire or secure


Supplemental/Bid Bulletin/s as provided under ITB Clause 10.4.

(e) Ensuring that it is not “blacklisted” or barred from bidding by the GoP or any
of its agencies, offices, corporations, or LGUs, including foreign
government/foreign or international financing institution whose blacklisting
rules have been recognized by the GPPB;

(f) Ensuring that each of the documents submitted in satisfaction of the bidding
requirements is an authentic copy of the original, complete, and all statements
and information provided therein are true and correct;

(g) Authorizing the HoPE or its duly authorized representative/s to verify all the
documents submitted;

(h) Ensuring that the signatory is the duly authorized representative of the
Bidder, and granted full power and authority to do, execute and perform any
and all acts necessary to participate, submit the bid, and to sign and execute
the ensuing contract, accompanied by the duly notarized Special Power of
Attorney, Board/Partnership Resolution, or Secretary’s Certificate, whichever
is applicable;

(i) Complying with the disclosure provision under Section 47 of RA 9184 and its
IRR in relation to other provisions of RA 3019;

(j) Complying with existing labor laws and standards, in the case of procurement
of services. Moreover, bidder undertakes to:

(i) Ensure the entitlement of workers to wages, hours of work, safety


and health and other prevailing conditions of work as established by
national laws, rules and regulations; or collective bargaining
agreement; or arbitration award, if and when applicable.

In case there is a finding by the Procuring Entity or the DOLE of


underpayment or non-payment of workers’ wage and wage-related
benefits, bidder agrees that the performance security or portion of the

11
contract amount shall be withheld in favor of the complaining
workers pursuant to appropriate provisions of Republic Act No. 9184
without prejudice to the institution of appropriate actions under the
Labor Code, as amended, and other social legislations.

(ii) Comply with occupational safety and health standards and to correct
deficiencies, if any.

In case of imminent danger, injury or death of the worker, bidder


undertakes to suspend contract implementation pending clearance to
proceed from the DOLE Regional Office and to comply with Work
Stoppage Order; and

(iii) Inform the workers of their conditions of work, labor clauses under
the contract specifying wages, hours of work and other benefits under
prevailing national laws, rules and regulations; or collective
bargaining agreement; or arbitration award, if and when applicable,
through posting in two (2) conspicuous places in the establishment’s
premises; and

(k) Ensuring that it 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;

Failure to observe any of the above responsibilities shall be at the risk of the Bidder
concerned.

6.3. The Bidder, by the act of submitting its bid, shall be deemed to have inspected the
site, determined the general characteristics of the contract works and the conditions
for this Project and examine all instructions, forms, terms, and project requirements in
the Bidding Documents.

6.4. It shall be the sole responsibility of the prospective bidder to determine and to satisfy
itself by such means as it considers necessary or desirable as to all matters pertaining
to this Project, including: (a) the location and the nature of the contract, project, or
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.

6.5. The Procuring Entity shall not assume any responsibility regarding erroneous
interpretations or conclusions by the prospective or eligible bidder out of the data
furnished by the procuring entity. However, the Procuring Entity shall ensure that all
information in the Bidding Documents, including supplemental/bid bulletins issued
are correct and consistent.

6.6. Before submitting their bids, the Bidders are deemed to have become familiar with all
existing laws, decrees, ordinances, acts and regulations of the Philippines which may
affect the contract in any way.

6.7. The Bidder shall bear all costs associated with the preparation and submission of his
bid, and the Procuring Entity will in no case be responsible or liable for those costs,
regardless of the conduct or outcome of the bidding process.

12
6.8. The Bidder should note that the Procuring Entity will accept bids only from those that
have paid the applicable fee for the Bidding Documents at the office indicated in the
Invitation to Bid.

7. Origin of Goods and Services

There is no restriction on the origin of Goods, or Contracting of Works or Services other than
those prohibited by a decision of the United Nations Security Council taken under Chapter
VII of the Charter of the United Nations.

8. Subcontracts

8.1. Unless otherwise specified in the BDS, the Bidder may subcontract portions of the
Works to an extent as may be approved by the Procuring Entity and stated in the
BDS. However, subcontracting of any portion shall not relieve the Bidder from any
liability or obligation that may arise from the contract for this Project.

8.2. Subcontractors must submit the documentary requirements under ITB Clause 12 and
comply with the eligibility criteria specified in the BDS. In the event that any
subcontractor is found by the Procuring Entity to be ineligible, the subcontracting of
such portion of the Works shall be disallowed.

8.3. The Bidder may identify the subcontractor to whom a portion of the Works will be
subcontracted at any stage of the bidding process or during contract implementation.
If the Bidder opts to disclose the name of the subcontractor during bid submission,
the Bidder shall include the required documents as part of the technical component of
its bid.

B. Contents of Bidding Documents

9. Pre-Bid Conference

9.1. (a) If so specified in the BDS, a pre-bid conference shall be held at the venue and on
the date indicated therein, to clarify and address the Bidders’ questions on the
technical and financial components of this Project.

(b) The pre-bid conference shall be held at least twelve (12) calendar days before the
deadline for the submission of and receipt of bids, but not earlier than seven (7)
calendar days from the posting of the Invitation to Bid/Bidding Documents in the
PhilGEPS website. If the Procuring Entity determines that, by reason of the method,
nature, or complexity of the contract to be bid, or when international participation
will be more advantageous to the GoP, a longer period for the preparation of bids is
necessary, the pre-bid conference shall be held at least thirty (30) calendar days
before the deadline for the submission and receipt of bids, as specified in the BDS.

9.2. Bidders are encouraged to attend the pre-bid conference to ensure that they
fully understand the Procuring Entity’s requirements. Non-attendance of the Bidder
will in no way prejudice its bid; however, the Bidder is expected to know the changes
and/or amendments to the Bidding Documents as recorded in the minutes of the pre-
bid conference and the Supplemental/Bid Bulletin. The minutes of the pre-bid
conference shall be recorded and prepared not later than five (5) calendar days after
the pre-bid conference. The minutes shall be made available to prospective bidders
not later than five (5) days upon written request.

13
9.3. Decisions of the BAC amending any provision of the bidding documents shall be
issued in writing through a Supplemental/Bid Bulletin at least seven (7) calendar days
before the deadline for the submission and receipt of bids.

10. Clarification and Amendment of Bidding Documents

10.1. Prospective bidders may request for clarification(s) on and/or interpretation of any
part of the Bidding Documents. Such a request must be in writing and submitted to
the Procuring Entity at the address indicated in the BDS at least ten (10) calendar
days before the deadline set for the submission and receipt of Bids.

10.2. The BAC shall respond to the said request by issuing a Supplemental/Bid Bulletin, to
be made available to all those who have properly secured the Bidding Documents, at
least seven (7) calendar days before the deadline for the submission and receipt of
Bids.

10.3. Supplemental/Bid Bulletins may also be issued upon the Procuring Entity’s initiative
for purposes of clarifying or modifying any provision of the Bidding Documents not
later than seven (7) calendar days before the deadline for the submission and receipt
of Bids. Any modification to the Bidding Documents shall be identified as an
amendment.

10.4 Any Supplemental/Bid Bulletin issued by the BAC shall also be posted in the
PhilGEPS and the website of the Procuring Entity concerned, if available, and at any
conspicuous place in the premises of the Procuring Entity concerned. It shall be the
responsibility of all Bidders who have properly secured the Bidding Documents to
inquire and secure Supplemental/Bid Bulletins that may be issued by the BAC.
However, Bidders who have submitted bids before the issuance of the
Supplemental/Bid Bulletin must be informed and allowed to modify or withdraw their
bids in accordance with ITB 23.

C. Preparation of Bids

11. Language of Bids

The eligibility requirements or statements, the bids, and all other documents to be submitted
to the BAC must be in English. If the eligibility requirements or statements, the bids, and all
other documents submitted to the BAC are in foreign language other than English, it must be
accompanied by a translation of the documents in English. The documents shall be translated
by the relevant foreign government agency, the foreign government agency authorized to
translate documents, or a registered translator in the foreign bidder’s country; and 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. The
English translation shall govern, for purposes of interpretation of the bid.

12. Documents Comprising the Bid: Eligibility and Technical Components

12.1. Unless otherwise indicated in the BDS, the first envelope shall contain the following
eligibility and technical documents:

(a) Eligibility Documents –

Class “A” Documents

14
(i) PhilGEPS Certificate of Registration and Membership in accordance
with Section 8.5.2 of the IRR, except for foreign bidders participating
in the procurement by a Philippine Foreign Service Office or Post,
which shall submit their eligibility documents under Section 23.1 of
the IRR, provided, that the winning bidder shall register with the
PhilGEPS in accordance with Section 37.1.4 of the IRR;

(ii) Statement 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

Statement of the Bidder’s SLCC similar to the contract to be bid, in


accordance with ITB Clause 5.4.

The two statements required shall indicate for each contract the
following:

(ii.1) name of the contract;

(ii.2) date of the contract;

(ii.3) contract duration;

(ii.4) owner’s name and address;

(ii.5) nature of work;

(ii.6) contractor’s role (whether sole contractor, subcontractor, or


partner in a JV) and percentage of participation;

(ii.7) total contract value at award;

(ii.8) date of completion or estimated completion time;

(ii.9) total contract value at completion, if applicable;

(ii.10) percentages of planned and actual accomplishments, if


applicable; and

(ii.11) value of outstanding works, if applicable.

The statement of the Bidder’s SLCC shall be supported by the Notice


of Award and/or Notice to Proceed, Project Owner’s Certificate of
Final Acceptance issued by the Owner other than the Contractor or
the Constructors Performance Evaluation System (CPES) Final
Rating, which must be at least satisfactory. In case of contracts with
the private sector, an equivalent document shall be submitted;

(iii) Unless otherwise provided in the BDS, a valid special PCAB License
in case of joint ventures, and registration for the type and cost of the
contract for this Project; and

(iv) NFCC computation in accordance with ITB Clause 5.5.

Class “B” Documents

15
(v) If applicable, Joint Venture Agreement (JVA) in accordance with RA
4566.

(b) Technical Documents –

(i) Bid security in accordance with ITB Clause 18. If the Bidder opts to
submit the bid security in the form of:

(i.1) a bank draft/guarantee or an irrevocable letter of credit issued


by a foreign bank, it shall be accompanied by a confirmation
from a Universal or Commercial Bank; or

(i.2) a surety bond accompanied by a certification coming from


the Insurance Commission that the surety or insurance
company is authorized to issue such instruments.

(ii) Project Requirements, which shall include the following:

(ii.1) Organizational chart for the contract to be bid;

(ii.2) List of contractor’s 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. These personnel must meet
the required minimum years of experience set in the BDS;
and

(ii.3) 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, which must meet the minimum
requirements for the contract set in the BDS; and

(iii) Sworn statement in accordance with Section 25.3 of the IRR of RA


9184 and using the form prescribed in Section IX. Bidding Forms.

13. Documents Comprising the Bid: Financial Component

13.1. Unless otherwise stated in the BDS, the financial component of the bid shall contain
the following:

(a) Financial Bid Form, which includes bid prices and the bill of quantities, in
accordance with ITB Clauses 15.1 and 15.3; and

(b) Any other document related to the financial component of the bid as stated in
the BDS.

13.2. (a) Unless otherwise stated in the BDS, all Bids that exceed the ABC shall not be
accepted.

(b) Unless otherwise indicated in the BDS, for foreign-funded procurement, a


ceiling may be applied to bid prices provided the following conditions are
met:

16
(i) Bidding Documents are obtainable free of charge on a freely accessible
website. If payment of Bidding Documents is required by the
procuring entity, payment could be made upon the submission of bids.

(ii) The procuring entity has procedures in place to ensure that the ABC is
based on recent estimates made by the engineer or the responsible unit
of the procuring entity and that the estimates are based on adequate
detailed engineering (in the case of infrastructure projects) and reflect
the quality, supervision and risk and inflationary factors, as well as
prevailing market prices, associated with the types of works or goods to
be procured.

(iii) The procuring entity has trained cost estimators on estimating prices and
analyzing bid variances. In the case of infrastructure projects, the
procuring entity must also have trained quantity surveyors.

(iv) The procuring entity has established a system to monitor and report bid
prices relative to ABC and engineer’s/procuring entity’s estimate.

(v) The procuring entity has established a monitoring and evaluation system
for contract implementation to provide a feedback on actual total costs
of goods and works.

14. Alternative Bids

14.1. Alternative Bids shall be rejected. For this purpose, alternative bid is an offer made
by a Bidder in addition or as a substitute to its original bid which may be included as
part of its original bid or submitted separately therewith for purposes of bidding. A
bid with options is considered an alternative bid regardless of whether said bid
proposal is contained in a single envelope or submitted in two (2) or more separate
bid envelopes.

14.2. 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.

14.3. Each Bidder shall submit only one Bid, either individually or as a partner in a JV. A
Bidder who submits or participates in more than one bid (other than as a
subcontractor if a subcontractor is permitted to participate in more than one bid) will
cause all the proposals with the Bidder’s participation to be disqualified. This shall be
without prejudice to any applicable criminal, civil and administrative penalties that
may be imposed upon the persons and entities concerned.

15. Bid Prices

15.1. The contract shall be for the whole Works, as described in ITB Clause 1.1 based on
the priced Bill of Quantities submitted by the Bidder.

15.2. The Bidder shall fill in rates and prices for all items of the Works described in the Bill
of Quantities. Bids not addressing or providing all of the required items in the
Bidding Documents including, where applicable, Bill of Quantities, shall be
considered non-responsive and, thus, automatically disqualified. In this regard, where
a required item is provided, but no price is indicated, the same shall be considered as
non-responsive, but specifying a zero (0) or a dash (-) for the said item would mean

17
that it is being offered for free to the Government, except those required by law or
regulations to be provided for.

15.3. All duties, taxes, and other levies payable by the Contractor under the Contract, or for
any other cause, prior to the deadline for submission of bids, shall be included in the
rates, prices, and total bid price submitted by the Bidder.

15.4. All bid prices for the given scope of work in the contract as awarded shall be
considered as fixed prices, and therefore not subject to price escalation during
contract implementation, except under extraordinary circumstances as specified in
GCC Clause 48. Upon the recommendation of the Procuring Entity, price escalation
may be allowed in extraordinary circumstances as may be determined by the National
Economic and Development Authority in accordance with the Civil Code of the
Philippines, and upon approval by the GPPB. Furthermore, in cases where the cost of
the awarded contract is affected by any applicable new laws, ordinances, regulations,
or other acts of the GoP, promulgated after the date of bid opening, a contract price
adjustment shall be made or appropriate relief shall be applied on a no loss-no gain
basis.

16. Bid Currencies

16.1. All bid prices shall be quoted in Philippine Pesos unless otherwise provided in the
BDS. However, for purposes of bid evaluation, bids denominated in foreign
currencies shall be converted to Philippine currency based on the exchange rate
prevailing on the day of the Bid Opening.

16.2. If so allowed in accordance with ITB Clause 16.1 the Procuring Entity for purposes
of bid evaluation and comparing the bid prices will convert the amounts in various
currencies in which the bid price is expressed to Philippine Pesos at the exchange rate
as published in the Bangko Sentral ng Pilipinas (BSP) reference rate bulletin on the
day of the bid opening.

16.3. Unless otherwise specified in the BDS, payment of the contract price shall be made in
Philippine Pesos.

17. Bid Validity

17.1. Bids shall remain valid for the period specified in the BDS which shall not exceed
one hundred twenty (120) calendar days from the date of the opening of bids.

17.2. In exceptional circumstances, prior to the expiration of the bid validity period, the
Procuring Entity may request Bidders to extend the period of validity of their bids.
The request and the responses shall be made in writing. The bid security described in
ITB Clause 18 should also be extended corresponding to the extension of the bid
validity period at the least. A Bidder may refuse the request without forfeiting its bid
security, but his bid shall no longer be considered for further evaluation and award. A
Bidder granting the request shall not be required or permitted to modify its bid.

18. Bid Security

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

18
Amount of Bid Security
Form of Bid Security (Not less than the Percentage of the
ABC)
(a) Cash or cashier’s/manager’s check
issued by a Universal or
Commercial Bank.

For biddings conducted by LGUs,


the cashier’s/manager’s check may
be issued by other banks certified by
the BSP as authorized to issue such
financial instrument.

(b) Bank draft/guarantee or irrevocable


letter of credit issued by a Universal
or Commercial Bank: Provided, Two percent (2%)
however, that it shall be confirmed
or authenticated by a Universal or
Commercial Bank, if issued by a
foreign bank.

For biddings conducted by LGUs,


the Bank Draft/ Guarantee, or
irrevocable letter of credit may be
issued by other banks certified by
the BSP as authorized to issue such
financial instrument.

(c) Surety bond callable upon demand


issued by a surety or insurance
company duly certified by the
Five percent (5%)
Insurance Commission as
authorized to issue such security;
and/or

The Bid Securing Declaration mentioned above is an undertaking which states,


among others, that the Bidder shall enter into contract with the procuring entity and
furnish the performance security required under ITB Clause 32.2, within ten (10)
calendar days from receipt of the Notice of Award, and commits to pay the
corresponding amount as fine, and be suspended for a period of time from being
qualified to participate in any government procurement activity in the event it violates
any of the conditions stated therein as provided in the guidelines issued by the GPPB.

18.2. The bid security should be valid for the period specified in the BDS. Any bid not
accompanied by an acceptable bid security shall be rejected by the Procuring Entity
as non-responsive.

18.3. No bid securities shall be returned to Bidders after the opening of bids and before
contract signing, except to those that failed or declared as post-disqualified, upon
submission of a written waiver of their right to file a request for reconsideration
and/or protest, or lapse of the reglementary period without having filed a request for
reconsideration or protest. Without prejudice on its forfeiture, Bid Securities shall be
returned only after the Bidder with the Lowest Calculated Responsive Bid (LCRB)

19
has signed the contract and furnished the Performance Security, but in no case later
than the expiration of the Bid Security validity period indicated in ITB 18.2.

18.4. Upon signing and execution of the contract, pursuant to ITB 31, and the posting of
the performance security, pursuant to ITB Clause 32, the successful Bidder’s Bid
Security will be discharged, but in no case later than the Bid Security validity period
as indicated in ITB 18.2.

18.5. The bid security may be forfeited:

(a) if a Bidder:

(i) withdraws its bid during the period of bid validity specified in ITB
Clause 17;

(ii) does not accept the correction of errors pursuant to ITB Clause 27.3
(b);

(iii) has a finding against the veracity of the required documents


submitted in accordance with ITB Clause 28.2;

(iv) submission of eligibility requirements containing false information or


falsified documents;

(v) submission of bids that contain false information or falsified


documents, or the concealment of such information in the bids in
order to influence the outcome of eligibility screening or any other
stage of the public bidding;

(vi) allowing the use of one’s name, or using the name of another for
purposes of public bidding;

(vii) withdrawal of a bid, or refusal to accept an award, or enter into


contract with the Government without justifiable cause, after the
Bidder had been adjudged as having submitted the LCRB;

(viii) refusal or failure to post the required performance security within the
prescribed time;

(ix) refusal to clarify or validate in writing its bid during post-


qualification within a period of seven (7) calendar days from receipt
of the request for clarification;

(x) any documented attempt by a Bidder to unduly influence the outcome


of the bidding in his favor;

(xi) failure of the potential joint venture partners to enter into the joint
venture after the bid is declared successful; or

(xii) all other acts that tend to defeat the purpose of the competitive
bidding, such as habitually withdrawing from bidding, submitting
late Bids or patently insufficient bid, for at least three (3) times
within a year, except for valid reasons.

(b) if the successful Bidder:

20
(i) fails to sign the contract in accordance with ITB Clause 31;

(ii) fails to furnish performance security in accordance with ITB Clause


32.

19. Format and Signing of Bids

19.1 Bidders shall submit their bids through their duly authorized representative using the
appropriate forms provided in Section IX. Bidding Forms on or before the deadline
specified in the ITB Clause 21 in two (2) separate sealed bid envelopes, and which
shall be submitted simultaneously. The first shall contain the technical component of
the bid, including the eligibility requirements under ITB Clause 12.1, and the second
shall contain the financial component of the bid. This shall also be observed for each
lot in the case of lot procurement.

19.2 Forms as mentioned in ITB Clause 19.1 must be completed without any alterations to
their format, and no substitute form shall be accepted. All blank spaces shall be filled
in with the information requested.

19.3 The Bidder shall prepare and submit an original of the first and second envelopes as
described in ITB Clauses 12 and 13. In addition, the Bidder shall submit copies of
the first and second envelopes. In the event of any discrepancy between the original
and the copies, the original shall prevail.

19.4 Each and every page of the Bid Form, including the Bill of Quantities, under Section
IX hereof, shall be signed by the duly authorized representative/s of the Bidder.
Failure to do so shall be a ground for the rejection of the bid.

19.5 Any interlineations, erasures, or overwriting shall be valid only if they are signed or
initialed by the duly authorized representative/s of the Bidder.

20. Sealing and Marking of Bids

20.1. Bidders shall enclose their original eligibility and technical documents described in
ITB Clause 12, in one sealed envelope marked “ORIGINAL - TECHNICAL
COMPONENT,” and the original of their financial component in another sealed
envelope marked “ORIGINAL - FINANCIAL COMPONENT,” sealing them all in
an outer envelope marked “ORIGINAL BID.”

20.2. Each copy of the first and second envelopes shall be similarly sealed duly marking
the inner envelopes as “COPY NO. ___ - TECHNICAL COMPONENT” and “COPY
NO. ___ – FINANCIAL COMPONENT” and the outer envelope as “COPY NO.
___,” respectively. These envelopes containing the original and the copies shall then
be enclosed in one single envelope.

20.3. The original and the number of copies of the bid as indicated in the BDS shall be
typed or written in ink and shall be signed by the Bidder or its duly authorized
representative/s.

20.4. All envelopes shall:

(a) contain the name of the contract to be bid in capital letters;

(b) bear the name and address of the Bidder in capital letters;

21
(c) be addressed to the Procuring Entity’s BAC in accordance with ITB Clause
20.1;

(d) bear the specific identification of this bidding process indicated in the ITB
Clause 1.2; and

(e) bear a warning “DO NOT OPEN BEFORE…” the date and time for the
opening of bids, in accordance with ITB Clause 21.

20.5. Bid envelopes that are not properly sealed and marked, as required in the bidding
documents, shall not be rejected, but the Bidder or its duly authorized representative
shall acknowledge such condition of the bid as submitted. The BAC or the Procuring
Entity shall assume no responsibility for the misplacement of the contents of the
improperly sealed or marked bid, or for its premature opening.

D. Submission and Opening of Bids

21. Deadline for Submission of Bids

Bids must be received by the Procuring Entity’s BAC at the address and on or before the date
and time indicated in the BDS.

22. Late Bids

Any bid submitted after the deadline for submission and receipt of bids prescribed by the
Procuring Entity, pursuant to ITB Clause 21, shall be declared “Late” and shall not be
accepted by the Procuring Entity. The BAC shall record in the minutes of Bid Submission and
Opening, the Bidder’s name, its representative and the time the late bid was submitted.

23. Modification and Withdrawal of Bids

23.1. The Bidder may modify its bid after it has been submitted; provided that the
modification is received by the Procuring Entity prior to the deadline prescribed for
submission and receipt of bids. The Bidder shall not be allowed to retrieve its original
bid, but shall be allowed to submit another bid equally sealed and properly identified
in accordance with Clause 20, linked to its original bid marked as “TECHNICAL
MODIFICATION” or “FINANCIAL MODIFICATION” and stamped “received” by
the BAC. Bid modifications received after the applicable deadline shall not be
considered and shall be returned to the Bidder unopened.

23.2. A Bidder may, through a Letter of Withdrawal, withdraw its bid after it has been
submitted, for valid and justifiable reason; provided that the Letter of Withdrawal is
received by the Procuring Entity prior to the deadline prescribed for submission and
receipt of bids. The Letter of Withdrawal must be executed by the authorized
representative of the Bidder identified in the Omnibus Sworn Statement, a copy of
which should be attached to the letter.

23.3. Bids requested to be withdrawn in accordance with ITB Clause 23.1 shall be returned
unopened to the Bidders. A Bidder, who has acquired the bidding documents may
also express its intention not to participate in the bidding through a letter which
should reach and be stamped by the BAC before the deadline for submission and
receipt of bids. A Bidder that withdraws its bid shall not be permitted to submit
another bid, directly or indirectly, for the same contract.

22
23.4. No bid may be modified after the deadline for submission of bids. No bid may be
withdrawn in the interval between the deadline for submission of bids and the
expiration of the period of bid validity specified by the Bidder on the Financial Bid
Form. Withdrawal of a bid during this interval shall result in the forfeiture of the
Bidder’s bid security, pursuant to ITB Clause 18.5, and the imposition of
administrative, civil, and criminal sanctions as prescribed by RA 9184 and its IRR.

24. Opening and Preliminary Examination of Bids

24.1. The BAC shall open the Bids in public, immediately after the deadline for the
submission and receipt of bids in public, as specified in the BDS. In case the Bids
cannot be opened as scheduled due to justifiable reasons, the BAC shall take custody
of the Bids submitted and reschedule the opening of Bids on the next working day or
at the soonest possible time through the issuance of a Notice of Postponement to be
posted in the PhilGEPS website and the website of the Procuring Entity concerned.

24.2. Unless otherwise specified in the BDS, the BAC shall open the first bid envelopes
and determine each Bidder’s compliance with the documents prescribed in ITB
Clause 12, using a non-discretionary “pass/fail” criterion. If a Bidder submits the
required document, it shall be rated “passed” for that particular requirement. In this
regard, bids that fail to include any requirement or are incomplete or patently
insufficient shall be considered as “failed”. Otherwise, the BAC shall rate the said
first bid envelope as “passed”.

24.3. Unless otherwise specified in the BDS, immediately after determining compliance
with the requirements in the first envelope, the BAC shall forthwith open the second
bid envelope of each remaining eligible Bidder whose first bid envelope was rated
“passed.” The second envelope of each complying Bidder shall be opened within the
same day. In case one or more of the requirements in the second envelope of a
particular bid is missing, incomplete or patently insufficient, and/or if the submitted
total bid price exceeds the ABC unless otherwise provided in ITB Clause 13.2, the
BAC shall rate the bid concerned as “failed.” Only bids that are determined to contain
all the bid requirements for both components shall be rated “passed” and shall
immediately be considered for evaluation and comparison.

24.4. Letters of Withdrawal shall be read out and recorded during bid opening, and the
envelope containing the corresponding withdrawn bid shall be returned to the Bidder
unopened.

24.5. All members of the BAC who are present during bid opening shall initial every page
of the original copies of all bids received and opened.

24.6. In the case of an eligible foreign bidder as described in ITB , the following Class “A”
Documents may be substituted with the appropriate equivalent documents, if any,
issued by the country of the foreign bidder concerned, which shall likewise be
uploaded and maintained in the PhilGEPS in accordance with Section 8.5.2 of the
IRR.:

a) Registration certificate from the Securities and Exchange Commission (SEC),


Department of Trade and Industry (DTI) for sole proprietorship, or CDA for
cooperatives;

b) Mayor’s/Business permit issued by the local government where the principal


place of business of the Bidder is located; and

23
c) Audited Financial Statements showing, among others, the prospective Bidder’s
total and current assets and liabilities stamped “received” by the Bureau of
Internal Revenue or its duly accredited and authorized institutions, for the
preceding calendar year which should not be earlier than two years from the date
of bid submission.

24.7. Each partner of a joint venture agreement shall likewise submit the document
required in ITB Clause 12.1(a)(i). Submission of documents required under ITB
Clauses 12.1(a)(ii) to 12.1(a)(iv) by any of the joint venture partners constitutes
compliance.

24.8. The Procuring Entity shall prepare the minutes of the proceedings of the bid opening
that shall include, as a minimum: (a) names of Bidders, their bid price (per lot, if
applicable, and/or including discount, if any), bid security, findings of preliminary
examination, and whether there is a withdrawal or modification; and (b) attendance
sheet. The BAC members shall sign the abstract of bids as read.

24.8. The Bidders or their duly authorized representatives may attend the opening of bids.
The BAC shall ensure the integrity, security, and confidentiality of all submitted bids.
The Abstract of Bids as read and the minutes of the Bid Opening shall be made
available to the public upon written request and payment of a specified fee to recover
cost of materials.

24.9 To ensure transparency and accurate representation of the bid submission, the BAC
Secretariat shall notify in writing all Bidders whose bids it has received through its
PhilGEPS-registered physical address or official e-mail address. The notice shall be
issued within seven (7) calendar days from the date of the bid opening.

E. Evaluation and Comparison of Bids

25. Process to be Confidential

25.1. Members of the BAC, including its staff and personnel, as well as its Secretariat and
TWG, are prohibited from making or accepting any kind of communication with any
Bidder regarding the evaluation of their bids until the issuance of the Notice of
Award, unless otherwise allowed in the case of ITB Clause 26.

25.2. Any effort by a Bidder to influence the Procuring Entity in the Procuring Entity’s
decision in respect of bid evaluation, bid comparison or contract award will result in
the rejection of the Bidder’s bid.

26. Clarification of Bids

To assist in the evaluation, comparison and post-qualification of the bids, the Procuring Entity
may ask in writing any Bidder for a clarification of its bid. All responses to requests for
clarification shall be in writing. Any clarification submitted by a Bidder in respect to its bid
and that is not in response to a request by the Procuring Entity shall not be considered

27. Detailed Evaluation and Comparison of Bids

27.1. The Procuring Entity will undertake the detailed evaluation and comparison of Bids
which have passed the opening and preliminary examination of Bids, pursuant to ITB
Clause 24, in order to determine the Lowest Calculated Bid.

27.2. The Lowest Calculated Bid shall be determined in two steps:

24
(a) The detailed evaluation of the financial component of the bids, to establish
the correct calculated prices of the bids; and

(b) The ranking of the total bid prices as so calculated from the lowest to highest.
The bid with the lowest price shall be identified as the Lowest Calculated
Bid.

27.3. The Procuring Entity's BAC shall immediately conduct a detailed evaluation of all
bids rated “passed,” using non-discretionary “pass/fail” criterion. The BAC shall
consider the following in the evaluation of bids:

(a) Completeness of the bid. Unless the BDS allows partial bids, bids not
addressing or providing all of the required items in the Schedule of
Requirements including, where applicable, bill of quantities, shall be
considered non-responsive and, thus, automatically disqualified. In this
regard, where a required item is provided, but no price is indicated, the same
shall be considered as non-responsive, but specifying a zero (0) or a dash (-)
for the said item would mean that it is being offered for free to the Procuring
Entity, except those required by law or regulations to be provided for; and

(b) Arithmetical corrections. Consider computational errors and omissions to


enable proper comparison of all eligible bids. It may also consider bid
modifications. Any adjustment shall be calculated in monetary terms to
determine the calculated prices.

27.4. Based on the detailed evaluation of bids, those that comply with the above-mentioned
requirements shall be ranked in the ascending order of their total calculated bid
prices, as evaluated and corrected for computational errors, discounts and other
modifications, to identify the Lowest Calculated Bid. Total calculated bid prices, as
evaluated and corrected for computational errors, discounts and other modifications,
which exceed the ABC shall not be considered, unless otherwise indicated in the
BDS.

27.5. The Procuring Entity’s evaluation of bids shall be based on the bid price quoted in the
Bid Form, which includes the Bill of Quantities.

27.6. Bids shall be evaluated on an equal footing to ensure fair competition. For this
purpose, all Bidders shall be required to include in their bids the cost of all taxes, such
as, but not limited to, value added tax (VAT), income tax, local taxes, and other fiscal
levies and duties which shall be itemized in the bid form and reflected in the detailed
estimates. Such bids, including said taxes, shall be the basis for bid evaluation and
comparison.

27.7. If so indicated pursuant to ITB Clause 1.2. Bids are being invited for individual lots
or for any combination thereof, provided that all Bids and combinations of Bids 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 prices quoted shall correspond to all of the requirements
specified for each lot. Bid Security as required by ITB Clause 18 shall be submitted
for each contract (lot) separately. The basis for evaluation of lots is specified in BDS
Clause 27.3.

28. Post Qualification

25
28.1. The BAC shall determine to its satisfaction whether the Bidder that is evaluated as
having submitted the Lowest Calculated Bid complies with and is responsive to all
the requirements and conditions specified in ITB Clauses 5, 12, and 13.

28.2. 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.

Failure to submit any of the post-qualification requirements on time, or a finding


against the veracity thereof, shall disqualify the Bidder for award. Provided in the
event that a finding against the veracity of any of the documents submitted is made, it
shall cause the forfeiture of the bid security in accordance with Section 69 of the IRR
of RA 9184.

28.3. The determination shall be based upon an examination of the documentary evidence
of the Bidder’s qualifications submitted pursuant to ITB Clauses 12 and 13 , as well
as other information as the Procuring Entity deems necessary and appropriate, using a
non-discretionary “pass/fail” criterion, which shall be completed within a period of
twelve (12) calendar days.

28.4. If the BAC determines that the Bidder with the Lowest Calculated Bid passes all the
criteria for post-qualification, it shall declare the said bid as the LCRB, and
recommend to the HoPE the award of contract to the said Bidder at its submitted
price or its calculated bid price, whichever is lower, subject to ITB Clause 30.3.

28.5. A negative determination shall result in rejection of the Bidder’s bid, in which event
the Procuring Entity shall proceed to the next Lowest Calculated Bid, with a fresh
period to make a similar determination of that Bidder’s capabilities to perform
satisfactorily. If the second Bidder, however, fails the post qualification, the
procedure for post qualification shall be repeated for the Bidder with the next Lowest
Calculated Bid, and so on until the LCRB is determined for recommendation of
contract award.

28.6. Within a period not exceeding fifteen (15) calendar days from the determination by
the BAC of the LCRB and the recommendation to award the contract, the HoPE or
his duly authorized representative shall approve or disapprove the said
recommendation.

28.7. In the event of disapproval, which shall be based on valid, reasonable, and justifiable
grounds as provided for under Section 41 of the IRR of RA 9184, the HoPE shall
notify the BAC and the Bidder in writing of such decision and the grounds for it.
When applicable, the BAC shall conduct a post-qualification of the Bidder with the
next Lowest Calculated Bid. A request for reconsideration may be filed by the Bidder
with the HoPE in accordance with Section 37.1.3 of the IRR of RA 9184.

29. Reservation Clause

29.1. Notwithstanding the eligibility or post-qualification of a Bidder, the Procuring Entity


concerned reserves the right to review its qualifications at any stage of the
procurement process if it has reasonable grounds to believe that a misrepresentation
has been made by the said Bidder, or that there has been a change in the Bidder’s
capability to undertake the project from the time it submitted its eligibility
requirements. Should such review uncover any misrepresentation made in the

26
eligibility and bidding requirements, statements or documents, or any changes in the
situation of the Bidder which will affect its capability to undertake the project so that
it fails the preset eligibility or bid evaluation criteria, the Procuring Entity shall
consider the said Bidder as ineligible and shall disqualify it from submitting a bid or
from obtaining an award or contract.

29.2. Based on the following grounds, the Procuring Entity reserves the right to reject any
and all Bids, declare a Failure of Bidding at any time prior to the contract award, or
not to award the contract, without thereby incurring any liability, and make no
assurance that a contract shall be entered into as a result of the bidding:

(a) If there is prima facie evidence of collusion between appropriate public


officers or employees of the Procuring Entity, or between the BAC and any
of the Bidders, or if the collusion is between or among the Bidders
themselves, or between a Bidder and a third party, including any act which
restricts, suppresses or nullifies or tends to restrict, suppress or nullify
competition;

(b) If the Procuring Entity’s BAC is found to have failed in following the
prescribed bidding procedures; or

(c) For any justifiable and reasonable ground where the award of the contract
will not redound to the benefit of the GOP as follows:

(i) If the physical and economic conditions have significantly changed


so as to render the project no longer economically, financially or
technically feasible as determined by the HoPE;

(ii) If the project is no longer necessary as determined by the HoPE; and

(iii) If the source of funds for the project has been withheld or reduced
through no fault of the Procuring Entity.

29.3. In addition, the Procuring Entity may likewise declare a failure of bidding when:

(a) No bids are received;

(b) All prospective Bidders are declared ineligible;

(c) All bids fail to comply with all the bid requirements, fail post-qualification;
or

(d) The Bidder with the LCRB refuses, without justifiable cause, to accept the
award of contract, and no award is made in accordance with Section 40 of the
IRR of RA 9184.

F. Award of Contract

30. Contract Award

30.1. Subject to ITB Clause 28, the HoPE or its duly authorized representative shall award
the contract to the Bidder whose bid has been determined to be the LCRB.

30.2. Prior to the expiration of the period of bid validity, the Procuring Entity shall notify
the successful Bidder in writing that its bid has been accepted, through a Notice of

27
Award duly received by the Bidder or its representative personally or by registered
mail or electronically, receipt of which must be confirmed in writing within two (2)
days by the Bidder with the LCRB and submitted personally or sent by registered
mail or electronically to the Procuring Entity.

30.3. Notwithstanding the issuance of the Notice of Award, award of contract shall be
subject to the following conditions:

(a) Submission of the following documents within ten (10) calendar days from
receipt of the Notice of Award:

(i) In the case of procurement by a Philippine Foreign Service Office or


Post, the PhilGEPS Registration Number of the winning foreign
Bidder; or

(ii) Valid PCAB license and registration for the type and cost of the
contract to be bid for foreign bidders when the Treaty or International
or Executive Agreement expressly allows submission of the PCAB
license and registration for the type and cost of the contract to be bid
as a pre-condition to the Award;

(b) Posting of the performance security in accordance with ITB Clause 32;

(c) Signing of the contract as provided in ITB Clause 31; and

(d) Approval by higher authority, if required, as provided in Section 37.3 of the


IRR of RA 9184.

