You are on page 1of 181

PCSO

Philippine Charity Sweepstakes Office

PHILIPPINE BIDDING DOCUMENTS


INFRASTRUCTURE PROJECTS

Construction of Two (2) Storey


PCSO
Ilocos Sur Branch Office Building

Government of the Republic of the Philippines


ABC
Php 9,927,617.50

Sixth Edition
July 2020
Preface

These Philippine Bidding Documents (PBDs) for the procurement of Infrastructure


Projects (hereinafter referred to also as the “Works”) through Competitive Bidding have been
prepared by the Government of the Philippines for use by all branches, agencies, departments,
bureaus, offices, or instrumentalities of the government, including government-owned and/or
-controlled corporations, government financial institutions, state universities and colleges,
local government units, and autonomous regional government. The procedures and practices
presented in this document have been developed through broad experience, and are for
mandatory use in projects that are financed in whole or in part by the Government of the
Philippines or any foreign government/foreign or international financing institution in
accordance with the provisions of the 2016 revised Implementing Rules and Regulations
(IRR) of Republic Act (RA) No. 9184.

The PBDs are intended as a model for admeasurements (unit prices or unit rates in a
bill of quantities) types of contract, which are the most common in Works contracting.

The Bidding Documents shall clearly and adequately define, among others: (i) the
objectives, scope, and expected outputs and/or results of the proposed contract; (ii) the
eligibility requirements of Bidders; (iii) the expected contract duration; and (iv)the
obligations, duties, and/or functions of the winning Bidder.

Care should be taken to check the relevance of the provisions of the PBDs against the
requirements of the specific Works to be procured. If duplication of a subject is inevitable in
other sections of the document prepared by the Procuring Entity, care must be exercised to
avoid contradictions between clauses dealing with the same matter.

Moreover, each section is prepared with notes intended only as information for the
Procuring Entity or the person drafting the Bidding Documents. They shall not be included in
the final documents. The following general directions should be observed when using the
documents:

a. All the documents listed in the Table of Contents are normally required for the
procurement of Infrastructure Projects. However, they should be adapted as
necessary to the circumstances of the particular Project.

b. Specific details, such as the “name of the Procuring Entity” and “address for
bid submission,” should be furnished in the Instructions to Bidders, Bid Data
Sheet, and Special Conditions of Contract. The final documents should
contain neither blank spaces nor options.

c. This Preface and the footnotes or notes in italics included in the Invitation to
Bid, BDS, General Conditions of Contract, Special Conditions of Contract,
Specifications, Drawings, and Bill of Quantities are not part of the text of the
final document, although they contain instructions that the Procuring Entity
should strictly follow.

d. The cover should be modified as required to identify the Bidding Documents


as to the names of the Project, Contract, and Procuring Entity, in addition to
date of issue.

1
e. Modifications for specific Procurement Project details should be provided in
the Special Conditions of Contract as amendments to the Conditions of
Contract. For easy completion, whenever reference has to be made to specific
clauses in the Bid Data Sheet or Special Conditions of Contract, these terms
shall be printed in bold typeface on Sections I (Instructions to Bidders) and III
(General Conditions of Contract), respectively.

f. For guidelines on the use of Bidding Forms and the procurement of Foreign-
Assisted Projects, these will be covered by a separate issuance of the
Government Procurement Policy Board.

2
TABLE OF CONTENTS

Glossary of Terms, Abbreviations, and Acronyms ........................................ 5


Section I. Invitation to Bid ............................................................................... 8
Section II. Instructions to Bidders ................................................................11
1. Scope of Bid ....................................................................................................... 12
2. Funding Information ........................................................................................... 12
3. Bidding Requirements ......................................................................................... 12
4. Corrupt, Fraudulent, Collusive, Coercive, and Obstructive Practices ................... 12
5. Eligible Bidders .................................................................................................. 13
6. Origin of Associated Goods ................................................................................ 13
7. Subcontracts ....................................................................................................... 13
8. Pre-Bid Conference ............................................................................................. 13
9. Clarification and Amendment of Bidding Documents ......................................... 13
10. Documents Comprising the Bid: Eligibility and Technical Components .............. 13
11. Documents Comprising the Bid: Financial Component ....................................... 14
12. Alternative Bids .................................................................................................. 14
13. Bid Prices ........................................................................................................... 14
14. Bid and Payment Currencies ............................................................................... 15
15. Bid Security ........................................................................................................ 15
16. Sealing and Marking of Bids ............................................................................... 15
17. Deadline for Submission of Bids ......................................................................... 15
18. Opening and Preliminary Examination of Bids .................................................... 15
19. Detailed Evaluation and Comparison of Bids ...................................................... 16
20. Post Qualification ............................................................................................... 16
21. Signing of the Contract ....................................................................................... 16
Section III. Bid Data Sheet ............................................................................17
Section IV. General Conditions of Contract .................................................20
1. Scope of Contract................................................................................................ 21
2. Sectional Completion of Works .......................................................................... 21
3. Possession of Site................................................................................................ 21
4. The Contractor’s Obligations .............................................................................. 21
5. Performance Security .......................................................................................... 22
6. Site Investigation Reports ................................................................................... 22
3
7. Warranty..................................................................................................................22
8. Liability of the Contractor.......................................................................................22
9. Termination for Other Causes.................................................................................22
10. Dayworks................................................................................................................ 23
11. Program of Work.....................................................................................................23
12. Instructions, Inspections and Audits....................................................................... 23
13. Advance Payment....................................................................................................23
14. Progress Payments...................................................................................................23
15. Operating and Maintenance Manuals......................................................................24
Section V. Special Conditions of Contract.....................................................25
Section VI. Specifications................................................................................ 27
Section VII. Drawings......................................................................................29
Section VIII. Bill of Quantities......................................................................153
Section IX. Checklist of Technical and Financial Documents...................159

4
Glossary of
Terms, Abbreviations, and Acronyms

ABC – Approved Budget for the Contract.

ARCC – Allowable Range of Contract Cost.

BAC – Bids and Awards Committee.

Bid – A signed offer or proposal to undertake a contract submitted by a bidder in response to


and in consonance with the requirements of the bidding documents. Also referred to as
Proposal and Tender. (2016 revised IRR, Section 5[c])

Bidder – Refers to a contractor, manufacturer, supplier, distributor and/or consultant who


submits a bid in response to the requirements of the Bidding Documents. (2016 revised IRR,
Section 5[d])

Bidding Documents – The documents issued by the Procuring Entity as the bases for bids,
furnishing all information necessary for a prospective bidder to prepare a bid for the Goods,
Infrastructure Projects, and/or Consulting Services required by the Procuring Entity. (2016
revised IRR, Section 5[e])

BIR – Bureau of Internal Revenue.

BSP – Bangko Sentral ng Pilipinas.

CDA – Cooperative Development Authority.

Consulting Services – Refer to services for Infrastructure Projects and other types of projects
or activities of the GOP requiring adequate external technical and professional expertise that
are beyond the capability and/or capacity of the GOP to undertake such as, but not limited to:
(i) advisory and review services; (ii) pre-investment or feasibility studies; (iii) design; (iv)
construction supervision; (v) management and related services; and (vi) other technical
services or special studies. (2016 revised IRR, Section 5[i])

Contract – Refers to the agreement entered into between the Procuring Entity and the
Supplier or Manufacturer or Distributor or Service Provider for procurement of Goods and
Services; Contractor for Procurement of Infrastructure Projects; or Consultant or Consulting
Firm for Procurement of Consulting Services; as the case may be, as recorded in the Contract
Form signed by the parties, including all attachments and appendices thereto and all
documents incorporated by reference therein.

Contractor – is a natural or juridical entity whose proposal was accepted by the Procuring Entity
and to whom the Contract to execute the Work was awarded. Contractor as used in these Bidding
Documents may likewise refer to a supplier, distributor, manufacturer, or consultant.

CPI – Consumer Price Index.

DOLE – Department of Labor and Employment.


5
DTI – Department of Trade and Industry.

Foreign-funded Procurement or Foreign-Assisted Project – Refers to procurement whose


funding source is from a foreign government, foreign or international financing institution as
specified in the Treaty or International or Executive Agreement. (2016 revised IRR, Section
5[b]).

GFI – Government Financial Institution.

GOCC – Government-owned and/or –controlled corporation.

Goods – Refer to all items, supplies, materials and general support services, except
Consulting Services and Infrastructure Projects, which may be needed in the transaction of
public businesses or in the pursuit of any government undertaking, project or activity,
whether in the nature of equipment, furniture, stationery, materials for construction, or
personal property of any kind, including non-personal or contractual services such as the
repair and maintenance of equipment and furniture, as well as trucking, hauling, janitorial,
security, and related or analogous services, as well as procurement of materials and supplies
provided by the Procuring Entity for such services. The term “related” or “analogous
services” shall include, but is not limited to, lease or purchase of office space, media
advertisements, health maintenance services, and other services essential to the operation of
the Procuring Entity. (2016 revised IRR, Section 5[r])

GOP – Government of the Philippines.

Infrastructure Projects – Include the construction, improvement, rehabilitation, demolition,


repair, restoration or maintenance of roads and bridges, railways, airports, seaports,
communication facilities, civil works components of information technology projects,
irrigation, flood control and drainage, water supply, sanitation, sewerage and solid waste
management systems, shore protection, energy/power and electrification facilities, national
buildings, school buildings, hospital buildings, and other related construction projects of the
government. Also referred to as civil works or works. (2016 revised IRR, Section 5[u])

LGUs – Local Government Units.

NFCC – Net Financial Contracting Capacity.

NGA – National Government Agency.

PCAB – Philippine Contractors Accreditation Board.

PhilGEPS - Philippine Government Electronic Procurement System.

Procurement Project – refers to a specific or identified procurement covering goods,


infrastructure project or consulting services. A Procurement Project shall be described,
detailed, and scheduled in the Project Procurement Management Plan prepared by the agency
which shall be consolidated in the procuring entity's Annual Procurement Plan. (GPPB
Circular No. 06-2019 dated 17 July 2019)

6
PSA – Philippine Statistics Authority.

SEC – Securities and Exchange Commission.

SLCC – Single Largest Completed Contract.

UN – United Nations.

7
Section I. Invitation to Bid

Notes on the Invitation to Bid


The Invitation to Bid (IB) provides information that enables potential Bidders to decide
whether to participate in the procurement at hand. The IB shall be posted in accordance
with Section 21.2 of the 2016 revised IRR of RA No. 9184.

Apart from the essential items listed in the Bidding Documents, the IB should also indicate
the following:

a. The date of availability of the Bidding Documents, which shall be from the time the IB
is first advertised/posted until the deadline for the submission and receipt of bids;

b. The place where the Bidding Documents may be acquired or the website where it
may be downloaded;

c. The deadline for the submission and receipt of bids; and

d. Any important bid evaluation criteria.

The IB should be incorporated into the Bidding Documents. The information contained in
the IB must conform to the Bidding Documents and in particular to the relevant
information in the Bid Data Sheet.

8
Invitation to Bid for the Construction of Two (2) Storey
PCSO Ilocos Sur Branch Office Building Project

1. The Philippine Charity Sweepstakes Office, through the 2021 Corporate Operating
Budget intends to apply the sum of Nine Million Nine Hundred Twenty-Seven
Thousand Six Hundred Seventeen Pesos and Fifty Centavos (Php 9,927,617.50)
being the Approved Budget for the Contract (ABC) to payments under the contract for
Invitation to Bid for the Construction of Two (2) Storey PCSO Ilocos Sur
Branch Office Building (PR # 07-29-210463). Bids received in excess of the ABC
shall be automatically rejected at bid opening.

2. The PCSO now invites bids for the above Procurement Project. Completion of the
Works is required within one hundred eighty (180) calendar days from the day of
the receipt of the Notice to Proceed. Bidders should have completed a contract
similar to the Project. The description of an eligible bidder is contained in the Bidding
Documents, particularly, in Section II (Instructions to Bidders).

3. Bidding will be conducted through open competitive bidding procedures using non-
discretionary “pass/fail” criterion as specified in the 2016 revised Implementing
Rules and Regulations (IRR) of Republic Act (RA) No. 9184.

4. Interested bidders may obtain further information from PCSO and inspect the Bidding
Documents at the address given below during office hours (8:00am to 5:00pm),
Mondays to Fridays, except on holidays and on declared work suspensions.

5. A complete set of Bidding Documents may be acquired by interested bidders beginning


8:00 a.m. of October 20, 2021 (Wednesday) up to 4:00 p.m. of November 8, 2021
(Monday) from the given address and websites below, and upon payment of the
applicable fee for the Bidding Documents, pursuant to the latest Guidelines issued by the
GPPB, in the amount of Ten Thousand Pesos (PhP 10,000.00). The Procuring Entity
shall allow the bidder to present its proof of payment for the fees.

6. The PCSO will hold a Pre-Bid Conference on October 28, 2021 at (Thursday), at
1:30 p.m. through videoconferencing/webcasting via Microsoft Teams (MS Teams),
which shall be open to prospective bidders. . Kindly coordinate with the BAC
Secretariat at the contact details given below for pre-registration requirements,
and for information on the MS Teams application and access to the video
conference/webcast.

7. Bids must be duly received by the BAC Secretariat through manual submission at the
office address indicated below, on or before 9:30 a.m. of November 9, 2021
(Tuesday). Late bids shall not be accepted.

8. All bids must be accompanied by a bid security in any of the acceptable forms and in
the amount stated in ITB Clause 16.
9
9. Bid opening shall be on November 9, 2021 (Tuesday) at 10:00 a. m. at the given
address below. Bids will be opened in the presence of the bidders’ representatives
who choose to attend the activity. Only one (1) representative per prospective
bidder shall be allowed to attend the Bid opening in person.

10. The PCSO reserves the right to reject any and all bids, declare a failure of bidding, or
not award the contract at any time prior to contract award in accordance with Sections
35.6 and 41 of the 2016 revised Implementing Rules and Regulations (IRR) of RA
No. 9184, without thereby incurring any liability to the affected bidder or bidders.

11. For further information, please refer to:

Ms. MARILETH S. RODRIGUEZ


Head, Bids and Awards Committee (BAC)
Secretariat Philippine Charity Sweepstakes Office
9th Floor Sun Plaza Building
1507 Princeton St. corner Shaw
Boulevard Mandaluyong City
Email: bac@pcso.gov.ph
Telephone: (02) 8706-9049 (Procurement Division, General Services
Department) www.pcso.gov.ph

12. You may visit the following websites:

For downloading of Bidding Documents: pcso.gov.ph and notices.philgeps.gov.ph

October 20, 2021

________________________________
JOHN DEREK N. PORCIUNCULA
BAC Chairperson

10
Section II. Instructions to Bidders

Notes on the Instructions to Bidders

This Section on the Instruction to Bidders (ITB) provides the information necessary for
bidders to prepare responsive bids, in accordance with the requirements of the Procuring
Entity. It also provides information on bid submission, eligibility check, opening and
evaluation of bids, post-qualification, and on the award of contract.

11
1. Scope of Bid

The Procuring Entity, PCSO invites Bids for the Construction of Two (2) Storey
PCSO Ilocos Sur Branch Office Building, with Project Identification Number PR #
07-29-210463.

The Procurement Project (referred to herein as “Project”) is for the construction of


Works, as described in Section VI (Specifications).

2. Funding Information
2.1. The GOP through the source of funding as indicated below for Fiscal Year
2021 in the amount of Nine Million Nine Hundred Twenty-Seven Thousand
Six Hundred Seventeen Pesos and Fifty Centavos (Php 9,927,617.50).

2.2. The source of funding is the PCSO 2021 Corporate Operating Budget

3. Bidding Requirements
The Bidding for the Project shall be governed by all the provisions of RA No. 9184
and its 2016 revised IRR, including its Generic Procurement Manual and associated
policies, rules and regulations as the primary source thereof, while the herein clauses
shall serve as the secondary source thereof.

Any amendments made to the IRR and other GPPB issuances shall be applicable only
to the ongoing posting, advertisement, or invitation to bid by the BAC through the
issuance of a supplemental or bid bulletin.

The Bidder, by the act of submitting its Bid, shall be deemed to have inspected the site,
determined the general characteristics of the contracted Works and the conditions for this
Project, such as the location and the nature of the work; (b) climatic conditions;
(c) transportation facilities; (c) nature and condition of the terrain, geological
conditions at the site communication facilities, requirements, location and availability
of construction aggregates and other materials, labor, water, electric power and access
roads; and (d) other factors that may affect the cost, duration and execution or
implementation of the contract, project, or work and examine all instructions, forms,
terms, and project requirements in the Bidding Documents.

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


The Procuring Entity, as well as the Bidders and Contractors, shall observe the
highest standard of ethics during the procurement and execution of the contract. They
or through an agent shall not engage in corrupt, fraudulent, collusive, coercive, and
obstructive practices defined under Annex “I” of the 2016 revised IRR of RA No.
9184 or other integrity violations in competing for the Project.

12
5. Eligible Bidders
5.1. Only Bids of Bidders found to be legally, technically, and financially capable
will be evaluated.

5.2. The Bidder must have an experience of having completed a Single Largest
Completed Contract (SLCC) that is similar to this Project, equivalent to at
least fifty percent (50%) of the ABC adjusted, if necessary, by the Bidder to
current prices using the PSA’s CPI, except under conditions provided for in
Section 23.4.2.4 of the 2016 revised IRR of RA No. 9184.

A contract is considered to be “similar” to the contract to be bid if it has the


major categories of work stated in the BDS.

5.3. For Foreign-funded Procurement, the Procuring Entity and the foreign
government/foreign or international financing institution may agree on another
track record requirement, as specified in the Bidding Document prepared for
this purpose.

5.4. The Bidders shall comply with the eligibility criteria under Section 23.4.2 of the
2016 IRR of RA No. 9184.

6. Origin of Associated Goods


There is no restriction on the origin of Goods other than those prohibited by a decision of
the UN Security Council taken under Chapter VII of the Charter of the UN.

7. Subcontracts
Subcontracting is not allowed

8. Pre-Bid Conference
The Procuring Entity will hold a pre-bid conference for this Project on the specified
date and time and either at its physical address and/or through
videoconferencing/webcasting} as indicated in paragraph 6 of the IB.

9. Clarification and Amendment of Bidding Documents


Prospective bidders may request for clarification on and/or interpretation of any part
of the Bidding Documents. Such requests must be in writing and received by the
Procuring Entity, either at its given address or through electronic mail indicated in the
IB, at least ten (10) calendar days before the deadline set for the submission and
receipt of Bids.

10. Documents Comprising the Bid: Eligibility and Technical


Components

13
10.1. The first envelope shall contain the eligibility and technical documents of the
Bid as specified in Section IX. Checklist of Technical and Financial
Documents.

10.2. If the eligibility requirements or statements, the bids, and all other documents
for submission to the BAC are in foreign language other than English, it must
be accompanied by a translation in English, which shall be authenticated by
the appropriate Philippine foreign service establishment, post, or the
equivalent office having jurisdiction over the foreign bidder’s affairs in the
Philippines. For Contracting Parties to the Apostille Convention, only the
translated documents shall be authenticated through an apostille pursuant to
GPPB Resolution No. 13-2019 dated 23 May 2019. The English translation
shall govern, for purposes of interpretation of the bid.

10.3. A valid PCAB License is required, and in case of joint ventures, a valid
special PCAB License, and registration for the type and cost of the contract
for this Project. Any additional type of Contractor license or permit shall be
indicated in the BDS.

10.4. A List of Contractor’s key personnel (e.g., Project Manager, Project Engineers,
Materials Engineers, and Foremen) assigned to the contract to be bid, with their
complete qualification and experience data shall be provided. These key personnel
must meet the required minimum years of experience set in the BDS.

10.5. A List of Contractor’s major equipment units, which are owned, leased, and/or
under purchase agreements, supported by proof of ownership, certification of
availability of equipment from the equipment lessor/vendor for the duration of
the project, as the case may be, must meet the minimum requirements for the
contract set in the BDS.

11. Documents Comprising the Bid: Financial Component


11.1. The second bid envelope shall contain the financial documents for the Bid as
specified in Section IX. Checklist of Technical and Financial Documents.

11.2. Any bid exceeding the ABC indicated in paragraph 1 of the IB shall not be
accepted.

11.3. For Foreign-funded procurement, a ceiling may be applied to bid prices


provided the conditions are met under Section 31.2 of the 2016 revised IRR of
RA No. 9184.

12. Alternative Bids


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.

13. Bid Prices


14
All bid prices for the given scope of work in the Project as awarded shall be
considered as fixed prices, and therefore not subject to price escalation during
contract implementation, except under extraordinary circumstances as determined by
the NEDA and approved by the GPPB pursuant to the revised Guidelines for Contract
Price Escalation guidelines.

14. Bid and Payment Currencies


14.1. Bid prices may be quoted in the local currency or tradeable currency accepted
by the BSP at the discretion of the Bidder. However, for purposes of bid
evaluation, Bids denominated in foreign currencies shall be converted to
Philippine currency based on the exchange rate as published in the BSP
reference rate bulletin on the day of the bid opening.

14.2. Payment of the contract price shall be made in Philippine Pesos

15. Bid Security


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

15.2. The Bid and bid security shall be valid until one hundred twenty (120)
calendar days from the date of bid opening. Any bid not accompanied by an
acceptable bid security shall be rejected by the Procuring Entity as non-
responsive.

16. Sealing and Marking of Bids


Each Bidder shall submit one copy of the first and second components of its Bid.

The Procuring Entity may request additional hard copies and/or electronic copies of
the Bid. However, failure of the Bidders to comply with the said request shall not be a
ground for disqualification.

If the Procuring Entity allows the submission of bids through online submission to the
given website or any other electronic means, the Bidder shall submit an electronic copy of
its Bid, which must be digitally signed. An electronic copy that cannot be opened or is
corrupted shall be considered non-responsive and, thus, automatically disqualified.

17. Deadline for Submission of Bids


The Bidders shall submit on the specified date and time and either at its physical
address or through online submission as indicated in paragraph 7 of the IB.

18. Opening and Preliminary Examination of Bids

15
18.1. The BAC shall open the Bids in public at the time, on the date, and at the place
specified in paragraph 9 of the IB. The Bidders’ representatives who are
present shall sign a register evidencing their attendance. In case
videoconferencing, webcasting or other similar technologies will be used,
attendance of participants shall likewise be recorded by the BAC Secretariat.

In case the Bids cannot be opened as scheduled due to justifiable reasons, the
rescheduling requirements under Section 29 of the 2016 revised IRR of RA
No. 9184 shall prevail.

18.2. The preliminary examination of Bids shall be governed by Section 30 of the


2016 revised IRR of RA No. 9184.

19. Detailed Evaluation and Comparison of Bids


19.1. The Procuring Entity’s BAC shall immediately conduct a detailed evaluation
of all Bids rated “passed” using non-discretionary pass/fail criteria. The BAC
shall consider the conditions in the evaluation of Bids under Section 32.2 of
2016 revised IRR of RA No. 9184.

19.2. If the Project allows partial bids, all Bids and combinations of Bids as indicated in
the BDS shall be received by the same deadline and opened and evaluated
simultaneously so as to determine the Bid or combination of Bids offering the
lowest calculated cost to the Procuring Entity. Bid Security as required by ITB
Clause 15 shall be submitted for each contract (lot) separately.

19.3. In all cases, the NFCC computation pursuant to Section 23.4.2.6 of the 2016
revised IRR of RA No. 9184 must be sufficient for the total of the ABCs for
all the lots participated in by the prospective Bidder.

20. Post Qualification


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.

21. Signing of the Contract


The documents required in Section 37.2 of the 2016 revised IRR of RA No. 9184 shall
form part of the Contract. Additional Contract documents are indicated in the BDS.

16
Section III. Bid Data Sheet

Notes on the Bid Data Sheet (BDS)


The Bid Data Sheet (BDS) consists of provisions that supplement, amend, or specify in
detail, information, or requirements included in the ITB found in Section II, which are
specific to each procurement.

This Section is intended to assist the Procuring Entity in providing the specific information
in relation to corresponding clauses in the ITB and has to be prepared for each specific
procurement.

The Procuring Entity should specify in the BDS information and requirements specific to
the circumstances of the Procuring Entity, the processing of the procurement, and the bid
evaluation criteria that will apply to the Bids. In preparing the BDS, the following aspects
should be checked:

a. Information that specifies and complements provisions of the ITB must be


incorporated.

b. Amendments and/or supplements, if any, to provisions of the ITB as necessitated


by the circumstances of the specific procurement, must also be incorporated.

17
Bid Data Sheet
ITB Clause
5.2 For this purpose, contracts similar to the Project refer to contracts which have
the same major categories of work, which shall be:
(Architectural Works, Civil Works, Iron Works, Plumbing Works, Mechanical
Works, and Electrical Works
10.3 PCAB License

10.4 The key personnel must meet the required minimum years of experience set
below:
Key Personnel Education/License Relevant
Experience

Project Engineer Licensed Civil At least five (5) years


Engineer actual construction
site experience as
Resident Engineer

General Foreman Not applicable At least five (5) years’


experience in actual
construction site in a
similar project

Lead Electrician License Master At least five (5) years’


Electrician or experience on actual
Licensed Electrical building wiring
Engineer

Safety Officer Safety Officer with Not Applicable


the Certificate of
Training issued by or
in coordination with
Bureau of Working –
Department of Labor
and Employment
(BWC-DOLE)

Administrative Staff College Graduate At least 1 year


experience in similar
project and
knowledgeable in
Microsoft office
application.

CAD Draftsman With relevant TESDA At least 1 year


Accreditation or at experience in similar
18
least graduate of projects and must be
Architecture with knowledgeable in
AUTOCAD subjects AutoCAD and other
graphic and engineer
applications.

10.5 The minimum major equipment requirements are the following:


Equipment Capacity Number of
Units

1 Concrete Mixer One (1) bagger 1 set

2 Welding Machine 250 amperes 1 set

12 Not Applicable

15.1 The bid security shall be in the form of a Bid Securing Declaration or any of the
following forms and amounts:
a. The amount of not less than Php 198,552.35 , if bid security is in cash,
cashier’s/manager’s check, bank draft/guarantee or irrevocable letter
of credit;

b. The amount of not less than Php 496,380.87 if bid security is in Surety
Bond.
19.2 Not Applicable
20 No further instructions
21 Additional contract documents relevant to the Project are:
1. Construction schedule and S-curve
2. Manpower schedule
3. Construction methods
4. Equipment utilization schedule
5. Construction safety and health programs approved by DOLE
6. PERT/CPM

19
Section IV. General Conditions of Contract

Notes on the General Conditions of Contract


The General Conditions of Contract (GCC) in this Section, read in conjunction with the
Special Conditions of Contract in Section V and other documents listed therein, should be
a complete document expressing all the rights and obligations of the parties.

Matters governing performance of the Contractor, payments under the contract, or matters
affecting the risks, rights, and obligations of the parties under the contract are included in
the GCC and Special Conditions of Contract.

Any complementary information, which may be needed, shall be introduced only through
the Special Conditions of Contract.

20
1. Scope of Contract

This Contract shall include all such items, although not specifically mentioned, that
can be reasonably inferred as being required for its completion as if such items were
expressly mentioned herein. All the provisions of RA No. 9184 and its 2016 revised
IRR, including the Generic Procurement Manual, and associated issuances, constitute
the primary source for the terms and conditions of the Contract, and thus, applicable
in contract implementation. Herein clauses shall serve as the secondary source for the
terms and conditions of the Contract.

This is without prejudice to Sections 74.1 and 74.2 of the 2016 revised IRR of RA
No. 9184 allowing the GPPB to amend the IRR, which shall be applied to all
procurement activities, the advertisement, posting, or invitation of which were issued
after the effectivity of the said amendment.

2. Sectional Completion of Works


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

3. Possession of Site

3.1 The Procuring Entity shall give possession of all or parts of the Site to the
Contractor based on the schedule of delivery indicated in the SCC, which
corresponds to the execution of the Works. If the Contractor suffers delay or
incurs cost from failure on the part of the Procuring Entity to give possession in
accordance with the terms of this clause, the Procuring Entity’s Representative
shall give the Contractor a Contract Time Extension and certify such sum as fair
to cover the cost incurred, which sum shall be paid by Procuring Entity.

3.2 If possession of a portion is not given by the above date, the Procuring Entity
will be deemed to have delayed the start of the relevant activities. The
resulting adjustments in contract time to address such delay may be addressed
through contract extension provided under Annex “E” of the 2016 revised IRR
of RA No. 9184.

4. The Contractor’s Obligations


The Contractor shall employ the key personnel named in the Schedule of Key
Personnel indicating their designation, in accordance with ITB Clause 10.3 and
specified in the BDS, 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.

21
5. Performance Security

5.1. Within ten (10) calendar days from receipt of the Notice of Award from the
Procuring Entity but in no case later than the signing of the contract by both
parties, the successful Bidder shall furnish the performance security in any of
the forms prescribed in Section 39 of the 2016 revised IRR.

5.2. The Contractor, by entering into the Contract with the Procuring Entity,
acknowledges the right of the Procuring Entity to institute action pursuant to
Act No. 3688 against any subcontractor be they an individual, firm,
partnership, corporation, or association supplying the Contractor with labor,
materials and/or equipment for the performance of this Contract.

6. 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.

7. Warranty
7.1. In case the Contractor fails to undertake the repair works under Section 62.2.2
of the 2016 revised IRR, the Procuring Entity shall forfeit its performance
security, subject its property(ies) to attachment or garnishment proceedings,
and perpetually disqualify it from participating in any public bidding. All
payables of the GOP in his favor shall be offset to recover the costs.

7.2. The warranty against Structural Defects/Failures, except that occasioned-on


force majeure, shall cover the period from the date of issuance of the
Certificate of Final Acceptance by the Procuring Entity. Specific duration of
the warranty is found in the SCC.

8. Liability of the Contractor


Subject to additional provisions, if any, set forth in the SCC, the Contractor’s liability
under this Contract shall be as provided by the laws of the Republic of the
Philippines.
If the Contractor is a joint venture, all partners to the joint venture shall be jointly and
severally liable to the Procuring Entity.

