Top Banner
PHILIPPINE BIDDING DOCUMENTS (As Harmonized with Development Partners) Procurement of INFRASTRUCTURE PROJECTS CONSTRUCTION OF GATE FOUR FAÇADE AND FENCE IN BATANGAS STATE UNIVERSITY PABLO BORBON Project ID Number : 2021-138 Project Location : Rizal Avenue Extension, Batangas City Government of the Republic of the Philippines BATANGAS STATE UNIVERSITY Sixth Edition July 2020
152

Procurement of - Batangas State University

May 05, 2023

Download

Documents

Khang Minh
Welcome message from author
This document is posted to help you gain knowledge. Please leave a comment to let me know what you think about it! Share it to your friends and learn new things together.
Transcript
Page 1: Procurement of - Batangas State University

PHILIPPINE BIDDING DOCUMENTS

(As Harmonized with Development Partners)

Procurement of INFRASTRUCTURE PROJECTS

CONSTRUCTION OF GATE FOUR

FAÇADE AND FENCE IN BATANGAS

STATE UNIVERSITY PABLO BORBON

Project ID Number : 2021-138

Project Location : Rizal Avenue Extension,

Batangas City

Government of the Republic of the Philippines

BATANGAS STATE UNIVERSITY

Sixth Edition

July 2020

Page 2: Procurement of - Batangas State University

1

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.

Page 3: Procurement of - Batangas State University

2

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.

Page 4: Procurement of - Batangas State University

3

TABLE OF CONTENTS

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

Section I. Invitation to Bid .................................................................................8

Section II. Instructions to Bidders .................................................................. 12

1. Scope of Bid ............................................................................................................13

2. Funding Information ...............................................................................................13

3. Bidding Requirements .............................................................................................13

4. Corrupt, Fraudulent, Collusive, Coercive, and Obstructive Practices ....................13

5. Eligible Bidders .......................................................................................................14

6. Origin of Associated Goods ....................................................................................14

7. Subcontracts ............................................................................................................14

8. Pre-Bid Conference .................................................................................................14

9. Clarification and Amendment of Bidding Documents............................................14

10. Documents Comprising the Bid: Eligibility and Technical Components ...............15

11. Documents Comprising the Bid: Financial Component .........................................15

12. Alternative Bids ......................................................................................................16

13. Bid Prices ................................................................................................................16

14. Bid and Payment Currencies ...................................................................................16

15. Bid Security .............................................................................................................16

16. Sealing and Marking of Bids...................................................................................16

17. Deadline for Submission of Bids ............................................................................16

18. Opening and Preliminary Examination of Bids ......................................................17

19. Detailed Evaluation and Comparison of Bids .........................................................17

20. Post Qualification ....................................................................................................17

21. Signing of the Contract ...........................................................................................17

Section III. Bid Data Sheet .............................................................................. 18

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

Page 5: Procurement of - Batangas State University

4

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......................................................................23

Section V. Special Conditions of Contract..................................................... 25

Section VI. Specifications ................................................................................ 27

Section VII. Drawings ...................................................................................... 28

Section VIII. Bill of Quantities ..................................................................... 120

Section IX. Checklist of Technical and Financial Documents ................... 121

Page 6: Procurement of - Batangas State University

5

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.

Page 7: Procurement of - Batangas State University

6

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)

PSA – Philippine Statistics Authority.

SEC – Securities and Exchange Commission.

Page 8: Procurement of - Batangas State University

7

SLCC – Single Largest Completed Contract.

UN – United Nations.

Page 9: Procurement of - Batangas State University

8

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.

Page 10: Procurement of - Batangas State University

9

Invitation to Bid for

Construction of Gate Four Façade and Fence

in Batangas State Unviersity Pablo Borbon

1. The Batangas State University, through the Supplemental Budget 2021 intends to

apply the sum of Nineteen Million Eight Hundred Thirty One Thousand Sixty pesos

(Php 19,831,060.00) being the Approved Budget for the Contract (ABC) to payments

under the contract for Construction of Gate Four Façade and Fence in Batangas

State University Pablo Borbon. Bids received in excess of the ABC shall be

automatically rejected at bid opening.

2. The Batangas State University, now invites bids for the above Procurement Project.

Completion of the Works is required One Hundred Eighty (180) calendar days.

Bidders should have completed a contract similar to the Project. The description of an

eligible bidder is contained in the Bidding Documents, particularly, in Section II

(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. A complete set of Bidding Documents may be acquired by interested bidders on May

10, 2021 – June 10, 2021 by downloading the same, free of charge from the website of

PhilGEPS and the Batangas State University website (https://www.batstate-u.edu.ph).

Provided, however, that bidders shall pay the applicable fee for bidding documents,

pursuant to the Guidelines issued by GPPB, not later than the submission of their bids.

The amount of the bidding documents is Twenty Thousand Pesos only (Php 20,000.00)

which should be directly deposited to the account of Batangas State University only upon

coordination to the BAC Secretariat for the details of payment.

5. The Batangas State University will hold a Pre-Bid Conference on May 18, 2021 @ 2:00

PM at Bids and Awards Committee (BAC) Conference Room, Second Floor SSC

Building, Batangas State University, Pablo Borbon Main I, Rizal Avenue Extension,

Batangas City which shall be open to prospective bidders. The Pre – bid conference shall

be done through Zoom Video Conferencing or other video conferencing applications

which shall be announce prior to the pre bid conference. To facilitate the online meeting

requirements prospective bidders must communicate before the schedule his/her

Page 11: Procurement of - Batangas State University

10

intention to participate/attend the pre-bid conference. Upon receipt of the

communication, the secretariat shall send online meeting link.

6. All bids must be accompanied by a bid security in any of the acceptable form in the

amount stated in ITB Clause 16.

Bids must be duly received by the BAC Secretariat at the address below on or before

2:00 PM on June 10, 2021. All bids must be accompanied by a bid security in any of

the acceptable forms and in the amount stated in ITB Clause 16.

All bids shall be submitted only through registered mail or private courier. No bid

shall be submitted personally.

All bidders who submitted their bids must notify the BAC through email, telephone and

cellphone calls and text messaging to confirm that they have send their bids and all

documents relative thereto. In the email, the bidder must attach the proof of sending of

the said documents (i.e. actual photo of the envelopes and the official receipt issued by

the post office or by the courier).

The bidders must assure that their bids shall be forwarded by the courier to the University

on the date and time of the bid opening. The bidders have the responsibility to track their

documents with the courier. The date of receipt of bids shall be the date of sending of

documents, provided that the documents are actually received by the Secretariat. The

BAC shall bear no responsibility whatsoever for the delay that the courier may have

caused. Bids sent and/or received after the deadline shall be disqualified.

Bid opening shall be on June 10, 2021; 2:00 PM at Bids and Awards Committee (BAC)

Conference Room Second Floor, SSC Building Batangas State University – Pablo

Borbon, Rizal Avenue Extension, Batangas City. The opening and preliminary

evaluation of the bids shall be done in front of the bidders and BC members through video

conferencing.

Should any of the bid/s fail, the notice shall immediately be sent to the email of the bidder

concerned on the same proceeding. Bidders must acknowledge the receipt of the same. The

physical copy of the notice shall be sent to the bidder through registered mail. Nevertheless,

notices electronically transmitted or transmitted through facsimile are deemed served.

7. The Batangas State University 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.

Page 12: Procurement of - Batangas State University

11

8. For further information, please refer to:

Batangas State University

Bids and Awards Committee (BAC) Secretariat

2nd Floor SSC Building, Pablo Borbon

Rizal Avenue Extension, Batangas City

Telephone No.: (043) 980-0385 loc. 1549

Telephone No. (043) 984-3275

Cellphone No. 0917-1770606

Email Address: [email protected]

9. You may visit the following websites:

For downloading of Bidding Documents:

https://www.batstate-u.edu.ph/index.invitations-to-bid

https://www.philgeps.gov.ph/

ENRICO M. DALANGIN, Ph.D. BAC Chairperson

Page 13: Procurement of - Batangas State University

12

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.

Page 14: Procurement of - Batangas State University

13

1. Scope of Bid

The Batangas State University invites Bids for the Construction of Gate

Four Façade and Fence in Batangas State University Pablo Borbon with Project

Identification Number BSU Project No. 2021 - 138

The Procurement Project “Construction of Gate Four Façade and Fence in

Batangas State University Pablo Borbon” 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 Supplemental

2021 in the amount of Nineteen Million Eight Hundred Thirty One

Thousand Sixty Pesos (Php 19,831,060.00)

2.2. The source of funding is:

Supplemental Budget 2021

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

Page 15: Procurement of - Batangas State University

14

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.

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

The Procuring Entity has prescribed that: 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 Conference Room, Bids and Awards

Committee (BAC), 2nd Flr., Student Services Center Building, Rizal Avenue

Extension, Batangas City through videoconferencing/webcasting as indicated in

paragraph 5 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

Page 16: Procurement of - Batangas State University

15

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

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.

Page 17: Procurement of - Batangas State University

16

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

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 120 calendar days. 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

Page 18: Procurement of - Batangas State University

17

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

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 16 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.

Page 19: Procurement of - Batangas State University

18

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.

Page 20: Procurement of - Batangas State University

19

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:

The Bidder must have completed, within the period specified in the Invitation

to Bid and ITB Clause 12.1(a) (ii), a single contract that is similar to this Project,

equivalent to at least fifty percent (50%) of the ABC.

7.1

Subcontracting is not allowed.

10.3

10.4

The key personnel must meet the required minimum years of experience set

below:

Key Personnel General Experience Relevant Experience

10.5 The minimum major equipment requirements are the following:

Equipment Capacity Number of Units

12 No further instructions.

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 Three Hundred Ninety Six Thousand Six

Hundred Twenty One pesos & 20/100 (Php 396,621.20) which is

2% of ABC, 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 Nine Hundred Ninety One Thousand

Five Hundred Fifty Three pesos (Php 991,553.00) which is 5% of

ABC if bid security is in Surety Bond.

19.2 Partial bids is not allowed. The infrastructure project is packaged in a single lot

and the lot shall not be divided into sub-lots for the purpose of bidding,

evaluation, and contract award.

20 [List of licenses and permits relevant to the Project and the corresponding law

requiring it, e.g. Environmental Compliance Certificate, Certification that the

project site is not within a geohazard zone, etc.]

21

Additional contract documents relevant to the Project that may be required by

existing laws and/or the Procuring Entity, such as construction schedule and S-

curve, manpower schedule, construction methods, equipment utilization

schedule, construction safety and health program approved by the DOLE, and

other acceptable tools of project scheduling.

Page 21: Procurement of - Batangas State University

20

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.

Page 22: Procurement of - Batangas State University

21

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.

Page 23: Procurement of - Batangas State University

22

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

RA 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.

Page 24: Procurement of - Batangas State University

23

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.

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.

Page 25: Procurement of - Batangas State University

24

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.

Page 26: Procurement of - Batangas State University

25

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.

Page 27: Procurement of - Batangas State University

26

Special Conditions of Contract

GCC Clause

2 The intended completion date is ________________________

4.1 The start date is on ___________________’

Note: The start date shall be five (5) days after the receipt of the Notice

to Proceed.

6 The site is located at Batangas State University Pablo Borbon, Batangas

City

7.2

[In case of permanent structures, such as buildings of types 4 and 5 as

classified under the National Building Code of the Philippines and other

structures made of steel, iron, or concrete which comply with relevant

structural codes (e.g., DPWH Standard Specifications), such as, but not

limited to, steel/concrete bridges, flyovers, aircraft movement areas,

ports, dams, tunnels, filtration and treatment plants, sewerage systems,

power plants, transmission and communication towers, railway system,

and other similar permanent structures:]

Fifteen (15) years.

10 Dayworks are applicable at the rate shown in the Contractor’s original

Bid.

11.1 The Contractor shall submit the Program of Work to the Procuring

Entity’s Representative within ___________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 ______________.

13 The amount of the advance payment is Fifteen percent (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 operating and maintenance manuals are required is

___________.

The date by which “as built” drawings are required is ______________.

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

_________________.

Page 28: Procurement of - Batangas State University

27

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

subject to the Procuring Entity’s Representative’s prior review and written consent.

Page 29: Procurement of - Batangas State University

28

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.

C O N T E N T S

Item

No. Description

% of

Total Unit Quantity

1 MOBILIZATION/DEMOBILIZATION 1.20 LOT 1.00

2 CONSTRUCTION SAFETY & HEALTH PROGRAM 2.2 LOT 1.00

3

OTHER GENERAL REQUIREMENTS

(Project Photographs, Project Billboards and Permits,

Clearances and Other Government Taxes)

0.46 LOT 1.00

4 TEMPORARY FACILITIES/FIELD OFFICE 0.42 LOT 1.00

5 SITEWORKS 5.67 LOT 1.00

6 FORMS AND SCAFFOLDINGS 2.76 LOT 1.00

7 REINFORCED CONCRETE WORKS 25.41 cu.m. 275.00

8 MASONRY WORKS 2.64 sq. m. 395.00

9 PLASTERING WORKS 0.6 sq. m. 562.24

10 WATERPROOFING WORKS 0.31 sq.m. 63.00

11 METAL ROOFING WORKS 5.72 LOT 1.00

12 DUCTBANK AND PULLBOX 3.37 LOT 1.00

13 ALUMINUM COMPOSITE PANEL (PVDF) 3.82 sq. m 205.00

Page 30: Procurement of - Batangas State University

29

14 ARCHITECTURAL STEEL WORKS 5.13 LOT 1.00

15 ARCHITECTURAL DOORS, WINDOWS AND

CURTAIN WALLS 8.17 LOT 1.00

16 TILEWORKS 4.28 sq. m 602.15

17 CARPENTRY WORKS 3.79 sq. m 319.32

18 PAINTING WORKS 1.12 sq. m 583.18

19 STAINLESS LOGO, LETTERS AND SIGNAGES 1.44 LOT 1.00

20 LANDSCAPE WORKS 5.35 sq.m. 646.13

21 MECHANICAL WORKS 0.62 LOT 1.00

22 ELECTRICAL WORKS 5.31 LOT 1.00

23 ELECTRONICS AND COMMUNICATION WORKS 1.70 LOT 1.00

24 REHABILITATION OF OVERHEAD FEEDER LINE 6.34 LOT 1.00

25 PLUMBING WORKS 0.68 LOT 1.00

26 PLUMBING FIXTURES AND ACCESSORIES 0.53 LOT 1.00

27 CATCH BASINS 0.07 LOT 1.00

28 HAULING OF WASTES AND DEMOLISHED

MATERIALS 0.89 LOT 1.00

C O N S T R U C T I O N 100.0

GENERAL

a) All applicable provisions of the different divisions of the Specifications for each work

shall apply for all items cited in this schedule.

b) Discrepancy arising from this section of the Contract Documents must be brought to

the attention of the Owner or representative Architect/Engineer whose decision shall

be final.

c) Materials deemed necessary to complete the works but not specifically mentioned in

the Specification, Working Drawing, or in the Contract Document shall be supplied

and installed by the Contractor. Such materials shall be of the highest quality and

kind, and installed or applied in a workmanlike manner at prescribed or appropriate

Page 31: Procurement of - Batangas State University

30

locations following the Standard Practice of Civil Engineering, National Building

Code of the Philippines and Construction Procedures.

d) All items with specified approved brand, manufacturer, supplier, fabricator, trademark

and the like shall be strictly followed.

e) The Contractor shall coordinate the work with the Project Management Office to

expedite the implementation of the project.

f) The Contractor shall supply all finishing accessories and furnishing fixtures as may be

approved by the owner or representative and shall be installed by the Contractor

whenever required by the Owner or Representative.

1 MOBILIZATION/DEMOBILIZATION

A. Mobilization shall include all activities and associated costs for transportation of

Contractor's personnel, equipment, and operating supplies to the site; and other

necessary general facilities for the Contractor's operations at the site; premiums paid

for performance and payment bonds, including co-insurance and re-insurance

agreements as applicable.

B. Demobilization shall include all activities and costs for transportation of personnel,

equipment, and supplies not required or included in the contract from the site;

including the disassembly, removal and site cleanup of temporary offices and other

facilities assembled on the site specifically for this contract.

2 CONSTRUCTION SAFETY AND HEALTH PROGRAM

A. This item includes provision of Personal Protective Equipment (PPE) (safety harness,

hard hat, safety glasses, gloves, working uniform and safety shoes) for all workers on

the hard hat area.

B. This item covers the provision of safety equipment such as barricades, safety nets and

other similar items that shall be set on throughout the perimeter of the construction

site to ensure the safety of the workers and pedestrians alike.

C. Provision of first aid kit on site at all times.

D. Provision of safety signage’s, appropriate barricades and warning signs, and traffic

management system.

E. All construction personnel shall be required to undergo COVID-19 test, as may be

prescribed, and retested as the need arises.

F. Provision of alcohols, soaps, disinfectants and decontamination areas on site.

G. The contractor shall be required to submit their Construction Safety Guidelines for the

Implementation of the Project during the COVID-19 Public Health Crisis.

Page 32: Procurement of - Batangas State University

31

3 OTHER GENERAL REQUIREMENTS (Project Photographs, Project Billboards and

Permits, Clearances and Other Government Taxes)

A. PROJECT PHOTOGRAPHS

Monthly accomplishment report shall be submitted to BatStateU complete

with pictures of on-going projects.

The Contractor must present a report on the project’s progress shown

through photographs.

B. PROJECT BILLBOARDS

Contractor must provide two project billboards showing information about

the project.

The two (2) Project billboards shall be strategically placed within the site

vicinity; (As provided on the General Guidelines and Legal Mandates of the

Commission on Audit to promote good governance through transparency

and accountability, notifications to the public and other forms of

announcement and/or publicity for or otherwise relating to the

Projects/Programs/Activities (PPA) shall be made at the least possible cost.)

Hence, for infrastructure projects, two (2) tarpaulin signboards must be

suitably framed for outdoor display at the project location, and shall be

posted as the award has been made. The design and format of the tarpaulin

as shown below, shall have the following specifications:

Tarpaulin, white, 8ft x 8ft

Resolution: 70 dpi

Font: Helvetica

Font Size: Main Information – 3”

Sub-Information -1”

Font Color: Black

Republic of the Philippines

Batangas State University

Batangas City

PROJECT MANAGEMENT OFFICE

Project: CONSTRUCTION OF GATE FOUR FACADE AND FENCE Cost: _________

Location:

BatStateU – Pablo Borbon, Rizal Ave. Ext., Batangas

City Fund Source/s:________

____________________

Page 33: Procurement of - Batangas State University

32

Implementing Agency/ies:

Development Partner/s:

Contractor/Supplier: ______________________________

Brief Description of Project:

Project Date Project Status

Remarks

Duration Started

Target Date

of

Completion

Percentage

of

Completion

As of

(Date)

Cost

Incurred

to Date

Date

Completed

For particulars or complaints about this project, please contact the Regional Office or Cluster

Which has audit jurisdiction on this project:

COA Regional Office No./Cluster:

Address:

Contact No. : _________________ or Text COA Citizen's Desk at 0915-5391957

C. PERMITS, CLEARANCES AND OTHER GOVERNMENT TAXES

The Contractor must secure Fire Safety Evaluation Clearance for Building

Permit and Fire Safety Inspection Certificate for Occupancy Permit.

4 TEMPORARY FACILITIES/ FIELD OFFICE

4.1.1.1 The construction of temporary facilities including electric and water consumption,

barracks, site office, temporary fence, hand wash area, disinfection station, sanitation

tent.

5 SITEWORKS

5.1.1.1 SITE CLEARING

Removal / Relocation of trees and removal of all unnecessary obstructions

within the construction site.

All BatStateU-owned materials shall be turned over to the Maintenance Unit.

Cap all existing utility lines. Consult Owner/ Representative before

commencing work.

Page 34: Procurement of - Batangas State University

33

Provision, installation and maintaining of temporary fencing and barricades

to secure work area, as well as necessary gates, pathways and access control

system to the satisfaction of BatStateU.

The Contractor shall assist in clearing and removal of all BatStateU-owned

items, materials and other obstructions within the construction site.

B. DEMOLITION

Demolition, dismantling works and removal of all site existing structures

such as slabs, columns, roofing and other obstructions within the area where

the building/s will be erected. The following structures to be demolished are

as follows:

Existing Fence

Existing One Storey CONAHS Building

Cooperative Building

One Storey Classroom (Baking Room)

Stock Area

Existing Materials Recovery Facility (MRF)

Other existing buildings/structures that may obstruct the proposed

building; such structures shall be identified by BatStateU

Demolition shall be done in a well-organized manner. All demolished

materials and debris shall be removed from site and shall be disposed from

site immediately; all other reusable materials shall be turned over to

BatStateU.

Any damage incurred by the Contractor during demolition/dismantling that is

not within the scope/contract shall be repaired at the expense of the

Contractor and shall not be included in the contract amount.

C. EXCAVATION for building foundations, tie beams and other structures below

ground level shall be done to depth and elevations indicated on the drawings.

Excavation shall be extended until the required bearing capacity is attained. It shall be

leveled properly and must be compacted up to disturbed bottom.

Provision of ground protection such as installation of sheet piles, trenching,

shoring and other excavation protection may be required by the Contractor to

avoid cave-ins or collapse of the ground during excavation.

Page 35: Procurement of - Batangas State University

34

Dewatering works may be required for pumping out ground water from or

around the excavation prior construction of building foundation and other

related structures to be constructed below natural grade line.

All excavated materials on-site shall be disposed and shall be

transferred/hauled by the Contractor on a different site or outside the

construction.

D. EARTH WORKS

Fill borrow materials. Granular, non-plastic materials from off-site source;

50mm thk gravel bedding for tie beams, grade beams and slab on grade and

lean concrete for foundations;

Backfilling. Approved and clean materials. Lay backfilling not more than

300mm thick, each layer thoroughly compacted and wetted by tamping or

rolling. This shall extend to area as indicated in the plan.

E. Provision of soil poisoning and termite

control.

F. Provision of soil poisoning perforated

pipe line system including installation

of ½” diameter PVC pipes (blue) with

holes and ½” diameter PVC fittings.

Layout of pipes to be provided.

G. The contractor must conduct Field

Density Test (FDT), one group of 3 in-

situ density tests per layer. Each layer

must be 0.20m compacted fill of 95%

soil compaction.

6 FORMS AND SCAFFOLDINGS

6.1.1.1.1.1 All forms for concrete works shall be

properly braced or connected together so as to maintain the correct position and

shapes of the concrete members. Forms shall be constructed sufficiently tight to

prevent bulging and seepage of water.

6.1.1.1.1.2 Forms shall not be removed until the

concrete has attained sufficient strength to support its own weight and any loads that

may be placed on it. Sides of beams and girder may be removed earlier than the

bottom forms but additional post or shoring must be placed under the beams or girders

until they have attained the strength.

6.1.1.1.1.3 Use Phenolic Board for all formworks.

Page 36: Procurement of - Batangas State University

35

6.1.1.1.1.4 Scaffolding shall be of good construction

of sound materials and strength for the purpose for which it is intended.

6.1.1.1.1.5 Scaffolding shall be done in a manner

where it follows the standards for occupational safety and health.

7 REINFORCED CONCRETE WORKS

A. REINFORCING STEEL BARS

All steel reinforcing bars to be used in this construction shall consist of round

deformed bars with lugs or projections on their sides to provide a greater

bond between the concrete and steel.

All reinforcing bars shall be accurately placed and secured against

displacement by tying them together at each bar intersection with gauge no.

16 or 18 tie wire.