31. Signing of the Contract

31.1. At the same time as the Procuring Entity notifies the successful Bidder that its bid has
been accepted, the Procuring Entity shall send the Contract Form to the Bidder, which
Contract has been provided in the Bidding Documents, incorporating therein all
agreements between the parties.

31.2. Within ten (10) calendar days from receipt of the Notice of Award, the successful
Bidder shall post the required performance security, sign and date the contract and
return it to the Procuring Entity.

31.3. The Procuring Entity shall enter into contract with the successful Bidder within the
same ten (10) calendar day period provided that all the documentary requirements are
complied with.

31.4. The following documents shall form part of the contract:

(a) Contract Agreement;

(b) Bidding Documents;

(c) Winning Bidder’s bid, including the Technical and Financial Proposals, and
all other documents/statements 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;

(d) Performance Security;

28
(e) Notice of Award of Contract; and

(f) Other contract documents that may be required by existing laws and/or
specified in the BDS.

32. Performance Security

32.1. To guarantee the faithful performance by the winning Bidder of its obligations under
the contract, it shall post a performance security within a maximum period of ten (10)
calendar days from the receipt of the Notice of Award from the Procuring Entity and
in no case later than the signing of the contract.

32.2. The Performance Security shall be denominated in Philippine Pesos and posted in
favor of the Procuring Entity in an amount not less than the percentage of the total
contract price in accordance with the following schedule:

Amount of Performance Security


Form of Performance Security (Not less than the Percentage of the
Total Contract Price)
(a) Cash or cashier’s/manager’s check
issued by a Universal or
Commercial Bank.

For biddings conducted by the


LGUs, the Cashier’s/Manager’s
Check may be issued by other
banks certified by the BSP as
authorized to issue such financial
instrument.
(b) Bank draft/guarantee or
irrevocable letter of credit issued Ten percent (10%)
by a Universal or Commercial
Bank: Provided, however, that it
shall be confirmed or authenticated
by a Universal or Commercial
Bank, if issued by a foreign bank.

For biddings conducted by the


LGUs, Bank Draft/Guarantee, or
Irrevocable Letter of Credit may
be issued by other banks certified
by the BSP as authorized to issue
such financial instrument.
(c) Surety bond callable upon demand
issued by a surety or insurance Thirty percent (30%)
company duly certified by the
Insurance Commission as
authorized to issue such security.

32.3. Failure of the successful Bidder to comply with the above-mentioned requirement
shall constitute sufficient ground for the annulment of the award and forfeiture of the
bid security, in which event the Procuring Entity shall have a fresh period to initiate
and complete the post qualification of the second Lowest Calculated Bid. The
procedure shall be repeated until LCRB is identified and selected for recommendation

29
of contract award. However if no Bidder passed post-qualification, the BAC shall
declare the bidding a failure and conduct a re-bidding with re-advertisement, if
necessary.

33. Notice to Proceed

Within seven (7) calendar days from the date of approval of the Contract by the appropriate
government approving authority, the Procuring Entity shall issue the Notice to Proceed (NTP)
together with a copy or copies of the approved contract to the successful Bidder. All notices
called for by the terms of the contract shall be effective only at the time of receipt thereof by
the successful Bidder.

34. Protest Mechanism

Decision of the procuring entity at any stage of the procurement process may be questioned in
accordance with Sections 55 of the IRR of RA 9184.

30
Section III. Bid Data Sheet

31
Bid Data Sheet
ITB Clause
The Procuring Entity is Philippine Science High School-Bicol Region Campus
1.1
The name of the Contract is Construction of Academic Building III

The identification number of the Contract is

2 The Funding Source is:

The Government of the Philippines (GoP) through General Appropriations Act (GAA)
2017 in the amount of Thirty Seven Million Seven Hundred Twenty Thousand
Pesos (P 37,720,000.00)

The name of the Project is

3.1 No further instructions.

5.1 No further instructions.

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

5.4 (a) No further instructions.

5.4 (b)
For this purpose, similar contracts shall refer to contracts which have the same
major categories of work. Three-storey Academic Building.

8.1 “Subcontracting is not allowed.

8.2 “Not applicable.”

9.1 The Procuring Entity will hold a pre-bid conference for this Project on September 12,
2017, 10:00 AM at Seminar Hall, Administration Building, Philippine Science High
School –Bicol Region Campus.

10.1 The Procuring Entity’s address is:

Philippine Science High School-Bicol Region Campus


Tagongtong, Goa, Camarines Sur
Telefax: ( 054) 453-20-48
Cell phone 09175801316
Email Address: bac@brc.pshs.edu.ph

Contact Person: SEVEDEO J. MALATE


BAC Chairperson
10.4 No further instructions.

12.1 No further instructions.

12.1 (a)(iii) No further instructions.

32
12.1(b)(ii.2) The minimum work experience requirements for key personnel are the following:

Key Personnel General Experience Relevant Experience

12.1(b)(iii.3) The minimum major equipment requirements are the following:

Equipment Capacity Number of Units

13.1 “No additional Requirements”

13.1(b) This shall include all of the following documents:

1) Bid prices in the Bill of Quantities;

2) Detailed estimates, including a summary sheet indicating the unit prices of


construction materials, labor rates, and equipment rentals used in coming up
with the Bid; and

3) Cash flow by quarter or payment schedule.

13.2
The ABC is Thirty Seven Million Seven Hundred Twenty Thousand Pesos (P
37,720,000.00). Any bid with a financial component exceeding this amount shall not be
accepted.

14.2 “No further instructions.”

15.4 No further instruction.

16.1 The bid prices shall be quoted in Philippine Pesos.

16.3 No further instructions.

17.1 Bids will be valid until 120 calendar days

18.1 The bid security shall be in the form of a Bid Securing Declaration or any of the
following forms and amounts:

1. The amount of not less than P 754,400.00 (2% of ABC), if bid security is in cash,
cashier’s/manager’s check, bank draft/guarantee or irrevocable letter of credit;

2. The amount of not less than P 1,886,000.00 (/ 5% of ABC), if bid security is in


Surety Bond.

18.2 The bid security shall be valid until 120 calendar days.

20.3 Each Bidder shall submit [1] original and [3] copies of the first and second components
of its bid.

21 The address for submission of bids is

Philippine Science High School – Bicol Region Campus

33
Tagongtong, Goa, Camarines Sur

The deadline for submission of bids is September 25, 2017 at 10:00 in the morning.

24.1 The place of bid opening is

Philippine Science High School – Bicol Region Campus


Tagongtong, Goa, Camarines Sur

The date and time of bid opening is September 25, 2017 at 10:05 in the morning.

24.2 No further instructions.

24.3 No further instructions.

27.3
Partial bid is not allowed. The infrastructure project is packaged in a single lot and the
lot shall not be divided into sub-lots for the purpose of bidding, evaluation, and contract
award.

27.4 No further instructions.

28.2
Valid PCAB License for Size Range–Medium A, License Category –B,
General Building.
31.4 (f) List additional contract documents relevant to the Project that may be required
by existing laws and/or the Procuring Entity, such as construction schedule and
S-curve, manpower schedule, construction methods, equipment utilization
schedule, construction safety and health program approved by the Department
of Labor and Employment, and PERT/CPM or other acceptable tools of project
scheduling.

34
Section IV. General Conditions of
Contract

35
1. Definitions

For purposes of this Clause, boldface type is used to identify defined terms.

1.1. The Arbiter is the person appointed jointly by the Procuring Entity and the
Contractor to resolve disputes in the first instance, as provided for in GCC Clause 21.

1.2. Bill of Quantities refers to a list of the specific items of the Work and their
corresponding unit prices, lump sums, and/or provisional sums.

1.3. The Completion Date is the date of completion of the Works as certified by the
Procuring Entity’s Representative, in accordance with GCC Clause 49.

1.4. The Contract is the contract between the Procuring Entity and the Contractor to
execute, complete, and maintain the Works.

1.5 The Contract Effectivity Date is the date of signing of the Contract. However, the
contractor shall commence execution of the Works on the Start Date as defined in
GCC Clause 1.28.

1.6 The Contract Price is the price stated in the Notice of Award and thereafter to be
paid by the Procuring Entity to the Contractor for the execution of the Works in
accordance with this Contract

1.7 Contract Time Extension is the allowable period for the Contractor to complete the
Works in addition to the original Completion Date stated in this Contract.

1.8 The Contractor is the juridical entity whose proposal has been accepted by the
Procuring Entity and to whom the Contract to execute the Work was awarded.

1.9 The Contractor’s Bid is the signed offer or proposal submitted by the Contractor to
the Procuring Entity in response to the Bidding Documents.

1.10 Days are calendar days; months are calendar months.

1.11 Dayworks are varied work inputs subject to payment on a time basis for the
Contractor’s employees and Equipment, in addition to payments for associated
Materials and Plant.

1.12 A Defect is any part of the Works not completed in accordance with the Contract.

1.13 The Defects Liability Certificate is the certificate issued by Procuring Entity’s
Representative upon correction of defects by the Contractor.

1.14 The Defects Liability Period is the one year period between contract completion and
final acceptance within which the Contractor assumes the responsibility to undertake
the repair of any damage to the Works at his own expense.

1.15 Drawings are graphical presentations of the Works. They include all supplementary
details, shop drawings, calculations, and other information provided or approved for
the execution of this Contract.

36
1.16 Equipment refers to all facilities, supplies, appliances, materials or things required
for the execution and completion of the Work provided by the Contractor and which
shall not form or are not intended to form part of the Permanent Works.

1.17 The Intended Completion Date refers to the date specified in the SCC when the
Contractor is expected to have completed the Works. The Intended Completion Date
may be revised only by the Procuring Entity’s Representative by issuing an extension
of time or an acceleration order.

1.18 Materials are all supplies, including consumables, used by the Contractor for
incorporation in the Works.

1.19 The Notice to Proceed is a written notice issued by the Procuring Entity or the
Procuring Entity’s Representative to the Contractor requiring the latter to begin the
commencement of the work not later than a specified or determinable date.

1.20 Permanent Works are all permanent structures and all other project features and
facilities required to be constructed and completed in accordance with this Contract
which shall be delivered to the Procuring Entity and which shall remain at the Site
after the removal of all Temporary Works.

1.21 Plant refers to the machinery, apparatus, and the like intended to form an integral part
of the Permanent Works.

1.22 The Procuring Entity is the party who employs the Contractor to carry out the
Works stated in the SCC.

1.23 The Procuring Entity’s Representative refers to the Head of the Procuring Entity or
his duly authorized representative, identified in the SCC, who shall be responsible for
supervising the execution of the Works and administering this Contract.

1.24 The Site is the place provided by the Procuring Entity where the Works shall be
executed and any other place or places which may be designated in the SCC, or
notified to the Contractor by the Procuring Entity’s Representative as forming part of
the Site.

1.25 Site Investigation Reports are those that were included in the Bidding Documents
and are factual and interpretative reports about the surface and subsurface conditions
at the Site.

1.26 Slippage is a delay in work execution occurring when actual accomplishment falls
below the target as measured by the difference between the scheduled and actual
accomplishment of the Work by the Contractor as established from the work
schedule. This is actually described as a percentage of the whole Works.

1.27 Specifications means the description of Works to be done and the qualities of
materials to be used, the equipment to be installed and the mode of construction.

1.28 The Start Date, as specified in the SCC, is the date when the Contractor is obliged to
commence execution of the Works. It does not necessarily coincide with any of the
Site Possession Dates.

1.29 A Subcontractor is any person or organization to whom a part of the Works has been
subcontracted by the Contractor, as allowed by the Procuring Entity, but not any
assignee of such person.

37
1.30 Temporary Works are works designed, constructed, installed, and removed by the
Contractor that are needed for construction or installation of the Permanent Works.

1.31 Work(s) refer to the Permanent Works and Temporary Works to be executed by the
Contractor in accordance with this Contract, including (i) the furnishing of all labor,
materials, equipment and others incidental, necessary or convenient to the complete
execution of the Works; (ii) the passing of any tests before acceptance by the
Procuring Entity’s Representative; (iii) and the carrying out of all duties and
obligations of the Contractor imposed by this Contract as described in the SCC.

2. Interpretation

2.1. In interpreting the Conditions of Contract, singular also means plural, male also
means female or neuter, and the other way around. Headings have no significance.
Words have their normal meaning under the language of this Contract unless
specifically defined. The Procuring Entity’s Representative will provide instructions
clarifying queries about the Conditions of Contract.

2.2. If sectional completion is specified in the SCC, references in the Conditions of Contract
to the Works, the Completion Date, and the Intended Completion Date apply to any
Section of the Works (other than references to the Completion Date and Intended
Completion Date for the whole of the Works).

2.3. The documents forming this Contract shall be interpreted in the following order of
priority:

a) Contract Agreement;

b) Bid Data Sheet;

c) Instructions to Bidders;

d) Addenda to the Bidding Documents;

e) Special Conditions of Contract;

f) General Conditions of Contract;

g) Specifications;

h) Bill of Quantities; and

i) Drawings.

3. Governing Language and Law

3.1. This Contract has been executed in the English language, which shall be the binding
and controlling language for all matters relating to the meaning or interpretation of
this Contract. All correspondence and other documents pertaining to this Contract
which are exchanged by the parties shall be written in English.

3.2. This Contract shall be interpreted in accordance with the laws of the Republic of the
Philippines.

4. Communications

38
Communications between parties that are referred to in the Conditions shall be effective only
when in writing. A notice shall be effective only when it is received by the concerned party.

5. Possession of Site

5.1. On the date specified in the SCC, the Procuring Entity shall grant the Contractor
possession of so much of the Site as may be required to enable it to proceed with 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.

5.2. If possession of a portion is not given by the date stated in the SCC Clause 5.1, 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 shall be in
accordance with GCC Clause 47.

5.3. The Contractor shall bear all costs and charges for special or temporary right-of-way
required by it in connection with access to the Site. The Contractor shall also provide
at his own cost any additional facilities outside the Site required by it for purposes of
the Works.

5.4. The Contractor shall allow the Procuring Entity’s Representative and any person
authorized by the Procuring Entity’s Representative access to the Site and to any
place where work in connection with this Contract is being carried out or is intended
to be carried out.

6. The Contractor’s Obligations

6.1. The Contractor shall carry out the Works properly and in accordance with this
Contract. The Contractor shall provide all supervision, labor, Materials, Plant and
Contractor's Equipment, which may be required. All Materials and Plant on Site shall
be deemed to be the property of the Procuring Entity.

6.2. The Contractor shall commence execution of the Works on the Start Date and shall
carry out the Works in accordance with the Program of Work submitted by the
Contractor, as updated with the approval of the Procuring Entity’s Representative,
and complete them by the Intended Completion Date.

6.3. The Contractor shall be responsible for the safety of all activities on the Site.

6.4. The Contractor shall carry out all instructions of the Procuring Entity’s
Representative that comply with the applicable laws where the Site is located.

6.5. The Contractor shall employ the key personnel named in the Schedule of Key
Personnel, as referred to in the SCC, to carry out the supervision of the Works. The
Procuring Entity will approve any proposed replacement of key personnel only if
their relevant qualifications and abilities are equal to or better than those of the
personnel listed in the Schedule.

6.6. If the Procuring Entity’s Representative asks the Contractor to remove a member of
the Contractor’s staff or work force, for justifiable cause, the Contractor shall ensure
that the person leaves the Site within seven (7) days and has no further connection
with the Work in this Contract.

39
6.7. During Contract implementation, the Contractor and his subcontractors shall abide at
all times by all labor laws, including child labor related enactments, and other
relevant rules.

6.8. The Contractor shall submit to the Procuring Entity for consent the name and
particulars of the person authorized to receive instructions on behalf of the
Contractor.

6.9. The Contractor shall cooperate and share the Site with other contractors, public
authorities, utilities, and the Procuring Entity between the dates given in the schedule
of other contractors particularly when they shall require access to the Site. The
Contractor shall also provide facilities and services for them during this period. The
Procuring Entity may modify the schedule of other contractors, and shall notify the
Contractor of any such modification thereto.

6.10. Should anything of historical or other interest or of significant value be unexpectedly


discovered on the Site, it shall be the property of the Procuring Entity. The
Contractor shall notify the Procuring Entity’s Representative of such discoveries and
carry out the Procuring Entity’s Representative’s instructions in dealing with them.

7. Performance Security

7.1. 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
Contractor shall furnish the performance security in any of the forms prescribed in
ITB Clause 32.2.

7.2. The performance security posted in favor of the Procuring Entity shall be forfeited in
the event it is established that the Contractor is in default in any of its obligations
under the Contract.

7.3. The performance security shall remain valid until issuance by the Procuring Entity of
the Certificate of Final Acceptance.

7.4. The performance security may be released by the Procuring Entity and returned to the
Contractor after the issuance of the Certificate of Final Acceptance subject to the
following conditions:

(a) There are no pending claims against the Contractor or the surety company
filed by the Procuring Entity;

(b) The Contractor has no pending claims for labor and materials filed against it;
and

(c) Other terms specified in the SCC.

7.5. The Contractor shall post an additional performance security following the amount
and form specified in ITB Clause 32.2 to cover any cumulative increase of more than
ten percent (10%) over the original value of the contract as a result of amendments to
order or change orders, extra work orders and supplemental agreements, as the case
may be. The Contractor shall cause the extension of the validity of the performance
security to cover approved contract time extensions.

7.6. In case of a reduction in the contract value or for partially completed Works under the
contract which are usable and accepted by the Procuring Entity the use of which, in

40
the judgment of the implementing agency or the Procuring Entity, will not affect the
structural integrity of the entire project, the Procuring Entity shall allow a
proportional reduction in the original performance security, provided that any such
reduction is more than ten percent (10%) and that the aggregate of such reductions is
not more than fifty percent (50%) of the original performance security.

7.7. Unless otherwise indicated in the SCC, the Contractor, by entering into the Contract
with the Procuring Entity, acknowledges the right of the Procuring Entity to institute
action pursuant to Act 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.

8. Subcontracting

8.1. Unless otherwise indicated in the SCC, the Contractor cannot subcontract Works
more than the percentage specified in BDS Clause 8.1.

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

8.3. If subcontracting is allowed. The contractor may identify its subcontractor during
contract implementation stage. Subcontractors disclosed and identified during the
bidding may be changed during the implementation of this Contract. In either case,
subcontractors must submit the documentary requirements under ITB Clause 12 and
comply with the eligibility criteria specified in the BDS. In the event that any
subcontractor is found by any Procuring Entity to be eligible, the subcontracting of
such portion of the Works shall be disallowed.

9. Liquidated Damages

9.1. The Contractor shall pay liquidated damages to the Procuring Entity for each day that
the Completion Date is later than the Intended Completion Date. The applicable
liquidated damages is at least one-tenth (1/10) of a percent of the cost of the
unperformed portion for every day of delay. The total amount of liquidated damages
shall not exceed ten percent (10%) of the amount of the contract. The Procuring
Entity may deduct liquidated damages from payments due to the Contractor.
Payment of liquidated damages shall not affect the Contractor’s liabilities. Once the
cumulative amount of liquidated damages reaches ten percent (10%) of the amount of
this Contract, the Procuring Entity may rescind or terminate this Contract, without
prejudice to other courses of action and remedies available under the circumstances.

9.2. If the Intended Completion Date is extended after liquidated damages have been paid,
the Engineer of the Procuring Entity shall correct any overpayment of liquidated
damages by the Contractor by adjusting the next payment certificate.

10. Site Investigation Reports

The Contractor, in preparing the Bid, shall rely on any Site Investigation Reports referred to
in the SCC supplemented by any information obtained by the Contractor.

11. The Procuring Entity, Licenses and Permits

41
The Procuring Entity shall, if requested by the Contractor, assist him in applying for permits,
licenses or approvals, which are required for the Works.

12. Contractor’s Risk and Warranty Security

12.1. The Contractor shall assume full responsibility for the Works from the time project
construction commenced up to final acceptance by the Procuring Entity and shall be
held responsible for any damage or destruction of the Works except those occasioned
by force majeure. The Contractor shall be fully responsible for the safety, protection,
security, and convenience of his personnel, third parties, and the public at large, as
well as the Works, Equipment, installation, and the like to be affected by his
construction work.

12.2. The defects liability period for infrastructure projects shall be one year from contract
completion up to final acceptance by the Procuring Entity. During this period, the
Contractor shall undertake the repair works, at his own expense, of any damage to the
Works on account of the use of materials of inferior quality within ninety (90) days
from the time the HoPE has issued an order to undertake repair. In case of failure or
refusal to comply with this mandate, the Procuring Entity shall undertake such repair
works and shall be entitled to full reimbursement of expenses incurred therein upon
demand.

12.3. Unless otherwise indicated in the SCC, in case the Contractor fails to comply with
the preceding paragraph, 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.

12.4. After final acceptance of the Works by the Procuring Entity, the Contractor shall be
held responsible for “Structural Defects,” i.e., major faults/flaws/deficiencies in one
or more key structural elements of the project which may lead to structural
failure of the completed elements or structure, or “Structural Failures,” i.e.,
where one or more key structural elements in an infrastructure facility fails or
collapses, thereby rendering the facility or part thereof incapable of withstanding the
design loads, and/or endangering the safety of the users or the general public:

(a) Contractor – Where Structural Defects/Failures arise due to faults attributable


to improper construction, use of inferior quality/substandard materials, and
any violation of the contract plans and specifications, the contractor shall be
held liable;

(b) Consultants – Where Structural Defects/Failures arise due to faulty and/or


inadequate design and specifications as well as construction supervision, then
the consultant who prepared the design or undertook construction supervision
for the project shall be held liable;

(c) Procuring Entity’s Representatives/Project Manager/Construction Managers


and Supervisors – The project owner’s representative(s), project manager,
construction manager, and supervisor(s) shall be held liable in cases where
the Structural Defects/Failures are due to his/their willful intervention in
altering the designs and other specifications; negligence or omission in not
approving or acting on proposed changes to noted defects or deficiencies in
the design and/or specifications; and the use of substandard construction
materials in the project;

42
(d) Third Parties - Third Parties shall be held liable in cases where Structural
Defects/Failures are caused by work undertaken by them such as leaking
pipes, diggings or excavations, underground cables and electrical wires,
underground tunnel, mining shaft and the like, in which case the applicable
warranty to such structure should be levied to third parties for their
construction or restoration works.

(e) Users - In cases where Structural Defects/Failures are due to abuse/misuse by


the end user of the constructed facility and/or non–compliance by a user with
the technical design limits and/or intended purpose of the same, then the user
concerned shall be held liable.

12.5. The warranty against Structural Defects/Failures, except those occasioned on force
majeure, shall cover the period specified in the SCC reckoned from the date of
issuance of the Certificate of Final Acceptance by the Procuring Entity.

12.6. The Contractor shall be required to put up a warranty security in the form of cash,
bank guarantee, letter of credit, GSIS or surety bond callable on demand, in
accordance with the following schedule:

Amount of Warranty Security


Form of Warranty Not less than the Percentage (%)
of Total Contract Price
(a) Cash or letter of credit issued by
Universal or Commercial bank: provided,
however, that the letter of credit shall be
Five Percent (5%)
confirmed or authenticated by a Universal
or Commercial bank, if issued by a
foreign bank
(b) Bank guarantee confirmed by Universal or
Commercial bank: provided, however,
that the letter of credit shall be confirmed
Ten Percent (10%)
or authenticated by a Universal or
Commercial bank, if issued by a foreign
bank
(c) Surety bond callable upon demand issued
by GSIS or any surety or insurance
Thirty Percent (30%)
company duly certified by the Insurance
Commission

12.7. The warranty security shall be stated in Philippine Pesos and shall remain effective
for one year from the date of issuance of the Certificate of Final Acceptance by the
Procuring Entity, and returned only after the lapse of said one year period.

12.8. In case of structural defects/failure occurring during the applicable warranty period
provided in GCC Clause 12.5, the Procuring Entity shall undertake the necessary
restoration or reconstruction works and shall be entitled to full reimbursement by the
parties found to be liable for expenses incurred therein upon demand, without
prejudice to the filing of appropriate administrative, civil, and/or criminal charges
against the responsible persons as well as the forfeiture of the warranty security
posted in favor of the Procuring Entity.

13. Liability of the Contractor

43
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.

14. Procuring Entity’s Risk

14.1. From the Start Date until the Certificate of Final Acceptance has been issued, the
following are risks of the Procuring Entity:

(a) The risk of personal injury, death, or loss of or damage to property (excluding
the Works, Plant, Materials, and Equipment), which are due to:

(i) any type of use or occupation of the Site authorized by the Procuring
Entity after the official acceptance of the works; or

(ii) negligence, breach of statutory duty, or interference with any legal


right by the Procuring Entity or by any person employed by or
contracted to him except the Contractor.

(b) The risk of damage to the Works, Plant, Materials, and Equipment to the
extent that it is due to a fault of the Procuring Entity or in the Procuring
Entity’s design, or due to war or radioactive contamination directly affecting
the country where the Works are to be executed.

15. Insurance

15.1. The Contractor shall, under his name and at his own expense, obtain and maintain, for
the duration of this Contract, the following insurance coverage:

(a) Contractor’s All Risk Insurance;

(b) Transportation to the project Site of Equipment, Machinery, and Supplies


owned by the Contractor;

(c) Personal injury or death of Contractor’s employees; and

(d) Comprehensive insurance for third party liability to Contractor’s direct or


indirect act or omission causing damage to third persons.

15.2. The Contractor shall provide evidence to the Procuring Entity’s Representative that
the insurances required under this Contract have been effected and shall, within a
reasonable time, provide copies of the insurance policies to the Procuring Entity’s
Representative. Such evidence and such policies shall be provided to the Procuring
Entity’s through the Procuring Entity’s Representative.

15.3. The Contractor shall notify the insurers of changes in the nature, extent, or program
for the execution of the Works and ensure the adequacy of the insurances at all times
in accordance with the terms of this Contract and shall produce to the Procuring
Entity’s Representative the insurance policies in force including the receipts for
payment of the current premiums.

The above insurance policies shall be obtained from any reputable insurance
company approved by the Procuring Entity’s Representative.

15.4. If the Contractor fails to obtain and keep in force the insurances referred to herein or
any other insurance which he may be required to obtain under the terms of this

44
Contract, the Procuring Entity may obtain and keep in force any such insurances and
pay such premiums as may be necessary for the purpose. From time to time, the
Procuring Entity may deduct the amount it shall pay for said premiums including
twenty five percent (25%) therein from any monies due, or which may become due,
to the Contractor, without prejudice to the Procuring Entity exercising its right to
impose other sanctions against the Contractor pursuant to the provisions of this
Contract.

15.5. In the event the Contractor fails to observe the above safeguards, the Procuring Entity
may, at the Contractor’s expense, take whatever measure is deemed necessary for its
protection and that of the Contractor’s personnel and third parties, and/or order the
interruption of dangerous Works. In addition, the Procuring Entity may refuse to
make the payments under GCC Clause 40 until the Contractor complies with this
Clause.

15.6. The Contractor shall immediately replace the insurance policy obtained as required in
this Contract, without need of the Procuring Entity’s demand, with a new policy
issued by a new insurance company acceptable to the Procuring Entity for any of the
following grounds:

(a) The issuer of the insurance policy to be replaced has:

(i) become bankrupt;

(ii) been placed under receivership or under a management committee;

(iii) been sued for suspension of payment; or

(iv) been suspended by the Insurance Commission and its license to


engage in business or its authority to issue insurance policies
cancelled; or

(v) Where reasonable grounds exist that the insurer may not be able,
fully and promptly, to fulfill its obligation under the insurance policy.

16. Termination for Default of Contractor

16.1. The Procuring Entity shall terminate this Contract for default when any of the
following conditions attend its implementation:

(i) Due to the Contractor’s fault and while the project is on-going, it has incurred
negative slippage of fifteen percent (15%) or more in accordance with
Presidential Decree 1870, regardless of whether or not previous warnings and
notices have been issued for the Contractor to improve his performance;

(ii) Due to its own fault and after this Contract time has expired, the Contractor
incurs delay in the completion of the Work after this Contract has expired; or

(iii) The Contractor:

(i) abandons the contract Works, refuses or fails to comply with a valid
instruction of the Procuring Entity or fails to proceed expeditiously
and without delay despite a written notice by the Procuring Entity;

45
(ii) does not actually have on the project Site the minimum essential
equipment listed on the bid necessary to prosecute the Works in
accordance with the approved Program of Work and equipment
deployment schedule as required for the project;

(iii) does not execute the Works in accordance with this Contract or
persistently or flagrantly neglects to carry out its obligations under
this Contract;

(iv) neglects or refuses to remove materials or to perform a new Work


that has been rejected as defective or unsuitable; or

(v) sub-lets any part of this Contract without approval by the Procuring
Entity.

16.2. All materials on the Site, Plant, Works, including Equipment purchased and funded
under the Contract shall be deemed to be the property of the Procuring Entity if this
Contract is rescinded because of the Contractor’s default.

17. Termination for Default of Procuring Entity

The Contractor may terminate this Contract with the Procuring Entity if the works are
completely stopped for a continuous period of at least sixty (60) calendar days through no
fault of its own, due to any of the following reasons:

(a) Failure of the Procuring Entity to deliver, within a reasonable time, supplies,
materials, right-of-way, or other items it is obligated to furnish under the terms of this
Contract; or

(b) The prosecution of the Work is disrupted by the adverse peace and order situation, as
certified by the Armed Forces of the Philippines Provincial Commander and
approved by the Secretary of National Defense.

18. Termination for Other Causes

18.1. The Procuring Entity may terminate this Contract, in whole or in part, at any time for
its convenience. The HoPE may terminate this Contract for the convenience of the
Procuring Entity if he has determined the existence of conditions that make Project
Implementation economically, financially or technically impractical and/or
unnecessary, such as, but not limited to, fortuitous event(s) or changes in law and
National Government policies.

18.2. The Procuring Entity or the Contractor may terminate this Contract if the other party
causes a fundamental breach of this Contract.

18.3. Fundamental breaches of Contract shall include, but shall not be limited to, the
following:

(a) The Contractor stops work for twenty eight (28) days when no stoppage of
work is shown on the current Program of Work and the stoppage has not been
authorized by the Procuring Entity’s Representative;

(b) The Procuring Entity’s Representative instructs the Contractor to delay the
progress of the Works, and the instruction is not withdrawn within twenty
eight (28) days;

46
(c) The Procuring Entity shall terminate this Contract if the Contractor is
declared bankrupt or insolvent as determined with finality by a court of
competent jurisdiction. In this event, termination will be without
compensation to the Contractor, provided that such termination will not
prejudice or affect any right of action or remedy which has accrued or will
accrue thereafter to the Procuring Entity and/or the Contractor. In the case of
the Contractor's insolvency, any Contractor's Equipment which the Procuring
Entity instructs in the notice is to be used until the completion of the Works;

(d) A payment certified by the Procuring Entity’s Representative is not paid by


the Procuring Entity to the Contractor within eighty four (84) days from the
date of the Procuring Entity’s Representative’s certificate;

(e) The Procuring Entity’s Representative gives Notice that failure to correct a
particular Defect is a fundamental breach of Contract and the Contractor fails
to correct it within a reasonable period of time determined by the Procuring
Entity’s Representative;

(f) The Contractor does not maintain a Security, which is required;

(g) The Contractor has delayed the completion of the Works by the number of
days for which the maximum amount of liquidated damages can be paid, as
defined in the GCC Clause 9; and

(h) In case it is determined prima facie by the Procuring Entity that the
Contractor has engaged, before or during the implementation of the contract,
in unlawful deeds and behaviors relative to contract acquisition and
implementation, such as, but not limited to, the following:

(i) corrupt, fraudulent, collusive, coercive, and obstructive practices as


defined in ITB Clause 3.1(a), unless otherwise specified in the SCC;

(ii) drawing up or using forged documents;

(iii) using adulterated materials, means or methods, or engaging in


production contrary to rules of science or the trade; and

(iv) any other act analogous to the foregoing.

18.4. The Funding Source or the Procuring Entity, as appropriate, will seek to impose the
maximum civil, administrative and/or criminal penalties available under the
applicable law on individuals and organizations deemed to be involved with corrupt,
fraudulent, or coercive practices.

18.5. When persons from either party to this Contract gives notice of a fundamental breach
to the Procuring Entity’s Representative in order to terminate the existing contract
for a cause other than those listed under GCC Clause 18.3, the Procuring Entity’s
Representative shall decide whether the breach is fundamental or not.

18.6. If this Contract is terminated, the Contractor shall stop work immediately, make the
Site safe and secure, and leave the Site as soon as reasonably possible.

19. Procedures for Termination of Contracts

47
19.1. The following provisions shall govern the procedures for the termination of this
Contract:

(a) Upon receipt of a written report of acts or causes which may constitute
ground(s) for termination as aforementioned, or upon its own initiative, the
Procuring Entity shall, within a period of seven (7) calendar days, verify the
existence of such ground(s) and cause the execution of a Verified Report,
with all relevant evidence attached;

(b) Upon recommendation by the Procuring Entity, the HoPE shall terminate this
Contract only by a written notice to the Contractor conveying the termination
of this Contract. The notice shall state:

(i) that this Contract is being terminated for any of the ground(s) afore-
mentioned, and a statement of the acts that constitute the ground(s)
constituting the same;

(ii) the extent of termination, whether in whole or in part;

(iii) an instruction to the Contractor to show cause as to why this Contract


should not be terminated; and

(iv) special instructions of the Procuring Entity, if any.

The Notice to Terminate shall be accompanied by a copy of the Verified


Report;

(c) Within a period of seven (7) calendar days from receipt of the Notice of
Termination, the Contractor shall submit to the HoPE a verified position
paper stating why the contract should not be terminated. If the Contractor
fails to show cause after the lapse of the seven (7) day period, either by
inaction or by default, the HoPE shall issue an order terminating the contract;

(d) The Procuring Entity may, at anytime before receipt of the Contractor’s
verified position paper described in item (c) above withdraw the Notice to
Terminate if it is determined that certain items or works subject of the notice
had been completed, delivered, or performed before the Contractor’s receipt
of the notice;

(e) Within a non-extendible period of ten (10) calendar days from receipt of the
verified position paper, the HoPE shall decide whether or not to terminate
this Contract. It shall serve a written notice to the Contractor of its decision
and, unless otherwise provided in the said notice, this Contract is deemed
terminated from receipt of the Contractor of the notice of decision. The
termination shall only be based on the ground(s) stated in the Notice to
Terminate; and

(f) The HoPE may create a Contract Termination Review Committee (CTRC) to
assist him in the discharge of this function. All decisions recommended by
the CTRC shall be subject to the approval of the HoPE.

19.2. Pursuant to Section 69(f) of RA 9184 and without prejudice to the imposition of
additional administrative sanctions as the internal rules of the agency may provide
and/or further criminal prosecution as provided by applicable laws, the procuring
entity shall impose on contractors after the termination of the contract the penalty of

48
suspension for one (1) year for the first offense, suspension for two (2) years for the
second offense from participating in the public bidding process, for violations
committed during the contract implementation stage, which include but not limited to
the following:

(a) Failure of the contractor, due solely to his fault or negligence, to mobilize and
start work or performance within the specified period in the Notice to
Proceed (“NTP”);

(b) Failure by the contractor to fully and faithfully comply with its contractual
obligations without valid cause, or failure by the contractor to comply with
any written lawful instruction of the procuring entity or its representative(s)
pursuant to the implementation of the contract. For the procurement of
infrastructure projects or consultancy contracts, lawful instructions include
but are not limited to the following:

(i) Employment of competent technical personnel, competent engineers


and/or work supervisors;

(ii) Provision of warning signs and barricades in accordance with


approved plans and specifications and contract provisions;

(iii) Stockpiling in proper places of all materials and removal from the
project site of waste and excess materials, including broken pavement
and excavated debris in accordance with approved plans and
specifications and contract provisions;

(iv) Deployment of committed equipment, facilities, support staff and


manpower; and

(v) Renewal of the effectivity dates of the performance security after its
expiration during the course of contract implementation.

(c) Assignment and subcontracting of the contract or any part thereof or


substitution of key personnel named in the proposal without prior written
approval by the procuring entity.

(d) Poor performance by the contractor or unsatisfactory quality and/or progress


of work arising from his fault or negligence as reflected in the Constructor's
Performance Evaluation System (“CPES”) rating sheet. In the absence of the
CPES rating sheet, the existing performance monitoring system of the
procuring entity shall be applied. Any of the following acts by the
Contractor shall be construed as poor performance:

(i) Negative slippage of 15% and above within the critical path of the
project due entirely to the fault or negligence of the contractor; and

(ii) Quality of materials and workmanship not complying with the


approved specifications arising from the contractor's fault or
negligence.

(e) Willful or deliberate abandonment or non-performance of the project or


contract by the contractor resulting to substantial breach thereof without
lawful and/or just cause.

49
In addition to the penalty of suspension, the performance security posted by the
contractor shall also be forfeited.

20. Force Majeure, Release From Performance

20.1. For purposes of this Contract the terms “force majeure” and “fortuitous event” may
be used interchangeably. In this regard, a fortuitous event or force majeure shall be
interpreted to mean an event which the Contractor could not have foreseen, or which
though foreseen, was inevitable. It shall not include ordinary unfavorable weather
conditions; and any other cause the effects of which could have been avoided with the
exercise of reasonable diligence by the Contractor.

20.2. If this Contract is discontinued by an outbreak of war or by any other event entirely
outside the control of either the Procuring Entity or the Contractor, the Procuring
Entity’s Representative shall certify that this Contract has been discontinued. The
Contractor shall make the Site safe and stop work as quickly as possible after
receiving this certificate and shall be paid for all works carried out before receiving it
and for any Work carried out afterwards to which a commitment was made.

20.3. If the event continues for a period of eighty four (84) days, either party may then give
notice of termination, which shall take effect twenty eight (28) days after the giving
of the notice.