9. Termination for Other Causes

Contract termination shall be initiated 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 corrupt, fraudulent,
collusive, coercive, and obstructive practices as stated in ITB Clause 4.

22
10. Dayworks

Subject to the guidelines on Variation Order in Annex “E” of the 2016 revised IRR of
RA No. 9184, and if applicable as indicated in the SCC, the Dayworks rates in the
Contractor’s Bid shall be used for small additional amounts of work only when the
Procuring Entity’s Representative has given written instructions in advance for
additional work to be paid for in that way.

11. Program of Work


11.1. The Contractor shall submit to the Procuring Entity’s Representative for
approval the said Program of Work showing the general methods,
arrangements, order, and timing for all the activities in the Works. The
submissions of the Program of Work are indicated in the SCC.

11.2. The Contractor shall submit to the Procuring Entity’s Representative for
approval an updated Program of Work at intervals no longer than the period
stated in the SCC. If the Contractor does not submit an updated Program of
Work within this period, the Procuring Entity’s Representative may withhold
the amount stated in the SCC from the next payment certificate and continue
to withhold this amount until the next payment after the date on which the
overdue Program of Work has been submitted.

12. Instructions, Inspections and Audits


The Contractor shall permit the GOP or the Procuring Entity to inspect the
Contractor’s accounts and records relating to the performance of the Contractor and to
have them audited by auditors of the GOP or the Procuring Entity, as may be required.

13. Advance Payment

The Procuring Entity shall, upon a written request of the Contractor which shall be
submitted as a Contract document, make an advance payment to the Contractor in an
amount not exceeding fifteen percent (15%) of the total contract price, to be made in lump
sum, or at the most two installments according to a schedule specified in the SCC, subject
to the requirements in Annex “E” of the 2016 revised IRR of RA No. 9184.

14. Progress Payments


The Contractor may submit a request for payment for Work accomplished. Such
requests for payment shall be verified and certified by the Procuring Entity’s
Representative/Project Engineer. Except as otherwise stipulated in the SCC, materials
and equipment delivered on the site but not completely put in place shall not be
included for payment.

23
15. Operating and Maintenance Manuals
15.1. If required, the Contractor will provide “as built” Drawings and/or operating
and maintenance manuals as specified in the SCC.

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

24
Section V. Special Conditions of Contract

Notes on the Special Conditions of Contract


Similar to the BDS, the clauses in this Section are intended to assist the Procuring Entity in
providing contract-specific information in relation to corresponding clauses in the GCC
found in Section IV.

The Special Conditions of Contract (SCC) complement the GCC, specifying contractual
requirements linked to the special circumstances of the Procuring Entity, the Procuring
Entity’s country, the sector, and the Works procured. In preparing this Section, the
following aspects should be checked:

a. Information that complements provisions of the GCC must be incorporated.

b. Amendments and/or supplements to provisions of the GCC as necessitated by


the circumstances of the specific purchase, must also be incorporated.

However, no special condition which defeats or negates the general intent and purpose of
the provisions of the GCC should be incorporated herein.

25
Special Conditions of Contract
GCC Clause
2 No further instructions
4.1 The PCSO shall give full possession of the Site to the Contractor upon
receipt of the Notice to Proceed (NTP)
6 No further instructions
7.2 Fifteen (15) years.

10 No dayworks are applicable to the contract


11.1 The Contractor shall submit the Program of Work to the Procuring
Entity’s Representative within Ten (10) days of delivery of the Notice of
Award.
11.2 The amount to be withheld for late submission of an updated Program of
Work is One percent (1%) of the progress payment due
13 The amount of the advance payment is 15% of the total contract price
14 Materials and equipment delivered on the site but not completely put in
place shall not be included for payment.
15.1 The date by which “as-built” drawings and/or operating and maintenance
manuals are required is upon completion of the project

15.2 The amount to be withheld for failing to produce “as built” drawings
and/or operating and maintenance manuals by the date required is Five
percent (5%) of the contract price

26
Section VI. Specifications

Notes on Specifications
A set of precise and clear specifications is a prerequisite for Bidders to respond
realistically and competitively to the requirements of the Procuring Entity without
qualifying or conditioning their Bids. In the context of international competitive bidding,
the specifications must be drafted to permit the widest possible competition and, at the
same time, present a clear statement of the required standards of workmanship, materials,
and performance of the goods and services to be procured. Only if this is done will the
objectives of economy, efficiency, and fairness in procurement be realized, responsiveness
of Bids be ensured, and the subsequent task of bid evaluation facilitated. The
specifications should require that all goods and materials to be incorporated in the Works
be new, unused, of the most recent or current models, and incorporate all recent
improvements in design and materials unless provided otherwise in the Contract.

Samples of specifications from previous similar projects are useful in this respect. The use
of metric units is mandatory. Most specifications are normally written specially by the
Procuring Entity or its representative to suit the Works at hand. There is no standard set of
Specifications for universal application in all sectors in all regions, but there are
established principles and practices, which are reflected in these PBDs.

There are considerable advantages in standardizing General Specifications for repetitive


Works in recognized public sectors, such as highways, ports, railways, urban housing,
irrigation, and water supply, in the same country or region where similar conditions
prevail. The General Specifications should cover all classes of workmanship, materials,
and equipment commonly involved in construction, although not necessarily to be used in
a particular Works Contract. Deletions or addenda should then adapt the General
Specifications to the particular Works.

Care must be taken in drafting specifications to ensure that they are not restrictive. In the
specification of standards for goods, materials, and workmanship, recognized international
standards should be used as much as possible. Where other particular standards are used,
whether national standards or other standards, the specifications should state that goods,
materials, and workmanship that meet other authoritative standards, and which ensure
substantially equal or higher quality than the standards mentioned, will also be acceptable.
The following clause may be inserted in the SCC.

Sample Clause: Equivalency of Standards and Codes

Wherever reference is made in the Contract to specific standards and codes to be met by the
goods and materials to be furnished, and work performed or tested, the provisions of the latest
current edition or revision of the relevant standards and codes in effect shall apply, unless
otherwise expressly stated in the Contract. Where such standards and codes are national, or
relate to a particular country or region, other authoritative standards that ensure a substantially
equal or higher quality than the standards and codes specified will be accepted

27
subject to the Procuring Entity’s Representative’s prior review and written consent.
Differences between the standards specified and the proposed alternative standards shall be
fully described in writing by the Contractor and submitted to the Procuring Entity’s
Representative at least twenty-eight (28) days prior to the date when the Contractor desires the
Procuring Entity’s Representative’s consent. In the event the Procuring Entity’s
Representative determines that such proposed deviations do not ensure substantially equal or
higher quality, the Contractor shall comply with the standards specified in the documents.

These notes are intended only as information for the Procuring Entity or the person drafting
the Bidding Documents. They should not be included in the final Bidding Documents.

28
CONSTRUCTION OF 2-STOREY
PCSO ILOCOS SUR BRANCH OFFICE BUILDING

CANDON CITY HALL COMPOUND

BGY. CALAOA-AN, CANDON CITY, ILOCOS SUR

 SCOPE OF WORKS AND TECHNICAL SPECIFICATION


PROJECT : CONSTRUCTION OF 2-STOREY
PCSO ILOCOS SUR BRANCH OFFICE BUILDING

LOCATION : CANDON CITY HALL COMPOUND


BGY. CALAOA-AN, CANDON CITY, ILOCOS SUR

SCOPE OF WORK AND TECHNICAL SPECIFICATIONS

PART I - GENERAL REQUIREMENTS

A. GENERAL INTENTION

1. It is declared and acknowledged intention and meaning to provide and


secure for the Philippine Charity Sweepstakes Office (PCSO), a complete
and ready for use PCSO Ilocos Sur Branch Office Building herein
mentioned, as well as the other concomitant trades of work necessary for
the completion of all works required.

2. Construction of the PCSO Ilocos Sur Branch Office Building stipulated under
this specifications and related contract, documents prepared for this project
shall be in conformity with all applicable National Laws, Local Ordinances,
and Building Rules and Regulations of the National Building Code.

B. SCOPE OF WORKS

1. Work contemplated under this project shall consist of furnishing all


materials, labor, equipment, tools, utilities, transportation, superintendence
and satisfactory performance of all conditions of the contract.

2. The Contractor shall prepare detailed shop drawings of the building of


herein mentioned to be approved by PCSO through its authorized
Engineer representative.

3. The Contractor shall follow the agreed timetable for the project; any delay
can incur liquidated damages in the part of PCSO hence penalty will be
imposed for any delays made by the contractor.

C. EXISTING CONDITIONS AT JOBSITE

1. The Contractor shall verify at the jobsite all existing conditions which are
relative to this project to obtain firsthand information of the extent of work
to be done specially the portions that need extra work.

2. The Contractor shall be responsible in providing the necessary protection


of building areas and parts that are not part of the renovation and repair
works; wherein any damaged caused by the contractor, necessary
corrective measures shall be done to restore any damaged parts or areas
to its original serviceable form solely to the contractor’s cost.
D. SECURING OF ALL PERMITS AND LICENSES

All necessary permits and licenses required for the implementation of the
project shall be paid by the Contractor; any expenses incidental to secure all
permits and licenses including reproduction of required documents and
drawings, etc. shall be borne by the Contractor, who shall acquire and secure
such permits and licenses required, and shall surrender the Original Official
Receipt/s and the original permits to PCSO, upon completion of the
construction.

E. BILLBOARDS

The Contractor shall install one (1) Billboard measuring 1200 mm x 2400 mm
(4ft x 8ft) using 12mm (1/2 inch) marine plywood or tarpaulin posted on 5mm
(3/16 inch) marine plywood, in front of the Project site. Project Billboard shall
be installed for government information projects to inform the public of the
implementation of the project and to advise the road users of the on-going
construction.

The Billboard shall include the perspective of the building indicating thereon
the names of the Project, Location, Implementing Office, the Contractor, Date
Started, Contract Completion Date, Contract Cost, and Project
Architect/Engineers.

The sign layout and the text and location of such sign will be approved by
PCSO through its authorized Engineer representative. No other sign or
advertising will be permitted.

The Contractor shall also install one (1) Billboard per attached COA Circular
No 2013-004. Upon completion of the work, all signs installed shall be
removed from the site.

F. TEMPORARY STRUCTURES AND

SERVICES Temporary Building and Facilities

Temporary Buildings shall be of a design and materials acceptable to PCSO


through its authorized Engineer representative.

Contractor’s Office

The Contractor shall provide on or near the premises, temporary building for
his own use, equipped among other items with at least one telephone.

Field Office

The Contractor shall provide temporary office building at least 12’ 0” wide by
30’ 0” long for the use of the field representatives, architects and engineers at
an approved location on or adjacent site. The field office shall be complete
with electrical light, power outlets, drinking water, two (2) desks, two chairs, a
plan table, a plan rack, filing cabinet, private local telephone line and daily
janitorial service, including periodic washing of windows. The Contractor shall
pay for all of the above services and facilities except long distance telephone
calls.

Toilets

The Contractor shall provide suitable toilet facilities at approved location (2)
with proper enclosures for the use of workmen, and shall maintain some in
sanitary operable conditions, all in conformity with the local regulations.

Other Temporary Buildings

The Contractor shall provide such other temporary building as maybe


required for use of his workmen and safe storage of tools and materials.
Such structures shall be located only where previously approved.

Temporary Electric Power

The Contractor shall provide and pay for all light and electrical power
required for the construction work including all wiring, connections and
accessories an all power consumed.

Temporary Water Supply

The Contractor shall make all necessary arrangements for and provision of
water including temporary piping and house extensions required for the
construction purposes. He shall obtain and pay for necessary permits and for
all water used.

Temporary Parking Facilities

The Contractor shall provide and maintain in a safe and satisfactory condition
temporary facilities for use by workmen employed on the job and for the use
of PCSO and its authorized Engineers and Architects.

Temporary Scaffolding, Hoist, etc.

The Contractor shall install and operate an adequate number of temporary


hoists and shall also furnish and maintain temporary scaffolds, runways,
ladders, and the like as required for the proper execution of the work.

As soon as the progress of the work will permit, the Contractor shall erect the
permanent stair platforms, ramps, catwalks, etc., safeguard and shall provide
these and all other permanent parts from damage or defacement during the
work.

Removal of Temporary Services and Facilities

All temporary services and facilities installed by the Contractor shall be


removed by the Contractor on completion of this Contract or as directed by
PCSO through its authorized Engineer representative. The Contractor shall
make any repairs or alterations necessitated by such removal.

G. PROTECTION OF WORK, PROPERTY, AND PERSONS

1. The Contractor shall protect the work of employees, equipment at PCSO’s


property and adjacent property from damage for any cause whatsoever,
and shall be responsible for any damage or injury (including death) due to
his act or neglect. These provisions are solely for the benefit of third
persons.

2. The Contractor as, part of the contract shall provide watchmen and erect
all planking bridges, bracings, shorings, sheet piling, lights and warning
signs necessary for the public. The Contractor shall provide scaffolds,
tarpaulins, and similar items as directed by PCSO through its authorized
Engineer representative to protect PCSO, equipment and employees and
shall if necessary seal off his work so as not to interfere with PCSO’s
business operation if applicable.

Watchmen Service

 The Contractor shall provide reputable watchmen service or in lieu


thereof, any approved protective service to guard the construction area
against vandalism, theft, and mischief. Such service should be in
operation at all hours that the Contractor’s supervisory staff is not in
attendance at the site, 24 hours per day and 7 days per week from the
date of Contractor starts work until the date of final acceptance of the
work under this Contract.

 Watchmen or approved protective service shall continue uninterrupted


during delays in the work such as inclement weather, delays in
delivery, and the like. In the event of any official work stoppage of the
Project, make immediate arrangements with PCSO through its
authorized Engineer representative regarding watchmen service
continuation and cost thereof during the time the work will be stopped.
If such official stoppage is found to be due to fault, neglect or improper
work performance of the Contractor, or his sub-contractors, the extra
cost for watchmen service shall be borne by the Contractor.

3. The Contractor shall be responsible for any injury loss or damage to any
presently existing improvements on the premises caused by him or his
employees, agents or any sub- contractors, and in the event of such
injury, loss or damage shall promptly make such repairs or replacement
as required by PCSO without additional cost to PCSO.

4. During the progress of the work, the Contractor shall protect all finished
work as soon as it is erected and shall maintain such protection until such
time they are no longer required.

H. MEETINGS AND REPORTS

Preconstruction Meetings
Prior to the start of construction, Contractor's material men or vendors
whose presence are required, must attend preconstruction meetings as
directed for the purpose of discussing the execution of work.

Progress Meetings

Progress meetings shall be called upon by the following for the


purpose of discussing the implementation of the work:

When called upon by PCSO through its authorized Engineer/Architect


representative for the purpose of discussing the execution of work.
Contractor's material men or vendors whose presence is necessary or
requested must attend progress meetings. Each of such meeting shall
be held at the time and place designated by PCSO through its
authorized Engineer representative. Decisions and instructions agreed
on these meetings shall be binding and conclusive on the contract.
Minutes of this meeting shall be recorded and reasonable number of
copies shall be furnished to the Contractor for distribution to various
materials men and vendors involved.

The Contractor may also call for a progress meeting for the purpose of
coordinating, expediting and scheduling the work. In such meeting
Contractor's material men or vendors, whose presence is necessary or
requested are required to attend.

Progress Reports

The Contractor shall faithfully prepare and submit progress reports to


PCSO every 30 days after the start of the project up to its completion,
showing the work completed, work remaining to be done, the status of
construction equipment and materials at the site.

I. MATERIAL APPROVAL

1. Prior to use and installation of any materials and equipment, the


Contractor must secure approval from PCSO or its Engineer
Representative of all proposed materials and equipment to be
permanently incorporated into the project in accordance with the
Technical Specifications.

2. Materials and equipment approval may be by testing or evaluation of the


product in accordance with the design intent and specifications as defined
in the Working Drawings and Technical Specifications. This must be
performed before the materials or equipment are incorporated into the
project and should be done prior to the materials and equipment’s arrival
on the jobsite.

3. The following are the required submittals from the contractor for PCSO’s
approval:
 1.2x1.2m white painted board affixed with all finishing material
samples such as, but not limited to, all paint color swatches,
manufactured brick cladding, acoustical ceiling boards with fixing
accessories, ceramic floor tiles, kitchen counter tiles, light fixtures,
window glass and frame samples, etc.;

 Sample photos of actual installed material; and

 Product brochures with product name, model, description and


specification.

4. PCSO may inspect or test any approved material or product at any time
during its preparation and use. Any material or product that will be found
unfit shall not be used in the Work even after being previously approved.

5. PCSO has the right to have all installed unapproved materials removed
and have the affected area repaired then replaced with the prescribed
material at the expense of the Contractor.

J. INSPECTION AND TESTS

1. The Contractor shall permit and facilitate inspection of the work by PCSO,
its authorized Engineer representatives, and the public authorities having
jurisdiction at all times during the progress of the work.

2. The Contractor will be responsible for all test and engineering services
required by the Specifications. The cost for inspection or tests not
required by the specification but which PCSO requires, will be borne by
PCSO.

3. All tests shall be performed by the testing agency approved by PCSO


through its authorized Engineer representative, and shall be in
accordance with the current standards of the American Society for Testing
and Materials unless otherwise specified by PCSO through its authorized
Engineer representative. The Contractor shall furnish PCSO through its
authorized Engineer representative with 2 copies of the test procedures
used.

4. Failure of PCSO through its authorized Engineer/Architect representative


to visit the site during the progress work or work not in accordance with
the Drawings and Specifications shall not be deemed an acceptance
thereof nor waiver of PCSO’s right to a proper execution of the Contract
work or any part of it. No partial payment of entire occupancy of the
premises by PCSO shall be construed to be an acceptance of work or
materials which are not strictly in accordance with the Contract
Documents, nor a waiver of PCSO’s right.

K. PHOTOGRAPHS

The Contractor shall provide record progress photographs (120 photographs


per month) taken as, when and where directed by PCSO or its authorized
Engineer representative at intervals of not more than one month. The
photographs shall be sufficient in number and location to record the exact
progress of the works.

The Contractor shall provide one proof print of each photograph taken, and
the electronic file and three (3) copies, in 3R size and printed on glossy
paper, of any of the photographs selected as progress photographs by PCSO
or its authorized Engineer representative. The retained photographs will
become the property of PCSO and the Contractor shall supply approved
albums to accommodate them.

L. CONTRACTOR’S ROAD AND TRAFFIC LIMITATIONS

1. Contractor shall make himself fully aware of any restrictive traffic


limitations and/or shall comply with request of local authorities in this
construction plan and equipment, to and from the site, as routes, entry
and exit on site, times of delays, etc.

2. Prior to moving equipment or materials to the site, the Contractor shall


secure from PCSO through its authorized Engineer representative, its
approval of the specific roadway route on or adjacent to the site to be
used. He shall thereafter be limited to the use of said roadways or route
unless PCSO through its authorized Engineer representative first
approves the use of alternate roadway or routes.

M. SECURITY OF EQUIPMENT AND OPERABLE MACHINERY

Site-parked mobile equipment and operable machinery, and hazardous parts


of the new construction subject to mischief shall be kept locked or otherwise
made inoperable whenever left unattended.

N. PEST CONTROL

Contractor shall guard against and if necessary exterminate rodents,


termites, vermin and other pests. All job personnel shall be required to
dispose of garbage and refuse in covered metal containers, which Contractor
shall furnish and empty regularly. Should services of extermination firm be
necessary, the Contractor shall provide such services.

O. AIR POLLUTION

Contractor shall comply with the requirements of “The Clean Air Act of 1999”
and of local authorities regarding air pollution control: As a general rule, there
shall be no burning of trash at the site.

P. CLEANING

1. The Contractor shall at all times keep the premises from accumulation of
waste materials or rubbish caused by his employees, sub-contractors, or
the work. At completion of the work he shall remove from the building and
site all rubbish, scaffolding and surplus materials and shall leave the work
broom clean, unless otherwise specified. If the Contractor fails to keep the
premises clean, PCSO through its authorized Engineer representative
may remove the waste materials and rubbish; charge the expense of such
removal to the Contractor.

2. The Contractor shall thoroughly wash and clean all glass, clean hardware,
remove stains, spots, smears, marks and dirt from all surfaces; clean
fixtures, wash terrazzo, tile floors and all exposed concrete so as to
present clean work to PCSO through its authorized Engineer
representative for acceptance.

Q. FINAL COMPLETION

The term final completion, means the completion of all work called for under
the Contract to include but not limited to:

1. Satisfactory operation of all equipment, by means of acceptance tests;

2. Correction of all punch list items to the satisfaction of PCSO through its
authorized Engineer/Architect representative;

3. Settlement of all claims of any payment and release of its records for all
materials, labor and the likes;

4. Delivery of all guarantees and warranties, Equipment Operation and


Maintenance Manuals for all installed equipment, appliances and the like;

5. Release of approved as-built drawings, Building certificates, Electrical


permits, all other required approvals and acceptance by the
City/Municipality or other authority having jurisdiction prior to occupancy;
and

6. Removal of all rubbish, scaffoldings and surplus materials and equipment


from the job site.

R. PUNCH LIST

The list prepared by PCSO through its authorized Engineer/Architect


representative of the Contractor’s uncompleted, defective or uncorrected
work.

S. AS BUILT DRAWINGS

1. Upon completion of the work, the Contractor shall submit two sets of
prints with all as-built changes shown on the drawings in a neat
workmanship manner. Such prints shall show changes or actual
installation and conditions of the actual structure including all utilities in
comparison with the original drawings.

2. As-built Drawings shall be approved by PCSO through its authorized


Engineer/Architect representative.
3. The Contractor shall keep as-built drawings up to date concurrently as the
work progresses and not wait until the end of the job to do so.

T. CONNECTING THE WORK

The Contractor shall do all the cutting, fitting and pitching that may be
required to make several parts of the work come together properly and to fit
his work to receive or be received by existing works or works from other
contractors.

U. CONSTRUCTION HEALTH AND SAFETY

Health and Safety Plan

Within one month of arrival on the project site, the Contractor shall submit a
Health and Safety Plan/Program with operational details of his proposals to
PCSO or its authorized Engineer representative for prior approval.

Safety Officer

Due precautions shall be taken by the Contractor, at his own cost, to ensure
the safety and protection against accidents of all staff and labor engaged on
the Works, local residents in the vicinity of the Works, and the public traveling
through the Works.

The Contractor shall have on his staff on Site a designated Safety Officer
qualified to promote and maintain safe working practices. This Safety Officer
shall have authority to issue instructions and shall take protective measures
to prevent accidents, including but not limited to, the establishment of safe
working practices and the training of staff and labor in their implementation.

The Contractor shall be responsible for all costs including medical treatment,
transport, accommodation etc. incurred by any member of the public or his
labor force whether on direct contract or sub-contract as a result of injuries or
illness arising from the execution of the Works.

Protective Clothing and Safety Equipment

The Contractor shall, at his own expense, provide protective clothing and
safety equipment to all staff and labor engaged on the Works to the
satisfaction of PCSO through its authorized Engineer representative. Such
clothing and equipment shall include, at a minimum, high visibility vests for
workers directing traffic, protective footwear for workmen undertaking
concrete mixing work, protective footwear and gloves for workmen
performing paving works, dust masks, rubber boots, rain coats and otherwise
as appropriate to the job on hand and to PCSO’s satisfaction.
Medical and First–Aid Facilities

The Contractor shall provide and maintain throughout the duration of the
Contract, a medical examining room and sickbay together with all necessary
supplies and equipment to be sited in the Contractor’s main camp. The
rooms shall be used exclusively for medical purposes and shall be of good
quality construction with electric lighting and otherwise suitable for their
purpose. The sickbay shall have at least one bed, and shall be provided with
adjacent washing and sanitation facilities.

The Contractor shall, at his own expense, provide first aid equipment at the
work site to the satisfaction of PCSO or its authorized Engineer
representative, and shall ensure that the works site where 20 or more
persons are engaged on the Works there shall at all times be a person
qualified in first-aid with access to appropriate first-aid equipment.

The location of the medical room and other medical and first-aid
arrangements shall be made known to all employees by posting suitable
notices at prominent locations around the site and by verbal instruction upon
recruitment.

Supply of Drinking Water, Sanitation

The Contractor shall provide on the Site at his expense, an adequate supply
of drinking water for all staff and labor engaged on the Works, together with
sanitary facilities (portable toilets or latrines), to the satisfaction of PCSO. The
Contractor shall thoroughly disinfect and fill all latrine pits, sumps and
trenches when no longer required.

Occupational Health and Safety Signage

The Contractor shall provide adequate on-site OHS signage. Including but
not limited to: ‘no unauthorized entry’, ‘report to site office’, ‘beware of
overhead work’, ‘hard hats, overalls, safety boots, respirators, etc’. Signage
shall be posted up at all entrances to site as well as on site in strategic
locations e.g. access routes, stairways, entrances to structures and buildings,
scaffolding, and other potential risk areas/operations.

Scaffolding / Working At Heights / Fall Protection

Working at heights includes any work that takes place in an elevated position.
The Contractor must submit a risk-specific fall prevention plan before this
work is undertaken. The all prevention plan must be approved by PCSO
before work may commence. The contractors must ensure that workers are
physically and psychologically fit to work in elevated positions and are in
possession of a valid medical certificate of fitness. The contractor shall
ensure that all scaffoldings to be used are in a good and safe condition
Formwork and Support Work for Structures

The Contractor shall ensure that that all formwork and support work is
inspected by a competent person immediately before, during and after
placement of concrete or any other imposed load and thereafter on a daily
basis until the formwork and support work has been removed. Records of all
inspections must be kept in a register on site.

All formwork and support work structures must be adequately designed by a


structural designer, erected, supported, braced and maintained so that they
will be capable of supporting an anticipated vertical and lateral load that may
be applied to them and also that no loads are imposed onto the structure that
the structure is not designed to withstand.

The designs of formwork and support work structures must be done with
close reference to the structural design drawings and where any uncertainty
exists, the structural designer should be consulted, especially before
removing support work and formwork.

PART II – EARTHWORK

A. CLEARING AND

GRUBBING Description

This Item shall consist of clearing, grubbing, removing and disposing all
vegetation and debris in the site, except those objects that are designated to
remain in place or are to be removed in consonance with other provisions of
this Specification. The work shall also include the preservation from injury or
defacement of all objects designated to remain.

Construction Requirements

1. General

PCSO or its authorized Engineer representative will establish the limits of


work and designate all trees, shrubs, plants and other things to remain. The
Contractor shall preserve all objects designated to remain. Paint required for
cut or scarred surface of trees or shrubs selected for retention shall be an
approved asphaltum base paint prepared especially for tree surgery.

Clearing shall extend one (1) meter beyond the toe of the fill slopes or
beyond rounding of cut slopes as the case maybe for the entire length of the
project unless otherwise shown on the plans or as directed by PCSO through
its authorized Engineer representative and provided it is within the right of
way limits of the project, with the exception of trees under the jurisdiction of
the Forest Management Bureau (FMB).
2. Clearing and Grubbing

All surface objects and all trees, stumps, roots and other protruding
obstructions, not designated to remain, shall be cleared and/or grubbed,
including mowing as required, except as provided below:

a. Removal of undisturbed stumps and roots and nonperishable solid


objects with a minimum depth of one (1) meter below subgrade or slope
of embankment will not be required.

b. In areas outside of the grading limits of cut and embankment areas,


stumps and nonperishable solid objects shall be cut off not more than
150 mm (6 inches) above the ground line or low water level.

c. In areas to be rounded at the top of cut slopes, stumps shall be cut


off flush with or below the surface of the final slope line.

d. Grubbing of pits, channel changes and ditches will be required only to


the depth necessitated by the proposed excavation within such areas.

e. In areas covered by cogon/talahib, wild grass and other vegetations, top


soil shall be cut to a maximum depth of 150 mm below the original
ground surface or as designated by PCSO through its authorized
Engineer representative, and disposed outside the clearing and grubbing
limits as indicated in the typical roadway section.

Except in areas to be excavated, stump holes and other holes from which
obstructions are removed shall be backfilled with suitable material and
compacted to the required density.

If perishable material is burned, it shall be burned under the constant care of


component watchmen at such times and in such a manner that the
surrounding vegetation, other adjacent property, or anything designated to
remain on the right of way will not be jeopardized. If permitted, burning shall
be done in accordance with applicable laws, ordinances, and regulation.

The Contractor shall use high intensity burning procedures, (i.e., incinerators,
high stacking or pit and ditch burning with forced air supplements) that
produce intense burning with little or no visible smoke emission during the
burning process. At the conclusion of each burning session, the fire shall be
completely extinguished so that no smoldering debris remains.

In the event that the Contractor is directed by PCSO authorized Engineer not
to start burning operations or to suspend such operations because of
hazardous weather conditions, material to be burned which interferes with
subsequent construction operations shall be moved by the Contractor to
temporary locations clear of construction operations and later, if directed by
PCSO authorized Engineer, shall be placed on a designated spot and
burned.
Materials and debris which cannot be burned and perishable materials may
be disposed off by methods and at locations approved by PCSO authorized
Engineer, on or off the project. If disposal is by burying, the debris shall be
placed in layers with the material so disturbed to avoid nesting.

Each layer shall be covered or mixed with earth material by the land-fill
method to fill all voids. The top layer of material buried shall be covered with
at least 300 mm (12 inches) of earth or other approved material and shall be
graded, shaped and compacted to present a pleasing appearance. If the
disposal location is off the project, the Contractor shall make all necessary
arrangements with property owners in writing for obtaining suitable disposal
locations which are outside the limits of view from the project. The cost
involved shall be included in the unit bid price. A copy of such agreement
shall be furnished to PCSO through its authorized Engineer representative.
The disposal areas shall be seeded, fertilized and mulched at the
Contractor’s expense.