The steel reinforcing bars indicated for footings, columns, beams, slabs,

stairs, drop off area, elevated walkways, concrete gutter and other concrete

members shall conform to the number, size and spacing as indicated in the

drawings or schedule of steel reinforcement.

No metal reinforcement shall be installed in place unless it is free from rust

and scale of other coatings, which will destroy or reduce bond with concrete.

All reinforcing bars shall conform to ASTM A615 Grade 60 for 16mm

diameter and larger bars and Grade 40 for 12mm diameter and smaller bars.

The Contractor shall, employ at his own expense, an approved testing

laboratory which shall conduct testing of all reinforcement sizes of each bulk

under the supervision of the supervising Architect or Engineer.

Refer to approved drawings for construction notes regarding reinforcing steel

bars.

B. STRUCTURAL CONCRETE CLASS “A”

All concrete shall develop a minimum compressive strength at the end of

twenty-eight days with corresponding maximum size aggregate and slumps

as follows:

LOCATION 28 DAYS

STRENGTH

MAX. SIZE

AGGREGATE MAX. SLUMP

Drop Off 3,500 PSI /

24MPa 3/4 in (19mm) 4 in (100mm)

Curbs & Slab-on-

Grade

3,000 PSI /

21MPa 3/4 in (19mm) 4 in (100mm)

Page 37: Procurement of - Batangas State University

36

Foundation,

Retaining Wall&

Tie Beam

3,000 PSI /

21MPa 3/4 in (19mm) 4 in (100mm)

Columns

3,000 PSI /

21MPa 3/4 in (19mm) 4 in (100mm)

Beams & Slabs

3,000 PSI /

21MPa 3/4 in (19mm) 4 in (100mm)

All concrete works shall be done in accordance with the standard

specifications for plant and reinforced concrete as adopted by the

Government. Cement to be used shall be readily available in the locality.

Alternative cements must be approved by the Architect/Engineer in-charge

of construction.

The fine aggregate for concrete shall consist of natural sand or of inert

material with similar characteristics, having clean, hard and durable grains,

free from organic matter or loam.

The coarse aggregate for concrete shall consist of river run gravel or crushed

stone having maximum size 1/5 of the nearest dimension between sides of

forms of the concrete or ¾ of the minimum clear spacing between

reinforcing bars, or between rebars and forms whichever is smaller.

The Contractor shall employ, at his own expense, an approved Testing

Laboratory which shall make compression and slump tests and immediately

submit copies of test reports to the supervising Architects or Engineers.

Make six (6) standard concrete cylinder samples for every structural concrete

component poured (footings, columns, beams, slabs, etc.) and every two

samples shall be tested according to 7, 14 and 28 days, respectively.

Refer to approved drawings for construction notes regarding reinforced

concrete.

Contractor shall provide required pipe sleeves for all utilities (Electrical,

Plumbing, Mechanical, etc.). Coordinate/Consult with the

Architect/Engineer-in-charge regarding the requirements for pipe sleeves,

unless specified on the approved plans and details. Refer to approved

drawing regarding the locations for the pipe sleeves for all utilities.

Polyethylene sheets – install minimum 6 mils thick polyethylene film under

slabs on grade. Stretch film level and weight edges to maintain position until

concrete is poured. Lap joints to 150mm.

Pre-moulded expansion joints (PEJ) materials. Securely anchor in place

preformed compressible expansion joint fillers board with thickness of

12mm.

Page 38: Procurement of - Batangas State University

37

8 MASONRY WORKS

A. All masonry works, exterior and interior walls for offices, fence and Center Island

shall be done based on the approved drawings.

B. Concrete Hollow Blocks must develop a minimum compressive strength of 350psi

with even texture and well-defined edges, unless otherwise mentioned on the

construction notes.

Use 5” x 8” x 16” (125mm thk.) masonry units for all exterior, interior walls

and fence as indicated on the approved floor plans.

C. Masonry units shall be sound, dry, clean and free from cracks when placed and laid on

the structure.

D. All concrete hollow blocks shall be extended unless otherwise specified and anchored

up to the bottom of the slab, beams and columns.

E. Reinforcing bars: use 10mm diameter vertical bars at 400mm on center and 10mm

diameter horizontal bars at 600mm on center. Refer to notes on masonry and concrete

blocks regarding reinforcement for masonry walls.

F. All reinforcing bars shall be accurately placed and secured against displacement by

tying them together at each bar intersection with gauge no. 16 or 18 tie wire.

G. Provide 1 – 16mm diameter extra vertical bars at corners, intersections, end of walls,

and each side of openings as shown.

H. Lintel beams or lintel blocks shall bear at least eight (8) inches (200mm) on each side

of masonry wall opening.

I. Mortar works: With mix and texture as required. Mortar shall be composed of one (1)

part cement and three (3) parts sand.

J. The Contractor shall, employ at his own expense, an approved testing laboratory

which shall conduct testing of all concrete hollow block sizes (3 samples each) under

the supervision of the supervising Architect or Engineer

K. Contractor shall provide required pipe sleeves for all utilities (Electrical, Plumbing,

Mechanical, etc.). Coordinate/Consult with the Architect/Engineer-in-charge

regarding the requirements for pipe sleeves, unless specified on the approved plans

and details. Refer to approved drawing regarding the locations for the pipe sleeves for

all utilities.

L. 30mmØ and 15mmØ backer rod shall be installed as shown on the approved plans.

Compressible rod stock polyethylene foam, neoprene foam or other flexible,

permanent, durable, non-absorptive material as recommended for compatibility with

sealant by the sealant manufacturer; which will control the joint depth for sealant bead

Page 39: Procurement of - Batangas State University

38

on the back side, and provide a highly compressible backer to minimize the possibility

of sealant extrusion when joint is compressed.

M. Polyurethane sealant. Low-modulus, high-performance, 1-component, polyurethane-

based, non-sag elastomeric sealant. Apply on joint substrate free from dust, oil and

other impurities that may affect adhesion of sealant to the joint.

9 PLASTERING WORKS

A. Plaster works: With mix and texture as required. Plaster shall be composed of one (1)

part cement and two (2) parts sand.

B. Masonry wall finishes shall be smooth plaster finish.

10 WATERPROOFING WORKS

A. This work includes the application of water proofing materials required by the

projects and as shown on plan to be approved by the owner and authorized

Representative/Architect/Engineer.

B. Cementitious waterproofing system of roof slab and concrete valley gutter and

membrane waterproofing for concrete valley gutter as specified on the drawing plans

and according to specifications.

11 METAL ROOFING WORKS

A. The works include provision and installation of all roofing materials required by the

project and as shown on plans to be approved by the Owner or authorized

representative/engineer.

B. All members shall be in accordance with the approved steel framing plans and these

Specifications, and to the entire satisfaction of the Owner under the direct supervision

and of Architect/ Engineer-in-charge.

C. The drawings are not intended to show every bolted or welded connection. All such

item whether specifically mentioned or not, or indicated on the drawings shall be done

if necessary to complete the structure.

D. Sheets shall be laid with the end and side laps as indicated on the brochures or

supplied drawings. Unless otherwise specified, the minimum side laps shall be

connected to the purlins using the specifications supplied by the manufacturer or other

approved equivalent connector.

E. Welding, shearing, gas cutting, chipping and all other works involved in the

fabrication of structural steel frames shall be done with accuracy and of the highest

quality of workmanship.

F. Use 0.50mm thick Pre-painted Rib-Type Long Span Roofing Sheets. The Contractor

shall provide samples to be approved by BatStateU.

Page 40: Procurement of - Batangas State University

39

G. Provide 15mm Polyethylene Foam Insulation with two (2) sides aluminized film.

Insulation shall be secured with heavy duty duct tape. Insulation shall be fastened in-

between the roofing sheets and the wire mesh n top of the purlins.

H. Use LC 175mm x 50mm x 20mm x 1.6mm thk light gauge purlins at 600mm o.c with

12mmØ sagrods threaded both sides with standard nuts and washers installed

staggered at every third point as specified on the approved plans and drawings.

I. Provide 2 pc 150mm x 50mm x 1.50mm thk. LC Purlins (Fascia Board).

J. Use 0.50mm thick stainless steel gutters Type 304.

K. All steel members shall be protected against corrosion using epoxy primer &epoxy

reducer.

12 DUCTBANK AND PULLBOX

A. Ductbanks shall have electrical warning tape, and cable tiles. Conduits shall be

encased in concrete. Conduits shall have spacers. Ductbanks shall go under other

utilities if ever necessary.

B. Concrete shall utilize class A mixture with comprehensive strength of 2000psi

minimum.

C. All reinforcing steel bars shall be new and free from rust, oil, defects or kinks. They

shall conform to the latest requirement of ASTM A-165 “Specifications for Billet

Deformed Bars” minimum grade 40.

D. Pull box cover shall be 65mm thick or as shown in the plan with compressive strength

of 3000 psi.

E. Concrete separator/ spacer shall utilize Class A mixture with compressive strength of

1500psi. Grooves shall be smooth finish. Separators can use the approved PVC

material.

F. Poly-vinyl-chloride (uPVC) conduit shall be PNS14 thick wall, schedule 40, with

factory made coupling and fittings.

G. Warning tape shall be yellow color made of polyethylene or polypropylene. The tape

should have built in black colored markings of “Caution and Electrical Cable Burried

Below”.

13 ALUMINUM COMPOSITE PANEL (PVDF) WORKS

A. For Aluminum Composite panels, use:

ALUMINUM COMPOSITE PANEL (PVDF)

TYPE MATERIAL'S SPECIFICATIONS LOCATION

Page 41: Procurement of - Batangas State University

40

ACP

Size 1220mm x 2440mm

PWD Ramp

(Outside &

Inside)

Main Entrance

Column

Branches

Color Varies

Panel thickness 4mm

Aluminum thk 0.30mm

Coating PVDF

Sub-frame

1-1/2” x 1-1/2 x 1/6” thk Aluminum

Tubular

1-1/2” x 1-1/2 x 1/8” thk Aluminum Angle

Bar Bracket

5/16” Dynabolt

Accessories/Finish Silicone Sealant

B. Column Branches framing/support must be securely connected from the column to the

roof frame.

C. Column Branch shall be terminated/ extended as per intersection with the ceiling as

per actual installation.

D. All frame/sub-frame must be hidden of visual perspective.

E. Provide sample and framing mock-upfor approval by Owner/Architect/Engineer.

14 ARCHITECTURAL STEEL WORKS

A. Supply and installation of all Architectural Steel works as per plan details.

B. All steel works except for stainless finishes must be painted primer before top coating.

C. Stainless steel pipes must have a stainless steel escutcheon plate on ends.

D. Provide sample for approval by Owner/Architect/Engineer.

RAILINGS

TYPE MATERIAL'S SPECIFICATIONS LOCATION

Typical Railings

Post: 2" x 3" x 2.00mm thk Stainless

Rectangular Steel Tube

Hand Grab: 1" x 2" x 1.20mm thk

Stainless Rectangular Steel Tube

PWD Ramp (Outside & Inside)

Main Entrance

Railings

Post: 2" x 3" x 2.00mm thk Stainless

Rectangular Steel Tube

Hand Grab: 1" x 2" x 1.20mm thk

Stainless Rectangular Steel Tube

10mm thk Tempered Glass

Stainless Steel Patch Fittings

Main Entrance

Page 42: Procurement of - Batangas State University

41

PWD GATE

TYPE MATERIAL'S SPECIFICATIONS LOCATION

PWD Gate

Post: 5" dia. Stainless Steel Pipe

Frame: 2" x 2" x 1.2mm thk x 6m Stainless

Steel Square Tube

Surface: 4' x 8' x 10mm thk Clear High

Impact Acrylic Sheet

Ground Floor

FENCE GRILLS

TYPE MATERIAL'S SPECIFICATIONS LOCATION

Fence Grills 50mm wide x 6m length x 6mm thk Flat

Bar Fence

TRELLIS

TYPE MATERIAL'S SPECIFICATIONS LOCATION

Vertical Trellis 2" x 6" x 1.5mm thk x 6m length

Rectangular Tubular Steel Waiting Shed

VERTICAL PLANTERS

TYPE MATERIAL'S SPECIFICATIONS LOCATION

Vertical Planters

2” x 4” Vertical and Horizontal Steel

Tubular Bars

2”x 2” x 6mm Steel Matting

1” x 1” x 3/16 Standard thk. Angle Bar

Waiting Shed

OTHER MATERIALS

Misc

Welding Rod 1/8" diameter (for stainless steel)

Grinding disc

Cutting disc

Oxygen

Acetylene

15 ARCHITECTURAL DOORS, WINDOWS AND CURTAIN WALLS

A. The works include supply and installation of Doors, windows, curtain walls and

accessories required by the project and as shown on plans to be approved by the

Owner or authorized representative/architect or engineer.

Page 43: Procurement of - Batangas State University

42

B. Door Locksets of high quality: Tubular Door Brushed Satin Finish, Unlock by both

knobs satin finish, Sliding Flush Pull Handle Brushed Stainless Finish. Provide

sample for approval by Architect/Owner.

C. For the door hinges, use high quality full mortise flush hinges, glass door top and

bottom hinge, double action spring hinge, use four (4) pieces per door leaf except for

glass door hinge.

D. All Wooden Door Panel and Door Jambs shall have chemical wood termite

treatments.

E. Supply and installation of the following doors, windows and glass partition:

F. Mock-Ups:

15.1 The Contractor shall install at Project site a job mock-up using acceptable

products and manufacturer approved installation methods and obtain the

BSU’s acceptance of finish color, texture and pattern and workmanship

standard.

15.2 Maintain mock-up during construction for workmanship comparison and

remove and legally dispose of mock-up when no longer required. Mock-up

may be incorporated into final construction upon the BSU’s approval.

G. Gaskets shall be provided on jambs, heads or transoms.

H. Door Fabrication Tolerances

15.3 Size:

Thickness: ± 0.8 mm.

Height: ± 0.8 mm.

Width: ± 0.8 mm.

Squareness: Diagonal measures not to exceed 1.6 mm.

Hardware Location: ± 0.8 mm.

DOORS

SCHEDULE MATERIAL'S SPECIFICATIONS LOCATION

D - 1

2.00m X 2.10m - Double Leaf Frameless Door (Double

Swing)Using: 12mm Thk. Tempered Glass On Stainless

Steel Patch Fittings With Complete Accessories And

Hardwares.

Main Entrance

D - 2

2.00m X 2.10m - Double Leaf Frameless Door (Single

Swing) Using: 12mm Thk. Tempered Glass On Stainless

Steel Patch Fittings With Complete Accessories And

Hardwares.

Main Entrance

D - 3

0.70m X 2.10m Kiln Dried (K.D) Tanguile Panel Door

On 2" X 5" Yakal Door Jamb Complete With Heavy

Duty Accessories

CCTV Room

Information Desk/ Guard

Station

Page 44: Procurement of - Batangas State University

43

Pantry

D - 4

0.60m X 2.10m Kiln Dried (K.D) Tanguile Panel Door

On 2" X 5" Yakal Door Jamb Complete With Heavy

Duty Accessories

Toilet

WINDOWS

SCHEDULE MATERIAL'S SPECIFICATIONS LOCATION

W - 1

0.60m X 0.60m Awning Window With 1/4" Thk

Tempered Grey In Powder Coated Frame Complete

With Heavy Duty Accessories

Toilet

W - 2

0.70m X 0.70m Awning Window With 1/4" Thk

Tempered Grey In Concealed Powder Coated Frame

Complete With Heavy Duty Accessories

Triage Area/CW2

CURTAIN WALL

SCHEDULE MATERIAL'S SPECIFICATIONS LOCATION

CW - 1

Curtain Wall 1 (CW1) - Seamless type fixed Curtain

Wall using: 10mm thk tempered glass on Powder Coated

HD Plain mullion aluminum framing

Main Entrance

CW - 2

Curtain Wall 2 (CW2) - Seamless type fixed Curtain

Wall using: 10mm thk tempered glass on Powder Coated

HD Plain mullion aluminum framing

Triage Area

ACCESSORIES/FINISHES

TYPE MATERIAL'S SPECIFICATIONS LOCATION

Handle 38mm dia x 1200mm Stainless Steel Glass Door Handle All Glass doors

Hardware 4 x 4 Loose Pin Door Hinge

4 pcs per door leaf All Wooden doors

Finish Cut-out Frosted Sticker All Glass doors and curtain

walls

16 TILEWORKS

1. Tile works include the provision of all necessary fixtures and facilities required by the

project and as shown on plans to be approved by the Owner or authorized

representative/engineer.

2. Tile works cover all floors specified and as scheduled in the Floor pattern Layout.

Page 45: Procurement of - Batangas State University

44

3. Appropriate cement, tile adhesive, grout and all necessary tile accessories to be

approved by BatStateU or authorized Representative/Architect/Engineer.

4. All tileworks on the run of stairs shall have mechanical cut lines to be approved by the

Owner/ Architect/ Engineer.

5. Stone cladding must be mechanically fixated, contractor must provide a shop

drawing/ mock up for this process.

6. Mechanical fixation of Cladding shall use 4’ x 8’ x 5mm thk Stainless Steel metal

sheet to be fabricated to 40mm x 120mm Metal Clips which will be screwed/nailed in

to place. (1 Metal Clip for each Stone Cladding)

7. Use heavy duty cement-based tile adhesive to all tile works. Application thickness of

tile adhesive shall be 10mm thk. For vertical applications and 6mm thk for horizontal

applications.

8. Tileworks Schedule:

FLOOR TILES

SCHEDULE MATERIAL'S SPECIFICATIONS LOCATION

FF1 10mm thk. 60cm x 60cm Outdoor Granite Tiles

Color: Shade of Grey

Main Entrance

PWD Ramp

Waiting Shed

FF2 10mm thk60cm x 60cm Polished Granite Tiles

Color: Shade of White

Triage area

CCTV Room

Information Desk/Guard

Station

Pantry

FF3 10mm thk30cm x 30cm Matte Tiles

Color: Shade of Grey Toilet

WALL TILES

SCHEDULE MATERIAL'S SPECIFICATIONS LOCATION

WF1

10mm thk60cm x 60cm Polished Granite Tiles

Color: Galaxy Black

(Mechanical Fixated)

Logo Wall

WF2

3/4" thk. Stone Cladding

(Mechanical Fixated)

Color: Rustic/Castle

Main Entrance Column

WF3 10mm thk 60cm x 60cm Decorative Tiles

Color: Shade of Brown/Grey Information Wall

WF4 10mm thk 60cm x 60cm Polished Tiles

Color: Shade of White Toilet walls

COUNTER TILES

Page 46: Procurement of - Batangas State University

45

SCHEDULE MATERIAL'S SPECIFICATIONS LOCATION

COF

60cm x 60cm Polished Granite Tiles

(For Counter Top, Counter edge and Splash Board)

Color: Galaxy Black

Pantry Counter

Wash Area Counter

OTHER MATERIALS

Misc

4’ x 8’ x 5mm Stainless Steel Plate

Tile Grout

Heavy Duty Tile Adhesive

Cutting Disk

Cement

17 CARPENTRY WORKS

A. The work includes the furnishing of materials, tools and equipment, methods and

labor necessary to complete all carpentry work requirements.

B. Carpentry works includes construction of all interior and exterior ceilings and

information counter

C. Provide sample/shop drawing for approval by architect/Owner.

D. Ceiling works specifications:

CEILING

TYPE MATERIAL'S SPECIFICATIONS LOCATION

CF1

0.20mx2.8mx12mm thk Wood Panel Composite

50mm x 35mm Metal Clip

L – Profile Edge Trimming

Double Furring 0.40mm x 19mm x 5m

Wall Angle 50mm x 25mmx 3m

C-Channel 1mm x 12mm x 38mm x 5m

Wall Clip

Suspension Clip

Fiber Cement Board Screw

Mesh Tape

Gypsum Putty

Main Entrance

Waiting Shed

Information Desk/Guard

Station

CF2

4.5mm x 4' x 8' Fiber Cement Board

Double Furring 0.40mm x 19mm x 5m

Wall Angle 50mm x 25mmx 3m

C-Channel 1mm x 12mm x 38mm x 5m

Wall Clip

Suspension Clip

Fiber Cement Board Screw

Mesh Tape

Gypsum Putty

Triage Area

Toilet

CCTV Room

Information Desk/Guard

Station

Pantry

Page 47: Procurement of - Batangas State University

46

INFORMATION

TYPE MATERIAL'S SPECIFICATIONS LOCATION

4'x8'x3/4" thk. Machine-Pressed High Pressure Laminate

(HPL) Medium Density Fiber (MDF) Board

PVC Edge Banding

Information Desk

18 PAINTING WORKS

A. All painting materials shall be approved by the architect/owner, unless otherwise

specified. Use first class neutralizer, primer and sealer, putty, tinting color (gloss,

semi-gloss and flat) and thinning solvents.

B. Prior to painting works, all exposed finish hardware, electrical plates & fixtures,

plumbing fixtures, toilet accessories, glasses and the like shall be adequately

insulated/protected that these are not stained with paint and stain materials. All other

surfaces which stain would endanger paint marks should be taped and covered with

paper or equal.

C. Apply the proper number of coats to affect a painted surface which is not transparent,

looks full bodied when dried, and generally as recommended by the manufacturer for

the respective paint types.

D. For all areas specified for moisture protection shall be coordinated with painting

procedures shown on brochures from manufacturers.

E. Painting of entire structure.

F. Provide sample for approval of End User/Owner/Architect/Engineer

G. Paint Specifications:

CONCRETE SURFACES

TYPE MATERIAL'S SPECIFICATIONS LOCATION

Elastomeric Paint

(Semi – Gloss)

Concrete Neutralizer

Acrylic Concrete Primer and Sealer

Putty

Elastomeric Paint (Semi – Gloss)

All Exterior Concrete Walls

Latex Paint

(Semi – Gloss)

Concrete Neutralizer

Acrylic Concrete Primer and Sealer

Putty

Latex Paint (Semi – Gloss)

All Interior Concrete Walls

WOOD SURFACES

TYPE MATERIAL’S SPECIFICATIONS LOCATION

Fiber Cement Board Primer

Glazing Putty

Main Entrance

Waiting Shed

Page 48: Procurement of - Batangas State University

47

Latex Paint (Flat) CCTV Room

CCTV Room Toilet

Wooden Panel Doors

Primer

Epoxy Reducer

Quick-Drying Enamel

D3 and D4

STEEL SURFACES

TYPE MATERIAL'S SPECIFICATIONS LOCATION

Enamel Paint (Gloss)

Red Lead Primer

Epoxy Reducer

Quick-Drying Enamel

Fence Grills

Vertical Trellis

19 STAINLESS LOGO, LETTERS AND SIGNAGES

A. This work includes the supply and installation of the following:

TYPE QTY MATERIAL'S SPECIFICATIONS LOCATION

Logo

1 set 1.10m dia 2” depth Stainless Steel Build-

up BatStateU Logo

Logo wall – Main

Entrance

Lettering

20 pcs/letters

0.20m Height 2" Depth Stainless Steel

Lettering:

Font: Century Gothic

Text:

"GATEWAY TO GREATNESS"

60 pcs/letters

0.45m Height 2" Depth Stainless Steel

Lettering:

Font: Century Gothic

Text:

LEADING INNOVATIONS,

TRANSFORMING LIVES

STEAM Library Facade

6 pcs/letters

0.30m Height 2" Depth Stainless Steel

Lettering:

Font: Century Gothic

Text:

BASICS

STEAM Library Facade

11 pcs/letters

0.17m Height 2" Depth Stainless Steel

Lettering:

Font: Century Gothic

INFORMATION

Information Counter

Plate Signage 4 sets 8" X 10" (80 sq.in.) PWD Logo Stainless

Steel Signage PWD Entrance/Exit

Page 49: Procurement of - Batangas State University

48

3 sets

6" X 8" (48 sq.in.) Stainless Steel Signage

for:

CCTV Room, Toilet & Pantry

CCTV Room

Toilet

Pantry

20 LANDSCAPE WORKS

A. This item includes all landscaping works that is specified in the Vertical planters,

plant boxes, Floor Plan, Site-Development plan.