20.4. After termination, the Contractor shall be entitled to payment of the unpaid balance of
the value of the Works executed and of the materials and Plant reasonably delivered
to the Site, adjusted by the following:

(a) any sum to which the Contractor is entitled under GCC Clause 28;

(b) the cost of his suspension and demobilization;

(c) any sum to which the Procuring Entity is entitled.

20.5. The net balance due shall be paid or repaid within a reasonable time period from the
time of the notice of termination.

21. Resolution of Disputes

21.1. If any dispute or difference of any kind whatsoever shall arise between the parties in
connection with the implementation of the contract covered by the Act and this IRR,
the parties shall make every effort to resolve amicably such dispute or difference by
mutual consultation.

21.2. If the Contractor believes that a decision taken by the Procuring Entity’s
Representative was either outside the authority given to the Procuring Entity’s
Representative by this Contract or that the decision was wrongly taken, the decision
shall be referred to the Arbiter indicated in the SCC within fourteen (14) days of the
notification of the Procuring Entity’s Representative’s decision.

21.3. Any and all disputes arising from the implementation of this Contract covered by the
R.A. 9184 and its IRR shall be submitted to arbitration in the Philippines according to
the provisions of Republic Act No. 876, otherwise known as the “ Arbitration Law”
and Republic Act 9285, otherwise known as the “Alternative Dispute Resolution Act
of 2004”: Provided, however, That, disputes that are within the competence of the
Construction Industry Arbitration Commission to resolve shall be referred thereto.

50
The process of arbitration shall be incorporated as a provision in this Contract that
will be executed pursuant to the provisions of the Act and its IRR: Provided, further,
That, by mutual agreement, the parties may agree in writing to resort to other
alternative modes of dispute resolution.

22. Suspension of Loan, Credit, Grant, or Appropriation

In the event that the Funding Source suspends the Loan, Credit, Grant, or Appropriation to the
Procuring Entity, from which part of the payments to the Contractor are being made:

(a) The Procuring Entity is obligated to notify the Contractor of such suspension within
seven (7) days of having received the suspension notice.

(b) If the Contractor has not received sums due it for work already done within forty five
(45) days from the time the Contractor’s claim for payment has been certified by the
Procuring Entity’s Representative, the Contractor may immediately issue a
suspension of work notice in accordance with GCC Clause 45.2.

23. Procuring Entity’s Representative’s Decisions

23.1. Except where otherwise specifically stated, the Procuring Entity’s Representative will
decide contractual matters between the Procuring Entity and the Contractor in the role
representing the Procuring Entity.

23.2. The Procuring Entity’s Representative may delegate any of his duties and
responsibilities to other people, except to the Arbiter, after notifying the Contractor,
and may cancel any delegation after notifying the Contractor.

24. Approval of Drawings and Temporary Works by the Procuring Entity’s Representative

24.1. All Drawings prepared by the Contractor for the execution of the Temporary Works,
are subject to prior approval by the Procuring Entity’s Representative before its use.

24.2. The Contractor shall be responsible for design of Temporary Works.

24.3. The Procuring Entity’s Representative’s approval shall not alter the Contractor’s
responsibility for design of the Temporary Works.

24.4. The Contractor shall obtain approval of third parties to the design of the Temporary
Works, when required by the Procuring Entity.

25. Acceleration and Delays Ordered by the Procuring Entity’s Representative

25.1. When the Procuring Entity wants the Contractor to finish before the Intended
Completion Date, the Procuring Entity’s Representative will obtain priced proposals
for achieving the necessary acceleration from the Contractor. If the Procuring Entity
accepts these proposals, the Intended Completion Date will be adjusted accordingly
and confirmed by both the Procuring Entity and the Contractor.

25.2. If the Contractor’s Financial Proposals for an acceleration are accepted by the
Procuring Entity, they are incorporated in the Contract Price and treated as a
Variation.

26. Extension of the Intended Completion Date

51
26.1. The Procuring Entity’s Representative shall extend the Intended Completion Date if a
Variation is issued which makes it impossible for the Intended Completion Date to be
achieved by the Contractor without taking steps to accelerate the remaining work,
which would cause the Contractor to incur additional costs. No payment shall be
made for any event which may warrant the extension of the Intended Completion
Date.

26.2. The Procuring Entity’s Representative shall decide whether and by how much to
extend the Intended Completion Date within twenty one (21) days of the Contractor
asking the Procuring Entity’s Representative for a decision thereto after fully
submitting all supporting information. If the Contractor has failed to give early
warning of a delay or has failed to cooperate in dealing with a delay, the delay by this
failure shall not be considered in assessing the new Intended Completion Date.

27. Right to Vary

27.1. The Procuring Entity’s Representative with the prior approval of the Procuring Entity
may instruct Variations, up to a maximum cumulative amount of ten percent (10%) of
the original contract cost.

27.2. Variations shall be valued as follows:

(a) At a lump sum price agreed between the parties;

(b) where appropriate, at rates in this Contract;

(c) in the absence of appropriate rates, the rates in this Contract shall be used as
the basis for valuation; or failing which

(d) at appropriate new rates, equal to or lower than current industry rates and to
be agreed upon by both parties and approved by the HoPE.

28. Contractor's Right to Claim

If the Contractor incurs cost as a result of any of the events under GCC Clause 13, the
Contractor shall be entitled to the amount of such cost. If as a result of any of the said events,
it is necessary to change the Works, this shall be dealt with as a Variation.

29. Dayworks

29.1. Subject to GCC Clause 43 on Variation Order, 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.

29.2. All work to be paid for as Dayworks shall be recorded by the Contractor on forms
approved by the Procuring Entity’s Representative. Each completed form shall be
verified and signed by the Procuring Entity’s Representative within two days of the
work being done.

29.3. The Contractor shall be paid for Dayworks subject to obtaining signed Dayworks
forms.

30. Early Warning

52
30.1. The Contractor shall warn the Procuring Entity’s Representative at the earliest
opportunity of specific likely future events or circumstances that may adversely affect
the quality of the work, increase the Contract Price, or delay the execution of the
Works. The Procuring Entity’s Representative may require the Contractor to provide
an estimate of the expected effect of the future event or circumstance on the Contract
Price and Completion Date. The estimate shall be provided by the Contractor as soon
as reasonably possible.

30.2. The Contractor shall cooperate with the Procuring Entity’s Representative in making
and considering proposals for how the effect of such an event or circumstance can be
avoided or reduced by anyone involved in the work and in carrying out any resulting
instruction of the Procuring Entity’s Representative.

31. Program of Work

31.1. Within the time stated in the SCC, the Contractor shall submit to the Procuring
Entity’s Representative for approval a Program of Work showing the general
methods, arrangements, order, and timing for all the activities in the Works.

31.2. An update of the Program of Work shall show the actual progress achieved on each
activity and the effect of the progress achieved on the timing of the remaining work,
including any changes to the sequence of the activities.

31.3. 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.

31.4. The Procuring Entity’s Representative’s approval of the Program of Work shall not
alter the Contractor’s obligations. The Contractor may revise the Program of Work
and submit it to the Procuring Entity’s Representative again at any time. A revised
Program of Work shall show the effect of any approved Variations.

31.5. When the Program of Work is updated, the Contractor shall provide the Procuring
Entity’s Representative with an updated cash flow forecast. The cash flow forecast
shall include different currencies, as defined in the Contract, converted as necessary
using the Contract exchange rates.

31.6. All Variations shall be included in updated Program of Work produced by the
Contractor.

32. Management Conferences

32.1. Either the Procuring Entity’s Representative or the Contractor may require the other
to attend a Management Conference. The Management Conference shall review the
plans for remaining work and deal with matters raised in accordance with the early
warning procedure.

32.2. The Procuring Entity’s Representative shall record the business of Management
Conferences and provide copies of the record to those attending the Conference and
to the Procuring Entity. The responsibility of the parties for actions to be taken shall
be decided by the Procuring Entity’s Representative either at the Management

53
Conference or after the Management Conference and stated in writing to all who
attended the Conference.

33. Bill of Quantities

33.1. The Bill of Quantities shall contain items of work for the construction, installation,
testing, and commissioning of work to be done by the Contractor.

33.2. The Bill of Quantities is used to calculate the Contract Price. The Contractor is paid
for the quantity of the work done at the rate in the Bill of Quantities for each item.

33.3. If the final quantity of any work done differs from the quantity in the Bill of
Quantities for the particular item and is not more than twenty five percent (25%) of
the original quantity, provided the aggregate changes for all items do not exceed ten
percent (10%) of the Contract price, the Procuring Entity’s Representative shall make
the necessary adjustments to allow for the changes subject to applicable laws, rules,
and regulations.

33.4. If requested by the Procuring Entity’s Representative, the Contractor shall provide the
Procuring Entity’s Representative with a detailed cost breakdown of any rate in the
Bill of Quantities.

34. Instructions, Inspections and Audits

34.1. The Procuring Entity’s personnel shall at all reasonable times during construction of
the Work be entitled to examine, inspect, measure and test the materials and
workmanship, and to check the progress of the construction.

34.2. If the Procuring Entity’s Representative instructs the Contractor to carry out a test not
specified in the Specification to check whether any work has a defect and the test
shows that it does, the Contractor shall pay for the test and any samples. If there is no
defect, the test shall be a Compensation Event.

34.3. The Contractor shall permit the Funding Source named in the SCC to inspect the
Contractor’s accounts and records relating to the performance of the Contractor and
to have them audited by auditors appointed by the Funding Source, if so required by
the Funding Source.

35. Identifying Defects

The Procuring Entity’s Representative shall check the Contractor’s work and notify the
Contractor of any defects that are found. Such checking shall not affect the Contractor’s
responsibilities. The Procuring Entity’s Representative may instruct the Contractor to search
uncover defects and test any work that the Procuring Entity’s Representative considers below
standards and defective.

36. Cost of Repairs

Loss or damage to the Works or Materials to be incorporated in the Works between the Start
Date and the end of the Defects Liability Periods shall be remedied by the Contractor at the
Contractor’s cost if the loss or damage arises from the Contractor’s acts or omissions.

37. Correction of Defects

54
37.1. The Procuring Entity’s Representative shall give notice to the Contractor of any
defects before the end of the Defects Liability Period, which is One (1) year from
project completion up to final acceptance by the Procuring Entity’s Representative.

37.2. Every time notice of a defect is given, the Contractor shall correct the notified defect
within the length of time specified in the Procuring Entity’s Representative’s notice.

37.3. The Contractor shall correct the defects which he notices himself before the end of
the Defects Liability Period.

37.4. The Procuring Entity shall certify that all defects have been corrected. If the
Procuring Entity considers that correction of a defect is not essential, he can request
the Contractor to submit a quotation for the corresponding reduction in the Contract
Price. If the Procuring Entity accepts the quotation, the corresponding change in the
SCC is a Variation.

38. Uncorrected Defects

38.1. The Procuring Entity shall give the Contractor at least fourteen (14) days notice of his
intention to use a third party to correct a Defect. If the Contractor does not correct the
Defect himself within the period, the Procuring Entity may have the Defect corrected
by the third party. The cost of the correction will be deducted from the Contract Price.

38.2. The use of a third party to correct defects that are uncorrected by the Contractor will
in no way relieve the Contractor of its liabilities and warranties under the Contract.

39. Advance Payment

39.1. 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.

39.2. The advance payment shall be made only upon the submission to and acceptance by
the Procuring Entity of an irrevocable standby letter of credit of equivalent value
from a commercial bank, a bank guarantee or a surety bond callable upon demand,
issued by a surety or insurance company duly licensed by the Insurance Commission
and confirmed by the Procuring Entity.

39.3. The advance payment shall be repaid by the Contractor by an amount equal to the
percentage of the total contract price used for the advance payment.

39.4. The contractor may reduce his standby letter of credit or guarantee instrument by the
amounts refunded by the Monthly Certificates in the advance payment.

39.5. The Procuring Entity will provide an Advance Payment on the Contract Price as
stipulated in the Conditions of Contract, subject to the maximum amount stated in
SCC Clause 39.1.

40. Progress Payments

40.1. The Contractor may submit a request for payment for Work accomplished. Such
request for payment shall be verified and certified by the Procuring Entity’s
Representative/Project Engineer. Except as otherwise stipulated in the SCC,

55
materials and equipment delivered on the site but not completely put in place shall not
be included for payment.

40.2. The Procuring Entity shall deduct the following from the certified gross amounts to
be paid to the contractor as progress payment:

(a) Cumulative value of the work previously certified and paid for.

(b) Portion of the advance payment to be recouped for the month.

(c) Retention money in accordance with the condition of contract.

(d) Amount to cover third party liabilities.

(e) Amount to cover uncorrected discovered defects in the works.

40.3. Payments shall be adjusted by deducting therefrom the amounts for advance
payments and retention. The Procuring Entity shall pay the Contractor the amounts
certified by the Procuring Entity’s Representative within twenty eight (28) days from
the date each certificate was issued. No payment of interest for delayed payments
and adjustments shall be made by the Procuring Entity.

40.4. The first progress payment may be paid by the Procuring Entity to the Contractor
provided that at least twenty percent (20%) of the work has been accomplished as
certified by the Procuring Entity’s Representative.

40.5. Items of the Works for which a price of “0” (zero) has been entered will not be paid
for by the Procuring Entity and shall be deemed covered by other rates and prices in
the Contract.

41. Payment Certificates

41.1. The Contractor shall submit to the Procuring Entity’s Representative monthly
statements of the estimated value of the work executed less the cumulative amount
certified previously.

41.2. The Procuring Entity’s Representative shall check the Contractor’s monthly statement
and certify the amount to be paid to the Contractor.

41.3. The value of Work executed shall:

(a) be determined by the Procuring Entity’s Representative;

(b) comprise the value of the quantities of the items in the Bill of Quantities
completed; and

(c) include the valuations of approved variations.

41.4. The Procuring Entity’s Representative may exclude any item certified in a previous
certificate or reduce the proportion of any item previously certified in any certificate
in the light of later information.

42. Retention

56
42.1. The Procuring Entity shall retain from each payment due to the Contractor an amount
equal to a percentage thereof using the rate as specified in GCC Sub-Clause 42.2.

42.2. Progress payments are subject to retention of ten percent (10%), referred to as the
“retention money.” Such retention shall be based on the total amount due to the
Contractor prior to any deduction and shall be retained from every progress payment
until fifty percent (50%) of the value of Works, as determined by the Procuring
Entity, are completed. If, after fifty percent (50%) completion, the Work is
satisfactorily done and on schedule, no additional retention shall be made; otherwise,
the ten percent (10%) retention shall again be imposed using the rate specified
therefor.

42.3. The total “retention money” shall be due for release upon final acceptance of the
Works. The Contractor may, however, request the substitution of the retention
money for each progress billing with irrevocable standby letters of credit from a
commercial bank, bank guarantees or surety bonds callable on demand, of amounts
equivalent to the retention money substituted for and acceptable to the Procuring
Entity, provided that the project is on schedule and is satisfactorily undertaken.
Otherwise, the ten (10%) percent retention shall be made. Said irrevocable standby
letters of credit, bank guarantees and/or surety bonds, to be posted in favor of the
Government shall be valid for a duration to be determined by the concerned
implementing office/agency or Procuring Entity and will answer for the purpose for
which the ten (10%) percent retention is intended, i.e., to cover uncorrected
discovered defects and third party liabilities.

42.4. On completion of the whole Works, the Contractor may substitute retention money
with an “on demand” Bank guarantee in a form acceptable to the Procuring Entity.

43. Variation Orders

43.1. Variation Orders may be issued by the Procuring Entity to cover any
increase/decrease in quantities, including the introduction of new work items that are
not included in the original contract or reclassification of work items that are either
due to change of plans, design or alignment to suit actual field conditions resulting in
disparity between the preconstruction plans used for purposes of bidding and the “as
staked plans” or construction drawings prepared after a joint survey by the Contractor
and the Procuring Entity after award of the contract, provided that the cumulative
amount of the Variation Order does not exceed ten percent (10%) of the original
project cost. The addition/deletion of Works should be within the general scope of the
project as bid and awarded. The scope of works shall not be reduced so as to
accommodate a positive Variation Order. A Variation Order may either be in the form
of a Change Order or Extra Work Order.

43.2. A Change Order may be issued by the Procuring Entity to cover any
increase/decrease in quantities of original Work items in the contract.

43.3. An Extra Work Order may be issued by the Procuring Entity to cover the introduction
of new work necessary for the completion, improvement or protection of the project
which were not included as items of Work in the original contract, such as, where
there are subsurface or latent physical conditions at the site differing materially from
those indicated in the contract, or where there are duly unknown physical conditions
at the site of an unusual nature differing materially from those ordinarily encountered
and generally recognized as inherent in the Work or character provided for in the
contract.

57
43.4. Any cumulative Variation Order beyond ten percent (10%) shall be subject of another
contract to be bid out if the works are separable from the original contract. In
exceptional cases where it is urgently necessary to complete the original scope of
work, the HoPE may authorize a positive Variation Order go beyond ten percent
(10%) but not more than twenty percent (20%) of the original contract price, subject
to the guidelines to be determined by the GPPB: Provided, however, That appropriate
sanctions shall be imposed on the designer, consultant or official responsible for the
original detailed engineering design which failed to consider the Variation Order
beyond ten percent (10%).

43.5. In claiming for any Variation Order, the Contractor shall, within seven (7) calendar
days after such work has been commenced or after the circumstances leading to such
condition(s) leading to the extra cost, and within twenty-eight (28) calendar days
deliver a written communication giving full and detailed particulars of any extra cost
in order that it may be investigated at that time. Failure to provide either of such
notices in the time stipulated shall constitute a waiver by the contractor for any claim.
The preparation and submission of Variation Orders are as follows:

(a) If the Procuring Entity’s representative/Project Engineer believes that a


Change Order or Extra Work Order should be issued, he shall prepare the
proposed Order accompanied with the notices submitted by the Contractor,
the plans therefore, his computations as to the quantities of the additional
works involved per item indicating the specific stations where such works are
needed, the date of his inspections and investigations thereon, and the log
book thereof, and a detailed estimate of the unit cost of such items of work,
together with his justifications for the need of such Change Order or Extra
Work Order, and shall submit the same to the HoPE for approval.

(b) The HoPE or his duly authorized representative, upon receipt of the proposed
Change Order or Extra Work Order shall immediately instruct the appropriate
technical staff or office of the Procuring Entity to conduct an on-the-spot
investigation to verify the need for the Work to be prosecuted and to review
the proposed plan, and prices of the work involved.

(c) The technical staff or appropriate office of the Procuring Entity shall submit a
report of their findings and recommendations, together with the supporting
documents, to the Head of Procuring Entity or his duly authorized
representative for consideration.

(d) The HoPE or his duly authorized representative, acting upon the
recommendation of the technical staff or appropriate office, shall approve the
Change Order or Extra Work Order after being satisfied that the same is
justified, necessary, and in order.

(e) The timeframe for the processing of Variation Orders from the preparation up
to the approval by the Procuring Entity concerned shall not exceed thirty (30)
calendar days.

44. Contract Completion

Once the project reaches an accomplishment of ninety five (95%) of the total contract
amount, the Procuring Entity may create an inspectorate team to make preliminary inspection
and submit a punch-list to the Contractor in preparation for the final turnover of the project.
Said punch-list will contain, among others, the remaining Works, Work deficiencies for
necessary corrections, and the specific duration/time to fully complete the project considering

58
the approved remaining contract time. This, however, shall not preclude the claim of the
Procuring Entity for liquidated damages.

45. Suspension of Work

45.1. The Procuring Entity shall have the authority to suspend the work wholly or partly by
written order for such period as may be deemed necessary, due to force majeure or
any fortuitous events or for failure on the part of the Contractor to correct bad
conditions which are unsafe for workers or for the general public, to carry out valid
orders given by the Procuring Entity or to perform any provisions of the contract, or
due to adjustment of plans to suit field conditions as found necessary during
construction. The Contractor shall immediately comply with such order to suspend
the work wholly or partly.

45.2. The Contractor or its duly authorized representative shall have the right to suspend
work operation on any or all projects/activities along the critical path of activities
after fifteen (15) calendar days from date of receipt of written notice from the
Contractor to the district engineer/regional director/consultant or equivalent official,
as the case may be, due to the following:

(a) There exist right-of-way problems which prohibit the Contractor from
performing work in accordance with the approved construction schedule.

(b) Requisite construction plans which must be owner-furnished are not issued to
the contractor precluding any work called for by such plans.

(c) Peace and order conditions make it extremely dangerous, if not possible, to
work. However, this condition must be certified in writing by the Philippine
National Police (PNP) station which has responsibility over the affected area
and confirmed by the Department of Interior and Local Government (DILG)
Regional Director.

(d) There is failure on the part of the Procuring Entity to deliver government-
furnished materials and equipment as stipulated in the contract.

(e) Delay in the payment of Contractor’s claim for progress billing beyond forty-
five (45) calendar days from the time the Contractor’s claim has been
certified to by the procuring entity’s authorized representative that the
documents are complete unless there are justifiable reasons thereof which
shall be communicated in writing to the Contractor.

45.3. In case of total suspension, or suspension of activities along the critical path, which is
not due to any fault of the Contractor, the elapsed time between the effectivity of the
order suspending operation and the order to resume work shall be allowed the
Contractor by adjusting the contract time accordingly.

46. Payment on Termination

46.1. If the Contract is terminated because of a fundamental breach of Contract by the


Contractor, the Procuring Entity’s Representative shall issue a certificate for the value
of the work done and Materials ordered less advance payments received up to the date
of the issue of the certificate and less the percentage to apply to the value of the work
not completed, as indicated in the SCC. Additional Liquidated Damages shall not
apply. If the total amount due to the Procuring Entity exceeds any payment due to the
Contractor, the difference shall be a debt payable to the Procuring Entity.

59
46.2. If the Contract is terminated for the Procuring Entity’s convenience or because of a
fundamental breach of Contract by the Procuring Entity, the Procuring Entity’s
Representative shall issue a certificate for the value of the work done, Materials
ordered, the reasonable cost of removal of Equipment, repatriation of the Contractor’s
personnel employed solely on the Works, and the Contractor’s costs of protecting and
securing the Works, and less advance payments received up to the date of the
certificate.

46.3. The net balance due shall be paid or repaid within twenty eight (28) days from the
notice of termination.

46.4. If the Contractor has terminated the Contract under GCC Clauses 17 or 18, the
Procuring Entity shall promptly return the Performance Security to the Contractor.

47. Extension of Contract Time

47.1. Should the amount of additional work of any kind or other special circumstances of
any kind whatsoever occur such as to fairly entitle the contractor to an extension of
contract time, the Procuring Entity shall determine the amount of such extension;
provided that the Procuring Entity is not bound to take into account any claim for an
extension of time unless the Contractor has, prior to the expiration of the contract
time and within thirty (30) calendar days after such work has been commenced or
after the circumstances leading to such claim have arisen, delivered to the Procuring
Entity notices in order that it could have investigated them at that time. Failure to
provide such notice shall constitute a waiver by the Contractor of any claim. Upon
receipt of full and detailed particulars, the Procuring Entity shall examine the facts
and extent of the delay and shall extend the contract time completing the contract
work when, in the Procuring Entity’s opinion, the findings of facts justify an
extension.

47.2. No extension of contract time shall be granted the Contractor due to (a) ordinary
unfavorable weather conditions and (b) inexcusable failure or negligence of
Contractor to provide the required equipment, supplies or materials.

47.3. Extension of contract time may be granted only when the affected activities fall
within the critical path of the PERT/CPM network.

47.4. No extension of contract time shall be granted when the reason given to support the
request for extension was already considered in the determination of the original
contract time during the conduct of detailed engineering and in the preparation of the
contract documents as agreed upon by the parties before contract perfection.

47.5. Extension of contract time shall be granted for rainy/unworkable days considered
unfavorable for the prosecution of the works at the site, based on the actual conditions
obtained at the site, in excess of the number of rainy/unworkable days pre-determined
by the Procuring Entity in relation to the original contract time during the conduct of
detailed engineering and in the preparation of the contract documents as agreed upon
by the parties before contract perfection, and/or for equivalent period of delay due to
major calamities such as exceptionally destructive typhoons, floods and earthquakes,
and epidemics, and for causes such as non-delivery on time of materials, working
drawings, or written information to be furnished by the Procuring Entity, non-
acquisition of permit to enter private properties or non-execution of deed of sale or
donation within the right-of-way resulting in complete paralyzation of construction
activities, and other meritorious causes as determined by the Procuring Entity’s
Representative and approved by the HoPE. Shortage of construction materials,

60
general labor strikes, and peace and order problems that disrupt construction
operations through no fault of the Contractor may be considered as additional grounds
for extension of contract time provided they are publicly felt and certified by
appropriate government agencies such as DTI, DOLE, DILG, and DND, among
others. The written consent of bondsmen must be attached to any request of the
Contractor for extension of contract time and submitted to the Procuring Entity for
consideration and the validity of the Performance Security shall be correspondingly
extended.

48. Price Adjustment

Except for extraordinary circumstances as determined by NEDA and approved by the GPPB,
no price escalation shall be allowed. Nevertheless, in cases where the cost of the awarded
contract is affected by any applicable new laws, ordinances, regulations, or other acts of the
GoP, promulgated after the date of bid opening, a contract price adjustment shall be made or
appropriate relief shall be applied on a no loss-no gain basis.

49. Completion

The Contractor shall request the Procuring Entity’s Representative to issue a certificate of
Completion of the Works, and the Procuring Entity’s Representative will do so upon deciding
that the work is completed.

50. Taking Over

The Procuring Entity shall take over the Site and the Works within seven (7) days from the
date the Procuring Entity’s Representative issues a certificate of Completion.

51. Operating and Maintenance Manuals

51.1. If “as built” Drawings and/or operating and maintenance manuals are required, the
Contractor shall supply them by the dates stated in the SCC.

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

61
Section V. Special Conditions of
Contract

62
Special Conditions of Contract
GCC Clause
1.17 The Intended Completion Date is 300 calendar days.
1.22 The Procuring Entity is

Philippine Science High School – Bicol Region Campus


1.23 The Procuring Entity’s Representative is
DIR. ELSIE G. FERRER
Campus Director
1.24 The Site is located at

Tagongtong, Goa, Camarines Sur


1.28 The Start Date is the date of receipt of Notice to Proceed (NTP)
1.31 The Works consist of
Architectural, Structural, Electrical, Sanitary/Plumbing, Mechanical/Fire
Protection works in accordance with the Plans and Specifications. All items
shown on the Plans but not mentioned in the Specifications shall be included.
Discrepancies shall be verified with the Procuring Entity.
2.2 Not Applicable
5.1 The Procuring Entity shall give possession of all parts of the Site to the
Contractor upon NTP.
6.5 The Contractor shall employ the following Key Personnel:
Project Manager
Civil Engineer
Electrical Engineer
Mechanical Engineer
Sanitary Engineer
Architect
Foreman

[NOTE: The names of the Key Personnel and their designation shall be
filled out by winning contractor prior to contract signing.
7.4 (c) “No further instructions.”
7.7 No further instructions.
8.1 No further instructions.

10 The site investigation reports are:


12.3 No further instructions.
12.5 Fifteen (15) years.
13 if the Contractor is a joint venture, “All partners to the joint venture shall be
jointly and severally liable to the Procuring Entity.”

63
18.3(h)(i) No further instructions.
21.2 The Arbiter is:
29.1 Day works are applicable at the rate shown in the Contractor’s original Bid.
31.1 The Contractor shall submit the Program of Work to the Procuring Entity’s
Representative within ten (10) calendar days of delivery of the Notice of
Award.
31.3 The period between Program of Work updates is fourteen (14) days.

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


is ____________.
34.3 The Funding Source is the Government of the Philippines.
39.1 The amount of the advance payment is 15% of the Contract Price.
40.1 Materials and equipment delivered on the site but not completely put in place
shall be included for payment.
51.1 The date by which operating and maintenance manuals are required is before
securing occupancy permit.

The date by which “as built” drawings are required is before full payment of
the contract.
51.2 The amount to be withheld for failing to produce “as built” drawings and/or
operating and maintenance manuals by the date required is ____.

64
Section VI. Specifications

65
PROJECT TITLE:

PROPOSED ACADEMIC BUILDING III


OWNER:

PHILIPPINE SCIENCE-BICOL REGION CAMPUS


LOCATION:
BRGY. TAGONGTONG, GOA, CAMARINES SUR

SUBJECT : GENERAL SPECIFICATIONS

Ground floor DMF BUILDING, 270 ALGO HOMES, TACLOBAN CITY 6500, Tel. No. 053-888-0437
Email address: dmfarc2016@gmail.com

66
PROJECT : PROPOSED ACADEMIC BUILDING III

PROCURING ENTITY: PHILIPPINE SCIENC HIGH SCHOOL -BICOL REGION CAMPUS

LOCATION: BGY. TAGONGTONG, GOA, CAMARINES SUR

OUTLINE OF GENERAL CONSTRUCTION SPECIFICATIONS

INTENT AND APPLICATION OF THE PROVISIONS OF THIS SECTION

A. The Scope of Work covered with in these Specifications is the complete construction of the
PROPOSED ACADEMIC BUILDING III, located at Bgy. Tagontong, Goa, Camarines Sur ,
Philippines.

B. This section is prepared in a concise manner, the intention of which is to save time and effort in
locating important contents within these Specifications.

C. Execution of this Section shall be coordinated and harmonized to each corresponding elaborated
section of these same specifications.

D. In case discrepancies exist between this Section and its corresponding elaborated sections,
notify the Procuring Entity immediately for clarification; their decision shall be final.

E. The Contractor shall bear the responsibility of checking all the numbers and units as indicated in
the Bill of Quantities. It is understood that the Contractor shall supply and install the required
units in accordance with the Plans and the Specifications.

F. In their bid proposal, the bidders may propose materials or equipment or makes other than those
specified in the BOQ and/or Specifications, provided they are of equivalent specifications and
functionalities.

G. During project implementation, the winning bidder/contractor may propose substitution of


material so equipment or makes other than those specified in the Contract documents shall be
subject to the approval of the Procuring Entity for the following reasons only:

1. That the materials or equipment proposed for substitution is equal or superior to the
materials or equipment specified in construction efficiency and utility provided that any
and all costs relative there of shall be shouldered by the Contractor.

67
2. Or that the materials or equipment specified cannot be delivered to the job site on time to
complete the work of the other Contractors due to conditions beyond the control of the
Contractor.

3. In case of a price difference, the Procuring Entity shall receive all benefits of the difference
in cost involved in any substitution and the Contract shall be altered by Change Order to
credit the Procuring Entity with any savings so obtained.

H. To receive consideration, request(s) for substitution shall be accompanied by documentary


proof of equality or difference in price and delivery, if any, in the form of certified quotations
and guaranteed date of delivery from suppliers of either the proposed substituted materials or
equipment.

68
II

GENERAL CONDITIONSOF PLANS AND SPECIFICATIONS

The execution of this Specification, Plans and other related Contract Documents shall be subjected to
the rules and regulations as provided in the General Conditions of the Contract. The Plans and
specifications shall be interpreted by the Procuring Entity and or his/her representative. The
Contractor is enjoined to confer with the Procuring Entity on items for clarification before submitting
his bid. No excuses shall be entertained for misinterpretation of the Plans and specifications after the
award of contract. All work as deemed required by the Procuring Entity shall be carried out properly
by the Contractor.

A. The Contractor shall consult the Procuring Entity on portion of the work not mentioned in the
Specification and not illustrated on the Plans. He shall not work without proper instruction or
detailed plans approved by the Procuring Entity, otherwise he shall be responsible for the in
acceptance of the work done without details. In such case, the Contractor shall make good the
work at his own expense.

B. No alteration or addition shall be allowed without the consent and proper documentation
approved by the Procuring Entity, even such change is ordered by the Procuring Entity. The
Contractor shall bring the case to the Procuring Entity. Request for approval of such changes,
alteration, deviation of work shall not be done without the consent of the Procuring Entity.
Changes may be presented to the Procuring Entity in the form of shop drawings.

TWO (2) SET of clean Plans and specification shall always be kept at the job site to be available to
the Procuring Entity or their representative upon his request during the construction.

69
III

SCOPE OF WORK

A. The Contractor shall conduct thorough inspection of the existing jobsite conditions.

B. The scope of work shall include all additions necessary in order to implement the whole set
of approved Plans, Working Drawings and Specifications.

C. The Contractor shall secure and do all the leg work necessary for all pertinent permits
needed for the Procuring Entity to occupy and use the building,

D. The Contractor shall construct All Architectural, Structural, Electrical, Sanitary/Plumbing,


Mechanical/Fire Protection works in accordance with the Plans and Specifications. All
items shown on the Plans but not mentioned in the Specifications shall be included.
Discrepancies shall be verified with the Procuring Entity.

E. The Contractor shall construct All Architectural, Structural, Electrical, Sanitary/Plumbing,


Mechanical /Fire Protection works in accordance with the Plans and Specifications. All
items shown on the Plans but not mentioned in the Specifications shall be included.
Discrepancies shall be verified with the Procuring Entity.

F. The Contractor shall submit details and shop drawings, templates, and schedules required
for the coordination of the work of the various trades. Drawings should include information
on all working dimensions, arrangement and sectional views, connections and materials.

G. Final Cleaning As Pre-requisite To Final Acceptance: Final cleaning of the work by a


reputable building maintenance company shall be employed by the General Contractor
prior to the Procuring Entity’s final inspection for certification of final acceptance. Final
Cleaning shall be applied on each surface or unit of work and shall be of condition
expected for a first class building cleaning and maintenance program.

H. The Contractor shall be responsible for the safety and safe working practices of its
respective employees, servants and agents.

I. The Procuring Entity may at anytime without invalidating the Contract make changes by
altering, adding to or deducting from the work as covered by the drawings, specifications,
and general scope in written instructions. Provisions under General Conditions of the
contract cover such circumstances.

70
III

SUMMARY OF MATERIALS AND FINISHES

GENERAL NOTES:

1. Bidders are limited to the choice of brand, make, source, manufacturer, installer or
specialty trade contractors specified herein.
2. When an or equal is placed immediately after the specified material, the bidder is
allowed to make substitution. The owner and the Architect, however, reserved the
right to accept or reject the proposed substitute.
3. Samples of materials and latest catalogue of fixtures, fittings, accessories and
equipment specified herein shall be submitted to the architect for verification and
approval before purchase and installation.
4. Samples of finishing materials and finishes are to be submitted to the architect for
approval before fabrication and or use.
5. Kiln dried lumber shall come from the processing plant approved by the Architect.

