You are on page 1of 9

Project Title : Construction of Front Fence and Gate at GSIS Cauayan

Branch Office

Approved Budget : Php 990,000.00


for the Contract

Purpose : To avoid trespassers and intruders getting inside the


premises.

I. SCOPE OF WORKS:

The scope of work of the CONTRACTOR shall consist of furnishing all labor,
materials and equipment to complete the Proposed Construction of Front
Fence & Gate at GSIS Cauayan Branch Office as called for by these
specifications and as shown in the drawings. All works shall include, but shall
not be limited to the following:

A. GENERAL REQUIREMENTS

1. Mobilization/Demobilization
2. Safety and Health Program

B. CIVIL & STRUCTURAL WORKS

1. Earthworks
2. Concrete Works
3. Rebar Works
4. Steel Fence and Steel Gate
5. Masonry Works

C. ARCHITECTURAL WORKS

1. Painting Works

D. ELECTRICAL WORKS

1. Installation of 200mm diameter (Ø) Globe type (high quality acrylic, half
of the enclosure is transparent and half is translucent) perimeter fence
lighting with 18 watts (W) Cool White LED Bulb.

II. TECHNICAL SPECIFICATIONS

1. Use ¾” gravel, wash sand and Portland cement for concrete works.
2. Use Portland cement and fine screen white sand for plastering.

1
3. Concrete hollow blocks shall be 5” thick
4. Use 16mmØ rebars for column and column footings with 10mmØ
stirrups.
5. Use 12mmØ rebars for wall footings with 10mmØ traverse bar.
6. Use 1/4” thick x 1-1/2” x 1-1/2” angular bars spaced at 0.15m O.C with
1/4” thick x 2” x 2” angular bar horizontal support, typical for steel
fence. See attached drawings.
7. Use 2”Ø G.I. Pipe Sch40 frame with 1/4” thick x 1-1/2” x 1-1/2” vertical
angular bar spaced at 0.15m O.C. and 1/4” thick x 1-1/2” x 1-1/2”
horizontal angular bar, typical for all steel gate. See attached drawings.
8. Paint to be used for all concrete surfaces shall be flat latex and semi-
gloss latex.
9. Paint to be used for all metal surfaces shall epoxy primer and quick
drying enamel paint.
10. Supply and installation of 3.5 mm 2 thermoplastic, high heat, nylon
(THHN)/ thermoplastic heat and water-resistant nylon-coated (THWN),
60oC stranded copper wire, ½” Ø high quality PVC conduits, 4” x 4”
PVC octagonal junction box with cover and flushed type, two gang,
toggle, 230 volts (V), 20 amperes (A) switch.
11. Use 200mm Ø Globe type (high quality acrylic, half of the enclosure is
transparent and half is translucent) perimeter fence lighting with 18W
Cool White LED Bulb.

III. METHODS AND PROCEDURES

A. GENERAL REQUIREMENTS

1. Mobilization/Demobilization.
2. Safety and Health Program.

B. CIVIL & STRUCTURAL WORKS

1. Site Clearing.
2. Structural excavation, backfilling and compacting works for fence
foundations.
3. Back fill for on-grade and compacted gravel bed for foundations and
slab on fill.
4. Concreting Works

a. Admixtures – Portland cement with ratio of 1:2:4 to sand and gravel.


b. Columns footings shall be 0.20m x 0.80m x 0.80m, reinforced with
4-16mmØ on both ways.
c. Columns shall be 0.20m x 0.20m reinforced with 4-16mmØ
reinforcement bar with 10mmØ lateral ties.
d. Wall footing shall be 0.20m x 0.40m reinforced with 3–12mmØ main
reinforcement with 10mmØ horizontal bar spaced at every 3-layers
of CHB and 10mmØ vertical bars spaced at 0.80m OC typical.
e. Use 3/4“gravel & wash sand.