B. For garden soil, use loam soil to ensure that plants have a steady supply of moisture

without drowning.

C. Supply and planting of vertical planters, garden soil, grass, landscape stones/pebbles,

mulch, trees and plants to be approved by Owner’s Representative/PMO.

D. Provide necessary equipment and materials for Landscaping.

21 MECHANICAL WORKS

A. All air conditioning and ventilation units to be installed shall be of approved quality

and shall be presented through original catalogue/s and/or physical presentation of

units to the Owner/Representative or consultant for mechanical works of the Project

Management Office of BatStateU for approval prior to installation.

B. Air conditioning and ventilation units and/or brand/s shall be presented and approved

by owner/representative prior to installation.

C. Hangers, supports and pipe sleeves for the entire air conditioning and ventilation

system shall be provided. All hangers and supports shall be hot-dip galvanized after

fabrication to provide high resistance to corrosion.

D. One (1) set of 1.5HP inverter split-type wall-mounted air conditioning units shall be

supplied and installed. 1.5HP inverter split-type wall-mounted air conditioning unit

consists of a pair of indoor unit and outdoor unit. The ACUs shall comply with the

following specifications:

Legend ACU-1

Number of sets to be

supplied and Installed 1 unit

Location to be Served CCTV Room

Nominal Capacity 1.5 HP

Unit Type Inverter

Wall Mounted Type

Page 50: Procurement of - Batangas State University

49

Power Supply

Voltage: 230V

Frequency: 60Hz

Phase: Single Phase

Power 1,330 W

Dimension (HxWxD), mm Indoor: 293 x 798 x 240

Outdoor: 550 x 780 x 290

Weight, kg Indoor: 9

Outdoor: 26

Refrigerant R32

Cooling Capacity 3,312 - 14,760 kJ/hr

Sound Level, dB(A) 23

Copper Tube Size

Liquid 1/4 in

Copper Tube Size

Gas 3/8 in

Maximum Interunit Piping

Length, m 20

Maximum Installation

Level Difference, m 12

E. Refrigerant piping, condensate drain lines, control wires and all necessary materials

for the completion of the system shall be provided and installed accordingly.

F. All other materials whether indicated on plans or not, shall be provided if necessary

for the system to operate.

G. One (1) unit of 8” (215mm) ceiling mounted exhaust fans and one (1) unit of 8”

(245mm) wall mounted exhaust fans shall be supplied and installed. Ceiling mounted

exhaust fan shall be installed following the connections of air pipes shown on the

plans. The exhaust units shall comply with the following specifications:

Legend EF-1 EF-2

Number of Units to be

Supplied and Installed 1 unit 1 unit

Locations to be Served Pantry Comfort Room

Nominal Size 8" (215mm) 8" (245mm)

Unit Type Ceiling Mounted Wall Mounted

Page 51: Procurement of - Batangas State University

50

Power Supply

220-230V,

60Hz,

Single Phase

220-230V,

60Hz,

Single Phase

Motor Rating 20W 35W

Air Delivery 286 cfm 286 cfm

Nominal Diameter of

Air Pipe 4" (100mm) N/A

H. Ductworks and duct accessories, and necessary hangers and supports for the air pipe

of the exhaust system shall be provided and installed accordingly for the full operation

of the system.

I. Stainless round Louver Wall Air vent, air outlet, ducting, ventilation exhaust grille

cover shall be supplied and installed. Specifications of the material shall be submitted

and shall be approved by the assigned project architect from Project Management

Office of BatStateU.

J. One (1) unit of carbon dioxide fire extinguisher and three (3) units of dry chemical

fire extinguisher shall be supplied and installed as shown on the plans.

Type DRY CO2

Number of Units to be

Supplied and Installed 3 units 1 unit

Locations to be Served

TRIAGE AREA,

GUARD

STATION &

PANTRY

CCTV ROOM

Capacity 10 lbs 10 lbs

Height 25.00 in 25.00 in

Diameter 6 in 6 in

Hose Length 44.00 in 44.00 in

Pressure 1,000 psi 1,000 psi

Discharge Time 13.12 sec 13.12 sec

K. Testing and commissioning shall be performed with the member/s of technical

working group as witness/es prior to turn-over and acceptance.

Page 52: Procurement of - Batangas State University

51

22 ELECTRICAL WORKS

A. GENERAL CONDITIONS

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

the latest edition of the Philippine Electrical Code, with the rules and

regulations of the National and Local Authorities concerned in enforcement

of electrical laws and ordinance and with the rules and regulation of the

utility companies concerned.

Contractor shall furnish all labor, equipment and materials as may be

approved by the owner or his/her representative and shall perform all

operations with electrical system shown in the drawings, their test and

inspection complete in accordance with specifications and drawings and

subject to terms and conditions of the contract and materials not specifically

mentioned to bring the electrical system to operating condition and ready for

use by the owner.

Electrical works shall be under the full supervision of a duly licensed and

registered electrical engineer. Failure to do so shall mean a non-compliance

to the said contract.

All electrical material shall comply with the requirements of the

Underwriter’s Laboratories (UL standards), the ASTM and IPCEA as they

apply in the particular.

Submit and secure approval by the Architect/Engineer or by duly authorized

representative of the owner before procurement, fabrication or delivery or

installation of items to the jobsite. Submittal shall include the sample,

manufacture's name, trade name, place of manufacture, catalog model or

number, nameplate data, size, layout dimensions, ratings and capacity.

Electrical materials shall be as specified herein or electrical drawing details

as shown in the plans. Consult TWG for discrepancies.

B. PANELBOARD

The panel shall be used and assembled on job as much as possible. The panel

shall be of code gauge steel #16 in NEMA 12 flush type enclosure. Two keys

per panel shall be furnished. The trim for all panels shall be finished in

industrial gray enamel over a coat of rust inhibitor.

Panels and cabinets shall be as manufactured by manufacturers with ISO and

BPS Certificates. Manufacturer’s shop drawings shall be submitted before

manufacturing.

Panelboard main bus work shall be ampacity rated to equal or exceed over

current protective device immediately ahead of it. All bus work shall be

properly secured to withstand available short circuit forces at the location.

Page 53: Procurement of - Batangas State University

52

All distribution panels shall be provided with permanent panel designation and

directory. Submit sample for approval of Engineer/Architect prior to

fabrication. Panel designation shall be similar to panelboard schedule and panel

directory shall be provided with circuit number, breaker rating, size of wire and

conduit.

Provide grounding strip inside the panel intended for the main feeder, and all

the branches, including one unit for the ground rod or grounding line as

required.

C. INDIVIDUAL BREAKERS AND SWITCHES

Provide individual circuit breakers, safety switches, and disconnect switches

here indicated on plans. Voltage ratings shall be suitable for each case of

service application. Enclosures shall be General Purpose, NEMA Type 12,

except where specifically noted on plans or assembled on panel cabinets.

All protective devices shall meet NEMA and Underwriter’s Laboratories,

Inc. specifications.

Circuit breakers shall consist of a quick-make, quick-break type entirely trip-

free operating mechanism with contacts, arc-interrupter, and thermal

magnetic trip unit for each pole, all enclosed in a molded-phenolic case. The

thermal-magnetic trip unit shall provide time-delayed overload protection in

case of overload or short circuit current in any one pole. Circuit breaker

shall be trip indicating, with the tripped position of breaker handle midway

between “ON” and “OFF” positions.

All circuit breakers shall be bolt-on type. Plug-in circuit breakers are not

acceptable.

Circuit breaker shall be as manufactured by manufactures with ISO and BPS

Certificates. Unless otherwise specified, minimum interrupting level for 220

volts circuit breakers shall be 10,000 amperes.

D. WIRES AND CABLES

All secondary wires shall be copper, soft-drawn and annealed; shall be of

ninety eight percent (98%) conductivity; insulated for 600 volt working

voltage; and with type “THHN/THWN”, “THW” or “THWN” insulation

unless otherwise specified in the Drawings. Insulation shall bear

manufacturer’s trademark, type, rating and wire size and with ISO and BPS

Certificates.

All wires 3.5 mm2 or larger shall be stranded copper. However, solid wires

can be used as required by the manufacturer’s particularly wiring devices

such as the switches and the outlets.

Page 54: Procurement of - Batangas State University

53

For lighting and power systems no wire smaller than 3.5 mm2 shall be used

unless otherwise indicated in the plan.

Wire color coding for secondary lines: Phase A - Black, Phase B- Red, Phase

C – Blue and for ground wire use Green Wire and for Neutral use White or

refer to the building color coding requirement.

Splices and Termination Components:

Splices and Termination Components: Connectors for wires

5.5sqmm and smaller shall be insulated pressure-type or twist-on splicing

connector (wire nut) for wire jointing or splicing. Provide solder less terminal

lugs on stranded conductors in termination works. All splices shall be properly

insulated using approved brands of electrical tape. Application of insulation

tape shall be equivalent to the insulation of the wire concerned. However,

rubber tape can be used as required when the area is subject to excessive

moisture or in wet locations.

E. CONDUIT AND FITTINGS

Poly-vinyl-chloride (PVC) conduit shall be PNS14 thick wall, schedule 40,

with factory made couplings and fittings and with ISO and BPS Certificates.

No conduits smaller than 20 mm (½ inch) diameter electric trade size shall be

used in any system. Conduits shall have no more than, four (4) 90-degree

bends in any one run and where necessary, pull boxes shall be provided upon

the discretion and direction of the Site Engineer. If it is not possible to pull

the cable, use only 3 bends.

No wire shall be pulled into any conduit until the conduit system is

completed in all details, in the case of concealed work until all rough

plastering masonry has been completed, and in the case of exposed work

until the conduit work has been completed in every detail.

The ends of all conduits shall be tightly plugged to exclude plaster, dust and

moisture while the construction of building is in progress. All conduits shall

be reamed to remove all burrs.

F. OUTLETS, BOXES AND FITTINGS

At all outlets of whatever kind, for all system, there shall be provided a

suitable fitting, which shall be either a box or other device specially designed

to receive the type of fitting to be mounted thereon.

The Contractor shall use the correct conduit fittings in the metal/PVC boxes’

connections and shall conform strictly in the use of fittings as well as to the

nature of the appliance to be mounted on them so that the work will be

adaptable to the manufacturer’s recommendation.

Page 55: Procurement of - Batangas State University

54

At all outlets on concealed conduit work, provide galvanized pressed steel

outlet boxes of standard make. These boxes shall be in all cases standard and

where such boxes are not available on the market, special boxes shall be

secured by the Contractor at his own expense. In general, boxes shall be at

least 100 mm in diameter, 53 mm deep and 2 mm minimum gauge or as

indicated in the plans.

All utility boxes intended for outlet devices shall be especially designed to

receive the particular type of device to be mounted and should be deep

enough to accept and fit the total number of conductors and device required.

Junction and pull boxes, of code gauge steel, galvanized shall be provided as

indicated or as required for facilitating the pulling of wires and cables. Pull

boxes in finished places shall be located and installed with the permission

and to the satisfaction of the Architect and Engineers. Junction and utility

boxes shall be provided with red-oxide paint finish while the pull-boxes or

wire gutters are epoxy paint finish with galvanized

screws/bolts/nuts/washers.

In case of fixtures, their outlet fittings shall be provided with suitable

supports of size and kind required by the fixture to be hung. Fixture studs

shall be 9mm dia.

Automatic Boom Barrier’s devices and controls will be supplied and

constructed by Supplier/Contractor. For the power supply, refer to the plan.

G. WALL RECEPTACLES, SWITCHES & PLATES

Receptacle outlets shall be 16 Ampere, 250V, 3 prong, parallel grounded

type with individual switch. Locking type and other special purpose

receptacle outlets shall be as indicated in the drawings.

Wall switches shall be rated 16A, 250V ratings. Switches shall be for flush

mounting type and of the quiet type, spring operated. The type of switches

shall be tumbler operation and the color, plating and appearance of wall

plates shall be as selected by the Architect. Appropriate samples shall be

submitted prior to the purchase of wall switches and faceplates. Only (1)

brand of wiring devices shall be used for the project.

Type and color of receptacle outlet and plates shall be as selected by the

Architect. Appropriate samples of outlets and plates shall be submitted prior

to purchase of devices.

H. LIGHTING FIXTURES

Light Emitting Diode (LED) fixtures as specified in the plan shall conform to

UL Standards, 220 volts. Lamp receptacle shall be of the pin type installation

or as noted in the plan approved by the Architect. Refer to the Landscape

Architect plan for type and the degree of protection and it shall meet NEMA

and Underwriter’s Laboratories, Inc. specifications.

Page 56: Procurement of - Batangas State University

55

Outdoor lighting shall be in approve application and in weatherproof type.

For other type of lighting fixtures, refer to the plans or as required by the

Architect.

23 ELECTRONICS AND COMMUNICATION WORKS

A. CLOSED CIRCUIT TELEVISION (CCTV) SYSTEM

The power supply available other electrical loads of the system is 230V,

AC±10%,60Hz, ±3%,and sufficient isolation shall be provided from the

loads.

The electronic circuits used in the system shall be of solid state fail – safe

design and be provided with proper coating to have resistance to humidity

and corrosion which prevents the operation from being impaired by dust

and dirt.

The cameras shall be tamper– proof and shall alarm during tampering, and

shall log the event to the main database and shall be plug-in type with

suitable locking devices.

The bidders who wish to supply cameras apart from there commended make

shall produce the test/qualification certifications of the cameras. Bidding

without certificates or producing fake certificates may lead to disqualify

the bidder.

The Video Managements of tw are shall be user – friendly and menu driven

with self– checking i.e. all the routines shall be checked periodically for

their proper functioning and integrity.

Diagnostic checks shall be done by the system periodically for the proper

functioning of the Video cameras.

The configuration modifications can be done only from the control room.

The system shall have flexibility for upgrading and expansion in all respects

depending on future requirements.

The supplier may quote for additional items if required for completion of

the system under the heading as optional items.

All the software manuals, hardware manuals, user manuals, training

manuals related to the system shall be supplied in hard copy format (2 sets)

and 2 nos. in CD format.

Page 57: Procurement of - Batangas State University

56

The system shall confirm highest standards of the engineering design and

workmanship. The system shall perform well without much degradation for

the service life of 20years.

CCTV Equipment system consisting of 5MP BULLET IP Cameras, sets of

NVR/DVR with minimum of 8TB capacity each complete with all of its

amenities such as cables, conduits, POE ports/switches, pull boxes, junction

boxes, AVR, rack/server cabinet, mouse, keyboard, speakers and etc.

Submit design, shop drawings and full specifications for evaluation and

approval.

CCTV Cameras shall have 5MPx camera for indoors and outdoors.

Detailed QHD (5MPx) resolution of 2560 x 1440 pixels at 25

frames/second. True WDR image enhancement: Clear detail even with

backlighting and strong contrasts. Integrated software motion detection with

H.265 plus provides 6 times more recording capacity. Integrated IR LEDs

for optimal night vision. Capacity to send images by email. Web and mobile

access to live images using the IP Cam Plus app or browser. PoE (Power

over Ethernet)-compatible.

All connector like RJ- 45, LC connect or patch cord etc. required to complete

the system is in supplier s scope.

Inspection, Testing and Commissioning: The purchaser or his authorized

representative shall have access to the supplier's premises at all reasonable

times to the extent necessary to assess compliance with the provisions of this

specification. All the constituent units of IP based CCTV system equipment

supplied to the provisions of this specification shall be subjected to visual,

dimensional and functional inspection and testing to the satisfaction of the

purchaser. Where functional and operating tests are performed, the

equipment shall comply with all the provisions of this specification at the

conclusion of such tests .To this effect written procedures describing the

step wise inspection and testing procedures in-detail shall be submitted to

the purchaser for approval, prior to the commencement of such tests.

CCTV Equipment system consisting of:

1. Fixed Dome Camera

Day/Night Functionality

2 Megapixel IP Camera, 2MP Network IR Fixed Dome Camera,

PoE Type, Web, Smartphone and NVR Interface, Ultra

Compression H.265/H.265/H.264, IR Led range up to 30M,

1P67, Vandal Resistant. ONVIF (Profile S,T).

Standards: IEC and UL

2. Fixed Bullet Camera

Day/Night Functionality

Page 58: Procurement of - Batangas State University

57

5 Megapixel IP Camera, 5MP Network IR Fixed Bullet Camera,

PoE Type, Web, Smartphone and NVR Interface, Ultra

Compression H.265/H.265/H.264, IR Led range up to 30M,

IP67. ONVIF (Profile S,T)

Standards: IEC and UL

3. Network Video Recorder Specification (NVR)

4-Channel Input, plug and play with four independent POE

network HDMI and VGA simultaneous output, Support ultra

265/H.265/H.264, 1 SATA HDD, up to 10TB, support cloud

upgrade, third party IP cameras supported with Open Network

Video Interface Forum (ONVIF).

Profile S, G and T. Recording Resolution: 1080P/960P/720P

Standard IIEE 802.3AT, IIEE 802.3AF

4. Smart Uninterruptible Power Supply (UPS)

2.5KVA, 230V, 1PH, 60HZ, 0.90 power factor, graphical CD

Display, intelligent battery management, built-in energy meter,

operate without battery, rack height: 85mm, 2U approx.

dimension: 423mmW x 585mmD, 31kg. IR led range up to

30m, IP67. ONVIF

5. IPS Monitor with HDMI, DP and VGA

27” Full HD monitor, 1920x1080 resolution with HDMI,

DisplayPort, and VGA inputs offer flexible connectivity

options

All connector like RJ-45, LC connector patch cord etc. required to complete

the system is in supplier’s scope.

Inspection, Testing and Commissioning: The purchaser or his authorized

representative shall have access to the supplier's premises at all reason able

times to the extent necessary to assess compliance with the provisions of this

specification. All the constituent units of IP based CCTV system equipment

supplied to the provisions of this specification shall be subjected to visual,

dimensional and functional inspection and testing to the satisfaction of the

purchaser. Where functional and operating tests are performed, the

equipment shall comply with all the provisions of this specification at the

conclusion of such tests. To this effect written procedures describing the

stepwise inspection and testing procedures in-detail shall be submitted to the

purchaser for approval, prior to the commencement of such tests.

I. COMMUNICATION AND DATA SYSTEMS

Telephone and Data system shall consist of an interior system of conduits,

outlets boxes, junction boxes and terminal cabinets, smart switches and

manage switch as shown on the plans. UTP/Category 6, 24 AWG x 4 pairs

cable complete with RJ45 connector shall be used or as indicated on the

Page 59: Procurement of - Batangas State University

58

plans. All work materials shall be brand new, free from defects, installed and

constructed in a workmanlike manner according to prevailing standard

practice. All cable shall be tested by the contractor and witness by BatStateU.

Test results shall be submitted for approval. Provide permanent unique

identification at each end of all cables. All conduits for the entire installation

shall be uPVC. Voice & Data cable shall be shall be of approved top brands

in the market today.

Smart switches shall comply with IEEE 802. 3u, IEEE 802.3ab, IEEE

802.3x, IEEE 802.1q, and IEEE 802.1p. interface of 24 10/100/1000 Mbps,

RJ45 ports AUTO Negotiation/AUTO MDI/MDIX 10BASE-T: UTP

category 3, 4, 5 cable (maximum of 100m); Network media of EIA/TIA-568

100Ohm STP (maximum 100m); power supply and consumption of 100-

240VAC, 50/60Hz, 14.86W. Support port based/802.1p/DSCP priority.

Support 4 priority queues, Rate limit, Storm Control, L2 Features: IGMP

Snooping V/V2/V3, Link Aggregation, port Mirroring, Cable Diagnostics,

VLAN: Supports up to 128 VLANs simultaneously (out of 4K VLAN IDs).

Transmission method: Store-And-Forward. With at least 4 POE ports.

Wireless access points shall have has a standard networking interface of

802.11 a/b/g/n/ac; 10/100/1000 Ethernet ports; maximum TX power of

2.4GHz, 20dBm – 5GHz: 20dBm; frequency band of 2.4GHz/5GHz; power

method of Passive Power Over Ethernet (24V), (pairs 4, 5+; 7,8 return);

power supply of 24V, 0.5A Gigabit PoE adapter with wireless security of

WEP, WPA-PSK, WPA-Enterprise (WPA/WPA2, TKIP/AES).

Other items not mentioned in the specifications but are included in the

installation shall be subjected to be pre-approved by the owner.

J. FIELD TESTING & COMMISSIONING OF ELECTRICAL SYSTEM

The Contractor shall provide all test equipment and personnel and submit

written copies of all test results. As an exception to requirements that may

be stated elsewhere in the Contract, the Engineer shall be given 5 working

days’ notice prior to each test.

Devices Subject to Manual Operation. Each device subject to manual

operation shall be operated at least five times, demonstrating satisfactory

operation each time.

All equipment tests shall be done in accordance to the manufacturer’s

recommendation and all test results shall be evaluated by them as well as

their approval for the assurance of the good and safety operation. All

equipment shall have warranty and after-sales technical support.

Test on 600-Volt Wiring: Perform tests after wiring is completed, connected,

and ready for operation, but prior to placing system in service and before any

branch circuit breaker is closed.

Page 60: Procurement of - Batangas State University

59

Inspect cables for physical damage and proper connection in accordance with

contract plans and specifications. Check cable color coding for compliance

with contract specifications.

Test cable mechanical connections to manufacturer's recommended values

using a calibrated torque wrench. In the absence of manufacturer's data use

NETA recommended values.

Perform insulation-resistance test on each conductor with respect to ground

and adjacent conductor; applied potential shall be 500 volts DC for 1 minute

for a 230volts system; minimum insulation-resistance values shall not be less

than 250,000 ohms.

Perform continuity test to ensure proper cable connection.

Performance Test and Equipment Setting: It shall be the responsibility of the

Contractor to test all systems of the entire electrical installation for proper

operation as shown on drawings and as stated herein. Setting of timers, level

switches, protective relays and pilot devices, etc. shall conform to specified

operating requirement.

Phase Sequence Test: The Contractor shall determine correct rotations of all

motors to conform with the phase sequence of the power installation before

final connection to the incoming line.

Grounding System Test: Test the grounding system to assure continuity and

the resistance to ground is not excessive. Test ground wire for resistance to

ground. Make resistance measurements in normally dry weather, not less

than 48 hours after rainfall. Submit written results of each test to the

Engineer and indicate the resistance and soil conditions at the time the

measurements were made.

Conduit Test: All newly installed conduits shall undergo mandrel test. It

shall be consistent with its inside diameters throughout the span. Cleanliness

and smoothness of the inside surfaces of the conduits, and the smoothness of

conduits curvature shall be properly observed. This item is also a mandatory

test that was required by the Utilities. The lighting system can be exempted

to this practice and testing. All conduits passing the test shall be sealed

immediately by end plugs. Always be sure that the empty conduits shall have

the guide strings.

The testing and commissioning required by this specification shall be the

responsibility of the contractor. These requirements reflect only the

minimum standards and procedures to be followed before electrical facilities

to be turned over to or as being mechanically complete. It shall be the

responsibility of the contractor to make any additional test or commissioning

checks necessary to provide a safe, reliable and functionally sound electrical

installation.