Woody material may be disposed off by chipping. The wood chips may be
used for mulch, slope erosion control or may be uniformly spread over
selected areas as directed by PCSO authorized Engineer. Wood chips used
as mulch for slope erosion control shall have a maximum thickness of 12 mm
(1/2 inch) and faces not exceeding 3900 mm2 (6 square inches) on any
individual surface area. Wood chips not designated for use under other
sections shall be spread over the designated areas in layers not to exceed 75
mm (3 inches) loose thickness.

Diseased trees shall be buried or disposed off as directed by PCSO


authorized Engineer.

All merchantable timber in the clearing area which has not been removed
from the right of way prior to the beginning of construction, shall become the
property of the Contractor, unless otherwise provided.

Low hanging branches and unsound or unsightly branches on trees or shrubs


designated to remain shall be trimmed as directed. Branches of trees
extending over the roadbed shall be trimmed to give a clear height of 6 m (20
feet) above the roadbed surface. All trimming shall be done by skilled
workmen and in accordance with good tree surgery practices.

Timber cut inside the area staked for clearing shall be felled within the area
to be cleared.

3. Individual Removal of Trees or Stumps

Individual trees or stumps designated by PCSO authorized Engineer for


removal and located in areas other than those established for clearing and
grubbing and roadside cleanup shall be removed and disposed off as
specified under Subsection Clearing and Grubbing except trees removed
shall be cut as nearly flush with the ground as practicable without removing
stumps.
B. REMOVAL OF STRUCTURES AND

OBSTRUCTIONS Description

This Item shall consist of the removal wholly or in part, and satisfactory
disposal of all buildings, fences, structures, old pavements, abandoned pipe
lines, and any other obstructions which are not designated or permitted to
remain, except for the obstructions to be removed and disposed off under
other items in the Contract. It shall also include the salvaging of designated
materials and backfilling the resulting trenches, holes, and pits.

Construction Requirements

1. General

The Contractor shall perform the work described above, within and adjacent
to the roadway, on Government land or easement, as shown on the Plans or
as directed by PCSO authorized Engineer. All designated salvable material
shall be removed, without unnecessary damage, in sections or pieces which
may be readily transported, and shall be stored by the Contractor at specified
places on the project. Perishable material shall be handled as designated in
Subsection Clearing and Grubbing. Nonperishable material may be disposed
off outside the limits of view from the project with written permission of the
property owner on whose property the material is placed. Copies of all
agreements with property owners are to be furnished to PCSO or its
authorized Engineer representative. Basements or cavities left by the
structure removal shall be filled with acceptable material to the level of the
surrounding ground and, if within the prism of construction, shall be
compacted to the required density.

2. Removal of Fence, Existing Pavement, Sidewalks, Curbs, etc.

All concrete fence, pavement, base course, sidewalks, curbs, gutters, etc.,
designated for removal, shall be:

a. Broken into pieces and used as fill material on the project, or


b. Broken into pieces, the size of which shall not exceed 300 mm (12
inches) in any dimension and stockpiled at designated locations on the
project for use by the
Government, or
c. Otherwise demolished and disposed off as directed by PCSO through
its authorized Engineer representative.

There will be no separate payment for excavating for removal of structures


and obstructions or for backfilling and compacting the remaining cavity.

C. EXCAVATION

Description

This Item shall consist of the necessary excavation for foundations of


structures, the backfilling of completed structures and the disposal of all
excavated surplus materials, shall be in accordance with these Specifications
and in reasonably close conformity with the Plans or as established by PCSO
through its authorized Engineer representative.

It shall also include the furnishing and placing of approved foundation fill
material to replace unsuitable material encountered below the foundation
elevation of structures.

No allowance will be made for classification of different types of material


encountered.

Construction Requirements

1. Clearing and Grubbing

Prior to starting excavation operations in any area, all necessary clearing and
grubbing in that area shall have been performed in accordance under
Clearing and Grubbing.

2. Excavation

The Contractor shall notify PCSO through its authorized Engineer


representative sufficiently in advance of the beginning of any excavation so
that cross-sectional elevations and measurements may be taken on the
undisturbed ground. The natural ground adjacent to the structure shall not be
disturbed without permission of PCSO through its authorized Engineer
representative.

Trenches or foundation pits for structures or structure footings shall be


excavated to the lines and grades or elevations shown on the Plans or as
staked by PCSO through its authorized Engineer representative. They shall
be of sufficient size to permit the placing of structures or structure footings of
the full width and length shown. The elevations of the bottoms of footings, as
shown on the Plans, shall be considered as approximate only and PCSO
through its authorized Engineer representative may order, in writing, such
changes in dimensions or elevations of footings as may be deemed
necessary, to secure a satisfactory foundation.

Boulders, logs, and other objectionable materials encountered in excavation


shall be removed. After each excavation is completed, the Contractor shall
notify PCSO through its authorized Engineer representative to that effect and
no footing, bedding material or pipe culvert shall be placed until PCSO
through its authorized Engineer representative has approved the depth of
excavation and the character of the foundation material.

3. Soil Poisoning

Thoroughly drench and saturate every lineal meter of excavation for footings
and other foundation work with soil poison working solution (F-3, or F-35 by
MAPECON or approved equivalent) before pouring of concrete. Soil poisons
shall not be applied when soil is excessively wet.

After grading and leveling the soil and laying of the gravel base for floor slab,
flood or soak every square meter of floor area with soil poison working
solution before pouring of concrete.

Prior to landscaping of the lawn, saturate every linear meter of perimeter of


the building about three (3) meters wide with soil poison working solutions.

The application of the chemical solution shall be performed by a competent


Pest Controller following the Thropallaxis Method or approved equivalent.

4. Utilization of Excavated Materials

All excavated materials, so far as suitable, shall be utilized as backfill or


embankment. The surplus materials shall be disposed off in such manner as
not to obstruct the stream or otherwise impair the efficiency or appearance of
the structure. No excavated materials shall be deposited at any time so as to
endanger the partly finished structure.

5. Backfill and Embankment

Excavated areas around structures shall be backfilled with free draining


granular material approved by PCSO through its authorized Engineer
representative and placed in horizontal layers not over 150 mm (6 inches) in
thickness, to the level of the original ground surface. Each layer shall be
moistened or dried as required and thoroughly compacted with mechanical
tampers.

In placing backfills or embankment, the material shall be placed


simultaneously in so far as possible to approximately the same elevation on
both sides of an abutment, pier, or wall. If conditions require placing backfill
or embankment appreciably higher on one side than on the opposite side, the
additional material on the higher side shall not be placed until the masonry
has been in place for 14 days, or until tests made by the laboratory under the
supervision of PCSO through its authorized Engineer representative
establishes that the masonry has attained sufficient strength to withstand any
pressure created by the methods used and materials placed without damage
or strain beyond a safe factor.

Backfill or embankment shall not be placed behind the walls of concrete


culverts or abutments or rigid frame structures until the top slab is placed and
cured. Backfill and embankment behind abutments held at the top by the
superstructure, and behind the sidewalls of culverts, shall be carried up
simultaneously behind opposite abutments or sidewalls.

All embankments adjacent to structures shall be constructed in horizontal


layers and compacted. Mechanical tampers may be used for the required
compaction. Special care shall be taken to prevent any wedging action
against the structure and slopes bounding or within the areas to be filled shall
be benched or serrated to prevent wedge action.

The placing of embankment and shall continue in such a manner that at all
times there will be horizontal berm of thoroughly compacted material for a
distance at least equal to the height of the abutment or wall to the backfilled
against except insofar as undisturbed material obtrudes upon the area.
Broken rock or coarse sand and gravel shall be provided for a drainage filter
at weepholes.

PART III - PLAIN AND REINFORCED CONCRETE WORK

A. REINFORCED

CONCRETE Description

This Item shall consist of furnishing, placing and finishing concrete in


buildings and related structures in accordance with this specification and
conforming to the lines, grades, and dimension shown on the plans.

Materials Requirements

1. Portland Cement

Cement shall conform to the requirements of the following cited


Specifications for the type specified or permitted.

Type Specifications

Portland Cement AASHTO M 85 (ASTM C 150)

Blended Hydraulic Cements AASHTO M 240 (ASTM C 595)

Masonry Cement AASHTO M 150-74 (ASTM C 91)

When Types IV and V (AASHTO M 85), P and PA (AASHTO M 150) cements


are used, proper recognition shall be given to the effects of slower strength
gain on concrete proportioning and construction practices. Types S and SA
cements will be permitted only when blended with Portland cement in
proportions approved by PCSO through its authorized Engineer
representative.

Unless otherwise permitted by PCSO through its authorized Engineer


representative, the product of only one mill of any one brand and type of
Portland cement shall be used on the project.

The Contractor shall provide suitable means of storing and protecting the
cement against dampness. Cement which, for any reason, has become
partially set or which contains lumps of caked cement will be rejected.
Cement salvaged from discarded or used bags shall not be used.

2. Concrete Aggregates

Fine Aggregate

It shall consist of natural sand, stone screenings or other inert


materials with similar characteristics, or combinations thereof, having
hard, strong and durable particles. Fine aggregate from different
sources of supply shall not be mixed or stored in the same pile nor
used alternately in the same class of concrete without the approval of
PCSO through its authorized Engineer representative.

It shall not contain more than three (3) mass percent of material
passing the 0.075 mm (No. 200 sieve) by washing nor more than one
(1) mass percent each of clay lumps or shale. The use of beach sand
will not be allowed without the approval of PCSO through its
authorized Engineer representative.

If the fine aggregate is subjected to five (5) cycles of the sodium


sulfate soundness test, the weighted loss shall not exceed 10 mass
percent.

The fine aggregate shall be free from injurious amounts of organic


impurities. If subjected to the colorimatic test for organic impurities and
a color darker than the standard is produced, it shall be rejected.
However, when tested for the effect of organic impurities of strength of
mortar by AASHTO T 71, the fine aggregate may be used if the
relative strength at 7 and 28 days is not less than 95 mass percent.

The fine aggregate shall be well-graded from coarse to fine and shall
conform to the table below:

Grading Requirements for Fine Aggregate

Sieve Designation Mass Percent Passing

9.5 mm (3/8 in) 100


4.75 mm (No. 4) 95 - 100
2.36 mm (No. 8) -
1.18 mm (No. 16) 45-80
0.600 mm (No. 30) -
0.300 mm (No. 50) 5 - 30
0.150 mm (No. 100) 0 - 10

Coarse Aggregate

It shall consist of crushed stone, gravel, blast furnace slag, or other


approved inert materials of similar characteristics, or combinations
thereof, having hard, strong, durable pieces and free from any
adherent coatings.

It shall contain not more than one (1) mass percent of material passing
the 0.075 mm (No. 200) sieve, not more than 0.25 mass percent of
clay lumps, nor more than 3.5 mass percent of soft fragments.

If the coarse aggregate is subjected to five (5) cycles of the sodium


sulfate soundness test, the weighted loss shall not exceed 12 mass
percent. It shall have a mass percent of wear not exceeding 40 when
tested by AASHTO T 96.

If the slag is used, its density shall not be less than 1120 kg/m3 (70
lb./cu. ft.). The gradation of the coarse aggregate shall conform to
Table 311.2.

Only one grading specification shall be used from any one source.

Table 311.2 – Grading Requirement for Coarse Aggregate

Sieve Designation Mass Percent Passing Standard


Alternate Grading Grading Grading
Mm U. S.
A B C
Standard
75.00 3 in. 100 - -
63.00 2-1/2 in. 90-100 100 100
50.00 2 in. - 90-100 95-100
37.5 1-1/2 in. 25-60 35-70 -
25.0 1 in. - 0-15 35-70
19.0 3/4 in. 0-10 - -
12.5 1/2 in. 0-5 0-5 10-30
4.75 No - - 0-5

Aggregate Tests

Samples of the fine and coarse aggregates to be used shall be selected by


PCSO through its authorized Engineer representative for tests at least 30
days before the actual concreting operations are to begin. It shall be the
responsibility of the contractor to designate the source or sources of
aggregate to give PCSO through its authorized Engineer representative
sufficient time to obtain the necessary samples and submit them for testing.

No aggregate shall be used until official advice has been received that it has
satisfactorily passed all test, at which time written authority shall be given
prior its use.

3. Water

Water used in mixing, curing or other designated application shall be


reasonably clean and free of oil, salt, acid, alkali, grass or other substances
injurious to the finished product. Water will be tested in accordance with and
shall meet the suggested requirements of AASHTO T. Water which is
drinkable may be used without test.

Where the source of water is shallow, the intake shall be so enclosed as to


exclude silt, mud, grass or other foreign materials.

4. Metal Reinforcement

Reinforcing steel bars shall conform to the requirements of the following


Specifications:

Deformed & Plain Billet Steel (ASTM A 615)


Bars for concrete Reinforcement AASHTO M 31
Deformed Rail - Steel and Plain ASTM A616
Bars for Concrete Reinforcement
Deformed A x B - Steel and Plain ASTM A617
Bars for Concrete Reinforcement

If reinforcing bars are to be welded these ASTM specifications shall be


supplemented by requirements assuring satisfactory weldability.

Bar and rod mats for concrete ASTM A 187


reinforcement
Cold-Drawn Steel Wire for (ASTM A 82)
concrete reinforcement AASHTO M 32
Welded steel wire fabric (ASTM A 185)
for concrete reinforcement AASHTO M55

except that the weld shear strength requirement of those specification shall
be extended to include a wire size differential up to and including six gages.

Wire and Strands for ASTM A 416


pre-stressed concrete ASTM A 421
.
High strength alloy steel bar for post- tensioning shall be proof-stressed to
90% of the granted tensile strength. After proof-stressing, the bars shall
conform to the following minimum properties:

Tensile strength fs' 1000 MPa


Yield strength (0.2 offset) 0.90 fs'
Elongation at rupture in 4%
20 diameter
Reduction of area at rupture 25%
Structural steel ASTM A 36
Steel Pipe for concrete-filled ASTM A 56
pipe columns
Cast-Iron Pipe for composite ASTM A 377
columns
a. The minimum yield strength of the reinforcing bars to be used
corresponding to the structural member shall be as enumerated below:

 fy = 33,000 psi for 12mm & smaller sizes


 fy = 40,000 psi for 16mm & larger sizes

b. Splice and anchorage lengths requirements follow those set for


development length (ld) unless otherwise indicated in the plans or
approved by PCSO through its authorized Engineer representative.

c. Equivalent metric size bars when used shall be as per tabulations below:

No. 3 - 10mm diameter


No. 4 - 12mm diameter
No. 5 - 16mm diameter
No. 6 - 20mm diameter
No. 8 - 25mm diameter
No. 9 - 28mm diameter
No. 10 - 32mm diameter
No. 11 - 36mm diameter

d. Standard Hook

A standard hook for rebars if required shall be either of the following:

 A semicircular turn plus an extension of at least 4-bar diameter but not


less than 62mm at the free end of the bar.

 A 90-degree turn plus an extension of at least 12 bars diameter at the


free end of the bar.

Minimum diameter of bend measured on the inside of the bar shall be as


follows:

10mm to 25mm dia - 6 bar diameter


28mm to 36mm dia - 8 bar diameter

e. Welded Splices

 Lap welded splices when used shall develop a resistance equal to at


least 125 percent of the tensile capacity of the bar being spliced.

 Butt-welded splice when used shall be considered 75% efficient. The


remaining 50% capacity to develop 125 percent of the tensile capacity
of the bar shall be provided for by an additional welded lap splice
connection on the same joint.

 The Contractor for approval shall submit details of all welded splices
by PCSO through its authorized Engineer representative.
 Only certified welders shall be allowed to perform welding operations.
These welders shall be subject to the approval of PCSO through its
authorized Engineer representative.

 Testing of welds shall be by X-ray Method (non-destructive tests)


unless otherwise directed by PCSO through its authorized Engineer
representative.

 Connection of crossing bars by track welding is not permitted.

5. Admixtures

Air-entraining admixtures, if used, shall conform to ASTM C 260. Water-


reducing admixtures, retarding admixtures, and accelerating admixtures, if
used, shall conform to the requirements of ASTM C 494.

6. Storage of Materials

Cement and aggregates shall be stored in such a manner as to prevent their


deterioration or the intrusion of foreign matter. 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 materials.

Construction Requirements

Notations: The notations used in these regulations are defined as follows:

fc = compressive strength of concrete


Fsp = ratio of splitting tensile strength to square root of compressive strength

1. Concrete Quality

All plans submitted for approval or used for any project shall clearly show the
specified strength. fc', of concrete of the specified age for which each part of
the structure was designed.

Concrete that will be exposed to sulfate containing or other chemically


aggressive solutions shall be proportioned in accordance with
"Recommended Practice for Selecting Proportions for Concrete (ACI 613)
and Recommended Practice for Selecting Proportions for Structural
Lightweight Concrete (ACI 613A)."

2. Methods of Determining the Proportions of Concrete

The determination of the proportions 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

Where preliminary test data on the materials to be used in the concrete have
not been obtained the water-cement ratio for a given streflgth of concrete
shall not exceed the values shown in Table below:

MAXIMUM PERMISSIBLE WATER-CEMENT RATIOS


FOR CONCRETE (METHOD NO. 1)

Specified Maximum permissible water-cement ratio


compressive Non air-entrained concrete Air-entrained concrete
strength at US gal per Absolute US gal per Absolute
28 days, psi 42.6kg bag ratio by 42.6kg bag ratio by
fc’ of cement weight of cement weight
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

When strengths in excess of 281 kilograms per square centimeter (4000 psi)
are required or when light weight aggregates or admixtures (other than those
exclusively for the purpose of entraining air) are used, the required water-
cement ratio shall be determined in accordance with Method 2.

Method 2. For combination of materials previously evaluated or to be


established by trial mixtures.

Water-cement ratios for strengths greater than that at the above Table may
be used provided that the relationship between strength and water-cement
ratio for the materials to be used has been previously established by reliable
test data and the resulting concrete satisfies the requirements of concrete
quality. ·

Where previous data are not available. Concrete trial mixtures having
proportions and consistency suitable for the work shall be made using at
least three different water-cement ratios (or cement content in the case of
lightweight aggrega.t es) which will produce a range of strengths
encompassing those required for the worn. For each water-cement ratio (or
cement content) at least three specimens for each age to be tested shall be
made, cured and tested for strength In accordance with ASTM C 39 and C
192.

The strength test shall be made at 7, 14 and 28 days at which the concrete is
to receive load, as indicated on the plans. A curve shall be established
showing the relationship between water-cement ratio (or cement content) and
compressive strength. The maximum permissible water-cement ratio for the
concrete to be used in the structure shall be that shown by the curve to
produce an average strength to satisfy the requirements of the strength test
of concrete provided that the water-cement ratio shall be no greater than that
required by concrete quality when concrete that is to be subjected to the
freezing temperatures which weight shall have a water-cement ratio not
exceeding 6 gal per bag and it shall contain entrained air.

Where different materials are to be used for different portions of the work,
each combination shall be evaluated separately.

3. Concrete Proportions and Consistency

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 with the method of placing employed on the
work, but without permitting the materials to segregate or excess free water
to collect on the surface. 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.

4. Sampling and Testing of Structural Concrete

As work progress, at least one (1) set of sample consisting of three (3)
concrete cylinder test specimens; 150 x 300 mm shall be taken from each
class of concrete placed each day, and each set to represent not more than
75 cu m of concrete.

5. Consistency

Concrete shall have a consistency such that it will be workable in the required
position. It shall be such a consistency that it will flow around reinforcing steel
but individual particles of the coarse aggregate when isolated shall show a
coating or mortar containing its proportionate amount of sand. The
consistency of concrete shall be gauged by the ability of the equipment to
property placed it and not by the difficulty of mixing water shall be determined
by PCSO through its authorized Engineer representative and shall not be
varied without his consent Concrete as dry as it is practical to place with the
equipment specified shall be used.

6. Strength Test of Concrete

When strength is a basis for acceptance, each class of concrete shall be


represented by at least five test (10 specimens). Two specimens shall be
made for each test at a given age, and not less than one test shall be made
for each 150 cu yd of structural concrete, but there shall be at least one test
for each days concreting. The Building Official may require a reasonable
number of additional tests during the progress of the work. Samples from
which compression test specimens are molded shall be secured in
accordance with ASTM C 172. Specimens made to check the adequacy of
the proportions for strength of concrete or as a basis for acceptance of
concrete shall be made and laboratory-cured in accordance with ASTM C
31. Additional test specimens cured entirely under field conditions may be
required by the Building Official to check the adequacy of curing and
protection of the concrete. Strength tests shall be made in accordance with
ASTM C 39.

The age for strength tests shall be 28 days or, where specified, the earlier
age at which the concrete is to receive its full load or maximum stress.
Additional test may be made at earlier ages to obtain advance information on
the adequacy of strength development where age-strength relationships have
been established for the materials and proportions used.

To conform to the requirements of this item:

a. For structures designed in accordance with the working stress design


method of this chapter, the average of any five consecutive strength tests
of the laboratory-cured specimens rf1presenting each class of concrete
shall be equal on or greater than the specified strength, fc', and not more
than 20 percent of the strength test shall have values less than that
specified.

b. For structures designed in accordance with the ultimate strength design


method, and for prestressed structures the average of any three
consecutive strength test of the laboratory cured specimens representing
each class of concrete shall be equal to or greater than the specified
strength, fc' and not more than 10 percent of the strength tests shall have
values less than the specified strength.

When it appears that the laboratory-cured specimens will fail to conform to


the requirements for strength, PCSO through its authorized Engineer
representative shall have the right to order changes in the concrete sufficient
to increase the strength to meet these requirements. The strengths of the
specimens cured on the job are intended to indicate the adequacy of
protection and curing of the concrete and may be used to determine when
the forms may be stripped, shoring removed, or the structure placed in
service. When, in the opinion or the Building Official, the strengths of the job-
cured specimens, the contractor may be required to improve the procedures
for protecting and curing the concrete, or when test of field-cured cylinders
indicate deficiencies in protection and curing, PCSO through its authorized
Engineer representative may require test in accordance with ASTM
Specification C 42 or order load tests as outlined in the load tests of
structures for that portion of the structure where the questionable concrete
has been placed.

7. Splitting Tensile Test of Concrete

To determine the splitting ratio. Fsp, for a particular aggregate, test of


concrete shall be made as follows:

a. Twenty four (24) 15 cm. dia. by 30 cm long (6 in. dia. by 12 in. long)
cylinders shall be made in accordance with ASTM C 192, twelve at a
compressive strength level of approximately 210 kilograms per square
centimeter (3000 psi) and twelve at approximately 280 kilograms per
square centimeter (4000 psi) or 350 kilograms per square centimeter
(5000 psi). After 7 days moist curing followed by 21 days drying at 23C
(73F) and 50 percent relative humidity, eight of the test cylinders at each
of the two strength levels shall be tested for splitting strength and four for
compressive strength.

b. The splitting tensile strength shall be determine in accordance with ASTM


C 496, and compressive strength in accordance with ASTM C 39.

The ratio, Fsp, of splitting tensile strength to the square root of compressive
strength shall be obtained by using the average of all 16 splitting tensile test
and all 8 compressive tests.

Minimum Strength, Concrete other than fill, shall have a minimum


compressive strength at 28 days of 140 kilograms per square centimeter
(2000 psi).

8. Classes and Uses of Concrete

Five classes of concrete are provided for in this item, namely: A, B, C, P and
Seal. Each class shall be used in that part of the structure as called for on the
Plans.

The classes of concrete will generally be used as follows:

Class A – All superstructures and heavily reinforced substructures. The


important parts of the structure included are slabs, beams, girders, columns,
arch ribs, box culverts, reinforced abutments, retaining walls, and reinforced
footings.

Class B – Footings, pedestals, massive pier shafts, pipe bedding, and gravity
walls, unreinforced or with only a small amount of reinforcement.

Class C – Thin reinforced sections, railings, precast R.C. piles and cribbing
and for filler in steel grid floors.

Class P – Prestressed concrete structures and members.

Seal – Concrete deposited in water.

9. Proportioning and Strength of Structural Concrete

The concrete materials shall be proportioned in accordance with the


requirements for each class of concrete as specified in the succeeding Table,
using the absolute volume method as outlined in the American Concrete
Institute (ACI) Standard 211.1. “Recommended Practice for Selecting
Proportions for Normal and Heavyweight Concrete”. Other methods of
proportioning may be employed in the mix design with prior approval of
PCSO through its authorized Engineer representative. The mix shall either be
designed or approved by PCSO through its authorized Engineer
representative. A change in the source of materials during the progress of
work may necessitate a new mix design.
The strength requirements for each class of concrete shall be as specified in
the Table below:

COMPOSITION AND STRENGTH OF CONCRETE FOR USE IN


STRUCTURES

Minimum
Minimum Designated Compressive
Maximum Size of Strength of
Cement Consistency
Class Water/ Coarse 150x300mm
Content Range in
of Cement Aggregate Concrete
Per m3 Slump
Concrete Ratio Square Cylinder
kg mm (inch)
kg/kg Opening Specimen at
(bag**)
Std. mm 28 days,
MN/m2 (psi)
360 50 – 100 37.5 – 4.75 20.7
A 0.53 (1-1/2”– No.
(9 bags) (2–4) (3000)
4)
B 320 0.58 50 – 100 50 – 4.75 16.5
(8 bags) (2–4) (2” – No. 4) (2400)
380 50 – 100 12.5 – 4.75 20.7
C 0.55 (1/2” – No.
(9.5 bags) (2–4) (3000)
4)
440 100 max. 19.0 – 4.75 37.7
P 0.49 (3/4” – No.
(11 bags) (4 max.) (5000)
4)
Seal 380 0.58 100 – 200 25 – 4.75 20.7
(9.5 bags) (4-8) (1” – No. 4) (3000)

* The measured cement content shall be within plus or minus 2 mass percent
of the design cement content.
* Based on 40 kg/bag Scope

10. Mixing and Delivery

Concrete may be mixed at the site of construction, at a central point or by a


combination of central point and truck mixing or by a combination of central
point mixing and truck agitating. Mixing and delivery of concrete shall be in
accordance with the appropriate requirements of AASHTO M 157 except as
modified in the following paragraphs of this section, for truck mixing or a
combination of central point and truck mixing or truck agitating. Delivery of
concrete shall be regulated so that placing is at a continuous rate unless
delayed by the placing operations. The intervals between deliveries of
batches shall not be so great as to allow the concrete in-place to harden
partially, and in no case shall such an interval exceed 30 minutes.

In exceptional cases and when volumetric measurements are authorized, for


small project requiring less than 75 cu.m. per day of pouring, the weight
proportions shall be converted to equivalent volumetric proportions. In such
cases, suitable allowance shall be made for variations in the moisture
condition of the aggregates, including the bulking effect in the fine aggregate.
Batching and mixing shall be in accordance with ASTM C 685, Section 6
through 9. Concrete mixing, by chute is allowed provided that a weighing
scales for determining the batch weight will be used.

For batch mixing at the site of construction or at a central point, a batch mixer
of an approved type shall be used. Mixer having a rated capacity of less than
a one-bag batch shall not be used. The volume of concrete mixed per batch
shall not exceed the mixer’s nominal capacity as shown on the
manufacturer’s standard rating plate on the mixer except that an overload up
to 10 percent above the mixer’s nominal capacity may be permitted, provided
concrete test data for strength, segregation, and uniform consistency are
satisfactory and provided no spillage of concrete takes place. The batch shall
be so charge into the drum that a portion of the water shall enter in advance
of the cement and aggregates. The flow of water shall be uniform and all
water shall be in the drum by the end of the first 15 seconds of the mixing
period. Mixing time shall be measured from the time all materials, except
water, are in the drum. Mixing time shall not be less than 60 seconds for
mixers having a capacity of 1.5m3 or less. For mixers having a capacity
greater than 1.5m3, the mixing time shall not be less than 90 seconds.

If timing starts, the instant the skip reaches its maximum raised position, 4
seconds shall be added to the specified mixing time. Mixing time ends when
the discharge chute opens.

The mixer shall be operated at the drum speed as shown on the


manufacturer’s name plate on the mixer. Any concrete mixed less than the
specified time shall be discarded and disposed off by the Contractor at his
own expenses.

The timing device on stationary mixers shall be equipped with a bell or other
suitable warning device adjusted to give a clearly audible signal each time
the lock is released. In case of failure of the timing device, the Contractor will
be permitted to continue operations while it is being repaired, provided he
furnishes an approved timepiece equipped with minute and second hands. If
the timing device is not placed in good working order within 24 hours, further
use of the mixer will be prohibited until repairs are made.

Retempering concrete will not be permitted. Admixtures for increasing the


workability, for retarding the set, or for accelerating the set or improving the
pumping characteristics of the concrete will be permitted only when
specifically provided for in the Contract, or authorized in writing by PCSO
through its authorized Engineer representative.

a. Mixing Concrete: General

Concrete shall be thoroughly mixed in a mixer of an approved size and type


that will insure a uniform distribution of the materials throughout the mass.
All concrete shall be mixed in mechanically operated mixers. Mixing plant and
equipment for transporting and placing concrete shall be arranged with an
ample auxiliary installation to provide a minimum supply of concrete in case
of breakdown of machinery or in case the normal supply of concrete is
disrupted. The auxiliary supply of concrete shall be sufficient to complete the
casting of a section up to a construction joint that will meet the approval of
PCSO through its authorized Engineer representative.

Equipment having components made of aluminum or magnesium alloys,


which would have contact with plastic concrete during mixing, transporting or
pumping of Portland cement concrete, shall not be used.

Concrete mixers shall be equipped with adequate water storage and a device
of accurately measuring and automatically controlling the amount of water
used.

Materials shall be measured by weighing. The apparatus provided for


weighing the aggregates and cement shall be suitably designed and
constructed for this purpose. The accuracy of all weighing devices except
that for water shall be such that successive quantities can be measured to
within one percent of the desired amounts. The water measuring device shall
be accurate to plus or minus 0.5 mass percent.

All measuring devices shall be subject to the approval of PCSO through its
authorized Engineer representative. Scales and measuring devices shall be
tested at the expense of the Contractor as frequently as PCSO through its
authorized Engineer representative may deem necessary to insure their
accuracy.