2
5. Concrete hollow blocks / masonry walls to constructs shall be fully
grouted; complete with reinforcements and cement mortar.

a. Use 5” thick CHB.


b. Masonry walls shall be reinforced with 10mmØ rebars for vertical
reinforcement spaced at 0.80m on center and 10mmØ rebars for
horizontal reinforcement with #16 GI tie wire and plain cement
plaster finish both sides, painted finish.
c. Mortar cement – Portland cement with a ratio of 1:3 to sand.
d. Plaster cement – Portland cement with a ratio of 1:3 to sand.
e. Fine screened white sand.

6. Structural steel works e.g. fence and gate, etc. (as indicated in the
attached plan/drawing) painted with epoxy primer & finish coat.

C. ARCHITECTURAL WORKS

1. Painting Works

a. All concrete surfaces to be painted shall be applied with concrete


neutralizer and properly cleaned free from dirt prior to the
application of one coat flat latex and two coats of semi- gloss latex
paint finish.
b. All metal surfaces shall be painted with at least one coat application
of epoxy primer and two coats of application of quick drying enamel
paint.
c. Putty shall be finely applied prior to the final coatings. The standard
Color Scheme shall be provided by BMD.
d. All paints must be pre-mixed.

D. ELECTRICAL WORKS

1. Lighting Fixtures – 200mm Ø high quality acrylic enclosure (half of the


enclosure is transparent and half is translucent) with 18 W Cool White
LED, 230 V.
2. Wires – 3.5 mm2 THHN/THWN, 60 oC, stranded copper wire.
3. Switch – flushed type, two gang, toggle, 230V, 20A.
4. ½” Ø high quality PVC conduit pipe.
5. PVC Junction Box - 4” x 4” PVC octagonal box with cover.
6. Tapping point and location of switch will be on guard house located at
the right side of the building.

IV. TECHNICAL QUALIFICATIONS

The contractor shall provide adequate number of duly qualified manpower


to perform the class of work stated herein. All manpower shall be
authorized, properly trained, equipped and organized to perform all works
in accordance with the terms and conditions stipulated in the contract within
the project duration.

3
Contractor’s Key Personnel:

1. One (1) Project Engineer - At least three (3) years of experience in


similar project.

2. One (1) Foreman - At least three (3) years of experience in similar


project.

3. One (1) Electrician – At least three (3) years of experience in similar


project.

V. WARRANTY REQUIREMENTS

1. The contractor shall also provide a warranty of one (1) year for the
project which shall include the following:

a. Hidden defects
b. Workmanship
c. Quality of materials.

All materials to be supplied and applied shall be brand new, free from
defects and must conform to the Specifications stated. The one (1) year
warranty period shall commence upon acceptance of the project by the
GSIS, and the contractor shall repair, at its own expense, any damage or
destruction of the works that may occur during the said warranty period
except those occasioned by force majeure.

VI. REQUIRED STANDARDS OF WORKMANSHIP AND MATERIALS

1. Materials and accessories to be supplied must be brand new and free


from defects and must be in accordance with the abovementioned
specifications.

2. All deliverables under this project shall be guaranteed against defective


parts and/or workmanship.

VII. GENERAL CONDITIONS

1. The Contractor shall submit price proposal together with the following
documentary requirements:

a. Manpower Schedule
b. PERT/CPM
c. Bill of Quantities and Detailed Cost Estimates
d. Equipment Schedule
e. Construction Schedule and S-Curve
f. PCAB License
g. Valid PhilGeps registration certificate
h. Valid Tax Clearance
i. DTI/SEC registration certificate

4
j. Mayor’s/Business Permit
k. Certificate of Good Standing, Completion and Acceptance from
GSIS with respect to the latest completed project (if applicable)

2. The Contractor shall guarantee to the GSIS that he is capable of


completing the work as specified in the approved plans, scope of work
and specifications, bill of materials and contract for the Construction of
Front Fence & Gate at GSIS Cauayan Branch Office, Tagaran, Cauayan
City, Isabela.