Test Report Forms shall be submitted by the contractor for approval.

Page 61: Procurement of - Batangas State University

60

24 REHABILITATION OF OVERHEAD FEEDER LINE

A. GROUNDING SYSTEM

The contractor shall furnish and install complete grounding system as shown

in the drawings.

Ground wire shall be bare copper stranded 30mm2, with size as shown in the

drawings and shall be of cylindrical form and variation shall be within 1% of

the actual size called for.

All metallic conduits, cabinets and equipment shall be properly grounded and

bonded by means of copper straps. The conduits of each system shall be

grounded by connecting to the ground grid.

B. ELECTRICALSTEEL POLE& LINE HARDWARES

Electrical Steel pole shall be non-corrosive steel Hot Dipped Galvanized.

Electrical Steel pole shall be equipped with grounding (bare

copper/aluminum wire) and aluminum/copper ground rod

Grounding connector shall be done by mechanical means.

Electrical Steel pole shall be supported by guy wire anchored to the ground.

The structures may be used in all environments, from coastal regions to

desert areas. All poles must be hot dip galvanized to ISO 1461 and EN

10240.

The minimum thickness of the steel for the manufacture of poles shall be

4.5 mm. The steel used shall be 300 WA in accordance with SABS 1431 or

equivalent. If other materials are used for manufacture the client must

approve these before manufacture commences.

Galvanizing shall be applied by the hot dip process for all parts other than

steel wires and shall consist of a thickness of zinc coating equivalent to not

less than 60 g of zinc per 1,000 cm2 of surface. The zinc coating shall be

smooth, clean and of uniform thickness and free from defects

All drilling, punching, cutting and bending of parts shall be completed and

all burrs shall be removed before the galvanizing process is applied.

Unless otherwise required, all bolts and screwed rods shall be galvanized

including the threaded portion; all nuts shall be galvanized.

All nuts and pins shall be adequately locked.

All exposed bolts, nuts and washers in contact with non-ferrous metallic

parts shall, unless specifically required otherwise, be stainless steel.

Page 62: Procurement of - Batangas State University

61

Insulators shall be alight colored porcelain or toughened glass construction,

shall be suitably rated for the operational voltage of the power-line and

used within the manufacturers design restrictions. All fittings and

ironworks on insulators (except locking clips) shall be heavily galvanized.

Cross- arms shall be 2x3000 x 101 x 51 x 10.4 mm galvanized steel

channel minimum unless specified otherwise. All cross-arms shall be level

when the structures are completed and the conductors tensioned. Cross-arm

straps shall be fitted and secured to ensure that the cross-arms remain level.

All non-current-carrying metal parts on each pole shall be bonded together

and to be connected to the ground. The earth shall be made by running the

overhead earth wire down the pole and connecting it to a 3 m long 15 mm

diameter copper-clad earth rod.

C. CABLE LADDER

Cable ladder shall be Hot Dipped Galvanized heavy-duty ladder type welded

construction consisting of 100mm depth, two longitudinal I-beam side

members of minimum 2mm thickness, and connected by individual transverse

members of minimum 2mm thickness.

Rung shall be full scallop welded on top beam and tag welded at bottom.

Cable ladder to have minimum 75mm loading depth and shall have 5 Nos.

11mm x 11mm square holes at both ends of C-Channel side member.

Rung spaces shall be 229mm on straight runs and 229mm centers to center of

radius and fittings. Rungs to have 30mm minimum cable bearing surface with

radius edges. Rungs shall be perforated for cable ties.

Fittings shall have the same load carrying capacity as straight sections.

Fittings shall be of the continuous concentric arc type with radius as specified,

hinged fittings shall not be utilized.

Each straight section shall be supplied with one pair of splice plates and

necessary bolts, nuts and washers. Each splice plate shall be designed for

eight (8) holding bolts, four (4) in each tray side rail.

Side rails of straight sections and radius fittings shall be compatible to

standard splice plates (75mmTangents).

Cable ladder shall be supplied in 2400mm nominal lengths.

Cable ladder shall be physically and electrically continuous from point of

supply to point of utilization.

A 30mm copper cable with Green insulation with crimped lugs shall be bolted

to the side of the ladder or tray across the jointing plate using 2 bolts and nuts

for bonding purpose only.

Page 63: Procurement of - Batangas State University

62

The cable support system shall be complete with joints tightened, fittings

installed, and supports erected before cable is installed on the tray or ladder.

Cable tray and ladder supports shall be fixed by means of standard mild steel

channel and angle welded or clamped to the steel pole.

25 PLUMBING WORKS

25.1.1.1 General

All plumbing works included herein shall be executed according to the

provisions of the National Plumbing Code, National Building Code and the

Rules and Regulations of Batangas City.

The drawings are not intended to show every pipes, fittings, valves and

appliances. All such item whether specifically mentioned or not or indicated

on the drawings shall be finished and installed if necessary, to complete the

system in accordance with the best practice of the Plumbing Trade and to the

satisfaction of the Owner/Representative.

All materials to be used shall be new and shall conform to the Reference

Code and Standards. Use of materials shall further be governed by other

requirements, imposed on other section of these specifications. Materials

shall be subject to test necessary for their fitness if so required.

The Contractor shall furnish all materials, labor and equipment necessary for

the installation of all water lines, fixtures and accessories.

All materials and equipment to be installed shall be of approved quality and

should be presented to BatStateU/Representative Architect/Engineer for

approval prior to installation.

All works must communicate to the Owner/Representative before

commencement.

SYSTEM DESCRIPTION: Provide new plumbing systems, complete and

ready for operation. Plumbing systems including manufacturer’s products

shall be in accordance with the required and advisory of the IAPMO Uniform

Plumbing Code and Philippine National Plumbing Code. Plumbing systems

include piping less than 1.50meters outside of the building.

SUBMITTALS:

Product data:

Pipe and fittings

Valves

Pipe hangers and supports

Water meters

Page 64: Procurement of - Batangas State University

63

Drains

Certificate of Conformance:

Pipe and fittings

Valves

Pipe hangers and supports

Water meters

Drains

Shop Drawing (as required)

Detail drawings consisting of schedules, performance, charts,

instructions, diagrams, and other information to illustrate the requirements and

operations of systems that are not covered by the Plumbing Code. Detail

drawings for the complete plumbing system including piping layouts and

locations of connections; dimensions for roughing-in, foundation, and support

points; schematic diagrams and wiring diagrams or connection and

interconnection diagrams. Detail drawings shall be indicated clearances

required for maintenance and operation. Where piping and equipment are to

be supported other than as indicated, details shall include loadings and

proposed support methods. Mechanical drawing plans, elevations, views, and

details shall be drawn to scale.

Test Reports

Test, Flushing and Disinfection

Test reports in booklet form showing all field tests performed to

adjust each component and all fields test performed to proved compliance

with the specified performance criteria, completion and testing of the

installed system. Each test report shall indicate the final position of

controls.

STANDARD PRODUCTS: Specified materials and equipment shall be

standard products of a manufacturer regularly engaged in the manufacture of

such product. Specified equipment shall essentially duplicate equipment

satisfactorily at least two (2) years prior to bid opening. Standard products

shall have been satisfactory commercial or industrial use for two (2) years

prior to bid opening. The two (2) years use shall include applications of

equipment and materials under similar circumstances market through

advertisements, manufacturers’ catalogs, or brochures during the (two) 2

years period.

Delivery, Storage and Handling

Handle, store, and protect equipment and materials to prevent

damage before and during installation in accordance with the manufacturer’s

recommendations, and as approved by contracting officer. Replace damaged

or defective items.

Page 65: Procurement of - Batangas State University

64

25.1.1.2 QUALITY ASSURANCE: Plumbing systems including fixtures, materials,

installation, and workmanship shall be in accordance with the plumbing Code except

as modified herein. In the Plumbing code referred to herein, the advisory provisions

shall be considered to be mandatory, as though the word ‘shall’ had been substituted

for the word “should” wherever it appears.

25.1.1.3 MATERIAL’S SPECIFICATION

DWV (DRAIN, WASTE, AND VENT) PIPING: Fittings shall be radius

fittings, except fittings in vent piping which may be short radius fittings.

Minimum size piping shall be 50mm (2”) for buried and aboveground piping.

SANITARY (SEWER) / WASTE LINES – Soil pipes shall be Polyvinyl

Chloride (PVC) Pipes with maximum SDR of 34 per ASTM D3034.

VENT LINES – Branch vent pipes shall be Polyvinyl Chloride (PVC) with

maximum SDR of 34 per ASTM D3034.

CLEANOUTS – ANSI 112.36.2; provide threaded bronze or thermoplastic

cleanouts plugs.

Floor Cleanouts – provide cast-iron floor cleanout with flange,

polished bronze or nickel bronze rim and scoriated floor plate with

CO cast in the plate. Secure floor plate with the counter sunk screws

for installation flush with finished floor.

Ground Cleanouts – provide cast-iron cleanouts and countersunk

plugs. Provide 450 x 450 x 150mm think concrete slab with top

25mm above grade with cleanout located in center of slab.

STORM DRAIN

Drain Pipe: Exterior and Interior Pipes: Exterior and interior storm

drainage pipe shall be Polyvinyl Chloride (PVC) pipe conforming to

the specification of ASTM D 2665 or equivalent for pipes smaller

than 250mm diameter. The engineer reserves the right to inspect

and test the pipe delivered for intended purpose. Defects that are

discovered after acceptance of delivery of the pipes but before

installation shall be cause for rejection without additional cost to the

employer.

DOMESTIC WATER PIPING

Cold Water Line - Embedded pipes shall be Polypropylene Random

(type 3), high resistance to pressure and temperature, conforming to

en ISO 15874, PN 20. Exposed pipes shall be hot-dipped

Galvanized iron pipe conforming to ASTM A53 or ASTM A-120

Schedule 40.

Page 66: Procurement of - Batangas State University

65

WATER VALVES: Valves shall have flanged end connections, except sizes

smaller than 65mm (2 ½”) may have threaded end connection with a union

on all but one side of the valve, or solder connection for connections between

bronze valves and polyethylene tubing. Copper alloy and bronze valve body

shall be ASTM B61 or ASTM B62 copper alloy. Ball valves may be

provided in lieu of gate valves.

Valves: MSS SP-80, Class 125 except sizes 65mm and larger shall

Conform to MSS SP-70, Class 125.

Check Valves: MSS SP-81, Class 125, swing check cast-iron or

bronze body.

Water Meters: AWWA C700 positive displacement type, with

register reading in liters and U.S. gallons.

MISCELLANEOUS MATERIALS:

Escutcheon Plates: Provide one piece or split hinges type metal

plates for piping passing through floors, walls, and ceilings in

exposed spaces, chromium-plated finish on plates in finished

spaces, paint finish on plates in unfinished spaces and with set

screws or other approved positive means to anchor plates in place

securely.

Plastic pipes and fitting shall be joined using the solvent cement

joining system (Sanitary, Storm, Vent and Downspout) Polyvinyl

Chloride (PVC) Pipes with maximum SDR of 34 per ASTM D3034.

Pipe Sleeves:

Sleeves in Masonry and Concrete Walls, Floors, and

Roofs: ASTM A53 or ASTM A120, Schedule 40 or

standard weight, hot-dip galvanized steel pipe sleeves.

Sleeves in Partitions and Other Than Masonry and

Concrete Walls, Floors, and Roofs: Hot-dip galvanized

steel sheet having a nominal weight of not less than

4.40kg/m².

Pipe Hangers and Supports: Provide MSS SP-58 or MSS SP-69,

Type 1 or 6, of the adjustable type, except as modified herein or

indicated otherwise. Attachments to steel W or S beams shall be

with Type 21, 28, 29, or 30 clamps. Attachments to steel angles and

channels (with web vertical) shall be with Type 20 clamp with a

beam clamp channel adaptor. Attachment to steel channel (with web

horizontal) shall be with drilled hole on centerline and double nut

and washer. Attachment to concrete shall be with Type 18 insert of

Page 67: Procurement of - Batangas State University

66

the hanger threaded diameter. Provide Type 40 insulation protection

shields for insulated piping. Provide steel support rods.

TRAPS

Unless otherwise specified, traps shall be plastic per ASTM F 409.

Traps shall be with a clean-out. Provide traps with removable access

panels for easy clean-out at sink and lavatories. Inlets shall have

rubber washer and copper alloy nuts for slip joints above the

discharge level. Swivel joints shall be below the discharge level and

shall be metal-to-metal or metal-to-plastic type as required for the

application. Nuts shall have flats for wrench grip. Outlets shall have

internal pipe thread, except that when required for the application,

the outlets shall have sockets for solder-joint connections. The depth

of the water seal shall not less than 50mm. the interior diameter

shall be not more than 3.2mm over or under the nominal size, and

interior surfaces shall be reasonable smooth throughout. A copper

alloy “P” trap assembly consisting of an adjustable “P” trap and

threaded trap wall nipple with cast brass wall flange shall be

provided for lavatories. The assembly shall be standard

manufactured unit and may have a rubber-gasketed swivel joint.

25.1.1.4 EXECUTION

Installation: Installation of plumbing system including equipment, materials,

and workmanship shall be in accordance with the IAPMO Uniform Plumbing

Code and Philippine National Plumbing Code except as modified herein.

Threaded Connections: Jointing compound for pipe threads shall be

polytetrafluoroethylene (PTFE) pipe thread tape, pipe cement and oil, or

PTFE powder and oil; apply only on male threads. Provide exposed ferrous

pipe threads with one coat of primer applied to a minimum dry film thickness

of 1.0 mil.

Solder End Valves: Remove stems and washers and other item subject to

damage by heat during installation. Reassemble valve after soldering is

completed. Valves without heat sensitive parts do not require disassembly

but shall opened at least two turns during soldering.

Pipe Supports (Hangers): provide additional supports at the concentrated

loads in piping between supports such as flanged valves.

Maximum Spacing between Supports:

Vertical Piping: Support metal piping at each floor, but at not more

than 3.0 meters intervals. Support plastic piping at each floor and

midpoint between floors, but at not more than 1.5 meters interval.

Page 68: Procurement of - Batangas State University

67

Horizontal Piping: Support plastic piping at 1.20 meters intervals,

except for pipe exceeding 1.50-meter length. Provide supports at

intervals equal to the pipe length but not exceeding 3.0 meter.

DISINFECTION: Disinfect the new water piping in accordance with

AWWA C651. Fill the piping system with solution containing minimum of

50 parts per million of available chlorine and allow solution to stand for

minimum of 24 hours. Flush the solution from the system with clean water

until maximum residual chlorine content is not greater than 0.2 parts per

million (ppm).

FIELD TESTING AND FLUSHING: Before final acceptance of the work,

test each system as in service to demonstrate compliance with the contract

requirements. Perform the following tests in addition to the tests specified in

the IAPMO uniform Plumbing Code, and Philippine National Plumbing

Code, except as modified herein. Correct all defects in the work provided by

the contractor, and repeat the tests until the work is in compliance with

contact requirements. Furnish water, electricity, instrument, connecting

devices, and personnel for the tests.

DOMESTIC WATER PIPING: Hydrostatically test each piping system at

not less than 10.50kg/cm sq (150psig) with no leakage or reduction in gage

pressure for 24 hours. Flush piping with potable water. Testing will be done

by sectioning the piping installation during construction period.

DWV Piping: Before the installation of fixtures, cap the ends of each system,

fill the piping with water to the roof, and allow standing until a thorough

inspection has been made. After the plumbing fixtures have been set and

their traps filled with water, subject the entire sanitary system to a final air

pressure test of not more than 25mm (inch) of water column and a smoke

test. Perform the air and smoke test and passage of smoke and air throughout

the entire system. Perform all ball test by flushing. The entire system must be

proven absolutely tight under such test.

26 PLUMBING FIXTURES AND ACCESSORIES

A. Contractor shall furnish all materials, labor and equipment necessary for the

installation of all water lines, fixtures and accessories.

B. All fixtures and accessories shall be new, without defect and shall be presented and

approved by BatStateU/Representative Architect/Engineer prior to installation

C. It includes the provision of:

ITEM MATERIAL'S SPECIFICATIONS LOCATION

Faucet Stainless Steel Wall Mount Tap Faucet Restroom

Page 69: Procurement of - Batangas State University

68

Stainless Steel bidet Restroom

Stainless Steel 316 Gooseneck Faucet Pantry

Lavatory Lavatory Wall Hung Type Half Pedestal

35cmx55cm Restroom

Sink Stainless Steel Single Bowl Kitchen Sink Pantry, Wash Area

Water Closets Dual flush push button with complete fittings Restroom

Soap Dispenser Stainless Steel Liquid Soap Dispenser with

complete accessories Restroom

Tissue Holder Stainless Steel Tissue Holder Restroom

Floor Drain 4” x 4” Stainless Steel Restroom, Pantry

Mirror ¼” thick Glass with backing, Class A All Restrooms

Grease Trap Stainless Steel Portable Grease Trap, 4GPM Pantry

Roof Drain 50mm Dome-Type Roof Drain Lower roof Slab

Deck Drain 75mm Stainless Steel Deck Drain Roof Deck

D. Provide samples for Owner’s/Architect approval.

27 CATCH BASINS

A. The Contractor shall supply all materials, labor, and equipment for the construction of

the catch basins.

B. The construction of said catch basins shall be in accordance with the detailed plans.

28 HAULING OF WASTES AND DEMOLISHED MATERIALS

i. Hauling of waste and demolished materials and cleaning of all the excess and

unnecessary materials.

1 INTRODUCTION

The university must be prepared to accommodate and manage bulk students, teachers,

faculty members and visitors in Pablo Borbon Campus, given the situation that COVID-19 will

end soon and service in the university will be normalized. With approximately 14,000 students,

817 employees and faculty members and number of anticipated visitors including parents and

students from Integrated School, it is imperative to look on how to manage the smooth access

Page 70: Procurement of - Batangas State University

69

and egress in order to avoid traffic in the university during its usual operation and emergency

situation.

Currently, Pablo Borbon Campus has two pedestrian access and egress points located

near the University Gymnasium and the main gate at the front beside the Student Services Center

Building II. The pedestrian gate near the gymnasium in the main access and exit points of the

students, faculty and employees of Integrated School and CABEIHM while pedestrian gate at

the front is the main entrance and egress points of the students of General Engineering (GE),

College of Teacher Education (CTE), College of Arts and Sciences (CAS) and employees and

staffs at SSC II building. The university also has one access and three egress points for vehicle.

As the Director of ACTION Center looked into current infrastructure of the aforesated

campus that may accommodate a number of occupants, he has found out that the new erected

building, STEAM Library is facing west (Coliseum Building) which could possibly create delay

and traffic requiring immediate evacuation due to disaster and emergency situation. Moreover,

the provision of evacuation site inside the university is also inadequate which could possibly

accommodate the bulk of the evacuees within the university premises. One of the proposed

campus evacuation sites is the open ground near the coliseum that can accommodate students

from the Integrated School and number of students and employees from CABEIHM. To provide

an immediate egress of the evacuees in the campus avoiding delays and traffics, the project

Construction of Façade was proposed.

Also, the University provides excellent services, quality facilities, and globally

competent programs, all of which contribute to the growth of the campus community. The

University acknowledges its need to emphasize the convenience it could offer not only its

students but also every individual in need of their service; hence, the proposal of Façade.

2 SCOPE OVERVIEW

The Scope of Work includes but is not limited to the Proposed Construction of Façade

Gate Four and Fence located at BatStateU – Pablo Borbon, which will sets expectations and

defines the feel of the overall structure. It can also help achieve the goal of blending in with the

surroundings or standing out from the crowd.

3 DESCRIPTION OF THE FACILITY

A. The construction in general will be reinforced concrete framed structure with concrete

hollow blocks (CHB).

B. The proposed façade and fence shall include :

1. Vestibule

2. Turnstile Area

3. Entrance

4. Exit

5. Elevated Walkway

6. Information Desk/Guard Station

7. Pantry

8. CCTV Room

Page 71: Procurement of - Batangas State University

70

9. Triage Area

10. Toilet

11. Sidewalk

12. Drop-off Road

13. Waiting Shed

14. Drop Curb

15. PWD Ramp

16. Wash Area

17. Landscape

C. Ancillary works associated with the facility includes but not limited to potable water,

utility water, sanitary and surface drains and electric lighting and power.

4 DURATION

The Contract duration is for a period up to one hundred eighty (180) calendar days. This

includes estimated number of rainy days for the entire project duration.

5 SCOPE OF WORK

The Scope of Work shall include the following but not limited to:

Item

No. Description

% of

Total Unit Quantity

1 MOBILIZATION/DEMOBILIZATION 1.20 LOT 1.00

2 CONSTRUCTION SAFETY & HEALTH PROGRAM 2.2 LOT 1.00

3

OTHER GENERAL REQUIREMENTS

(Project Photographs, Project Billboards and Permits,

Clearances and Other Government Taxes)

0.46 LOT 1.00

4 TEMPORARY FACILITIES/FIELD OFFICE 0.42 LOT 1.00

5 SITEWORKS 5.67 LOT 1.00

6 FORMS AND SCAFFOLDINGS 2.76 LOT 1.00

7 REINFORCED CONCRETE WORKS 25.41 cu.m. 275.00

8 MASONRY WORKS 2.64 sq. m. 395.00

9 PLASTERING WORKS 0.6 sq. m. 562.24

10 WATERPROOFING WORKS 0.31 sq.m. 63.00

Page 72: Procurement of - Batangas State University

71

11 METAL ROOFING WORKS 5.72 LOT 1.00

12 DUCTBANK AND PULLBOX 3.37 LOT 1.00

13 ALUMINUM COMPOSITE PANEL (PVDF) 3.82 sq. m 205.00

14 ARCHITECTURAL STEEL WORKS 5.13 LOT 1.00

15 ARCHITECTURAL DOORS, WINDOWS AND

CURTAIN WALLS 8.17 LOT 1.00

16 TILEWORKS 4.28 sq. m 602.15

17 CARPENTRY WORKS 3.79 sq. m 319.32

18 PAINTING WORKS 1.12 sq. m 583.18

19 STAINLESS LOGO, LETTERS AND SIGNAGES 1.44 LOT 1.00

20 LANDSCAPE WORKS 5.35 sq.m. 646.13

21 MECHANICAL WORKS 0.62 LOT 1.00

22 ELECTRICAL WORKS 5.31 LOT 1.00

23 ELECTRONICS AND COMMUNICATION WORKS 1.70 LOT 1.00

24 REHABILITATION OF OVERHEAD FEEDER LINE 6.34 LOT 1.00

25 PLUMBING WORKS 0.68 LOT 1.00

26 PLUMBING FIXTURES AND ACCESSORIES 0.53 LOT 1.00

27 CATCH BASINS 0.07 LOT 1.00

28 HAULING OF WASTES AND DEMOLISHED

MATERIALS 0.89 LOT 1.00

C O N S T R U C T I O N 100.0

6 GUIDELINES IN COSTING

6.1 The Direct Cost shall consists of the following:

A. Cost of materials

B. Cost of labor

C. Equipment Expenses

Page 73: Procurement of - Batangas State University

72

D. Cost for Permits, Clearances and other Government Taxes

6.2 The Indirect Cost shall consists of the following:

A. Overhead Expenses includes Engineering and Administrative Supervision,

Transportation allowances, Office Expenses, Premium on Contractor’s All

Risk Insurance (CARI) and Financing Cost.

