Please refer to the attached Scope of Works & Sketch Plans)
A. General Requirements 1. Mobilization/Demobilization
B.1 Site Works
B.1.a Demolition Works
- Demolition/removal of damaged fence located at Sapa area, clearing and hauling to designated dumping area B.1.b. Earthworks
- Includes lay-out, excavation to required depth as indicated in the drawing plans or as per direction of the Engineer, backfill and compaction and gravel bedding
- Use earthfill free from wastes and other objectionable matter. Place backfill in layers not to exceed 0.30 meters, paddle, ta mp or roll as required.
B.1.c. Staking of Batter Boards, Forms and Scaffoldings B.2. Concrete Works
- Includes construction of footings, columns, tie beams and lintel beams B.3. Masonry Works
-
The work includes furnishing and placing of concrete masonry units in accordance with standard specifications and in conformity with the lines, grades, thickness and typical cross-section. Materials specifications shall be based on the detailed drawings as shown on plans
- Laying of Concrete Hollow Blocks with Plastering on both sides B.4. Steelworks with Paint
- Fabrication and installation of steel materials as indicated in the plan. Painting for G.I Pipes and other steel materials shall be provided
C. Rehabilitation of Existing Perimeter Fence (Mat-y Area) at Span 1-12 C.1. Plastering of walls and columns (includes scraping of chipped off concrete)
C.2. Steelworks with Paint (includes scrapping of old paint on G.I Pipes; existing/old pipe should be reused and repainted) D. Construction of New Perimeter Fence (remove and replace) at Span 13-94 Mat-y Area
D.1 Site Works
D.1.a. Demolition Works
- Demolition/removal of affected fence located at Mat-y area, clearing and hauling to designated dumping area D.1.c.Earthworks
- Includes lay-out, excavation to required depth as indicated in the drawing plans or as per direction of the Engineer, backfill and compaction and gravel bedding
- Use earthfill free from wastes and other objectionable matter. Place backfill in layers not to exceed 0.30 meters, paddle, tamp or roll as required.
D.1.c. Staking of Batter Boards, Forms and Scaffoldings D.2. Concrete Works
- Includes construction of footings, columns, tie beams and lintel beams D.3. Masonry Works
-
The work includes furnishing and placing of concrete masonry units in accordance with standard specifications and in conformity with the lines, grades, thickness and typical cross-section. Materials specifications shall be based on the detailed drawings as shown on plans
- Laying of Concrete Hollow Blocks with Plastering on both sides D.4. Steelworks with Paint
- Fabrication and installation of steel materials as indicated in the plan. Painting for G.I Pipes and other steel materials shall be provided
SPECIFICATIONS:
CONCRETE AND REINFORCED CONCRETE
A. Furnish labor materials, equipment to complete the work as indicated herein or in the working drawings and or the scope of work.
B. Unless otherwise indicated on the drawing or specified herein, undertake all concrete work in accordance with “Specifications for Concrete and Reinforced Concrete” as adopted by the Department of Public Works and Highways (DPWH).
C. Materials:
Cement: Use Portland Cement conforming to and in accordance with the “Standard Specifications for Portland Cement”.
Fine Aggregates: Use well graded, washed sand having clean, hard, durable, uncoated particles free from injurious amounts of dust, lumps of soft clay and flaky particles, shells, alkali organic matter, loam and other deleterious materials. Maximum diameter: 1/4 - 1”∅.
Water: Clean, fresh and potable water.
Reinforcing Bars: Use sizes as indicated in the drawings, Fy = 420 Mpa, grade 60 for 16mm reinforcing steel bar up Ties: For reinforcing bars, use No. 16 GI wires.
Gravel Base for Foundations
-duly compacted 0.10m thick gravel bed size G1, on foundations D. Concrete Mixes:
1. Use class “A” concrete (1:2:4)/3,000psi for footings tie beams, lintel beams and columns 2. Use class “B” concrete (1:3) for masonry filler.
E. Concrete Placement
In placing concrete, use bucket or buggy to transport. Place concrete not over 0.60 meters deep; compact each layer thoroughly mechanically or manually. Do not use vibrators to transport concrete inside the forms and limit vibration duration to time necessary to produce satisfactory consolidation without causing objectionable segregation of aggregates.
F. Masonry wall should be 4" CHB walls with vertical and horizontal reinforcement as indicated in plans G. Concrete Finishes:
-Clean and wash down all that are to receive plaster for reinforced concrete walls, columns and lintel beams, remove surface 1/16” deep, expose aggregates then wash down and leave clean, firm, rough granular surface.
-Apply coats of cement plaster.
Scratch coat, one part cement, three parts fine sand, finish coat not less than 6mm and max. of 16mm -After setting, keep finish coat surface damp for seven days.
PAINTING WORK
Work includes complete painting of Steel materials. Use “Davies"Paints” or approved equivalent..
Use products and materials only in accordance with manufacturer’s instructions.
Color scheme shall be as directed by the Architect/Engineer or the owner.