Weighing equipment shall be insulated against vibration or movement of


other operating equipment in the plant. When the entire plant is running, the
scale reading at cut-off shall not vary from the weight designated by PCSO
through its authorized Engineer representative more than one mass percent
for cement, 1-1/2 mass percent for any size of aggregate, or one (1) mass
percent for the total aggregate in any batch.

b. Mixing Concrete at Site

Concrete mixers may be of the revolving drum or the revolving blade type
and the mixing drum or blades shall be operated uniformly at the mixing
speed recommended by the manufacturer. The pick-up and throw-over
blades of mixers shall be restored or replaced when any part or section is
worn 20mm or more below the original height of the manufacturer’s design.
Mixers and agitators which have an accumulation of hard concrete or mortar
shall not be used.

When bulk cement is used and volume of the batch is 0.5m3 or more, the
scale and weigh hopper for Portland cement shall be separate and distinct
from the aggregate hopper or hoppers. The discharge mechanism of the bulk
cement weigh hopper shall be interlocked against opening before the full
amount of cement is in the hopper. The discharging mechanism shall also
be interlocked against opening when the amount of cement in the hopper is
underweight by more than one (1) mass percent or overweight by more than
3 mass percent of the amount specified.

When the aggregate contains more water than the quantity necessary to
produce a saturated surface dry condition, representative samples shall be
taken and the moisture content determined for each kind of aggregate.

The batch shall be so charged into the mixer that some water will enter in
advance of cement and aggregate. All water shall be in the drum by the end
of the first quarter of the specified mixing time.

Cement shall be batched and charged into the mixer so that it will not result
in loss of cement due to the effect of wind, or in accumulation of cement on
surface of conveyors or hoppers, or in other conditions which reduce or vary
the required quantity of cement in the concrete mixture.

The entire content of a batch mixer shall be removed from the drum before
materials for a succeeding batch are placed therein. The materials
composing a batch except water shall be deposited simultaneously into the
mixer.

All concrete shall be mixed for a period of not less than 1-1/2 minutes after all
materials, including water, are in the mixer. During the period of mixing, the
mixer shall operate at the speed for which it has been designed.

Mixers shall be operated with an automatic timing device that can be locked
by PCSO through its authorized Engineer representative. The time device
and discharge mechanics shall be so interlocked that during normal operation
no part of the batch will be charged until the specified mixing time has
elapsed.

The first batch of concrete materials placed in the mixer shall contain a
sufficient excess of cement, sand, and water to coat inside of the drum
without reducing the required mortar content of the mix. When mixing is to
cease for a period of one hour or more, the mixer shall be thoroughly
cleaned.

c. Mixing Concrete at Central Plant

Mixing at central plant shall conform to the requirements for mixing at the
site.

d. Mixing Concrete in Truck

Truck mixers, unless otherwise authorized by PCSO through its authorized


Engineer representative, shall be of the revolving drum type, water-tight, and
so constructed that the concrete can be mixed to insure a uniform distribution
of materials throughout the mass. All solid materials for the concrete shall be
accurately measured and charged into the drum at the proportioning plant.
Except as subsequently provided, the truck mixer shall be equipped with a
device by which the quantity of water added can be readily verified. The
mixing water may be added directly to the batch, in which case a tank is not
required. Truck mixers may be required to be provided with a means of which
the mixing time can be readily verified by PCSO through its authorized
Engineer representative.

The maximum size of batch in truck mixers shall not exceed the minimum
rated capacity of the mixer as stated by the manufacturer and stamped in
metal on the mixer. Truck mixing, shall, unless other-wise directed be
continued for not less than 100 revolutions after all ingredients, including
water, are in the drum. The mixing speed shall not be less than 4 rpm, nor
more than 6 rpm.

Mixing shall begin within 30 minutes after the cement has been added either
to the water or aggregate, but when cement is charged into a mixer drum
containing water or surface wet aggregate and when the temperature is
above 32oC, this limit shall be reduced to 15 minutes.

The limitation in time between the introduction of the cement to the aggregate
and the beginning of the mixing may be waived when, in the judgement of
PCSO through its authorized Engineer representative, the aggregate is
sufficiently free from moisture, so that there will be no harmful effects on the
cement.

When a truck mixer is used for transportation, the mixing time at a stationary
mixer may be reduced to 30 seconds and the mixing completed in a truck
mixer. The mixing time in the truck mixer shall be as specified for truck
mixing.

e. Transporting Mixed Concrete

Mixed concrete may only be transported to the delivery point in truck


agitators or truck mixers operating at the speed designated by the
manufacturers of the equipment as agitating speed, or in non-agitating
hauling equipment, provided the consistency and workability of the mixed
concrete upon discharge at the delivery point is suitable point for adequate
placement and consolidation in place.

Truck agitators shall be loaded not to exceed the manufacturer’s guaranteed


capacity. They shall maintain the mixed concrete in a thoroughly mixed and
uniform mass during hauling.

No additional mixing water shall be incorporated into the concrete during


hauling or after arrival at the delivery point. The rate of discharge of mixed
concrete from truck mixers or agitators shall be controlled by the speed of
rotation of the drum in the discharge direction with the discharge gate fully
open.

When a truck mixer or agitator is used for transporting concrete to the


delivery point, discharge shall be completed within one hour, or before 250
revolutions of the drum or blades, whichever comes first, after the
introduction of the cement to the aggregates. Under conditions contributing to
quick stiffening of the concrete or when the temperature of the concrete is
30oC, or above, a time less than one hour will be required.

f. Delivery of Mixed Concrete

The Contractor shall have sufficient plant capacity and transportation


apparatus to insure continuous delivery at the rate required. The rate of
delivery of concrete during concreting operations shall be such as to provide
for the proper handling, placing and finishing of the concrete.

The rate shall be such that the interval between batches shall not exceed 20
minutes. The methods of delivering and handling the concrete shall be such
as will facilitate placing of the minimum handling.

PART IV – MASONRY WORK

Description

This Item shall consist of furnishing all labor, materials, equipment, plant and
other facilities and perform all operations on necessary to complete the
Masonry Work requirements hereinafter specified..

Material Requirements

1. Concrete Hollow Blocks: Shall be Machine Built, Non-Load Bearing (NLB)


or approved equivalent. Minimum face shell thickness shall be 1” Nominal
face 7” x 17” normal thickness shown. Hold all units in storage for a period
of not less than 28 days (including curing period) and do not deliver prior
to that time unless strength and other test indicate compliance with this
specification.

2. Mortar Aggregate: Natural river sand, clean free from soluble salts and
organic matter, grades from fine to coarse, compatible with the thickness
of joints in which used.

3. Cement: Portland cement

4. Mortar:

General: Mix mortar from 3 to 5 minutes in such quantities as are needed


for immediate use. No retampering will be permitted on mortar stiffness
because of premature setting. Discard such materials, as well as those
that have not been used within one hour after mixing.

Proportioning: Cement mortar shall be one (1) part Portland cement and
two (2) parts sand by volume but not more than one (1) Portland cement
and three (3) parts sand by volume.
Construction Requirements

1. Handling and Structure

Take care in handling masonry units to avoid chipping and breakage. Locate
storage piles and stacks so as to avoid being disturbed. Barricade to protect
from damage by construction operation. Stack masonry units, reinforcement
and other materials on wood blocking above ground.

2. Scaffolding

Provide all scaffolding required for masonry work, including cleaning down on
completion, remove.

3. Samples and Testing

Sample blocks shall be taken at random from every one thousand (1000)
blocks delivered. Average strength of concrete hollow blocks shall not be less
than 400 lbs. per square inch. Test shall be at the expense of the Contractor.

4. Cutting and Patching

Consulting other trades in advance of masonry work and make provision for
installation of their work to avoid unnecessary cutting and patching.
Experienced masons shall do all cutting and patching.

5. Hollow Metal Frames

Fill jamb of all pressed steel hollow frames occurring in masonry walls with
mortar and carefully point all joints between metal frames and adjacent
masonry and other construction.

6. Wall Flashing

Build in wall flashing at base of cavity wall formed to exclude water, bended in
and covered with mortar. Keep joints to a minimum but where necessary, lap
6’ and seal with plastic cement.

7. Laying Concrete Blocks

a. Lay units in common bond with uniform coursing and jointing. All concrete
block joints shall be uniform thickness, approximately 3/8 tooled concave
where exposed and flush cut where concealed, making 16’ x 8’ course.
Butter vertical and horizontal joints full with mortar.

b. Bond courses at corners and intersection and tie to abutting walls as per
Specifications.

c. Reinforced concrete block walls continuously in three (3) consecutive


courses below openings. Lay units full thickness of partition from floor
slabs to height shown, and where necessary cut.

PART V – PLUMBING AND DRAINAGE

A. STORM DRAINAGE AND SEWERAGE

SYSTEM Description

This Item shall consist of furnishing all materials, equipment and labor for the
complete installation of the storm drainage system to include all pipings,
gutters. canals, catch basins, junction boxes, handholes, manholes and other
appurtenant structures, and sewerage system to include all sanitary sewer
piping and septic vault where no public sewer exist, from the building to the
point of discharge.

Material Requirements

1. For Storm Drainage System

Materials for storm drainage system shall meet the requirements specified in
the following standard specifications:

Portland Cement ASTM C-150


Fine and Coarse Aggregate ASTM C-33
Reinforcing Steel ASTM A-615
Non-reinforced Concrete Pipes ASTM C-14
Reinforced Concrete Pipes ASTM C-76
(AASHTO M-86)
Polyvinyl Chloride (PVC) (for ASTM 2729
conductors and downspouts)

Where the covers for catch basins, junction boxes, manholes and canals for
gratings are required same shall be made of wrought iron and of the
dimensions as shown on the Plans.

2. For Sewerage System

Materials for sewerage system shall meet the requirements specified in the
following standard specifications:

PVC Pipes and Fittings (where ASTM D 1784


called in Plans)
Solvent Cement (for securing PVC ASTM D 2564
joints)

Where PVC pipes and fittings are used, joints shall be secured with rubber
“O” ring or solvent cement, as the case maybe.
Construction Requirements

1. Installation of Pipes

Under no circumstances shall pipes shall be laid under water and when the
trench condition or the weather is unsuitable for such work.

a. Bedding

Materials such as sand, sandy soil or any approved material shall be used to
provide a firm foundation of uniform density. The bedding shall have a
minimum thickness equivalent to one-fourth (1/4) of the pipe's diameter.

b. Laying of Pipe

Proper facilities shall be provided for lowering and placing pipes into trenches
in order to preclude damage. Laying of pipes shall start upgrade with the
spigot end of bell-and-spigot pipe, or the tongue end of tongue-and-groove
pipe, positioned towards the direction of the flow. The pipes shall be laid in
accordance with the grades and alignments shown in the Plans.

The spigots or tongues shall be adjusted in bells or grooves to provide


uniform space around joints to receive mortar. Blocking or wedging between
spigot and bell or between tongue and groove to attain proper spacing shall
be allowed provided such blocking/wedging shall not interfere with the
caulking and shall not affect the water tightness of the joint.

c. Tongue and Groove Joint for Concrete Pipe

The first pipe shall be properly bedded. A shallow excavation shall be made
underneath the joint and filled with mortar to provide a bed second pipe. The
tongue end of the first pipe shall be carefully cleaned with wet brush and soft
mortar applied around the upper half of the tongue. After cleaning and
positioning the second pipe close to the first, mortar shall b~ applied around
the lower half of the groove. With just sufficient thrust, the second pipe shall
be brought in close contact with the first until mortar is squeezed out of the
joint. Sufficient mortar shall be used to fill the joint and to form a bead on the
outside.

d. Mortar for Joint

Mortar shall be a mixture of Portland cement, sand and water mixed in the
proportion by volume of one part cement to two parts of clean sand with just
sufficient amount of water for plasticity.

2. Concrete structures

Concrete structures such as catch basins, canal gutters, junction boxes and
manholes for the drainage system, and septic vault for sewerage system,
shall be constructed in accordance with the Plans and Specifications on
Concrete Work
3. Sewer Connections and Clean-Outs

The outlet of the septic vault shall be connected to the street drain or
to other discharge point where no sanitary sewer exists. Connection
with the sanitary sewer shall not be made· without the permission of
the proper authorities, but shall be made in such a manner that any
and all the service water, as well as house and other liquid wastes, will
flow to the sanitary sewer. Provided, that isolated faucets used
exclusively for garden purposes may, in the discretion of the proper
authorities, be allowed not to flow into the sanitary sewer.

4. Incidental Earthwork

Incidental earthwork for the storm drainage and sewerage systems, such as
excavation and backfilling shall be undertaken in accordance with applicable
part of Excavation Filling and Grading.

5. Inspection and Quality Control

Materials shall be inspected and accepted as to quality before same are


installed. Piping installed in trenches shall first be inspected, tested and
approved by PCSO through its authorized Engineer representative before
these are covered or backfilled. All defects/leaks disclosed by the water test
shall be remedied to the satisfaction of PCSO through its authorized
Engineer representative and any extra cost shall be at the expense of the
Contractor.

B. PLUMBING

Description

This Item shall consist of furnishing all materials, tools, equipment and
fixtures required as shown on the plans for the satisfactory performance of
the entire plumbing system including installation in accordance with the latest
edition of the National Plumbing Code; and this Specification.

Material Requirements

All piping materials, fixtures and-appliances fitting accessories whether


specifically mentioned or not but-necessary to complete this item shall be
furnished and installed.

1. Soil-Pipes and Fittings

Pipes and fittings for sanitary lines shall be Unplasticized Polyvinyl


Chloride Pipes and Fittings (UPVC).

Pipes and fittings shall be made of virgin materials conforming to


specification requirements defined in ASTM D-2241 and PNS 65: 1986.
Fittings shall be molded type and designed for rubber “O” ring seal joint for
sanitary lines.

Pipes and fittings shall be true smooth and cylindrical, their inner and outer
surfaces being as nearly concentric as practicable. They shall be in all
aspects, sound and good casting free from laps, pin holes or other
imperfections and shall be neatly dressed and carefully fettled. The ends
shall be finished reasonably square to their axes.

2. Water Supply Pipes and Fittings

Pipes

Pipes and fittings for sanitary lines shall be Unplasticized Polyvinyl Chloride
Pipes and Fittings (UPVC).

Pipes and fittings shall be made of virgin materials conforming to


specification requirements defined in ASTM D-2241 and PNS 65: 1986.
Fittings shall be molded type and designed for solvent cement connection for
water lines.

Pipes and fittings shall be true smooth and cylindrical, their inner and outer
surfaces being as nearly concentric as practicable. They shall be in all
aspects, sound and good casting free from laps, pin holes or other
imperfections and shall be neatly dressed and carefully fettled. The ends
shall be finished reasonably square to their axes.

Valves

Valves for water supply shall be bronze body with threaded ends rated 21.0
2
kg/cm . All valves shall be gate valves unless otherwise specified. Gate
valves shall have solid wedge body and discs conforming to specification
requirements defined in ASTM B-62. Globe valves shall have plug type discs
with ferrule threaded ends and bronze body.

Unions

Unions on ferrous pipe 50mm in diameter and smaller shall be malleable iron.

Water Meter

Water meter where required to be furnished by the Contractor shall be of the


type tested and approved by concerned local water utility company.

3. Septic Tank

The septic tank shall be provided as shown on the Plans including all pipe
vents and fittings. The various construction materials such as concrete
masonry work shall conform to the corresponding items of this Specifications.
Inlet and outlet pipes shall conform to the latest edition of the
National Plumbing Code.

4. Plumbing Fixtures and Fittings

All fittings and trimmings for fixtures shall be chromium-plated and polished
brass unless otherwise approved. Exposed traps and supply pipes for fixtures
shall be connected to the roughing-in piping system at the wall unless
otherwise indicated on the Plans. Built-in fixtures shall be watertight with
provision of water supply and drainage outlet, fittings and trap seal. Unless
otherwise specified, all plumbing fixtures shall be made of vitreous china
complete with fittings.

a. Water closet shall be vitreous china, free standing toilet combination,


round front bottom outlet siphonic wash-down bowl with extended rear sell
and closed coupled tank with cover complete with fittings and mounting
accessories. Model make and color shall be submitted for approval prior
to delivery at jobsite by PCSO through its authorized Engineer
representative.

b. Lavatory shall be vitreous china wall-hung with rear overflow and cast-in
soap dishes, pocket hanger with integral china brackets, complete with
faucets, supply pipes, P-trap and mounting accessories. Where indicated
on the Plans to be counter top model make and color shall be approved
by PCSO through its authorized Engineer representative.

c. Urinal shall be china vitreous, wall-hung wash-out urinal with extended


shields and integral flush spreader, concealed wall-hanger pockets,
19mm top spud complete with fitting and mounting accessories. Model
make and 'color· shall be approved by PCSO through its authorized
Engineer representative.

5. Bathroom and Toilet Accessories

a. 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.

b. Grab bars @ PWD toilets shall be made of 50mm dia. tubular stainless
steel pipe provided with safety grip and mounting flange.

c. Floor drains shall be made of stainless steel beehive type, measuring


100rnm x 100mm, and provided with detachable stainless strainer,
expanded metal lath type.

d. Faucet(s) shall be made of stainless steel for interior use.

e. Hose-bib(s) shall be made of bronze cast finish.

6. Special Plumbing Fixtures

Kitchen sink at pantry shall be made of stainless steel self-rimming, single


compartment complete with supply fittings, strainer traps, dual control lever
and other accessories.

7. Roof Drains, Downspout, Overflow Pipes and Steel Grating

The Contractor shall provide, fit and/or install necessary drains with strainers,
where shown on the Plans. Each drain with strainer shall fit the size of the
corresponding downspout for roof leader) over which it is to be installed and
in conformity with the following schedule:

a. Scrupper 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. To be used at roof
decks, canopies, gutters, and elsewhere· indicated on the Plans.

c. Downspouts installed at interiors shall be properly cladded with gypsum


boards properly finished with paint and framed with metal stud support.

d. Overflow pipes shall be made of pipe measuring at least 13mm diameter


and spaced 200mm on center.

e. Steel grating shall be made of wrought iron metals of design on shop


drawings approved and surfaces to be coated with shop finish.

8. Built-in appliances such as urinal trough, lavatory and slop sink shall be made
as indicated on the Plans, exposed surfaces to be tile wainscoting complete
with fitting accessories required as practiced in this specialty trade.

Construction Requirements

The Contractor before any installation work is started shall carefully examine
the Plans and shall investigate actual structural and finishing work condition
affecting all his work. Where actual condition necessitates a rearrangement
of the approved pipe layout, the Contractor shall prepare Plan(s) of the
proposed pipe layout for approval by PCSO through its authorized Engineer
representative.

1. Installation of Soil, Waste, Drain and Vent Pipes

a. All soil and drainage pipes shall be pitch 6mm per 300mm but in no case
flatter than 3mm per 300mm.

b. Horizontal lines shall be supported by well secured length heavy strap


hangers. 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.

c. All main vertical soil and. waste stacks shall be extended full size to and
above the roof line to act as vents, except otherwise indicated on the
Plans.

d. Vent pipes in roof spaces shall be run as close as possible to underside of


roof with horizontal piping pitched down to stacks without forming traps.
Vertical vent pipes may be connected into one main vent riser above the
highest vented -fixtures.

e. Where an end or circuit vent pipe from any fixtures is connected to a vent
line serving other fixtures, the connections shall be at least 1.20 m above
the floor on which the fixtures are located.

f. Horizontal waste line receiving the discharge from two or more fixtures
shall be provided with end vents unless separate venting of fixtures is
noted on the Plans.

g. All changes in pipe sizes on soil and waste lines shall be made with
reducing fittings or recessed reducers. All changes in directions shall be
made by appropriate use of 45 degree wyes, half wyes, long sweep
quarter bends or elbows may be used in soil and waste lines where the
change in direction of flow is from the horizontal· to the vertical and on the
discharge from waste closets. Where it becomes necessary to use short
radius fittings in other locations the approval of PCSO through its
authorized Engineer representative shall be obtained prior to installation
of the same.

h. Cleanouts at the bottom of each soil stack, waste stack, interior


downspout and where else indicated shall be the same size as the pipe
up to and including 102 mm – 152 mm for larger pipes, cleanouts on
floors shall be flushed with floor. Cleanouts for threaded pipes shall be
installed at the foot of soil, waste and drain stacks and on each building
drain outside the building.

i. Vent pipe shall be flashed and made watertight at the roof with ferrule
lead sheet. Flashing shall be turned down into pipes.

j. Each fixtures and place of equipment requiring connection to the drainage


system except fixtures with continuous waste shall be equipped with a
trap. Each trap shall be placed as near to the fixture as possible.

k. Traps installed on threaded pipe shall be recessed drainage pattern.

l. Overhead horizontal runs of pipes shall be hung with adjustable wrought


iron pipe hanger spaced not over 3.04 m apart except hub and spigot soil
pipe which shall have hanger spaced not over 1.50 m apart and located
near a hub. ·

2. Water Pipes, Fittings and Connections.

All water piping inside the building and underground, 50 mm diameter and
smaller shall be PVC pipe with PVC fittings.
a. The water piping shall be extended to all fixtures, outlets, and equipment
from the gate valves installed in the branch near the riser.

b. The cold water system shall be installed with a fall towards a main shutoff
valve and drain. Ends of pipes and outlets shall be capped or plugged and
left ready for future connections.

c. Mains and Branches ·

 All pipes shall be cut accurately to measurements and shall be worked


into place without springing or forcing. Care shall be taken so as not to
weaken the structural portions of the building.

 All piping above the ground shall be run parallel with the lines of the
building unless otherwise indicated on the Plans

 All service pipes, valves and fittings shall be kept at sufficient distance
from other work to permit finished covering not less than 12.5mm from
such work or from finished covering on the different service.

 No water piping shall be buried in floors, unless specifically indicated


on the Plans and approved by PCSO through its authorized Engineer
representative.

 Changes in pipes shall be made with reducing fittings.

d. Drain Cocks

Pipe drain at water tanks shall be installed and 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 100 mm in 30.5 m.

e. Expansion and Contraction or Pipes

Accessible contraction-expansion joints shall be made whenever


necessary. Horizontal runs of pipe over 15m in length shall be anchored
to the wall to the supporting structure about midway on the run to force
expansion and contraction equally toward the ends or as shown on the
Plans.

f. Valves and Hose Bibs

 Valves shall be provided on all supplied fixture.

 Valve shall not be installed with its stem below the horizontal. All
valves shall be gate valves unless otherwise indicated on the Plans. ·

 Valves up to and including 50 mm diameter shall be threaded ends, rough


bodies and finished trimmings, except those on chromium plated
brass pipe.

 Valves 63 mm in diameter and larger shall have iron bodies, brass


mounted and shall have either screws or flange ends.

 Hose bibs shall be made of brass with 12.5 mm inlet threads, hexagon
shoulders and 19 mm male.

3. Fixtures, Equipment and Fastenings

a. All fixtures and equipment shall be supported and fastened in a safe and
satisfactory workmanship as practiced.

b. All fixtures, where required to be wall mounted on concrete or concrete


hollow block wall, fasten with brass expansion bolts. Expansion bolts shall
be 6 mm diameter with 20 mm threads to 25 mm into solid concrete, fitted
with loose tubing or sleeves of proper length to acquire extreme rigidity. ·

c. Inserts shall be securely anchored and properly flushed into the walls.
Inserts shall be concealed and rigid.

d. Bolts and nuts shall be horizontal and exposed. It shall be provided with
washers and chromium plate finish.

4. Hangers, Inserts and Supports

a. Pipe hangers shall be wrought iron or malleable iron pipe spaced not
more than 3m apart for horizontal runs or pipe, except hub and spigot soil
pipe which shall have hanger-spaced not over 1.50 m apart located near
the hub. ·

b. Chains, straps perforated tum-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.

c. Trapeze hangers may be used in lieu of separate hangers on pipe running


parallel to and close to each other.

d. Inserts shall be cast steel and shall be of type to receive a machine bolt or
nut after installation. Insert may be permitted adjustment of the bolts in
one horizontal direction and shall be installed before pouring of concrete.

e. Wrought iron clamps or collars to support vertical runs of pipe shall be


spaced not more than 6 m apart for as indicated on the Plans.

5. Plates and Flashing

a. Plates to cover exposed pipes passing 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.

b. Plates shall be large enough to cover and close the hole around the area
where pipes pass. It shall be properly installed to insure permanence.

c. Roof areas penetrated by vent pipes shall be rendered watertight by lead


sheet flashing and counter flashing. It shall extend at least 150 mm above
the pipe and 300 mm along the roof.

6. Protection and Cleaning

a. During installation of fixtures and accessories and until final acceptance,


protect items with strippable plastic or other approved means to maintain
fixtures in perfect conditions.

b. All exposed metal surfaces shall be polished clean and rigid of grease,
dirt or other foreign materials upon completion.

c. Upon completion, thoroughly clean all fixtures and accessories to leave


the work in polished condition.

7. Inspection, Warranty Test and Disinfection

All pipes, fittings, traps, fixtures, appurtenances and equipment of the


plumbing and drainage system shall be inspected and approved by PCSO
through its authorized Engineer representative to insure compliance with all
requirement of all Codes and Regulations referred to in this Specification.

a. Drainage System Test

 The entire drainage and venting system shall have all necessary
openings which can be plugged to permit the entire system to be filled
with water to the level of the highest stack vent above the roof.

 The system shall hold this water for a full 30 minutes during which time
there shall be no drop greater than 102 mm. Where only a portion of
the system is to be tested, the test shall be conducted in the same
manner as described for the entire system except that a vertical stack
3.00 m highest horizontal line to be tested may be installed and filled
with water to maintain sufficient pressure or water pump may be used
to supply the required pressure.

 If and when PCSO through its authorized Engineer representative


decides that an additional test is needed, such as an air to smoke test
on the drainage system, the Contractor shall perform such test without
any additional cost.

b. Water Test on System

 Upon completion of the roughing-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 leak-proofed.

 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 PCSO through its authorized Engineer
representative.

c. Defective Work

 All defective materials replaced and tested will be repeated until


satisfactory performance is attained.

 Any material replaced for the satisfactory performance of the system


made shall be at the expense of the Contractor.

 Caulking of screwed joints or holes will not be permitted.

d. Disinfection

 The entire water distribution system shall be thoroughly flushed and


treated with chlorine before it is ·operated for public use.

 Disinfection materials shall be liquid chlorine or hypochlerite and shall


be introduced in a manner approved as practiced or approved by
PCSO through its authorized Engineer representative into the water
distribution system.

 After a contact period of not less than sixteen hours, the heavily
chlorinated water shall be flushed from the system with potable water.

 Valves for the water distribution system shall be opened and closed
several times during the 16 hours chlorination treatment is done.

PART VI - ELECTRICAL

A. CONDUITS, BOXES &

FITTINGS Description

This Item shall consist of the furnishing and installation of the complete conduit
work consisting of electrical conduits; conduit boxes such as junction boxes, pull
boxes, utility boxes, octagonal and square boxes, conduit fittings such as
couplings, locknuts and bushings and other electrical materials needed to
complete the conduit roughing-in work of this project.

Material Requirements

All materials shall be brand new and shall be of the approved type meeting all
the requirements of the Philippine Electrical Code and bearing the Philippine
Standard Agency (PSA) mark.

1. Conduits

Conduits shall be standard rigid steel, zinc coated or galvanized.


Intermediate metal conduit may be used if shown or specified on the
approved Plans. PVC conduits if required shall be Schedule 40. Enamel
coated steel conduits and conduits with rough inner surfaces are not
acceptable.

2. Conduit Boxes

All conduit boxes shall be Code gauge steel and galvanized. Utility boxes
shall be galvanized pressed steel of standard make. In general, outlet boxes
shall be at least 100 mm square or octagonal, 53 mm deep and 16 mm
minimum gauge.

3. Conduit Fittings

All conduit fittings such as locknuts and bushings for service entrance shall
be galvanized of standard make.

Construction Requirements

All works throughout shall be executed in the best practice in a workmanlike


manner by qualified and experienced electrician under the immediate
supervision of a duly licensed Electrical Engineer.

1. Conduits

Conduits should be cut square with a hacksaw and-reamed. Bends shall be


made with the required radius. In making bends only conduit bending
apparatus will be used. The use of a pipe tee or vise for bending conduits
shall not be permitted. Conduits which have been crushed, deformed or
flattened shall not be installed. No running thread shall be allowed. Conduit
runs crossing construction joints of the building shall be provided with
standard expansion fittings of the approved type.

No conduits shall be used in any system smaller than 12 mm diameter


electric trade size nor shall have more than four (4) 90-degree bends in any
one run and where necessary, pull boxes shall be provided.

All ends of conduits which are left empty in cabinets and conduit boxes shall
be plugged with lead or approved pipe caps so as to prevent the entrance of
white ants and dirt within the conduit system. Pull wires shall be inserted in
the empty ducts before they are closed with lead or pipe caps and shall be
left therein for future use.

On exposed work, all pipes and outlet boxes shall be secured by means of
galvanized metal clamps which shall be held in place by means of machine
screws. When running over concrete surfaces, the screws shall be held in
place by means of expansion sleeves for big pipes and rolled lead sheet for
small pipes. All pipes shall be run at right angles to and parallel with the
surrounding walls. No diagonal run shall be allowed and all bends and offsets
shall be avoided as much as possible. Conduits shall be supported at 1,500
mm intervals maximum.

2. Conduit Boxes & Fittings

Provide conduit boxes for pulling and splicing wires and outlet boxes for
installation of wiring devices.

As a rule, provide junction boxes· or pull boxes in all runs greater than 30
meters in length, for horizontal runs. For other lengths, provide boxes as
required for splices or pulling. Pull boxes shall be installed in inconspicuous
but accessible locations.

Support boxes independently of conduits entering by means of bolts, red


hangers or other suitable means.

Conduit boxes shall be installed plumb and securely fastened. They shall be
set flush with the surface of the structure in which they are installed where
conduits are run concealed.