B. Contingencies include expenses for meetings, coordination with

stakeholders, billboards (excluding Project Billboard which is a pay item

under the General Requirements), stages during ground breaking &

inauguration ceremonies, and other unforeseen events.

C. Miscellaneous Expenses include laboratory tests for quality control and plan

preparation.

D. Contractor’s Project Margin

E. VAT Component

7 CONSTRUCTION

The Contractor shall carry out all the Construction works including the following but not

limited to:

1. MOBILIZATION/DEMOBILIZATION

A. Mobilization shall include all activities and associated costs for

transportation of Contractor's personnel, equipment, and operating supplies

to the site; and other necessary general facilities for the Contractor's

operations at the site; premiums paid for performance and payment bonds,

including co-insurance and re-insurance agreements as applicable;

B. Demobilization shall include all activities and costs for transportation of

personnel, equipment, and supplies not required or included in the contract

from the site; including the disassembly, removal and site cleanup of

temporary offices and other facilities assembled on the site specifically for

this contract.

2. CONSTRUCTION SAFETY & HEALTH PROGRAM

A. The Contractor shall be responsible for site preparation and installation of

necessary gates, safety nets and access control system to the satisfaction of

BatStateU;

B. Construction safety and Health program includes provision of Personal

Protective Equipment (PPE) (safety harness, hard hat, safety glasses, gloves,

working uniform and safety shoes) for all workers on the hard hat area.

C. Provision of first aid kit on site at all times.

Page 74: Procurement of - Batangas State University

73

D. Provision of safety signage, appropriate barricades and warning signs, and

traffic management system.

E. All construction personnel shall be required to undergo COVID-19 test, as

may be prescribed, and retested as the need arises.

F. Provision of alcohols, soaps, disinfectants and decontamination areas on site.

G. The contractor shall be required to submit their Construction Safety

Guidelines for the Implementation of the Project during the COVID-19

Public Health Crisis.

3. OTHER GENERAL REQUIREMENTS (Project Photographs, Project

Billboards and Permits, Clearances and Other Government Taxes)

A. PROJECT PHOTOGRAPHS

Monthly accomplishment report including updated project schedule

shall be submitted to BatStateU complete with pictures of on-going

project.

B. PROJECT BILLBOARDS

The two (2) Project billboards shall be strategically placed within

the site vicinity.

C. PERMITS, CLEARANCES AND OTHER GOVERNMENT TAXES

The Contractor must secure Fire Safety Evaluation Clearance for

Building Permit and Fire Safety Inspection Certificate for

Occupancy Permit.

4. TEMPORARY FACILITIES/FIELD OFFICE

A. The construction of temporary facilities including electric and water

consumption, barracks, site office, temporary fence, hand wash area,

disinfection station, sanitation tent.

5. SITEWORKS

A. The Contractor shall be responsible for site preparation and installation of

temporary fencing to secure work area;

B. The Contractor shall make adequate site survey, verification and setting outs;

C. Site clearing which includes removal / relocation of trees and other

unnecessary obstructions;

Page 75: Procurement of - Batangas State University

74

D. Demolition, dismantling works and removal of all site existing structures

such as slabs, columns, roofing and other obstructions within the area where

the building/s will be erected;

Existing Fence

Existing One Storey CONAHS Building

Cooperative Building

One Storey Classroom (Baking Room)

Stock Area

Existing Material Recovery Facility (MRF)

Other existing buildings/structures that may obstruct the proposed

building; such structures shall be identified by BatStateU.

E. All earth works including but not limited to excavation, grading, hauling,

backfilling and compaction to the required grades and levels as shown on the

drawings;

F. All excavated materials on-site shall be disposed and shall be

transferred/hauled by the Contractor on a different site or outside the

construction site.

G. Ground protection such as installation of sheet piles, trenching, shoring and

other excavation protection shall be done to prevent disturbing the soil and

grades of neighboring structures including cave-ins and other excavation

related hazards;

H. Dewatering works during excavation prior construction of building

foundation and other related structures to be constructed below natural grade

line due to high water tables of the location;

I. Provision of lean concrete for footing/foundations and gravel bedding for tie

beams, grade beams and slab on grade;

J. Provision of polyethylene sheet (vapor barrier) 6 mils for slab on grade;

K. Provision of soil poisoning and termite control at the excavated surfaces of

footings, tie beams and slab on grade;

L. Provision and installation of soil poisoning perforated pipe line system;

M. The contractor must conduct Field Density Test (FDT), one group of 3 in-

situ density tests per layer. Each layer must be 0.20m compacted fill of 95%

soil compaction.

6. FORMS AND SCAFFOLDINGS

A. Erection of forms and scaffoldings.

Page 76: Procurement of - Batangas State University

75

7. REINFORCED CONCRETE WORKS

A. All concrete works shall be done in accordance with the standard

specifications for plain and reinforced concrete as adopted by the

Government.

B. Reinforced concrete works include the installation of reinforcing steel bars

and the pouring of ready-mix concrete mixture for foundations, columns,

beams, slabs, stairs, drop off area, sidewalks, concrete gutter, plant boxes and

other reinforced concrete structures of the building to be approved by

BatStateU.

C. Concrete mix and steel reinforcement shall be approved by the Civil

Engineer of BatStateU.

D. Contractor shall provide required pipe sleeves for all utilities (Electrical,

Plumbing, Mechanical, etc.).

8. MASONRY WORKS

A. Masonry works include the laying of Concrete Hollow Blocks type with even

texture and well-defined edges, with a minimum compressive strength of

350psi.

B. All Concrete Hollow Blocks wall reinforcing at reinforced concrete column,

wall, bottom of slab and bottom of beam shall be installed with backer rod

and elastic/polyurethane sealant.

9. PLASTERING WORKS

A. Masonry wall finishes shall be smooth plaster finish or as specified by the

Architect or Engineer-in-charge.

10. WATERPROOFING WORKS

A. Cementitious waterproofing system of roof slab and concrete valley gutter

and membrane waterproofing for concrete valley gutter as specified on the

drawing plans and according to specifications.

11. METAL ROOFING WORKS

A. Metal Roofing works include provision and installation of all roofing

materials required by the project and as shown on plans to be approved by

BatStateU;

B. All steel members shall be protected against corrosion using epoxy primer &

epoxy reducer.

Page 77: Procurement of - Batangas State University

76

12. DUCTBANK AND PULLBOX

A. All concrete works shall be done in accordance with the standard

specifications for plain and reinforced concrete as adopted by the

Government.

B. Concrete works include the in-situ pouring of concrete mixture (2,000 psi, 28

days) for duct bank underground cable, pull boxes and other reinforced

concrete structures to be approved by BatStateU;

C. For reinforcing steel bar: use Grade 40 for 10mmØ.

D. Concrete mix and steel reinforcement shall be approved by the Civil

Engineer of BatStateU;

13. ALUMINUM COMPOSITE PANEL WORKS

A. Supply and installation of Aluminum Composite Panel as specified on plans

and specifications.

14. ARCHITECTURAL STEEL WORKS

A. The work includes the supply, fabrication and installation of all the stair

railings barriers gates (turnstile areas), PWD Ramp Outside, PWD Ramp

Inside, Main Entrance Stairs Outside, Main Entrance Barrier, Main Entrance

Stairs Inside, Main Stairs with Glass Outside, Main Stairs with Glass Inside,

PWD Gate, fence grills, vertical trellis at waiting shed, vertical planters and

others as specified on plans.

15. ARCHITECTURAL DOORS, WINDOWS AND CURTAIN WALLS

A. Supply and installation of glass and wooden panel doors, windows and

tempered curtain walls as specified on plans and specifications.

16. TILEWORKS

A. Tiling of all floors, wall and counters as specified in the drawing plans and

specification.

17. CARPENTRY WORKS

A. The work includes the furnishing of materials, tools and equipment, methods

and labor necessary to complete all carpentry work requirements.

B. Carpentry works includes construction of all ceiling works and information

counter as specified in the drawing plans and specification.

18. PAINTING WORKS

A. Painting works includes interior and exterior walls, perimeter fence , waiting

shed, floors, columns, ceilings, wood door and door jambs, all carpentry

Page 78: Procurement of - Batangas State University

77

works and steel works (primer and top coat) as specified in the drawing,

plans and specification.

B. Painting of entire building.

19. STAINLESS LOGO, LETTERS AND SIGNAGES

A. The work includes the supply, fabrication and installation of the Stainless

steel logo, letters and signage as specified in the drawing plans and

specification.

20. LANDSCAPE WORKS

A. This item includes all landscaping works that is specified in the Vertical

planters, plant boxes, Floor Plan, Site-Development plan.

B. For garden soil, use loam soil to ensure that plants have a steady supply of

moisture without drowning.

C. Supply and planting of garden soil and plants to be approved by Owner’s

Representative/PMO.

D. Provide necessary equipment and materials for Landscaping.

21. MECHANICAL WORKS

A. All materials to be used for mechanical works shall be new and shall

conform to the Reference Code and Standards. Use of materials shall further

be governed by other requirements, imposed on the specifications. Materials

shall be subject to necessary tests for their fitness if so required.

B. Supply and installation of all fire extinguisher, air conditioning and

ventilation units and accessories or materials needed for the completion of

the system are covered by the mechanical works.

C. Fire Extinguisher, air conditioning and ventilation units to be installed shall

be approved by the Owner/Representative prior to installation. Approval of

units may be done through submission of original catalogues of the fire

extinguisher, air conditioning and ventilation units (catalogues from the

manufacturer/s). The physical presentation of units for approval shall be

complied whenever requested by the consultant. All these shall be done prior

to installation.

D. Mechanical works are included but not limited to supply and installation of

high-wall inverter split type air conditioning unit, exhaust fans and fire

extinguisher for the areas defined within the plans.

E. Testing and commissioning of the mechanical works shall be performed with

the presence of the owner or representative, prior to turn-over. Report of

testing and commissioning, together with the operational manuals and

Page 79: Procurement of - Batangas State University

78

accessories (such as remote controller/s) of the installed and tested units shall

be submitted to the owner or representative.

F. Repair and/or maintenance works are included in the scope for mechanical

works if ever and/or whenever failure/s of the system within the period of

one (1) year from turn-over and acceptance would be encountered.

22. -23. ELECTRICAL AND ELECTRONICS AND COMMUNICATION WORKS

A. All Electrical works shall provide all materials and equipment and perform

all the work necessary for the complete execution of the electrical systems

shown on the electrical drawings with reference to the general construction

drawings as herein specified, or both except as otherwise excluding the

generality of the foregoing, shall include but not limited to the following

principal items of work.

B. Supply and Installation of Panel Boards as detailed in drawing; shop

drawings shall be submitted for review of BSU-TWG prior to fabrication.

C. Supply and Installation of underground uPVC with main feeder cables for LP

Panel board from existing building as detailed in drawing.

D. The Conduit system shall include the roughing-in, fittings, conduit supports,

pull boxes, pull guide wires, utility boxes and junction boxes.

E. Supply and installation of complete lighting systems (lighting fixtures with

complete supports, switches, emergency lights and fire exit signs) as shown

on the electrical plans.

F. Supply and installation of wiring devices and accessories.

G. Supply and installation of complete power systems (receptacles, disconnect

switches, panels and circuit breaker) as shown on the electrical plans and

specifications.

H. Supply and installation of complete power and control wiring to various

mechanical (ACUs & motors) and sanitary equipment (hand drier and

exhaust fan) unless otherwise specified; Schematic diagrams shall be

submitted for sanitary pump motor control and mechanical fire pump motor

controls during materials approval. Failure to do so shall be rejection of

approvals.

.

I. Installation of Data and Communication Systems as indicated on plans and

specifications

J. Supply and installation CCTV Systems and accessories as indicated on plans

and specifications

K. Supply and installation of complete grounding system as shown in the

electrical plans and specifications

Page 80: Procurement of - Batangas State University

79

L. Termination of all electrical system.

M. Furnished the Architect/ Engineer shop drawings which shall include details

of proposed installation such as conduit runs, wiring, location of equipment

and other pertinent information to illustrate the deviation and changes from

original plans. All electrical and electronic equipment’s shall be named and

tagged for proper identification and function in the system. Name plates /

tags shall be in traffolyte or stainless steel engravement. Contractor to submit

sample engravement to the engineer / architect in charge for approval.

N. Conduct and record insulation resistance testing for each cable by use of high

impedance insulation tester for the main supply feeder cables and branch

feeders to panel boards (please refer to general specifications for complete

details). Testing to be witnessed TWG for electrical or his representative.

Test result record in tabulated form includes date and time of testing, type of

megger tester used, who tested and witnessed.

O. Complete testing and commissioning of all electrical lighting, power and

auxiliary equipment systems. See Specifications for detailed Field Testing

and Commissioning of Electrical Systems.).

P. If anything has been omitted for any items of work or materials usually

furnished, which are necessary for the completion of the entire work as

outlined herein before, then such items must be and hereby included in this

Section of work.

Q. Hauling of waste and demolished materials includes cleaning of all the

excess and unnecessary materials; and

R. Site house cleaning and demobilization of workforce and equipment.

S. The contractor is advised to visit the site and satisfy himself as to the local

conditions and facilities that may affect his work. He will deemed to have

done this before preparing his proposal and any subsequent claim on the

ground of inadequate or insufficient information shall not be entertained.

T. Furnish the as-built plans One (1)–set of reproducible and Four (5) sets of

marked up as-built signed and sealed plans upon the completion of the

project. These plans shall be submitted by the contractor to the Engineer

prior to the release of final payment. The as-built plans shall show details of

actual site installation and include all deviations from the original plans.

24. REHABILITATION OF OVERHEAD FEEDER LINE

A. Supply and installation of 150mm2 THHN-THWN cable, as indicated in the

plans & specifications. Pulling of 3-sets 3x150mm2 of wire from new steel

pole-1 to pole-2 via ductbank and cable ladder. Connect/ splice new and old

wires end to end using suitable size split bolt inside the splicing box .

Page 81: Procurement of - Batangas State University

80

Perform megger test, submit test reports and ensure that test is acceptable or

passed per standard before energization.

B. Supply and Installation of steel pole and hardware assembly complete with

double Cross-Arm and Braces, Truss Guy, Secondary Racks, Supports,

grounding, Accessories, Splicing Box Outdoor Type Nema 4R Stainless

Steel (1000x300x200mm) and split bolt connectors.

C. Supply and installation of cable ladder in the steel pole as detailed in

drawings and specifications.

D. Removal of existing wooden pole, cut/ remove existing overhead feeder line

in obstruction above the Gate-4 Façade.

E. Supply and installation of steel pole grounding system.

F. Demolition of existing concrete pedestal and wooden pole for STEAM

Library service entrance. Re-route/ transfer existing 2-sets feeder wire of

STEAM Library Building from Old wooden pole to new steel pole. Pull

excess wire up to power house.

G. The contractor must visit and conduct survey the site perform visual and site

actual measurements and satisfy himself as to the local conditions and

facilities that may affect his work. He will deem to have done this before

preparing & submission of his proposal.

H. Excluded in the scope;

Removal of data/ fiber optic cables

Pulling of data and fiber optic cables

25. PLUMBING WORKS

A. All plumbing works included herein shall be executed according to the

provisions of the National Plumbing Code, National Building Code and the

Rules and Regulations of Batangas City;

B. The drawings are not intended to show every pipes, fittings, valves and

appliances. All such item whether specifically mentioned or not, or indicated

on the drawings shall be finished and installed if necessary to complete the

system in accordance with the best practice of the Plumbing Trade and to the

satisfaction of the Owner/Representative;

C. All materials to be used shall be new and shall conform to the Reference

Code and Standards. Use of materials shall further be governed by other

requirements, imposed on other section of these specifications. Materials

shall be subject to test necessary for their fitness if so required;

Page 82: Procurement of - Batangas State University

81

D. The Contractor shall furnish all materials, labor and equipment necessary for

the installation of all water lines, fixtures and accessories;

E. All works must communicate to the Owner/Representative before

commencement;

F. SYSTEM DESCRIPTION: Provide new plumbing systems, complete and

ready for operation. Plumbing systems including manufacturer’s products

shall be in accordance with the required and advisory of the IAPMO Uniform

Plumbing Code and Philippine National Plumbing Code. Plumbing systems

include piping less than 1.50meters outside of the building;

G. Horizontal sanitary sewer piping shall be run in practical alignment at a

minimum slope of 1% for pipes 4" & larger & 2% for 3"∅& smaller.

H. Horizontal drainage/waste piping shall be run in practical alignment at a

minimum slope of 1% for pipes 4" & larger & 2% for 3"∅& smaller.

I. All fixtures shall be provided with p-trap seal of not to less than 50mm but

not more than 100mm in depth.

J. The contractor shall verify all existing utilities at site, that is, the actual pipe

sizes, locations, and depths, top and invert elevations of all existing pipes and

related structures. The contractors shall provide the necessary excavations,

backfilling and surface restoration of the affected areas in the laying of

sewer, storm drainage and water supply lines.

26. PLUMBING FIXTURES AND ACCESSORIES

A. Contractor shall furnish all materials, labor and equipment necessary for the

installation of all water lines, fixtures and accessories.

B. Supply and installation of all plumbing fixtures and accessories such as water

closet, lavatories, floor drains, bidet, kitchen sink, faucets, soap

dispenser/holder, tissue holder and grease trap;

C. All materials and equipment to be installed shall be of approved quality and

should be presented to the Owner for approval prior to installation;

27. CATCH BASINS

A. Catch basins shall be constructed as shown in the plan.

28. HAULING OF WASTES AND DEMOLISHED MATERIALS

A. Hauling of waste and demolished materials and includes cleaning of all the

excess and unnecessary materials;

Page 83: Procurement of - Batangas State University

82

8 CONTRACTOR’S SCHEDULE & PROGRESS REPORTING

a) Progress Reporting. Throughout the Contract duration, the Contractor shall be

responsible for taking detailed and accurate measurements of the actual progress of all

aspects of the works.

b) Monthly Progress Report. The Contractor shall maintain a Master Project Schedule

to summarize the status of the work; work in progress and the percentage completed.

This summary report shall be updated and submitted every last Wednesday of the

month.

c) Contractor shall submit during the entire duration of the contract within five (5) days

from the end of the preceding month, a monthly progress report under cover of a

transmittal sheet and shall include as a minimum the following:

Management/Executive Report (Narrative)

Construction Progress

Forecast for the next one month

Manpower (Management and Workforce)

Areas of Concern

Photographic Report (Two colored copies)

d) Meetings. Contractor Key Personnel shall meet with BatStateU representative every

last Wednesday of the month to discuss matters related to the project. Contractor

shall arrange to record the minutes of meeting and submit for BatStateU approval.

e) Kick Off Meeting. Immediately after the Notice to Proceed, a Kick off meeting shall

be held between BatStateU and Contractor. The initial Kick off meeting and recorded

Minutes shall form the basis of the Project action plan and set such requirements as

Safety and Constructability Reviews. It shall also be used to introduce BatStateU and

Contractor representatives associated with aspects of the work. The objectives of the

kick-off meeting are as follows:

Introduction all of BatStateU’s and Contractor’s Project Management Team,

Engineering and Construction team personnel;

Convey and promote shared commitment of project expectations;

Review and establish understanding of Project Work Scope;

Review overall project schedule;

Establish project meetings requirements and frequency of meetings; and

Establish reporting requirements and frequency of reports.

Page 84: Procurement of - Batangas State University

83

f) Minimum Mobilization of Key Personnel

Project Manager: full time from Contract award up to completion of Works,

to be mobilized on site during the construction phase; at least 5 years

experience as Project Manager.

Site/Construction Engineer: full time from initiation of site mobilization

activities up to provisional acceptance of the works; at least 5 years exp. as

general construction experience

Material/QC Engineer – at least 5 years exp. as general construction

experience

MEPF Engineer – at least 3 years exp. as MEPF Engineer

Safety Officer: full time from initiation of site mobilization activities up to

provisional acceptance of the works, at least 3 years exp. as Safety officer

Foreman – At least 2 years experience as foreman

g) Testing Work. The testing work will include all tests and checks on:

All concrete mixtures poured and required tests on structural steel members

and reinforcing bars;

Flushing and cleaning of piping works;

Testing the effectiveness and workability of electrical lines and water &

sewer lines;

House cleaning of the work area in preparation of hand over to BatStateU;

h) Commissioning punch list. This shall be established for the purpose of recording all

discrepancies, damaged or missing materials, malfunctions, missing documents and

any deviation from the design drawings and specifications or normal operating

conditions. All punch list items must be cleared from the system list prior to project

turn over. The contractor shall provide as-build plans, Contractor’s logbook,

Operating and Maintenance Manual (O&M) and Test reports prior to turnover.

i) Project Billing and Project Turn-over. The Contractor shall submit the following:

A. For 15% Mobilization: (Note: Three (3) ORIGINAL Copies each)

Contractor Request Letter for 15% Mobilization

Advance Payment Bond From Insurance Company – 15% Total

Contract Price (TCP)

Narrative and Photographic Report (Current and Previous Photos)

Updated Construction Schedule

List of Updated Key Personnel

List of Tools and Equipment on Site with pictures

Page 85: Procurement of - Batangas State University

84

Contractor’s All-Risk Insurance (CARI)

Photographic Report of Installed Water and Electric Sub-meter

Fire Safety Evaluation Clearance to be applied at Fire Department

(if applicable, requirement for approval of building permit)

Construction Safety and Health Program approved by the

DOLE(requirement for application of building permit)

Personal Protective Equipment on site

Project Billboards/Tarpaulin Posted on Site

Temporary Facility

Submitted Construction Forms( for evaluation of PMO)

B. For Progress Billing: (Note: Three (3) ORIGINAL Copies each)

Contractor’s Request Letter for Billing

Narrative and Photographic Report with Updated Construction

Schedule

BOQ with Detailed Backup Computation of Percentage

Accomplishment

Contractor’s Affidavit – duly notarized

Material Testing Result – Certified True Copy if Applicable

___ CHB

___ Compressive/Flexural Strength on Concrete

___ Reinforced Steel Bars

Material Approval Report (Structural, Architectural, Electrical,

Mechanical, Sanitary, ...)

C. For Final Billing and Project Turn – over:

Contractor’s Request Letter for Billing

Narrative and Photographic Report with Updated Construction

Schedule

BOQ with Detailed Backup Computation of Percentage

Accomplishment

Contractor’s Affidavit – duly notarized (for Finance Office)

Certificate of Turn-over

Material Testing Result – Certified True Copy if Applicable

___ CHB

___ Compressive/Flexural Strength on Concrete

___Reinforced Steel Bars

Material Approval Report (Structural, Architectural, Electrical,

Mechanical, Sanitary, ...)

Page 86: Procurement of - Batangas State University

85

Contractor’s Testing and Commissioning Result

A. Electrical

I. Functional Testing Result(signed and sealed by

Prof, Electrical Engr. In-Charge of Construction)

___ Lightings

___ Convenience Outlets

___ ACU Outlets

___ Outdoor Circuit Breaker

___Emergency Lights

Others:

___________________________________________________

___

II. Megger Test/Insulation Resistance Test Result

___Main Feeder

___Sub Feeder

___Branch Circuits

___All Panelboards

Others:

___________________________________________________

___

B. Electronics and Communication

___ Closed Circuit Television System (CCTV)

___ Telephone and Data System

Others:

___________________________________________________

___

C. Mechanical

___ Air-Conditioning Units

___ Ventilation Units

___ Fire Protection System

Others:

___________________________________________________

___

Installation Checklist and Start-up and Commissioning

Report:

Page 87: Procurement of - Batangas State University

86

___ Air-Conditioning Units

___ Ventilation Units

___ Fire Protection System

D. Sanitary

___ Leak Test

___ Hydro Test

___ Booster Pumps

Others:

___________________________________________________

___

Equipment and Materials Test Results

A. Electrical

___ Panel Boards

B. Sanitary

___ Fixtures

Technical Hands-on Training of BSU representative/s for operation,

maintenance & troubleshooting of major systems:

___ Closed Circuit Television System (CCTV)

___ Telephone and Data System

Others:

__________________________________________________________

***Original Operation and Maintenance (O&M) manuals for major

systems:

___ Closed Circuit Television System (CCTV)

___ Telephone and Data System

___ Air Conditioning and Ventilation System

___ Fire Protection System

Others:

__________________________________________________________

Accomplished Payment for Electric and Water Consumption

Expenses (if applicable with the project) with attached actual photo

of sub-meter reading.

