Architect Tenders

Ministry Of Culture Tender

Civil And Construction...+3Others, Consultancy Services, Civil And Architectural Services
France
Closing Date23 May 2025
Tender AmountRefer Documents 
Details: Project Management Mission: Design-adaptation and monitoring of the execution of architectural and technical museum works relating to the operation of the redevelopment of the rooms of the Department of Islamic Arts of the Louvre Museum Public Establishment - Application Phase. This contract is a project management contract within the meaning of Article R.2172-1 of the Public Procurement Code, the purpose of which is to provide an architectural and technical scenographic response to the program defined by the project owner for the presentation of the collections of the Department of Islamic Arts. The works covered by the project management mission belong to the category "reuse or rehabilitation of building works" and are covered by Book IV of the Public Procurement Code. The mission elements of the architect-scenographer are as follows: Basic mission elements: - Aps: Summary preliminary design studies; - Apd: Detailed preliminary design studies; - Pro: Project studies - Execution plans; - Act: Assistance for the award of works contracts: Act/dce Business consultation file; Act/analysis Assistance for the award of works contracts - Monitoring and analysis; Additional mission elements: - Diag: Diagnosis and inventory - Prog: Consolidation of the museum program - Esq: Resumption of the intention file (mission integrated into the consultation procedure - Offer phase) Following the remarks of the Technical Commission, the conclusions of the diagnosis and the consolidation of the museum program Works: - Visa: Verification of the conformity to the project of the execution studies carried out by the company or companies; - Det: Management of the execution of works contracts; - Aor: Assistance during acceptance operations and during the year of guarantee of perfect completion. Each of the above mission elements constitutes a technical phase within the meaning of article 9.2 of the Ccp. The financial envelope for the architectural and technical museum works is 6.65 million euros including tax in March 2025 value (VAT 20%). The contractor must respect this financial envelope. The technical specifications are detailed in the special clauses book (ccp).

Department Of Social Welfare And Development Main Tender

Software and IT Solutions
Philippines
Closing Date7 Mar 2025
Tender AmountPHP 992.7 K (USD 17.1 K)
Details: Description Request For Proposal (negotiated Procurement - Small Value Procurement – Consulting Firm) Hiring Of Consultancy Service For The Low Code Development Of Bts And Agapp Dswd Rfp No. 25-gop-svp-cf-004-a (pr No. 2024111680) 1. The Republic Of The Philippines, Through The Department Of Social Welfare And Development – Information And Communications Technology Management Service (dswd-ictms) Cy2025 Funds Intends To Apply The Sum Of Nine Hundred Ninety-two Thousand Seven Hundred Sixteen Pesos And Eighty-seven Centavos (php992,716.87) Being The Approved Budget For The Contract (abc) For The Hiring Of Consultancy Service For The Low Code Development Of Bts And Agapp Under (dswd Rfp No. 25-gop-svp-cf-004-a). 2. Objectives The Consulting Firm Shall Be Hired To Implement The Software Development Cycle To Establish The Bts And Agapp Website, Web, And Mobile Application. Specifically, The Project Aims To: A. Analyze The Business Requirements Of The Program; B. Design And Develop The Bts And Agapp, Including A Public-facing Website Based On The Specified Business Requirements; C. Perform The Necessary Quality Assurance Tests For The Bts And Agapp, Including The Privacy Impact Assessment; D. Assist In The Deployment Of The Bts And Agapp, Including The Conduct Of Training Of Trainers; And E. Provide A Warranty Service Upon Post-deployment Of The Bts And Agapp Application. 