All convenience and wall switch outlet boxes for concealed conduit work shall
be deep, rectangular flush type boxes. Four-inch octagonal flush type boxes
shall be used for all ceiling light outlets and shall be of the deep type where
three or more conduits connect to a single box. Floor mounted outlet boxes
required shall be waterproof type with flush brass floor plate and brass bell
nozzle.

All conduits shall be fitted with approved standard bushing and locknuts
where they enter cabinets and conduit boxes. Junction and pull boxes of
code gauge shall be provided as indicated or as required to facilitate the
pulling of wires and cables.

General Specifications

The work to be done under this specifications consists of the fabrication,


furnishing, delivery and installation; complete in all details of the electrical work
at the subject premises and all work materials incidental to the proper completion
of the installation, except those portions of the work which are expressly stated
to be done by other fields. All works shall be done in accordance with the rules
and regulations and with the specifications.

Specifications on:

1. Lighting fixtures and lamp

All lighting fixtures and lamps are as specified and listed on lighting fixture
schedule.
For fluorescent lamp, it shall be LED, 40-watt rapid start daylight.

All fluorescent ballast shall be 230 volt, high power factor, of good quality
materials and approved by the Bureau of Product Standards (BPS).

2. Material Requirements

All materials to be used shall conform to the BPS specification.

3. Construction Requirements

All grounding system installation shall be executed in accordance with the


approved plans.

Grounding system shall include wires, ground rods, clamps, connectors,


ground wells and ground wire taps as shown in the approved design.

Auxiliary Systems

All auxiliary systems such as telephone and internet data system installations
shall be done in accordance with the approved design. All materials to be used
shall conform to the Bureau of Product Standards (BPS) specifications.

Important requirement regarding supervision of the work and submission


of certificate of completion.

All wiring installation herein shall be done under the direct supervision of a
licensed Electrical Engineer-at the expense of the Contractor. The contractor
shall submit the certificate of completion duly approved by PCSO through its
authorized Engineer representative.

Test and guarantee

Upon completion of the electrical construction work, the contractor shall provide
all test equipment and personnel and to submit written copies of all test results.

The contractor shall guarantee the electrical installation are done and in
accordance with the approved plans and specifications. The contractor shall
guarantee that the electrical systems are free from all grounds and from all
defective workmanship and materials and will remain so for a period of one year
from date and acceptance of works. Any defect shall be remedied by the
Contractor at his own expense.

B. WIRES AND WIRING

DEVICES Description

This Item shall consist of the furnishing and installation of all wires and wiring
devices consisting of electric wires and cables, wall switches, convenience
receptacles, heavy duty receptacles and other devices shown on the approved
Plans but not mentioned in these specifications.

Material Requirements

Wires and cables shall be of the approved type meeting all the requirements of
the Philippine Electrical Code and bearing the PSA mark.

Unless specified or indicated otherwise, all power and lighting conductors shall
be insulated for 600 volts.

All wires shall be copper, soft drawn and annealed, smooth and of cylindrical
form and shall be centrally located inside the insulation.

All wiring devices shall be standard products of reputable electrical


manufacturers. Wall switches shall be rated at least 10A, 250 volts and shall be
spring operated, flush, tumbler type. Duplex convenience receptacles shall be
rated at lease 15A, 250 volts, flush, parallel slots. Single heavy duty receptacles
shall be rated at least 20A, 250 volts, 3-wire, flush, polarized type.

Construction Requirements

Conductors or wires shall not be drawn in conduits until after the cement plaster
is dry and the conduits are thoroughly cleaned and free from dirt and moisture. In
drawing wires into conduits, sufficient stack shall be allowed to permit easy
connections for fixtures, switches, receptacles and other wiring devices without
the use of additional splices.

All conductors of convenience outlets and lighting branch circuit homeruns shall
be wired with a minimum of 3.5 mm in size. Circuit homeruns to panelboards
shall not be smaller than 3.5 mm but all homeruns to panelboard more than 30
meters shall not be smaller than 5.5 mm. No conductor shall be less than 2 mm
in size.

All wires of 14mm and larger in size shall be connected to panels and apparatus
by means of approved type lugs or connectors of the solderless type, sufficiently
large enough to enclose all strands of the conductors and securely fastened.
They shall not loosen under vibration or normal strain.

All joints, taps and splices on wires larger than 14 mm shall be made of suitable
solderless connectors of the approved type and size. They shall be taped with
rubber and PVC tapes providing insulation not less than that of the conductors.

No splices or joints shall be permitted in either feeder or branch conductors


except within outlet boxes or accessible junction boxes or pull boxes. All joints in
branch circuit wiring shall be 'made mechanically and electrically secured by
approved splicing devices and taped with rubber and PVC tapes in a manner
which will make their insulation as that of the conductor.

All wall switches and receptacles shall be fitted with standard bakelite face plate
covers. Device plates for flush mounting shall be installed with all four edges in
continuous contact with finished wall surfaces without the use of coiled wire or
similar devices. Plaster fillings will not be permitted. Plates installed in wet
locations shall be gasketed.

When more than one switch or device is indicated in a single location, gang plate
shall be used.

C. POWER LOAD CENTER, SWITCHGEAR AND

PANELBOARDS Description

This Item shall consist of the furnishing and installation of the Main Circuit
Breaker (MCB), distribution panelboards, and lighting and power panelboards at
the location shown or the approved Plans complete with manual transfer switch,
circuit breakers, cabinets and all accessories, completely wired and ready for
service.

Material Requirements

All materials shall be brand new and shall be of the approved type. It shall
conform with the requirements of the Philippine Electrical Code and shall bear
the Philippine Standard Agency (PSA) mark.

1. 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:

a. 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 approved
Plans.

The main breaker shall include insulated control switch if electrically


operated, manual trip button, magnetic tripping devices, adjustable time
overcurrent protection and instantaneous short circuit trip and all necessary
accessories to insure safe and efficient operation.

b. 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. The circuit brakers shall be drawout or molded case as
required. The circuit breakers shall each have sufficient interrupting capacity
and shall be manually operated complete with trip devices and all necessary
accessories to insure safe and efficient operation. The number, ratings,
capacities of the feeder branch circuit breakers shall be as shown on the
approved Plans.

Circuit breakers shall each be of the indicating type, providing "ON", "OFF"
and "TRIP" positions of the operating handles and shall each be provided
with nameplate for branch circuit designation. The circuit breaker shall be so
designed that an overload or short on one pole automatically causes all poles
to open.

2. Grounding System:

All non-current carrying metallic parts like conduits, cabinets and equipment
frames shall be properly grounded in accordance with the Philippine
Electrical Code, latest edition.

The size of the ground rods and ground wires shall be as shown on the
approved Plans. The ground resistance shall not be more than 5 ohms.

3. Panelboards and Cabinets

Panelboards shall conform to the schedule of panel boards as shown on the


approved Plans with respect to supply characteristics, rating of main lugs or
main circuit breaker, number and ratings and capacities of branch circuit
breakers.

Panel boards shall consist of a factory complete dead front assembly


mounted in an enclosing flush type cabinet consisting of code gauge
galvanized sheet steel box with trim and door. Each door shall be provided
with catch lock and two (2) keys. Panelboards shall be provided with
directories and shall be printed to indicate load served by each circuit.

Panelboard cabinets and trims shall be suitable for the type of mounting
shown on the approved Plans. The inside and outside of panelboard cabinets
and trims shall be factory painted with one rustproofing primer coat and two
finish shop coats of pearl gray enamel paint.

Main and branch circuit breakers for panelboards shall have the rating,
capacity and number of poles as shown on the approved Plans. Breakers
shall be thermal magnetic type. Multiple breaker shall he of the common trip
type having a single operating handle. For 50-ampere breaker or less, it may
consist of single-pole breaker permanently assembled at the factory into a
multi-pole unit.

PART VII – MECHANICAL

A. AIR CONDITIONING

SYSTEM Description

This Item shall consist of furnishing and installation of air conditioning,


refrigeration and ventilation systems, inclusive of necessary electrical
connections, pipe works, grilles, and condensate drains and all other necessary
accessories, ready for service in accordance with the Plans and Specifications.

The work to be done under this specification consist of fabrication, complete


details of the mechanical and electrical works at the subject premises and all
work and materials incidental to the proper completion of the installation of ACUs
except those portion of the work which are expressly stated to be done by
others.

All works shall be in accordance with governing codes and regulations and with
the specifications.

The requirements with regards to materials and workmanship specify the


required standards for the furnishing of all labor, materials, and appliances
necessary for the complete installation of the work specified herein and indicated
on the drawings.

These specifications are intended to provide a broad outline of the required


installation but are not intended to include all details of design and construction.

Material Requirements

1. The contractor shall supply and install brand new and current model of air
conditioning units (ACU) and miscellaneous materials required, as specified
and as shown on drawings.

2. The contractor shall furnish and install all power and control wiring to all
equipment except as otherwise specified.

3. Condensate drain pipe and electrical conduit pipe shall be a PVC made by
standard trade size, with TC-2 type rated for 90-degree Celsius cable.

4. Refrigerant piping shall be Type-L, Hard/Soft Drawn, and Seamless Copper

5. Electrical enclosure must be a NEMA3 type (for secondary Circuit Breaker)

6. Circuit Breaker shall be Bolt-On Type and building wires must be a THHN
stranded wires with UL approve.

Construction Requirements

1. Workmanship

The work throughout shall be executed in the best and most thorough manner to
the satisfaction of the Architect and Engineers, who will jointly interpret the
meaning of the drawings and specifications and shall have power to reject any
works and materials which in their judgement are not fully in accordance
therewith.

The air conditioning system shall be entirely automatic in operation and shall not
require the presence of an attendant-except for periodic inspection for
lubrication. All equipment and materials shall be inspected upon delivery and
shall be tested after installation. Piping shall not be buried, concealed, or
insulated until it has been inspected, tested and approved. Walls, floors and
other parts of the building and equipment damaged by contractor in the
prosecution of the work shall be replaced as shown on the Plans.

a. All installation shall be done in neat workmanship manner and shall be


undertaken by the experienced and authorized installer of the brand or
maker of the equipment to be installed.

b. Perform tests and adjustments and submit specific reports such as actual
test parameter readings and other necessary technical reports to PCSO
through its authorized Architect/Engineer representative.

c. All indoor and outdoor units should be installed in such a way that the
same are fully insulated for improved thermal and acoustic performance
with corresponding mounting bracket/stand. The mounting bracket/stand
for outdoor units shall be fixed mounted on the wall or ground. There
should be an easy access to indoor and outdoor units for maintenance
purposes.

d. All equipment shall be installed on 150mm thick, level reinforced concrete


base, unless otherwise specified and must be supported by vibration
isolator.

e. All Penetration thru walls, floors, and ceilings shall be provided with pipe
sleeves. Install 3mm thick rubber between pipe and support to eliminate
metal to metal contact.

f. Condensate drain line (minimum of 25mm diameter) shall be insulated


with closed cell elastomeric thermal insulation with a thickness of 15mm.
Insulation must be covered with Polyethylene tape. Drain line shall be tap
in the nearest drain or catch basin.

g. All newly installed equipment shall be flushed with Nitrogen, vacuum the
line system, charge with appropriate amount of refrigerant and perform
leak testing.

h. All electrical components to be used must have the standard of the


following:

 Underwriters Laboratories Standards


 National Electrical Manufacturers Association
 Institute of Electrical and Electronics Engineers
 Philippine Electrical Code

2. Coordination

Coordinate timing of installation with work of other trades. Provisions for the
pipe and wires passages thru walls, floor and ceilings shall be coordinated in
advance.

Systems provided shall be completed and operable and shall include


required accessories fastenings and supports.

Determine required locations, arrangements and quantities of equipment and


materials from drawings, schedules and specifications.

All equipment shall be installed in strict compliance with manufacturer’s


recommendations.

On certain items of equipment specified on other contracts requiring electrical


connections, the Contractor shall provide such connections as required.

3. Minor Modifications

The plans as drawn are based upon architectural plans and details. Show
conditions as accurately as possible to indicate them to scale. The plans do not
show all fittings necessary to fit the building conditions. The location of ACUs
shown on the plan are just approximated. The Contractor shall be responsible for
the proper location in order to make them fit, with architectural details and
instructions from engineer’s representative at the site.

4. Guarantee

The Contractor shall guarantee that the air conditioning system is free from all
defective workmanship and materials that will remain in good condition for a
period of one (1) year and at least a three (3) years warranty on compressor
from the manufacturer of the equipment. The Contractor must provide two (2)
times of general cleaning of all ACUs that they installed within the same period
from the date of acceptance of work. This Contractor at his own expense shall
repair any defects appearing within the aforementioned period.

The Contractor shall indemnify and save PCSO, its Architects and Engineers
from and against all liability for damage arising from injuries or disabilities to
persons or damage to property occasioned by an act or omissions of the
Contractor or any of his subcontractors including any and all expenses, legal or
otherwise which maybe incurred by the PCSO, its Architect or Engineers in the
defense of any claim, action and suit.

5. Approvals, Substitutions, Etc.

Wherever hereafter the word “Approval” or “Approved” (make, type, size,


arrangement, etc.) are used specifically with regard to manufactured items, etc.,
or wherever it is desired to substitute a different make or type, all information
pertinent to the adequacy and adaptability of the proposed equipment, shall be
submitted to PCSO through its authorized Engineer representative for their
approval before the equipment is ordered or installed.

6. Sub-contracts, Etc.

The Contractor shall be held fully responsible for the work of any sub-contractor
or manufacturer performing work for or supplying materials as it is intended that
the entire mechanical and electrical work when finally delivered to PCSO shall
be ready in every respect for satisfactory and efficient operation.

B. WATER PUMPING

SYSTEM Description

This Item shall consist of furnishing and installation of water pumping system,
inclusive of all piping and pipe fitting connections: valves, controls, electrical
wirings, tanks and all accessories ready for service in accordance with the
approved Plans and Specifications.

Material Requirements

1. Water Pump

The type, size, capacity, location, quantity and power characteristics shall be
as specified or as shown on the-Plans.

2. Overhead Tank

The tank shall be provided with manhole, cover, drain pipes, distribution pipe
outlet, overflow pipes and air vent. Suitable float switch or electrode shall be
provided in the tank to stop and start the operation of the pump.

3. Pressurized Tank

Tank shall be designed for twice the maximum total dynamic pressure
required and shall have the following accessories.

a. A suitable pressure switch to stop pump if pressure required is attained.

b. Air volume control device to maintain correct air volume inside the tank

c. Pressure relief valve should be installed on top of the tank.

d. Electrode to be connected in the motor pump control to control the water


level.

4. Cycle Stop Valves Booster Water Pump

The air compressor shall be electric motor· driven with sufficient capacity.
The compressor shall be V-belt driven and both motor and compressor shall
have V-sheaves on their flywheels. The compressor and motor shall be
mounted on a base made of structural steel with anchor clips drilled to permit
securing to a foundation.

5. Pipes and Fittings

All pipes and fittings shall be G. I. pipe Schedule 40.


All piping, 100mm dia and larger, shall be welded or flanged while smaller
sizes shall be screwed.

6. Valves

A gate valve followed by a check valve shall be placed between discharge of


pump and tank to prevent back flow of water when pump stops.

7. Foundation

Refer to sub-section Equivalent Foundation under Air Conditioning System


Section

8. Electrical Works

Refer to sub-section Electrical Works under Air Conditioning System Section

Construction Requirements

Exposed piping shall be provided with concrete saddle or steel clamps or


hangers to secure them firmly to the building structures. Pipe threads shall be
lubricated by white lead, red lead, teflon or other approved lubrication before
tightening. Piping supports shall be placed at 3 m interval or less.

1. Test

Appropriate test shall be done to demonstrate that the system complies with
the requirements of the Plans and Specifications.

2. Guarantee and Service

Refer to sub-section Guarantee and Service under Air conditioning System


Section

C. FIRE PROTECTION SYSTEM

Fire extinguisher shall be portable; suitable for Class A, B, C fires, mounted


inside cabinet. Cabinet shall be full flush mounting door with aluminum trim for
glass plate, frame and box shall be made of gauge 14 galvanized iron sheet
with white interior and red exterior baked enamel finish over primer. Cabinet to
be wall mounted and size to be able to accommodate the defined component:

PART VIII – FINISHING

A. CARPENTRY AND JOINERY

WORKS Description
The work under this Item shall consist oi furnishing all required materials,
fabricated woodwork, tools, equipment and labor and performing all operations
necessary for the satisfactory completion of all carpentry and joinery works in
strict accord with applicable drawings, details and these Specifications.

Material Requirements

1. Lumber

Lumber of the different species herein specified 'for the various parts of the
structure shall be well seasoned, sawn straight, sundried or kiln dried and
free from defects such as loose unsound knots, pitch pockets, sapwood,
cracks and other imperfections impairing its strength, durability and
appearance.

a. Grades of Lumber and Usage

 Stress grade is seasoned; close-grained and high quality lumber of the


specified specie free from defects and suitable for sustaining heavy
loads.

 Stress grade lumber shall be used for wooden structural members


subject to heavy loads and for sub-floor framing embedded or in
contact with concrete or masonry.

 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.

 Select grade lumber shall be used for flooring, sidings, fascia and
base boards, trims, moldings, millwork, railings, stairs, cabinet work,
shelving, doors, windows and frames of openings.

 Common grade lumber has minimum tight medium knot not larger
than 25 mm in diameter, with minimal imperfections, without sapwood,
without decay, insect holes, and suitable for use with some waste due
to minor defects and suitable also for paint finish.

 Common grade lumber shall be used for light framework for wall
partitions, ceiling joist and nailers.

b. Lumber Species and Usage

Unless otherwise specified on the Plans, the following lumber species shall
be used as indicated:

 Yacal (stress grade) for structural member such as post, girders, girts,
sleepers door and window frames set or in contact with concrete or
masonry.
 Guijo (select grade) for door and window frames set in wooden
framework, for stairs, for roof framing supporting ceramic or cement
tiles, for floor joists and other wooden structural parts.

 Apitong (common grade) for roof framing supporting light roofing


materials such as galvanized iron, aluminum or asbestos sheets for
wall framing, ceiling joists, hangers and nailers.

 Tanguile (select grade) for doors and windows, fascia and base
boards, trims, moldings, millwork, railings, stairs, cabinet, work,
shelving, flooring and siding.

 Narra (select grade) for stair railings, flooring boards, wall panels,
base boards, trims, moldings, cabinet work, millwork, doors and
windows when indicated as such in the Plans.

 Dao (select grade) for parts of the structure as enumerated under


Narra, when indicated as such on the Plans.

c. Moisture Content

Rough lumber for framing and siding boards shall be air-dried or sun-dried
such that its moisture content shall not exceed 22 percent

Dressed lumber for exterior and interior finishing, for doors and windows,
millwork, cabinet work and flooring boards shall be kiln-dried and shall not
have a moisture content in excess of 14 percent at the time of installation in
the structure.

d. Substitution in Lumber Specie

Any lumber equally good for the purpose intended may be substituted for the
specified kind subject to the prior approval of PCSO through its authorized
Engineer/Architect representative, provided the substitution shall be of an
equal or better specie acceptable to PCSO through its authorized
Engineer/Architect representative. In case of substitution with a better specie,
no additional cost therefore shall be allowed to the contractor.

2. Plyboard

Plyboard shall be good grade and made of laminated wood strips of uniform
width and thickness bounded together with water resistant resin glue. The
laminated core shall be finished both faces with select grade tanguile or red
lauan veneers not less than 2 mm thick similarly bonded to the core. The
plyboard of not less than 19 mm thick shall be tree from defects such as split
in veneer, buckling or warping.

3. Plywood

Plywood shall conform to the requirements of the Philippine Trade Standards


631-02. Thickness of a single layer 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. The face veneers shall be rotary cut
from select grade timber. The laminae and face veneers shall be bonded with
water resistant resin glue, hot pressed and pressure treated. Ordinary
tanguile or red lauan plywood with good quality face veneers, 6 mm thick
shall be used for double walling and ceiling not exposed to moisture;
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.

4. Materials Other Than Lumber

a. Plastic Sheet

When required for counter top, plastic sheet such as Formica shall not be
less than 1.50 mm thick and shall have hard, durable and glossy surface
resistant to stain, abrasion and heat. Color and design shall be as selected
from the manufacturer's standard· and approved by PCSO through its
authorized Engineer/Architect representative.

b. Glue

Glue shall be from water resistant resins which upon hardening, shall not
dissolve nor lose its bond or holding power even when soaked with water for
extended period.

Glue in powder form be in sealed container and shall be without evidence of


lumping or deterioration in quality.

c. Fasteners

Nails, screw, bolts and straps shall be provided and used where suitable for
fixing carpentry and joinery works. All fasteners shall be brand new and of
adequate size to ensure rigidity of connections.

 Nails of adequate size shall be steel wire, diamond-pointed, ribbed shank


and bright finish.

 Screws of adequate size shall be cadmium or brass plated steel with


slotted head.

 Lag screws of adequate size for anchoring heavy timber framing in


concrete or masonry, shall be galvanized steel

d. Bolts and nuts

Bolts and nuts shall be of steel having a yield joint of not less than 245
MPa. Bolts shall have square heads and provided with standard flat
steel washers and hexagonal nuts. Threads shall conform to American
coarse thread series. The threaded portion shall be long enough such
that the nut can be tightened against the bolted members without any
need for blocking. The bolt's threaded end shall
be finished smooth for ease of engaging and turning of the nut.

e. Wrought iron

Wrought iron straps or angles, when required in conjunction with bolts or lag
screws to provide proper anchorage, shall be of the shape and size shown on
the Plans.

Construction Requirements

1. Quality of Materials

All materials to be incorporated in the carpentry and joinery works shall be of


the quality as specified. Before incorporation in work, all materials shall have
been inspected/accepted by PCSO through its authorized Engineer/Architect
representative.

2. Storage and Protection of Materials

Lumber and other materials shall be protected from dampness during and
after delivery at the site. Materials shall be delivered well in advance of actual
need and in adequate quantity to preclude delay in the work. Lumber shall be
piled in orderly stack at least 150 mm above ground and at sheltered place-
where it will be of least obstruction to the work.

3. Shop Drawings

Shop drawings complete with essential dimensions and details of


construction as may be required by PCSO through its authorized
Engineer/Architect representative 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 under Section.

b. Rough carpentry shall be done true to lines, levels and dimensions. It


shall be squared, aligned, plumbed and well fitted at joints.

c. Trusses and other roof framing shall be assembled fired and set to exact
location and slope indicated on the Plans.

d. Fasteners, connectors and anchors of appropriate type and number shall


be provided and fitted where necessary.

e. Structural members shall not be cut bored or notched for the passage of
conduits or pipes without prior approval of PCSO through its authorized
Engineer representative.

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 PCSO through its authorized Engineer
representative.

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 works on flooring, siding and ceiling boards, stairs,
cabinets, fabricated woodwork, millwork and trims.

a. Framing lumber shall be select grade, free from defects and where
exposed in finished work, shall be selected for color and grain.

b. Joints of framing shall be tenoned, mortised or doweled where suitable,


closely fitted and secured with water resistant resins glue. Exterior joints
shall be mitered and interior angles coped.

c. Panels shall be fitted allow for contraction or expansion and insure that
the panels remain in place without warping, splitting and opening of joints.

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 tor 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. Where set against
concrete or masonry, woodwork shall be installed when curing is
completed.

f. Exposed wood surfaces shall be free from disfiguring defects such as


raised grains, stains, uneven planning, sanding, tool marks and scratches.
·

g. Exposed surfaces shall be machine or hand sanded to an even smooth


surface, ready for finish.

B. HARDWARE

Description

This Item shall consist of furnishing and installing all building hardware required
to: (1) ensure rigidity of joints/connections of the different parts of the structure;
and (2) equip in a satisfactory operating condition parts of the structure such as
doors, windows, cabinets, lockers, drawers and other similar operating parts as
indicated on the plans and in accordance with this specifications.

Material Requirements

1. Rough Hardware

All rough hardware such as nails, screws, lag screws, bolts and other related
fasteners required for carpentry work shall be first class quality and locally
available.

2. Finishing Hardware

All finishing hardware consisting of locksets, latches, bolts and other devices,
door closers, knobs, handles, hinges and other similar hardware shall be first
class quality available locally and conforming with the following
specifications.

a. Door Locksets

Door locks appropriate for particular functions shall be of durable


construction, preferably the product of single reputable manufacturer for
consistent quality and master keying.

 Unit of monolock for swing door shall be factory assembled in one piece,
with knobs and escutcheon is attached, ready for installation. All parts of
unit lock shall be non-ferrous metal. Frame shall be one piece cast bronze
or extruded brass, front shall be Hat for door 35 mm thick and beveled for
door 45 mm thick, and latch bolt shall be pivoted swing type with minimum
26 mm throw. Cylinder shall be extruded brass with 5 spring-pressed pins
and keys shall be nickel silver.

 Dead lock for sliding door shall be mortise or surface mounted type to suit
particular application.

Mortise type dead lock shall have cast bronze case, front latch bolts,
strike and cylinder. Operation of dead boll shall be by drop handles from
either side. When locked by key from outside, or by thumb knob from
inside, drop handle will rot operate the lead bolt

Surface type deadlock snail have cast bronze case, strike and cylinder.
Interlocking vertical bolts shall be hardened steel operated by key and
from outside and thumb turn from inside. Strike shall be angle type.

 Deadlock for swinging door shall be tubular design with mechanism made
of heavy gauge cold-rolled steel, zinc coated and dichromatic. Dead bolt,
strike and pin tumbler cylinder shall be bronze. Dead bolt, with at least 25
mm throw, shall be operated by key from outside and by thumb from
inside.

 Hasp lock when required as indicated on the Plans shall be hinge hasp
with integral padlock. The hinge hasp shall be zinc coated wrought steel,
47.5 mm in width and 100 mm in length when closed. The integral padlock
shall be pin tumbler type with solid or laminated zinc coated wrought steel
case with hardened steel shackle securely attached to the draw bolt.

b. Door Closers

 All door closer shall be cast bronze provided with a key valve or cap valve
for making necessary adjustment.
 The following table shall serve as guide in determining door closer sizes:

Door Maximum Width Size of Closer


0.76m Size 2
0.90 m Size 3
1.07 m Size 4
1.20 m Size 5
1.37 m Size 6

Use larger size where unusual conditions exist.

c. Hinge

Hinge unless otherwise indicated on the Plans shall! be brass coated wrought
iron steel for interior doors and wrought bronze for exterior doors w1th non-
rising loose steel pins with button tips and mounting screws of the same
materials.

d. Sliding Door Hardware

Sliding door hardware shall be four-wheel ball bearing trolley on overhead


track. Track is of rolled steel formed steel or extruded aluminum. Bearing is of
plain steel balls or steel rollers. Wheels to be steel, brass, rubber or plastic as
the case maybe.

e. Miscellaneous Hardware

 Flush Bolt

Flush/extension flush type bolt shall be made of stainless steel with


proper length suitable to the door specified.

 Barrel bolts shall be of wrought steel brass coated with an attachment of


at least 4-screws.

 Door Pull and Push Plate

Door pull and push plate shall be made of stainless steel with concealed
attachments.

 Hook, Bumper and Silencer


 Hook, bumper and silencer shall be made of extruded brass or bronze,
dull chrome finish with at least 2 screw attachments.

 Furniture and Cabinet Hardware

Furniture and cabinet hardware line piano hinge, invisible hinge, floor
pivot hinge, cabinet door catches, shall be made from extruded brass or
bronze with dull chrome finish of sizes and type suited for use.

 Push Plate

Push plate for metal door shall be made of stainless steel with concealed
attachments.

Construction Requirements

1. Submittals:

The Contractor shall submit all necessary information to PCSO through its
authorized Engineer/Architect representative prior to placing of order.

a. Manufacturers data such as catalog for every hardware item to be


furnished, showing all finishes, sizes, catalog numbers and pictures, with
all abbreviations fully explained shall be submitted as general information
and reference.

b. Hardware templates for fabricated doors and windows shall be furnished


to each fabricator to confirm that adequate · provision will be done for
proper installation of the hardware.

c. Operation and maintenance data shall be provided and submitted to the


PCSO through its authorized Engineer representative showing all the
hardware component part lists and maintenance instructions for each type
supplied including the necessary wrenches of tools required.

2. Packaging and Marking

a. Each article shall be individually packaged in the manufacturers


commercial carton/container property marked or labeled so as to be
readily identified and delivered to the project site in the original
manufacturers container/package.

b. All hardware shall be provided with fasteners necessary for the installation
packed in the same container with the Hardware.

3. Storage and Protection

Hardware shall be properly stored in a dry and secured place. It shall be


protected from damage at all times prior to and after installation.

4. Installation of Hardware
a. All hardware shall be installed in a neat workmanship manner following
the manufacturer’s instruction manual to fit details as indicated on the
Plans.

b. Except as indicated or specified otherwise, fasteners furnished with the


hardware shall be used to fasten hardware in place.

c. After installation works are completed the hardware shall be protected


from paints, stains, blemishes and other damage until the work are
property turned over and accepted.

d. All hardware shall be properly checked and adjusted In the presence of


PCSO through its authorized Engineer/Architect representative and all
hinges, locks, catches, bolts, pulls, closers and other miscellaneous items
shall operate properly.

e. After hardware are properly checked and adjusted keys shall be properly
identified with key tags and turned over to PCSO through its authorized
Engineer/Architect representative.

5. Keying

Locks shall be keyed in sets and subsets. Where locks are required by PCSO
through its authorized Engineer representative to be keyed alike in one
system furnish a total of 4 keys for each set.

C. ALUMINUM GLASS

DOORS Description

This Item shall consist of furnishing all aluminum glass door materials, labor,
tools and equipment required in undertaking the proper installation as shown on
the Plans and in accordance with this Specification.

Material Requirements

1. Frame 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 or durability. Extruded aluminum sections
shall conform to the specification requirements as defined in ASTM B 211.

2. Screws, nuts, washers, bolts, rivets and other miscellaneous fastening


devices shall be made of non-corrosive materials such as aluminum,
stainless steel, etc.