Keys with Clear Specific Tags and ***Masters List

Page 88: Procurement of - Batangas State University

87

Documents for Application of Occupancy Permit

___ Certificate of Completion (signed and sealed) (4copies)

___ Certificate of Final Electrical Inspection (CFEI)(signed and

sealed) (4copies)

___ Structural (signed and sealed) (4copies)

___ Architectural (signed and sealed) (4copies)

___ Electronics and Communication (signed and sealed) (4copies)

___ Mechanical (signed and sealed) (4copies)

___ Sanitary/Plumbing (signed and sealed) (4copies)

___ Unified Application Form for Certificate of Occupancy(signed,

sealed and duly notarized) (4copies)

___ Notarized Affidavit of Change of Signatories (In-charge of

Construction) (4copies)

___ Testing and Commissioning Results Witnessed by the Fire

Department

o Fire Detection and Alarm System (FDAS)

o Fire Protection System

___ ***As-built Plans

o Tracing Copy (Original Copy)

o Blueprints (5-copies, signed and sealed)

___ Soft Copy CAD and PDF Files (Flash Drive)

___ Construction Logbook (2-copies, Signed and Sealed)

Note: One (1) Copy Only for items marked ***. Rest, three (3) ORIGINAL copies.

9 CONTRACTOR’S UTILITIES CONSUMPTION

The Contractor shall pay their electric and water consumption bills. Sub meters shall

be installed at the expense of the Contractor to determine their actual consumption.

10 CONFLICT IN REFERENCE DOCUMENTS

In the case of any conflict between the technical requirement and specifications of this

contract and the reference documents, or among the reference documents, the order of

precedence is:

1) Scope of Work/Matrix for Scope of Works

2) Basic Engineering Drawings

3) Technical Specifications

The Contractor shall notify any discrepancy found in the documentation to BatStateU

in writing for clarification. BatStateU will respond to such request in writing.

Page 89: Procurement of - Batangas State University

88

M A T R I X F O R S C O P E O F W O R K S

ITEM

NO. DESCRIPTION QTY UNIT SCOPE OF WORKS

1 MOBILIZATION/

DEMOBILIZATION 1.00 lot

MOBILIZATION

Mobilization shall include all activities and associated costs

for transportation of Contractor's personnel, equipment, and

operating supplies to the site; and other necessary general facilities

for the Contractor's operations at the site; premiums paid for

performance and payment bonds, including co-insurance and re-

insurance agreements as applicable;

DEMOBILIZATION

Demobilization shall include all activities and costs for

transportation of personnel, equipment, and supplies not required or

included in the contract from the site; including the disassembly,

removal and site cleanup of temporary offices and other facilities

assembled on the site specifically for this contract.

2

CONSTRUCTION

SAFETY AND

HEALTH

PROGRAM

1.00 lot

The Contractor shall be responsible for site preparation and

installation of necessary gates, safety nets and access control system

to the satisfaction of BatStateU;

Construction safety and Health program includes provision of

Personal Protective Equipment (PPE) (safety harness, hard hat, safety

glasses, gloves, working uniform and safety shoes) for all workers on

the hard hat area.

Provision of first aid kit on site at all times.

Provision of safety signage, appropriate barricades and warning signs,

and traffic management system.

All construction personnel shall be required to undergo COVID-19

test, as may be prescribed, and retested as the need arises.

Provision of alcohols, soaps, disinfectants and decontamination areas

on site.

The contractor shall be required to submit their Construction Safety

Guidelines for the Implementation of the Project during the COVID-

19 Public Health Crisis.

3

OTHER GENERAL

REQUIREMENTS

(Project

Photographs, Project

Billboards and

Permits, Clearances

and Other

Government Taxes)

1.00 lot

Monthly accomplishment report complete with photos

Installation of two Project billboards

The Contractor must secure Fire Safety Evaluation Clearance for

Building Permit and Fire Safety Inspection Certificate for

Occupancy Permit.

Page 90: Procurement of - Batangas State University

89

4

TEMPORARY

FACILITIES/

FIELD OFFICE

1.00 lot

The construction of temporary facilities including electric and water

consumption, barracks, site office, temporary fence, hand wash area,

disinfection station, sanitation tent.

5 SITEWORKS 1.00 lot

The Contractor shall be responsible for site preparation and

installation of temporary fencing to secure work area;

The Contractor shall make adequate site survey, verification and

setting outs;

Site clearing which includes removal / relocation of trees and other

unnecessary obstructions;

Demolition, dismantling works and removal of all site existing

structures such as slabs, columns, roofing and other obstructions

within the area where the building/s will be erected;

§ Existing Fence

§ Existing One Storey CONAHS Building

§ Cooperative Building

§ One Storey Classroom (Baking Room)

§ Stock Area

§ Existing Material Recovery Facility (MRF)

§ Other existing buildings/structures that may obstruct the

proposed building; such structures shall be identified by BatStateU.

All earth works including but not limited to excavation, grading,

hauling, backfilling and compaction to the required grades and levels

as shown on the drawings;

All excavated materials on-site shall be disposed and shall be

transferred/hauled by the Contractor on a different site or outside the

construction site.

Ground protection such as installation of sheet piles, trenching,

shoring and other excavation protection shall be done to prevent

disturbing the soil and grades of neighboring structures including

cave-ins and other excavation related hazards;

Dewatering works during excavation prior construction of building

foundation and other related structures to be constructed below

natural grade line due to high water tables of the location;

Page 91: Procurement of - Batangas State University

90

Provision of lean concrete for footing/foundations and gravel

bedding for tie beams, grade beams and slab on grade;

Provision of polyethylene sheet (vapor barrier) 6 mils for slab on

grade;

Provision of soil poisoning and termite control at the excavated

surfaces of footings, tie beams and slab on grade;

Provision and installation of soil poisoning perforated pipe line

system;

The contractor must conduct Field Density Test (FDT), one group of

3 in-situ density tests per layer. Each layer must be 0.20m

compacted fill of 95% soil compaction.

M A T E R I A L S

Site Clearing

Demolition of Cooperative Store

Demolition of College of Nursing Building

Demolition of Structures at the Back of Gso Building

Demolition of Existing Fence

Removal of Trees (300 mm dia - 500 mm dia)

Removal of Trees (500mm dia to 750mm dia above)

Dewatering

Excavation (including disposal of excavated materials)

Earthfill , Backfill and Compaction

FDT

Gravel Bedding

Lean Concrete

Polyethylene Sheet (Vapor Barrier) 6mils thick for slab

Soil Poisoning and Termite Control

Soil Poisoning Perforated Pipe Line system including installation

Page 92: Procurement of - Batangas State University

91

6 FORMS AND

SCAFFOLDINGS 1.00 LOT

Erection of forms and scaffoldings.

M A T E R I A L S

Phenolic Plywood Forms

Coco Lumber

Common Wire Nail Asstd

Scaffolding Rental

Misc. Consumables

7

REINFORCED

CONCRETE

WORKS

275.00 cu.

M.

All concrete works shall be done in accordance with the standard

specifications for plain and reinforced concrete as adopted by the

Government.

Reinforced concrete works include the installation of reinforcing steel

bars and the pouring of ready-mix concrete mixture for foundations,

columns, beams, slabs, stairs, drop off area, sidewalks, concrete

gutter, plant boxes and other reinforced concrete structures of the

building to be approved by BatStateU.

Concrete mix and steel reinforcement shall be approved by the Civil

Engineer of BatStateU.

Contractor shall provide required pipe sleeves for all utilities

(Electrical, Plumbing, Mechanical, etc.).

M A T E R I A L S

FOUNDATION

Reinforcing Steel Bars Grade 40/60

Ready-Mix Concrete (3,000 psi, 28 days)

GI Tie Wire Ga. 16

COLUMN

Reinforcing Steel Bars Grade 40/60

Ready-Mix Concrete (3,000 psi, 28 days)

GI Tie Wire Ga. 16

SLAB

Page 93: Procurement of - Batangas State University

92

Reinforcing Steel Bars Grade 40/60

Ready-Mix Concrete (3,000 psi, 28 days)

GI Tie Wire Ga. 16

BEAMS

Reinforcing Steel Bars Grade 40/60

Ready-Mix Concrete (3,000 psi, 28 days)

GI Tie Wire Ga. 16

STAIRS & RAMP

Reinforcing Steel Bars Grade 40

Ready-Mix Concrete (3,000 psi, 28 days)

GI Tie Wire Ga. 16

SIDEWALK

Reinforcing Steel Bars Grade 40

Ready-Mix Concrete (3,000 psi, 28 days)

GI Tie Wire Ga. 16

DROP OFF ROAD

Reinforcing Steel Bars Grade 40

Ready-Mix Concrete (3,000 psi, 28 days)

GI Tie Wire Ga. 16

CONCRETE VALLEY GUTTER

Reinforcing Steel Bars Grade 40/60

Ready-Mix Concrete (3,000 psi, 28 days)

GI Tie Wire Ga. 16

8 MASONRY

WORKS 395.00

sq.

m.

Masonry works include the laying of Concrete Hollow Blocks type

with even texture and well-defined edges, with a minimum

compressive strength of 350psi.

Page 94: Procurement of - Batangas State University

93

All Concrete Hollow Blocks wall reinforcing at reinforced concrete

column, wall, bottom of slab and bottom of beam shall be installed

with backer rod and elastic/polyurethane sealant.

M A T E R I A L S

5" Concrete Hollow Blocks

Cement

Sand

Reinforcing Steel Bars Grade 40/60

GI Tie Wire ga.16

15mmØ Polyurethane Backer Rod (VERTICAL)

30mmØ Polyurethane Backer Rod (HORIZONTAL)

Polyurethane sealant

9 PLASTERING

WORKS 562.24

sq.

m.

Masonry wall finishes shall be smooth plaster finish or as specified

by the Architect or Engineer-in-charge.

M A T E R I A L S

Cement

Sand

10 WATERPROOFING

WORKS 63.00

sq.

m.

Cementitious waterproofing system of roof slab and concrete valley

gutter and membrane waterproofing for concrete valley gutter as

specified on the drawing plans and according to specifications.

M A T E R I A L S

Cement

Cementitious Waterproofings (4 liters)

Membrane Water Proofing ( 1m X 10m / roll)

Miscellaneous Materials

Page 95: Procurement of - Batangas State University

94

11 METAL ROOFING

WORKS 1.00 lot

Metal Roofing works include provision and installation of all roofing

materials required by the project and as shown on plans to be approved

by BatStateU;

All steel members shall be protected against corrosion using epoxy

primer & epoxy reducer.

M A T E R I A L S

Metal Roofing Works

0.50mm Prepainted Long Span Rib Type Roofing Sheet

15mm Two-Sided Aluminized Film Polyethylene Foam

Insulation (1m x 50 m per roll)

Roofing Wire Mesh

175mm x 50mm x 20mm x 1.6 mm LC Purlins

12mmØ Sagrods Threaded Both Ends with Standard Nuts

and Washers

4.5mm thk MS Plate Purlin Connector

150 mm x 50mm x 1.50mm thk Fascia Boards

100 x 100 x 6mm thk Angle Bar

10mm dia Anchor Bolt

0.5mm thk. x 36" Stainless Gutter x 2.4m (Type 304)

4' x 8' x 4.5mm thk MS Plate (Purlin Connector)

10mm dia x 200mm Long Anchor Bolt

10mm dia x 40mm Long Bolts w/ STD Nuts and Washers

Tekscrew

Blind Rivet

Epoxy Primer

Epoxy Reducer

Vulcaseal

Welding Electrode

Page 96: Procurement of - Batangas State University

95

Oxy-Acethylene Set

Cutting Disc

Grinding Disc

12 DUCTBANK AND

PULLBOX 1.00 lot

All concrete works shall be done in accordance with the standard

specifications for plain and reinforced concrete as adopted by the

Government.

Concrete works include the in-situ pouring of concrete mixture (2,000

psi, 28 days) for duct bank underground cable, pull boxes and other

reinforced concrete structures to be approved by BatStateU;

For reinforcing steel bar: use Grade 40 for 10mmØ.

Concrete mix and steel reinforcement shall be approved by the Civil

Engineer of BatStateU;

M A T E R I A L S

PULLBOX (1000 x 1000 x 1000)

Excavation

Cement

Sand

Gravel

Reinforcing Steel Bars

Gravel bedding

CHB 4"

PULLBOX (600 x 600 x 1000)

Excavation

Cement

Sand

Gravel

Reinforcing Steel Bars

Gravel bedding

CHB 4"

Page 97: Procurement of - Batangas State University

96

DUCTBANK

3-WAY Duct Bank (Siteworks and Construction)

6-WAY Duct Bank (Siteworks and Construction)

13

ALUMINUM

COMPOSITE

PANEL (PVDF)

205.00 sq.

m.

Supply and installation of Aluminum Composite Panel as specified on

plans and specifications.

M A T E R I A L S

Main Entrance Roof Edges

4' x 8' x 4mm thk Aluminum Composite Panel with 1" 1 x

1-1/2" x 0.8mm Sub-frame, Silicone sealant and complete

accessories

on 2" x 2" x 4" Steel Angular, 12mm dia x 100m L Dynabolt Steel

Framing

Waiting Shed Roof Edges

4' x 8' x 4mm thk Aluminum Composite Panel with 1" 1 x

1-1/2" x 0.8mm Sub-frame, Silicone sealant and complete

accessories

on 2" x 2" x 4" Steel Angular, 12mm dia x 100m L Dynabolt Steel

Framing

Main Entrance Header (On Glass Wall)

4' x 8' x 4mm thk Aluminum Composite Panel with 1" 1 x

1-1/2" x 0.8mm Sub-frame, Silicone sealant and complete

accessories

on 2" x 2" x 4" Steel Angular, 12mm dia x 100m L Dynabolt Steel

Framing

Column Branches

4' x 8' x 4mm thk Aluminum Composite Panel with 1" 1 x

1-1/2" x 0.8mm Sub-frame, Silicone sealant and complete

accessories

on 2" x 2" x 4" Steel Angular, 12mm dia x 100m L Dynabolt Steel

Framing

14 ARCHITECTURAL

STEEL WORKS 1.00 lot

The work includes the supply, fabrication and installation of all the

stair railings barriers gates (turnstile areas), PWD Ramp Outside,

PWD Ramp Inside, Main Entrance Stairs Outside, Main Entrance

Barrier, Main Entrance Stairs Inside, Main Stairs with Glass Outside,

Main Stairs with Glass Inside, PWD Gate, fence grills, vertical trellis

at waiting shed, vertical planters and others as specified on plans.

M A T E R I A L S

Railings

Page 98: Procurement of - Batangas State University

97

PWD Ramp Outside

Post: 2" x 3" x 2.00mm thk Stainless Rectangluar Steel

Tube

Hand Grab: 1" x 2" x 1.20mm thk Stainless Rectangluar

Steel Tube

PWD Ramp Inside

Post: 2" x 3" x 2.00mm thk Stainless Rectangluar Steel

Tube

Hand Grab: 1" x 2" x 1.20mm thk Stainless Rectangluar

Steel Tube

Main Entrance Stairs Outside

Post: 2" x 3" x 2.00mm thk Stainless Rectangluar Steel

Tube

Hand Grab: 1" x 2" x 1.20mm thk Stainless Rectangluar

Steel Tube

Main Entrance Barrier

Post: 2" x 3" x 2.00mm thk Stainless Rectangluar Steel

Tube

Hand Grab: 1" x 2" x 1.20mm thk Stainless Rectangluar

Steel Tube

Main Entrance Stairs Inside

Post: 2" x 3" x 2.00mm thk Stainless Rectangluar Steel

Tube

Hand Grab: 1" x 2" x 1.20mm thk Stainless Rectangluar

Steel Tube

Main Stairs with Glass Outside

10mm thk Tempered Glass on 2" x 1.2mm Stainless Steel

Square/Rectangular Tube Top Rail and Post

Main Stairs with Glass Inside

10mm thk Tempered Glass on 2" x 1.2mm Stainless Steel

Square/Rectangular Tube Top Rail and Post

PWD Gate

Post: 5" dia. Stainless Steel Pipe

Frame: 2" x 2" x 1.2mm thk x 6m Stainless Steel Square

Tube

Page 99: Procurement of - Batangas State University

98

Surface: 4' x 8' x 10mm thk Clear High Impact Acrylic

Sheet

Fence Grills

50mm wide x 6m length x 6mm thk Flat Bar

Trellis

Vertical Trellis at Waiting Shed

2" x 6" x 1.5mm thk x 6m length Rectangular Tubular

Steel

Vertical Planters

2" x 4" x 1.5mm thk Rectangular Tubular Steel

4' x 8 ' x 2" x 2"x6mm Steel Matting

1" x 1" x 3/16" thk x 6m Standard thk. Angle Bar

Other Materials

Welding Rod 1/8" diameter (for stainless steel)

Grinding disc

Cutting disc

Welding Rod 1/8" diameter (for ordinary steel)

Oxygen

Acetylene

15

ARCHITECTURAL

DOORS, WINDOWS

AND CURTAIN

WALLS

1.00 LOT

Supply and installation of glass and wooden panel doors, windows

and tempered curtain walls as specified on plans and specifications.

M A T E R I A L S

Doors

D1 - Door 1

D1 - 2.00m x 2.10m - Double Leaf Frameless Door

(Double Swing) using: 12mm thk. Tempered Glass on Stainless

Steel Patch Fittings with complete accessories and hardwares.

D2 - Door 2

Page 100: Procurement of - Batangas State University

99

D1 - 2.00m x 2.10m - Double Leaf Frameless Door (Single

Swing) using: 12mm thk. Tempered Glass on Stainless Steel Patch

Fittings with complete accessories and hardwares.

D3 - Door 3

D3 - 0.70m X 2.10m Kiln Dried (K.D) Tanguile Panel

Door On 2" X 5" Yakal Door Jamb Complete With Heavy Duty

Accessories

D4 - Door 4

D4 - 0.60m X 2.10m Kiln Dried (K.D) Tanguile Panel

Door On 2" X 5" Yakal Door Jamb Complete With Heavy Duty

Accessories

Door Accessories

38mm dia x 1200mm Stainless Steel Glass Door Handle

Stainless Steel Door Lockset

4 x 4 Loose Pin Door Hinge

Windows

W1 - 0.60m X 0.60m Awning Window With 1/4" Thk

Tempered Grey In Powder Coated Frame Complete With Heavy

Duty Accessories

W2 - 0.70m X 0.70m Awning Window With 1/4" Thk

Tempered Grey In Concealed Powder Coated Frame Complete With

Heavy Duty Accessories

Curtain Wall

CW-1 Main Entrance

Curtain Wall 1 (CW1) - Seamless type fixed Curtain Wall

using: 10mm thk tempered glass on Powder Coated HD Plain

mullion aluminum framing

CW-2 Triage

Curtain Wall 2 (CW2) - Seamless type fixed Curtain Wall

using: 10mm thk tempered glass on Powder Coated HD Plain

mullion aluminum framing

16 TILEWORKS 602.15 sq.

m.

Tiling of all floors, wall and counters as specified in the drawing plans

and specification.

M A T E R I A L S

Floor Tiles

FF1 - Floor Finish 1

Page 101: Procurement of - Batangas State University

100

FF1-60cm x 60cm Outdoor Granite Tiles

FF2 - Floor Finish 2

FF2-60cm x 60cm Polished Granite Tiles

FF3 - Floor Finish 3

FF3-30cm x 30cm Matte Tiles

Wall Tiles/Cladding/Finishes

WF1 - Wall Finish 1 (Logo Wall)

60cm x 60cm Polished Granite Tiles

WF2 - Wall Finish 2 (Column Cladding)

Stone Cladding

WF3 - Wall Finish 3 (Info Desk Decorative Wall)

Stone Cladding

WF4 - Wall Finish 4 (Toilet Wall tiles)

30cm x 30cm Polished Tiles

Pantry/Wash Area Counter Finish

COF - Counter Finish

COF-60cm x 60cm Polished Granite Tiles

Others

4' x 8' x 5mm Stainless Steel Metal Plate

Cement

Tile grout 2kg/bag

Tile adhesive 25kg/bag (Heavy Duty)

Cutting Disk

17 CARPENTRY

WORKS 319.32

sq.

m.

The work includes the furnishing of materials, tools and equipment,

methods and labor necessary to complete all carpentry work

requirements.

Carpentry works includes construction of all ceiling works and

information counter as specified in the drawing plans and

specification.

Page 102: Procurement of - Batangas State University

101

M A T E R I A L S

Ceiling

Main Entrance

0.20mx2.8mx12mm thk Wood Panel Composite

Double Furring Channel 0.40mm x 19mm x 5m

Wall Angle 50mm x 25mm x 3m

C-Channel 1mm x 12mm x 38mm x 5m

50mm x 35mm Metal Clip

Waiting Shed

0.20mx2.8mx12mm thk Wood Panel Composite

Double Furring Channel 0.40mm x 19mm x 5m

Wall Angle 50mm x 25mm x 3m

C-Channel 1mm x 12mm x 38mm x 5m

Information

0.20mx2.8mx28mm thk Wood Panel Composite

Double Furring Channel 0.40mm x 19mm x 5m

Wall Angle 50mm x 25mm x 3m

C-Channel 1mm x 12mm x 38mm x 5m

Triage Area

4.5mm x 4' x 8' Fiber Cement Board

Double Furring Channel 0.40mm x 19mm x 5m

Wall Angle 50mm x 25mm x 3m

C-Channel 1mm x 12mm x 38mm x 5m

CCTV Room

4.5mm x 4' x 8' Fiber Cement Board

Page 103: Procurement of - Batangas State University

102

Double Furring Channel 0.40mm x 19mm x 5m

Wall Angle 50mm x 25mm x 3m

C-Channel 1mm x 12mm x 38mm x 5m

Toilet

4.5mm x 4' x 8' Fiber Cement Board

Double Furring Channel 0.40mm x 19mm x 5m

Wall Angle 50mm x 25mm x 3m

C-Channel 1mm x 12mm x 38mm x 5m

Pantry

4.5mm x 4' x 8' Fiber Cement Board

Double Furring Channel 0.40mm x 19mm x 5m

Wall Angle 50mm x 25mm x 3m

C-Channel 1mm x 12mm x 38mm x 5m

Information Counter/Table

4'x8'x3/4" thk. HP Laminated MDF Board

18 PAINTING WORKS 583.18 sq.

m.

Painting works includes interior and exterior walls, perimeter fence,

waiting shed, floors, columns, ceilings, wood door and door jambs,

all carpentry works and steel works (primer and top coat) as

specified in the drawing, plans and specification.

Painting of entire building.