3. The Contractor must have a valid PCAB License with Classification of


General Building Small B, Category C & D.

4. The Contractor shall be properly and fully qualified to perform the class
of work provided herein, and that he is properly licensed, equipped,
organized and financed to perform such work. The Contractor shall
perform all works in accordance with the conditions stipulated in the
contract.

5. The Contractor shall provide experienced and qualified manpower, tools,


materials and equipment capable of producing the quality and quantity of
work and materials required to complete the project as specified in the
approved scope of work and specifications, within the time as specified
in the approved contract.

6. The Contractor shall undertake all the contingencies and other


necessary works to complete the project as it is intended by the GSIS
authorized representative. Bid tendered shall be deemed complete in all
aspects of the work.

7. Examination of Site: The Contractors submitting proposals for the


project shall first examine the existing job site and note all conditions. All
proposals shall take into consideration all conditions that may affect the
work under this contract.

8. Drawings and Specifications: The contract documents, agency estimate,


instructions, drawings, scope of work and specifications shall be
considered as one, such that whatever is called for by any of the
documents this shall be binding as if called for by all. In case of
discrepancy between the Drawings and Specifications, the former shall
prevail.

9. The CONTRACTOR shall comply with GSIS service and operational


requirements regarding occasional and reasonable work stoppage due to
dust and noise problems.

10. Initial indoctrination regarding security, safety, GSIS house rules, plans
for maintaining continued job cleanup, ingress and egress for the
CONTRACTOR’s employees shall be conducted by a GSIS
representative with the contractor, end user and other concerned parties.

5
11. Prohibitions:
a. Smoking shall not be allowed within the building, work and storage
areas.
b. Drinking of liquor shall not be allowed within the site.
c. Gambling of any type is strictly prohibited within the site.
d. Carrying of items determined by GSIS as “deadly instrument” is strictly
prohibited within the site.
e. Sleeping quarters are not allowed in the project site.
f. Workers are not allowed to eat within the project work area.

12. Washing area (to be determined by GSIS) and facilities (to be provided
by the CONTRACTOR) shall be maintained for sanitation purposes.

13. CONTRACTOR is required to provide its workers with safety harness,


goggles, hard hats, facemasks or shields when performing works at the
job site.

14. The contractor is required to implement the COA Circular No. 2013-004,
the Information and Publicity on Programs/Projects/Activities of
Government Agencies. A tarpaulin signboard must be suitably framed for
outdoor display at the project location, and shall be posted as soon as
the award has been made. The design and format of the tarpaulin as
shown in Annex “A”, shall have the following specification:

Tarpaulin , white 8 feet x 8 feet


Resolution 70 dpi
Font Helvetica
Font size : Main Information 3”
Sub - Information 1”
Font Color Black

15. All employees of the CONTRACTOR at the jobsite shall wear T-shirts
marked with CONTRACTOR’s company name and valid company I.D. at
all times.

16. Storage of Materials:


a. Lumber shall be stacked in a stable and self-supporting manner. All
nails and sharp objects shall be removed on all reusable lumber
before storage.
b. Concrete blocks shall be stacked in tiers on solid, level surfaces not
higher than 6 feet.
c. Reinforcing steel shall be stored in orderly piles away from
walkways and roadways.
d. Empty cement, lime bags and other dust-producing material shall
be removed from the project site as directed by the GSIS.
e. Stairways, passageways and all access ways shall be free from
construction materials and obstructions at all times.

6
17. The CONTRACTOR shall thoroughly clean the project site including all
areas disturbed by renovation activities to the full satisfaction of the
GSIS.

18. All works shall comply with applicable regulations of authorities having
jurisdiction on the project.

19. The work shall be executed in a workmanlike manner and in accordance


with the best practices employed in modern construction/installations.

20. Only competent and efficient workers shall be employed by the


CONTRACTOR and shall upon written request of the GSIS remove from
the project site any employee who, in the opinion of GSIS, is
incompetent or who obstruct the progress of the work.