- Other specifications are shown on the detailed estimates and plans
UNIVERSITY OF THE PHILIPPINES VISAYAS BIDS AND AWARDS COMMITTEE
Name of Project:
“Rehabilitation of Perimeter Fence along Eastern Boundary, UPV Miag-ao Campus, Miag-ao, Iloilo”
CHECKLIST OF ELIGIBILITY REQUIREMENTS
i) PhilGEPS Certificate of Registration (Platinum Membership) with attached Annex “A”
ii) Valid 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 iii) 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.
iv) Statement of the bidder’s Single Largest Completed Contract (SLCC) similar to the contract to be bid, except under conditions provided for in Sections 23.4.1.3 and 23.4.2.4 of this IRR, within the relevant period as provided in the Bidding Documents in the case of Goods.
All of the above statements shall include all information required in the BDs prescribed by the GPPB
v) The prospective bidder’s computation of Net Financial Contracting Capacity (NFCC). (see page 62)
vi) If applicable a Valid Joint Venture Agreement
Joint Venture bidders shall submit a Joint Venture Agreement in accordance with R.A. 4566 and its IRR.
Each partner of the joint venture shall submit their respective PhilGEPS Certificates of Registration in accordance with Section 8.5.2 of IRR. The submission of technical and financial eligibility documents by any of the joint venture partners constitutes compliance:
Provided, That the partner responsible to submit the NFCC shall likewise submit the Statement of all of its ongoing contracts and Audited Financial Statements.
vii) Questionnaire for prospective bidders (duly accomplished and notarized)
Note: Any missing document in the above-mentioned checklist is a ground for outright rejection of the bid.
UNIVERSITY OF THE PHILIPPINES VISAYAS BIDS AND AWARDS COMMITTEE
Name of Project:
Rehabilitation of Perimeter Fence along Eastern Boundary, UPV Miag-ao Campus, Miag-ao, Iloilo
CHECKLIST OF ELIGIBILITY REQUIREMENTS
(For : NON- Platinum PhilGEPS Membership)
1. PhilGEPS Certificate of Registration Class “A” Legal Documents
1. Registration certificate from SEC, Department of Trade and Industry (DTI) for sole proprietorship, or CDA for cooperatives, or any proof of such registration as stated in the Bidding Documents
2. Mayor’s permit issued by the city or municipality where the principal place of business of the prospective bidder is located
3. Tax Clearance Certificate per E.O.398, s. 2005
4. Valid 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
Class “A” Technical Documents
1. 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. The statement shall include all information required in the BDS prescribed by the GPPB 2. Statement of the bidder’s Single Largest Completed Contract (SLCC) similar to the contract to be bid,
except under conditions provided for in Sections 23.4.1.3 and 23.4.2.4 of this IRR, within the relevant period as provided in the Bidding Documents in the case of Goods.
All of the above statements shall include all information required in the BDs prescribed by the GPPB
Class “A” Financial Documents
1. The prospective bidder’s audited financial statement’s 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 date of bid submission
2. The prospective bidder’s computation for its Net Financial Contracting Capacity (NFCC) (see page 62) Class “B” Documents
1. If applicable, a Valid joint venture agreement (JVA), JV bidders shall submit a JVA in accordance with R.A.
4566 and its IRR.
Each partner of the joint venture shall submit their respective PhilGEPS Certificate of Registration in accordance with Sec. 8.5.2. of IRR of RA 9184. The submission of technical and financial eligibility documents by any of the joint venture partners constitutes compliance: Provided, that the partner responsible to submit the NFCC shall likewise submit the Statement of all its ongoing contracts and Audited Financial Statements.
2. Questionnaire for prospective bidders ( duly accomplished and notarized)
Note: Any missing document in the above-mentioned checklist is a ground for outright rejection of the bid.
UNIVERSITY OF THE PHILIPPINES VISAYAS BIDS AND AWARDS COMMITTEE
Name of Project:
“Rehabilitation of Perimeter Fence along Eastern Boundary, UPV Miag-ao Campus, Miag-ao, Iloilo”
CHECKLIST OF TECHNICAL REQUIREMENTS The Technical Component shall contain the following:
1. Bid Security in the prescribed form, amount and validity period 2. Authority of the Signatory
The signatory is the duly authorized representative of the prospective bidder, and granted full power and authority to do, execute and perform any and all acts necessary and/or to represent the prospective bidder in the bidding, with the duly notarized Secretary’s certificate attesting to such fact, if the prospective bidder is a corporation, cooperative, or a joint venture
If the person attending the bidding is not the signatory, an authorization for the concerned person to attend the bidding must be executed by the prospective bidder and should be included in the bidding documents submitted.
3. Duly signed Construction Schedule and S-Curve 4. Duly signed Manpower Schedule
5. Duly signed Construction Methods in Narrative Form 6. Duly signed Contract Organizational Chart
7. Duly signed List of Contractor’s Key Personnel to be assigned to the contract to be bid, with their complete qualification, experience data, PRC License, etc.
8. Duly signed List of Contractor’s Equipment (owned, leased, or under purchase agreement) 9. Duly signed Equipment Utilization Schedule
10. Certificate of Site Inspection duly signed by the Chief, CDMO or its or its duly authorized representative
Only Licensed Arch. or Engineer will conduct Site Inspection. For this purpose presentation of PRC ID is required.
11. Duly signed Construction Safety and Health Program incorporating UPV-OVCA & OVCPD joint Memorandum 2021-001 “Construction Safety Guidelines for the Implementation of All UPV Infrastructure Projects during the COVID-19 Public Health Crisis”
12. Omnibus Sworn Statement
Note: Any missing document in the above mentioned checklist is a ground for outright rejection of the bid.