MATERIALS LOCATION/USE

I. Concrete:

A. Form Work:
a. ¼“ Marine plywood For all form works
B. Reinforcements:
a. Deformed bars For slabs, columns, beams, walls
b. Grades of Steel:
1. Fy= 33, 000 psi (227.7Mpa) 10 mm (Grade 33)
2. Fy= 40,000 psi (276Mpa) 12 mm (Grade 40)
3. Fy= 60, 000 psi (414Mpa) 16 mm (Grade 60)
4. Fy= 60, 000 psi (414Mpa) 20 mm (Grade 60)
C. Concrete:
a. Class A (1:2:4) 2,500 minimum For floor, slabs, columns, beams, walls,
Optional
b. Admixture For all mortar, for CHB cells or clay tile
c. Class A (mortar 1:2 mixture) cells
d. Plaster Bond or approved equal For bonding agent before plastering over

71
concrete
e. ABC Adhesive grout For filler of joint for ceramic tiles
f. Class A Plaster, 1:2 mixture For all plastering works
others:
a. Cement For concrete works
b. Sand For concrete works
c. Gravel 3/4" dia. For concrete works
II. Masonry:

a. 500 psi Machine made For non – bearing CHB


b. Portland Cement For masonry works
c. Sand For masonry works

III. Structural Steel

a. 10 mm ø Steel Bar Verify plan


b. 12 mm ø Steel Bar Verify plan
c. 16 mm ø Steel Bar Verify plan
d. 20 mm ø Steel Bar Verify plan
e. 8” ø G.I. Pipe For Diagonal Canopy Support
f. 50 x 150mm Steel Tubular For Handrails/Vertical Fins
g. 2” ø Stainless Steel For Handrails
h. Stainless Steel Bracket For Wall Railing
i. 50mm ø Stainless Steel For Interior Railing/ Ramps
j. 25mm ø G.I. For Interior Railing
k.20mm ø Square Bar For Interior Railing
l. 20mm ø Steel Ladder Rung For Elevator Pit
IV. Carpentry

72
A. Rough Carpentry:
a. Seasoned Lawaan, immersed in For door frames/ceiling joist
colorless PENTACHLOROPHENOL
or CHLORDANE 1 or SOLIGNUM
for a minimum of 24 hrs.
b. 2"x3"x12' Coco Lumber For forms and scaffoldings
c. 2"x4"x12' Coco Lumber For forms and scaffoldings
d. 2"x2"x12' Coco Lumber For forms and scaffoldings
B. Plywood:
a. ¼” Marine Plywood For Ceiling
b. ¾ “ Marine Plywood For Closets and Desk

V. Hardware

A. Door knob:
a. Stainless Lever Type Door Knob For solid panel doors
b. Panic Hardware For Fire Exit Door
B. Hinges:
a. 3"x3" Loose Pin Door Hinges For solid panel door
others:
Stainless Door Stopper
VI. Roofing Materials

a. 6mm thk. Aluminum Composite


For Canopy (Ground Floor)
Cladding
b. ½” thk. Tempered Glass Skylight For Canopy (Ground Floor)
w/ 50mm x 150mm Tubular Steel
Supports
c. Reinforced Concrete For Canopy/Roof Slab (Verify Plans)

VII. Doors and Windows

A. Doors: Verify plans


a. Powder Coated Aluminum ---------------
Framed Double Swing Door

b. 50mm thk. Solid Wooden Panel ---------------


Swing Door
---------------
c. Powder Coated Aluminum
Framed Sliding Door ---------------

73
d. PVC Flush Swing Door ---------------

e. Metal Panic Fire Exit Swing ---------------


Door
---------------
f. Metal Assembly Louver Double
Swing Door ---------------

g. Metal Assembly Louver Swing ---------------


Door

h. Metal Assembly Louver ---------------


Accordion Door

i. Anodized Aluminum Framed ---------------


Sliding Door

B. Windows: Verify plans


a. Powder Coated Aluminum ---------------
Framed Glass Curtain Wall w/ ½”
thk. Reflective Glass Awning and
Fixed Frameless Window Type
b. Powder Coated Aluminum ---------------
Frame Awning Window
c. Powder Coated Aluminum ---------------
Frame Sliding Windows

VIII. Glass and glazing

a. ¼” thick. Clear Glass For Doors, Window Panels and Railings


b.¼”thick. Frosted Glass For Doors and between Vertical Fins
For Window Panels
c. ½” thick Reflective Glass

d.½” thick Tempered Glass Skylight For Canopy

e. ¼”thick. Bronze Glass For Window Panels

74
IX. Finishes

A. Paints:
a. GTO Body Filler For solid panel doors
b. Flat latex white For interior ceiling
c. Semi-gloss white For interior and exterior walls
d. QDEPaint For Steel
e. Traffic Paint For PWD Symbol

B. Floor Finishes:
a. .60m x .60 m Non-skid Ceramic Tiles Verify plans
b. .30m x .60 m Non-skid Ceramic Tiles Verify plans
c. .30m x .60 m Unglazed Ceramic Tiles Verify plans
(Wood Texture)
d. 3D Floorl Accent Verify plans
e. #10 Pea Gravel Washout
Verify plans
f. Hexagonal Pavers (Red
Verify plans
g. .30m x .30 m Non-skid Ceramic Tiles For CR
h. .60m x .60 m Non-skid Ceramic Tiles For Stairs
w/ Aluminum Stair Nosing w/ Anti-Slip Strip
i. Plain Cement Floor w/ Epoxy For Fire Exit
Paint Finish
j. .60m x .60 m Rough Ceramic Tiles Verify plans
k. Landscape Verify plans

C. Wall finishes
a. Plain Cement Plaster in Painted Finish For CR
b..30m x .30 m Ceramic Tiles For CR
b. Aluminum Cladding (Silver Gray) Exterior - Verify plans

c. Aluminum Cladding (Gold Mirror) Exterior - Verify plans

d. Green Wall Exterior - Verify plans

e. Red Bricks Verify plans

f. 50mm X 150mm Steel Tubular


Vertical Fins Verify plans

75
g. Curtain Wall w/ Reflective Glass Verify plans
(Gold Hue)
h. ¼” thk. Frosted Glass Inserts Verify plans
Between Vertical Fins
i. 10mm thk. Tempered Clear Glass Verify plans
Shower Enclosure
j. ¼” Clear Glass Railing w/ Sealant Verify plans
k. Analok Aluminum Fixed Window Verify plans
w/ ¼” thk. Bronze Glass
l. 2” x 2” Steel Handrail and Steel Verify plans
Assembly Railings
m. ¼” thk. Aluminum Awning & Fixed Verify plans
Clear Glass Awning
n. .30m x .60m Synthetic Marble Wall Verify plans
Tiles
o. .30m x .60m Synthetic Granite Wall Verify plans
Tiles
X. Water Proofing

a. Liquid Elastometric (cementitious


Concrete Slab
compound) or Epoxy Solventless (three coat
water proofing membrane)

XI. Plumbing

a. Water Closet Fixtures


b. Lavatory with Vanity Mirror --------------
c. Soap Holder --------------
d. Tissue Paper Holder --------------
e. Stainless Kitchen Sink --------------
d. Kitchen Faucet --------------
e. Shower Faucet --------------

Accessories
a. Stainless Towel Rack --------------
b. Stainless Floor Drain --------------
c. 16” Flexible Hose --------------

76
For sanitary lines
a. 3/4"dia.PPR Pipe --------------
b. 3/4"dia.PPR Coupling/Socket --------------
c. 3/4"x1/2"dia.PPR Reducer --------------
d. 1/2"dia.PPR Pipe --------------
e. 1/2"dia.PPR Coupling/Socket --------------
f. 1/2"dia.Female PPR Connector --------------
g. 1/2"dia.Male PPR Connector --------------
h. 1/2"dia.x90deg.Treaded Elbow --------------
i. 1/2"dia.x90deg.Plain Elbow --------------
j. 1/2"dia.x90deg.Treaded Tee --------------
k. 1/2"dia.x90deg.Plain Tee -------------
l. 1/2"dia.PPR Stop valve -------------
m. 1/2"dia.PPR End Cap -------------
n. Check Valve --------------

o. Gate Valve --------------

p. Angle Valve --------------

q. Shower Valve --------------

r. Shower Head --------------

s. Bidet Spray --------------

For sanitary lines

a. 4"dia.PVC Sanitary Pipe --------------

b. 4"dia.PVC Sanitary Wye --------------

c. 4"dia.PVC Sanitary Tee --------------

d. 4"dia.PVC Sanitary Elbow --------------

90deg. --------------

p. 4"dia.PVC Sanitary Elbow --------------


q. 45deg.
--------------
f. 4"x3"dia.PVC Sanitary Wye
--------------

77
g. 4"x2"dia.PVC Sanitary Wye --------------

h. 4"dia.PVC Sanitary Coupling --------------

i. 4"dia.PVC Sanitary P-Trap --------------

j. 4"dia.PVC Sanitary Clean-out --------------

k. 3"dia.PVC Sanitary Pipe --------------

l. 3"dia.PVC Sanitary Wye --------------

m. 3"dia.PVC Sanitary Tee --------------

n. 3"dia.PVC Sanitary Elbow 45deg. --------------

o. 3"dia.PVC Sanitary Elbow 90deg. --------------

p. 3"x2"dia.PVC Sanitary Wye --------------

q. 3"dia.PVC Sanitary Coupling --------------

r. 3"dia.PVC Sanitary P-Trap --------------

s. 2"dia.PVC Sanitary Pipe --------------

t. 2"dia.PVC Sanitary P-Trap --------------

u. 2"dia.PVC Sanitary Wye --------------

v. 2"dia.PVC Sanitary Tee --------------

w. 2"dia.PVC Sanitary Elbow 90deg. --------------

x. 2"dia.PVC Sanitary Elbow 45deg. --------------

y. 2"dia.PVC Sanitary Coupling --------------

z. 2"x1.5"dia.PVC P-Trap Reducer --------------

XII. Electrical

a. # 12 TW Stranded Wire For wiring


b. # 10 TW Stranded Wire --------------
c. # 8 TW Stranded Wire --------------
d. # 6 TW Stranded Wire --------------

78
e. # 1/0 TW Stranded Wire --------------
e. 300 MCM TW Stranded Wire
For conduits
a. 3”, 1 ½”, 1”, ¾”, ½” Conduit --------------
b. 1.25"dia. Entrance Cap --------------
c.1.25"dia. Coupling --------------
d.1.25"dia. Locknut --------------
e. 1.25"dia. Bushing --------------
f. 1"dia.Rigid Steel Conduit --------------
g.1.25"dia. Entrance Cap --------------
h.1.25"dia. Coupling --------------
i.1.25"dia. Locknut --------------
j.1.25"dia. Bushing --------------
k. 1/2"dia. Flexible Pipe --------------
l. 3/4"dia. Flexible Pipe --------------
m. 1/2"dia. Long Sweep Elbow --------------
n. 3/4"dia. Long Sweep Elbow --------------
o. 1/2"dia. PVC Clips --------------
p. 3/4"dia. PVC Clips --------------
q. 400cc UPVC Slovent --------------
r. 1"dia. PVC Electrical Pipe --------------
s. 3/4"dia. PVC Electrical Pipe --------------
t. 1/2"dia. PVC Electrical Pipe
For electrical boxes
a. 24 Holes Koten Panel Board --------------
b. 8"x8" Metal Box --------------
c. 4"x4" Junction Box --------------
d. 2"x4" Utility box --------------
e. electric tape --------------
f. Rubber Tape
For breakers
a. 15 Amps Safety Breaker --------------
b. 20 Amps Circuit Breaker --------------
c. 30 Amps Circuit Breaker --------------

79
d. 40 Amps Circuit Breaker --------------
e. 60 Amps Circuit Breaker --------------
f. 150 Amps Circuit Breaker --------------
g. 300 Amps Circuit Breaker --------------
h. 300 Amps Double Throw --------------

XIII. Mechanical

Verify Plans
a. Fire Hose Cabinet --------------
b. Sprinkle Head (Pendent Type) --------------
c. 10 lbs. Portable Fire --------------
Extinguisher --------------
c. AlarmBel Elevator --------------

XIV. Facilities for Disabled Person

a. 50mm ø Stainless Steel Railing For Ramps


b. Carborundum Insert Strip spcd. For Ramps
@ 150mm
c. 0.30m x 0.30m Warning Tactile
For Ramps
Block
d.0.60m x 0.60m PWD Symbol in
For Ramps
Traffic Paint Finish
e. Elevator Verify Plans

80
CHAPTER I

EXCAVATION, FILLING AND GRADING

PART 1 – GENERAL

1.1 SCOPE OF WORKS


The work under this section of the Specification consists of furnishing all items,
materials, equipment, labor, plants, appliances, methods and all operations that may be
necessary, and incidentals to complete excavation, filling, back-filling and grading in
accordance with the plans, and schedule if any, and subject to the terms and conditions of the
Contract.

1.2 EXCAVATION
The contractor shall make all necessary excavation for foundations to establish grades
indicated on drawings without extra compensation including all other excavations required and
necessary for the proper prosecution of the work.

1. Cut slope for permanent excavations shall not be steeper than 1-1/2 horizontal to the
vertical, and slopes for permanent fills shall not be steeper than 2 horizontal to one
vertical unless a substantiating data which justify steeper slopes are submitted.
2. Deviation from the foregoing limitations for slopes shall be permitted only upon
presentation of soil investigation report acceptable to the supervising Engineer.
3. Trim the excavation to the required depth, lines and grades and other excavation to
level up the footing plus compacting and tamping which are included in the building
Contract.
4. The materials to be excavated shall include: any rock, earth and other materials of
any nature and description encountered in obtaining the indicated lines and grades.
5. If the required safe bearing power of the soil is not obtained at the excavation depth
indicated on the drawings, the excavation shall be continued until such safe bearing
power is reached.
6. Piers and walls shall be revised to suit the new conditions for which the contractor
shall be paid at the unit price bid for concrete work.
7. No fill or other surcharge loads shall be placed adjacent to any building or structure
unless such building or structure is capable of withstanding the additional loads
caused by the fill or surcharges.
8. Footing or foundation which may be affected by the excavation shall be underpinned
adequately, or otherwise, protected against settlement and/or against lateral
movement.

81
9. Fills to be used to support the foundation shall be placed in accordance with accepted
engineering practices. A soil investigation report and a report of satisfactory
placement of fill, both, shall be acceptable to the supervising architect or engineer.
10. Additional payment for excavation will be computed per unit bid price and/or at
established unit price for same as follows:
a. All materials of every nature and description, which in the Owner’s opinion will
require the use of air operated hammers, wedging, or drilling and blasting.
b. For additional excavation to safe-bearing power soil as required in 5 based upon
work required between indicated grades and authorized grades.

1.3 UNAUTHORIZED EXCAVATION


Where existing surface levels are lower than the sub-grade levels required for work, or
where excess or authorized excavation takes place beyond the indicated lines and grades, the
contractor shall fill the indicated line and grade at his expense under the following conditions:

1. Where the footings and foundation occur, use concrete fill of the same class as
specified for footings and foundation.
2. Where slabs occur, use a well compacted sand and gravel fill.

1.4 EXCAVATION OMITTED


1. When the nature of the soil is such that good-bearing or safe-bearing is found to
exist at higher grade levels indicated on the plan, the supervising Architect or
Engineer may decide to stop the excavation work at those higher grades.
2. Should the Owner so decide, it will be ordered in writing. This will be subject to
reduction in the contract price in favor of the Owner at Unit Price Bid and or at
established price, based upon measurements taken between authorized higher grades
and grades indicated in drawings. The same is true for omitted filling due to changes
of grade.
3. Footing shall not be placed on fill.

1.5 PROTECTION, PUMPING, MAINTENANCE


1. The contractor shall at all times protect the excavation and trenches from damages of
rain water, spring water, backing of drains, and all other water.
2. He shall provide and operate all pumps or other equipment necessary to drain and
keep excavation, pits, trenches and the entire sub-grade area free of water under any
circumstances and contingencies that may arise.
3. He shall build all necessary enclosure construct and maintain temporary drainage for
this purpose. He shall provide all shoring, bracing and sheathing as required for
safety, or necessary to support adjoining walls, walks, soils, streets, building, fences,

82
and the like and for prosecution of the works, all these to be remove when work is
completed, and or required of the owner.

1.6 BLASTING
1. Where materials to be excavated are of such nature and density that the most practical
and economical methods of removal is by blasting, the surfaces of such materials shall
first be exposed.
2. The contractor shall notify the Owner who will conduct the survey and make cross-
section of the existing surfaces. Otherwise, no payment shall be made for removal of
materials requiring blasting if removed before being measured or cross-sectioned.
3. Where blasting is required, only qualified persons skilled in such work shall be
employed. Dynamite and detonators shall be handled and stored in accordance with
regulations of government authorities having jurisdiction on explosive.
4. The contractor shall take all precautions in order to insure safety of persons and property.
After blasting, examine all bottoms for foundation. Remove all loose or shaken rock
down to soil bearing, and roughly level or shelf bottom as required.
5. Avoid shattering or removing rocks beyond authorized lines and grade. Otherwise, such
removal shall be considered as unauthorized excavation as provided for by the
provisions of section 1-2 “Unauthorized excavation” shall apply.

1.7 INSPECTION
No pouring of concrete shall be done by the contractor unless the bearing surfaces has
been inspected and approved by the owner, and the authority to proceed has been received by
the Contractor.

1.8 DRAINAGE SYSTEM AT SITE


The contractor shall provide, construct and maintain for the duration of the work,
drainage system of the site approved and or as directed by the supervising Architect or
Engineers.

1.9 UTILITIES
1. The contractor shall protect and maintain all conduit, drains, sewer pipes and other
utility services that are to remain on the property or in the building, or in the site, where
required for the proper execution of work.

83
2. The contractor shall notify all corporation, companies, individuals, or other authorities
concerned with the above conduits, drains, water and sewer pipes, running to the
property of the site, and protect, relocate, remove, cap or discontinue all pipes, sewer,
and other utility services, which interfere with the excavation in accordance with
instruction and requirements of the above notified parties.

1.10 FILLING AND GRADING


1. All excavations shall be back-filled immediately as work permits after concrete walls
and piers have attained full design strength and or as the Owner’s Engineer directs.
2. After the forms have been removed from the footings, walls, and piers, the materials
taken from excavations (free from waste and objectionable matter) shall be used for
back-filling around them.
3. This filling materials shall be made in layers not to exceed 15 centimeters and
thoroughly tamped before the next fill is placed excess excavated materials shall be
placed and spread on the immediate premises as directed by the supervising Engineer,
provided, however, that the Contractor shall not be required to removed such materials
more than 50 meters from the building line.
4. Open tile drains around the building if any, shall be covered with crushed rock or gravel
for a depth of 30 cm. and the same shall be graded from coarse to fine.
5. Open tile drains under floor slab (where so indicated on drawings) shall be covered with
broken stones or gravel up to the bottom of the slab.
6. In spaces where slabs rest on ground, or on earth-fill as specified in paragraph 2, shall be
labeled and accurately graded with 10 cm. thick of gravel and sand, and tamped
thoroughly before concrete pouring is done.
7. All exterior grades shall be formed in accordance with the drawings and specifications,
taking into account the requirements for landscaping work, if any, and giving due
allowance for the top soil depth.
8. The Contractor shall grade the area included within clearing lines as defined in
“Clearing” under cv
the General Conditions, and all such grading work shall be included in the building
Contract without extra or additional cost. Banks of graded areas shall have a slope of 3.8
cm. horizontal to one vertical distance.
9. Extra grading (cut or fill) beyond the _____meters and or due to change of grade shall be
paid at the unit price bid for the same.

1.11 TOP SOIL STRIPING AND SPREADING


For use when topsoil is salvaged for landscaping work

1. Topsoil striping operation shall start from the areas affected by the construction to limits
indicated by the Owner and or as specified.

84
2. Topsoil shall be stripped to varying depths as approved by the Architect, but not beyond
topsoil strata.
3. Topsoil shall be stripped by approved methods and stored where it will not interfere with
the work.
4. This topsoil shall be evenly spread to the true contours, and raked to even, smooth
surface ready for seeding or planting.

1.12 TEMPORARY EASEMENT


The Contractor shall obtain the consent of adjoining property owners regarding the need
for temporary easements or any other manner of physical encroachment at his own expense.

1.13 PAVEMENT
The Contractor shall restore, without extra cost to the government, any street pavements,
concrete sidewalks and curb, and similar public structures that may be opened, removed and
demolished in the performance of work under this Section in the manner prescribed by
authorities having jurisdiction.

1.14 PROTECTION OF TREES


The Contractor shall protect trees indicated to remain in place by boxing them, by using
guys and the like, and or as indicated by the supervising Architect or Engineer.

1.15 PROTECTION OF ADJOINING PROPERTY


The Contractor shall protect the excavation to be made below existing grade line so that
the soil of adjoining property will not cave-in or settle and shall defray the cost of underpinning
or extending the foundation of building on adjoining properties.

1. Before starting the excavation, the Contractor shall notify in writing the owner of the
adjoining buildings not less than 10 days before such excavation is to be made and
that the adjoining building will be protected by him.
2. The owners of the adjoining properties shall be given access to the excavation for the
purpose of verifying if their properties are sufficiently protected by the contractor
making the excavation.
3. In case there is a party wall along a lot-line of the premises where an excavation is
being made, the contractor at his expense preserve such party wall is as safe a
condition as it was before the excavation was commenced and shall, when necessary,
underpin and support the same by adequate methods.
4. Guards or fences shall be provided along open sides of excavation except that, in the
discretion of the Engineer, such guards or fence may be omitted from any side or
sides other than those adjacent to streets or public passageway.

85
CHAPTER II

TERMITE CONTROL

PART 1 – GENERAL

1.1 SCOPE OF WORK


The item shall consist of furnishing all materials and labor, and applying termite control
chemicals, including the use of equipment and tools in performing such operations in
accordance with this specification

PART 2 - PRODUCT

2.1 MATERIAL REQUIREMENTS


Termite control chemicals or toxicants shall be able to immediately exterminate termites
or create barriers to discourage entry of subterranean termites into the building areas. The
toxicants may be classified into the following types and according to use.

Type-1 Liquid termite concentrate

This type of toxicant shall be specified for drenching soil beneath foundation of the proposed
building. The concentrate shall be diluted with water in the proportion of 1 liter of concentrate
materials to’65 liters of water or as specified by the manufacturer.

Type-11 Liquid Termicide Ready Mixed solution

This type of toxicants which comes in ready mixed solution shall be used as wood preservative
by drenching wood surfaces to the point of run-off.

Type-111 Powder Termicide

This type of toxicant shall be applied to visible or suspected subterranean termite mounds and
tunnels where termites are exterminated through Trophallaxes or exchange method or
nourishing between termites while greeting each other upon meeting.

86
PART 3 - EXECUTION
3.1 CONSTRUCTION REQUIREMENTS

Before any termite control work is started. Thorough examination of the site shall be
undertaken by the contractor so that the appropriate method for soil poisoning can be applied.
The contractor shall coordinate with other related trades through the Engineer to avoid delay that
may arise during the different phases of application of the termite control chemicals.

A. Wood Protection
Where the application of wood preservative is necessary, the Contractor shall use Type-II
working solution as recommended by the manufacturer

Directly spraying of the building skeletal frame work to control general surface infestation
includes the following:

1. Rough hollow block walling


2. Floor beams, joist, girders, bridging
3. Door and windows frames
4. Ceiling, frames and other parts of the building in order to have a 100% coverage.

All wood materials not pressure treated shall be treated with Type-II ready mixed solution
as herein called for or as directed by the supervising Architect or Engineer.

87
CHAPTER III

PLAIN AND REINFORCED CONCRETE

PART 1 – GENERAL

1.1 SCOPE OF WORKS


This item shall consist of furnishing, placing and finishing concrete in the building and
related structure, flo1od and drainage, and water supply structures in accordance with this
Specification and conforming to the lines, grades, and dimensions shown on the plans.

1.2 GENERAL REQUIREMENTS


1. Acronyms

The following acronyms for applicable standards/ publications are referred to in this
specification:

a. ASTM – American Society for Testing Materials


b. ACI – American Concrete Institute
c. POI – Pre stressed Concrete Institute
d. AWS – American Welding Society
e. AISC – American Institute of Steel Construction

2. Standard Specifications and Codes


The work covered by this Section unless otherwise specified or detailed, shall be
governed by the building Code requirements for Reinforced Concrete (ACI 318), Standard
Code for Arc and Gas Welding Society. The latest edition of all standards Specifications or
Codes will be used.

3. Coordination

The concrete work shall be coordinated with the work of other trades to allow reasonable
time to set sleeves, inserts and other accessories which must be in position before concrete
basis and pads of mechanical equipment shall be place to comply with approved shop
drawings for the equipment.

88
4. Workmanship
The contractor shall be responsible for any additional cost which may result from
concrete surfaces which are not finished to the required profile or elevation.

5. Samples
The contractor shall submit samples of cement and aggregates proposed for the use in the
concrete work for approval, enumerating names, sources and description of materials.

PART 2 – PRODUCTS

2.1 MATERIAL REQUIREMENTS


1. Portland Cement
a. Portland cement shall conform to the requirements of ASTM C-150 Type for normal
Portland cement, Type III for High Early Strength Portland Cement.
b. Cement shall be any standard commercial brand in 40 kilograms per bag such as:
Filipinas, Union, Republic, Apo or other locally available equipment.

2. Fine Aggregates

Sand shall be clean, hard, coarse river sand or crushed sand free from injurious amount
of clay loam and vegetable matter and shall conform to ASTM C-33 or C-330.

3. Coarse Aggregate

Gravel shall be river run gravel or broken stones. The maximum size shall be 1/5 of the
nearest dimension between sides of forms of the concrete, or ¾ of the minimum clear
spacing between reinforcing bars, or between re-bars and forms whichever is smaller.

4. Mixing Water

Water used in mixing concrete shall be clean and free from injurious amount of oils,
acids, alkali, organic materials or other deleterious substances.

5. Admixture

All air-entraining admixtures if used, shall conform to ASTM C-260. Water reducing
admixtures, retarding admixtures, and water reducing and accelerating admixtures, if used,
shall conform to the requirements of ASTM C-494.

PART 3 – EXECUTION

3.1 STORAGE OF MATERIALS


1. Cement and Aggregates, shall be stored in such a manner as to prevent their deterioration
or the intrusion of foreign matter.

89
2. Cement shall be stored, immediately upon arrival on the site of the work, in substantial
waterproof bodegas, with a floor raised from the ground sufficiently high to be free from
dampness, aggregates shall be stored in such a manner as to avoid the inclusion of
foreign matter.

3.2 PLAIN CONCRETE


General Requirements

1. Plain concrete, other than fill, shall have a minimum ultimate compressive strength at 28
days of 140 kilograms per square centimeter or 2,000 pounds per square inch and
material proportioning, and placing shall conform to the requirements of this section.

2. Concrete made with lightweight aggregate may be used with strengths less than 140 kg.
per square centimeters if it has been shown by tests or experience have sufficient
strength and durability.

3. The thickness of plain concrete walls may be 5 centimeters (2 inches) less than the
required by 6.17 for pain masonry walls but in no case less than 18 centimeters and the
ratio of unsupported height or length whichever is the lesser to thickness shall not be
greater than 22.

4. Concrete shall consist of Portland Cement, fine aggregates, water, water, and where
specified, Admixtures, proportioned mixed placed, cured and finished as hereinafter
specified.

5. The following special types of concrete shall be used where indicated on the detailed
drawings or as specified.
a. Lean concrete
b. Concrete with integral waterproofing
c. High early strength concrete may be used subject to the approval of the supervising
Architect and Engineer.

6. All provisions of the specifications shall apply the seven (7) day compressive strength
equal to the 28 days strength required for normal concrete. Admixtures used in concrete
shall be produced by a reputable manufacturer and used in accordance with the
manufacturer’s printed directions.
a. Plasticizing Admixture – concrete admixture shall be free from chlorides and shall
conform to ASTM C-494_651. The admixtures shall be used in all concrete mixtures
in accordance with the manufacturer’s specifications.
b. Calcium Chloride- shall not be used under any circumstances.

90
3.3 PROPORTIONING OF CONCRETE
1. The Contractor shall employ, at his own expense, an approved testing, laboratory
which shall design in mix for each type of concrete required by the Specifications
and drawings to obtain strength as determined by test cylinder at least 15% higher
than required. Strength requirements shall be as noted on the drawings.

2. The adequacy of the mix design shall be verified by a test on a minimum of 6


cylinders, 3 tested at 7 days; 3 at 28 days, in accordance with ASTM C-192 and G-39
and by Slump Tests in accordance with ASTM C-143.

3. The testing laboratory shall submit 5 copies of the mix design and the test results to
the Owner or his duly authorized representative for approval before any concrete is
placed.

4. If at any time during construction, the concrete resulting from the approved mix
design proves to be unsatisfactory for the reason such as too much water, lack of
sufficient plasticity to prevent segregation, honeycomb, etc, or insufficient strength,
the Contractor shall immediately notify the testing laboratory and the supervising
Engineer.

5. The laboratory shall modify the design, subject to approval by the supervising
Architect or Engineer until a satisfactory concrete is obtained.

6. Stone concrete- Minimum compressive cylinder strength of concrete fc’ at 28 days


area as follows.
a. fc’ 27.58 Mpa for suspended beam, slab and columns.
b. fc’ 20.68 Mpa for footings and walls.

7. The Water Content shall not exceed 28 liters per 40 kilograms per bag cement, and
the slump test shall not exceed 10 cm. in all cases unless otherwise changed by
supervising Architect or Engineer.
8. Lean Concrete- Lean concrete mix to be designated to produce concrete with a 28
day strength of 13.79 Mpa, slump and size shall be subjected depending on where it
is mixed.

3.4 DETERMINING CONCRETE PROPORTIONS


The determination of the proportion of cement, aggregate and water to attain the required
strengths shall be made by one of the following methods, but lower water cement ratios may be
required for conformance with the quality of concrete.

Method-1 Without Preliminary Test

91
1. Where preliminary test data on the materials to be used in the concrete have not been
obtained, the water cement ratio for a given strength of concrete shall not exceed the
values shown in Table 3-1.

2. When strength in excess of 281 kilograms per square centimeters (4000 pounds per
square inch) are required or when light weight aggregates or admixtures for the
purpose of air-entraining are used, the required water cement ratio shall be
determined in accordance with method-2.

Method-2 For combination of materials previously evaluated or to be established by


trial mixtures.

1. Water cement ratio strength greater than that shown in Table 3-1 (Maximum
Permissible Water Cement Ratio) 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.

2. 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 light-weight aggregates) which will
produce a range of strengths encompassing those required for the work.

3. 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.

4. 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 and compressive strength.

5. The maximum permissible water cement ratio for the concrete to be used in the
structure shall be that shown by the curve to 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 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 gallons per bag and it shall contain entrained water.
6. Where different materials are to be used for different portions of the work, each
combination shall be evaluated separately.

92
TABLE3 -1 MAXIMUM PERMISSIBLE WATER CEMENT RATIOS FOR
CONCRETE (METHOD-10

Specified Maximum permissible water cement ratio


Compressive Non air-entrained concrete Air-entrained concrete
Strength at 28 days,
US gal. Per Absolute US gal. Per Absolute ratio by
psi fc'
weight
42.6 kg. Bag Ratio by 42.6 kg. Bag
of cement Weight Of cement
2500 7-1/4 0.642 6-1/4 0.554
3000 6-1/2 0.576 5-1/4 0.465
3500 5-3/4 0.510 4-1/2 0.399
4000 5 0.443 4 0.354

3.5 CONCRETE PROPORTIONS AND CONSISTENCY


1. The proportions of aggregate to cement for any concrete shall be such as to produce a
mixture which will work readily into the corners and angles of the form and around
reinforcement without permitting the materials to segregate or excess free water to
collect on the surface.
2. The methods of measuring concrete materials shall be such that the proportions can
be accurately controlled and easily checked at any time during the work.

3.6 MIXING CONCRETE


The mixing and measuring equipment shall be approved by the supervising Architect or
Engineer. Unless otherwise authorized, concrete shall be machine mixed at the site or by ready-
mixed concrete.

A. Site Mixed Concrete

Provide a batch mixer type equipped with accurate timing and measuring devices and
operate in accordance with the manufacturer’s recommendations.

B. Mixing Time

1. For each batch, after all solid materials are placed inside the mixing drum, and water
is introduced before ¼ of the mixing time has elapsed, shall not be less than 1 minute
for mixers having a capacity of one (1) cubic meter or a fraction thereof for
additional concrete.
2. The concrete mixer shall revolve at no less than 14 or more than 20 revolutions per
minute. Speed greater than 20 revolutions per minute and less than 14 revolutions per
minute are usually found to be unsatisfactory.

93
3.7 CURING AND PROTECTION
1. All concrete work shall be protected from dying out after removal of forms by
covering with waterproof paper, polyethylene sheeting, burlap, with a coating of
approved membrane curing compound having moisture retention equal to 90 %
based on ATM C-309 and C-156, applied in accordance with the manufacturer’s
instructions for use.
2. Membrane curing compound shall not be used where floor hardener, membrane
waterproofing, damp-proofing, resilient floor tile or other floor or wall covering set
in adhesive, concrete-fill or setting beds, paint, plaster or other applied finishing or
surfaces treatment are to be subsequently applied.
3. Wet burlap as often as required to keep concrete wet throughout each day for a
period of at least 7 days where normal Portland cement is used and 3 days where
high early strength cement is used.

3.8 METAL REINFORCEMENT


1. Steel Bars
1. Reinforcing bars shall conform to ASTM Specifications A-615. All mild steel for
columns, shear wall, footings and footing beams shall be high grade deformed bars.
Fy= 413.7 Mpa.
2. For 10 mm and smaller bars use intermediate grade deformed bars. Fy =275.8 Mpa.
3. If reinforcing bars are to be welded, these specifications shall be supplemented by
requirements assuring satisfactory weld ability.
4. Bar and rod mats for concrete reinforcement shall conform to ASTM Specifications
A-184 and Wires for concrete reinforcement shall conform to ASTM A-82
Specifications.
5. Welded wire fabric for concrete reinforcement shall conform to ASTM A-185 except
that the weld shear strength requirements shall be extended to include a wire size
differential up to and including six gauges.
6. Wire and strand shall conform to ASTM A-416. Structural steel shall conform to
ASTM A-26 and Steel pipe for composite column shall conform to ASTM
Specification A-377.

2. Accessories

Provide bar supports and other accessories necessary to hold reinforcing bars in the
proper positions while concrete is being placed. Bar supports which come in contact with
forms for concrete exposed to view in the finished structure shall be galvanized or stainless
subject to approval.

3. Shop Drawing

94
a. Each reinforcing steel detail and placement drawings shall be submitted for approval.
Any material fabricated before the final approval of the shop drawings will be done
at the Contractor’s risk, but no material shall be installed until final approval of the
“Shop Drawings”.
b. All shop drawings shall be in accordance with the Manual Standard Practice for
Detailing Reinforced Concrete Structure ACT-315.

4. Labeling

Bars shall be properly labeled with weatherproof tags to facilitate identification.

3.9 PLACING OF REINFORCEMENT


1. All reinforcement shall be placed according to the approved drawings. The
Contractor shall provide sufficient bar supports, ties, anchors and other accessories to
hold all bars securely in place.
2. Unless detailed on drawings, all stirrups shall be held in place by bar spacers.
Reinforcing steel shall be cleaned of oil, grease, scale, rust or other coatings which
will impair bond.
3. All bars shall be bent cold.
4. All welded splices shall be done by certified welders having welder’s certificate and
shall submitted and approved by the supervising Architect or Engineer before any
welding works shall be started.
5. The welding of bars shall conform to AWS D-12.1 Recommended Practices for
Welding Reinforcing Steel.

3.10 STORAGE OF MATERIALS


Reinforcing steel bars shall be stored on supports above the ground level properly
covered with roof or plastic materials for protection from direct effect of moisture and the
considerable delay in use.

3.11 FORMS
General Conditions

1. Forms shall conform to the shape, lines and dimensions shown on the drawings.
They shall be sustainable and designed to resist the pressure and weight of the
concrete.
2. Forms shall be properly tied and braced or shored so as to maintain their position and
shape. Forms shall be sufficiently tight and strong to prevent leakage of mortar.

95
3. Where required by the Owner, Shop drawings of formwork, shall be submitted for
approval before fabrication and erection of such formwork.
4. Provide temporary openings where necessary to facilitate cleaning and inspection
before depositing concrete.
5. Before construction, all form materials are subjected to approval. The type of form
used shall be in accordance with the finish requirements as specified or as shown in
the detailed drawings.
6. Forming shall start at the first floor level with new materials. Forms for exposed
concrete may be reused only if the surface has not absorbed moisture and has not
splintered, warped or peeled, subject to the approval of the supervising Architect or
Engineer.
7. Forms shall be coated with non-staining form oil before setting reinforcement. The
form oil shall not contain chemical that will impair the strength of the concrete.
8. Side forms of footings may be omitted and concrete be placed against the next
excavation only when approved by the supervising Architect or Engineer.
9. All exposed corners shall be square. Extra care shall be exercised while stripping the
forms. Corners shall be protected against chipping or other damages that may be
caused by the working force.
10. Removal of forms or shoring is subject to approval by the supervising Architect or
Engineer, and under no circumstances shall bottom form and shoring be removed
until after the members have acquired sufficient strength to support their weight and
the load thereon. Forms shall remain in place for a minimum time as follows:

for roofing --------------------------------- 5days


for columns (4 meters high) and (1) for every additional meters or fraction
thereof------------------------------2 days
Stairs (bottom forms) --------------------21 days
beams and girders (side) ----------------3 days
beams and girders 14 feet span (bottom) and ½ day for every additional
foot or fraction thereof---------14 days
slab 7 feet span, and 1 day for every additional foot or fraction
thereof-----------------------------7 days

3.12 OTHER FORMS


Exposed exterior surfaces of building where Architectural finishing is required and as
shown in detailed drawings, the following conditions shall be observed.

1. Forms shall be designed and constructed to facilitate early removal without damage
to exposed surfaces of the concrete, free of offsets, and square corners true to lines
and profiles as detailed.
96
2. Form ties will not be permitted through forms for surfaces which will be exposed.
Formworks shall not be used twice unless otherwise approved by the supervising
Architect or Engineer.
3. Exterior and Interior Surfaces treated plywood forms or moisture resistant plywood
shall be laid vertically or horizontally in large area with joints so arranged and treated
properly as required to provide smooth concrete surfaces.

3.13 FINISHING OF SLAB


1. For roofing membrane waterproofing, the working processes is the same as that for
Resilient Flooring except steel troweling which may be omitted.
2. Exposed concrete finish surface where no finishing applied as called for on the
drawings shall be finished with a steel trowel as required to produce a hard, dense
finish free from surface imperfections.

3.14 WATERTIGHT CONCRETE


1. All waterproofing on deck or wherever called for in the plan shall be guaranteed to
be absolutely water proofed and free from leaking for a period of two (2) years.
2. Should any leakage develop in these areas, they shall be made waterproof by
approved waterproofing methods and materials and this shall be repeated if necessary
until all leaks has stopped.
3. Guarantee shall extend for a full two years after the last leaks has stopped.
4. All pipes or piping under slabs must be completed before the slabs are poured.

3.15 GRADATION OF AGGREGATES


1. Fine and Coarse aggregates used in concrete, shall be tested in accordance with the
requirements of the “Standard Specifications for Concrete Aggregates” ASTM 033-
67m with a minimum frequency of one (1) set of 6 and one (1) set of 7 tests per
1,000 cubic meter source, as follows:
2. At least one sample of fine and coarse aggregates used in concrete shall be tested in
accordance with the requirements of the “Standard for Concrete Aggregates” ASTM
033-67 grading as follows:

Coarse Aggregates

Specific Grading
Gravity Soundness
Absorption Abrasion
Material finer than No. 200 sieve.
Fine Aggregates

Grading . . . . . . . . . . . . . . . . . . . . . . . Absorption

97
Soundness . . . . . . . . . . . . . . . . . . . . . Organic impurities
Material finer than No. 200 sieve
Mortar strength, 7 days
Specific gravity
Coarse Aggregates (percent passing)

38 mm sieve . . . . . . . . . . . . . . . . . . . 100%
25 mm sieve . . . . . . . . . . . . . . . . . . . 95-100
13 mm sieve . . . . . . . . . . . . . . . . . . 25-50
No. 4 sieve . . . . . . . . . . . . . . . . . . . . 0-10
No. 8 sieve . . . . . . . . . . . . . . . . . . . . 0-5
Fine Aggregates (percent passing)

9 mm sieve . . . . . . . . . . . . . . . . . . . . 100%
No. 1 sieve . . . . . . . . . . . . . . . . . . . . . 90-100
No. 8 sieve . . . . . . . . . . . . . . . . . . . . . 80-95
No. 16 . . . . . . . . . . . . . . . . . . . . . . . . 50-85
No. 30 . . . . . . . . . . . . . . . . . . . . . . . . 30-70
No. 50 . . . . . . . . . . . . . . . . . . . . . . . . . 10-45
No. 100 . . . . . . . . . . . . . . . . . . . . . . . 0-10
3. Aggregates failing to meet these specifications, but which have been shown by
approved laboratory tests to produce concrete of the required quality may be used
where authorized by the Architect or Engineer.
4. Aggregates shall be quarried or washed in fresh water and shall contain no more than
twentieth 1/20 of (1%) percent salt by weight.