3. Hardware for fixing and locking devices shall be closely matched to the
extruded aluminum section and adaptable to the type and method of opening.
4. Vinyl weather strip shall be first class quality flexible vinyl forming an effective
seal and without adverse deformation when installed.

5. Pile weather strip shall be silicon treated and free from residual wetting
agents and made of soft fine hair as on wool, fur, etc.

Construction Requirements

For all assembly and fabrication works the cut ends shall be true and accurately
jointed, free of burrs and rough edges. Cut-out recesses, mortising; grinding
operation for hardware shall be accurately made and properly reinforced when
necessary.

1. Installation Procedure

a. Main frame shall consist of head sill and jamb stiles specifically designed
and machined to fit and be joined at corners with self-threading screws.

b. Frame sill shall be stepped and sloped with offset weep holes tor efficient
drainage to the exterior.

c. Door panel shall be accurately joined at corners assembled and fixed


rigidly to ensure weather tightness.

d. Aluminum glass door and main frame shall be installed in a prepared


opening to be set plumb, square level and true to details.

e. All joints between metal surface and masonry shall be fully caulked to
ensure weather tightness.

f. Sliding type door panel shall he equipped with concealed roller overhead
tracks with bottom guide.

g. Double action type door panel shall be equipped with heavy duty hinges
that wilt control the door leaf in a close or open position.

h. Weather strip shall be furnished on edges at the meeting stiles of doors.

i. 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 pain-ted before erection with a bituminous paint.

2. Shop Finish

Exposed aluminum surfaces shall be electro type hard coats.

3. Protection

All aluminum parts shall be protected adequately to ensure against damaged


during transit and construction operations. 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.

Cleaning

The Contractor does not only protect all entrance units during construction
but also responsible for removal of protective materials and cleaning
aluminum surfaces.

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.

D. ALUMINUM GLASS

WINDOWS Description

This Item shall consist of furnishing all aluminum glass window materials, labor,
tools and equipment required in undertaking the proper installation as shown on
the Plans and in accordance with this Specification.

Material Requirements

1. Frame and panel members shall be fabricated from extruded aluminum


section true to details with clean, straight, sharply defined profiles and free
from defects impairing strength or durability. Extruded aluminum section shall
conform to the specification requirements defined in ASTM B 211.

2. Screws, nuts, washers, bolts, rivets and other miscellaneous fastening


devices shall be made of non-corrosive materials such as aluminum,
stainless steel, etc.

3. Hardware for fixing and locking device shall be closely matched to the
extruded aluminum section and adaptable to the type and method of opening.

4. Weather strip shall be first class quality flexible vinyl forming an effective seal
and without adverse deformation when installed.

5. Pile weather strip shall be silicon treated and free from residual wetting
agents made of soft fine hair as on wool, fur, etc.

Construction Requirements

For all assembly and fabrication works the cut end shall be true and accurate,
free of burrs and rough edges. Cut-outs recesses, mortising and grinding
operation for hardware shall be accurately made and properly reinforced.

1. Installation Procedure

a. Main frame shall consist of head, sill and jamb.


b. Window sash

c. Window panel shall be jointed at corners with miter and fixed rigidly to
ensure weather tightness.

d. Sliding windows shall be provided with nylon sheave. Sliding panels shall
be suspended with concealed roller overhead tracks with bottom guide
pitch outward and slotted for complete drainage. The sliding panels shall
be provided with interior handles. The locking device shall be a spring
loaded extruded latch that automatically engages special frame hips.

e. Casement window type shall be provided with two hinges fabricated from
extruded aluminum alloy. They shall open on stay arms having adjustable
sliding friction shoes to control window panel operations. Locking device
shall be one arm action handle for manual operations complete with strike
plate.

f. All joints between metal surface and masonry shall be fully caulked.

g. Aluminum parts in contact with steel members shall be properly insulated


by a coat of zinc chromate, primer/bituminous paint applied to the steel
surface.

h. Weather strip shall be furnished on edges at tile meeting stiles.

2. Shop Finish

Exposed aluminum surfaces shall be electrotype hard coats such as anodize,


satin, etc.

3. Protection

All aluminum parts shall be protected adequately to ensure against damage


during transit and construction phase.

4. Cleaning

The contractor does not only protect all entrance units during the construction
phase but shall also be responsible for removal of protective materials and
cleaning the aluminum surface including glazing before work is accepted by
PCSO through its authorized Engineer/Architect representative.

Aluminum shall be thoroughly cleaned with kerosene or gasoline diluted with


water and then wipe surface using clean cloth rugs.

No abrasive cleaning materials shall be permitted in cleaning surface.


E. GLASS AND

GLAZING Description

This Item shall consist of furnishing all glass and glazing materials, labor, tools,
plant and equipment required in undertaking the proper installation as shown on
the Plans and in accordance with this Specification.

Material Requirements

All glass and glazing materials shall be delivered at jobsite with labels affixed
indicating quality, make type and thickness. Each glass in glazed position shall
resist a design pressure of 244 kilograms per square meter.

1. Float Glass

This basic type of glass shall be manufactured by "floating• continuous ribbon


of molten glass into a bath of molten tin where it is reheated to obtain
a flat fire-polished finish and annealed slowly to produce a transparent float
glass thus eliminating grinding and polishing. Used commonly in windows,
sliding doors and window walls. Variation of this basic types are as follows:

Grade AA - Intended for use where superior quality is required.


Grade A - Intended for selected glazing.
Grade B - Intended for general glazing.
Greenhouse quality - Intended for Greenhouse glazing where quality is not
important.

2. Glazing materials for glass installation maybe:

a. Bulk compound such as:


 Mastics that are elastic compounds and non-skinning compound.
 Putties- shall be wood sash putty; or metal sash quality.
 Sealant shall be chemically compatible with setting blocks, edge blocks
and sealing tapes.

b. Performed sealants such as:


 Synthetic polymer shall be base sealants that is resilient or non-resilient
type.
 Per1ormed gaskets shall be compression or structural type.

c. Setting and Edge Blocks shall be made of lead or neoprene, chemically


compatible with sealants.

d. Accessories like glazing clips, shims, spacer strips, etc. shall be made
from non-corroding metal accessories.

3. Schedule of Glass and Mirrors

a. Use 5.6 mm (7/32") thick sheet glass of locally manufactured clear quality
(unless otherwise indicated on the Plans as frosted) for the following:
 Aluminum windows and doors, notwithstanding plate glass indicated
elsewhere.
 Jalousie window glass slats.
 Fixed glass louvers.
 Glass panels for partitions and counter door panels, if any.
 Sliding glass doors for cabinets.

b. All glass panels for cabinets, except sliding doors shall be clear glass of
locally manufactured float glass quality, 4.7 mm (3/16") thick.

They shall be clear, except where indicated on the Plans as frosted,


diffused or opaque. Same shall be used for wooden sashes.

c. Unless otherwise noted, clear glass that be locally manufactured shall be


used for steel windows.

 Use 3.1 mm (1/8") thick for areas exceeding .609 square meter
 Use 4.7 mm (3/16") thick for areas exceeding .609 square meter

d. All comfort rooms whether shown or not, the contractor shall provide and
fit securely in place at the most convenient height above each lavatory 1
mirror made from local glazing quality polished plate glass 6 mm thick
with beveled edges and brass chromium plated frame 12 mm thick
waterproof tanguile marine plywood backing, all in accordance with full
size details. Sizes are as follows:

 Over single lavatories, 600 mm x 750 mm (24" x 30").


 For two lavatories, 1200 mm x 750 mm (48" x 30').
 For three lavatories, 1800 mm x 750 mm (72" x 30").

Construction Requirements

Safety precaution and procedure shall be taken in determining the sizes and in
providing the required clearances by measuring the actual opening to receive the
glass. Movable items shall be kept in closed and locked position until glazing
compound has thoroughly set.

a. Installation

1. All glass sheets shall be bedded, back puttied, secured in place and face
puttied. Secure glass in aluminum frame with noncorrosive clips except
where glazing beads are required: Apply putty in uniformly straight lines,
with accurately formed bevels, and clean-cut corners remove excess putty
from glass.

2. Set glass in hollow metal doors and in metal frames of interior partitions in
felt channel insets or bedded in putty to prevent any rattle; secure glass in
wood doors and wooden frames with glazing stops; secure stops on doors
with screws.
3. Glass breakage caused in executing the work or by faulty installation shall
be replaced by the Contractor without extra cost.

4. Improperly set glass which does not fully meet requirements of its grade
shall not be accepted and shall be replaced without extra cost.

5. The contractor shall provide and install complete set ready for use,
mirrors on all comfort rooms and elsewhere shown on the Plans. Size and
location for each mirror shall be as indicated on the Plans.

b. Workmanship

1. All glass shall be accurately cut to fit opening and set with equal bearing
on the entire width of pane.

2. Putty shall be neatly nm in straight lines parallel with inside of glazing


rebate; corners shall be carefully made; all excess putty shall be removed
and surfaces left clean.

3. Apply a thin layer of putty to rebate and set glass or putty, pressing until
an even bed is secured; place spring wire or angle glazing clips and run
face putty; remove excess putty from other side flush with edge of rebate.

c. Cleaning

Clean all glass on both sides after putty has been applied completely. Do not
disturb edge of putty with scraper. At completion of work leave glass and
glazing works free from cracks and rattles and clean on both sides.

d. Samples

The Contractor shall submit for approval duplicate sample (150 mm x 250
mm) of each type of glass bearing manufacturer's label and a can of each
type of putty.

F. ROOFING AND TINSMITHING

WORKS Description

Except as specified otherwise herein, all materials shall be installed in


accordance with the manufacturer’s printed installation instructions. Care shall be
exercised in storing, handling and installing to prevent any damage to roofing and
siding sheets. The sheets shall be of the length indicated or the greatest length to
suit the purlins spacing. End laps of roofing shall be located over purlins, and end
laps in siding shall be located over girts.

Extreme care shall be exercised in drilling pilot hole for fastening to keep drills
perpendicularly centered in valleys or crowns as applicable. After drilling, all metal
filings and burrs shall be removed from holes prior to installing fasteners and
washers. Sheets deformed or otherwise damaged by over-torque fastenings, shall
be removed and new sheets applied shall be installed. Size and spacing of
fasteners used in erection shall be as recommended by manufacturer subject to
the approval of PCSO through its authorized Engineer representative. All metal
shavings shall be swept from roofs on completion to prevent rusting and
discoloration.

Materials

All metal sheets as roofing and roofing accessories shall be oven baked painted
true to profiles indicated on the Plans.

a. Painted Roofing Sheets

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 as follows: Quad-rib,
Tri-wave, Rib-wide, twin-rib, etc. Desired color shall be subject to the
approval of PCSO through its authorized Engineer/Architect representative.

b. Gutters, Valleys, Flashings Hip and Ridge roll shall be fabricated from gauge
24 (0.600 mm thick) cold-rolled plain galvanized iron sheets specially
tempered steel. Profile section shall be as indicated on the Plans.

c. Fastening hardware shall be of galvanized iron straps and rivets. G.l. straps
are of 0.500 mm thick x 16 mm wide x 267 mm long (gauge 26 x 5/8" x 1Q-
1/2") and standard rivets.

d. Base metal thickness shall correspond to the following gauge designation


available locally as follows:

Base Metal Thickness Designated Gauge


.400 mm thick Gauge 28
.500 mm thick Gauge 26
.600 mm thick Gauge 24
.800 mm thick Gauge 22

Protective Coatings Thickness


1. Zinc 34.4 microns
(244 gm/m2)
2. Paint coatings
Top Coat 15.20 microns
Bottom Coat 6.8 microns

Overall thickness with protective coats


. 400 mm .428-451 mm
. 500 mm .532-551 mm
.600 mm .638-651 mm
Length of roofing sheets - available in cut to length long span length up to
18.29 meters

Special length and thickness are available by arrangements.

e. Joint sealing materials shall be provided to seal all joints in and around
sealing strips at ridges, eaves and valleys, bolt holes before inserting
fasteners, for all flashing and elsewhere as necessary to provide watertight
construction.

f. Drain or Overflow Pipe shall be adequately provided to all concrete roof


gutters or any other concrete work that catches drains or collects rain water.
Roof drain shall be a product of a reputable manufacturer acceptable to
PCSO through its authorized Engineer representative.

g. Weep holes shall be provided by the Contractor to allow free flow of water to
drain from one level to lower level or to outer drains as shown in the drawings
or as directed by PCSO through its authorized Engineer representative.

h. PVC downspout shall not be less than 75mm in diameter, S-1000.


Downspout shall be fastened to the wall at top, bottom, and at intermediate
point not to exceed 1.50 m on center with leather strap and fastener of metal
compatible with downspout.

Construction Requirements

Before any installation work is commenced, the Contractor shall ascertain that
the top face of the purlins are in proper alignment. Correct the alignment as
necessary in order to have the top faces of the purlins on an even plane.

a. Handling/Lifting/Positioning of Sheets

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 facing towards the side of the roof where
installation will commence, otherwise sheets will have to be turned end
to end during installation.

b. Installation Procedure

1. Start roofing installation by placing the first sheet in position with the
downturned edge in line with other building elements and fastened to
supports as recommended.

2. Place the downturned edge of the next sheet over the edge of the first
sheet, to provide side lap and hold the side lap firmly in place. Continue
the same procedure for subsequent sheets until the whole roofing area is
covered and/or (Adopt installation procedure provided in the instruction
manual for each type of Architectural molded rib profile section).

3. For walling applications follow the procedure for roofing. Allow a minimum
end lap of 100 mm (4") for vertical walling.

c. Gutters, Valleys, Flashing ridge and Hip rolls

Gutters, valleys, flashing ridge and hip rolls shall be fastened where
indicated on the Plans by self-tapping screws or galvanized iron straps
and rivets.

d. End Laps

In case handling or transport consideration requires to use 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 root framing. Provide 150 mm minimum end lap.

e. Anchorage/Fastening

1. Prepainted steel roofing sheets shall be fastened to the wood purlins with
standard length G.I. straps and rivets.

2. For steel frame up to 4.5 mm thick use self-drilling screw No. 12 by 35


mm long hexagonal head with neoprene washer.

3. For steel support up to 5 mm thick or more use thread cutting screw No.
12 by 40 mm long hexagonal head with neoprene washer.

4. Side lap fastener use self-drilling screw No. 1 0 by 16 mm long hexagonal


head with neoprene washer.

5. Valley fastened to lumber and for walling use self-drilling wood screw No.
12 by 25 mm long hexagonal head with neoprene washer.

6. Valleys fastened to steel supports use self-drilling screws, hexagonal


head with neoprene washer. Drill size is 5 mm diameter.

f. Cutting of Sheets

1. In cutting prepainted steel roofing sheets and accessories to place the


exposed color side down. Cutting shall be carried out to the ground and
net over the top of other painted rooting product.

2. 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.

g. Storage and Protection

Prepainted steel roofing, walling products and accessories should be


delivered to the jobsite in strapped bundles. 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 tarpauline.
G. WATERPROOFIN

G Description

This Item shall consist of furnishing all waterproofing materials, labor, tools,
equipment and other facilities and undertaking the proper installation works for
roof deck, decks, parapets, and firewalls as required and in accordance with this
Specification.

Material Requirements

a. Cement-base Waterproofing

1. Cement-base waterproofing powder mix shall be cement base, aggregate


type, heavy duty, water-proof coating for reinforced concrete surface and
masonry exposed to water. The aggregates are graded and sized so as to
mesh perfectly and are selected for purity, hardness, strength and are
non-metallic. When mixed with other ingredients are free flowing, water -
proof coatings that possesses strength durability and density.

2. Additive-binders shall be of special formulation of acrylic polymers and


modifiers in liquid-form used as-additive with cement-base powder mix
that improves adhesion and mechanical properties.

3. Water shall be clean, clear and potable.

b. Liquid waterproofing alternate material shall be of elastomeric or other


substances applied in liquid form and cured to an impervious membrane.

c. Hydrolytic Waterproofing

1. Hydrolytic waterproofing mix shall be of heavy cement-based coating


compatible to reinforced concrete wall. It must prevent built-up of water
vapor which causes blistering, flaking and peeling of paint films.

2. Material must thoroughly fill and seal pores and voids that it can be used
against water pressure on the interior surface of walls below grade.

Construction Requirements

Roof decks, balconies, toilet and bathrooms; gutters, parapet walls and other
areas indicated on the plans to be waterproof shell first be rendered with
cement-based waterproofing before any type of waterproofing is applied.

a. Surface Preparation

1. Concrete surface to be applied with waterproofing shall be structurally


sound, clean and free of dirt, loose mortar particles paints films oil,
protective coats, efflorescence, laitance, etc.

2. All defects shall be properly corrected and carefully formed to provide a


smooth surface that is free of marks and properly cured prior to
application works.

3. Inside corners where vertical and horizontal structure meet shall be


provided with cants measuring 50 mm by 50 mm or rounded at comers a
minimum of 50 mm radius.

 Concrete slabs shall be properly graded to drain rainwater. Provide a


minimum pitch of 1 on 100 to satisfactorily drain rainwater freely into
the drainage lines, gutters and downspouts.

 Drainage connections and weepholes shall be set to permit the free


flow of water.

 Any expansion and contraction joints shall be cleaned, primed, fitted


with a backing rod and caulked with sealant.

 Provide reglets of about 40 mm deep by 40 mm wide and 250 mm


above floor finish along walls or parapets for the termination of the
membrane.

 Prepared surfaces shall be cured and kept wet by sprinkling with water
at regular intervals for a period of at least three days and allow surface
to actually set within seven days.

 Ensure that the prepared surface has completely set and all defects
repaired.

 When there is reasonable doubt as to the presence of moisture in the


surface to be applied with membrane expose that same direct to
sunlight for another 2 .days or heat all suspected area using blow
torch.

b. Liquid Waterproofing as Membrane

Before any coat of liquid waterproofing is applied concrete cement surface


shall conform with the requirement defined in sub-section

1. Application procedure

 Prior to application of membrane concrete surfaces should be sound


and cured without the use of curing compound. Apply a coat of
concrete neutralizer to removed oil, dirt and other contaminants.

 Apply a primer coat of elastomeric coating standard of the


manufacturer at the rate of 1/3 gallon per 9.28 meter square 100
square feet over the surface area to be applied.

 After the primer coat has dried penetrating and sealing the concrete
surface areas coated apply 25 dry mills of coating at the rate of one
gallon per 100 square meters for 3 coatings on the same concrete
surface areas coated with liquid waterproofing.

 The concrete surface areas coated shall be allowed to dry in twenty


four hours if relative humility is-above 4.44 ·Celsius.

 Liquid waterproofing membrane-may be applied by paint brush, airless


spray, notched trowel, .squeegee or roller preferably 20-25 mills
maximum thickness each wet coal

2. Precaution

 Liquid waterproofing membrane should not be applied unless the


ambient temperature is 4.44 Celsius or higher and should not proceed
during inclement weather condition.

 Extra care shall be observed by persons doing the application works


especially those that have skin sensitiveness must wear gloves while
applying the liquid waterproofing. The liquid water-proofing membrane
compound is highly combustible.

H. CERAMIC TILES

Description

This Item shall consist of furnishing all ceramic tiles and cementitious materials,
tools and equipment including labor required in undertaking the proper
installation of walls and floor tiles as shown on the Plans and in accordance with
this Specification.

Material Requirements

Ceramic tiles and trims shall be made of clay, or a mixture of clay and other
materials which is called the body of the tile. Tile bodies are classified by ASTM
C 242 as to their degree of water absorption. Ceramic tiles and trims are
manufactured either by dust-pressed process an which the clays are ground to
dust mixed with a minimum of water shaped in steel dies and then fired or by
plastic process in which the clays are made plastic by mixing with water, shaped
by extrusion or in molds and then fired.

1. Glazed Tiles and Trims

Glazed tiles and trims shall have an impervious face of ceramic


materials fused onto the body of the tiles and trims. The glazed
surface may be clear white or colored depending on the color scheme
approved by PCSO through its authorized Engineer/Architect
representative. Standard glazes may be bright (glossy) semi-gloss
(less glossy) matte (dull) or crystalline (mottled and textured; good
resistance to abrasion). Glazed tiles are used principally for walls;
crystalline glazed tiles may be used for floors provided however that
these are used as light duty floors.

Install 600x600mm Glazed Tiles at all interior floor areas except at


toilets. Color and sample to PCSO’s approval, through its authorized
Architect/Engineer representative.
Install 300x300mm Glazed Tiles at all interior walls at toilets/comfort
rooms at full height. Color and sample to PCSO’s approval, through its
authorized Architect/Engineer representative

2. Unglazed Tiles

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. It is
used primarily for floors and walks.

Use 300x300mm Unglazed Tiles at all exterior porch and terrace


areas. Color and sample to PCSO’s approval, through its authorized
Architect/Engineer representative

3. Trims

Trims are manufactured to match wall tile color texture and to


coordinate with it in dimension. These are shaped in various ceramic
trim units such as caps, bases, coves, bullnoses, comers, angles, etc.
that are necessary tor edging or making a transition between
intersecting planes.

4. Accessories

Accessories like some soap holders and shall be made wall mounted
type with colors to reconcile with the color of the adjacent wall tiles.

5. Cement

Cement shall be Portland conforming to the specification requirements


defined under Hydraulic Cement.

6. Sand

Sand shall be well graded fine aggregate clean river sand, free from
soluble salts and organic impurities.

7. Lime
Lime shall be hydrated lime with free unhydrated oxide and
magnesium oxide content not to exceed 8 percent by weight.

Construction Requirements

Tile work shall not be started until roughing-ins for plumbing, electrical and other
trades have been completed and tested. The work of all other trades shall be
protected from damage.

1. Surface Preparation

a. Mortar mix tor scratch coat and setting bed shall consist of one part
Portland cement 1/4 part lime and 3 parts sand by volume. Surface to
receive tile must be level, true to elevation, dry, free from dirt, oil and
other ointments. Allow at least seven days curing of scratch coat and
setting bed.

Installation work shall not be allowed to proceed until unsatisfactory


conditions are corrected.

b. Bond coat shall be Portland cement paste.

 Thoroughly dampen surfaces of masonry or concrete walls before


scratch coat is applied.

 On masonry or concrete surface first apply a thin coat with pressure,


then bring it out sufficiently to compensate for the major irregularities
of the surface to a thickness not less than 10 mm. at any point.

 Evenly rate scratch coat to provide good mechanical key before the
mortar mix has fully hardened.

2. Installation Procedure

Ceramic tiles shall be soaked in clean water prior to installation for a


minimum of one hour

a. Ceramic Glazed Wall Tiles

 Determine and mark layout of ceramic tiles, joint location, position of


trims and fixtures so as to minimize cut less than one-half tile in size.

 Thoroughly dampen surface of wall but do not saturate surface.

 Apply a bond coat mix with consistency of cream paste 1.5 mm thick
to the wall surface or to the back of the tile to be laid.

 Lay the tiles true to profile then exert pressure and tamp tile surface
before the bond coat mix has initially set.
 Continue with the next full tile to be laid and pressed firmly upon the
setting bed tamped until flush and in place of the other tiles.

 Intersections and returns shall be formed accurately using the


appropriate trims.

 All lines shall be kept straight and true to profiles, plumbed and
internal corners rounded using the appropriate trims.

b. Vitrified Unglazed Floor Tiles

 Before tire is applied the floor surface shall be tested for levelness or
uniformity of slope by· flooding it with water. Area where water ponds
are filled or levelled, shall be retested before the setting bed is applied.

 Establish lines of borders and center of the walls at the field work in
both direction to permit the pattern to be laid with a minimum of cut
tiles.

 Clean concrete subfloor then moisten but do not soak. Then sprinkle
dry cement over the surface and spread the mortar on the setting bed.

 Apply and spread mortar mix for setting bed and tamp to assure good
bond over the entire area to be laid with tile.

 Pitch floor to drain as shown on Plans or as directed by PCSO through


its authorized Engineer/Architect representative.

 Allow the setting bed to set sufficiently to be worked over then spread
a bond coat over the surface and lay tile in accordance under Ceramic
Glazed Wall Tiles.

c. Grouting and Pointing

 Tiles ·shall have laid in place for at least 24 hours before grouting of
1he joints is started. Grouting mortar shall be white Portland cement or
blended with pigments to acquire the color appropriate for the ceramic
tile.

 Grouting mortar shall be applied over the tile by float or squeegee


stroked diagonally across the joints. Remove excess mortar with a
wet-sponge stroked diagonally or in a circular motion after 12-15
minutes. Follow with a barely damp or dry sponge to remove
remaining haze while smoothing all grouted joints.

d. Cleaning

 Clean ceramic tile surfaces thoroughly as possible upon completion of


grouting.
 Remove all grout haze, observing tile manufacturers recommendations
as to use of acid or chemical cleaners.

 Rinse tile thoroughly with clean water before and after using chemical
cleaners.

 Polish surface of tile with soft cloth.

e. Protection from Construction Dirt

 Apply a protective coat of neutral cleanser solution diluted with water in


the proportion of 1:4 or 1 liter cleanser concentrate to 1 gallon water.

 In addition, cover tile flooring with heavy-duty non-straining


construction paper, taped in place.

 Just before final acceptance of the work remove paper and rinse
protective coat of neutral cleaner from tile surface. Do not let
protective paper get torn or removed.

I. CEMENT FLOOR

FINISH Description

This Item shall consist of furnishing all materials, labor, tools and equipment in
undertaking cement floor finishing where shown on the Plans and in accordance
with this Specification.

Material Requirements

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

Portland cement shall conform with the requirement under Hydraulic Cement.

2. Fine Aggregates

Fine aggregates shall be clean, washed sharp river sand and free from dirt,
clay, organic matter or other deleterious substances. Sand derived from
crushed gravel or stone may be used with the approval of PCSO through its
authorized Engineer representative but in no case shall such sand be derived
from stone unsuitable for use as coarse aggregate.

3. Coloring Material

The coloring material shall be red or green oxide powder of quality capable
of achieving the best staining power and homogeneity.

4. Metallic Floor Hardener (Premix)

Metallic floor hardener shall be a mixture of oil-free specially graded clean


iron particles, mineral oxide pigment and Portland cement binder, premixed
according to the manufacturer's instruction manual.

5. Non-Metallic Floor Hardener

a. Powder type hardener shall be a silica quartz aggregates, workability


admixtures, mineral oxide pigments and Portland cement mixed according
to the manufacturer's instruction manual. ·

b. Epoxy type topping hardener shall be a combination of epoxy resins filled


with hard and natural emery or silica quartz aggregates, premixed
according to the manufacturer's instruction manual.

Construction Requirements

1. Mixture

Concrete topping materials shall be measured accurately in accordance with


the following:

a. Mortar topping shall be one (1) part Portland cement and three (3) parts
fine aggregate by loose volume.

b. Finish topping shall be pure Portland cement properly graded conforming


to the requirements under Hydraulic Cement, mixed with water to
approved consistency and plasticity. Where required to be colored cement
floor finish, red or green oxide powder shall be premixed with Portland
cement complying with finish topping requirements and the desired color
intensity. Cement· floor finish floor hardener shall be premixed as required
and applied in accordance with the manufacturer's instruction manual.

2. Preparation of Concrete Surface

Surface to receive mortar concrete topping shall be cleaned of all projections,


dust, loose particles and other foreign matters.

Finish elevation shall be established over the areas indicated on the Plans.

3. Application

Before any mortar concrete topping is applied, the prepared concrete base
surface shall first be wetted and grouted with Portland cement.

a. Mortar topping of the thickness specified on the Plans, shall be spread


over the prepared concrete base and shall be float finished using wood
hand trowel. Batches of mortar topping shall be emplaced within one hour
of mixing thereof.

b. As soon as the water sheen has disappeared the surface shall be lightly
scratched with a stiff bristle broom.

c. The finish topping mixture whether plain, colored, or with floor hardener
shall be spread over the lightly scratched surface before final set takes
place and hand troweled to produce a smooth surface.

d. The finished surface shall be free of trowel marks, have uniform texture
and true to a plane within an allowable tolerance of 3 mm in 3.0 meters.

4. Protection of Finished Surface

Cement floor finished surface shall be covered with burlap or appropriate


covering to avoid injurious action by sun, rain, flowing water and mechanical
injury.

5. Workmanship

Cement floor shall be finished level arid true to finish elevation as shown on
the Plans Finish topping shall have no visible junction marks where one (1)
day's work adjoins the other. \/-cut groove lines shall be provided where
shown on the Plans or as directed by PCSO through its authorized Engineer
representative.

J. CEMENT PLASTER

FINISH Description

This Item shall consist of furnishing all cement plaster materials, labor, tools and
equipment required in undertaking cement plaster finish as shown on the Plans
and in accordance with this Specification.

Material Requirements

Manufactured materials shall be delivered in the manufacturer's original


unbroken packages or containers which are labelled plainly with the
manufacturer's name and trademark.

1. Hydraulic Cement

Cement shall conform to the requirements of the following cited


Specifications for the type specified or permitted.

Type Specifications
Portland Cement AASHTO M 85 (ASTM C 150)
Blended Hydraulic Cements AASHTO M 240 (ASTM C 595)
Masonry Cement AASHTO M 150-74 (ASTM C 91)

When Types IV and V (AASHTO M 85), P and PA (AASHTO M 150) cements


are used, proper recognition shall be given to the effects of slower strength
gain on concrete proportioning and construction practices. Types S and SA
cements will be permitted only when blended with Portland cement in
proportions approved by PCSO through its authorized Engineer
representative.

Unless otherwise permitted by PCSO through its authorized Engineer


representative, the product of only one mill of any one brand and type of
Portland cement shall be used on the project.

The Contractor shall provide suitable means of storing and protecting the
cement against dampness. Cement which, for any reason, has become
partially set or which contains lumps of caked cement will be rejected.
Cement salvaged from discarded or used bags shall not be used.

2. Hydrated Lime

Hydrated lime shall conform to the requirements of PHILSA I-1-68 or ASTM


C207-76 and shall be of the following type:

Type N - Normal hydrated lime for masonry purposes.