3. Scope Of Work A. Project Planning. The Consulting Firm Shall Formulate An Inception Report Or Project Plan Indicating The Framework, Approaches, Methodologies, And Specific Timeline For Tasks, Activities, And Deliverables Of The Project, Including Privacy Impact Assessment. B. Requirements Analysis, Design, And Project Management. Conduct A Thorough Requirements Analysis, Create System Designs Such As Wireframes And High-fidelity Prototypes, And Manage The Project. This Phase Includes Understanding Dswd’s Needs, Defining System Specifications, And Overseeing The Project’s Progress To Ensure Meeting Objectives. C. Software Development. Develop The Software According To The Specified Requirements. This Involves Coding, Configuring, And Creating All Necessary System Components, Ensuring Functionality And User-friendliness. D. Testing. Perform Extensive Software Testing To Ensure It Meets All Functional, Security, And Performance Requirements. This Includes Identifying And Fixing Bugs And Verifying System Integrity And Efficiency. E. Deployment Support. Assist With The System’s Deployment In The Identified Domain Environment, Including Support During The User Acceptance Testing (uat) Phase And Final Deployment In The Production Environment. F. Learning And Development Intervention. Design And Implement Learning And Development Interventions To Manage And Use The Application. This Service Also Includes The Development Of Print And Multimedia Assets Such As Walkthroughs, Audio-visual Presentations Highlighting The Features, And Brochures. G. Maintenance. Provide Maintenance Services Post-deployment For A Specified Support Period To Address Any System Issues, Updates, Or Enhancements. 4. Technical Specification A. General Requirements • Web-based Compatibility: This Application Must Be Accessible Via Popular Web Browsers And Support Both Computer And Mobile Device Use. This Ensures Broad Accessibility And Ease Of Use For Diverse Users. • Offline Compatibility: This Application Must Be Accessible Via Mobile Or Similar Devices Without Internet Connection. • Provide An Intuitive User Interface With Easy Navigation And User-friendly Features For Users Of Varying Technical Expertise. • Implement Robust Security Measures, Including Encryption For Data At Rest And In Transit, And Comprehensive Security Protocols. • Reference Material: Shall Have Training/learning Avp Materials Of The System. • Must Be Designed Using A Platform Preferably Aligned With This Min. Requirement: Online Offline Relational Database Management System Mysql 8.0 Or Higher Sqlite 4.0 Or Similar Tools Front-end Flutterflow Back-end Api With Json Returns Data Visualization Google Looker, Tableau, Or Similar Tools Applicable For Flutterflow • Shall Provide Comprehensive Documentation On Front-end And/or Back-end Tools Using Swagger Or Similar Tools Deployed On Dswd Managed Infrastructure. • The System Shall Cover An Unlimited Number Of Users With No Additional Cost From The Proponent. • User Load Capacity: The System Should Be Capable Of Handling An Unlimited Number Of Users, Ensuring Consistent Performance Even During Peak Usage Periods. • Ownership Of Work Products: All Work Products, Including Software, Documentation, And Design Materials Developed For This Project, Will Be The Property Of Dswd. • Service Provider Access Limitations: The Service Provider Will Not Have Access To The Dswd Production System. They Must Provide Comprehensive Instructions And Support For The Dswd System Administrators For System Deployment And Setup. • Learning And Development Intervention: The Service Provider Shall Provide Comprehensive Capability Building Activities Focusing On Building The Necessary Skills For Effective Implementation And Continuous Utilization Of System. • The Low Code Development Tools Must Be Provided By The Service Provider With No Additional Cost During The Development And Within The 2-year Warranty Period Following The Production Deployment Of The Application. B. Non-functional Requirement • Compliance With Cybersecurity And Data Privacy Policies: The System Must Adhere To All Dswd Cybersecurity, Data Privacy Policies, And Other Relevant Legal And Ethical Standards Concerning Data Privacy And Protection. This Ensures The Protection Of Sensitive Data And Aligns With Legal And Regulatory Standards. • Disclosure Of Third-party Libraries: The Service Provider Must Disclose All Third-party Libraries Used In The System’s Development. These Libraries Must Be Verified To Be Free From Security Vulnerabilities, Ensuring The Overall Security And Integrity Of The System. • Multi-factor Authentication: The System Shall Implement Multi-factor Authentication (mfa) To Enhance Security By Requiring Users To Provide Multiple Forms Of Identification Before Granting Access. This Extra Layer Of Security Will Prevent Unauthorized Access, Even If A User’s Password Is Compromised. The Mfa May Include Combinations Such As Passwords, Security Tokens, Or One-time Passwords (otps). • Audit Trail: The System Shall Maintain A Comprehensive Audit Log That Records All User Activities. This Includes Logins, Data Access, Modifications, And Any Other Actions Performed Within The System. The Audit Trail Is Essential For Monitoring User Behavior, Detecting