3.16 REBAR SPACING AND COVER


1. Reinforcing Bars

Reinforcing bars shall be fixed one to the other by means of adequate steel wire ties to
form rigid reinforcement cages or nets. The reinforcement shall be fixed in the form by
approved concrete distance blocks, space bars, links and stirrups, and all to be provided at
the Contractor’s expense. Reinforcing bars shall be spaced according to the approved
working drawings and the distance between bars shall not be less than those recommended
in ACI-318.

2. Concrete Cover.

The concrete to the gutter reinforcing bars shall be those recommended in ACI 318,
unless otherwise specifically indicated on the drawings.

98
3. Anchorage Length.

Plain bars shall be provided with end hook unless otherwise specified. The lengths of the
anchorage of reinforcing bars shall be at least those recommended in ACI 318.

4. Splices

Splices in bars shall be avoided as far as possible and shall be staggered in any one
structural member. They shall conform to the recommendations in ACI 318. In no case shall
splices be made at critical points of maximum stress.

3.17 PATCHING
1. Immediately after the forms have been removed and work has been examined by the
Owner, and his permission given, all loose materials shall be removed.
2. All holes, stone pockets and other surfaces which were in contact with forms treated with
cement retarding materials shall be removed with wire brush or other approved method
until a rough bonding surface of exposed aggregate is obtained.
3. Any surface considered by the supervising Engineer to be insufficiently roughened shall
be further roughened by an approved mechanical means. Surfaces shall be thoroughly
washed down with water.
4. Honey combed and other defective areas must be chipped out to solid concrete, the edge
cut as straight as possible and at right angles to the surface of slightly undercut to
provide a key at the edge of the patch.
5. Shallow patches may be filled with mortar similar to that used in the concrete. This
should be placed in layers not more than 12 mm thick and each layer given scratch finish
to improve bond with the succeeding layer.

99
CHAPTER IV

CONCRETE MASONRY

PART 1 – GENERAL

1.1 GENERAL CONDITIONS


The concrete masonry Contractor shall examine all drawings, specification and all
conditions that has relations and may affect his work and performance in the execution of the
Contract.

Where any deviation on the Plans and Specification is to be made, the Owner shall be
notified and his written approval shall be obtained before with the work.

1.2 SCOPE OF WORKS


The work covered by this Item shall include the following:

1. Furnishing of all necessary materials, tools, equipment, labor, and appliances necessary
to complete the execution of the concrete masonry work as shown on the drawings and
herein specified.
2. All preparations for masonry work necessary to receive and adjoin other work,
including provisions for inserts and attachments as noted in the plans and specifications
which shall be installed under the terms of this work.
3. Coordination with all other trades in laying out and execution of the concrete masonry
work. Giving the work his personal supervision and keeping a competent foreman on the
job at all times.
4. Arranging for adequate bracing, forming and shoring required in conjunction with and
in the course of constructing the concrete masonry although not provided for under other
sections.
5. Furnishing of all reinforcing steel for concrete masonry work and their placement
including for proper prosecution of the work.
6. Arranging for the necessary storage space and protection for materials at the job site.
7. Providing assistance and facilities for all inspections by the Owner or his authorized
representative as required in the course of execution of the work.
8. Arranging for furnishing test specimens and samples of materials as may be required.

100
1.3 MATERIAL REQUIREMENTS
The following materials to be used under this section of the specifications shall conform
with the concrete masonry standards as indicated.

1. Cement to conform with ASTM C-150.


2. Sand or fine aggregate shall be clear, sharp and well graded, and free from injurious
amount of dust, lumps, shale, alkali, surface coatings and organic matter.
3. Lime: Hydrated lime shall conform with ASTM C-207.
4. Quicklime shall conform with ASTM C-5 Specifications. Quicklime shall be slaked and
then screened through a 16 mesh sleeve.
5. After slaking, screening and before using, it shall be stored and protected for not less
than 10 days. The resulting product shall weigh not less than 1330 kilogram per cubic
meter.
6. Hollow load bearing masonry units shall be type 1 Class A or B unit conforming with
ASTM C-90-70 and the Philippine Bureau of Standard No. 15-2, series of 1979.
7. Solid load bearing masonry units shall be class A units conforming to ASTM C-145.
All load bearing masonry units shall have a minimum compressive strength of not less
than 5.5 Mpa (800 psi) based on 5 individual units when tested in accordance with the
methods set forth in ASTM C-140-70 or as tested by the Bureau of Research and
Standard, DPWH.
8. Masonry units shall have been cured for not less than 14 days if steam-cured, or 28 days
if air-cured when placed in the structure.

PART 2 – PRODUCTS
2.1 CONCRETE HOLLOW BLOCKS
1. For walls and partitions shown on the detailed drawings requiring concrete hollow
blocks, the Contractor either uses concrete or ceramic hollow blocks upon approval of
the Architect or Engineer.
2. The load bearing of hollow blocks shall have a minimum compressive strength of 6.89
Mpa (1000 psi) computed from the average of five (5) units based on the average gross
area, and a minimum of 5.41 Mpa (800 psi) for the individual unit respectively, all based
on gross area.

Visual Inspection

All units shall be sound and free from cracks or other defects that would interfere with
the proper placing of the unit or impair the strength or permanence of the construction.

Sampling of specimen

101
In sampling the blocks for the strength, absorption and moisture content determination,
ten (10) individual units shall be selected from each lot of 10,000 units or fraction thereof
and 20 individual units from each lot of more than 10,000 units.

Sampling

For lots of more than 10,000 units, 10 individual units shall be selected from each 50,000
units or fraction thereof, contained in the lot. For non-bearing type of CHB, no sampling for
test shall be required for less than 500 units to be used in the job.

Testing

Units shall be tested in accordance with the standard method of testing Masonry units of
the American Society of Testing Materials ASTM designation C-140 and or by the Bureau
of Materials and Quality Control, DPWH. No blocks shall be used unless results of tests are
known and duly approved by the supervising Architect or Engineer.

Reinforcement

All units shall be laid with a mortar composed of one part Portland cement and three
parts of sand. Reinforcement shall be done in accordance with the structural plans as to size,
spacing and other requirements.

2.2 MORTAR AND GROUT


Cement to be used for mortar and grout shall be: Type 1,2,3 or Type 4 Portland Cement
conforming to ASTM C-150.

1. Plastic cement shall have less than 12% of the total volume in approved types of plastic
agents and shall conform to all the requirements for Portland Cement per ASTM C-150,
except to the limitations in insoluble residue, air-entrainment, and addition subsequent to
calciration.
2. Mortar shall be frequently prepared and uniformly mixed in the proportion of 1 part of
Portland Cement ¼ part maximum lime putty or hydrated lime, loose sand not less than
1-1/2 and not more than 3 times the sum of the volume of cement and lime used, and
shall conform to ASTM C-270.
3. Grout for pouring shall be of fluid consistency and mixed in the proportion by volume:
1 part Portland Cement, 2-1/2 part minimum to 3 parts maximum damp loose sand and
where the grout space is less than 7.5cm in its least dimension.
4. Grout for pouring shall be fluid consistency and mixed in the ratio by volumes; 1 part
Portland Cement, 2 parts minimum to 3 parts maximum damp loose sand, 2 parts coarse
aggregate where the grout space is not more than 7.5 cm. in its least dimension.
5. Grout for pumping shall be of fluid consistency and shall have not less than 7 bags of
cement and shall have not less than 7 bags of cement in each cubic meter of grout. The
mix design shall be approved by the supervising Engineer.
6. Fluid consistency shall mean; as fluid as possible for pouring without segregation of the
constituent parts.

102
7. Aggregate for mortar shall conform to ASTM C-144.

2.3 ADMIXTURE
1. The use of Admixtures shall not be permitted in mortar or grout unless substantiating
data is submitted to and approved by the supervising Architect or Engineer.
2. The use of Admixtures shall not be permitted in mortar without reducing the lime
contact.
3. Insert coloring pigments may be added but not to exceed 6% by weight of the cement.
4. The use of uncontrollable fire clay, dirt and other deleterious materials is prohibited.
5. Water to be used shall be fresh, clean and free from deleterious quantities of acids alkali
and organic materials.

2.4 REINFORCING STEEL


1. The minimum requirements for deformed steel shall conform to ASTM A-305.
2. Wire reinforcement shall also conform with ASTM A-82.
3. Reinforcement shall be clean and free from loose, rust, scales and any coatings that will
reduce bond.

PART 3 – EXECUTION

3.1 CONSTRUCTION
A. Workmanship
1. Masonry work shall not be started when the horizontal and vertical alignment of the
foundation has a maximum total error of 25 mm or 2.5 centimeters.
2. All masonry work shall be laid true to line, level, plumb and neat in accordance with
the plans and to the satisfaction of the Owner.
3. Units shall be cut accurately to fit all plumbing ducts, openings electrical works, etc.,
and all holes shall be neatly patched.
4. Extra care shall be taken to prevent visible grout mortar stain.
5. No construction supports shall be attached to the wall except where specifically
permitted by the supervising Architect or Engineer.

B. Masonry Unit
1. Masonry unit shall be sound, dry, clean and free from cracks when placed in the
structure.

103
2. All masonry units shall be stored on the job and kept off the ground and protected
from the elements of weather.
3. Wetting the units shall not be permitted except when hot dry weather exists causing
the units to be warm to the touch, and then the surface only may be wetted with a
light fog spray.
4. Proper masonry units shall be used to provide for all window, doors, bond beams,
lintels, plasters, etc., with a minimum of unit cutting.
5. Where masonry units cutting are necessary, all cuts shall be neat and true to line.
6. Mixing of Mortar and Grout Mortar shall be mixed by placing ½ of the water and
sand in the operating mixer, then add the cement, lime and the remainder of the sand
and water.
7. Mortar should be re-tampered with water as required to maintain high plasticity. Re-
tampering on mortar boards shall be done only by adding water within a basin
formed with mortar and the mortar re-worked into the water.
8. Any mortar which is unused after 1-1/2 hours from the initial mixing time shall not
be used.
9. After all ingredients are in the batch mixer, they shall be mechanically mixed for not
less than 3 minutes. Hand mixing shall not be employed unless specifically approved.

C. Bonding

Concrete masonry units shall be laid with the thicker edge of the core up to provide a
wider mortar bed.

1. Both face core and ends of all blocks should receive a full bed of mortar.
2. Cross web should be mortared.
3. For bonding masonry to the foundation, the top surface of the concrete foundation
shall be clean with laitance removed and aggregate exposed before masonry
construction can be started.
4. Where no bond pattern is shown, the wall shall be laid up in straight, uniform coarse
with regular running bond.
5. Intersecting masonry walls and partitions shall be bounded by the use of steel ties at
60 centimeter.

D. Reinforcement

When the foundation dowel does not line up with a vertical core, it shall not be sloped
more than one horizontal in six vertical.

1. Dowels shall be grouted into a core in vertical alignment, even though it is an


adjacent cell to the vertical wall.
2. Reinforcing bars shall be straight except for bends around corners and where bends
or hooks are detailed on the plans.

104
3. Reinforcing steel shall be lapped 30 bar diameters minimum where spliced bars shall
be separated by one bar diameter or wired together.
4. Vertical bars shall be held in position at the top and bottom and at intervals not
exceeding 192 diameter of the reinforcement.
5. Horizontal reinforcing bars shall be laid on the webs of the units in continuous
masonry courses, consisting of bond-beam or channel units, and shall be solidly
grouted in place.
6. Vertical reinforcing steel shall have a minimum clearance of 6 mm from the
masonry, and not less than one bar diameter between bars.
7. Wire reinforcement shall be completely embedded in mortar or grout. Joints with
wire reinforcement shall be at least twice the thickness of the wire.
8. Wire reinforcement shall be lapped at least 16 cm. at slices and shall contain at least
one cross wire of each piece of reinforcement in the lapped distance.

E. Grouting

Reinforcing steel shall be secured in place and inspected before grouting starts.

1. Mortar dropping should be kept out of the grout space.


2. All grout shall be puddle or vibrated in place.
3. Vertical cells to be filled with grout shall have vertical alignment to maintain a
continuous unobstructed core space.
4. Cells containing reinforcement shall be solidly filled with grout and pours shall be
stopped 3.8 centimeters below the top of a coarse to form a key at pour joints.
5. Grouting of beams over openings shall be done in continuous operation.
6. The top of unfilled cell columns under a horizontal masonry beam shall be covered
with metal latch or special units used to confine the front fill to the beam.
7. All bolts, anchors, or inserts in the wall shall be solidly grouted in place.
8. Spaces around metal door frame and other built-in items shall be filled solidly with
grout of mortar.

3.2 REJECTION
In case the shipment fails to conform to the specified requirements, the Contractor may
sort it, and new specimen shall be selected by the Owner or his supervising Engineer from the
retained lot and tested at the expense of the Contractor. In case the second set of specimens fails
to conform with the test requirements, the entire lot shall be rejected.

105
CHAPTER V

MASONRY FINISH

A. CEMENT PLASTER
PART 1 – GENERAL
1.1 GENERAL CONDITIONS
The Contractor shall furnish all cement plaster materials, labor, tools and equipment
required in undertaking cement plaster finish as shown on the Plans and in accordance with this
Specifications.

PART 2 – PRODUCT

2.1 MATERIAL REQUIREMENTS


Manufactured materials shall be delivered in the manufacturer’s original unbroken
packages or containers which are labeled plainly with the manufacturer’s name and trademark.

1. Cement- Cement shall be Portland Hydraulic Cement of any approved brand.


2. Hydrated Lime- shall conform with the requirements as defined in Hydraulic
Cement of any approved brand.
3. Fine Aggregates- Fine Aggregates (sand) shall be clean, washed and sharp river
sand, free from dirt, clay, organic matter or other deleterious substances.

Sand derived from crushed gravel or stone may be used with the supervising Architect or
Engineer’s approval but in no case, shall such sand be derived from stone unsuitable for use as
coarse aggregates.

PART 3 – EXECUTION

3.1 CONSTRUCTION REQUIREMENTS


A. Mixture
1. Mortar mixture for brown coat shall be freshly prepared and uniformly mixed in the
proportion by volume of one part Portland Cement, three (3) parts sand and one
fourth (1/4) part hydrated lime.

106
2. Finish coat shall be pure Portland Cement properly graded and mixed with water to
approved consistency and plasticity.

B. Surface Preparation
1. After removal of forms, reinforced concrete surfaces shall be roughened to improve
adhesion of the cement plaster.
2. Surface to receive cement plaster shall be cleaned of all projections, dust, loose
particles, grease and bond beakers.
3. Before any application of brown coat is started, all surfaces that are to be plastered
shall be wetted thoroughly with clean water to produce a uniformly moist condition.
4. 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 dropping.
5. The brown coat shall be lightly broomed or scratch before surface has properly set
and allowed to cure.
6. Finish coat shall not be applied until after the brown coat has seasoned for 7 days and
corrective measures had been done by the Contractor on surfaces that are defective.
7. Just before the application of the finish coat, the brown coat surface shall be evenly
moistened with clean water.
8. Finish coat shall be floated first to a true and even surface, then troweled in a manner
that will force the mixture to penetrate into the brown coat.
9. Surfaces applied with finish coat shall then be smooth with paper or foam in a
vertical motion to remove trowel marks, checks and blemishes.
10. All cement plaster finish shall be 10 mm thick minimum on vertical concrete and or
masonry walls.

Cement plaster shall not applied directly to:

a. Concrete or masonry surface that had been done coated with bituminous compound and,
b. Surface that had been painted or previously plastered.

3. Workmanship
a. Cement plaster finish shall be true to details and plumbed. Finish surface shall have
no visible junction marks where one day’s work adjoins the other.
b. Where directed by the Architect or Engineer or as shown on the Plans vertical and
horizontal groove joints shall be 25 mm and 10 mm depth.

107
C. PLAIN CEMENT PLASTER FINISH

PART 1 - GENERAL
The Contractor shall furnish all materials, tools, equipment and labor required in
undertaking the proper application of plain cement plaster finish as provided where plastering is
noted on the drawings and schedules.

Plastering work shall be properly coordinated with the work of other trades.

1. The work of other trades shall be adequately protected from damages during the
plastering operations. Finishing work shall be protected with a covering of heavy
craft, waterproof paper of other approved protective covering with lapped and sealed
joints.
2. Scaffolding shall be amply strong, well braced, tied securely and inspected regularly.
Overloading of scaffolding will not be permitted.

PART 2 – PRODUCT

2.1 MATERIAL REQUIREMENTS


1. Portland Cement shall conform with the standard specifications of the ASTM 1-150,
type-1, latest edition.
2. Hydrated lime shall conform with the standard specifications of the ASTM C-6, latest
edition.
3. Sand shall be hard, sharp, well washed, siliceous, clean and free from deleterious
material.
4. Water shall be fresh, clean and free from organic matter, acids and alkali.

2.2 DELIVERY, STORAGE AND HANDLING


Manufactured materials shall be delivered with unbroken packages or container which is
plainly labeled with the manufacture’s name and brand. All cement materials shall be kept dry
until ready for use.

They shall be stored off the ground. Under cover and away from sweating walls and
other damp surfaces.

108
2.3 MIXTURE
1. Plaster materials, specified on a volume basis, shall be measured accurately in an
approved containers that will insure the specified proportion.
2. Measuring materials with shovels or shovel count will not be permitted.
3. Mortar for brown coat shall be mixed in the proportion by volume of 1 part Portland
cement 3 parts sand, and ¼ part hydrated lime.
4. Mortar for finish coat shall be the same as specified for brown coats, except that the
proportions of sand shall be increased to not more than 4 parts.

PART 3 – EXECUTION

3.1 APPLICATION
All surfaces to receive plaster shall be cleaned of all projections, dust, loose particles,
grease bond breakers and other foreign matter.

1. Plaster shall not be applied directly to concrete of masonry surfaces that have been
painted or previously plastered.
2. Before the plastering work is started, masonry surfaces shall be wetted thoroughly with a
fog spray of clean water to produce a uniformly moist condition.
3. Brown coat- shall be applied with sufficient pressure to fill the grooves in hollow block
or concrete to prevent air pockets and secure a good bond.
4. The brown coat shall be lightly scratched and broomed. Each coat of cement plaster
shall be kept moist for 48 hours after application and then allowed to dry.
5. Finish coat- shall not applied until after the brown coat has seasoned for 7 days.

a. Dust before the application of the finish coat.


b. The brown coat shall again be evenly moisture with a fog spray.
c. The finish coat shall be floated first to a true and even surface then troweled in a
manner that will force the sand particles down into the plaster.
d. Plastered surfaces shall be smooth and free from rough areas, troweled marks,
checks and blemishes.
e. Thickness of the plaster shall be 10 mm (3/8”) to 12 mm ( ½”) on vertical
concrete and on masonry.

3.2 WORKMANSHIP
1. Plaster work shall be formed carefully around angles, contours, and well-up to screeds.
2. Special care shall be taken to prevent sagging and consequent dropping of mortar during
applications.

109
3. There shall be no visible junction marks in the final coat where on day work adjoins the
other.

3.3 PATCHING, PAINTING AND CLEANING


1. Upon completion of the building, and when directed, all loose, cracked, damage or
defective parts shall be cut out and re-plastered in a satisfactory and approved
workmanlike manner.
2. All painting and patching of plastered surfaces and plaster work abutting or adjoining
any other finish work, shall be done in a neat and workmanlike manner.
3. Plaster drops or spatter shall be removed from all surfaces. Exposed plastered surfaces
shall be left in a clean, unblemished condition ready to receive paint or other finish.
4. After the work has done, all protective coverings of cement finishes shall be removed
from the floors. All rubbish and debris shall be removed from the building.

110
CHAPTER VI

STRUCTURAL STEEL

PART 1 – GENERAL

1.1 SCOPE OF WORKS


The scope of work under this section consists of furnishing of all materials, labor, tools,
equipment and performance of all operations relative to the fabrication, delivery to site, erection
and painting of structural steel trusses and purlins as shown on the Plans.

1.2 DESIGN CONDITIONS


1. All structural steel work shall be in accordance with AISC Specifications for the Design,
Fabrications and Erection of Structural steel for buildings.
2. Materials, and parts necessary to complete each item through such work which is not
shown or specified shall be included, such as miscellaneous bolts, anchor, supports,
braces, and connections etc.
3. Shop drawings as well as erection drawings shall be prepared and submitted by the
Contractor to the supervising Architect or Engineer for approval before any fabrication is
made.

1.3 SHOP DRAWINGS


1. Shop drawings giving complete information necessary for the fabrication of the
component parts of the structures, including the location, type and size of all rivets, bolts
and welds, shall clearly distinguish between shop and field rivets, bolts and welds.
2. Shop drawings shall be made in conformity with the best modern practice and with due
to speed and economy in fabrication and erection.

PART 2 – PRODUCT

2.1 MATERIALS
1. All structure steel shapes and plates shall conform to ASTM A-36.
2. Light-Gauge Cold-formed Structural Steel shall conform to pertinent specifications of
the American Iron and Steel Institute (AISI).
3. Machine Bolts shall conform to ASTM A-307. Each bolt shall be provided with standard
nuts and washers.

111
4. Anchor Bolts- shall conform to ASTM A-141.
5. Cross Bracing with Turnbuckles shall conform to ASTM A-307.
6. Welding Electrodes- shall conform to AWS A-5.1 or A-5.; E 70 Electrodes.

2.2 FABRICATION
1. Field fabrication shall be kept to a minimum. And shop fabrication shall be employed to
the greatest extent possible with members shop fabricated as practicable with a minimum
requirement for field connections.
2. Welding, shearing, gas cutting, chipping and all other works involved in the fabrication
of structural steel shall be done only by certified and experienced welder.
3. Surfaces to be welded shall be free from loose side, rust, grease, paint and other foreign
materials that will impair the soundness of the weld.
4. Temporary weld and assembly attachments shall be kept to a minimum. All temporary
attachment that are welded, shall be removed by a flame torch above the parent metal
surface and ground to smooth surface by power grinding.
5. Note shall be made on the Plans and on the shop drawings of those joints or groups of
joints in which it is especially important for the welding sequence and technique of
welding to be controlled carefully, to minimize welding under restraint, and to avoid
undue distortion.
6. Weld length called on the Plans and on the shop drawings shall be net effective length.

2.3 CONNECTIONS AND HOLES


Connections shall be as shown in the drawings and shall develop the full capacity of the
members.

1. Surfaces or joints prepared for welded or high strength bolted connections shall comply
with the cleanliness requirements of all joints surfaces and contact surfaces within
friction types joins as specified in “Bolted parts” of the AUSC Specifications.
2. Holes shall be punched or drilled at right angles to the surface of the metals and shall not
be enlarged by burning.
3. Holes shall be clean-cut without rugged edges. Outside burrs resulting from drilling or
reaming operations shall be removed with a tool which reaches a 1.588 mm level around
the bolt holes.

2.4 QUALITY CONTROL REQUIREMENTS


1. Quality controls shall be practiced by the Fabricator to assure high quality in the work. In
addition to the fabricator’s quality control procedures, materials and workmanship shall
be subject to Inspection by qualified inspectors representing the Owner.
2. Fabricator shall cooperate harmoniously with the inspector to avoid interpretation in the
work, when correction will be needed.

2.5 REJECTION
112
1. Materials or workmanship not in reasonable conformance with the provisions of this
Specification shall be rejected at any time during the progress of the work.
2. The Fabricator shall receive copies of all reports made by the Inspector authorized by the
Owner and/or his supervising Architect or Engineer.

PART 3 – EXECUTION

3.1 ERECTION
1. The steel structures shall be erected plumb and true to line and grade. Bracings and
supports shall be introduced whenever necessary to take care of all loads to which the
structure may be subjected. Such bracings shall be left in place as long as may be
required.
2. Base plates and bearings plates shall be supported on steel wedges until the supported
members shall have been aligned and plumb, following which the entire bearing area
shall be grouted solid with non-shrink cement grout.
3. Grouting mortar shall be of the commercial type approved by the supervising Architect
or Engineer and the methods of use as recommended by the manufacturer.

3.2 MARKING
1. Shop fabricated members shall be marked prior to delivery to facilitate the erection of
the members.
2. Markings shall be listed and given description and copies of which shall be furnished to
the Owner.
3. Markings shall be neatly painted on the members with a distinctive color of enamel.

3.3 SHOP PAINTING


1. Steel works to be encased in concrete shall not be painted. All other steel works shall
be given one coat of shop paint of red lead primer, applied thoroughly and evenly to
dry surfaces, which have been cleaned, by brush, spray roller coating, floor coating
or dipping at the selection of the Fabricator.
1. Steel work prior to painting and after inspection and approval shall be cleaned of loose
mill scale, loose rust, weld slag or flux deposit, dirt and other foreign materials.
2. Oil and grease shall be removed by solvent. Parts of the steel work which shall be
fielded, welded or connected shall not be painted. All steel work specified to have no
shop paint shall likewise be thoroughly cleaned.

3.4 FIELD PAINTING


All steel work after complete erection, shall be field painted with the type and color
specified in the section of painting of this Specifications. Painting shall not be done on any steel
surface that is thoroughly clean and dry.

113
CHAPTER VII
CARPENTRY

PART 1 – GENERAL

1.1 SCOPE OF WORKS


The works to be done under this Item consist of 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 the applicable
drawings, details and these Specifications.

PART 2 – PRODUCTS

2.1 MATERIAL REQUIREMENTS


A. Lumber

Lumber of the different species herein specified for the various of the structure shall be
well seasoned, sawn straight , sun-dried or kiln-dried and free from defects such as loose
and unsound knots, pitch, pockets, sapwood, cracks and other imperfections impairing its
strength, durability and appearance.

B. Grades of Lumber and Usage

1. Stress grade lumber is seasoned, close- grained and high quality umber of the
specified specie, free from defects and suitable for sustaining heavy load.
2. Stress grade lumber shall be used for wooden structural members subject to heavy
loads, and for sub-floor framing imbedded or in contact with concrete and masonry.
3. Select grade lumber of the specified specie is generally of high quality of good
appearance, without imperfections, and suitable for use without waste due to defects
and suitable also for natural finish.
4. Select grade lumber shall be used for flooring, sidings, fascia and base boards,
trims, molding, millwork, railings, stairs, cabinet work, shelves, doors, windows,
and frame of openings.
5. 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.
6. Common grade lumber shall be used for light framework for walls and partitions,
ceiling joists and nails.

114
C. Lumber Species and Usage

Unless otherwise specified on the Plans, the following lumber species shall be used as
indicated:

1. Lawaan(select grade) for door frames/panels set in wooden framework, for trellis,
cabinet work, shelves, flooring and sidings.

2. Coco lumber (select grade) for formworks and scaffoldings.

D. Moisture Content
1. Rough Lumber for framing and siding boards shall be air-dried or sun-dried such that
its moisture content shall not exceed 22 percent.
2. Dressed lumber for exterior and interior finishing for doors and windows, millwork,
cabinet work and flooring boards shall be kiln dried having no moisture content in
excess of 14 percent at the time of its installation.

E. Substitution in Lumber Specie


1. Any lumber equally good for the purpose intended may be substituted for the
specified kind subject to the prior approval of the supervising Architect or Engineer.
Provided that the substitution shall be of an equal or better specie acceptable to the
supervising Architect.
2. In case of substitution with better specie, no additional cost there for shall be allowed
to the Contractor.

F. Plywood

Plywood shall be of good grade and made of laminated wood strips bonded together with
water resistant resin glue.

1. The laminated glue core shall be finished both faces with select grade tanguile, red
lawaan veneers or equivalent not less than 2 mm thick, similarly bonded to the core.
2. The plywood of not less than 19 mm thick shall be free from defects such as split in
veneer, buckling or warping and shall conform to the requirements of the Philippine
Trade Standards 631-02.
3. Thickness of a single layer of laminae shall not be less than 2 mm. The laminae shall
be superimposed in layers with grains crossing at right angles in successive layers to
produce stiffness.
4. The face veneers shall be rotary cut from selected grade timber. The laminae and
face veneers shall be bonded with water resistant resin glue, hot pressed and pressure
treated.
5. Ordinary tanguile, red lawaan, palosapis or equivalent grade with good quality face
veneers, 6 mm thick shall be used for double walling and ceiling not exposed to
moisture.

115
6. Waterproof or marine plywood shall be used for ceiling exposed to moisture such as
at toilets and eaves, and ceiling to be finished with acrytex.

G. Material Other than Lumber


1. 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.

Glue powder form shall be in soaked container and shall be without evidence of lumping
of deterioration in quality.

2. 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.

Nails of adequate size shall be steel wire, diamond-pointed, ribbed shank and bright
finish.

Screw of adequate size shall be cadmium or brass plated steel with slotted head.

Lag Screw of adequate size, for anchoring heavy timber framing in concrete of
masonry, shall be galvanized steel.

Bolts and nuts shall be of steel having a yield point of not less than 245 Mpa. Bolts
shall have square heads and provided with standard flat steel washers and hexagonal
nuts 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 with
out any need for blocking.

The threaded bolt shall be finished smooth for ease of engaging and turning of nut.

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 show on Plans.

PART 3 – EXECUTION

3.1 CONSTRUCTION REQUIREMENTS


1. Quality of Materials

116
All materials to be incorporated in the carpentry and joinery works shall be of approved
quality as specified. Before using, all materials shall have been inspected and inspected
and accepted by the supervising Architect or Engineer.

2. Storage and Protection of Materials


a. Lumber and other materials shall be protected from dampness during and after
delivery at the site.
b. Materials shall be delivered well in advance of actual need and in adequate quantity
to preclude delay in the work.
c. Lumber shall be piled in orderly stack at least 15.0 cm. above the ground and at
sheltered place where it will be of least obstruction to work.
3. Shop Drawing

Complete Shop Drawings with essential dimensions and details of construction, as may
be required by the supervising Architect or Engineer in connection with carpentry and
joinery work, shall be submitted for approval before proceeding with the work.

4. Rough Carpentry

Rough carpentry covers timber structural framing for roof, flooring, siding, partition and
ceiling.

a. Framing shall be stress grade or common grade lumber of the specie specified.
Rough carpentry shall be done true to lines, levels and dimensions. It shall be
squared, aligned, plumbed and well fitted at joints.
b. Trusses and other roof framing shall be assembled, fitted and set to exact location
and slope indicated on the Plans.
c. Fasteners, connectors and anchors of appropriate type, size and number shall be
provided and fitted where necessary.
d. Structural members shall not be cut, bored or notched for the passage of conduits or
pipes without prior approval of the supervising Architect or Engineer.
e. Members damaged by such cutting or boring shall be reinforced by means of
specifically formed and approved steel plates or shapes. Otherwise, damaged
structural members shall be removed and replaced to the satisfaction of the
Architect or Engineer.
f. Timber framing in contact with concrete or masonry shall be treated with termite
proofing solution and after drying coated with bituminous paint.

5. Finished Carpentry

Finished carpentry covers work on flooring, siding and ceiling boards, stairs, cabinets,
fabricated woodwork, millwork and trims.

a. Framing lumber shall be selected grade, free from defects and where exposed in
finished work, shall be selected for color and grain.

117
b. Joints of framing shall be tenoned, mortised or doweled where suitable, closely fitted
and secured with water resistant resin glue. Exterior joints shall be mitered and
interior angles coped.
c. Panels shall be fitted to allow for construction or expansion and insure that the panels
remain in place without warping, splitting and opening joints.
d. Exposed edges of plywood or plywood for cabinets shall be provided with select
grade hardwood strips, rabbetted as necessary, glued in place and secured with
finishing nails. To prevent splitting, hardwood for trims shall be drilled before
fastening with nails or screws.
e. Fabricated woodwork shall be done preferably at the shop. It shall be done true to
details and profiles indicated on the Plans.
f. Where set against concrete or masonry, woodwork shall be installed after curing is
completed.
g. Exposed wood surfaces shall be free from disfiguring defects such as raised grains,
stains, uneven planning, sanding, tool marks and scratches.
h. Exposed surfaces shall be machine or hand sanded to an even smooth surface, ready
for finish.

6. Fastener
a. Nails shall not be driven closer together than one half their length unless driven in
bored holes, or closer to the edge of the timber than one quarter their length.
b. Nails shall penetrate by at least half their length into the timber farthest from the
head. End distance, edge distance and spacing of nails shall be such as to avoid
splitting of wood.
c. Lag Screw shall be set into pre-bored lead holes and not driven. The lead hole for
the hank shall have the same diameter as the shank and the same depth as the
unthreaded portion of the shank.
d. The lead hole for the threaded portion shall have a diameter equal to about 75% of
the diameter of the shank and the same length as the threaded portion.
e. Lengths of bolts shall be enough to extend through the nut and an allowance for nut
tightening.
f. All nuts shall be accessible for servicing by wrenches.
g. Bolts shall be set into drill holes suitably sized enough for snug fit.

7. Pressure Treated Lumber and Plywood


a. Lumber, plywood and plyboard specified a treated with wood preservative shall be
preservative shall be pressured treated with water borne preservative as Wolman Salt,
Boliden Salt or Tanalith H-R.
b. Pressure treatment shall meet the standards set by the American Wood Preserves
Association per publication C 2-77, or the Philippine Trade Standards PTS 243-
02.000 as to penetration and amount of chemicals retained in the treated lumber.

118
c. Final retention of chemicals in the wood shall be a minimum of 5.6 kg/m3
d. Pressure treated lumber shall be accompanied by a certification of pressure treatment
from the wood preserving plant as to the pressure treatment, sizes and quantity of
wood treated.
e. Notwithstanding the presentation of said certification, the supervising Architect or
Engineer may require physical inspection and undertake borings to ascertain
penetration of preservative into the wood.
f. Each boring should show penetration of not less than 2.5 centimeters.

8. Rat Proofing
a. Enclosed hollow spaces between wooden flooring and ceiling and between double
sidings or partitions shall be made rat proof in accordance with Department of Health
Requirements.
b. Hollow space between wooden flooring and ceiling shall be rendered rat-proof by
laying continuous strips of galvanized iron sheet or 10 mm wire mesh, about 25 cm
wide and centered along floor plates or sills of partitions and exterior walls.
c. The rat proofing strips shall be sandwiched between floor joists/ plates and sills of
partitions or sidings. The strips shall be nailed to the top of joists as well as to
underside of sills and floor boards.
d. This part of the rat proofing may be omitted whenever it is clear that an equally
effective protection is provided by concrete or tile floors or by the upper surface of
reinforced concrete or tile floors or by the upper surface of reinforced concrete or
steel directly supporting the sidings.
e. All exterior openings between adjoining floor joist and girders or beam that might
give rats direct access into the hollow space inside, shall we not closed by the fascia
board or the like, be covered with strips of the same rat proofing material of
sufficient size to close entirely the opening in question.
f. Double sidings or partitions as well as furred posts are made rat proof by lining the
inner face of the board or panel sheeting with continuous vertical strips of the
aforementioned rat proofing material up to a height of at least 30 cm from the base of
the partition, siding or furred post. The lower edge of the rat proofing sheet shall be
in contact with the floor throughout its entire length.

9. Measurement and Payment


a. Carpentry and Joinery Work shall be measured per complete item supplied, installed
and accepted.
b. Payment shall be based on the measured quantity of each completed item and the
Unit Bid Price as quoted in the Bid Proposal.
c. Such unit bid price shall be inclusive of all plant, materials, labor, overhead, profit
and other incidental expenses in connection with the finished work.

119
d. Structural timber framework for roofing, flooring, partition and siding shall be
measured on the basis of lumber board feet involved and paid for based on the
quoted bid price per board foot. Such bid price shall be inclusive of fasteners needed
to complete the framework.
e. Flooring and siding boards, base and fascia boards, solid panels, stairs, handrails and
trims shall be measured on the basis of number of board feet involved and paid for
based on the corresponding quoted unit bid price per board foot.
f. Double walling for partitions and sidings shall be measured on the basis of the area
involved in square meters and paid for based on the quoted unit bid price per square
meter.
g. Ceiling boards shall be measured based on the area involved in square meters.
Payment shall be based on the quoted unit bid price per square meter. Such unit bid
price shall be inclusive of the cost of nailers, hangers and fasteners.
h. Cabinets shall be measured based on the area involved in square meters. Payment
shall be based on the number of units completed and the unit bid price per unit.
i. Incidental work for the main items on carpentry and joinery work such as wood
preservation, rat proofing and any other items necessary to complete the work but not
specifically mentioned in the Bill of Quantities contained in the Bid Proposal shall be
deemed to be covered by the unit or lump sum prices quoted for the other items of
work listed in said Bill of Quantities.

Pay Item Number Description Unit of Measure

Item-1 Structural timber framework --------------------- Bd. Ft.


Item-2 Flooring, and siding boards,
Base and Fascia boards, solid
Panels, stair, handrails and trims----------------- Bd. Ft.
Item-3 Double walling-----------------------------------------Sq. M.
Item-4 Ceiling Boards -----------------------------------------Sq. M.
Item-5 Cabinets -------------------------------------------------Each

120
CHAPTER VIII

HARDWARE

PART 1 – GENERAL

1.1 SCOPE OF WORK


This Item shall consist of furnishing and installing all building hardware required to
ensure rigidity of joints or connections of the different parts of the structure and equipment 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.