Type S - Special hydrated lime for masonry purposes.
Type NA - Normal air-entraining hydrated lime for masonry purposes.
Type SA - Special air-entraining hydrated lime for masonry purposes.

Type N and S are suitable for use in mortar, in scratch and brown coats of
cement plaster, for stucco and for addition to Portland Cement concrete.

Type NA and SA are air-entrained hydrated limes that are suitable for use in
any of the above uses where air-entrainment are desired.

Type S and SA hydrated lime develop high, early plasticity and higher water
retention and by a limitation on their un-hydrated oxide content.

It is the intent of this Specification to use either the Type N or S for soil
stabilization and as filler requirement to bituminous plant mixtures. It is
expected to provide pavements with greater resistance to the detrimental
effects of water, especially flooding during the rainy season.

a. Chemical Requirements

Hydrated lime for construction purposes shall conform to the following


standard chemical requirements.

Percentage
Calcium and Magnesium oxides 60
(Non-volatile basis), min. %
Carbon dioxide (as received
basis), max. %
If sample is taken at the place of 5
manufacture
If sample is taken at any other 7
place
Unhydrated oxides (as received
basis) for Type S and 8
SA, max. %

b. Physical Requirements

Hydrated lime for construction purposes shall conform to the following


standard physical requirements:

Percentage Residue

The residue retained on a 0.600 mm (No. 30) sieve shall not be more than
0.57% and not more than 15% on a 0.075 mm (No. 200) sieve.

Plasticity

The putty made from Type S, special hydrate, or type SA, special air
entraining hydrate, shall have plasticity figure of not less than 200 when
tested within 30 minutes after mixing with water.

Water Retention

Hydrated lime mortar made with Type N (normal hydrated lime) or Type
NA (normal air-entraining lime), after suction for 60 seconds, shall have a
water retention value of not less than 75 percent and not less than 85%
for Type S and SA, when tested in a standard mortar made form the dry
hydrate or from putty made from the hydrate which has been soaked for a
period of 16 to 24 hours.

c. Grading Requirement

Hydrated lime for construction purposes shall conform to the following


grading requirements:

Sieve Designation Mass Percent


Passing
Standard mm Alternate US
Standard
0.850 (No. 20) 100
0.075 (No. 200) 85 – 100
d. Sampling

Samples of construction lime shall be taken at the place of manufacture or


at the destination as agreed upon by the parties concerned. If the
samples are taken elsewhere than at the place of manufacture, such
samples shall be taken within 24 hours of the receipt of the material.

Sampling shall be conducted as expeditiously as possible to avoid undue


exposure of the material to the air. Samples shall not be taken from
broken packages.

At least one percent of the package shall be sampled but in no case shall
less than five packages be sampled. Individual packages shall be taken
from various parts of the unit being sampled. Each package so taken shall
be opened and not less than 0.5 kg shall be taken by means of a
sampling tube that takes a core of the material of not less than 2.5 cm in
diameter and that is of sufficient length to permit the taking of the sample
from the top to the bottom of the mass being sampled. The material
removed shall be thoroughly mixed and quartered. Triplicate samples of
not less than 2.5 kg each shall be taken and sealed in properly labelled,
air -tight, moisture proof containers.

Sample for Chemical Analysis

The sample as received at the laboratory shall be thoroughly mixed,


quartered, and a representative sample taken and crushed to pass a
0.150 mm (No. 100) sieve for analysis. The remaining uncrushed portion
shall be resealed for further possible tests.

e. Rejection

Materials failing to meet the specification requirements shall be reported


to the manufacturer within one (1) week after tests have been completed
and the cause for rejection shall be stated.

f. Packing

Lime and limestone products may be shipped in bulk or in containers


agreed upon by the manufacturer and the purchaser. The most common
units for hydrated lime are paper bags holding 23 kg (50 lbs.), 11.5 kg (25
lbs.), 4.5 kg (10 lbs.) or 2.3 kg (5 lbs.).

3. Fine Aggregates

Fine aggregates shall be clean, washed sharp river Sand and free from dirt,
clay, organic matter or other deleterious substances. Sand derived from
crushed gravel or stone may be used with PCSO through its authorized
Engineer representative's approval but in no case shall such sand be derived
from stone unsuitable for use as coarse aggregates.
Construction Requirements

1. Mixture

a. Mortar mixture for brown coat shall be freshly prepared and uniformly
mixed in the proportion by volume of one part Portland Cement, three (3)
parts sand and one fourth (1/4) part hydrated lime.

b. Finish coat shall be pure Portland cement property graded conforming to


the requirements under Hydraulic Cement and mixed with water to
approved consistency and plasticity.

2. Surface Preparation

a. After removal of formworks reinforce concrete surfaces shall be


roughened to improve adhesion of cement plaster.

b. Surfaces to receive cement plaster shall be cleaned of all projections,


dust loose particles, grease and bond breakers. Before any application of
brown coat is commenced all surfaces that are to be plastered shall be
wetted thoroughly with clean water to produce a uniformly moist condition.

3. Application

a. Brown coat mortar mix shall be applied with sufficient pressure starting
from the lower portion of the surface to fill the grooved and to prevent air
pockets in the reinforced concrete/masonry work and avoid mortar mix
drooping. The brown coat shall be lightly broomed or scratch before
surface had properly set and allowed to cure.

b. Finish coat shall not be applied until after the brown coat has seasoned
for seven days and corrective measures had been done by the Contractor
on surfaces that are defective. Just before the application of the finish
coat, the brown coat surface shall be evenly moistened with potable
water. Finish coat shall be floated first to an even surface, then troweled
in a manner that will force the mixture to penetrate into the brown coat.
Surfaces applied with finish coat shall then be smooth with paper in a
circular motion to remove trowel marks, checks and blemishes. All cement
plaster finish shall be 10 mm thk minimum on vertical concrete and or
masonry walls.

Workmanship

Cement plaster finish shall be true to details and plumbed. Finish surface shall
have no visible junction marks where one (1) day's work adjoins the other.
Where directed by PCSO through its authorized Engineer representative or as
shown on the Plans vertical and horizontal groove joints shall be 25 mm wide
and 10 mm deep.
K. CEILING SUSPENSION

SYSTEMS Description

The work under this section of the specification covers the furnishing and supply
of materials including equipment and labor necessary for the complete
installation of ceiling suspension system for the attachment of board as shown
on the drawing, and as specified herein.

1. Applicable Publications

The publications listed below form part of this specification to the extent
referenced. The publications are referred to in the text by the basic
designation only.

A 463-77 Steel Sheet, Cold-Rolled, Aluminum-Coated Type I

A 525-81 Steel Sheet, Zinc-Coated (Galvanized) by the Hot-Dipped Process

C 754-82 Installation of Steel Framing Members to Receive Screw Attached

Plaster Wallboard, Backing Board, or Water Resistant Backing


Board.

2. Submittals

Certificates of Compliance: Manufacturer's certificates attesting that


materials meet the requirements specified herein in referenced
publications.

Manufacturer's Erection Instructions: Printed instructions for the


erection of metal suspension systems.

3. Delivery and Storage

Deliver materials to the job site and store in ventilated dry locations.
Storage area shall be of easy access for inspection and handling. If it
is necessary to store materials outdoors, stack materials off the
ground, properly supported on a level platform, and fully protected from
the weather. Handle materials carefully to prevent damage. Remove
damage items that cannot be restored to like-new conditions.

Material Requirements

Steel Framing for Suspended and Furred Ceilings

a. Furring Channels : ASTM C 645 gauge 25 standard channels


b. Accessories : Hangers and inserts
c. Installation Standard : ASTM C 754
Construction Requirements

1. Examination

Examine substrates and adjoining construction and conditions under


which work is to be installed. Do not proceed with work until
satisfactory conditions are corrected.

2. General Installation Requirements

a. Install in accordance with reference standards and manufacturer's


instructions (and as required to comply with seismic requirements).

b. Tolerances:

 Do not exceed 1/8 inch in 8'-0" variation from plumb or level in


exposed lines of surface, except at joints between plaster board units.

 Do not exceed 1/16" inch variation between planes of abutting edges


or ends.
 Shim as required to comply with specified tolerances.

c. Install framing to comply with ASTM C754 and with ASTM C840
requirements that apply to framing installation.

d. Install supplementary framing, blocking and bracing at terminations in


plasterboard assemblies to support fixtures, equipment, and heavy trim,
grab, bars, toilet accessories, furnishings or similar construction.

3. Metal Support Installation

Ceiling and Soffit Support Systems

a. Secure hangers or rods to structural support by connecting directly to


structure where possible; otherwise connect to inserts, clips or other
anchorage devices or fasteners indicated.

b. Space main runners, hangers and furring according to requirements of


ASTM C754, except as otherwise indicated.

c. Where spacing of structural members, or width of ducts or other


equipment, prevents regular spacing of hangers, provide supplemental
hangers and suspension members and reinforce nearest affected hangers
to span extra distance.

d. Attach directly to structural elements only; do not attach to metal deck.


Loop hangers and wire-tie directly or provide anchors or inserts.

e. Install compression posts, splay wires and other accessories as required


to comply with seismic requirements.
f. Extend runners to within 6 inches of walls.

g. Wire-tie or clip furring members to main runners and to other structural


supports indicated. In fire resistance rated assemblies, wire-tie furring
members, do not clip.

h. Do not permit furring or runners to contact masonry or concrete walls.

i. Provide 1 inch clearance between furring or runners and abutting walls


and partitions.

j. For proprietary framing system, comply with manufacturer's instructions.

4. Board Installation

Ceilings

a. Install plaster base sheets with long direction at right angles to furring
channels with end joints occurring over channels.

b. Stagger and joints.

c. Install ceiling boards prior to adjoining partition boards where feasible.

d. Fasten at not less than 12 inches on center at furring channels.

e. Double layer applications:

 Apply base layer prior to base layer application on adjoining partitions;


apply face layers in same sequence.

 Apply plaster base layer and face layer with long dimension parallel to
supports.

 Offset joints of face at least 16 inches from base layer joints.

 Fasten both base and face layers separately to supports.

 Stagger and space fasteners in accordance with plaster base


manufacturer's instructions.

5. Accessory Installation

a. Trim:

 Use same fasteners to anchor trim accessory flanges as required to


fasten plaster board to supports, unless otherwise recommended by
trim manufacturer.

 Install metal comer beads at external comers.


 Install metal casing bead trim whenever edge of plaster board would
otherwise be exposed or semi-exposed.

b. Control Joints:

 Install control joints at junction of plaster board partitions with walls or


partitions of other finish material.

 Install control within long runs of partitions, ceilings or soffits at


approximately 30' on center or as indicated.

 Where plaster board is vertically continuous, as at stairwells, provide


horizontal control joints at each floor level.

c. Special Trim: Install as indicated on drawings and in accordance with


manufacturer's instructions.

6. Adjusting

Correct damage and defects which may telegraph through finish work.
Leave work smooth and uniform.

L. ACOUSTICAL

CEILING Description

This Item shall consist of furnishing and installing acoustical ceiling materials,
tool, labor and equipment necessary as shown on the Plans and Specifications.

Material Requirements

All acoustical materials shall be delivered in the manufacturer's original unbroken


packages or containers which are labelled plain with manufacturer's name and
trademark. All materials shall be carefully handled and delivered at the jobsite
and provided with a storage for materials or damage by water or dampness. All
acoustical ceiling materials shall be provided with non-combustible mineral fiber
and have a 9, 12, 15 mm thickness and must have the following physical
properties as hereunder specified.

PROPERTY FIGURES TEST METHOD


Thickness Tolerance +/- 0.2mm JIS A 6307
Density 320 350 kg/m2 JIS A 6307
Moisture Content 1.0 2.0% JIS A 6307
Flexural Strength 20-25 kgf/cm2 JIS A 6307
Thermal Conductivity 0.047 kcal/mhc JIS A 6307
Light Reflectance LRI(87%) ASTM C 523
Flame Spread Class 1 (0-25) ASTM E 84
Flame Spread Class 25 US Federal Specs SS-
s 118a
Construction Requirements

The acoustical ceiling materials to be used shall conform to the samples


approved by the Director of Bureau of Design. All acoustical works shall be done
by men experienced and qualified to do this particular specialty trade.

1. Inspection of Surfaces

The acoustical contractor shall verify and examine all surfaces covered and
the conditions under which all acoustical ceiling work is to be performed and
must notify all unsatisfactory conditions and no work shall be performed
unless all unsatisfactory conditions have been corrected by PCSO through its
authorized Engineer/Architect representative.

2. Preparation of Surfaces

Before any installation of work begins, all surfaces must be clean, dry, level
and free from irregularities and tested for adhesive bond.

3. Installation of Acoustical Ceiling Materials

The installation of acoustical materials shall be in accordance with the


detailed section and with the manufacturers manual Instructions. Acoustical
materials shall be cut as required to· fit the perpendicular condition and
should be property secured by anchorage and other accessories to complete
the installation. No mechanical work shall be exposed on the finish work. All
joints around electrical outlets, pipes, and other work extending through
materials shall be sealed with caulking.

Cleaning of Surfaces

The finished surfaces shall be cleaned and must be free from any spots, dirt
marks and dust by the use of soft art gum eraser. For larger areas with larger
smudges, use a chemical treated new sponge rubber pad or wallpaper cleaner.
Oust shall be removed by brushing lightly with a soft brush or clean rag, or by
vacuuming with soft brush attachment.

Guarantee

The materials and workmanship furnished under this item shall be guaranteed by
the acoustical contractor for a period of one (1) year from the completion date
and final inspection and accepted in writing by PCSO through its authorized
Engineer/Architect representative. Any defective materials or workmanship shall
be replaced and corrected by the acoustical contractor.
M. PAINTING, VARNISHING AND OTHER RELATED

WORKS Description

This Item shall consist of furnishing all paint materials, varnish and other related
products, labor, tools, equipment and plant required in undertaking the proper
application of painting, varnishing and related works indicated on the Plans and
in accordance with this Specification.

Material Requirements

1. Paint Materials

All types of paint material, varnish and other related product shall be subject
to random test as to material composition by the Bureau of Research and
Standard, DPWH or the National Institute of Science and Technology.

2. Tinting Colors

Tinting colors shall be first grade quality, pigment ground in alkyd resin that
disperses and mixes easily with paint to produce the color desired. Use the
same brand of paint and tinting color to effect good paint body.

3. Concrete Neutralizer

Concrete neutralizer shall be first grade quality concentrate diluted with clean
water and applied as surface conditioner of new interior and exterior walls
thus improving paint adhesion and durability.

4. Silicon Water Repellant

Silicon water repellant shall be transparent water shield especially formulated


to repel rain and moisture on· exterior masonry surfaces

5. Patching Compound

Patching compound shall be fine powder type material like calcimine that can
be mixed into putty consistency, with oil base primers and paints to fill minor
surface dents and imperfections.

6. Varnish

Varnish shall be a homogeneous solution of resin, drying oil, drier and


solvent. It shall be extremely durable clear coating, highly resistant to wear
and tear without cracking, peeling, whitening, spotting, etc. with minimum
loss of gloss for a maximum period of time.

7. Lacquer

Lacquer shall be any type of organic coating that dries rapidly and solely by
evaporation of the solvent. Typical solvent are acetates, alcohols and
ketones. Although lacquers were generally based on nitrocellulose,
manufacturers currently use, vinyl resins, plasticizers and reacted drying oils
to improve adhesion and elasticity.

8. Shellac

Shellac shall be a solution of refined lac resin in denatured alcohol. It dries by


evaporation of the alcohol. The resin is generally furnished in orange and
bleached grades.

9. Sanding Sealer

Sanding sealer shall be quick drying lacquer, formulated to provide quick dry,
good holdout of succeeding coats, and containing sanding agents such as
zinc stearate to allow dry sanding of sealer.

10. Glazing Putty

Glazing putty shall be alkyd-type product for filling minor surface unevenness.

11. Natural Wood Paste Filler

Wood paste filler shall be quality filler for filling and sealing open grain of
interior Wood. It shall produce a level of finish for following coats of paint,
varnish, lacquer and other related products.

12. Schedule

Exterior

Plain cement plastered finish to 3 coats Acrylic base masonry paint


be painted
Concrete exposed aggregate 1 coat water repellant
and/or tool finish
Ferrous metal 1 coat primer and 2 coats enamel
paint
Galvanized metal 1 coat zinc chromate primer and
2 coats Portland cement paint
Wood painted finish 3 coats oil based paint
Wood varnished finish varnish water repellent
Interior
Plain cement plastered 2 coats acrylic base
Concrete exposed aggregate clean surface
and/or tool finish
Ferrous metal 1 coat primer and 2 coats enamel
paint
Woodwork sea-mist 3 coats of 3 parts thinner 1 part
lacquer
Woodwork varnish 1st coat, of one part sanding sealer
to one part solvent 2nd coat of 2/3
sanding sealer to
1/3 solvent
Woodwork painted finish 3 coats of oil base paint
Ceiling boards textured finish 1 coat oil based paint allow to dry
then patch surfaces unevenness
and apply textured paint coat

Construction Requirements

The Contractor prior to commencement of the painting, varnishing, and related


work shall examine the surfaces to be applied in order not to jeopardize the
quality and appearances of the painting varnishing and related works.

1. Surface Preparation

All surfaces shall be in proper condition to receive the finish. Woodworks


shall be hand-sanded-smooth and dusted clean. All knotholes pitch pockets
or sappy portions shall be sealed with natural wood filler. Nail holes, cracks
or defects shall be carefully puttied after the first coat, matching the color of
paint.

Interior woodworks shall be sandpapered between coats. Cracks, holes of


imperfections in plaster shall be filled with patching compound and smoothed
off to match adjoining surfaces.

Concrete and masonry surfaces shall be coated with concrete neutralizer and
allowed to dry before any painting primer coat is applied.

When surface is dried apply first coating. Hairline cracks and unevenness
shall be patched and sealed with approved putty or patching compound.

After all defects are corrected apply the finish coats as specified on the Plans
(color scheme approved).

Metal shall be clean, dry and free from millscale and rust. Remove all grease
and oil from surfaces. Wash, unprimed galvanized metal with etching solution
and allow it to dry. Where required to prime coat surface with Red Lead
Primer same shall be approved by PCSO through its authorized
Engineer/Architect representative.

In addition the Contractor shall undertake the following:

a. Voids, cracks, nick etc. will b& repaired with proper patching material and
finished flushed with surrounding surfaces.

b. Marred or damaged shop coats on metal shall spot primed with


appropriate metal primer.

c. Painting and varnishing works shall not be commenced when it is too hot
or cold.

d. Allow appropriate ventilation during application and drying period.

e. All hardware will be--fitted -and removed or protected prior to painting and
varnishing works.

2. Application

Paints when applied by brush shall become non-fluid, thick enough to lay
down as adequate film of wet paint. Brush marks shall flawed out after
application of paint.

Paints made for application by roller must be similar to brushing paint. It must
be non-sticky when thinned to spraying viscosity so that it will break up easily
into droplets.

Paint is atomized by high pressure pumping rather than broken up by the


large volume of air mixed with it. This procedure change the required
properties of the paint.

3. Mixing and Thinning

At the time of application paint shall show no sign of deterioration. Paint shall
be thoroughly stirred, strained and kept at a uniform consistency during
application. Paints of different manufacture shall not be mixed together.
When thinning is necessary, this may be done immediately prior to
application in accordance with the manufacturer's directions, but not in
excess of 1 pint of suitable thinner per gallon of paint.

4. Storage

All materials to be used under this item shall be stored in a single place to be
designated by PCSO through its authorized Engineer/Architect representative
and such place shall be kept neat and clean at all time. Necessary precaution
to avoid fire must be observed by removing oily rags, waste, etc. at the end of
daily work.

5. Cleaning

All cloths and cotton waste which constitute fire hazards shall be placed in
metal containers or destroyed at the end of daily works. Upon completion of
the work, all staging, scaffolding and paint containers shall be removed. Paint
drips, oil, or stains on adjacent surfaces shall be removed and the entire job
left clean and acceptable to PCSO through its authorized Engineer/Architect
representative.

6. Workmanship in General

a. All paints shall be evenly applied. Coats shall be of proper consistency


and well brushed out so as to show minimum brush marks.
b. All coats shall be thoroughly dry before the succeeding coat is applied.

c. Where surfaces are not fully covered or cannot be satisfactorily finished in


the number of coats specified such preparatory coats and subsequent
coats as may be required shall be applied to attain the desired evenness
of surface without extra cost to PCSO.

d. Where surface is not in proper condition to receive the coat PCSO


through its authorized Engineer/Architect representative shall be notified
immediately. Work on questioned portion shall not start until clearance to
proceed is ordered by PCSO through its authorized Engineer/Architect
representative.

e. Hardware, lighting fixture and other similar items shall be removed or


protected during the painting varnishing and related work operations and
re-installed after completion of the work.

7. Procedure for Sea-Mist Finish

a. Depress wood grain by steel brush and sand surface lightly.


b. Apply sanding sealer.
c. Apply two coats of industrial lacquer paint.
d. Spray last coat of industrial lacquer paint mixed with sanding sealer.
e. Apply wood paste filler thinned with turpentine or paint thinner into the
wood surface.
f. Wipe off wood paste filler immediately.
g. Spray flat or gloss lacquer whichever is specified.

8. Procedure for Varnish Finish

a. Sand surface thoroughly.


b. Putty all cracks and other wood imperfections with wood paste filler.
c. Apply oil stain.
d. Apply lacquer sanding sealer.
e. Sand surface along the grain.
f. Spray three (3) coats of clear dead flat lacquer.
g. Polish surface coated using cloth pad.
h. Spray gloss lacquer or flat lacquer whichever if desired or specified.

9. Procedure for Duco Finish

a. Sand surface thoroughly.


b. Apply primer surface white or gray by brush or spray.
c. Apply lacquer spot putty in thin coat. Allow each coat to become
thoroughly dry before applying next coat.
d. Apply primer surfaces and then allow to dry in two (2} hours before
applying the next coat.
e. Spray paint a coat of automotive paint as per color scheme submitted and
approved by PCSO through its authorized Engineer/Architect
representative.
N. INTERIOR DRY WALL

WORKS Description

The work under this section shall consist of furnishing all equipment, tools,
materials and labor required to perform and complete the interior drywall together
with related accessories and framing.

Use 12mm thick x 1.2m x 2.4m Gypsum Boards for all Interior Wall System
fastened on lightweight 75mm x 50mm x 3.5m Galvanized Steel Stud and Track
Dry Wall Framing System with following performance and quality specifications
outlined below.

Material Requirements

1. Gypsum Board

All Gypsum Boards shall comply with quality assurance as per


Manufacturer’s instructions, cross-referenced to the following standards as
applicable:

 ASTM C36 - Standard Specification for Gypsum Wallboard


 ASTM C475 - Standard Specification for Joint Compound and Joint
Tape for finishing Gypsum Board
 ASTM C514 - Standard Specification for Nails for the Application of
Gypsum board
 ASTM C840 - Standard Specification for Application and Finishing of
Gypsum board
 ASTM C1396 - Standard Specification for Gypsum Board
 ASTM E90 - Standard Test Method for Laboratory

Fire Retarded Gypsum board shall be used in all interior drywall consisting of
aerated gypsum core with suitable additions fiberglass stands and
unexfoliated vermiculite bonded to durable paper liners with unprinted liner
suitable for application of all decorations.

Moisture Resistant Gypsum board shall be used for the toilet interior wall
consisting of aerated gypsum with special additive core bonded to durable
impregnated green paper liners with unprinted liner suitable for application of
all decorations.

2. Metal Studs

The framework of the drywall system shall be manufactured of galvanized steel


as recommended by the manufacturer as for appropriate stud selection relative to
partition heights. Wall thickness of the metal studs must be such that they comply
with the structural requirements of the installed drywall system and shall not be
less than 25 gauge with a nominal thickness of 0.04cm.

Shall be positioned plumb in ceiling and floor runners and securely attached with
not less than one board screw on each side of the stud ends. Stud shall be
installed in continuous lengths with no splicing in lengths up to 5m for 92mm
studs, 3.5m for 75mm studs, and 3m for 64mm studs.
Studs shall be connected to the floor and ceiling track (runner) with pan head
screws, spaced at 60 cm on center-spacing based on wall height as shown on
the table below.

Minimum Thickness of Metal Frame for Non-Load Bearing Dry Wall

Designation (Mils) Steel Thickness (cm) Reference Gage Number


18 0.04 25
27 0.07 22
33 0.08 20

Interior Partition – Allowable Wall Height

Stud Spacing 30.48 cm 40.64 cm 60.96 cm


Web Size Allowable Wall Height
Cm Code Gage m m m
4.13 STN 25 2.40 2.15 1.86
6.35 STN 25 3.30 2.99 2.45
9.20 STN 25 4.37 3.96 3.48

Metal studs shall be straight, light, non-combustible and not susceptible to


termite damage with matching tracks. Wallboard or other sheathing shall be
then attached with Type "S" (fine-tread) drywall screws.

3. Metal Tracks

All horizontal tracks at floor and ceiling level of the drywall system shall be
manufactured of galvanized steel and have an overall width to be compatible
to suit the vertical framework having a nominal thickness of 0.04cm. Fixing to
the metal tracks to be recommended by the manufacturer.

4. Screws

Screws and power actuated fasteners shall be used to connect framing


components and fasten other materials to the framing. Self-drilling Screws
are externally threaded fasteners with the ability to drill their own hole and
form or 'tap' their own internal threads without deforming their own thread and
without breaking during assembly. These screws are used with 33 mil (20
gauge) steel or thicker.
O. DECORATIVE BRICK

VENEER Description

This Item shall consist of furnishing all materials, equipment, labor, plant and
other facilities to complete all works for the following:

 Brick veneer, including mortar and expansion joints.


 Attachment of anchorage to supports provided by others.
 Placement of veneer anchorages.

All work included under this division shall be subject to the General Conditions
accompanying these specifications. The Contractor and Sub-Contractor are
required to refer especially thereto.

Material Requirements

1. Veneer Units: The anchored veneer units shall be:

 100x50x25mm thick Brick type


 Dark brown color to Architects approval
 Reference Specification: ASTM C 216-10

2. Provide all units with straight cut edges and square corners unless otherwise
shown or specified.

3. Mortar shall comply with the requirements of ASTM C 270-12: Standard


Specification for Mortar for Unit Masonry.

4. Grout, if used between the veneer units and the backing, shall be of pourable
consistency. Grout shall be fine grout. Fine grout shall be 1 part Portland
cement and 3 parts sand.

The Contractor prior to commencement of the veneer installation and related


work shall examine the surfaces to be applied in order not to jeopardize the
quality and appearances of the works.

1. Submittals

Samples: Submit veneer unit samples, including special shapes


required to show range of colors, textures, finishes and dimensions.

Product Data: Submit manufacturer’s data sheets for anchors, veneer,


mortar, color pigments, and tie wire.

Certifications: Furnish manufacturer’s certification that the veneer units


provided meet or exceed the requirements of this Specification.

2. Sample Panel

Construct a sample panel not less than 0.6x0.6m based upon


approved samples for Architect/Engineer’s review and approval.

Provide a sample panel for each combination of veneer patterns, bond


patter, and mortar color.

Show color range, texture range, mortar color, joint tooling, bond
pattern, cleaning, quality of workmanship and other aspects of the
work relating to this Section.

Sample panels shall remain on the project site to serve as a datum for
comparison with the remainder of the work of this Section for the
purpose of acceptance or rejection.

If the sample panel is not included in the actual masonry work, it shall
be demolished after the masonry work for the project has been
accepted.

3. Product Delivery, Handling and Storage

Cover and protect materials from inclement weather to maintain quality


control and physical requirements.

Store materials off ground to prevent damage.

Handle veneer units in such a manner as to prevent chipping, breaking


and cracking.

Remove and replace all damaged material without cost to Owner.

4. Inspection and Preparation

Examine the areas and conditions under which work of the Section will
be performed. Correct conditions that are detrimental to timely and
proper completion of the work. Do not proceed until unsatisfactory
conditions are corrected.

5. Installation

 Veneer shall be laid in pattern as shown on the drawing.

 Veneer shall be clean and free of dust and shall be laid with not less than
one inch of air space between veneer and the backing wall.

 All joints shall be filled solidly with mortar. Provide tooled concave mortar
joints unless otherwise specified or noted on the Drawings. Tooling shall
be done when the mortar is partially set but still sufficiently plastic to bond.

 Lay units plumb, level and true to lines appropriate to veneer system.

 Veneer ties shall have at least 5/8 inch of mortar coverage from exterior
surface to prevent corrosion.

 Anchors shall be installed to provide not less than the support shown on
the details and in such a manner as to eliminate looseness or lack of fit of
dovetails in slots, improper bends or kinks in wire, etc.

 Joint dimension shall not be less than ¼ inch nor more than ½ inch and
shall meet control heights indicated on Drawings throughout the building.

 Lay masonry units plumb, true to line, and with accurately spaced level
courses. Vertical joints shall fall on centerline of unit below.

 Install cavity drainage material at all interruptions in the wall cavity


including shelf angles and base of the wall.

6. Cleaning

 Mortar stains shall be removed with clear water as work progresses. Upon
completion, all exposed surfaces shall be cleaned with cleaning agents
and water, removing all stains with fiber brushes and then washing with
clean water.

 In the event ordinary cleaning is not adequate, the Contractor shall use
special cleaning methods such as sandblasting, acid washing, chipping,
etc…, as approved by PCSO through its authorized Engineer/Architect
representative.

 At the conclusion of masonry work, the Contractor shall remove all


scaffolding and equipment used in the work along with all debris, refuse
and surplus masonry materials from the premises.

7. Sealing

Upon completion of the cleaning, operation, and approval by PCSO through


its authorized Engineer/Architect representative, apply water repellent coating
in strict accordance with manufacturer’s installation instructions.

P. EXTERIOR SIGNAGES

Description

This Item shall consist of furnishing all materials, equipment, labor, and other
facilities to complete all works for the following:

 Buildup 3D Acrylic Signage, including installation and anchorage.