Security Breaches, And Facilitating Troubleshooting. The Records Shall Be Tamper-proof And Stored Securely To Ensure Data Integrity. • Support: The Service Provider Shall Address All Vulnerability And Quality Assurance Results During The Development And Within The Warranty Period. C. Deployment Requirements • Compatibility With Dswd Managed Infrastructure: The System Shall Be Hosted On Identified Cloud Infrastructure And Be Compatible With Existing Digital And Cybersecurity Infrastructure, Ensuring Seamless Integration And Adherence To Security Standards That Need To Include The Following Set Of Environments: ○ Development, Staging, Uat, And Production Environment • Performance Testing: The Service Provider Must Perform Load Testing To Validate The System’s Performance And Stability Under Varying Degrees Of User Traffic, Ensuring Reliability And Efficiency During Peak Usage Including But Not Limited To Load Testing, Stress Testing, Etc. • Quality Assurance: The Service Provider Shall Conduct A Thorough Testing Of The System To Ensure All Functionalities Work As Intended And Meet The Specified Requirements. The Service Provider Must Address All Identified Quality Assurance Findings Throughout Its Development And During The Warranty Period. This Will Ensure That The System Meets All Performance, Usability, And Reliability Standards. • Security Vulnerability Assessment: The System Must Be Rigorously Tested For Known Vulnerabilities. The Service Provider Must Ensure The System Is Secure Against Potential Cyber Threats. The Service Provider Must Address All Identified Vulnerability Findings Throughout Its Development And During The Warranty Period. This Will Ensure That The System Meets All Performance, Usability, And Reliability Standards. D. Use Case The System Shall Ensure The Inclusion Of These Min. Use Case Requirement: Application Use Case Advanced Data Gathering For Assistance Preparedness For Protection (agapp) • Data Processing Of: ○ Disaster Incident Report ○ Evacuation Centers ○ Stockpile • Report Generation For: ○ Disaster Incident Reports ○ Evacuation Report • Capture Geolocation Beneficiary Transactional Account Information System (bts) • Data Processing Of Beneficiary Payment Modality Registry • Integration To 4ps Api Support Features: • Shall Be Integrated With The Philsys Authentication • Shall Be Mobile Responsive • Shall Include Role-based Access Control (rbac) • Customized Profile Pages • Dashboard And Report Generation • User Management • Data Visualization And Exporting • Data Migration Fron Existing Platform • Shall Provide The Low Code Development Platform At No Additional Cost During The Development And Within 2 Years Warranty Period Following The Production Deployment Of The Application. Any Additional Use Cases Identified During The Business Process Review And Analysis Must Be Discussed With The Service Provider And Approved By The Dswd For Inclusion In The Development Of This Project. Likewise, All Forms, Intake Sheets, And Other Relevant Documents Required For The Development Of This Application Shall Be Subject To Approval By The Dswd E. Phases Of Development Component/activities Deliverables Sprint 0: Project Initiation Inception Report Sprint 1: Completion Of Design Discovery Team 1: Beneficiary Transactional Account Information System (bts) • Conduct Of Business Process Review And Requirements • System Design • Business Process And Requirements Analysis Report • System Requirements Specification • Business Requirements Document • Document: Approved System Design (wireframe And Use Case Document) And Implementation Plan Approved By The Business Owner Team 2: Advanced Data Gathering For Assistance Preparedness For Protection (agapp) Sprint 2: Completion Of Baseline Development Requirements Team 1: Beneficiary Transactional Account Information System (bts) System Customization: Programming & Testing And Deployment Of These Modules: • Philsys Authentication • Data Processing Of Beneficiary Payment Modality Registry • User Management ○ Registration ○ Login ○ Password Recovery ○ Access Permission ○ System Security (i.e. Audit Trail, Mfa, Etc.) ○ Data Exporting Action: • System Configuration And Consultation Between Consulting Firm, Dswd Focals • Conduct Of Vulnerability Assessment • Conduct Of Qa • Configuration On Host, And Monitoring Services (dev, Testing And Production) Document: • Administration Console • System Version, Record Of Technical & Business Tests • Accomplished Testing Tool • Report On Test Results Accepted By The Business Owner • Report/dashboard Generation (if Any) • System Enhancement