1. The contractor shall provide all rough hardware required for the completion of the
work, including nails, spikes, bolts, log screws, etc. and shall provide and fit in place
all finishing hardware hereinafter specified-put on in the most improved manner with
screws to match the finish.
2. The contractor shall provide and fit in place all hardware not herein specifically
mentioned but necessary to leave the work complete. All such hardware should there
be any, shall conform in every respect to the balance of the hardware herein
specified.
3. Finishing hardware, suitable to the service required to fully equip in the most
satisfactory operative condition, for all doors, windows transom sashes, screen doors
and windows, closet, built-in cabinets counters, drawers, lockers and other operating
members throughout the project shall be furnished and installed or fitted by the
Contractor.
4. Where the exact types of hardware specified are not adoptable to the finishing, shape
or size of members requiring the hardware, suitable types having as applicable the
same operation and quality as the corresponding individual types specified shall be
furnished.

PART 2 – PRODUCTS

2.1 MATERIAL REQUIREMENTS


A. 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.

121
B. 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.

1. Door Locksets
Door locks appropriate for particular functions shall be of durable construction,
preferably the product of reputable manufacturer for consistent quality and master keying.

2. Hinge

Hinge unless otherwise indicated on the Plans shall be rass coated wrought iron steel for
interior doors and wrought bronze for exterior doors with non rising loose steel pins with
button tips and mounting screws of the same materials.

3. Sliding Door Hardware


a. Track is of rolled steel formed steel or extruded aluminum.
b. Bearing is of plain steel balls or steel rollers.
c. Wheels to be steel, brass, rubber or plastic as the case maybe.
4. Fastenings

Fastenings of suitable size, quality and type shall be provided to secure hardware in
position. Machine screws and expansion shields shall be provided for securing items of
hardware to concrete, brick tile or masonry instead of wood screws.

5. Exposed Items of Hardware


a. After hardware has been properly fitted, all exposed items such as knobs platers,
pulls, locks, etc., shall be removed until final coat of painters finish has been
applied, and then hardware installed.
b. Other items of hardware, unless to be painted over that are not to be removed before
painting shall be properly marked or completely covered until final coat of painter’s
finish has been applied, after has been applied, after which such protective cover
shall be removed.

2.2 PLACING ORDER OF HARWARE


1. The contractor shall place his order for all hardware early in order to avoid delay in
the job.
2. No request for extension of time shall be entertained by the Owner due to this delay
and
3. No substitution of hardware shall be allowed due to negligence of contractor on this
matter.

122
PART 3 – EXECUTION

3.1 CONSTRUCTION REQUIREMENTS


A. Door Knobs, and Latch Strikes
1. All lock and latch strikes shall be installed in door frames at the same height from the
floor.
2. Door knobs shall be located so that the center of the knob is 95 centimeters from the
finished floor and or as directed by the supervising Architect or Engineer.

B. Butt Hinges

1. Each panel of hinged doors shall be hung on two (2) butts for doors 1.50 m. or less in
height.
2. Three (3) butts, over 1.50 m. high and not over 2.10 m. Four (4) butts above 2.10 m.
in height.
3. Doors of a greater height than 2.10 m. unless otherwise specified shall be hung on an
additional one butt for each 65 centimeters or fraction thereof.

Thickness of door Width of door Size of Butt Hinges

21 or 25 mm (7/8-1”) . . . . . . . . . . . 90 cm. . . . . . . . . . . . . . . . . . . 63 mm (2-1/2”)


28 mm (1-1/8”) . . . . . . . . . . . . . . .90 cm . . . . . . . . . . . . . . . . . . . . . . . . . 75 x 75 mm (3” x 3”)
35 mm (1-3/8”) . . . . . . . . . . . . . . 90 cm . . . . . . . . . . . . . . . . . . . . . . . . . 88 x 88 mm (3-1/2”)
44 mm (1-3/4”) . . . . . . . . . . . . . . . 90 cm . . . . . . . . . . . . . . . . . . . . . . . . 100 x 100 mm (4” x 4”)
56 mm x 63 mm . . . . . . . . . . . . . . . 90 cm . . . . . . . . . . . . . . . . . . . . . . . . 125 x 125 mm (5” X 5”)
The shower doors shall be governed by the above schedule for hinges.

4. Where the size of the butt hinges is not sufficient to allow door to clear door trim in
open position, same shall be increased.

C. Counters, Shelves, Cabinets, Lockers, etc.


1. Other hardware not covered by previous specifications for all wooden counters,
shelves, cabinets, drawers, cabinet doors, closet doors, cup abroad, or wall cabinets,
glass show cases, storage shelves, work tables, lockers and all other woodwork and
interior finishing of similar nature indicated on plans are included in this contract.
2. It shall be done in accordance with detail drawings and full size details which shall
be requested by the Contractor from the supervising Architect or Engineer, well
ahead of their installation.
3. The Contractor shall furnish and install all necessary hardware for all the above
work, complete and suitable to the service required to fully equip them in very
satisfactory operative condition in strict accordance with this section of the
Specifications and the applicable drawings

123
4. All modification in hardware required by reason of construction indicated shall be
made to provide specific operative functional requirements.
5. All hingers that are needed shall be steel brass plated and of the size suitable for the
purpose. Use Hager, Stanley, Kwikset or Corbin or an approved equivalent.
6. All necessary hardware for all woodwork specified above such as bolts, automatic
catches, cylinder locks, drawer pulls, cabinet and closet door pull knots, push or
cover plates, strikes, holder, indicators, push or pull bars, drawer locks, etc., shall be
cast bronze or brass chromium finished in accordance with the specifications.
7. Their sizes shall be suitable for the purpose approved by the Owner or in accordance
with those shown and specified in the full size details.
8. Schedule of all hardware to be purchased by the Contractor shall be submitted first to
the supervising Architect or Engineer for approval before ordering them.
9. All hardware shall be brought to the job in original package. Samples shall
accompany schedules.

D. Butt Hinges Make


For all doors on Butt Hinges, unless otherwise specified, use botton stop butts, Hager,
Sanley, Kwikset or approved equivalent highly polished and plated with non raising pin for
door opening outside.

E. Cabinet Door Catch and Pull


1. Each cabinet door sash shall be provided with a door pull, Corbin No. 4374, extruded
brass, chrome finish, or approved.
2. Cabinet doors with locks shall be provided with elbow-catches, Corbin No. 01623 cast
bronze or approved equal on the inactive sash.
3. Cabinet doors not provided with locks shall be provided and fitted with fraction catches.
4. Sliding cabinet doors shall be provided with drawer pulls of the flush type, cast brass or
bronze.

F. Drawer Pull Locks


1. Each drawer shall be provided with pulls of the type specified for cabinet doors.
2. The Contractor shall provide and set complete, ready for operation, one pin tumbler
cylinder lock of the medium of standard type, for each door in accordance with the
schedule below.
3. U.S. Standard finishes as specified shall apply to all locks used “Russwin, Yale,
Corbin, Weiser, Schalge of the Standard type, or the approved equivalent.
4. The trade mark and plate numbers given herein are to designate only the quality,
type, operation, materials and style or design required.
5. Schedule of Locksets: (In this Item, specify the name if door lock as to the brand,
serial number, color, and what particular door is to be installed such as: main door,
bed room, toilet, etc.)

G. Master Key and Grand Master Key

124
1. All lock shall be Master keyed as stated on the above schedule of lockset and grand
master keying for the whole building.
2. Before placing the purchase order for door locks, it shall comply with the
manufacturer’s requirements regarding the master keying for the locks.
3. The keying for this project shall be in accordance with the requirement of the Owner.
4. Supply of Keys:
D-1 Grand Master Key -------------------- 6 each
D-2 Master Key ------------------------------- 3 each
D-3 Keys for each lock -------------------- 3 each
As specification writer, you can make your own specification as to the number,
quality and type. This is only a guide how you will prepare your specifications.

5. Other doors not included in this schedule, but necessary to leave the works complete,
shall be provided and fitted complete, by the Contractor with one lockset suitable to
the service required and depending under which type and finish of each door lock,
shall be classified by the Architect or Engineer.

125
CHAPTER IX

ROOFING MATERIALS

A. PRE-PAINTED ROOF

SCOPE OF WORK
This Item consist of furnishing all pre-painted metal sheet materials, tools and
equipment, plant including labor required in undertaking the proper installation complete as
shown on the Plans and in the accordance with this Specifications.

9B.1 MATERIAL REQUIREMENTS


All Pre-painted metal sheet and roofing accessories shall be oven baked painted true to
profiles indicated on the Plans.

Pre-painted roofing sheets shall be fabricated from cold rolled galvanized iron sheets
specially tempered steel for extra strength and durability. It shall conform to the material
requirements defined in PNS 67: 1985.

Profile section in identifying the architectural molded rib to be used are: Regular
corrugated , Quad-rib, Tri-wave, Rig-wave, Twin rib, etc. Desired color shall be subject to the
approval of the Architect.

1. Gutters, valleys, Flashings, Hip and Ridge roll shall be fabricated from gauge 24 (.6
mm) thick cold rolled plain galvanized iron sheets specially tempered steel. Profile
section shall be as indicated on the Plans.
2. Fastening hardware shall be of galvanized iron straps and rivets. G.I. straps are of .50
mm thick x 16 mm gauge 26 and standard G.I. rivets.
3. Base metal thickness shall correspond to the following gauge designation available
locally follows:
Base Metal Thickness Designated Gauge

.40 mm thick Gauge 28


.50 mm thick Gauge 26
.60 mm thick Gauge 24
.80 mm thick Gauge 22

Length of roof sheets available in cut from 5 feet to 12’ long. Long span length uo to
18 meters. Special length by arrangements.

9B-2. CONSTRUCTION REQUIREMENTS

1. Before any installation begins, the Contractor shall ascertain that the top faces of the
purlins are in proper alignment.
126
2. Correct the alignment as necessary in order to have the top faces of the purlins on an
even plane.
3. Sheets shall be handled carefully to prevent damage to the paint coating. Lift all
sheets or sheet packs on to the roof frame with the overlapping down-turned edge
facing towards the side of the roof where installation will commence, otherwise the
sheets will have to be turned end to end during installation.
4. Start roofing installation by placing the first sheet in position with the sown turned
edge in line with other building elements and fastened to supports as recommend.
5. Place the down-turned 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 the subsequent sheets until the whole roofing areas is covered and or adopt
installation procedure provided in the instruction manual for each type of molded rob
profile.
6. For walling applications follow the procedure for roofing but allow a minimum end
lap of 10 cm. for vertical walling.
7. End Lap. In case handling or transport consideration requires using two or more end
lapped sheets to provide full length coverage for the roof run, install each line of
sheets from bottom to top or from eave line to apex of roof framing. Provide 15 cm.
minimum end lap.
8. Anchorage. Pre-painted steel roofing sheets shall be fastened to the wood purlins
with standard length G.I. straps and rivets.
9. For steel Frame up to 4.5 mm thick, use self-drilling screw No. 12 by 3.5 cm. long
hexagonal head with neoprene water.
10. For steel support up to 5 mm thick or more, use threaded cutting screw No. 12 by 4.0
cm long hexagonal head with neoprene water.
11. For side lap fastener use self drills screw No. 10 by 1.6 cm. long hexagonal head
neoprene washer.
12. Valley fastened to lumber and for walling, use self drilling wood screw No. 12by 2.5
cm. long hexagonal head with neoprene washer.
13. Valley fastened to steel supports, use self drilling screws, hexagonal head with
neoprene washer, drill size is 5 mm diameter.
14. In cutting pre-painted steel sheets to place the exposed color side down, cutting shall
be carried out on the ground and not over the top of other painted roofing product.
15. Power cutting or drilling to be done or carried out on pre-painted products already
installed or laid in position, the area around holes or cuts shall be masked to shield
the paint from hot fillings.
16. Storage and Protection. Pre-painted steel roofing, walling products and accessories
should be delivered to the job site in strapped bundles.
17. Sheets and or bundles shall be neatly stacked in the ground and if left in the open it
shall be protected by covering the stack materials with loose tarpaulin

127
CHAPTER X

DOORS AND WINDOWS

A. ALUMINUM FRAMED DOORS


PART 1 – GENERAL
1.1 SCOPE OF WORK
This Item shall consist of furnishing all aluminum glass door and window materials,
labor, tools and equipment required in undertaking the proper installation as shown on the Plans
and in accordance with this Specifications.

PART 2 – PRODUCTS

2.1 MATERIAL REQUIREMENTS FOR DOOR


1. Frames and panel members shall be fabricated from extruded aluminum sections true
to details with clean, straight, sharply defined profiles and free from defects
impairing strength, durability and appearance.
2. Extruded aluminum sections shall conform to the specification requirements of
ASTM B-211
3. Screws, nuts, washers, bolts, rivets and other miscellaneous fastening shall be made
of non-corrosive materials such as aluminum and stainless steel.
4. Hardware for fixing and locking devices shall be closely matched to the extruded
aluminum section and adaptable to the type and method of opening.
5. Vinyl weather strip shall be first class quality flexible vinyl forming an effective seal
and without adverse deformation when installed.
6. Pile weather strip shall be silicon treated and free from residual wetting agents and
made of soft fine hair as on wool, fur, etc.
7. Glazing shall conform to the requirement specified in Item Glass and Glazing
Specifications.

128
PART 3 – EXECUTION

3.1 CONSTRUCTION REQUIREMENTS


1. For all assembly and fabrication works, the cut ends shall be true to line and
accurately jointed, free of burrs and rough edges.
2. Cut-out recesses, mortising, grinding operation for hardware shall be accurately
made and properly reinforced when necessary.
3. Main frame shall consist of head, sill and jamb stiles specifically designed and
machined to inter-fit and be joined at corners with self-threading screws.
4. Frame sill shall be stepped and sloped with offset weep holes for efficient drainage to
the exterior.
5. Door panel shall be accurately joined at corners assembled and fixed rigidly to
ensure weather tightness.
6. Aluminum glass door and main frame shall be installed in a prepared opening to be
set plumb, square, level and true to details.
7. All joints between metal surface and masonry shall be fully caulked weather
tightness.
8. Sliding type door panel shall be equipped with concealed roller tracks with bottom
guide.
9. Double action type door panel shall be equipped with heavy duty hinges that will
control the door leaf in a close or open position.
10. Weather strip shall be furnished on edges at the meeting stiles of doors.
11. Where aluminum is to be in contact with steel, concrete, cinder, block, tile, plaster or
other similar masonry construction, the aluminum surface shall be back painted
before erection with a bituminous paint.
12. Exposed Aluminum surface shall be electro type hard coats.
13. Protection
a. All aluminum parts shall be protected adequately to ensure against damaged
during transit and construction operations.
b. Aluminum parts in contact with steel members shall be properly insulated by a
coat of zinc chromate primer applied to the steel or by application of bituminous
paint.
14. Cleaning
a. The Contractor shall protect all entrance units during construction and shall be
responsible for removal of protective materials and cleaning of all aluminum
surfaces.
b. Aluminum shall be thoroughly cleaned with plain water with kerosene or
gasoline and then wipe surfaces using clean cotton fabric. No abrasive cleaning
agents shall be permitted.

129
B. WOOD FRAMED DOORS
PART 1 – GENERAL

1.1 SCOPE OF WORKS


The work includes furnishing and installation of all wood doors and frames and all
appurtenances complete in place

PART 2 – PRODUCTS

2.1 MATERIAL REQUIREMENTS


A. Wood panel doors shall be made of solid, kiln dried, Tanguile wood stiles, rails,
mullions, beads and panels, 45 mm thick, unless otherwise specified.

B. All door frames shall be made of solid, kiln dried, Tanguile wood. Joints shall be mortise
and tenon, joined with an approved type of glue. Wood work shall be as shown on the drawings,
sanded, filled, resanded, and finished as specified in Section 33035, Painting.

PART 3 – EXECUTION

3.1 FINISH
After fabrication and before installation, all wood doors and frames shall be coated with
an approved synthetic resin clear sealer and shall be protected from damage until installation.

3.2 INSTALLATION
All wood doors and frames shall be fitted plumb and square in walls and openings by
means of screws and expansion shields, as shown on the Drawings.

C. WINDOWS
PART 1 – GENERAL

1.1 SCOPE OF WORKS


The scope of work under this Item is the same as that of Aluminum Glass Doors and also
the Material and construction Requirements of Section 11-1 and 11-2 of this chapter
respectively.

130
PART 2 – PRODUCT

2.1 MATERIAL REQUIREMENTS (as shown in schedule of Doors &


Windows)
A. Anodized Aluminum Frame Window
B. Powder Coated Aluminum Frame Window
C. Powder Coated Aluminum Frame Glass Curtain Wall and Frameless Window
Type
A. Glass Jalousie Blade 6” on Aluminum Frame Window Panel

Window Panel shall be connected at corners with miter joint fixed rigidly to ensure
weather tightness.

B. Cleaning
1. 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 the supervising
Architect or Engineer.
2. Aluminum shall be thoroughly cleaned with kerosene or gasoline diluted with water
and then wipes surface using clean cloth rugs.
3. No abrasive cleaning materials shall be permitted is cleaning aluminum surfaces.

PART 3 - EXECUTION
All windows shall be set plumb and true to line in openings. The joints between the
window frame and masonry shall be carefully caulked.

131
CHAPTER XI
GLASS AND GLAZING

PART 1 – GENERAL

1.1 SCOPE OF WORKS


This Item consists 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.

PART 2 – PRODUCTS

2.1 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.

A. Clear Glass
1. Tempered clear glass for use at interior/exterior wall aluminium doors and
windows. Glass shall conform to ASTM C1036, Type 1, Class 1.
2. 12 mm heat-strengthened glass for use at frameless door panels and window
panels.
B. Frosted Glass
C. Reflective Glass
D. Tempered Glass
E. Glazing Materials
1. Glazing materials for glass installation may be:

a. Bulk compound such as mastic that are elastic and non-skinning compound.
b. Putties- wood sash putty, or metal sash quality.
c. Sealant- shall be chemically compatible with setting blocks, edge blocks and
sealing tapes.
2. Performed Sealant such as:
a. Synthetic polymer- shall be base sealant that is resilient or non-resilient type.

b. Performed Gasket- shall be compression or structural type.

3. Setting and Edge Blocks shall be made of lead or neoprene, chemically compatible
with sealant.
132
4. Accessories like glazing clips, shims spacer strips etc. shall be made from non-
corroding metal accessories.

F. MIRROR GLASS

Shall be of high quality float glass free from imperfections and impurities, 6 mm(1/4 inch)
thick. Silvering shall be performed by modern continuous operation under controlled conditions.
The coating shall be of pure silver and of adequate thickness to provide reflectivity of 83% or
more of incident light, and shall be without pinholes or other defects visible to the naked eye.

PART 3 – EXECUTION

3.1 CONSTRUCTION REQUIREMENTS


1. Safety precaution and procedure shall be observed in determining the sizes and in
providing the required clearances by measuring the actual opening to receive the
glass.
2. Movable items or parts shall be kept in a closed and locked position until after the
glazing compound has thoroughly set.
3. All glass sheets shall be bedded, back puttied, secured in place and face puttied.
Secure glass in aluminum frame with non-corrosive clips except where glazing beads
are required.
4. Apply putty in uniformly straight lines, with accurately formed bevels and clean cut
corners, and then remove excess putty from glass and frames.
5. 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.
a. Secure glass in wood doors and wooden frames with glazing stops.
b. Secure stops on doors with screws.
6. Glass breakage caused in executing the work or by faulty installation shall be
replaced by the Contractor without extra cost.
7. Improperly installed glass which does not fully meet the requirements of its grade,
will not be accepted and shall be replaced without extra cost.
8. The Contractor shall provide and install complete set ready or use mirrors in all
comfort rooms and elsewhere shown on the Plans. The size and location for each
mirror shall be as indicated on the Plans or as directed by the Architect.

A. Workmanship
1. All glass shall be accurately cut to fit openings and set with equal bearing on the
entire width of plane.
2. Putty shall be neatly run in straight lines parallel with inside of glazing rebate.
3. Corners shall be carefully made. All excess putty shall be removed and surfaces left
clean.
133
4. Apply a thin of putty to rebate and set glass. Apply putty by pressing into an even
bed secured.
5. Place spring wire or angle glazing clips and run face putty. Remove excess putty
from other side flush with edge of rebate.

B. Cleaning

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.

C. Samples

The Contractor shall submit for approval duplicate sample (15 cm. X 25 cm.) of each
type of glass bearing manufacturer’s label and a can of each type of putty.

134
CHAPTER XII

FINISHES

A.PAINTING

PART 1 – GENERAL

1.1 SCOPE OF WORK


This item shall consist of furnishing all paints, enamels, varnishes and other products to
be used including labor, tools and equipment required as shown on the Plans and in accordance
with this Specification.

PART 2 – PRODUCT

2.1 MATERIAL REQUIREMENTS


a. All paint materials shall meet the requirements of the Standard Specification of the
Standardization Committee on supplies.
b. All paint materials shall be delivered on the job-site in their original containers with
labels and seals unbroken.
c. Manufacture or brand of painting materials to be used shall either be Dutch Boy,
Davies, Boysen or any equivalent approved by the designing Architect.

Kind of Paint Intended use

Flat latex white interior ceiling


Semi-gloss interior and exterior walls
Clear Gloss Lacquer for wood use
QDE Paint for Steel use
Traffic Paint for PWD Symbol

1. Tinting color
Tinting colors shall be first grade pigments ground in alkyd resin, which disperse
and mix easily with paint to produce colors desired.

135
2. Patching Compound
Patching compound shall be fine powder material that can be mixed into putty
consistency with oil base primers and paints to fill minor surface dents and
imperfection.

3. Natural Wood paste Filler


Wood paste filler shall be quality filter ready mixed in can for filling and sealing
open grains of interior wood. It shall produce a level finish for succeeding coats
of paint, varnish or lacquer and other related products.

4. Wood Stain
Wood stain shall contain colored pigments and oil which penetrate the wood and
provide a rich and lasting protective stain.

5. Varnish
Varnish shall be extremely durable clear coating, highly resistant to wear and tear
without cracking, peeling, whitening, spotting, with minimum loss of gloss for
maximum period of time.

6. Lacquer
Lacquer shall be clear gloss, solid nitrocellulose base specially formulated for the
use in the tropics. It shall exhibits fast solvent release and dries to a hard but
flexible film with high gloss effect.

7. Sanding Sealer
Sanding sealer shall be quality sealer for wood surfaces that provides a non-
absorbent base for color treatment which are applied on it. It shall exhibit good
hold out and sealing properties, fast drying and easy to smooth by sandpaper.

8. Glazing Putty
Putty shall be an alkyd-type product for filling minor surface unevenness.

9. Concrete Neutralizer
Neutralizer shall be quality surface conditioner to be diluted with water to
neutralize lime activity in new exterior and interior concrete surfaces improving
paint adhesion and durability.

10. Silicon Water Repellant


Silicone water repellent shall be transparent water shield especially formulated to
repel rain and moisture on exterior masonry surfaces.

PART 3 – EXECUTION

3.1 CONSTRUCTION REQUIREMENTS


The Contractor prior to commencement of the work shall be examine the surfaces to be
applied with paints, enamels, varnishes, lacquers, sanding sealers and other related products in
order not to jeopardize the quality and appearance of painting and finishing work

136
A. SURFACE PREPARATION

1. Surface Examination
No exterior paint or interior finishing shall be done under condition which may
jeopardize the quality of appearance of the painting finishing.

2. Preparation
a. All surfaces to receive paint should be cleaned and in proper condition. Wood work
shall be sandpapered and dusted clean, all knot holes, pitch pockets, or sappy
portions shall be shellacked or sealed with knot-sealer.
b. Nail holes, cracks or defects shall be carefully puttied after the first coat with putty
matching color of the stain or paint.
3. Interior Woodworks
Finishing shall be sandpapered between coats. Cracks, holes or imperfections in
plaster shall be filled with patching plaster and smoothed off to match adjoining
surfaces.

4. Plaster or Masonry
a. Masonry or plaster shall be completely dried before any sealer or paint is applied.
b. After the primer sealer coat is dried, all visible suction spots shall be toughed up
before the succeeding coats are applied.
c. Work shall not be continued until after all spots have been sealed. In the presence of
high alkali conditions, surfaces shall be washed to neutralize the alkali.
5. Metals
a. Metal shall be clean, dry and free from mill scale, oil, grease and rust.
b. Unprimed galvanized metal shall be primed with quality epoxy metal primer paint,
red lead, or red oxide primer.
c. Cleaned metal shall be primed with quality epoxy metal primer paint, red lead, or red
oxide primer.
6. Concrete and brick surface
The surface shall be wire brushed clean. Glazed surface and those with traces of
patching compound shall sand papered or acid etched before applying a primer.

7. Cleaning Methods
a) Sunblasting – There are three general method used in sunblasting:
1. Conventional dry sandblasting – The sand is not recycled. However, respirators
and other safety precautions shall be observed since environment restrictions on
dry blasting are becoming increasingly severe.
2. Vacuum Sandblasting – This method reduces health hazard, the sand is recovered
outright. It is however costlier and less efficient compared with the dry blasting
method. The vacuum method is useful inside shops and in areas where dust might
damage machineries.
137
3. Wet Sandblasting – This method reduces the hazard of dust and maybe required
by legal restrictions. The wet sand and residues accumulate on ledges and other
flat areas where rinsing operation is necessary.
b) Wire Brushing and Scraping – Power and hand wire brushing shall be used on
small jobs in the cleaning areas after sandblasting and on surfaces where sandblasting
is not feasible.
c) Power Tools – Power tools such as rotary wire and disc tools, rotary impact chippers
and needles sealers shall be used if sandblasting is not feasible.
d) Water Blasting – Water blasting shall be used in cleaning and removing old paint
from large masonry surfaces. It is generally used and acceptable for health and
environmental requirements.
e) Acid-etching – use an acid solution with or without detergent to roughen a dense
glazed surface. Rise thoroughly the acid-etched surface to remove the residual
soluble reaction of calcium and magnesium chloride which affect the adhesion and
stability of latex paint in particular.
f) Paint remover – Both the conventional solvent base and the water rinse able types
of paint removers may be used to removed old paint. Most paint removers contain
was, this wax shall be removed completely before painting for it destroy adhesion
and inhibit the drying of paint.
g) Alkali Cleaning – Alkali cleaners shall not be used in masonry surfaces adjacent to
aluminum, stainless steel or galvanized metal.
Surfaces which are cleaned by alkali cleaners must be thoroughly rinse and clean
with water. Residual alkali and detergents can cause greater damage to paint of they
are not removed completely.

8. Surfaces Conditioning
a. All surfaces shall be in proper condition to receive the paint finish. Woodwork shall
be hand-sanded smooth and dusted clean, with knotholes pitch pockets or sappy
portions sealed with natural wood filler.
b. Nail holes, cracks or defects shall be carefully puttied after the first coat matching the
color of paint.
c. Interior woodworks shall be sand-papered between coats. Cracks holes or
imperfections in plaster shall be filled with patching plaster and smoothed off match
adjoining surfaces.
d. Concrete and masonry surfaces shall be coated with concrete neutralizer and allowed
to dry before any painting primer is applied.
e. 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 Plan in accordance with the
approved color scheme.
f. Metals shall be clean, dry and free from mill scale and rust. Removed all grease and
oil from surfaces. Wash, unprimed galvanized metal with etching solution and allow
it to dry.

138
g. Metal surfaces shall be primed with red oxide, red lead or epoxy primer as specified
before final coat is applied.

In addition, the contractor shall undertake the following:

1. Voids, cracks, and other kind of defects, shall be repaired with proper patching
materials and finished flush with the surrounding surfaces.
2. Marred or damaged shop coats on metal shall be spot primed with appropriate metal
primer.
3. No painting and varnishing works shall be done during rainy or damp weather.
4. Varnish should not be applied when the temperature is too hot or cold. Allow
appropriate ventilation during application and drying period.
5. All hardware shall be protected or removed prior to painting and varnishing
operation.

9. Application
a. Paints when applied by brush shall be none fluid, thick enough to lay down an
adequate film of wet paint. Brush marks shall flawed out after the application of
paint.
b. Paints prepared for application by roller must be similar to brushing paint. It must be
non sticky when thinned to spaying viscosity to break up easily into droplets.
c. Paint is atomized by high pressure pumping rather than broken up by the large
volume of air mixed with it. This procedure changes the required properties of the
paint.

10. Workmanship
a. All works shall be performed by experienced and skilled craftsmen to assure finished
work of first class quality, appearance and durability.
b. All paints, and other coating shall be mixed and applied strictly in accordance with
the manufacturers printed instructions.

11. Mixing and thinning


a. At the time of application, paint shall show no sign of deterioration. Paint shall be
thoroughly stirred, strained and kept at uniform consistency during application.
b. 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 gallons of paint.
c. Kerosene shall not be use as paint thinner. Paints of different manufacturer shall not
be mixed together.

139
12. Storage
a. All materials to be used under this item shall be stored in a single place to be
designated by the Architect and such place shall be kept neat and clean at all time.
b. Necessary precautions to avoid fire must be observed by removing oily rags, waste,
etc. at the end of daily work.

13. Cleaning
a. All cloths and cotton waste which are fire hazards shall be placed in the metal
container or destroyed at the end of daily works.
b. Upon completion of the work, all staging, scaffolding and paint containers shall be
removed and disposed.
c. Paint drips, oil or stains on adjacent surfaces shall be removed and the entire job left
clean and acceptable to the supervising Architect or Engineer.

B. CERAMIC TILES
SCOPE OF WORK
This item shall consist of furnishing all ceramic tiles and cementitious materials, tools
and equipment and including labor required in undertaking the proper installation of floor and
walls and floor tiles as shown in the plans and accordance with this Specification.

A-1 MATERIALS REQUIREMENTS


A. Ceramic tiles
1. 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 classified by ASTM C-242 as to their degree of
water absorption.
2. Ceramic tiles and trims are manufactured either by dust pressed process or by plastic
process in which the clays are made plastic by mixing with water, shaped by
extrusion or in models and then fired.

B. Unglazed tile and trim


1. Unglazed tiles shall be hard dense tile of homogeneous composition. Its color and
characteristics are determined by the materials used in the body, the method of
manufacture and the thermal treatment. Unless otherwise specified, used unglazed
tiles for all floors as indicated on the plan.
2. Trims are manufactured to match wall tile color, texture and to coordinate with it in
dimension.
3. These are shaped in various ceramic trim units such as caps, bases coves, bull-nose,
corners, angles, etc. that are necessary for edging or making a transition between
intersecting surfaces.

140
C. Synthetic granite white tiles

A-2 CONSTRUCTION REQUIREMENTS


Tiles 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 any
kind damages.

A. Surfaces Preparation
1. Mortar mix for scratch coat and setting bed shall consist of one part Portland cement
¼ parts sand by volume.
2. Surface to receive tile must be level, true to elevation, dry, free from dirt, oil and
other kinds of ointments.
3. Allow at least seven days curing of scratch coat and setting bed installation work
shall be allowed to proceed until unsatisfactory conditions are corrected.
4. Thoroughly dampen surfaces of masonry or concrete before scratch coat is applied.
5. On masonry surfaces apply first a thin coat with pressure, then bring it out
sufficiently to compensate for the major irregularities of the surfaces to a thickness
not less than 10 mm at any point.
6. Evenly rake the scratch coat to provide good mechanical key before the mortar mix
has fully hardened.

B. Installation of Ceramic Unglazed Wall Tiles


Ceramic tiles shall be soaked in clean water prior to installation for a minimum of one hour.

1. Determine and mark layouts of ceramic tiles as to joint location, position of trims and
fixtures so as to minimize cutting less than one half size of the tile.
2. Thoroughly dampen surface of wall but not to saturate the surfaces,
3. 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.
4. Lay the tiles true to profile then exert pressure and tamp tile surface before the bond
coat mix has initially set.
5. Continue with the next fill tile to be laid and pressed firmly upon the setting bed
tamped until flush and in placed of the other tiles.
6. Intersections and returns shall be formed accurately using the appropriate trim.
7. All lines shall be kept straight and true to profiles, plumbed and internal corners
rounded using the appropriate trims.

C. Installation of Vitrified Unglazed Floor Tiles

141
1. Before tile is laid to the floor, surface shall be tested for levelness or uniformity of
slope by flooding it with water. Area where water ponds are filled and leveled, shall
be tested again before the setting bed is applied.
2. Established the lines of borders and center of the walls of the field work in both
directions to permit the pattern to be laid with a minimum cutting of tiles.
3. Clean concrete sub-floor then moisten but do not soak. Then, sprinkle dry cement
over the surface and spread the mortar 0ont the setting bed.
4. Apply and spread mortar mix for setting bed and tamp to assure good bond over the
entire area to be laid with tile.
5. Pitch floor to drain as shown on Plans or as directed by the Architect or Engineer.
6. Allow the setting bed to set sufficiently, then spread a bond of coat over the surfaced
and lay the tile.

D. Grouting and Pointing.


1. Before grouting of joints, tiles shall have been laid in place for at least 24 hours.
Grouting mortar shall be white Portland cement or blended with pigments to acquire
the color appropriate for the ceramic tiles.
2. Grouting mortar shall be applied over the tile by float or squeegee stroked diagonally
across the joints.
3. Removed excess mortar with a wet sponge stroked diagonally or in circular motion
after 12-15 minutes.
4. Follows with a barely damp or dry sponge to removed remaining haze while
smoothing all grouted joints.

E. Cleaning
1. Clean ceramic tiles surfaces thoroughly as possible upon completion of grouting.
2. Removed all grout haze observing tile manufacturer’s instructions as to the use of
acid or chemical cleaners.
3. Rinse tile thoroughly with clean water before and after using chemical cleaners.
4. Polish surface of tile with soft cloth.

F. Protection
1. Apply a protective coat of neutral cleanser solution diluted with water in the
proportion of 1:4 or one liter cleanser concentrate to one gallon of water.
2. In addition, cover tile flooring with heavy duty non-staining construction paper,
taped in place.
3. Just before final acceptance of the work, removed paper and rinse the protective coat
of neutral cleaner from the tile surface.
4. Do not let protective paper get torn or removed.

142
A-2 CONSTRUCTION REQUIREMENTS

A. Installation
Installation of the tiles shall not commence until the work of other trade, including
painting has been completed.

1. The Contractor shall carefully examine all surfaces over which the tiles are to be
set.
2. Floor surfaces that are to receive vinyl tile shall be clean; thoroughly dry;
smooth; firm and sound; free from oil, paint, wax, dirt, and other damaging
materials.

C. Tile Laying Design


1. The tile laying design shall be indicated on Plans and in the colors selected and
approved by the Architect for each area.
2. All joints shall be parallel to wall lines except otherwise indicated on plan.
3. Where line patterns of tile run perpendicular to lines of other tiles, they shall be laid
truly at right angles.

C. Adhesive
1. Adhesive shall be applied in accordance with the adhesive manufacturer’s printed
directions unless specified of directed otherwise.
2. Smoking, the use of open flames, and other sources of ignitions are strictly prohibited
in the area where solvent containing adhesives are being used or laid.

D. Application of the Tiles


1. Start in the center of the room or work area and work from the center towards the
edges.
2. Keep tile lines and joints square, symmetrical, tight and even and keep each floor in a
true, level plane, except where indicated as sloped.
3. Vary edge width as necessary to maintain full size tiles in the field but no edges tile
shall be less than one half the field tile size, except where irregular shaped rooms
make it impossible.

E. Cutting
1. Cut vinyl floor tile to and fit around all permanent fixtures, pipes and outlets.

2. Cut edges, fit and scribe to walls and partition after flooring has been applied.

143
F. Edges Strips
1. Provide edging strips where flooring terminates at points higher at doorways where

thresholds are provided.

2. Edges strip shall be extruded aluminum butt type and beveled at exposed edges.

3. The top surface of the metal strips shall be finished flush with the tiles.

4. Secure strips at the end and between at about 20cm. apart with screws.

5. Submit samples of metal strips for approval before application and installation.

G. Cleaning and Waxing


After the vinyl tiles and accessories are laid and set, it shall be cleaned with a cleaner
as recommended by the manufacturer and coat of approved seal polish.

H. Protection
After the floor has been waxed, they shall be carefully protected against
damage, either with heavy building paper or by keeping traffic off the floors until
the area is ready for use.

144
CHAPTER XIII

WATERPROOFING

PART 1 – GENERAL

1.1 SCOPE OF WORK


This Item shall consist of furnishing all materials, labor, tools, equipment, plant and
other facilities required as shown on the Plans and undertaking the proper application of integral
and membrane waterproofing complete in accordance with this Specifications.

PART 2 – PRODUCT

2.1 MATERIAL REQUIREMENTS


A. Integral Waterproofing

Integral waterproofing compound shall be cementitious powder pre-mixed admixture or


water base surface coat conforming with the standard Specifications set by the Bureau of
Product Standards, Department of Trade and Industry.

B. Membrane Waterproofing

Membrane water proofing shall be Osmo-seal powder; Liquid Elastometric or Epoxy


Solventless waterproofing compound formulated for extra flexibility and resiliency to give
lasting waterproof effect.

PART 3 – EXECUTION

3.1 CONSTRUCTION REQUIREMENTS


1. Concrete mixture for, toilet and bathrooms, gutter, canopies and other areas indicated on
the Plans to be integrally waterproofed shall be blended with integral waterproofing
compound.
2. Only a minimum quantity of clean water shall be used in the concrete mixture to be
sufficiently plastic and to obtain enough workability in placing concrete.
3. Concrete surface to be applied with membrane waterproofing shall have been integrally
waterproofed, thoroughly set, dry, clean and free from foreign matters.
4. Surface shall be topped and plastered with double strength integral waterproofing
compound pre-mix admixture of screed mixture: One (1) part Portland cement, three (3)

145
parts clean and sharp sand and two (2) packages integral waterproofing compound (Ratio
of 1:3:2) steel trowelled to smooth surface finish.
5. Concrete slab shall be properly graded to drain rainwater. A minimum pitch of one
percent (1%) is satisfactory to drain rain water freely into the drain lines.
6. Drainage connection and weep-holes shall be set up to permit the free flow of water.
7. Any expansion and contraction joints shall be cleaned, primed, fitted with a backing rod
and caulked with sealant.
8. Prepared surfaces shall be cured and kept wet by sprinkling water at regular intervals for
a period of at least three days when smooth surface finish has actually set.
9. Allow cured surfaces to dry and remove all dust, dirt, debris and oil.
10. All loose areas shall be refitted and well secured. Repair cracks, breaks and open seams.
When required or as directed in the membrane, prepared surface shall be prime coated.