21. The CONTRACTOR shall be responsible for all injury to persons and
damage to GSIS and other property caused by the execution of the
works and shall be liable for any claims against GSIS on account of such
injury and / or damage.

22. The CONTRACTOR shall likewise provide the necessary precautionary


measures to protect the property of the OWNER against rain or other
stormy weather condition and / or theft. The CONTRACTOR shall be
liable for any such damage or loss.

23. The CONTRACTOR shall submit the following requirements in


accordance with R.A. 9184 and its IRR within 10 Calendar Days from
receipt of the Purchase Order:

a. Performance Security;
b. Warranty Security;
c. Contractor’s All Risk Insurance to be secured from the GSIS-
Insurance Group for the duration of the project;
d. DOLE received Construction Safety and Health Program; and
e. Permit required by the Office of the Building Official (Building Permit).

VIII. CONTRACT DURATION

The project shall be completed within seventy (70) Calendar Days after the
receipt of Notice to Proceed to be issued by the GSIS Cauayan Branch Office.

IX. TERMS OF PAYMENT

1. Payment will be made as follows:


a. Progress Billing shall be done upon completion of at least 30%
accomplishment, per GSIS evaluation and upon submission of the
complete required documents by the CONTRACTOR, with the
issuance of GSIS evaluated Statement of Work Accomplished which
will be the basis for payment.

7
b. Full payment upon 100% completion and upon issuance of
Certificate of Acceptance by the GSIS Cauayan Branch Office,
subject to submission of the following documentary requirements:
• Contractor’s request/letter/billing
• Contractor’s Invoice
• Statement of Work Accomplished/Progress Billing
• Statement of Time Elapsed
• As-Built Plan
• Contractor’s Sworn Affidavit on payment of laborers and
materials
• Pictures, before, during and after construction of items of
work especially the embedded items
• Inspection Report of GSIS Cauayan Branch Office
• Warranty Security
• Certificate of Completion
• Certificate of Acceptance
• Sworn Contractor’s Quit Claim (for release of retention)
• Such other documents that may be required by GSIS
c. Payment will be subjected to appropriate taxes and ten percent
(10%) retention fee.
d. Retained money will be released thirty (30) days after the
acceptance and submission of the Warranty Security with letter of
request from the Contractor.
e. For failure to complete the contract on time, the Contractor shall pay
the GSIS liquidated damages equivalent to One Tenth of One
Percent of the cost of the unperformed portion for every day of delay.

X. RESPONSIBILITIES OF THE END-USER UNIT DURING PROJECT


IMPLEMENTATION

1. The End-User Unit or its representative shall inspect the compliance of


CONTRACTOR to the materials and tools delivered in accordance with
the specifications prior to installation.

2. The End-User Unit or its representative shall supervise the


implementation of the project to monitor the progress and compliance of
the contractor with the specified methodologies and safety precautions.

3. The End-User Unit or its representative shall raise concerns to the


contractor if there are found poor workmanships and perform re-
inspection after the anticipated rectification by the contractor.

4. The End-User Unit or its representative shall verify the accomplishments


of the contractor prior to the endorsement of the progress billings.

5. The End-User Unit or its representative shall provide assistance to the


contractor throughout implementation, warranty period and even after-
sales as the need arises.

8
APPROVAL PAGE

CONSTRUCTION OF FRONT FENCE AND


GATE AT GSIS CAUAYAN BRANCH OFFICE

(PR No.: 2019-GSIS-AMP-1841)

TECHNICAL SPECIFICATIONS
Building and Maintenance Department

Prepared by:

HERMENEGILDO A. DICHOSO, JR.


Acting Officer I, DTOD-BMD

Recommending Approval:

NEMENSIO M. YACO
Acting Officer II, DTOD-BMD

Approved by:

DIVINA D.C. APOLINAR


Officer-in-Charge, BMD

You might also like