Based On Test Result • Report On Issues And Concerns • Record Of Monitoring And Maintenance Services • Addressed Va Result • Addressed Qa Result • Successful Deployment Report (dev, Testing And Production) Team 2: Advanced Data Gathering For Assistance Preparedness For Protection (agapp) System Customization: Programming & Testing And Deployment Of These Modules: • Data Processing Of: ○ Disaster Incident Report ○ Evacuation Centers ○ Stockpile • User Management ○ Registration ○ Login ○ Password Recovery ○ Access Permission • System Security (i.e. Audit Trail, Mfa, Etc.) • Data Exporting Sprint 3: Completion Of Data Integration, Generation, Migration, And Other Requirements Team 1: Beneficiary Transactional Account Information System (bts) System Customization: Programming & Testing And Deployment Of These Modules: • 4ps Integration And Other Use Cases Identified During The Bpra • Dashboard And Report Generation • Data Migration Action: • System Configuration And Consultation Between Consulting Firm, Dswd Focals • Conduct Of Vulnerability Assessment • Conduct Of Qa • Configuration On Host, And Monitoring Services (dev, Testing And Production) Document: • Administration Console • System Version, Record Of Technical & Business Tests • Accomplished Testing Tool • Report On Test Results Accepted By The Business Owner • Report/dashboard Generation (if Any) • System Enhancement Based On Test Result • Report On Issues And Concerns • Record Of Monitoring And Maintenance Services • Addressed Va Result • Addressed Qa Result • Successful Deployment Report (dev, Testing And Production) Team 2: Advanced Data Gathering For Assistance Preparedness For Protection (agapp) System Customization: Programming & Testing And Deployment Of These Modules: • Dashboard And Report Generation • Data Migration • Other Use Cases Identified During The Bpra Sprint 4: Completion Of Learning And Development Interventions Team 1: Beneficiary Transactional Account Information System (bts) Completed Learning And Development Interventions (ldis) With Documentation Report Action: At Least Two (2) Training Of Trainers Conducted With Comprehensive Documentation Either Onsite Or Virtual Documentation: Comprehensive Documentation Report Team 2: Advanced Data Gathering For Assistance Preparedness For Protection (agapp) Team 1: Beneficiary Transactional Account Information System (bts) Completion Report • Sign Off Document With Packaged System Documentation – Bpra, System Design, System Testing Report • User’s Manual/guide (for System Users And System Administrators) • Technical Systems Documentation • Comprehensive Api Documentation • Installation Guide • Troubleshooting Guide Team 2: Advanced Data Gathering For Assistance Preparedness For Protection (agapp) Sprint 5: Final Systems Documentation And Turn-over Team 1: Beneficiary Transactional Account Information System (bts) Final Systems Documentation And Turn-over • Full System Sign Off Document With Packaged System Documentation – Bpra, System Design, System Testing Report • Final User’s Manual/guide (for System Users And System Administrators) • Final Technical Systems Documentation • Final Comprehensive Api Documentation • Final Installation Guide • Final Troubleshooting Guide Team 2: Advanced Data Gathering For Assistance Preparedness For Protection (agapp) F. Work Deliverables And Payment Schedule Milestone Deliverables Timeline % Of The Contract Price Sprint 0 Inception Report Within Five (5) Calendar Days After Receipt Of The Notice To Proceed 0% Sprint 1 Completion Of Design Discovery Within 25 Calendar Days Upon Receipt And Approval Of Inception Report 20% Sprint 2 Completion Of Baseline Development Requirements Within 25 Calendar Days Upon Completion Of Sprint 1 20% Sprint 3 Completion Of Data Integration, Generation, Migration And Other Requirements Within 25 Calendar Days Upon Completion Of Sprint 2 20% Sprint 4 Completion Of Learning And Development Interventions Documentation And Turn-over Within 25 Calendar Days Upon Completion Of Sprint 3 20% Sprint 5 Final Systems Documentation And Turn-over Within 15 Calendar Days Upon Completion Of Sprint 4 20% Outputs Of The Consultant Will Undergo Evaluation Before Proceeding To The Next Step. Each Deliverable, Particularly On The System Modules, Must Be Provided To The Ictms And Ico, Along With The Source Code. Deliverables Will Be Subject To Liquidated Damages If Submitted Beyond The Allotted Timeline, Which Is 15-30 Calendar Days Upon Acceptance And Approval. Only Work Outputs Or Deliverables Deemed Acceptable Will Be Compensated. Failure To Submit The Expected