3.2 APPLICATION PROCEDURES


1. Prior to application, concrete surface shall be sound and cured without the use of curing
compound.
2. Apply a coat of neutralizer to remove oil, dirt, and other contaminants.
3. Apply a coat of concrete primer on surfaces to be installed with membrane self-sealing
type when required or as directed in the product instruction manual.
4. Stir thoroughly each container for membrane waterproofing before use.
5. Apply a coat of membrane waterproofing by brush, airless spray, notched trowel,
squeegee or roller preferably 15 to 20 mils maximum thickness of each wet coat.
6. Three applications is recommended and each coat is allowed a minimum of 24 hours
curing time between each coat or as recommended in the product manufacturer’s
instruction manual.
7. Application of membrane waterproofing coat should not commence unless the ambient
temperature is 4.44° C or higher and shall not proceed during inclement weather
condition.
8. The waterproofing compound is combustible. Extra care shall be observed by persons
having skin sensitiveness to wear protective gloves while applying.

3.3 PROTECTION OF MEMBRANE WATER PROOFING SURFACES


1. To have a bond between the membrane waterproofing and the slab, concrete topping
shall be placed as the membrane dries after 48 hours application.
2. If a bond is not required, the membrane shall be protected with asphalt asbestos board or
asphalt felt paper until such times as topping and concrete covering is applied.
3. Prior to topping or placing concrete cover, inspect the membrane for any damage and
repair work is required.
4. Exposed membrane surfaces at basement shall be covered and protected by installing
tightly butted asphalt impregnated protection boards with a minimum thickness of 6 mm
and 12 mm on all horizontal areas.
5. Use asphalt impregnated joint boards along all walls and cove areas.
146
CHAPTER XIV

PLUMBING

PART 1 – GENERAL

SCOPE OF WORK
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.

PART 2 – PRODUCT

2.1 MATERIAL REQUIREMENTS


All piping materials, fixtures and appliances fitting accessories whether specifically
mentioned or not but necessary to complete this Item shall be furnished and installed.

A. Plastic Pipes
1. Unless otherwise specified or shown on drawings all tube pipes to be use in this
project shall be plastic or synthetic materials.
2. For rigid type of connections, the following shall be used: Polyvinyl Chloride (PVC);
Chlorinated Polyvinyl Chloride (CPVC); Unplasticized Polyvinyl Chloride (uPVC);
Acrylonitrile Butadiene Styrene (ABS); Polypropylene (PP) and Polypropylene
Random (PPR) pipes for plumbing lines.
3. For flexible connections either of the following shall be used: Polyethylene (PE) and
Polybutylene (PB)
4. The PE and PB tubes are in coil form available up to 150 meters long in coil form
shall e used for underground water connections.
5. Plastic pipe shall be of quality made by reputable manufacturers free from defects,
and shall be true, smooth and cylindrical, the inner and outer surfaces being nearly
concentric as practicable.
6. They shall be in all aspect, sound and perfectly molded free from laps, pin holes or
other reasonably square to their axes.
7. Pipes and fittings for sanitary and potable water lines as approved alternate shall be
unplasticized Polyvinyl Chloride Pipes and fittings (uPVC).

147
8. Pipes and fittings shall be made of virgin materials conforming to specification
requirements defined in ASTM D-2241 and PNS 65: 1986.
9. Fittings shall be molded type and designed for solvent cement joint connection for
water lines and rubber O-ring seal joint for sanitary lines.

B. Septic Tank
1. The septic tank shall be provided as shown on the Plans including all pipe vents and
fittings.
2. Various construction materials such as concrete masonry work shall conform to the
corresponding Items of this Specification.
3. Inlet and outlet pipes shall conform to the latest edition of the National Plumbing
Code.

C. Plumbing Fixtures and Fittings


1. All fittings and trimmings for fixtures shall be chromium plated and polished brass
unless otherwise approved.
2. 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.
3. Built in fixtures shall be watertight with provision of water supply and drainage
outlet, fittings and trap seal.
4. Unless otherwise specified, all plumbing fixtures shall be made of vitreous complete
with fittings.
a. Water closet shall be vitreous china, free standing toilet combination, round front
bottom outlet siphon vortex or wash-down bowl with extended rear self and
closed coupled tank with cover complete with fittings and mounting accessories.
b. Lavatory shall be vitreous china, wall hung with rear overflow and cast in soap
dishes, pocket hanger with integral china brackets, complete with twin faucets,
supply pipes, p-trap and mounting accessories.
c. Where indicated on the Plans, the counter top model make and color shall be
approved by the designing Architect.
d. Urinal shall be vitreous china, wall hung wash-out urinal with extended shields
and integral flush spreader, concealed wall hanger pockets, 19 mm top spud
complete with fitting and mounting accessories. Model make color shall be
approved by the designing Architect.

D. Bathroom and Toilet Accessories


1. Shower head and fitting shall be movable, cone type with escutcheon arm complete
with stainless steel shower valve and control lever. All exposed surface to be
chromium finish.

148
2. Grab bars shall be made of tubular stainless steel pipe provided with safety grip and
mounting flange.
3. Floor drains shall be made of stainless steel beehive type, measuring 10 cm x 10 cm
and provided with detachable stainless strainer, expanded metal lath type.
4. Toilet paper holder shall be vitreous china wall mounted. Color shall reconcile with
the adjacent tile works.
5. Soap holder shall be vitreous china wall mounted. Color shall reconcile with the
adjacent tile works.
6. Faucets shall be made of stainless steel for interior use.
7. Hose bibs shall be made of bronze cast finish.

E. Special Plumbing Fixtures


1. Kitchen sink shall be made of stainless self rimming, single compartment complete
with supply fittings, strainer traps, dual control lever and other accessories.
2. Laboratory sink shall be made of cast iron metal with white porcelain finish with
single compartment, flat rim edge, 75 x 53 cm complete with supply fittings, strainer,
trap and other accessories.
3. Scrub-up sink shall be made of cast iron white porcelain finish with 3 compartment
X-ray processing tank, drain plug, open sanding drain 19 mm inlet spud complete
with stand and mounting accessories.
4. Built-in appliances such as urinal, lavatory and slope sink shall be installed as
indicataed on the Plans. Exposed surfaces to be tile wainscotings complete with
fitting accessories required as practiced in this specialty trade.
5. Squat Bowl(s) shall be vitreous china, wash down with integral foot treads, pail flush
type. Color, make and type to be approved by the designing Architect.
6. Grease Traps shall be made of cast bronze with detachable and mounting accessories.

F. Roof Drains, Overflow Pipes and Steel Grating


1. The Contractor shall provide fit and or install necessary drains with strainers where
shown on the Plans.
2. Each drain with strainer shall fit the size of the corresponding downspout or roof
leader over which it is to be installed and in conformity with the following schedule.
a. Scraper drains (for balconies, parapet) shall be made of bronze base with
flashing. Flange threaded outlet and convex with integral flashing clamp bolted to
flange.
b. “Josam” type drains shall be made of bronze base semi-dome with large free
area, flashing clamp and integral gravel stopper, for roof decks, canopies, gutters
and elsewhere indicated on the Plans.
c. Downspout when encased in concrete, unless otherwise shown on the Plans shall
be polyvinyl chloride (PVC), whether indicated or specified requirement as
herein described.

149
d. Overflow pipe shall be made of galvanized iron pipe measuring at least 13 mm
diameter and spaced at 20 centimeters on center.
e. Steel grating shall be made of wrought iron metals of design on shop drawings
approvd and surfaces to be coated with shop finish.

G. Fire Protection System


1. Fire hose cabinets shall be locally available consisting of 38 mm diameter valve hose
rack with 30 mm nipple rubber hose cable with square nozzle 38 mm diameter brass,
chromium plated.
2. Fire Standpipe system shall consists of risers and hose valves. Standpipe shall be
extra strong black iron.
3. Valves to be used shall be high grade cast bronze mounted with standing 79.40 kg.
working pressure.
4. Fire extinguisher shall be portable, suitable for Class A, B,C, fires, mounted inside
the cabinet. Cabinet shall be full flush mounting door with aluminum trim for glass
plate.
5. Frame and box shall be made of gauge 14 galvanized iron sheets with white interior
and red exterior baked enamel finish over the well prepared primer.
6. Cabinet shall be wall mounted and size to accommodate the defined components.
7. Yard hydrant where shown on the Plans shall match the Integrated Fire Department
requirements. Outlet shall be single 63 mm diameter gate valves with chain
connected caps.
8. Built in appliances such as urinal, lavatory and slope sink shall be installed as
indicated on the Plans. Exposed surfaces to be tile wainscotings complete with fitting
accessories required as practiced in this specialty trade.

PART 3 – EXECUTION

3.1 CONSTRUCTION REQUIREMENTS


The Contractor before any installation work is started shall carefully examine the Plans
and investigate actual structural and finishing work condition affecting all his work. Where
actual condition necessities are arrangement of the approved pipe layout, the Contractor shall
prepare Plan(s) of the proposed pipe layout for approval by the supervising Architect or
Engineer.

A. Installation of Soil, Waste, Drain and Vent Pipes


1. Soil Pipe- All soil and drainage pipes shall be sloped at 2 % or 2 cm. per 1.0 meter
run but in no case flatter than one (1%) percent.
2. Horizontal lines shall be supported be well secured heavy strap hangers.
3. Vertical lines shall be secured strongly by hooks to the building frame and a suitable
brackets or chairs shall be provided at the floor from which they start.
150
4. 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.
5. Vent Pipes in roof spaces shall be run as close as possible to underside of roof with
horizontal piping slope down to stacks without forming traps. Vertical vent pipes
may be connected into one main vent riser above the highest vented fixtures.
6. 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 120 cm. above the floor on
which the fixtures are located.
7. Horizontal waste line receiving the discharge from two of more fixtures shall be
provided with end vents unless separate venting of fixtures is noted on the Plans.
8. All changes in pipe sizes such as soil and waste lines shall be made with reducing
fittings or recessed reducers.
9. All changes in directions shall be made by appropriate use of 45°degrees Y; half Y;
long sweep; quarter bends or elbows for soil and waste lines where the changes in
direction of flow is from the horizontal to the vertical and discharges from water
closet.
10. Where it becomes necessary to use short radius fittings in other locations, the
approval of the supervising Architect or Engineer shall be obtained prior to
installation of said fittings,
11. Cleanouts at the bottom of each soil stack, waste stack, interior downspout, and
where else indicated shall be the same size as the pipe lines.
12. Vent pipes shall be flashed and made water tight at the roof with ferrule lead sheet.
13. Trap- each fixtures and place of equipment requiring connection to the drainage
system except fixtures and continuous waste shall be equipped with a trap. Each trap
shall be placed as near to the fixtures as possible.

B. Water Pipes, Fittings and Connections


1. The water supply piping shall be extended to all fixtures, outlets, and equipment
from the gate valves installed in the branch near the riser.
2. The cold water system shall be installed with a slope towards a main shutoff valve
and drain. Ends of pipe and outlets shall be capped or plugged and left ready for
future connections.
3. All pipes shall be cut accurately to measurements and shall be worked into place
without springing or forcing.
4. All piping above the ground shall be run parallel with the lines of the building unless
otherwise indicated on the Plan.
5. All services pipes, valves, fittings shall be kept at sufficient distance from other work
to permit finished covering not less than 12 mm from such work or from finished
covering on the different service.
6. No water piping shall be buried in floors, unless specifically indicated on the Plan.
Changes in pipe directions shall be made with reducing fittings.

151
7. Pipe drain indicated on the drawings shall consist of 12 mm globe valve with
renewable disc and installed at low points on the cold water piping so that all piping
shall slope 10 cm. in 30 meters.
8. All pipes to be threaded shall be reamed before threading. All screw joints shall be
made with graphite and oil or with an approved graphite compound applied to make
threads only.

C. Fire Standpipe System

Fire standpipe system shall consist of risers and hose valve. Standpipe shall be extra
strong black iron. Valves shall be of high grade cast bronze quality approved by the
Underwriter’s specifications.

D. Valves and Hose Bibs

Valves shall be provided on all supplied fixture as herein specified.

1. The cold water connections to the domestic hot water heaters shall be provided with
gate valves and the return circulation connection shall have gate and check valve.
2. All connection to domestic hot water heaters shall be equipped with unions between
valve and tanks.
3. Valve shall not be installed with its stem below the horizontal elevation. All valves
shall be gate valves unless otherwise indicated on the Plans.
4. Valves up to 50 mm diameter shall be threaded ends, rough bodies and finished
trimmings, except those on chromium plated brass pipe.
5. Valves 63 mm in diameter and larger shall have iron bodies, brass mounted and shall
have either screws or flange ends.
6. Hose bibs shall be made of brass with 12 mm inlet threads hexagonal shoulders and
19 mm male.

E. Fixtures, Equipment and Fastenings


1. All fixtures and equipment shall be supported and fastened in a safe and satisfactory
workmanship as practiced.
2. All fixtures required to be wall mounted on concrete or concrete hollow block wall
shall be fasten with brass expansion bolts.
3. Expansion bolts shall be 6 mm diameter with 20 mm threads into solid concrete,
fitted with tubing or sleeves of proper length to acquire extreme rigidity.
4. Inserts shall be rigidly secured, anchored and properly concealed and flushed into the
walls.
5. Bolts and nuts shall be horizontally mounted and exposed. It shall be provided with
washers and chromium plate finish.

152
F. Pipe Hangers, Inserts and Supports
1. Pipe hangers shall be wrought iron malleable iron pipe spaced not more than 1.50
meters apart for horizontal runs of pipe.
2. Chains, straps, perforated turn-buckles or other approved means of adjustment except
the turn-buckles may be omitted for hangers on soil or waste lines or individual toilet
rooms to maintain stacks when spaced does not permit.
3. Trapeze hangers may be used in lieu of separate hangers on pipe running parallel to
and closed to each other.
4. Inserts shall be cast steel of the type to receive machine bolt or nut after installation.
Insert permit adjustment of the bolts in one horizontal direction and shall be installed
before the pouring of concrete.
5. Wrought iron clamps or collars to support vertical runs of pipe shall be spaced not
more than 3.0 m. apart or as indicated on the Plan.

G. Plates and Flashing


1. Plates to cover exposed pipes through floor finished, walls, or ceiling shall be fitted
with chromium plated cast brass plates or chromium plated cast iron or steel plates
on ferrous pipes.
2. Plates shall be large enough to cover and close the hole around the area where pipes
passes. It shall be properly installed to insure permanence.
3. Roof areas penetrated by vent pipes shall be rendered water tight by lead sheet
flashing and counter flashing. It shall extend at least 15 cm. above the pipe and 30
cm along the roof.

H. Protection and Cleaning


1. During installation of fixtures and accessories and until final acceptance, fixtures
shall be protected with strippable plastic or other approved means to maintain
fixtures in perfect conditions.
2. All exposed metal surfaces shall be polished clean and free of grease, dirt or other
foreign materials after the completion.
3. Upon completion, thoroughly clean all fixtures and accessories to leave the work in a
polished condition.

I. Inspection, Warranty Test and Disinfection


1. All pipes, fittings, traps, fixtures, appurtenances and equipment of the plumbing and
drainage system shall be inspected and approved by the supervising Architect or
Engineer to assure compliance with all requirements of applicable Codes and
Regulations referred to in this Specifications.

153
J. Drainage System Test
1. The entire drainage and venting system shall have all the 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.
2. The system shall hold this water for a full 30 minutes during which time there shall
be no drop greater than 10 mm.
3. 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.
4. If and when the Architect or Engineer decides that an additional test is needed, such
as air to smoke test on the drainage system, the Contactor shall perform such test
without any additional cost.

K. Water Test on System


1. Upon completion of the rough-in and before connecting fixtures, the entire cold
water piping system shall be tested at a hydrostatic pressure 1-1/2 times the expected
working pressure in the system during operation and remained tight and leaked
proofed.
2. Where piping system is to be concealed, the piping system shall be separately in
manner similar to that described for the entire system and in the presence of the
Architect or Engineer or his duly designated representative.

L. Defective Work
1. All defective work, materials replaced and tested will be repeated until satisfactory
performance is attained.
2. Any material replaced for the satisfactory performance of the system made shall be at
the expense of the Contractor.
3. Caulking of screwed joints or holes will not be permitted.

M. Disinfection

1. The entire distribution system shall be thoroughly flushed and treated with Chlorine
before it is operated for human use.
2. Disinfection materials shall be liquid Chlorine or Hypochlorite and shall be
introduced in a manner approved as practiced for water distribution system.
3. After contact period of not less than 16 hours, the heavily chlorinated water shall be
flushed from the system with potable water.
4. Valves for the water distribution system shall be opened and closed several times
during the 16 hours Chlorination treatment period.

154
N. 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.
2. Such prints shall show changes or actual installation and conditions of the plumbing
system in comparison with the original drawings.

155
CHAPTER XV

ELECTRICAL

PART 1 – GENERAL

1.1 SCOPE OF WORKS


The work under this Division consist of furnishings all materials, equipment, tools, labor
and all other services necessary to complete and make ready for operation the Electrical Power
and Lighting System described below and or indicated in the Electrical Plans in accordance with
the latest edition of the Philippine Electrical Code and this Specifications and General
Conditions of the Contract.

1.2 CONSTRUCTION REQUIREMENTS


1. Furnishing and installation of underground service entrance, conduits and
conductors, and all items required by local utility power company’s policy, rules and
regulations.
2. Furnishing and installation of panel boards at location indicated on the plan and
electrical riser layout, including all accessories required.
3. Furnishing and installation of feeder and branch circuit conductors with the
necessary conduits, approved type of fittings and devices as indicated in the electrical
plans.
4. Furnishing and installation of all types of utilization devices, outlets and walls
witches with properly installed cover plate.
5. Furnishing of all lighting fixtures, conduits, including service entrance duct, terminal
cabinet and utility boxes.

1.3 CODES, REGULATIONS AND STANDARDS


1. The installation and equipment shall conform to good engineering practices and in
particular comply with the requirements laid down in the following documents or its
equivalent which are mandatory and modified only by specific agreement.

Philippine Electrical Code -------------------------------------- PEC

Underwriter’s Laboratory, Inc. ---------------------------------UL

National Electrical Manufacturers Association ------------ NEMA

Local Utility Power Company -----------------------------------LUPC

156
2. In addition to the requirements of these Codes and the Utility Power Company’s
requirements, local government regulations and suppliers Specifications if any, shall
be followed.

1.4 DRAWINGS AND SPECIFICATIONS


1. The drawings and Specifications are meant to be complementary to each other, and
what is called for by one shall be binding as if called for both.
2. Any apparent conflict between the drawings and specifications, and any controversial
or unclear points in either shall be preferred to the supervising Architect or Engineer
for final interpretation and decisions.
3. On one copy of the plans, have a record showing all deviations that happened during
the construction.
4. Upon completion of work as described herein, the Contractor at his own expense
shall furnish the Owner 6 copies of the “As Built” plan for future references and
maintenance purposes.

1.5 CORRELATION OF WORK


1. The Electrical Contractor shall confer with the General Contractor and Architect to
determine how and where his work fits with that of other crafts, after familiarizing
himself with the plans and specifications.
2. This shall be done at the beginning of construction. Should there be any existing
doubts at any point, ruling shall be secured from the supervising Architect or
Engineer who shall be given time to inspect the work covering this point and to
prepare a detail in the form of drawings and written instructions as required.

1.6 PERMITS AND INSPECTION


1. The Contractor shall obtain at his own expense, all the necessary permits and
certificate of Electrical Inspection from the proper government authorities required
for both the performance of his work involved and the proper operation of the system
upon completion of the work.
2. The Contractor shall at his expense, reproduce the electrical plans for his work to the
necessary scale and complete them with the information and requirements as
required by the government authorities concerned in issuing and Certificate of
Electrical Inspection.

1.7 EXAMINATION OF PREMISES


1. Prospective bidder is required to examine the architectural, structural, and electrical
plans of the project, to visit the site and carefully take note of all the conditions
thereat to have personal informed under which the electrical work is to be done.

157
2. No allowance will subsequently be made in his behalf of any error on his part. He
will be deemed to have done this before submitting his proposal and no subsequent
claims on the ground of inadequate or inaccurate information will be entertained.

1. 8 LAYOUT OF WORK
1. Electrical system layout indicated on the drawings is generally diagrammatic and the
location of outlets, devices, apparatus and equipment are only approximate.
2. The exact routing of conduits, location of outlets, devices, apparatus and equipment
shall be governed by structural and architectural conditions and limitations.
3. For the exact location, consult the supervising Architect or Engineer. This does not
mean to permit redesigning of the systems. All outlets are to be interconnected as
indicated in the drawings.
4. The Owner reserves the right to make any reasonable change in location of outlet and
equipment prior to rough-in, without involving additional expense.
5. The Contractor shall be responsible and pay charges for cutting and patching for
piping lines where sleeves or slots were not installed or where incorrectly located.

PART 2 – PRODUCT

2.1 MATERIALS AND WORKMANSHIP


1. All materials to be installed shall be unused, brand new and shall conform to the
standards of the Underwriters Laboratories, Inc. in every where such a standard has
been established for the particular type of materials to be used.
2. Only skilled workmen using proper tools and equipment shall be employed during
the entire course of installation work.
3. All workmanship shall be of the best practices of the trade involved. The same job
site during the entire course of the job.

2.2 UNDERGROUND SERVICE ENTRANCE


1. The Electrical Contractor shall furnish and install 220 volt rating, 3-Phase line
underground service entrance connection.
2. The service entrance conductors shall be thermoplastic type THW standard copper
conductors, stranded, whose number and size are indicated on the plans and electrical
riser diagram.
3. The underground service entrance shall be laid at least 60 centimeters below the
finished grade line and shall be installed to make the joints entirely watertight.
4. The conductor shall then be encased with concrete at least 8 centimeters thick.

158
2.3 SERVICE METERING FACILITIES
1. The Contractor shall furnish and install a concrete pedestal pole size 30 cm x 30 cm x
5.50 m. in the location shown in the plan and electrical diagram including line
accessories and hardware in accordance with the local power company’s standard.
2. It shall be the duty of the Contractor to request the local power company to install a
proper type and size of service metering instruments and all other necessary
accessories, materials, equipment, devices and fittings.

2.4 PANELBOARDS
1. The Contractor shall furnish and install the necessary panel board multi-breaker type
including the breakers as indicated in the drawings.
2. Circuit breakers shall be tropical of the magnetic thermal type with ratings and
number of poles as indicated in the drawings.
3. All panel boards to be used shall be flush mounted when located in areas that are
visible to the general public and may be surface mounted when located in machine
room or areas where they are not visible to the public.
4. All panel boards shall be set plumb and symmetrical with the surrounding objects.
Panel boards shall be installed in a perfectly fit cabinet of appropriate size provided
with a stop in-door trim and good quality cylinder lock.

2.5 CONDUIT WORK


1. Standard PVC conduit pipe system is required for this project.
2. Conduit runs shall be concealed in drop ceiling and or embedded in concrete
structure where concealment is not possible.
3. No conduit of less than 15 mm normal diameter shall be installed for this project.
Two or more conduits shall not be installed in lieu of a large size.
4. Conduit run shall be continuous from outlet and no running thread shall be in any
conduit run. Conduit shall be cut square and properly reamed.
5. All joints shall be screwed enter knockouts of conduit boxes, pull boxes, panels and
cabinet squarely. Lock-nuts shall be screwed tight to insure continuity of raceway
grounding.
6. Bonds and offset shall be avoided where possible, but where necessary it shall be
made with approved conduit bending apparatus.
7. Conduits which have been deformed or crushed in any manner should not be
installed.
8. The Contractor shall plug with lead or closed with approved pipe caps the ends of all
conduits which are to be left empty within the cabinets and conduit boxes so as to
prevent the entrance of white ants and dirt within the conduit system.
9. This lead or cap shall be placed that can be easily removed when so desired and at
the same serve the purpose intended.

159
10. Pull wire shall be inserted in the empty ducts before they are closed with lead or caps
and shall be left therein for future use.
11. When not shown on the plans, conduit sizes shall correspond to the conduit sizes on
tables of the Philippine Electrical Code latest edition.

2.6 FEEDERS AND FEEDER DUCTS


1. Feeder shall be laid out in accordance with the on-line diagram shown in the
drawings.
2. Unless otherwise specified or shown on the drawings, Type THW wires shall be used
for feeder runs. The wires and conduit shown in the drawings shall be the minimum
size to be used for feeder runs.

2.7 WIRING METHODS


1. Wiring for all systems shall be type THW or TW conductors using plastic conduit
pipes. Other types of conductor shall be as indicated in the drawings.
2. Conduit shall be embedded in columns, walls and toppings of floors slabs to allow
flush connections and lighting system which may be exposed between joints in case a
drop ceiling is installed.
3. Proper fittings shall be provided at ends of conduits. Wiring installations through
wooden double partitions shall be in standard PVC conduits, and in all cases, the
wiring installation shall be concealed from view.
4. All conduit and conduit fittings shall be PVC and shall conform to the U.S.
Underwriters Laboratories Inc. Standard and Codes.
5. The minimum size of conduit to be used shall be 13 mm diameter. Sizes larger than
13 mm diameter shall be indicated in the drawings.
6. Smallest size of conductor to be used shall be 2.0 mm², type TW or THW. TW wire
shall be indicated in the drawings.
7. Circuit homeruns for lighting shall be 3.5 mm² and 5.5 mm² for the power or
otherwise indicated on the plans.
8. All splice, tape and junctions for all systems using conductors up to 14mm² shall be
accomplished by using electrical friction or rubber types.
9. Proper type of connections shall be employed to accommodate all splices and solder
less type terminals to be used for connection to Busbar.
10. Taps and splices shall be properly protected with both plastic and friction electrical
tapes to proper insulation and protection for 600 volts.
11. Wiring from ceiling outlets to lighting fixtures recessed in dropped ceilings shall be
done using type TW conductors in RS or PVc conduits.
12. Proper size of boxes shall be used for switch and outlet receptacles.
13. Necessary fittings such as bushing, locknuts and anti-short fiber bushing shall be
used at proper places so required.
14. When not shown on the Plans, conduit sizes shall correspond to the conduit sizes as
prescribed in the Philippines Electrical Code table for “Size of Conduit Pipes”
160
2.8 OUTLETS AND SWITCHES
1. All boxes for outlets and switches shall be PVC or galvanized iron approved
products of reputable manufacturers.
2. Enamel coating used in lieu of zinc coating shall not be permitted.
3. All ceiling outlet boxes intended for lighting outlets shall be of the 10 cm octagonal
box. Larger boxes when required shall be 5.3 cm deep.
4. Convenience and wall switch outlet boxes shall be of the 10 cm by 5.3 cm
rectangular deep flush type or 100 square cm junction box with gang raised cover as
required to accommodate the wires therein.
5. All junction boxes, pull boxes and blank boxes shall be fitted with standard flat metal
or plastic box cover.
6. All boxes including junction and pull boxes shall be of sufficient size to provide free
space for all conductors enclosed in the box, in addition to the fittings such as switch
mechanism and receptacles that may be placed therein.

2.9 WALL SWITHCHES AND RECEPTACLES


1. Suitable single pole, two-gang, three-gang and three-way switches of the flush
tumbler type and receptacles with proper Bakelite cover plates shall be furnished and
installed as indicated in the drawings.
2. Wall switches intended to control lights on the 230 volts system shall be rated 15
amp. 250 volts.
3. Convenience outlets shall be flushed duplex type rated 20 amperes 230 volts 60 Hz.,
AC.

2.10 GROUNDING INSTALLATION


1. The Contractor shall furnish and install all ground cables, connection ground rods
and all other materials required to provide a permanent effective grounding system.
2. Grounding, in general, shall conform with the provisions of the National Electrical
Code and as recommended by the equipment manufacturer.
3. All enclosure for electrical equipment regardless of voltage shall be grounded,
including metal frames of switchboard, motors, generators and steel poles. Each shall
be grounded in a separate grounding system.
4. Grounding cables shall be bare, copper of suitable size and of the approved type.
Ground rods shall be copper clad steel with diameter of 16 mm and length of 2.0 m.
5. Ground clamps shall be of high copper alloy bronze with minimum thickness of 4.7
mm hardware made from silicon bronze.
6. The clamps shall be of a shape and size to fit the points of application and type of
connection to be made from cable rod, pipe and curved or flat surfaces. Connectors
shall be suitable for direct burial without danger of corrosion.

2.11 LIGHTING OUTLETS

161
All ceiling outlets shall be 10 cm. x 5 cm. octagonal boxes. Connection from fixtures to
boxes shall be accomplished by using type TW on a flexible conduit.

2.12 LIGHTING F IXTURES


All lighting fixtures shall be furnished and installation by the contractor. They shall be as
shown on the drawings or specified on the schedule of lighting fixtures. For other details as to
the type and model, consult the Architect or the Engineer

2.13 TEST AND GUARANTEE


1. The Contractor shall furnish all apparatus to be used in making tests of all wiring
system for shorts and grounds after the electrical work is completed.
2. The Contractor guarantees all work installed under the Contractor to be free from all
defects for a period of one year acceptance of the works.
3. The Contractor also agree to repair and make good at his own expense any and all
defects which may develop in his work during the time if said defects arise due to
poor workmanship.

2.14 POWER LOAD CENTER


This Item shall consist of furnishing and installation of the power load center unit
substation or low voltage switch-gear and distribution panel boards at the location shown on the
Plans complete with transformer, circuit breakers, cabinets and all accessories, completely wired
and ready for service.

A. 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.

B. Power Load Center Unit Substation

The Contractor shall furnish and install an indoor type power load center unit substation
at the location shown on the approved Plans if required. It shall be totally metal enclosed,
dead front and shall consist of the following coordinated component parts.

High voltage Primary incoming line section consisting of the following parts and related
accessories.

1. One air filled Interrupter Switch, 2-position (open-close) installed in a suitable air
filled metal enclosure and shall have sufficient interrupting capacity to carry the
electrical load.
It shall be provided with key interlock with the cubicle for the power fuses to prevent
access to the fuses unless the switch is open.

2. Three (3) power fuses mounted in separate compartments within the switch housing
and accessible by hinged door.

162
3. One set of high voltage potheads or 3-conductor cable or three single conductor
cables.
4. Lighting arresters shall be installed at the high voltage cubicle if required.
Note: Item 1 and 2 could be substituted with a power circuit breaker with the correct
rating and capacity.

C. Transformer Section
The Transformer section shall consist of a power transformer with ratings and
capacities as shown on the Plans.

1. It shall be oil liquid filled non-flammable type and designed on accordance with the
latest applicable standards.
2. The transformer shall be provided with four (4) approximately 2.5% rated KVA taps
on the primary winding in most cases one above and 3 below rated primary voltage
to be changed by means of externally gang-operated manual tap changer only when
the transformer is de-energized. Tap changing under load is acceptable if transformer
has been so designed.
3. The following accessories shall be provided with the transformer, namely: sampling
device, filling connection, oil liquid level gauge, ground pad, top filter press
connection, lifting lugs, diagrammatic nameplate, relief valve, thermometer and other
necessary related accessories.
4. The high voltage and low voltage bushing and transition flange shall be properly
coordinated to field connection to the incoming line section and low voltage
switchboard section, respectively.

D. The Low Voltage Switchboard Section

The low voltage switchboard shall be standard modular unitized units, metal built, dead
front, safety type construction and shall consist of the following:

1. Switchboard Housing – shall be heavy gauge steel sheet, dead front type gray
enamel finish complete with frame supports, steel bracings, steel sheet panel board,
removable rear plates, copper busbars, and all other necessary accessories to insure
sufficient mechanical strength and safety. It shall be provided with grounding bolts
and clamps.
2. Secondary metering sections- shall consist of one ammeter AC, indicating type, one
voltmeter, AC, indicating type; one ammeter transfer switch for 3-phase; one
voltmeter transfer switch for 3-phase; and current transformers of suitable rating and
capacity.

The above instruments shall be installed in one compartment above the main breaker
and shall be complete with all necessary accessories completely wired; ready for
use.

163
3. Main Circuit Breaker- The main circuit breaker shall be draw-out type, manually or
electrically operated as required with ratings and capacity as shown on the Plans.

The main breaker shall include insulation control switch if electrically operated,
manual trip button, magnetic tripping devices, adjustable time over current protection
and instantaneous short circuit trip and all necessary accessories to insure safe and
efficient operation.

4. Feeder Circuit Breakers- 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.

a. The circuit shall be draw 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
sufficient operation.
b. The number, ratings, capacities of the feeder branch circuit breakers shall be as
shown on the approved plan.
c. Circuit breakers shall each be of the indicating type, providing “ON” and “OFF”
and “TRIP” position of the operating handles and shall each be provided with
nameplate for branch circuit designation.
d. Circuit breaker shall be so designed that an overload or short on one pole
automatically causes all poles to open.
5. Low Voltage Switchgear- (For projects requiring low voltage switchgear only). The
Contractor shall furnish and install low-voltage switchgear at the location show on
the plans. It shall be metal-clad, dead front, free standing, safety construction and
shall have copper busbars of sufficient size, braced to resist allowable root mean
square (RMS) symmetrical short circuit stresses, and all necessary accessories.

The low-voltage switchgear shall consist of the switchgear housing, secondary


metering, main breaker and feeder branch circuit. Breakers and all necessary
accessories, completely wired, ready for service.

6. 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
plan. The ground resistance shall not be more than 5 Ohms.

164
7. Panel Board and Cabinets- shall conform to the schedule of panel boards as shown
on the approved plan with respect to supply characteristics, rating of main lugs or
main circuit breaker, number and ratings and capacities of branch circuit breakers.
a. Panel board shall consist of a factory completed dead front assembly amounted in
an enclosing flush type cabinet consisting of code gauge galvanized sheet steel
box with trim and door.
b. Each door shall be provided with catch lock and two (2) keys.
c. Panel board shall be provided with directories and shall be printed to indicate
load served by each circuit.
d. Panel board cabinets and trim shall be suitable for the type of mounting shown on
the approved plan. The inside and outside of panel board cabinets and trims shall
be factory painted with one rust proofing primer coat and two finish coats of
pearl gray enamel paint.
e. The main and branch circuit breakers for panel boards shall have the rating,
capacity and number of poles as shown on the approval plan.
f. Breaker shall be thermal magnetic type. Multiple breaker shall be of the common
trip type having a single operating handle.
g. For 50-ampere breaker or less, it may consist of single pole breaker permanently
assembled at the factory into a multi-pole unit.

PART 3 – EXECUTION

3.1 CONSTRUCTION REQUIREMENTS


The Contractor shall install the Power Load Center Unit Sub-station or Low Voltage
Switchgear and Panel boards at the locations shown on the approved Plan.

Standard panels and cabinets shall be used and assembled on the job. All panels shall be
of dead front construction furnished with trims for flush or surface mounting as required.

165
CHAPTER XVI
MECHANICAL

(A) AIR CONDITIONING AND REFRIGERATION SYSTEM

SCOPE OF WORK
This Item shall consist of furnishing and installation of air conditioning, refrigeration and
ventilation systems, inclusive of necessary electrical connections, ductworks, grilles, pipes and
condensate drains and all other necessary accessories, ready for service.

19A.1 MATERIAL REQUIREMENTS

The types, sizes, capacities, quantities and power characteristics of the compressor,
evaporator, condenser chilled water pump and condenser water pump shall be as specified or as
shown ont the Plans.

A. Refrigerant Pipes
1. Refrigerant pipes shall be copper tubing, type L or K or black steel pipe, Schedule 40
for size of 10 cm diameter and smaller. Pipes over 10 cm. diameter shall be black
steel pipe schedule 40.
2. Black steel pipe shall be standard seamless, lap-welded, or electric resistant welded
for size 50 mm diameter and larger, screw type for size 38 mm diameter and smaller,
fitting for copper tubing shall be cast bronze fitting designed expressly for bracing.

B. Pipes for Cooling Water


1. Chilled and condenser cooling water pipes shall be black steel pipe Schedule 40.
2. Pipes and fittings for size 50 mm diameter and smaller shall be screwed type. Pipes
and fittings for size 62 mm diameter and larger shall be welded or flanged type.

C. Pipe Insulation
1. Pipe Insulation shall be pre-formed fiberglass or its equivalent. The insulating
materials shall be covered with 10 mm x .13 mm thick polythelene film which shall
be overlapped not less than 50 mm.
2. Pipe insulations shall be adequately protected at point of support by means of
suitable metal shield to avoid damage from compression.
3. Insulated pipes, valves and fittings located outdoors shall be provided with metal
jackets.

166
D. Duct Works

Duct shall be galvanized steel sheet of not less than the following gauges:

1. No. 26 for 300 mm wide and smaller


2. No. 24 for 350 mm to 750 mm wide
3. No. 22 for 775 mm to 1500 mm wide
4. No. 20 for 1525 mm to 2250 mm wide
5. No.18 for 2275 mm to 2500 mm or larger
6. For aluminum sheets use one gauge higher.

Joints and Stiffeners of ducts using slip joints shall be as follows:

1. 300 mm wide and smaller, without bracing.


2. 325 mm to 750 mm wide, brace with 25 mm x 25 mm x 3 mm steel angles.
3. 775 mm to 1500 mm, brace with 31x31x3 mm steel angles.
4. 1525 mm up, brae with 38 x 38 x 3 mm steel angles.

Stiffeners shall be located not more than 12.0 cm. from each joint.