M A T E R I A L S

Concrete Surfaces

Fence Wall

Concrete Neutralizer

Acrylic Concrete Primer and Sealer

Latex Putty

Latex Top coat (Semi - Gloss)

LED Screen Base

Page 104: Procurement of - Batangas State University

103

Concrete Neutralizer

Acrylic Concrete Primer and Sealer

Latex Putty

Latex Top coat (Semi - Gloss)

Exterior Concrete Walls

Concrete Neutralizer

Acrylic Concrete Primer and Sealer

Latex Putty

Latex Top coat (Semi - Gloss)

Interior Concrete Wall

Concrete Neutralizer

Acrylic Concrete Primer and Sealer

Latex Putty

Latex Top coat (Semi - Gloss)

Wood Surfaces

Triage and CCTV Room Ceiling

Interior Primer and Sealer

Latex Paint (Flat)

Glazing putty

Toilet Ceiling

Interior Primer and Sealer

Latex Paint (Flat)

Glazing putty

Pantry Ceiling

Interior Primer and Sealer

Latex Paint (Flat)

Glazing putty

Page 105: Procurement of - Batangas State University

104

Doors

Interior Primer and Sealer

Quick Drying Enamel

Steel Surfaces

Fence Grills

Steel Primer

Quick Drying Enamel

Vertical Trellis

Steel Primer

Quick Drying Enamel

Vertical Planters

Steel Primer

Quick Drying Enamel

Other Materials

Sand paper

Roller brush #7

Paint brush #2

Rags/newspaper

19

STAINLESS LOGO,

LETTERS AND

SIGNAGES

1.00 LOT

The work includes the supply, fabrication and installation of the

Stainless steel logo, letters and signage as specified in the drawing

plans and specification.

M A T E R I A L S

Logo

1.10m dia Stainless Steel BSU Logo

Lettering

0.20m Height 2" Depth Stainless Steel Lettering:

"GATEWAY TO GREATNESS"

Page 106: Procurement of - Batangas State University

105

0.17m Height 2" Depth Stainless Steel Lettering:

INFORMATION

0.45m Height " Depth Stainless Steel Lettering:

LEADING INNOVATIONS, TRANSFORMING LIVES

0.30m Height 2" Depth Stainless Steel Lettering:

BASICS

Plate Signages

8" X 10" (80 sq.in.) PWD Logo Stainless Steel Signage

6" X 8" (48 sq.in.) Stainless Steel Signage for:

CCTV Room,Toilet & Pantry

20 LANDSCAPE

WORKS 587.00

sq.

m.

This item includes all landscaping works that is specified in the

Vertical planters, plant boxes, Floor Plan, Site-Development plan.

For garden soil, use loam soil to ensure that plants have a steady

supply of moisture without drowning.

Supply and planting of garden soil and plants to be approved by

Owner’s Representative/PMO.

Provide necessary equipment and materials for Landscaping.

M A T E R I A L S

Landscape

Conrete Pavers

21 MECHANICAL

WORKS 1.00 LOT

All materials to be used for mechanical works shall be new and shall

conform to the Reference Code and Standards. Use of materials shall

further be governed by other requirements, imposed on the

specifications. Materials shall be subject to necessary tests for their

fitness if so required.

Supply and installation of all fire extinguisher, air conditioning and

ventilation units and accessories or materials needed for the

completion of the system are covered by the mechanical works.

Page 107: Procurement of - Batangas State University

106

Fire Extinguisher, air conditioning and ventilation units to be

installed shall be approved by the Owner/Representative prior to

installation. Approval of units may be done through submission of

original catalogues of the fire extinguisher, air conditioning and

ventilation units (catalogues from the manufacturer/s). The physical

presentation of units for approval shall be complied whenever

requested by the consultant. All these shall be done prior to

installation.

Mechanical works are included but not limited to supply and

installation of high-wall inverter split type air conditioning unit,

exhaust fans and fire extinguisher for the areas defined within the

plans.

Testing and commissioning of the mechanical works shall be

performed with the presence of the owner or representative, prior to

turn-over. Report of testing and commissioning, together with the

operational manuals and accessories (such as remote controller/s) of

the installed and tested units shall be submitted to the owner or

representative.

Repair and/or maintenance works are included in the scope for

mechanical works if ever and/or whenever failure/s of the system

within the period of one (1) year from turn-over and acceptance

would be encountered.

M A T E R I A L S

Air Conditioning Units

1.5 HP High Wall Split Type (inverter)

Refrigerant Piping, Control Wires, and Condensate Drain

Soft Copper Tube Type L, 1/4", 50ft length

Soft Copper Tube Type L, 3/8", 50ft length

Rubber Insulation 1/4" x 3/4"thk, 3m length

Rubber Insulation 1/8" x 3/4"thk, 3m length

Control Wire

Refrigerant

Polyethylene Tape

Conduit Pipe 20mm dia, 3m length

PVC Blue 3/4", 3m length

Page 108: Procurement of - Batangas State University

107

Ventilation Units

Exhaust Fan 245mm x 245mm Wall-mounted

Exhaust Fan 215mm x 215mm Ceiling-mounted

Ductworks and Duct Accessories

4" dia. PVC Pipe, 3m length

4" dia Round Louver Wall Air vent, air outlet, ducting,

ventilation exhaust grille cover Stainless Steel

Duct Accessories and other Fittings

Fire Extinguishers

Fire Extinguishers (Dry Chemical) 10lbs

Fire Extinguishers (Carbon Dioxide) 10lbs

Miscellaneous Works

Hangers and Supports

Consumables

Testing and Commissioning

22-23

ELECTRICAL AND

ELECTRONICS

AND

COMMUNICATION

WORKS

1.00 LOT

All Electrical works shall provide all materials and equipment and

perform all the work necessary for the complete execution of the

electrical systems shown on the electrical drawings with reference to

the general construction drawings as herein specified, or both except

as otherwise excluding the generality of the foregoing, shall include

but not limited to the following principal items of work.

Supply and Installation of Panel Boards as detailed in drawing; shop

drawings shall be submitted for review of BSU-TWG prior to

fabrication.

Supply and Installation of underground uPVC with main feeder

cables for LP Panel board from existing building as detailed in

drawing.

The Conduit system shall include the roughing-in, fittings, conduit

supports, pull boxes, pull guide wires, utility boxes and junction

boxes.

Supply and installation of complete lighting systems (lighting

fixtures with complete supports, switches, emergency lights and fire

exit signs) as shown on the electrical plans.

Page 109: Procurement of - Batangas State University

108

Supply and installation of wiring devices and accessories.

Supply and installation of complete power systems (receptacles,

disconnect switches, panels and circuit breaker) as shown on the

electrical plans and specifications.

Supply and installation of complete power and control wiring to

various mechanical (ACUs & motors) and sanitary equipment (hand

drier and exhaust fan) unless otherwise specified; Schematic

diagrams shall be submitted for sanitary pump motor control and

mechanical fire pump motor controls during materials approval.

Failure to do so shall be rejection of approvals.

Installation of Data and Communication Systems as indicated on

plans and specifications

Supply and installation CCTV Systems and accessories as indicated

on plans and specifications

Supply and installation of complete grounding system as shown in

the electrical plans and specifications

Termination of all electrical system.

Furnished the Architect/ Engineer shop drawings which shall include

details of proposed installation such as conduit runs, wiring, location

of equipment and other pertinent information to illustrate the

deviation and changes from original plans. All electrical and

electronic equipment’s shall be named and tagged for proper

identification and function in the system. Name plates / tags shall be

in traffolyte or stainless steel engravement. Contractor to submit

sample engravement to the engineer / architect in charge for

approval.

Conduct and record insulation resistance testing for each cable by

use of high impedance insulation tester for the main supply feeder

cables and branch feeders to panel boards (please refer to general

specifications for complete details). Testing to be witnessed TWG

for electrical or his representative. Test result record in tabulated

form includes date and time of testing, type of megger tester used,

who tested and witnessed.

Complete testing and commissioning of all electrical lighting, power

and auxiliary equipment systems. See Specifications for detailed

Field Testing and Commissioning of Electrical Systems.).

If anything has been omitted for any items of work or materials

usually furnished, which are necessary for the completion of the

entire work as outlined herein before, then such items must be and

hereby included in this Section of work.

Hauling of waste and demolished materials includes cleaning of all

the excess and unnecessary materials; and

Site house cleaning and demobilization of workforce and equipment.

The contractor is advised to visit the site and satisfy himself as to the

local conditions and facilities that may affect his work. He will

deemed to have done this before preparing his proposal and any

subsequent claim on the ground of inadequate or insufficient

information shall not be entertained.

Page 110: Procurement of - Batangas State University

109

Furnish the as-built plans One (1)–set of reproducible and Four (5)

sets of marked up as-built signed and sealed plans upon the

completion of the project. These plans shall be submitted by the

contractor to the Engineer prior to the release of final payment. The

as-built plans shall show details of actual site installation and include

all deviations from the original plans.

M A T E R I A L S

ELECTRICAL WORKS

PANEL BOARDS/MDS

LP

LPX

15AT 2P CB

Magnetic Switch Contactor

Manual Disconnect Switch 20 Amps 2PST in Nema-3R

Enclosure

Photoswitch

WIRES/CABLES

Copper Wire, 60mm2 THHN/THWN

Copper Wire, 14mm2 TW

Copper Wire, 3.5mm2 THHN/THWN

Copper Wire, 2.0mm2 TW

Pull box, 0.60m x 0.60m x 0.60m

µPVC CONDUITS

µPVC Pipe, 75mmØ (2½"Ø),Thick wall

µPVC Pipe, 63mmØ (2"Ø),Thick wall

µPVC Pipe, 40mmØ (¾"Ø), Thick wall

µPVC Pipe, 20mmØ (½"Ø), Thick wall

µPVC Assorted Fittings

LIGHTING FIXTURES

1-20W, 2000 Lumens, LED TUBE LAMP FIXTURE, w/

MIRRORZED REFLECTOR AND LOUVERIZED ALUMINUM

DIFFUSER, Flush Mounted

Page 111: Procurement of - Batangas State University

110

3" diameter round built in w/ 5w LED Light with glass and

cover

Pinlight socket, 6" diameter round with frosted glass cover

complete w/ 9w downlight LED bulb

Outdoor wall lamp, 2x7watts, LED bulb

3W Weatherproof Step Light

Outdoor bollard with 9watts LED bulb complete with

concrete base

Outdoor spotlight, 20watts LED

Cove lights, 1.2m with 13watts LED

SWITCHES/CONVENIENCE OUTLETS

1-gang switch w/ plate and cover *

2-gang switch w/ plate and cover *

3-gang switch w/ plate and cover *

Duplex Convenience Outlet with ground, Universal and/ or

polarized flat w/ plate and cover *

Emergency light

3W, Green, LED Exit Sign

BOXES

µPVC Utility Box, 2"x4" orange - Omni

µPVC Junction Box with cover, 4" orange octagonal

Electrical Plastic Tape, big - Brand: 3M Tartan (Flame

retardant)

Rubber Tape - Nitto

Other Small items/ mechanical supports &

fittings/hardware needed not mentioned above

GROUNDING SYSTEM

Ground rod 20mmØ x 3000mmL CopperClad

Exothermic Weld Process

Page 112: Procurement of - Batangas State University

111

Bare Copper Wire, 30mm2

Other Small items/ mechanical supports &

fittings/hardware needed not mentioned above

ELECTRONICS AND COMMUNICATION WORKS

CLOSED CIRCUIT TELEVISION SYSTEM

Complete Closed Circuit Television System Assembly

and Accessories

DOME TYPE CCTV CEILING MOUNT IP CAMERA

BULLET TYPE CCTV CEILING MOUNTED IP

CAMERA

Cat 6 UTP Cable

µPVC Pipe, 20mmØ (½"Ø), Thick wall

µPVC Junction Box with cover, 4" orange octagonal

Fittings & Consumables

COMMUNICATION AND DATA SYSTEMS

Manage Switch

D-Link 24 port smart switch

CTC

Wireless Access point; 802.11 a/b/g/n/ac; 100/100/1000

Ethernet ports; Passive PoE; WE, WPA-PSK, WPA-Enterprise

(WPA/WPA2, TKIP/AES)

RJ45 Connector

Cat 6 UTP Cable

Telephone/Internet outlets(1-gang) with plate and cover

µPVC Pipe, 20mmØ (½"Ø), Thick wall

µPVC Utility Box, 2"x4" orange

Fittings & Consumables

Page 113: Procurement of - Batangas State University

112

24

REHABILITATION

OF OVERHEAD

FEEDER LINE

1.00 LOT

Supply and installation of 150mm2 THHN-THWN cable, as

indicated in the plans & specifications. Pulling of 3-sets 3x150mm2

of wire from new steel pole-1 to pole-2 via ductbank and cable

ladder. Connect/ splice new and old wires end to end using suitable

size split bolt inside the splicing box . Perform megger test, submit

test reports and ensure that test is acceptable or passed per standard

before energization.

Supply and Installation of steel pole and hardware assembly

complete with double Cross-Arm and Braces, Truss Guy, Secondary

Racks, Supports, grounding, Accessories, Splicing Box Outdoor

Type Nema 4R Stainless Steel (1000x300x200mm) and split bolt

connectors.

Supply and installation of cable ladder in the steel pole as detailed in

drawings and specifications.

Removal of existing wooden pole, cut/ remove existing overhead

feeder line in obstruction above the Gate-4 Façade.

Supply and installation of steel pole grounding system.

Demolition of existing concrete pedestal and wooden pole for

STEAM Library service entrance. Re-route/ transfer existing 2-sets

feeder wire of STEAM Library Building from Old wooden pole to

new steel pole. Pull excess wire up to power house.

The contractor must visit and conduct survey the site perform visual

and site actual measurements and satisfy himself as to the local

conditions and facilities that may affect his work. He will deem to

have done this before preparing & submission of his proposal.

Excluded in the scope;

- Removal of data/ fiber optic cables

- Pulling of data and fiber optic cables

M A T E R I A L S

WIRES/CABLES

Copper Wire, 150 mm2 THHN/THWN-2

ELECTRICAL POLE

30 Feet steel pole and hardware assembly complete with

double Cross-Arm and Braces, Truss Guy, Secondary Racks,

Supports, Grounding, Accessories, Splicing Box Outdoor Type

Nema 4R Stainless Steel (1000x300x200mm) and split bolt

connectors.

Cable Ladder 300x100mmx2400mm with cover

Page 114: Procurement of - Batangas State University

113

Cable Ladder 100x100mmx2400mm with cover

Cable Ladder Supports and Accessories

REMOVAL OF EXISTING POLE

Removal of existing wooden pole, cut/ remove existing overhead

feeder line in obstruction above the Gate-4 Façade.

STEAM LIBRARY FEEDER WIRE

Demolition of existing concrete pedestal and wooden pole for

STEAM Library service entrance. Re-route/ transfer existing 2-sets

feeder wire of STEAM Library Building from Old wooden pole to

new steel pole. Pull excess wire up to power house.

25 PLUMBING

WORKS 1.00 LOT

All plumbing works included herein shall be executed according to

the provisions of the National Plumbing Code, National Building

Code and the Rules and Regulations of Batangas City;

The drawings are not intended to show every pipes, fittings, valves

and appliances. All such item whether specifically mentioned or not,

or indicated on the drawings shall be finished and installed if

necessary to complete the system in accordance with the best

practice of the Plumbing Trade and to the satisfaction of the

Owner/Representative;

All materials to be used shall be new and shall conform to the

Reference Code and Standards. Use of materials shall further be

governed by other requirements, imposed on other section of these

specifications. Materials shall be subject to test necessary for their

fitness if so required;

The Contractor shall furnish all materials, labor and equipment

necessary for the installation of all water lines, fixtures and

accessories;

All works must communicate to the Owner/Representative before

commencement;

SYSTEM DESCRIPTION: Provide new plumbing systems,

complete and ready for operation. Plumbing systems including

manufacturer’s products shall be in accordance with the required and

advisory of the IAPMO Uniform Plumbing Code and Philippine

National Plumbing Code. Plumbing systems include piping less than

1.50meters outside of the building;

Horizontal sanitary sewer piping shall be run in practical alignment

at a minimum slope of 1% for pipes 4" & larger & 2% for 3"∅&

smaller.

Page 115: Procurement of - Batangas State University

114

Horizontal drainage/waste piping shall be run in practical alignment

at a minimum slope of 1% for pipes 4" & larger & 2% for 3"∅&

smaller.

All fixtures shall be provided with p-trap seal of not to less than

50mm but not more than 100mm in depth.

The contractor shall verify all existing utilities at site, that is, the

actual pipe sizes, locations, and depths, top and invert elevations of

all existing pipes and related structures. The contractors shall

provide the necessary excavations, backfilling and surface

restoration of the affected areas in the laying of sewer, storm

drainage and water supply lines.

M A T E R I A L S

PVC Sanitary/Drainage Pipes

(150mm) 6" dia. PVC Pipe x 3m

(100mm) 4" dia. PVC Pipe x 3m

(75mm) 3" dia. PVC Pipe x 3m

(50mm) 2" dia. PVC Pipe x 3m

PVC Sanitary/Drainage/Vent Fittings

6" dia. Coupling

4" dia Coupling

3" dia. Coupling

2" dia. Coupling

4"x2" Wye Reducer

4" dia. Wye

4" Elbow 90 deg.

4" Elbow 45 deg.

3" Elbow 90 deg.

3" Elbow 45 deg.

2" dia Tee

2" Elbow 90 deg.

2" Elbow 45 deg.

2" Wye

Page 116: Procurement of - Batangas State University

115

2" dia. U-trap with plug and seal ring

4" dia. Clean-out

2" dia. Clean-out

PVC Solvent

PPR & GI Waterline Pipes

(25mm dia.) 1" GI Pipe x 6m

(20mm dia.) 3/4" GI Pipe x 6m

(20mm dia.) 3/4" PPR Pipe x 4m PN20

PPR & GI Waterline Fittings & Accessories

(25mm dia.) 1" GI Coupling

(25mm dia.) 1" GI Union

(25mm dia.) 1" GI 90 deg. Elbow

(25mm dia.) 1" GI Tee

(25mm dia.) 1" Brass Gate Valve

(20mm dia.) 3/4" GI Coupling

(20mm dia.) 3/4" GI Union

(20mm dia.) 3/4" GI 90 deg. Elbow

(20mm dia.) 3/4" GI Tee

(20mm dia.) 3/4" Brass Gate Valve

(20mm dia.) 3/4" PPR Union

(20mm dia.) 3/4" PPR Coupling

(20mm dia.) 3/4" PPR 90 deg. Elbow

(20mm dia.) 3/4" PPR 90 deg. Threaded Elbow

(20mm dia.) 3/4" PPR Tee

(20mm dia) 3/4" End cap

(20mm dia.) 1" PPR Gate Valve

Page 117: Procurement of - Batangas State University

116

26

PLUMBING

FIXTURES AND

ACCESSORIES

1.00 LOT

Contractor shall furnish all materials, labor and equipment necessary

for the installation of all water lines, fixtures and accessories.

Supply and installation of all plumbing fixtures and accessories such

as water closet, lavatories, floor drains, bidet, kitchen sink, faucets,

soap dispenser/holder, tissue holder and grease trap;

All materials and equipment to be installed shall be of approved

quality and should be presented to the Owner for approval prior to

installation;

M A T E R I A L S

Pantry and Restroom Finishing

Water Closet with fittings

Stainless Steel Bidet faucet

Lavatory Wall Hung Type Half Pedestal

Lavatory Faucet

Stainless Steel Wall Mount Tap Faucet

Stainless steel Liquid Soap Dispenser

Stainless steel tissue holder

4" x 4" Stainless Floor Drain

Stainless Steel Gooseneck Faucet

Stainless Steel Single Bowl Pantry Sink

100mm Bronze Floor Cleanout

50mm Bronze Floor Cleanout

Class "A" Mirror for restrooms

3/4" thk. Natural Granite Slab (counter top and splash

board)

Portable Grease Trap 4GPM

50mm Dome-Type Roof Drain

Other Materials

40 kg. Cement

Tile Adhesive (25kg/bag)

Page 118: Procurement of - Batangas State University

117

River Sand

Cutting Disk

27 CATCH BASINS 1.00 LOT

Catch basins shall be constructed as shown in the plan.

M A T E R I A L S

Catch Basins

4" CHB

Cement

Sand

10mm rebars

#16 GI Tie Wire

32mm x 4mm x 6m Galvanized Flat Bar for Grating

Welding Rod (25kg per box)

Cutting Disk

28

HAULING OF

WASTES AND

DEMOLISHED

MATERIALS

1.00 lot Hauling of waste and demolished materials and cleaning of all the

excess and unnecessary materials;

G E N E R A L

A All applicable provisions of the different divisions of the Specifications for each work shall apply for all items

cited in this schedule.

B Discrepancy arising from this section of the Contract Documents must be brought to the attention of the

Owner or representative Architect/Engineer whose decision shall be final.

C

Materials deemed necessary to complete the works but not specifically mentioned in the Specification,

Working Drawing, or in the Contract Document shall be supplied and installed by the Contractor. Such materials shall

be of the highest quality and kind, and installed or applied in a workmanlike manner at prescribed or appropriate

locations following the Standard Practice of Civil Engineering, National Building Code of the Philippines and

Construction Procedures.

D All items with specified approved brand, manufacturer, supplier, fabricator, trademark and the like shall be

strictly followed.

E The Contractor shall coordinate the work with the Project Management Office to expedite the implementation

of the project.

Page 119: Procurement of - Batangas State University

118

F The Contractor shall supply all finishing accessories and furnishing fixtures as may be approved by the owner

or representative and shall be installed by the Contractor whenever required by the Owner or Representative.

G In case of items not included in this Matrix for Scope of Works but necessary for the completion of the

project, the bidder shall provide the additional items subject for evaluation by the TWG.

H Items such as accessories, fittings, consumables and other similar items/materials shall be detailed and

quantified by the bidder.

C O N F L I C T I N R E F E R E N C E D O C U M E N T S

In the case of any conflict between the technical requirement and specifications of this contract and the reference

documents, or among the reference documents, the order of precedence is:

1) Scope of Work/Matrix for Scope of Works

2) Basic Engineering Drawings

3) Technical Specifications

The Contractor shall notify any discrepancy found in the documentation to BatStateU in writing for clarification.

BatStateU will respond to such request in writing.

Section VII. Drawings

The actual drawings, including site plans should be given

separately.

Page 120: Procurement of - Batangas State University

119

Page 121: Procurement of - Batangas State University

120

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).

Page 122: Procurement of - Batangas State University

121

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.

CONTENT

Item

No. Description

% of

Total Unit Quantity

1 MOBILIZATION/DEMOBILIZATION 0.342 LOT 1.00

2 CONSTRUCTION SAFETY & HEALTH

PROGRAM 0.925 LOT 1.00

3 OTHER GENERAL REQUIREMENTS

(Project Photographs and Project Billboards) 0.121 LOT 1.00

4 TEMPORARY FACILITIES/FIELD OFFICE 0.659 LOT 1.00

5 SITEWORKS 14.364 LOT 1.00

6 FORMWORKS 0.643 LOT 1.00

7 REINFORCED CONCRETE WORKS 82.815 cu.m. 682.00

8 HAULING OF WASTES AND

DEMOLISHED MATERIALS 0.132 LOT 1.00

CONSTRUCTION 100.0

Page 123: Procurement of - Batangas State University

122

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.

Page 124: Procurement of - Batangas State University

123

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

⬜ (e) Tax clearance per E.O. No. 398, s. 2005, as finally reviewed and approved by

the Bureau of Internal Revenue (BIR).