Output On Time Will Result In A Deduction Of One-tenth Of One Percent (0.001) Per Day From The Payment For The Covered Work Output/deliverable Unless Satisfactorily Justified. G. Institutional Arrangements Service Provider • Pre-development And Installation ○ The Service Provider Should Provide A Project Implementation Plan That Must Be Approved By The Dswd ○ Engage The Business Owner In The Conduct Of Business Process And Requirements Analysis As The Basis Of System Requirement Specification (srs) For The Information System That Will Be Developed ○ Ensure Approval On The Sign-off Documents On All The Identified Deliverables • During Development And Installation ○ The Service Provider Should Manage And Execute Project Tasks Alongside The Dswd In Accordance With The Project Scope Period Of Performance And Quality Standards ○ The Service Provider Shall Ensure Compliance With The Data Sharing Agreement ○ The Service Provider Shall Ensure Timely Completion Of Deliverables Identified In This Project ○ The Service Provider Should Lead The Deployment Project In Collaboration With The Dswd And Provide Weekly Project Updates, Bi-weekly Steering Committee Meetings, Milestone Reports, And Closeout Reports ○ The Service Provider Should Provide A Status Report Of The Project In The Form Of Charts/graphs ○ The Service Provider Should Assume Full Responsibility For The Project Plan And Lead The Change Management Process ○ The Service Provider Should Formulate And Execute A Training Approach And Strategy ○ The Service Provider Should Establish A Dedicated Project Team As The Primary Point Of Contact For Dswd Throughout The Deployment Process ○ The Service Provider Should Have A Project Manager Responsible For Overseeing The Integrated Project Plan, Managing Risk Mitigation, And Resolving Issues ○ The Service Provider Should Have A Technical Deployment Architect Responsible For Coordinating And Supporting The Implementation Of Technical Tasks, Providing Best Practices, And Troubleshooting ○ The Service Provider Should Have A Change Manager Responsible For Executing The Change Management Plan, Publishing Communication Plans, And Designing The Training Curriculum ○ The Service Provider Shall Inform The Proponent Office Of Any Challenges Requiring Further Assistance ○ The Service Provider Should Have A Trainer Responsible For Conducting And-user Training And Technical Training Workshops • Post Installation ○ The Service Provider Representative Shall Co-manage The Project With The Assigned Project Focals From The Dswd Ensuring That The System Is Operational 24/7 ○ The Service Provider Should Provide An Escalation Procedure In Reporting Issues And Concerns ○ The Service Provider Should Ensure End-to-end Security To The System To Safeguard Against Breaches And Potential Threats, Including Administration Tools And Best Practices ○ The Service Provider Should Perform Capacity Planning, Identify Requirements, And Provide Recommendations To Enhance The Performance And Usability Of The System. The Service Provider Is Responsible For All Configurations, Including Those For Future Requirements Identified By Dswd ○ The Service Provider Shall Provide A 2-year Warranty Period At No Additional Cost To Address Errors/bugs/vulnerabilities After All The Sprint Has Been Completed • Service Level Agreement ○ The Service Provider Shall Maintain 24/7 Availability ○ The Service Provider Shall Include Unlimited 24x7 Service Support Via Phone, Email, Remote, Or On-site When Needed At No Additional Cost Within The Warranty Period ○ The Service Provider Shall Respond To Support Requests Within The Following Timeframes: 1. Critical Issues: Within 1 Hour 2. High Priority Issues: 1-4 Hours 3. Medium Priority Issues: Within 24 Hours 4. Low Priority Issues: 1-3 Business Days ○ The Service Provider Shall Commit To Resolving Issues Within The Following Timeframes: 1. Critical Issues: Within 4 Hours 2. High Priority Issues: Within 24 Hours 3. Medium Priority Issues: 1-3 Business Days 4. Low Priority Issues: 1-7 Business Days ○ The Service Provider Shall Address All Vulnerability And Quality Assurance Results During The Development And Within The Warranty Period ○ The Service Provider Shall Provide Thorough Guidance And Comprehensive Documentation For All Changes, Enhancements, And Interventions Made During The Warranty Period ○ The Service Provider Shall Document All Interventions, Changes, Troubleshooting Activities, And Enhancements, Ensuring Approval From The Department’s Designated It Team And Submission Within The Prescribed Period ○ The Service Provider Shall Strictly