E. Duct Work Insulation


1. The application insulation materials shall be rigid board made of styropor or
equivalent 25 mm thick for ground and top floor, 13 mm thick for intermediate floor.
2. Galvanized metal bands for ducts shall be secured and spaced 30.0 cm. minimum
center to center distance and corners protected with galvanized metals angles.

F. Diffusers
1. The type, shape, capacity, size and location shall be as shown in the Plans. Diffusers
shall be complete with frame and gasket, equalizing deflector and volume control as
indicated or specified and shall have factory-applied prime coat of paint.
2. Samples of supply and return air diffusers shall be submitted for approval before
mass fabrication and installation.

G. Dampers
1. Dampers shall be of same materials as duct, at least one gauge thicker and in an
accessible location, complete with locking device for adjusting and locking damper
in position.
2. Where necessary, splitters, butterflies and louvers damper deflecting vanes for
control of air volume and direction for balancing the system shall be provided
whether or not they are indicated on the Plans.

H. Fire Damper
1. Main duct shall be provided with proper fire dampers of the fusible link actuated
type.

167
2. Access door shall be provided in ductwork for renewal of fusible link and to reset
damper.
I. Equivalent Foundation
1. Foundation shall be provided and shall conform to the recommendation of the
manufacturer of the equipment. Equipment shall be leveled on foundation by means
of jacks of steel wedges.
2. All spaces between equipment bases and concrete foundation shall be filled with
cement mortar.
J. Electrical Works
1. Power supply shall be provided by the Contractor at the pull box installed inside the
machine room and shall furnish and install the main circuit breaker and starter with
suitable ratings and capacities, conduits, wirings, fittings, devices and all other
equipment and electrical connections needed to complete the electrical installation of
the system.
2. All electrical works shall comply with the latest edition of the Philippine Electrical
Code, with the applicable ordinance of the local government and all the rules and
requirements of the local power company.

19A.2 CONSTRUCTION REQUIREMENTS


1. 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.
2. All equipment and materials shall be inspected upon delivery and shall be tested after
installation.
3. Piping shall not be buried, concealed or insulated until it has been inspected, tested
and approved.
4. Walls, floors and other parts of the building and equipment damaged by contractor in
the prosecution of this mechanical work shall be replaced and restored to its original
conditions as shown on the Plans.

A. Operating Tests
1. Refrigerating equipment shall be tested for 8 hours per day for three consecutive
days or longer when so directed, under the authorized representative, who will make
necessary adjustments and instruct designated plant operating personnel for each
operation and maintenance of refrigerating equipment and controls.
2. Operating test of complete air conditioning system shall be 6 hours minimum for
each system. Tests of air flow, temperature and humidity shall be made to
demonstrate that each unit complies with the requirements of the Plans and
Specifications.

168
B. Guarantee and Service

All equipment, materials and workmanship shall be guaranteed for a period of one year
from the date of acceptance at anytime within the period of guarantee and upon notification, the
Contractor shall repair and rectify the deficiencies, including replacement of parts or entire unit.

C. Miscellaneous
1. The Owner shall be provided with three (3) bound copies of “As-Built” diagrams,
shop drawings, part lists, serial number and inventory of equipment including
manufacturer’s operating and maintenance manuals.
2. All standard tools and equipment shall be furnished for proper and regular
maintenance of installed equipment.

(B) WATER PUMPING SYSTEM

SCOPE OF WORK
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.

19B.1 MATERIAL REQUIREMENTS


A. Water Pump

The type, size, capacity, location, quantity and power characteristics shall be as specified
or shown on the Plans.

B. Overhead Tank

Overhead tank shall be provided with manhole, cover, drain pipes and air vent. Suitable
float switch or electrode shall be provided in the tank to stop and start the operation of the
pump.

C. Pneumatic Tank

Tank shall be designed for twice the maximum total dynamic pressure required and shall
have the following accessories.

1. A suitable pressure switch to stop pump if pressure required is attained.


2. Air volume control device to maintain correct air volume inside the tank.
3. Pressure relief valve should be installed on top of the tank.
4. Electrode to be connected in the motor pump control to control the water level.
5. Air compressor shall be provided for tank of 3.785 liters to maintain air pressure
inside the tank.

169
D. Pipes and Fittings

All pipings 10 cm. and larger shall be welded or flanged while smaller sizes shall be
screwed.

E. Valves

A gate valve followed by a check valve shall be placed between discharge of pump and
tank to prevent back flow of water pump is in stop.

19B.2 CONSTRUCTION RQUIREMENTS


Exposed pipings shall be provided with concrete saddle or steel clamps or hangers to
secure them firmly to the building structure. Pipe threads shall be lubricated by white lead, red
lead, Teflon tape or other approved lubrication before tightening.

Appropriate test shall be done to demonstrate that the system complies with the
requirements of the Plans and specifications.

(C) AUTOMATIC WATER SPRINKLER

SCOPE OF WORK
This Item shall consist of furnishing and installation of Automatic Water Sprinkler
System, inclusive of all pipings and pipe fittings connections, valves, controls, electrical wiring
connection and all other accessories ready for service in accordance with the Plans and
Specifications.

19C.1 MATERIAL REQUIREMENTS


A. Fire Pump
1. The type, size, capacity and quantify and power characteristics shall be specified or
as shown on the Plans.
2. The fire pump shall be diesel engine driven and capable of delivering a minimum of
residual pressure of 103 kPa at the top-most and remotest sprinkler.
3. The pump unit shall be supplied with relief valve, gate valve, suction gauge and
discharge pressure gauge. The diesel engine shall be designed specifically intended
for an automatic water sprinkler protection system.
4. A drop in system pressure due to the operation of one sprinkler pressure shall
triggered a series of automatic operations that will result in the instantaneous
operation of the engine to drive the fire pump with the aid of a battery automatic
controller.
5. The required accessories are:
a. Tachnometer
170
b. Oil pressure gauge
c. Temperature gauge and control panel
6. A diesel fuel day tank shall be provided to supply the engine for a minimum of two
(2) hours running time.
7. The fuel storage tank shall be asphalt coated with necessary pipings and fittings for
connection.

B. Sprinkler Head
1. Type-spray unit, pendant and upright unit
2. Flow capacity, 83 LPM per head
3. Pressure rating
4. Residual pressure- 103 kPa minimum
5. Maximum pressure- 1035 kPa
6. Temperature rating- fusing at 57.5° C to 74° C
7. Finish- chrome-pendant-chrome or brass upright
8. Pipe Thread- 13 mm nominal
9. Stock of extra heads and tools required

Pendant and upright:

a. 6 pcs for 300 sprinkler


12 pcs for 300 to 1000 sprinkler

24 pcs for 1000 sprinkler above

b. Sprinkler tongs- 2pcs


c. Sprinkerwrech- 2 pcs

C. Alarm Check Valve and Fire Alarm System

1. The alarm assembly shall be constructed and installed that any flow of water from
the sprinkler system equal to or greater than that from the single automatic head shall
result in an audible and visual signed in the vicinity of the building.
2. The alarm apparatus shall be substantially supported and so located and installed that
all parts shall be readily accessible for inspection, removal and repair.
3. The actual water flow, through the use of a test connection, shall be employed to test
the operation of the sprinkler alarm units as a whole.
4. An approved identification sigh shall be installed near the outdoor alarm device in a
conspicuous position.

171
D. Alarm and Supervisory System

The alarm and supervisory system of the automatic water sprinkler shall include the
monitoring of the following;

1. Water flow switch of each floor of the building.


2. Fire pump and jockey pump running condition and power supplies.
3. Level of water in the reservoir
4. Control valves.

The water flow switches on each floor of the building shall be connected to the fire alarm
system and annunciator in such a manner that the operation of any sprinkler system will activate
the fire alarm system, with the location of the operating water flow switch simultaneously
indicated in the annunciator panel.

E. Pipes and Fittings


1. Pipes shall be Black Iron Schedule 40
2. Screw fittings shall be used for inside piping.
3. Welding and torch cutting shall not be allowed.
4. Piping shall be painted with metal primer and red enamel paint.

F. Siamese Twin

The siaseme twin shall be 64 x 64 x 102 mm, 90° C female coupling national standard
thread, swivei type, with protective coupling cap and joint lug.

G. Pipe Hangers

Pipe hangers shall be steel bars 3 mm minimum thickness, with corrosion protection.

1. Anchorage in concrete- expansion shield should preferably be used in a horizontal


position in the side of concrete beams.
2. Expansion shield in vertical position. When pipes 100 mm and larger are supported
entirely by expansion shield in the vertical position, the supports shall be spaced not
more thatn 3.0 meters apart.
3. For pipe running through concrete beams use sleeves at least two (2) sizes larger than
the piping.

19C.2 CONSTRUCTION REQUIREMENTS


A. Acceptance Tests
1. System operation and maintenance chart shall be submitted to the Owner upon
completion of the Contract. This shall include the locations of control valves and care
of the new equipment.

172
2. Marked instructions and identification sign boards shall be made of No. 14 gauge
black iron sheet with baked enamel finish paint and letter instructions are shown on
Plans.
3. Sign boards shall be mounted on the equipment or wall nearest the equipment for
easy identification and reading Paints shall be basically gloss fire red and white.
4. Additional sign boards as may be required and not specified shall be furnished at no
extra cost.
B. Conduct of Tests
1. Test shall be by the Sprinkler System conducted in the presence of an inspector or
authority having jurisdiction.
2. Flushing of Underground Connections to remove foreign materials which may have
entered the piping during installation of same as required before sprinkler piping is
connected.
3. Hydraulic Test shall be conducted as follows:
a. The Pressure- All systems, including piping shall be tested hydrostatically at not
less than 1378 kPa pressure for two (2) hours, or at 345 kPa in excess of the
maximum static pressure when the maximum static pressure is in excess of 1033
kPa.
b. Operating Test- All control valves shall be fully closed and opened under water
pressure to insure proper operation. Use clean, non corrosive water.
c. Fire Department Connection- Piping between the check valve in the fire
department inlet pipe and the outside connection shall be tested the same as the
balance of the system.
4. Tests of Drainage Facilities- Test of the drainage facilities shall be made while the
control valve is wide open. The main drain valve shall be opened and remain open
until the system pressure stabilizes.
5. Test Certificate- Upon completion of work, inspection and tests made by the
Contractor and witnessed by the Owner’s representative. A test certificate shall be
filled out and signed by both representatives.

19. C MAINTENANCE SERVICE


1. The Contractor shall provide free of charge, maintenance service of the system for a
period of at least one year reckoned from the date of acceptance of the work.
2. Upon completion of the work and after all tests, the services of one or more qualified
engineers shall be provided by the Contractor for a period of not less than 5 working
days to instruct and train the representative of the Owner in the operation and
maintenance of the fire protection system.

Guarantee and Service

All equipment, materials, and workmanship shall be guaranteed for a period of one (1) year from
the date of acceptance at any time within the period of guarantee and upon notification, the Contractor
shall repair and rectify the deficiencies, including replacement of parts or entire units.

173
CHAPTER XVII

FACILITIES FOR DISABLED PERSON

SCOPE OF WORK
This Item shall consist of furnishing all materials, tools and appliances required as shown
on the plans and in accordance with the Implementing Rules and Regulations of B.P. 344 -
Accessibility Law and this Specifications.

20.1 MATERIAL REQUIREMENTS


A. Graphic Signs

Graphic signs like the International Symbol of Access shall be fabricated from plastic
materials, white in color with either dark or blue background. Letters and symbols shall be
laminated and raised from the background.

B. Handrails

Handrails for ramps, path walk, walkways and the like shall be fabricated from
galvanized iron pipe, with a minimum diameter of 5 centimeters.

C. Grab Rails

Grab rails shall be manufactured from gauge 18 tubular stainless steel with provision of
safety grip finish and minimum diameter of 19 mm.

D. Door

Doors along the route of disabled persons shall be designed to open easily and operable
by a single effort requiring less than 4.0 kilogram of force.

E. Shower Fittings and Accessories

Shower fittings and accessories shall be fabricated from stainless consist of shower head,
flexible hose with dual control valve, control lever complete and ready for service.

20.2 CONSTRUCTION REQUIREMENTS


1. Graphic signs shall be bold and conspicuously installed in every access from point of
entry to connecting destination.

174
2. Walkways shall be provided with adequate passageway and textured handrails.
3. Width of corridors and circulation system integrating both horizontal and vertical access
to ingress/ egress level of the building shall be provided.
4. Doors and entrances as entry points at lobbies as local points of congregation shall be
designed to open easily or accessible from floor to floor or to any point of destination.
5. Washroom and toilets shall be accessible and provided with adequate turning space.
6. Ramps shall be provided as means of access to level of changes going to entry points,
lobbies and entrances, influenced by condition of location or use.
7. Parking lots for disabled person shall be provided with sufficient space to allow easy
transfer from car park to ingress/ egress levels.
8. Handrails shall be provided at both sides of ramps.
9. Floor finish for every route of the wheelchair shall be made of non-skid material.
10. Water fountains shall be installed as indicated on the Plans and design requirements.

20.3 MEASUREMENT AND PAYMENT


1. This Item shall be measured by actual architectural facilities and features provided per
set, installed as indicated on the Plans.
2. The accepted works shall be the basis for payment which will constitute full
compensation for furnishings all materials, tools, equipments, labor and incidentals
necessary to complete this Item.

Pay Item Description Unit of

Number Measurement

a.) Graphic Sign /pc

b.) Handrails /pc

c.) Grab rails /pc

d.) Door /pc

e.) Shower fittings & accessories /pc

175
Statement of Compliance

Bidders must state here either “Comply” or “Not Comply” against each of the individual
parameters of each Specification stating the corresponding performance parameter of the
equipment offered. Statements of “Comply” or “Not Comply” must be supported by evidence
in a Bidders Bid and cross-referenced to that evidence. Evidence shall be in the form of
manufacturer ‟sun-amended sales literature, unconditional statements of specification and
compliance issued by the manufacturer, samples, independent test data etc., as appropriate. A
statement that is not supported by evidence or is subsequently found to be contradicted by the
evidence presented will render the Bid under evaluation liable for rejection. A statement either
in the Bidders statement of compliance or the supporting evidence that is found to be false
either during Bid evaluation, post-qualification or the execution of the Contract may be
regarded as fraudulent and render the Bidder or supplier liable for prosecution subject to the
provisions of ITB Clause Error! Reference source not found. and/or GCC Clause Error!
Reference source not found..

Nothing Follows

Prepared by:

ARCH. DANILO M. FUENTEBELLA, FUAP, Apec Archt.


Consulting Architect

176
Section VII. Drawings

The actual Drawings, including site plans, will be provided as a


separate f i l e s w h i c h c a n b e d o w n l o a d e d f r o m h t t p : / / b r c
.pshs.edu.ph/ .

177
Section VIII. Bill of Quantities

178
SUMMARY FOR BILL OF QUANTITES

NAME OF PROJECT : Construction of Academic Building III


OWNER : Philippine Science High School-Bicol Region Campus
LOCATION : Tagongtong, Goa, Camarines Sur
NAME OF BIDDER :

ITEM DESCRIPTION TOTAL COST

1 GENERAL REQUIREMENTS
2 SITE WORKS
3 CONCRETE WORKS
4 FORMWORKS & SCAFFOLDINGS
5 MASONRY WORKS
6 TILEWORKS
7 DOORS AND WINDOWS
8 CEILING WORKS
9 PAINTING WORKS
10 TRUSS SYSTEM
11 ROOFING SYSTEM
12 PLUMBING AND SANITARY
13 ELECTRICAL WORKS
14 SPECIALTY WORKS
15 SUN BUFFERS
16 FIRE PROTECTION SYSTEM

GRAND TOTAL COST

Bid Amount in Words:

Submitted by:

179
BILL OF QUANTITES
NAME OF PROJECT : Construction of Academic Building III
OWNER : Philippine Science High School-Bicol Region Campus
LOCATION : Tagongtong, Goa, Camarines Sur
NAME OF BIDDER :

ITEM DESCRIPTION QUANTITY UNIT UNIT COST


TOTAL COST

1.00 GENERAL REQUIREMENTS


Mobilization & Demobilization 1 lot
Bonds and Insurances 1 lot
Permits and Licenses 1 lot
Material Quality Tests 1 lot
Safety Occupational Hazards 1 lot
Temporary Facilities 1 lot
As - Built Plan 1 lot
Construction Billboard 1 lot
TOTAL FOR GENERAL REQUIREMENTS
2.00 SITE WORKS

Excavation 1,800.00 cu.m.


Backfill 640.00 cu.m.
TOTAL FOR SITEWORKS

3.00 CONCRETE WORKS


3.01 Column Footing (includes ramp footings)

Concrete, 4,000 psi 129.00 cu.m.


16mmØ RSB, Grade 60 265.27 kilos
20mmØ RSB, Grade 60 11,281.95 kilos
G.I. Tie wire #16 96.00 kilos
SUB-TOTAL FOR COLUMN FOOTINGS

3.02 Column (includes ramp columns and pedestal)

Concrete 137.00 cu.m.


10mmØ RSB, Grade 33 133.06 kilos
12mmØ RSB, Grade 40 13,182.80 kilos
16mmØ RSB, Grade 40 113.69 kilos
25mmØ RSB, Grade 60 37,894.46 kilos
G.I. Tie wire #16 513.00 kilos
SUB-TOTAL FOR COLUMNS -

180
3.03 Tie Beam (includes ramp tie beams)

Concrete 22.00 cu.m.


12mmØ RSB, Grade 40 8,181.10 kilos
20mmØ RSB, Grade 60 5,407.94 kilos
G.I. Tie wire #16 136.00 kilos
SUB-TOTAL FOR TIE BEAMS

3.04 Wall Footing 236 l.m.

Concrete 20.00 cu.m.


12mmØ Rebars 905.52 kilos
G.I. Tie wire #16 18.00 kilos
SUB-TOTAL FORWALL FOOTINGS

3.05 Beams & Roof Beams

Concrete 179.00 cu.m.


10mmØ RSB, Grade 33 6,361.00 kilos
16mmØ RSB, Grade 60 1,336.00 kilos
20mmØ RSB, Grade 60 19,769.00 kilos
25mmØ RSB, Grade 60 25,984.00 kilos
G.I. Tie wire #16 535.00 kilos
SUB-TOTAL FOR BEAMS & ROOF BEAMS

3.06 Slab (SOG, 2nd Flr & 3rd Flr)

Concrete 370.00 cu.m.


10mmØ RSB, Grade 33 450.91 kilos
12mmØ RSB, Grade 40 40,658.66 kilos
G.I. Tie wire #16 800.01 kilos
SUB-TOTAL FOR SLAB

TOTAL FOR CONCRETE WORKS

4.00 FORMWORKS & SCAFFOLDINGS

1/2" Marine plywood Plywood 720.00 pcs.


2"x2"x12' Coco Lumber 22,500.00 bdft.
2"x3"x12' Coco Lumber 22,500.00 bdft.
4" CW nail 11.00 boxes
3" CW nail 5.00 boxes
2" CW nail 2.00 boxes
TOTAL FOR FORMWORKS & SCAFFOLDINGS

5.00 MASONRY EXTERIOR WALLS 1512 sq. m.


INTERIOR WALLS 850 sq. m.
286 l. m.

Gravitas 16.00 cu.m.


Screened sand 278.00 cu.m.
Pozzolan Cement 2,376.00
bags

181
10mmØ RSB, Grade 33 8,729.95
kls
12mmØ RSB, Grade 40 621.64
kls
16mmØ RSB, Grade 60 1,154.33
kls
#16 G.I. Tie Wire 84.00 kls
CHB 4" 12,200.00 pcs.
CHB 6" 21,700.00 pcs.
TOTAL FOR MASONRY WORKS

6.00 TILEWORKS
WF 432.72 sq. m.

FF1 113.3 sq. m.


FF2 395 sq. m.
FF3 663 sq. m.

30cm x 30cm Ceramic Floor Tiles 7,700.00 pcs.


20cm x 30cm Ceramic Wall Tiles 1,380.00 pcs.
60cm x 60cm Homogenous floor tiles, (high gloss) 1,210.00
pcs.
60cm X 60cm Ceramic floor tiles 2,030.00
pcs.
Tile Adhesive (heavy duty) 400.00 Bags
Consumables 1.00 Lot
TOTAL FOR TILEWORKS

7.00 DOORS AND WINDOWS

D-1, Alum. Frame Glass Swing Door, with fixed glass 1.00 Sets
D-2, Wood Flush Door with glass viewer + Fittiings 1.00 Sets
D-3, Alum. Frame Glass Swing Door, single 1.00 Sets
D4 - Wood Flush Door with Glass viewer 3.00 sets
D5 - Wood Flush Door with kick plate 7.00 sets
D6 - Metal flush Door with fixed louvers 6.00 units
D7 - Wood Flush Door with Glass viewer, with side panel 24.00 units
D8 - Uneven type hollow core flush door with side vision glas 4.00 unit
D9 - Metal fire exit door with jamb and panic push bar 1.00 unit
D10 - Floush door with jamb 14.00 units
W-1.1 - 1.10m x 1.80m Alum. Frame Glass Jalousie window 2.00 units
W-1.2 - 2.15m x 1.80m Alum. Frame Glass Jalousie window 1.00 units
W-1.3 - 3.20m x 0.70m Alum. Frame Glass Jalousie window 1.00 units
W-2 Alum. Frame Glass Jalousie Window with 6" Blades 54.00 units
W-3 Alum. Frame Glass Jalousie Window 6" Blades 12.00 units
W-4 Alum. Frame Glass Jalousie Window 6" Blades 4.00 units
W-5 Alum. Frame Glass Jalousie Window 6" Blades 1.00 units
W-6 Alum. Frame Glass Jalousie Window 6" Blades 1.00 Sets
TOTAL FOR DOORS AND WINDOWS

8.00 CEILING WORKS

Acoustic Ceiling boards on alum. T-runners 147.18 sq.m.


Cement fiberboard on metal framing 846.00 sq.m.
Rubbed concrete 1,688.00 sq.m.
TOTAL FOR CEILING WORKS

182
9.00 PAINTING WORKS
Interior walls 3,212.00 sq.m.
Exterior Walls 1,512.00 sq.m.
Ceiling 2,754.00 sq.m.

DV 1350 Acrylic concrete primer and sealer 195.00 gals.


DV 5000 Latex putty (Full putty) 170.00 gals.
DV 5-500LT Top coat, flat (white) 350.00 gals.
DV 5-70 LT-Reducer 90.00 gals.
SR PAINT Buena mano primer 80.00 gals.
SR-100 Sun & Rain, white 175.00 gals.
SR-100 Sun & Rain, colored 180.00 gals.
DV 1360 Interior primer and sealer 16.00 gals.
DV -1000 Prolux glazing putty (full putty) 13.00 gals.
DV 600 Semi-gloss enamel 28.00 gals.
DV 40 Paint thiner 35.00 gals.
Consumables 1.00 lot
TOTAL FOR PAINTING WORKS

10.00 TRUSS SYSTEM

38mm x 38mmx6mmx6M Angle Bar Web members 109.00 pcs.


50mm x 50mmx6mmx6M Angle Bar Top & bottom Chord 142.00 pcs.
CEE PURLINS 1.5mmx 6M B.I. 312.00 pcs.
Accessories 1.00 lot
Consumables 1.00 lot
TOTAL FOR TRUSS SYSTEM

11.00 ROOFING SYSTEM

A. Materials
0.4mm Roof panels 902 ln.m.
O.4mm Bended panels 55 ln.m.
Roofing accessories 1 lot
Insulation 915.00 sq.m.
Entrance Canopy 84.00 sq.m.
TOTAL FOR ROOFING SYSTEM

12.00 PLUMBING & SANITARY WORKS

12.01 Water System


A.
6"Ø PVC pipe S-1000 6 pcs
6"Ø PVC pipe S-1000 : Storm drain 19 pcs
6"Ø 90˚ PVC elbow 4 pcs
6"Ø 45˚ PVC elbow 2 pcs
6"Ø PVC Wye 1 pc
6"Ø PVC Coupling 10 pcs
6"Ø PVC Clean out plug 1 pc
6"x 4"Ø PVC Wye 8 pcs
4"Ø PVC pipe S-1000 12 pcs
4"Ø 90˚ PVC elbow 17 pcs

183
4"Ø 45˚ PVC elbow 29 pcs
4"Ø PVC Wye 21 pcs
4"Ø PVC Tee 11 pcs
4"Ø PVC Clean out plug 12 pcs
4"x 2"Ø PVC Wye 6 pcs
3"Ø PVC Pipe S-1000 : Storm drain 42 pcs
3"Ø 90˚ PVC Elbow 42 pcs
3"Ø 45˚ PVC Elbow 42 pcs
2"Ø PVC Pipe S-1000 82 pcs
2"Ø 90˚ PVC Elbow 48 pcs
2"Ø 45˚ PVC Elbow 16 pcs
2"Ø PVC Wye 34 pcs
2"Ø P-Trap 11 pcs
2"Ø PVC Clean out plug 5 pcs
Water closet 17 sets
Urinal 11 sets
Lavatory 13 sets
Floor drain 11 pcs
Dome drain 21 pcs
1"Ø PPR Pipe (REHAU Brand) 10 pcs
1"Ø 90˚ PPR Elbow fitting (REHAU brand) 28 pcs
1"Ø 90˚ PPR Tee fitting (REHOME brand) 5 pcs
1/2"Ø PPR Pipe (REHOME brand) 22 pcs
1/2"Ø 90˚ PPR Elbow fitting (REHOME brand) 62 pcs
1/2"Ø 90˚ PPR Tee fitting (REHOME brand) 29 pcs
Lavatory faucet 13 pcs
Hose bibb 2 pcs
Solvent cement 1 lot
Water tank, 2,000 liters 2 sets
Pressure tank 1 sets
2 HP Motor water pump 2 sets
Check valve 18 [cs
Gate valve 1 pc
12.02 C
Cistern 1 unit
Septic Tank 1 unit
Catch Basins 1 lot
TOTAL FOR PLUMBING
13.00 ELECTRICAL WORKS

THHN wire #125mm² 120 mtr


THHN wire #50mm² 100 mtr
THHN wire #38mm² 40 mtr
THHN wire #8mm² 2 boxes
THHN wire #5.5mm² 22 boxes
THHN wire #3.5mm² 25 boxes
THHN wire #2.0mm² 21 boxes
Circular Loom 1/2 dia. 8 roll
UTP Cable CAT 6 5 roll
PVC Pipe 80mm 10 pcs
PVC Pipe 1 1/2 dia. 19 pcs

184
PVC Pipe 3/4 dia. 130 pcs
PVC Pipe 1/2 dia. 780 pcs
Entrace Cap 80mm 2 set
Male adaptor 80mm 2 pc
Junction Box 4x4 w/ cover 245 pcs
Utility Box 2x4 220 pcs
Pull Box 4 11/16 w/ cover 8 pcs
Flush Switch 1 gang 3 way 1 set
Flush Switch 1-gang 17 sets
Flush Switch 2-gang 12 sets
Flush Switch 3-gang 5 sets
Pull box 4x12x12 w/ cover 10 pcs
Convenience Outlet Double Flush Type 150 sets
Aircon Outlet 3-prong Flush Type 20 sets
Telephone Outlet Flush Type 20 sets
30W LED Lite recssed 1.2m x 600 100 sets
15W LED Recessed lite 60mm x 60mm 75 pcs
30W LED Lite white diffuser 2 set
15W LED diffuse lite 60mm x 60mm 83 pcs
Wall Lamp 18 pcs
Rubber Tape 20 roll
Plastic Tape 55 roll

Circuit Breaker w/ Enclosure Bolt-on Main 125AT 5 set


2P 240V w/ 14 Branches
30AT 2P 240V 5 sets
20AT 2P 240V 34 sets
15AT 2P 240V 38 sets

Circuit Breaker w/ Enclosure Bolt-on Main 300AT 2P 1 set


230V 32 KAIC w/ 14 branches
125 AT 2P 230V 10 KAIC 4 sets
100AT 2P 230V 100 KIAC 4 sets

Circuit Breaker w/ Enclosure Bolt-on Main 300AT 2P 1 SET


230V 32 KAIC w/ 5 branches

Circuit Breaker w/ Enclosure Bolt-on Main 125AT 2 set


2P 240V w/ 10Branches
30AT 2P 240V 11 sets
Consumables 1 lot
TOTAL FOR ELECTRICAL WORKS
14.00 SPECIALTY WORKS

Interior Stairs Handrails 1.00 lot


Stainless Signage 1.00 Lot
Water Proofing of Conc. Gutters and slab 490.00 sq.
m.
Double wall partition, Cement fiberboard on Metal frame 340.00 sq. m.
Post tensioning of conc. Beams as shown in plans 1.00 lot
Steel fire escape stairs 1.00 lot

185
TOTAL FOR SPECIALTY WORKS

15.00
SUN BUIFFER(excluding Grid line 1b-2/B-E)
1.5mm thk x 2” x 6” x 6m Tubular steel 360.00 pcs
Accessories 1.00 lot
Consumables 1.00 lot
TOTAL FOR SUN BUFFER

16.00 FIRE PROTECTION SYSTEM

Pipeworks 1.00 lot


Wet & Dry Standpipes 1.00 lot
Fire Hose cabinets 3.00 units
Smoke Detector 51 pcs
Fire Alarm Control Panel 4 Zone 3 pcs
Fire Alarm Bell 24 pcs
Fire Alarm Manual Station 19 pcs
TOTAL FOR FIRE PROTECTION SYSTEM

GRAND TOTAL COST

Bid Amount in Words:

Submitted by:

186
Section IX. Bidding Forms

187
Bid Form

Date: _______________________
IB1 No: _____________________

To: [name and address of PROCURING ENTITY]


Address: [insert address]

We, the undersigned, declare that:

(a) We have examined and have no reservation to the Bidding Documents, including
Addenda, for the Contract [insert name of contract];

(b) We offer to execute the Works for this Contract in accordance with the Bid and Bid Data
Sheet, General and Special Conditions of Contract accompanying this Bid;

The total price of our Bid, excluding any discounts offered below is: [insert
information];

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

(c) Our Bid shall be valid for a period of [insert number] days from the date fixed for the
Bid submission deadline in accordance with the Bidding Documents, and it shall remain
binding upon us and may be accepted at any time before the expiration of that period;

(d) If our Bid is accepted, we commit to obtain a Performance Security in the amount of
[insert percentage amount] percent of the Contract Price for the due performance of the
Contract;

(e) Our firm, including any subcontractors or suppliers for any part of the Contract, have
nationalities from the following eligible countries: [insert information];

(f) 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;

(g) Our firm, its affiliates or subsidiaries, including any subcontractors or suppliers for any
part of the Contract, has not been declared ineligible by the Funding Source;

1 If ADB, JICA and WB funded projects, use IFB.

188
(h) 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

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

(j) We likewise certify/confirm that the undersigned, is the duly authorized


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

(k) 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:

In the capacity of:

Signed:

Duly authorized to sign the Bid for and on behalf of:

Date: ___________

189
Form of 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 [insert the amount in specified currency in numbers and words] by the
Contractor for the execution and completion of such Works and the remedying of any defects
therein.

NOW THIS AGREEMENT WITNESSETH AS FOLLOWS:

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 shall be attached, deemed to form, and be read and
construed as integral part of this Agreement, to wit:

(a) General and Special Conditions of Contract;


(b) Drawings/Plans;
(c) Specifications;
(d) Invitation to Bid;
(e) Instructions to Bidders;
(f) Bid Data Sheet;
(g) Addenda and/or Supplemental/Bid Bulletins, if any;
(h) 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;
(i) Eligibility requirements, documents and/or statements;
(j) Performance Security;
(k) Notice of Award of Contract and the Bidder’s conforme thereto;
(l) Other contract documents that may be required by existing laws and/or
the Entity.

3. In consideration of the payments to be made by the Entity to the Contractor as


hereinafter mentioned, the Contractor hereby covenants with the Entity to
execute and complete the Works and remedy any defects therein in conformity
with the provisions of this Contract in all respects.
190
4. The Entity hereby covenants to pay the Contractor in consideration of the
execution and completion of the Works and the remedying of defects wherein,
the Contract Price or such other sum as may become payable under the
provisions of this Contract at the times and in the manner prescribed by this
Contract.

IN WITNESS whereof the parties thereto have caused this Agreement to be executed
the day and year first before written.

Signed, sealed, delivered by the (for the Entity)

Signed, sealed, delivered by the (for the Contractor).

Binding Signature of Procuring Entity

________________________________________________

Binding Signature of Contractor

_____________________________________________

[Addendum showing the corrections, if any, made during the Bid evaluation should be
attached with this agreement]

191
Omnibus Sworn Statement

REPUBLIC OF THE PHILIPPINES )


CITY/MUNICIPALITY OF ______ ) S.S.

AFFIDAVIT

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

1. Select one, delete the other:

If a sole proprietorship: I am the sole proprietor or authorized representative of


[Name of Bidder] with office address at [address of Bidder];

If a partnership, corporation, cooperative, or joint venture: I am the duly authorized


and designated representative of [Name of Bidder] with office address at [address of
Bidder];

2. Select one, delete the other:

If a sole proprietorship: As the owner and sole proprietor or authorized representative


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

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], accompanied by the duly notarized Special
Power of Attorney, Board/Partnership Resolution, or Secretary’s Certificate,
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;

4. Each of the documents submitted in satisfaction of the bidding requirements is an


authentic copy of the original, complete, and all statements and information provided
therein are true and correct;

192
5. [Name of Bidder] is authorizing the Head of the Procuring Entity or its duly
authorized representative(s) to verify all the documents submitted;
6. Select one, delete the rest:
If a sole proprietorship: The owner or sole proprietor is not related to the Head of the
Procuring Entity, members of the Bids and Awards Committee (BAC), the Technical
Working Group, and the BAC Secretariat, the head of the Project Management Office
or the end-user unit, and the project consultants by consanguinity or affinity up to the
third civil degree;
If a partnership or cooperative: None of the officers and members of [Name of
Bidder] is related to the Head of the Procuring Entity, members of the Bids and
Awards Committee (BAC), the Technical Working Group, and the BAC Secretariat,
the head of the Project Management Office or the end-user unit, and the project
consultants by consanguinity or affinity up to the third civil degree;
If a corporation or joint venture: None of the officers, directors, and controlling
stockholders of [Name of Bidder] is related to the Head of the Procuring Entity,
members of the Bids and Awards Committee (BAC), the Technical Working Group,
and the BAC Secretariat, the head of the Project Management Office or the end-user
unit, and the project consultants by consanguinity or affinity up to the third civil
degree;
7. [Name of Bidder] complies with existing labor laws and standards; and

8. [Name of Bidder] is aware of and has undertaken the following responsibilities as a


Bidder:

a) Carefully examine all of the Bidding Documents;


b) Acknowledge all conditions, local or otherwise, affecting the implementation of
the Contract;
c) Made an estimate of the facilities available and needed for the contract to be bid,
if any; and
d) Inquire or secure Supplemental/Bid Bulletin(s) issued for the [Name of the
Project].
9. [Name of Bidder] did not give or pay directly or indirectly, any commission, amount,
fee, or any form of consideration, pecuniary or otherwise, to any person or official,
personnel or representative of the government in relation to any procurement project
or activity.
IN WITNESS WHEREOF, I have hereunto set my hand this __ day of ___, 20__ at
____________, Philippines.
_____________________________________
Bidder’s Representative/Authorized Signatory

193
SUBSCRIBED AND SWORN to before me this ___ day of [month] [year] at [place
of execution], Philippines. Affiant/s is/are personally known to me and was/were identified
by me through competent evidence of identity as defined in the 2004 Rules on Notarial
Practice (A.M. No. 02-8-13-SC). Affiant/s exhibited to me his/her [insert type of government
identification card used], with his/her photograph and signature appearing thereon, with no.
________ and his/her Community Tax Certificate No. _______ issued on ____ at ______.

Witness my hand and seal this ___ day of [month] [year].

NAME OF NOTARY PUBLIC


Serial No. of Commission _______________
Notary Public for _______ until __________
Roll of Attorneys No. __________________
PTR No. ______ [date issued], [place issued]
IBP No. ______ [date issued], [place issued]

Doc. No. _____


Page No. _____
Book No. _____
Series of _____

* This form will not apply for WB funded projects.

194
Bid-Securing Declaration

(REPUBLIC OF THE PHILIPPINES)


CITY OF _______________________ ) S.S.
x-------------------------------------------------------x

Invitation to Bid [Insert reference number]

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

I/We, the undersigned, declare that:

1. I/We understand that, according to your conditions, bids must be supported by a Bid
Security, which may be in the form of a Bid-Securing Declaration.

2. I/We accept that: (a) I/we will be automatically disqualified from bidding for any 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 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 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;
c. I am/we are declared as the bidder with the Lowest Calculated Responsive Bid, and
I/we have furnished the performance security and signed the Contract.

195
IN WITNESS WHEREOF, I/We have hereunto set my/our hand/s this ____ day of [month]
[year] at [place of execution].

[Insert NAME OF BIDDER’S AUTHORIZED REPRESENTATIVE]


[Insert signatory’s legal capacity]

Affiant

SUBSCRIBED AND SWORN to before me this __ day of [month] [year] at [place of


execution], Philippines. Affiant/s is/are personally known to me and was/were identified by
me through competent evidence of identity as defined in the 2004 Rules on Notarial Practice
(A.M. No. 02-8-13-SC). Affiant/s exhibited to me his/her [insert type of government
identification card used], with his/her photograph and signature appearing thereon, with no.
______.

Witness my hand and seal this ___ day of [month] [year].

NAME OF NOTARY PUBLIC

Serial No. of Commission ___________


Notary Public for ______ until _______
Roll of Attorneys No. _____
PTR No. __, [date issued], [place issued]
IBP No. __, [date issued], [place issued]
Doc. No. ___
Page No. ___
Book No. ___
Series of ____.

196
197

You might also like