Technical Documents

⬜ (f) 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

⬜ (g) 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

⬜ (h) 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

⬜ (i) 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

(j) 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

Page 125: Procurement of - Batangas State University

124

⬜ (k) 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

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

⬜ (l) 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

⬜ (m) The prospective bidder’s computation of Net Financial Contracting Capacity

(NFCC).

Class “B” Documents

⬜ (n) 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

⬜ (o) Original of duly signed and accomplished Financial Bid Form; and

Other documentary requirements under RA No. 9184

⬜ (p) Original of duly signed Bid Prices in the Bill of Quantities; and

⬜ (q) 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

⬜ (r) Cash Flow by Quarter.

Page 126: Procurement of - Batangas State University

125

Page 127: Procurement of - Batangas State University

Bid Form for the Procurement of Infrastructure Projects [shall be submitted with the Bid]

BID FORM

Date :

Project Identification No. :

To: [name and address of Procuring Entity]

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 a 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 of issued GPPB guidelines1 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

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

1 currently based on GPPB Resolution No. 09-2020

Page 128: Procurement of - Batangas State University

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:

Page 129: Procurement of - Batangas State University

Bid Securing Declaration Form [shall be submitted with the Bid if bidder opts to provide this form of bid security]

REPUBLIC OF THE PHILIPPINES) CITY OF ) S.S.

BID SECURING DECLARATION Project Identification No.: [Insert number]

To: [Insert name and address of the Procuring Entity]

I/We, the undersigned, declare that:

1. I/We understand that, according to your conditions, bids must be supported by a Bid Security, which may be in the form of a Bid Securing Declaration.

2. I/We accept that: (a) I/we will be automatically disqualified from bidding for any 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]

Page 130: Procurement of - Batangas State University

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]

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.

Page 131: Procurement of - Batangas State University

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.

[Insert Name and Signature]

[Insert Signatory’s Legal Capacity]

for:

[Insert Procuring Entity]

[Insert Name and Signature]

[Insert Signatory’s Legal Capacity]

for:

[Insert Name of Supplier]

Acknowledgment

[Format shall be based on the latest Rules on Notarial Practice]

Page 132: Procurement of - Batangas State University

Omnibus Sworn Statement (Revised) [shall be submitted with the Bid]

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;

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

Page 133: Procurement of - Batangas State University

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.

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]

Page 134: Procurement of - Batangas State University

Performance Securing 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]

REPUBLIC OF THE PHILIPPINES) CITY OF ) S.S.

PERFORMANCE SECURING DECLARATION Invitation to Bid: [Insert Reference Number indicated in the Bidding Documents] To: [Insert name and address of the Procuring Entity]

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]

Page 135: Procurement of - Batangas State University

Batangas State University BatStateU Infra Form No.1

Bidding Documents for Infrastructure Projects (Based on Revised IRR of RA 9184, 2016)

List of all Ongoing Government & Private Construction Contracts including contracts awarded but not yet started

Business Name :

Business Address :

Name of

Contract/Location

Project Cost

a. Owner Name b. Address

c. Telephone Nos.

Nature of Work

Contractor’s Role a. Date Awarded

b. Date Started

c. Date of

Completion

% of Accomplishment

Value of

Outstanding

Works Description % Planned Actual

Government

Private

Total Cost

NOTE: This statement shall be supported with: 1 Notice of Award and/or Contract 2. Notice to Proceed issued by the owner 3 Certificate of Accomplishments signed by the owner or Project Engineer

Submitted by :

(Printed Name & Signature

Designation :

Date :

One of the technical documents required to be in the Eligibility Envelope of a prospective bidder is a list of all its on-going, completed, and awarded but not yet started contracts.

Page 136: Procurement of - Batangas State University

Batangas State University BatStateU Infra Form No. 2

Bidding Documents for Infrastructure Projects (Based on Revised IRR of RA 9184, 2016)

Statement of Single Largest Government or Private Contracts completed which is similar in nature

Business Name :

Business Address :

Name of

Contract/Location

Project Cost

a. Owner Name b. Address

c. Telephone Nos.

Nature of Work

Contractor’s Role a. Date Awarded

b. Date Started

c. Date of

Completion

% of Accomplishment

Value of

Outstanding

Works Description % Planned Actual

Total Cost

NOTE: This statement shall be supported with: 1 Contract 2. CPES rating sheets and/or Certificate of Completion

3 Certificate of Acceptance

Submitted by :

(Printed Name & Signature

Designation :

Date :

One of the technical documents required to be in the Eligibility Envelope of a prospective bidder is a list of all contracts which are similar in nature and complexity to the contract to be bid. This statement will show that the value of the prospective bidder’s largest single completed contract, adjusted to current prices using the National Statistics Office (NSO) consumer price indices available at the G-EPS website, and similar to

the contract to be bid, must be at least fifty percent (50%) of the approved budget for the contract to be bid.

Page 137: Procurement of - Batangas State University

Batangas State University BatStateU Infra Form No.3

Bidding Documents for Infrastructure Projects (Based on Revised IRR of RA 9184, 2016)

NET FINANCIAL CONTRACTING CAPACITY

A. Summary of the Applicant Firm’s/Contractor’s assets and liabilities on the basis of the attached

income tax return and audited financial statement, stamped “RECEIVED” by the Bureau of Internal

Revenue or BIR authorized collecting agent, for the immediately preceding year and a certified

copy of Schedule of Fixed Assets particularly the list of construction equipment.

Year 20

1. Total Assets

2. Current Assets

3. Total Liabilities

4. Current Liabilities

5. Total Net Worth (1-3)

6. Current Net Worth or Net Working Capital (2-4)

B. The Net Financial Contracting Capacity (NFCC) based on the above data is computed as follows:

NFCC = [(Current assets minus current liabilities) (15)] minus the value of all outstanding or

uncompleted portions of the projects under ongoing contracts, including awarded contracts yet to

be started, coinciding with the contract to be bid.

NFCC = P

The value of bidder’s current assets and current liabilities shall be based on the latest Audited

Financial Statements submitted to the BIR.

Herewith attached are certified true copies of the income tax return and audited financial statement:

stamped “RECEIVED” by the BIR or BIR authorized collecting agent for the immediately preceding

year.

Submitted by:

Name of Firm / Contractor

Signature of Authorized Representative Date :

NOTE: 1. If Partnership or Joint Venture, each Partner or Member Firm of Joint Venture shall submit the

above requirements.

The above information are among the financial documents required for Eligibility Check. Together with the legal and technical documents

required, the financial documents shall be placed inside the Eligibility Envelope and submitted to the BAC on or before the deadline for the submission and receipt of Eligibility Envelopes.

Page 138: Procurement of - Batangas State University

Batangas State University BatStateU Infra Form No. 4a

Bidding Documents for Infrastructure Projects (Based on Revised IRR of RA 9184, 2016)

FORM OF BID SECURITY (BANK GUARANTEE)

WHEREAS, (Name of Bidder) (hereinafter called “the Bidder”) has submitted his bid dated

(Date) for the (Name of Contract) (hereinafter called “the Bid”).

KNOW ALL MEN by these presents that We (Name of Bank) of (Name of Country) having our

registered office at (hereinafter called “the Bank” are bound unto

(Name of Procuring Entity) (hereinafter called “the Entity”) in the sum of (insert amount)_ for

which payment well and truly to be made to the said Entity the Bank binds himself, his successors and

assigns by these presents.

SEALED with the Common Seal of the said Bank this day of 20 .

THE CONDITIONS of this obligation are that:

1) if the Bidder withdraws his Bid during the period of bid validity specified in the Form of

Bid; or

2) if the Bidder does not accept the correction of arithmetical errors of his bid price in

accordance with the Instructions to Bidder; or

3) if the Bidder having been notified of the acceptance of his bid and award of contract to

him by the Entity during the period of bid validity:

a) fails or refuses to execute the Form of Contract in accordance with the Instructions

to Bidders, if required; or

b) fails or refuses to furnish the Performance Security in accordance with the

Instructions to Bidders;

we undertake to pay to the Entity up to the above amount upon receipt of his first written demand,

without the Entity having to substantiate its demand, provided that in his demand the Entity will note

that the amount claimed by it is due to the occurrence of any one or combination of the three (3)

conditions stated above.

The Guarantee will remain in force up to and including the date days after the

deadline for submission of Bids as such deadline is stated in the Instructions to Bidders or as it may be

extended by the Entity, notice of which extension(s) to the Bank is hereby waived. Any demand in

respect of this Guarantee should reach the Bank not later than the above date.

DATE : _ SIGNATURE OF THE BANK

WITNESS : SEAL

(Signature, Name and Address)

The bidder should insert the amount of the guarantee in words and figures, denominated in the currency of the Entity’s country or an

equivalent amount in a freely convertible currency. This figure should be the same as shown of the Instructions to Bidders.

Usually 28 days after the end of the validity period of the Bid. Date should be inserted by the Entity before the bidding documents are issued.

Page 139: Procurement of - Batangas State University

Batangas State University BatStateU Infra Form No.5

Bidding Documents for Infrastructure Projects (Based on Revised IRR of RA 9184, 2016)

Contractor’s Organizational Chart for the Contract

Submit Copy of the Organizational Chart that the Contractor intends to use to execute the Contract

if awarded to him. Indicate in the chart the names of the Project Manager, Project Engineer, Bridge

Engineer, Structural Engineer, Materials and Quality Control Engineer, Foreman and other Key

Engineering Personnel.

1. This organization chart should represent the “Contractor’s Organization” required for the Project, and not the organizational chart of the

entire firm.

2. The Bidders shall comply with and submit sample form BatStateU Infra Form No. 9 for each of such key personnel. 3. Each such nominated engineer/key personnel shall comply with and submit sample forms BatStateU Infra Form No. 11 and BatStateU Infra

Form No. 12.

4. All these are required to be in the Technical Envelope of the Bidder.

Attach the required Proposed Organizational Chart for the Contract as stated above

Page 140: Procurement of - Batangas State University

Batangas State University BatStateU Infra Form No.6

Bidding Documents for Infrastructure Projects (Based on Revised IRR of RA 9184, 2016)

Contractor’s Letter-Certificate to Procuring Entity

Date:

Name of the Head of the Procuring Entity

Position of the Head of the Procuring Entity

Name of the Procuring Entity

Address of the Procuring Entity

Dear Sir / Madame:

Supplementing our Organizational Chart for the Contract, we have the honor to submit

herewith, and to certify as true and correct, the following pertinent information:

1. That I/we have engaged the services of (Name of Employee) , to be the

(Designation) of the (Name of Contract) , who is a (Profession) with

Professional License Certificate No. _ issued on

and who has performed the duties in the construction of the Contracts enumerated in the

duly filled Form .

2. The said Engineer shall be designated by us as our (Designation) to personally perform

the duties of the said position in the above-mentioned Project, if and when the same is

awarded in our favor.

3. That said Engineer shall employ the best care, skill and ability in performing his duties

in accordance with the Contract Agreement, Conditions of Contract, Plans,

Specifications, Special Provisions, and other provisions embodied in the proposed

contract.

4. That said Engineer shall be personally present at the jobsite to supervise the phase of

the construction work pertaining to this assignment as (Designation), all the time.

5. That, in order to guarantee that said Engineer shall perform his duties properly and be

personally present in the Job Site, he is hereby required to secure a certificate of

appearance for the Procuring Entity Engineer at the end of every month.

That, in the event that I/we elect or choose to replace said (Designation) with another

Engineer, the Procuring Entity will be accordingly notified by us in writing at least

twenty one (21) days before making the replacement. We will submit to the Procuring

Entity, for prior approval, the name of the proposed new (Designation), his

qualifications, experience, list of projects undertaken and other relevant information.

6. That any willful violation on my/our part of the herein conditions may prejudice my/our

standing as a reliable contractor in future bidding of the Procuring Entity.

Page 141: Procurement of - Batangas State University

Batangas State University BatStateU Infra Form No.6

Bidding Documents for Infrastructure Projects (Based on Revised IRR of RA 9184, 2016)

Very truly yours,

(Authorized Representative of Bidder)

CONCURRED IN:

(Name of Engineer)

(Address)

Page 142: Procurement of - Batangas State University

Batangas State University BatStateU Infra Form No.7

Bidding Documents for Infrastructure Projects (Based on Revised IRR of RA 9184, 2016)

Statement of Availability of Key Personnel

(Date of Issuance)

Name of the Head of the Procuring Entity

Name of the Procuring Entity

Address of the Procuring Entity

Attention : Prof. ENRICO M. DALANGIN

Chairman

Bids and Awards Committee

Dear Sir / Madame:

In compliance with the requirements of the Batangas State University-Bids and Awards

Committee for the bidding of the (Name of the Contract) , we certify that

(Name of the Bidder)__ has in its employ key personnel, such as project managers,

project engineers and foremen, who may be engaged for the construction of the said

contract.

Very truly yours,

(Name of Representative)

(Position)

(Name of Bidder)

Page 143: Procurement of - Batangas State University

Batangas State University BatStateU Infra Form No.8

Bidding Documents for Infrastructure Projects (Based on Revised IRR of RA 9184, 2016)

KEY PERSONNEL

Give the detailed information of the following personnel who are scheduled to be assigned as full-time

field staff for the project. Fill up a form for each person.

- Authorized Managing Officer / Representative

- Sustained Technical Employee

PERSONAL DATA

Name :

Date of Birth :

Nationality :

Education and Degrees :

Specialty :

Registration :

Length of Service with the Firm : Years of Experience (from / to) :

If length of service in the firm is less than ten (10) years, give name and length of service with previous

employers for a ten (10)-year period (attached additional sheet/s), if necessary:

Name and Address of Employer Length of Service

year(s) from / to

Experience:

This should cover the past ten (10) years of experience. (Attached as many pages as necessary to show

involvement of personnel in projects using the format below).

Experience Data

Name of Project :

Name and Address of Owner :

Name and Address of the Owner’s Engineer (Consultant)

:

Indicate the Features of Project :

(Particulars of the project components and any other

particular interest connected with the project)

Contract Amount Expressed in Philippine Currency

:

Position :

Structures for which the employee was

responsible

:

Assignment Period (from / to) :

Name and Signature of Employee

It is hereby certified that the above personnel can be assigned to this project, if the contract is awarded to

our company.

(Place and Date) (The Authorized Representative)

One of the requirements from the bidder to be included in its Technical Envelope is a list of contractor’s key personnel (viz., Project Manager,

Project Engineers, Materials Engineers, and Foremen), to be assigned to the contract to be bid, with their complete qualification and

experience data (including the key personnel’s signed written commitment to work for the project once awarded the contract).

Page 144: Procurement of - Batangas State University

Batangas State University BatStateU Infra Form No.9

Bidding Documents for Infrastructure Projects (Based on Revised IRR of RA 9184, 2016)

Key Personnel’s Certificate of Employment

Issuance Date

Name of the Head of the Procuring Entity

Position of the Head of the Procuring Entity

Name of the Procuring Entity

Address of the Procuring Entity

Dear Sir / Madame:

I am (Name of Nominee) a Licensed Engineer with Professional License No.

issued on (date of issuance) at (place of issuance) .

I hereby certify that (Name of Bidder) has engaged my services as (Designation) for

(Name of the Contract), if awarded to it.

As (Designation) , I supervised the following completed projects similar to the contract under

bidding):

NAME OF PROJECT OWNER COST DATE

COMPLETED

At present, I am supervising the following projects:

NAME OF PROJECT OWNER COST DATE

COMPLETED

In case of my separation for any reason whatsoever from the above-mentioned Contractor, I

shall notify the (Name of the Procuring Entity) at least twenty one (21) days before the effective date

of my separation.

As (Designation) , I know I will have to stay in the job site all the time to supervise and manage

the Contract works to the best of my ability, and aware that I am authorized to handle only one (1)

contract at a time.

I do not allow the use of my name for the purpose of enabling the above-mentioned Contractor

to qualify for the Contract without any firm commitment on my part to assume the post of

(Designation) therefor, if the contract is awarded to him since I understand that to do so will be a

sufficient ground for my disqualification as (Designation) in any future (Name of the

Procuring Entity) bidding or employment with any Contractor doing business with the (Name of

the Procuring Entity) .

(Signature of Engineer)

DRY SEAL

One of the requirements from the bidder to be included in its Technical Envelope is a list of contractor’s key personnel (viz., Project Manager,

Project Engineers, Materials Engineers, and Foremen), to be assigned to the contract to be bid, with their complete qualification and

experience data (including the key personnel’s signed written commitment to work for the project once awarded the contract).

Page 145: Procurement of - Batangas State University

Batangas State University BatStateU Infra Form No.9

Bidding Documents for Infrastructure Projects (Based on Revised IRR of RA 9184, 2016)

Republic of the Philippines )

) S.S.

SUBSCRIBED AND SWORN TO before me this day of 20 affiant

exhibiting to me his Residence Certificate No.

.

issued on at

Notary Public

Until December 31, 20

Doc. No. ;

Page No. ;

Book No. ;

Series of ;

One of the requirements from the bidder to be included in its Technical Envelope is a list of contractor’s key personnel (viz., Project Manager,

Project Engineers, Materials Engineers, and Foremen), to be assigned to the contract to be bid, with their complete qualification and

experience data (including the key personnel’s signed written commitment to work for the project once awarded the contract).

Page 146: Procurement of - Batangas State University

Batangas State University BatStateU Infra Form No.10

Bidding Documents for Infrastructure Projects (Based on Revised IRR of RA 9184, 2016)

Qualification of Key Personnel Proposed to be Assigned to the Contract

Business Name : Business Address :

Project Manager /

Engineer

Materials Engineer Foreman Construction

Safety and Health Personnel

Other positions deemed

required by the Applicant for this project

1 Name

2 Address

3 Date of Birth

4 Employed Since

5 Experience

6 Previous Employment

7 Education

8 PRC License

Minimum : Project Manager /

Materials Engineer

Foreman

Foreman

NOTE : Attached Individual Resume and PRC License of the (professional) personnel.

Submitted by :

(Printed Name & Signature)

Designation :

Date :

One of the requirements from the bidder to be included in its Technical Envelope is a list of contractor’s key personnel (viz., Project Manager, Project Engineers, Materials Engineers, and Foremen), to be assigned to

the contract to be bid, with their complete qualification and experience data (including the key personnel’s signed written commitment to work for the project once awarded the contract).

Page 147: Procurement of - Batangas State University

Batangas State University BatStateU Infra Form No. 11

Bidding Documents for Infrastructure Projects (Based on the Revised IRR of RA 9184,2016)

MANPOWER UTILIZATION SCHEDULE

Category Month

Contractor’s Name: Name of the Procuring Entity: Contract Name:

Submitted by:

Name of the Representative of the Bidder: Date:

Position:

Name of the Bidder:

The manpower schedule (weekly or monthly scheduling of skilled and unskilled workers, including Project Manager, Project Engineers, Materials Engineers, or Foremen) is required to be in the Technical Envelope of

the Bidder.

Page 148: Procurement of - Batangas State University

Batangas State University BatStateU Infra Form No. 12

Bidding Documents for Infrastructure Projects (Based on Revised IRR of RA 9184, 2016)

List of Equipment, Owned or Leased and/or under Purchase Agreements, Pledged to the Proposed Contract

Business Name :

Business Address :

Description Model /

Year

Capacity /

Performance / Size

Plate No. Motor No. /

Body No.

Location Condition Proof of Ownership / Lessor or

Vendor

A. Owned

i.

ii.

iii.

iv.

v.

B. Leased

i.

ii.

iii.

iv.

v.

C. Under Purchase Agreements

i.

ii.

iii.

iv.

v.

List of minimum equipment required for the project:

Submitted by :

(Printed Name & Signature)

Designation :

Date :

One of the requirements from the bidder to be included in its Technical Envelope is the list of its equipment units pledged for the contract to be bid, which are owned (supported by proof/s of ownership), leased, and/or under purchase agreements (with corresponding engine numbers, chassis numbers and/or serial numbers), supported by certification of availability of equipment from the equipment lessor/vendor for the duration of the

project

Page 149: Procurement of - Batangas State University

Batangas State University BatStateU Infra Form No.13

Bidding Documents for Infrastructure Projects (Based on Revised IRR of RA 9184, 2016)

Statement of Availability of Equipment

(Date of Issuance)

Name of the Head of the Procuring Entity

Name of the Procuring Entity

Address of the Procuring Entity

Attention : Prof. ENRICO M. DALANGIN

Chairman

Bids and Awards Committee

Dear Sir / Madame:

In compliance with the requirements of the Batangas State University-Bids and

Awards Committee for the bidding of the (Name of the Contract) , we certify that

(Name of the Bidder) owns, has under lease, and/or has under purchase

agreements the following equipment that may be used for the duration of the contract.

Attached is the list and proof of acquisition of the equipment needed in the execution

of the above-mentioned contract.

Very truly yours,

(Name of Representative)

(Position)

(Name of Bidder)

Page 150: Procurement of - Batangas State University

Batangas State University BatStateU Infra Form No.14

Bidding Documents for Infrastructure Projects (Based on Revised IRR of RA 9184, 2016)

EQUIPMENT UTILIZATION SCHEDULE

Category / Equipment Month

Contractor’s Name: Name of the Procuring Entity: Contract Name:

Submitted by:

Name of the Representative of the Bidder Date:

Position

Name of the Bidder

One of the requirements from the bidder to be included in its Technical Envelope is its equipment utilization schedule, referring to the weekly or monthly scheduling of the minimum equipment required for the project.

Page 151: Procurement of - Batangas State University

Batangas State University BatStateU Infra Form No.16

Bidding Documents for Infrastructure Projects (Based on Revised IRR of RA 9184, 2016)

Affidavit of Compliance to

Scope of Works & Specifications of Finishes and Materials

(Date of Issuance)

Prof. ENRICO M. DALANGIN

Chairperson

Bids and Awards Committee Batangas

State University

Dear Sir / Madame:

In compliance with the requirements of Batangas State University-Bids and Awards Committee

for the bidding of the (Name of the Contract) , we at (Name of Bidder), commit to comply

with the Scope of Works and Specifications of Finishes and Materials necessary in the

completion of the said contract.

Very truly yours,

(Name of Representative)

(Position)

(Name of Bidder)

SUBSCRIBED AND SWORN to before me this day of at

, Philippines. Affiant /s is / are personally known to me and was

/ were identified by me through competent evidence of identity as defined in the 2004 Rules on

Notarial Practice (A.M.) No. 02-8-13-SC). Affiant/s exhibited to me his / her [insert type of

government identification card used, with his / her photograph and signature appearing thereon,

with no. and his / her Community Tax Certificate No.

issued on at .

Witness my hand and seal this day of .

NAME OF NOTARIAL PUBLIC

Serial No. of Commission

Notary Public for until

Roll of Attorney’s No.

PTR No. , [date issued], [place issued]

IBP No. , [date issued], [place issued]

Doc. No.

Page No.

Book No.

Series of

Page 152: Procurement of - Batangas State University

Batangas State University BatStateU Infra Form No.17

Bidding Documents for Infrastructure Projects (Based on Revised IRR of R.A. 9184, 2016)

REQUEST FOR CLARIFICATION

Date of Letter

Prof. ENRICO M. DALANGIN

BAC Chairperson

Batangas State University

Rizal Avenue, Batangas City

Tel. No.: (043) 980-0385 local 1549

Dear Sir:

In relation to the Section of Page of the Bidding Documents for (Name of the

Project), to wit:

“ (quote unclear provision) “

We appreciate it if you could provide further explanation or clarification on the above.

Thank you very much.

Very truly yours,

Name of the Representative of the Bidder

Name of the Bidder