Adhere To The Existing Ict Policy And/or Guidelines Of The Department Department Of Social Welfare And Development (dswd) • Provide Overall Management Directions To The Project • Support The Offices, Bureaus, Services And Units (obsus) In Establishing Institutional Mechanisms For The Sustainability Of The Project • Enforce A Data Sharing Agreement / Non-disclosure Agreement Among The Project Stakeholders (if Needed) • Ensure That The Project Is Aligned With The Secretary’s Directive Regarding Digitalization, Specifically On The Transition To Online Systems, And Consistent With The Department’s Pgs And Strategy Map • Ensure The Project’s Inclusion In The Dswd Information Systems Strategic Plan • Provide Contextual Inputs To The Service Provider To Ensure Alignment Of The Design And Development Of The Application To The Business Requirements • Review The Quality Of Operations-related And Ict Related Outputs Submitted By The Service Provider Under The Terms Provided Herein • Provide Appropriate Documents Relevant To The Project Within The Duration Of The Engagement • Create A Policy And/or Document Supporting The Sustainability Of This Project • Lead The Preparatory Tasks, Onsite Tasks, And Post-activity Tasks With The Service Provider, Including Organization Of Launching Activity And Training Of Trainers, Production Of Multimedia Assets • Ensure Timely Monitoring Of This Project Including But Not Limited To: ○ Deliverables Of The Service Provider ○ Timely Monitoring, Tracking And Updates Of Procurement And Financial Related Activities • Assist In The Preparatory Tasks, Onsite Tasks, And Post-activity Tasks With The Service Provider, Including Organization Of Launching Activity And Training Of Trainers, Production Of Multimedia Assets H. Learning And Development Interventions The Following Learning And Development Interventions (ldis) For Dswd End-users And Technical Staff Shall Be Conducted By The Service Provider Who Shall Also Issue Certificates Of Completion To The Participants Duly Signed By A Certified Trainer, At No Extra Cost To The Dswd: • Onboarding Sessions And Other Learning And Development Interventions On The Proposed Platform For Administrators And End-users Within The Subscription Period • At Least Four (4) Training-of-trainers During The Development And/or Prior Development • At Least One (1) Capability-building Session Must Be Held Per Semester During The Warranty Period To Keep Participants Updated On The System Enhancements And Best Practices • At Least One (1) Capability-building Session Must Be Held Per Semester For The Administration Management Console Technical Training For It Administrators I. Confidentiality And Non-disclosure Agreement • All Data And Information Used In This Service Shall Be Governed By Republic Act 10173 – Data Privacy Act Of 2012 • Any Information, Including But Not Limited To The Information Related To Dswd Provided To The Service Provider For The Purpose Of Warehouse Inventory Management Solution Agreement, Are The Sole Property Of The Dswd. The Service Provider Shall Treat This Information As Confidential And Shall Not Disclose It To Any Company, Firm Or Person During The Duration Of The Agreement, Or At Any Time Thereafter. • All Business, Personnel And Technical Information And Any Related Documentation, In Whatever Form, Which The Dswd May Provide Shall Be Used By The Service Provider Solely For The Purpose For Which It Was Provided And Shall Be Treated In Strictest Confidence And Protected; If In Tangible Form, The Same Shall Be Returned To Dswd Upon The End Of The Service Agreement. • All Account Information And Data Are Sole Property Of The Dswd. The Service Provider Shall Not Retain Copies Of It In Any Form Upon The End Of The Service Agreement J. Minimum Qualifications • With At Least Three (3) Years Of Experience In An It Company Offering Software Solutions Design And Development, Both In Web And Mobile Forms And Web Design And Development • With At Least Three (3) Years Of Experience As An Institution Working With The Government On The Design, Development, And Management Of Digital Solutions, Including Across Different Administrative Levels And Sectors. Demonstrable Knowledge Of Data Governance, Data Interoperability, And Data Protection Is An Advantage • With At Least (3) Successful Service Deployments With Proof Of Satisfactory Service From Its Clients • With Sufficient Human Resources That Process Technical Expertise In Areas Of Business Analysis, Ui/ux Design, Front–end Development, Back-end Development, And Software Quality Assurance, With Technical Certifications