 Buildup Stainless Steel Exterior Signage including installation and
anchorage.
All work included under this division shall be subject to the General Conditions
accompanying these specifications. The Contractor and Sub-Contractor are
required to refer especially thereto.

Material Requirements

1. Stainless Steel Sheet: ASTM A240/A240M, stretcher leveled standard of


flatness.

2. Acrylic Sheet: ASTM D4802; category as standard with manufacturer for


each sign. Provide type UVF.

Form graphics with router and backed with 6 mm (0.0125 inch) thick
minimum translucent white acrylic diffuser. Mechanically fasten diffuser
and letter voids to sign face with energy saving LED lights

Construction Requirements

The Contractor prior to commencement of the exterior signage installation and


related work shall examine the surfaces to be applied in order not to jeopardize
the quality and appearances of the works.

The Contractor shall ensure the stability of the sign structure and anchorage to
withstand loads that it will be subjected to.

The Exterior Signage shall be designed to allow for thermal movements from
ambient and surface temperature changes 67 degrees Celsius ambient and 100
degrees Celsius material surfaces.

The Contractor shall provide installed electrical components and sign


installations bearing the label and certifications of prevailing electrical codes for
installation techniques, fabrication methods and general product

1. Submittal

Samples: Submit typeface unit samples and material swatches,


including special shapes required to show range of colors, textures,
finishes and dimensions.

Product Data: Submit manufacturer’s data sheets for anchors, and


LED lights.

2. Product Delivery, Handling and Storage

Deliver materials to job in manufacturer's original sealed containers


with brand name marked thereon. Protect materials from damage.

Package to prevent damage or deterioration during shipment,


handling, storage and installation. Maintain protective covering in place
and in good repair until removal is necessary.
Deliver signs only when the site and mounting services are ready for
installation work to proceed.

Store products in dry condition inside enclosed facilities.

3. Inspection and Preparation

Examine the areas and conditions under which work of the Section will
be performed. Correct conditions that are detrimental to timely and
proper completion of the work. Do not proceed until unsatisfactory
conditions are corrected.

4. Installation

 Locate signs as shown on plans.

 At each sign location there are no utility lines behind each sign location
that will be affected by installation of signs.

 Provide inserts and anchoring devices which must be set in concrete or


other material for installation of signs. Submit setting drawings, templates,
instructions and directions for installation of anchorage devices, which
may involve other trades.

 Mount signs in proper alignment, level and plumb according to Plans and
the dimensions given on elevation drawings. When exact position, angle,
height or location is not clear, contact PCSO through its authorized
Architect/Engineer representative.

 Touch up exposed fasteners and connecting hardware to match color and


finish of surrounding surface.

 At completion of sign installation, clean exposed sign surfaces. Clean and


repair adjoining or adjacent surfaces that became soiled or damaged as a
result of installation of signs.

PART VIII - WORK DELAYS

Note that force majeure applies only when delays are clearly beyond the control
of or could not have been anticipated by the Contractor. To wit, PCSO will grant
an extension in time equivalent to the exact number of working days that were
caused by the force majeure incident(s), but PCSO will not grant any monetary
relief unless costs for mobilizing and demobilizing were detailed in the bid, which
shall be subject to negotiation. When delays are within the control of or could
have been anticipated by Contractor, payment of liquidated damages will be
assessed for the exact number of working days that work was delayed.
PART IX – CONSTRUCTION EXCLUSION

1. Construction of Perimeter Fence (see attached Approved Plans)

PART IX - GUARANTEE-WARANTEE

The contractor shall hereby WARRANT AND GUARANTEE that all work
executed under this project will be free from defects of materials and
workmanship. The Contractor shall at his own expense repair and replace all
such defective work and all other work damaged thereby, which becomes
defective during the terms of the ONE YEAR GUARANTEE-WARANTEE after
the completion and acceptance of the completed project
Section VII. Drawings
[Insert here a list of Drawings. The actual Drawings, including site plans, should be attached
to this section, or annexed in a separate folder.]

134
135
136
137
138
139
140
141
142
143
144
145
146
147
148
149
150
151
152
Section VIII. Bill of Quantities

Notes on the Bill of Quantities


Objectives

The objectives of the Bill of Quantities are:

a. to provide sufficient information on the quantities of Works to be performed to


enable Bids to be prepared efficiently and accurately; and

b. when a Contract has been entered into, to provide a priced Bill of Quantities for
use in the periodic valuation of Works executed.

In order to attain these objectives, Works should be itemized in the Bill of Quantities in
sufficient detail to distinguish between the different classes of Works, or between Works
of the same nature carried out in different locations or in other circumstances which may
give rise to different considerations of cost. Consistent with these requirements, the layout
and content of the Bill of Quantities should be as simple and brief as possible.

Daywork Schedule

A Daywork Schedule should be included only if the probability of unforeseen work,


outside the items included in the Bill of Quantities, is high. To facilitate checking by the
Entity of the realism of rates quoted by the Bidders, the Daywork Schedule should
normally comprise the following:

a. A list of the various classes of labor, materials, and Constructional Plant for which
basic daywork rates or prices are to be inserted by the Bidder, together with a
statement of the conditions under which the Contractor will be paid for work
executed on a daywork basis.

b. Nominal quantities for each item of Daywork, to be priced by each Bidder at


Daywork rates as Bid. The rate to be entered by the Bidder against each basic
Daywork item should include the Contractor’s profit, overheads, supervision, and
other charges.

Provisional Sums

A general provision for physical contingencies (quantity overruns) may be made by


including a provisional sum in the Summary Bill of Quantities. Similarly, a contingency
allowance for possible price increases should be provided as a provisional sum in the
Summary Bill of Quantities. The inclusion of such provisional sums often facilitates
budgetary approval by avoiding the need to request periodic supplementary approvals as
the future need arises. Where such provisional sums or contingency allowances are used,
the SCC should state the manner in which they will be used, and under whose authority
(usually the Procuring Entity’s Representative’s).

153
The estimated cost of specialized work to be carried out, or of special goods to be supplied,
by other contractors should be indicated in the relevant part of the Bill of Quantities as a
particular provisional sum with an appropriate brief description. A separate procurement
procedure is normally carried out by the Procuring Entity to select such specialized
contractors. To provide an element of competition among the Bidders in respect of any
facilities, amenities, attendance, etc., to be provided by the successful Bidder as prime
Contractor for the use and convenience of the specialist contractors, each related
provisional sum should be followed by an item in the Bill of Quantities inviting the Bidder
to quote a sum for such amenities, facilities, attendance, etc.

Signature Box

A signature box shall be added at the bottom of each page of the Bill of Quantities where
the authorized representative of the Bidder shall affix his signature. Failure of the
authorized representative to sign each and every page of the Bill of Quantities shall be a
cause for rejection of his bid.

These Notes for Preparing a Bill of Quantities are intended only as information for the
Procuring Entity or the person drafting the Bidding Documents. They should not be
included in the final documents.

154
155
156
157
158
Section IX. Checklist of Technical and
Financial Documents

Notes on the Checklist of Technical and Financial Documents


The prescribed documents in the checklist are mandatory to be submitted in the Bid, but
shall be subject to the following:

a. GPPB Resolution No. 09-2020 on the efficient procurement measures during a


State of Calamity or other similar issuances that shall allow the use of alternate
documents in lieu of the mandated requirements; or

b. any subsequent GPPB issuances adjusting the documentary requirements after the
effectivity of the adoption of the PBDs.

The BAC shall be checking the submitted documents of each Bidder against this checklist
to ascertain if they are all present, using a non-discretionary “pass/fail” criterion pursuant
to Section 30 of the 2016 revised IRR of RA No. 9184.

159
Checklist of Technical and Financial Documents
I. TECHNICAL COMPONENT ENVELOPE

Class “A” Documents

Legal Documents
⬜ (a) Valid PhilGEPS Registration Certificate (Platinum Membership) (all pages);
or
⬜ (b) Registration certificate from Securities and Exchange Commission (SEC),
Department of Trade and Industry (DTI) for sole proprietorship, or
Cooperative Development Authority (CDA) for cooperatives or its
equivalent document;
and
⬜ (c) Mayor’s or Business permit issued by the city or municipality where the
principal place of business of the prospective bidder is located, or the
equivalent document for Exclusive Economic Zones or Areas;
and
⬜ (d) Tax clearance per E.O. No. 398, s. 2005, as finally reviewed and approved by
the Bureau of Internal Revenue (BIR).

Technical Documents
⬜ (e)Statement of the prospective bidder of all its ongoing government and private
contracts, including contracts awarded but not yet started, if any, whether
similar or not similar in nature and complexity to the contract to be bid; and
⬜ (f)Statement of the bidder’s Single Largest Completed Contract (SLCC) similar to
the contract to be bid, except under conditions provided under the rules; and
⬜ (g) Philippine Contractors Accreditation Board (PCAB) License;
or
Special PCAB License in case of Joint Ventures;
and registration for the type and cost of the contract to be bid; and
⬜ (h) Original copy of Bid Security. If in the form of a Surety Bond, submit also a
certification issued by the Insurance Commission;
or
Original copy of Notarized Bid Securing Declaration; and
(i) Project Requirements, which shall include the following:
⬜ a.Organizational chart for the contract to be bid;
⬜ b.List of contractor’s key personnel (e.g., Project Manager, Project
Engineers, Materials Engineers, and Foremen), to be assigned to the
contract to be bid, with their complete qualification and experience
data;
⬜ c.List of contractor’s major equipment units, which are owned, leased,
and/or under purchase agreements, supported by proof of ownership
or certification of availability of equipment from the equipment
lessor/vendor for the duration of the project, as the case may be; and
⬜ (j)Original duly signed Omnibus Sworn Statement (OSS);
and if applicable, Original Notarized Secretary’s Certificate in case of a
corporation, partnership, or cooperative; or Original Special Power of

160
Attorney of all members of the joint venture giving full power and authority
to its officer to sign the OSS and do acts to represent the Bidder.

Financial Documents
⬜ (k) The prospective bidder’s audited financial statements, showing, among others,
the prospective bidder’s total and current assets and liabilities, stamped
“received” by the BIR or its duly accredited and authorized institutions, for
the preceding calendar year which should not be earlier than two (2) years
from the date of bid submission; and
⬜ (l)The prospective bidder’s computation of Net Financial Contracting Capacity
(NFCC).

Class “B” Documents


⬜ (m) If applicable, duly signed joint venture agreement (JVA) in accordance with
RA No. 4566 and its IRR in case the joint venture is already in existence; or

duly notarized statements from all the potential joint venture partners stating
that they will enter into and abide by the provisions of the JVA in the
instance that the bid is successful.

II. FINANCIAL COMPONENT ENVELOPE


⬜ (n) Original of duly signed and accomplished Financial Bid Form; and

Other documentary requirements under RA No. 9184


⬜ (o) Original of duly signed Bid Prices in the Bill of Quantities; and
⬜ (p) Duly accomplished Detailed Estimates Form, including a summary sheet
indicating the unit prices of construction materials, labor rates, and
equipment rentals used in coming up with the Bid; and
⬜ (q) Cash Flow by Quarter.

161
Bid Forms

1. Bid Form for the Procurement of Infrastructure Projects


[shall be submitted with the Bid]

2. Contract Agreement Form for the Procurement of Infrastructure


Projects (Revised)
[Not required to be submitted with the Bid, but it shall be submitted within ten (10) days after
receiving the Notice of Award]

3. Omnibus Sworn Statement (Revised)


[shall be submitted with the Bid]

4. Bid Security Form

5. Bid Security Declaration Form


(shall be submitted with the Bid if bidder opts to provide this form of bid security)

6. Performance Security Declaration (Revised)


[if used as an alternative performance security but it is not required to be submitted with the Bid,
as it shall be submitted within ten (10) days after receiving the Notice of Award]

7. List of all Ongoing Government and Private Contracts including


those awarded but not yet started, similar or not similar to the
Contract to be bid within the last five (5) years

8. Statement identifying the Single Largest Completed Contract


similar to the Contract to be bid within the last five (5) years

9. NFCC Form

162
Bid Form for the Procurement of Infrastructure Projects
_________________________________________________________________________

BID FORM
Date : _________________

Project Identification No. : PR # 07-29-210463

To: PHILIPPINE CHARITY SWEEPSTAKES OFFICE

Having examined the Philippine Bidding Documents (PBDs) including the


Supplemental or Bid Bulletin Numbers [insert numbers], the receipt of which is hereby duly
acknowledged, we, the undersigned, declare that:

a. We have no reservation to the PBDs, including the Supplemental or Bid Bulletins,


for the Procurement Project: [insert name of contract];

b. We offer to execute the Works for this Contract in accordance with the PBDs;

c. The total price of our Bid in words and figures, excluding any discounts offered
below is: [insert information];

d. The discounts offered and the methodology for their application are: [insert
information];

e. The total bid price includes the cost of all taxes, such as, but not limited to:
[specify the applicable taxes, e.g. (i) value added tax (VAT), (ii) income tax, (iii)
local taxes, and (iv) other fiscal levies and duties], which are itemized herein and
reflected in the detailed estimates,

f. Our Bid shall be valid within the period stated in the PBDs, and it shall remain
binding upon us at any time before the expiration of that period;

g. 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, or a Performance Securing Declaration in lieu of the
the allowable forms of Performance Security, subject to the terms and conditions
1
of issued GPPB guidelines for this purpose;
h. We are not participating, as Bidders, in more than one Bid in this bidding process,
other than alternative offers in accordance with the Bidding Documents;

i. We understand that this Bid, together with your written acceptance thereof
included in your notification of award, shall constitute a binding contract between
us, until a formal Contract is prepared and executed; and

1
currently based on GPPB Resolution No. 09-2020

163
j. We understand that you are not bound to accept the Lowest Calculated Bid or any
other Bid that you may receive.

k. 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].

l. We acknowledge that failure to sign each and every page of this Bid Form,
including the Bill of Quantities, shall be a ground for the rejection of our bid.

Name: ___________________________________________________________________

Legal Capacity: ____________________________________________________________

Signature: ________________________________________________________________

Duly authorized to sign the Bid for and behalf of: __________________________________

Date: ___________________

164
Contract Agreement Form for the
Procurement of Infrastructure Projects (Revised)
_________________________________________________________________________

CONTRACT AGREEMENT

THIS AGREEMENT, made this [insert date] day of [insert month], [insert year]
between [name and address of PROCURING ENTITY] (hereinafter called the “Entity”) and
[name and address of Contractor] (hereinafter called the “Contractor”).

WHEREAS, the Entity is desirous that the Contractor execute [name and identification
number of contract] (hereinafter called “the Works”) and the Entity has accepted the Bid for
[contract price in words and figures in specified currency] by the Contractor for the execution
and completion of such Works and the remedying of any defects therein.

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 as required by the 2016 revised Implementing Rules


and Regulations of Republic Act No. 9184 shall be deemed to form and be read
and construed as part of this Agreement, viz.:
a. Philippine Bidding Documents (PBDs);
i. Drawings/Plans;
ii. Specifications;
iii. Bill of Quantities;
iv. General and Special Conditions of Contract;
v. Supplemental or Bid Bulletins, if any;

b. Winning bidder’s bid, including the Eligibility requirements, Technical and


Financial Proposals, and all other documents or statements submitted;

Bid form, including all the documents/statements contained in the Bidder’s


bidding envelopes, as annexes, and all other documents submitted (e.g., Bidder’s
response to request for clarifications on the bid), including corrections to the bid,
if any, resulting from the Procuring Entity’s bid evaluation;

c. Performance Security;
d. Notice of Award of Contract and the Bidder’s conforme thereto; and

e. Other contract documents that may be required by existing laws and/or the
Procuring Entity concerned in the PBDs. Winning bidder agrees that
additional contract documents or information prescribed by the GPPB
that are subsequently required for submission after the contract
execution, such as the Notice to Proceed, Variation Orders, and
Warranty Security, shall likewise form part of the Contract.

165
3. In consideration for the sum of [total contract price in words and figures] or such
other sums as may be ascertained, [Named of the bidder] agrees to [state the
object of the contract] in accordance with his/her/its Bid.

4. The [Name of the procuring entity] agrees to pay the above-mentioned sum in
accordance with the terms of the Bidding.

IN WITNESS whereof the parties thereto have caused this Agreement to be executed
the day and year first before written.

ROYINA MARZAN GARMA [Insert Name and Signature]


Vice Chairperson and General Manager [Insert Signatory’s Legal Capacity]
for:
for: [Insert Name of Supplier]
Philippine Charity Sweepstakes Office

Acknowledgment

[Format shall be based on the latest Rules on Notarial Practice]

166
Omnibus Sworn Statement (Revised)
_________________________________________________________________________

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], as shown in the
attached duly notarized Special Power of Attorney;

[If a partnership, corporation, cooperative, or joint venture:] I am granted full power and
authority to do, execute and perform any and all acts necessary to participate, submit the bid,
and to sign and execute the ensuing contract for [Name of the Project] of the [Name of the
Procuring Entity], as shown in the attached [state title of attached document showing proof of
authorization (e.g., duly notarized Secretary’s Certificate, Board/Partnership
Resolution, or Special Power of Attorney, whichever is applicable;)];

3. [Name of Bidder] is not “blacklisted” or barred from bidding by the Government of the
Philippines or any of its agencies, offices, corporations, or Local Government Units,
foreign government/foreign or international financing institution whose blacklisting rules
have been recognized by the Government Procurement Policy Board, by itself or by
relation, membership, association, affiliation, or controlling interest with another
blacklisted person or entity as defined and provided for in the Uniform Guidelines
on Blacklisting;

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;

5. [Name of Bidder] is authorizing the Head of the Procuring Entity or its duly authorized
representative(s) to verify all the documents submitted;

167
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 responsibilities as a Bidder in


compliance with the Philippine Bidding Documents, which includes:

a. Carefully examining all of the Bidding Documents;


b. Acknowledging all conditions, local or otherwise, affecting the implementation of
the Contract;
c. Making an estimate of the facilities available and needed for the contract to be bid, if
any; and
d. Inquiring or securing 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.

10. In case advance payment was made or given, failure to perform or deliver any of the
obligations and undertakings in the contract shall be sufficient grounds to constitute
criminal liability for Swindling (Estafa) or the commission of fraud with
unfaithfulness or abuse of confidence through misappropriating or converting any
payment received by a person or entity under an obligation involving the duty to
deliver certain goods or services, to the prejudice of the public and the government
of the Philippines pursuant to Article 315 of Act No. 3815 s. 1930, as amended, or
the Revised Penal Code.

168
IN WITNESS WHEREOF, I have hereunto set my hand this __ day of ___, 20__ at
____________, Philippines.

[Insert NAME OF BIDDER OR ITS AUTHORIZED


REPRESENTATIVE]

[Insert signatory’s legal capacity]

Affiant

[Jurat]

[Format shall be based on the latest Rules on Notarial Practice]

169
Bid Security Form

Date: _________________________

To: The Philippine Charity Sweepstakes Office


Sun Plaza Building, 1507 Princeton St.
corner Shaw Blvd., Mandaluyong City

Gentlemen and/or Ladies:

Pursuant to the Revised IRR of RA 9184, enclosed is our bid security in the form of:

1. Bid Securing Declaration – No percentage required

OR

2. Cash or Cashier’s / Manager’s Check issued by a Universal or Commercial


Bank (2% of the Approved Budget Contract of the item to be bid).

3. Bank Draft / Guarantee or irrevocable Letter of Credit issued 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
(2% of the Approved Budget Contract of the item to be bid).

4. Surety Bond Callable upon Demand issued by a surety or insurance


company duly certified by the Insurance Commission as authorized to
issued such security (5% of the Approved Budget Contract of the item to
be bid).

Very truly yours,

_____________________________
Signature over printed name of
Authorized Representative

_____________________________

Name of Company/Bidder

170
Bid Securing Declaration Form
_________________________________________________________________________

REPUBLIC OF THE PHILIPPINES)


CITY OF _______________________) S.S.

BID SECURING DECLARATION


Project Identification No.: PR # 07-29-210463

To: PHILIPPINE CHARITY SWEEPSTAKES OFFICE

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
procurement contract with any procuring entity for a period of two (2) years upon receipt
of your Blacklisting Order; and, (b) I/we will pay the applicable fine provided under
Section 6 of the Guidelines on the Use of Bid Securing Declaration, within fifteen (15)
days from receipt of the written demand by the procuring entity for the commission of
acts resulting to the enforcement of the bid securing declaration under Sections 23.1(b),
34.2, 40.1 and 69.1, except 69.1(f),of the IRR of RA No. 9184; without prejudice to other
legal action the government may undertake.

3. I/We understand that this Bid Securing Declaration shall cease to be valid on the
following circumstances:
a. Upon expiration of the bid validity period, or any extension thereof pursuant to your
request;
b. I am/we are declared ineligible or post-disqualified upon receipt of your notice to such
effect, and (i) I/we failed to timely file a request for reconsideration or (ii) I/we filed a
waiver to avail of said right; and
c. I am/we are declared the bidder with the Lowest Calculated Responsive Bid, and I/we
have furnished the performance security and signed the Contract.

IN WITNESS WHEREOF, I/We have hereunto set my/our hand/s this ____ day of [month]
[year] at [place of execution].

[Insert NAME OF BIDDER OR ITS AUTHORIZED


REPRESENTATIVE]
[Insert signatory’s legal capacity]
Affiant

[Jurat]

[Format shall be based on the latest Rules on Notarial Practice]

171
Performance Securing Declaration (Revised)
_________________________________________________________________________

REPUBLIC OF THE PHILIPPINES)


CITY OF _____________________ ) S.S.

PERFORMANCE SECURING DECLARATION

Invitation to Bid: PR # 07-29-210463


To: PHILIPPINE CHARITY SWEEPSTAKES OFFICE

I/We, the undersigned, declare that:

1. I/We understand that, according to your conditions, to guarantee the faithful


performance by the supplier/distributor/manufacturer/contractor/consultant of its
obligations under the Contract, I/we shall submit a Performance Securing Declaration
within a maximum period of ten (10) calendar days from the receipt of the Notice of
Award prior to the signing of the Contract.

2. I/We accept that: I/we will be automatically disqualified from bidding for any
procurement contract with any procuring entity for a period of one (1) year for the
first offense, or two (2) years for the second offense, upon receipt of your
Blacklisting Order if I/We have violated my/our obligations under the Contract;

3. I/We understand that this Performance Securing Declaration shall cease to be valid
upon:

a. issuance by the Procuring Entity of the Certificate of Final Acceptance, subject to


the following conditions:
i. Procuring Entity has no claims filed against the contract awardee;
ii. It has no claims for labor and materials filed against the contractor; and
iii. Other terms of the contract; or

b. replacement by the winning bidder of the submitted PSD with a performance


security in any of the prescribed forms under Section 39.2 of the 2016 revised
IRR of RA No. 9184 as required by the end-user.

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 OR ITS


AUTHORIZED REPRESENTATIVE]
[Insert signatory’s legal capacity]
Affiant

[Jurat]
[Format shall be based on the latest Rules on Notarial Practice]

172
List of all Ongoing Government and Private Contracts including those awarded but
not yet started, similar or not similar to the Contract to be bid within the last five (5)
years

Business Name: ____________________________________


Business Address: __________________________________

Name of a. Owner’s Bidder’s Role a. Date % of Accomplishment Value of


Contract/ Name Awarded Outstanding

Project Cost b. Address Nature of Description % b. Date Planned Actual Works/


Work Started Undelivered
c. Telephone c. Date of Portion
Nos. Completion
Government

Private

Total Cost
Submitted by:

______________________________________________
(Printed Name & Signature)
Designation: _______________________________________________

Date: ______________________

Note/s:

 This statement should be supported with any or all of the following: (a) Notice of Award; (b)
Purchase Order/Contract; (c) Notice to Proceed. Failure to attach here the required document/s
shall automatically disqualify the participating Bidder.
 This table is just a sample form/template. Bidder may come up with its form/template. However, for
standardization and ease in the evaluation, bidders are encouraged to use the templates provided.

173
STATEMENT IDENTIFYING THE SINGLE LARGEST COMPLETED
CONTRACT SIMILAR TO THE CONTRACT TO BE BID WITHIN
THE LAST FIVE (5) YEARS

To the Bids and Awards Committee:

__________________________’s (Company Name) Single Largest Completed


Contract similar to the contract to be bid is the contract / project with
________________________________________ with the following details:

Name of the Contract: _____________________________

Date of the Contract: ______________________________

Contract Duration: ________________________________

Owner’s Name and Address: ________________________

Kinds of Goods: __________________________________

The Contract Price is Php___________________________, which value is equivalent to or


more than fifty percent (50%) of the Approved Budget for the Contract (ABC) of Nine Million
Six Hundred Twenty Six Thousand One Hundred Twenty Eight and 85/100
(Php9,626,128.85). The Supply and Delivery of _________________________ were delivered
and completed on _______________________.

Submitted by: __________________________


(Printed Name & Signature)

Designation: ______________________
Date: ______________________

Note/s:

 This statement should be supported with (1) a photocopy of end-user’s acceptance or Official
Receipt or Sales Invoice issued for the contract, if completed; and (2) any or all of the following:
(a)Notice of Award; (b) Purchase Order/Contract; (c) Notice to Proceed. Failure to attach here the
required document/s shall automatically disqualify the participating Bidder.
 This table is just a sample form/template. Bidder may come up with its form/template. However, for
standardization and ease in the evaluation, bidders are encouraged to use the template as provided.

174
NFCC FORM
A. Summary of the Applicant Supplier’s/Distributor’s/Manufacturer’s assets and
liabilities on the basis of the Audited Financial Statements, submitted to the
Bureau of Internal Revenue (BIR).

Year 2020

1. Total Assets

2. Current Assets

3. Total Liabilities

4. Current Liabilities

5. Net Worth (1-3)

6. Net Working Capital (2-4)

B. The Net Financial Contracting Capacity (NFCC) using the following formula,
must be equal to the ABC to be bid:

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

NFCC= PhP_________________________________________________

C. Please reflect your computation on the space provided.

NFCC = (PhP _________ - PhP _____________) x 15 – PhP ________

= PhP _____________

Submitted by: __________________________

(Printed Name & Signature)

Designation: ______________________

Date: ______________________

175
Note/s:

 This table is just a sample form/template. Bidder may come up with its form/template.
However, for standardization and ease in the evaluation, bidders are encouraged to use the
template as provided.

176
POST-QUALIFICATION DOCUMENTS

After the Bid Opening, the BAC shall conduct a detailed evaluation of the financial
component of the eligible bid/s to determine the Lowest Calculated (LCB)/Single
Calculated Bid (SCB). Only the LCB/SCB shall be notified to submit the following
post-qualification documents (3 copies each) within five (5) calendar days from
receipt of the Notice:

1. Audited Financial Statement for CY 2020 stamped “received” by the BIR or its
duly accredited and authorized institutions.

2. Latest Income Tax Returns within the last six (6) months prior to the date of
submission or Annual Income Tax Return for 2020. (only tax returns filed and
taxes paid through the BIR Electronic Filing and Payment System (eFPS)
shall be accepted.

3. Business Tax (Percentage Tax or VAT) Returns within the last six (6) months
prior to the date of submission. (only tax returns filed and taxes paid through
the BIR Electronic Filing and Payment System (eFPS) shall be accepted.

4. In case of a Joint Venture, all parties shall submit the following:

a. Latest Income Tax Returns within the last six (6) months prior to the
date of submission or Annual Income Tax Return for 2020.
b. Business Tax (Percentage Tax or VAT) Returns within the last six (6)
months prior to the date of submission.

5. Notice of Award, Purchase Order (PO) or Notice to Proceed to support the List of
All Ongoing Government and Private Contracts including those awarded but not
yet started, similar to the contract to be bid within the last ten (10) years.

6. Official Receipt, Sales Invoice for completed contracts to support the Single
Largest Completed Contract (SLCC).

7. Company profile including list of clients/customers within the last ten (10)
years, both public and private.

177
ILLUSTRATION: Format and Marking of Bid Envelopes

A. The Mother Envelope

Front View (Mother Envelope)

Mother envelope to contain sealed &


duly signed original, copy 1-6
envelopes (no preferred color, shaded
box for emphasis only)

B. Original Envelope and its content

Front View (Original Envelopes)


MAIN ENVELOPE TO CONTAIN
2. ENVELOPE 1 TO CONTAIN THE “ORIGINAL” ELIGIBILITY
AND TECHNICAL DOCUMENTS ENVELOPES 1 AND 2

1
1. ENVELOPE 1 TO CONTAIN THE “ORIGINAL” ELIGIBILITY
AND TECHNICAL DOCUMENTS

THE CORRECT FORMAT AND


PROPER WAY TO SEAL AND
MARK YOUR BID ENVELOPES
Back View (All Envelopes)

178
C. Six (6) envelopes (copies 1 - 6) and its contents

Front View (Copies 1 - 6 Envelopes)


2. ENVELOPE 2 TO CONTAIN THE “COPY (NUMBER)”
MAIN ENVELOPES TO
FINANCIAL DOCUMENTS CONTAIN ENVELOPES 1 AND 2
(COPIES 1 – 6)
2

1
1. ENVELOPE 1 TO CONTAIN THE “COPY (NUMBER)”
ELIGIBILITY AND TECHNICAL DOCUMENTS

THE CORRECT FORMAT AND PROPER


WAY TO SEAL AND MARK YOUR BID
ENVELOPES

Back View (All Envelopes)

ALL envelopes must be properly sealed and marked/labeled. The marking/label shall
contain the following details:

 Name of the contract to be bid;


 Name and address of the prospective bidder;
 Be addressed to the following:

PHILIPPINE CHARITY SWEEPSTAKES OFFICE (PCSO)


c/o BIDS AND AWARDS COMMITTEE
9/F SUN PLAZA BLDG., PRINCETON ST., COR. SHAW BLVD.
MANDALUYONG CITY

 Bear a warning “DO NOT OPEN BEFORE…” the date and time for the
opening of bids.

179
180

You might also like