K. Ownership And Publication Rights • All Documentation Produced Under The Terms Of This Engagement Shall Remain The Property Of Dswd. Dswd Retains The Exclusive Right To Publish Or Disseminate The Knowledge Products Arising From The Engagement Even After The Termination Of This Project • The Service Provider Must Submit A Written Letter When Requesting Raw Data, Versions, And/or Parts Of The Outputs That Will Be Used For Purposes Other Than What Was Originally Agreed Upon With The Terms Of This Engagement • The System Including Source Code That Will Be Developed Shall Be Fully And Exclusively Owned And Used By The Dswd And Shall Not Be Transferred In Favor Of Any Entity And In Any Other Mode. Intellectual Property Over The Design And Implementation Of The Requirements (including Custom Code And Configurations) Shall Remain With Dswd • Source Code Or Binaries, Database Schema And Definitions, Configuration Files And Build Artifacts, Documentation, Licenses And Any Other Custom-developed Artifact Of The Application Specifically Developed For This Project Must Be Submitted To The Dswd In Order For The End-users To Carry Out Independent Maintenance And Updating/modification Of The Application In The Future. The Complete Source Code And Scripts, Properly Versioned, Must Be Submitted To The Dswd Immediately At The Start Of The Implementation Phase L. Budgetary Requirements: The Total Budgetary Requirement Amounts To Nine Hundred Ninety-two Thousand Seven Hundred Sixteen Pesos And Eighty-seven Centavos (php992,716.87) Chargeable Against Ictms 2024 Funds And Payment Will Be Staggered Per Milestone Achievement Following Dswd – Approved Policies And Guidelines. 5. Evaluation Criteria This Project Shall Be Procured Using Section 53.9 (negotiated Procurement-small Value Procurement) Of The Revised 2016 Implementing Rules And Regulations Of Republic Act No. 9184 Or The Government Procurement Reform Act And Pursuant To The Following Criteria: Qualification Rating With At Least Three (3) Years Of Experience In An It Company Offering Software Solutions Design And Development, Both In Web And Mobile Forms And Web Design And Development 35% A. The Consulting Firm Has More Than Three (3) Years Of Experience As An It Company Specializing In Software Solutions Design And Development, Both In Web And Mobile Forms, And Web Design And Development 35% B. The Consulting Firm Has Three (3) Years Of Experience As An It Company Specializing In Software Solutions Design And Development, Both In Web And Mobile Forms, And Web Design And Development 25% With At Least Three (3) Years Of Experience As An Institution Working With The Government On The Design, Development, And Management Of Digital Solutions, Including Across Different Administrative Levels And Sectors. Demonstrable Knowledge Of Data Governance, Data Interoperability, And Data Protection Is An Advantage 35% A. The Consulting Firm Has More Than Three (3) Years Of Experience As An Institution Working With The Government On The Design, Development, And Management Of Digital Solutions, Including Across Different Administrative Levels And Sectors; One Team Member Has Certification In Conducting Privacy Impact Assessment 35% B. The Consulting Firm Has Three (3) Years Of Experience As An Institution Working With The Government On The Design, Development, And Management Of Digital Solutions, Including Across Different Administrative Levels And Sectors; One Team Member Has Certification In Conducting Privacy Impact Assessment 25% With At Least (3) Successful Service Deployments With Proof Of Satisfactory Service From Its Clients 10% A. The Consulting Firm Has More Than Three (3) Successful Service Deployments With Proof Of Satisfactory Service From Its Clients 10% B. The Consulting Firm Has Three (3) Successful Service Deployments With Proof Of Satisfactory Service From Its Clients 5% With Sufficient Human Resources That Process Technical Expertise In Areas Of Business Analysis, Ui/ux Design, Front–end Development, Back-end Development, And Software Quality Assurance, With Technical Certifications 20% A. The Consulting Firm Has 2 Or More Team Of Over Five (5) Members, Each Fulfilling Specific Roles Within The Software Development Life Cycle And With Relevant Technical Certifications 20% B. The Consulting Firm Has Less Than 2 Team Of Five (5) Members, Each Fulfilling Specific Roles Within The Software Development Life Cycle And With Relevant Technical Certifications Role Quantity Project Manager 1 Developers 2 Quality Assurance (qa) Specialist 1 Analyst 1 15% Total 100% Passing Rate 70% Note: Failure To Meet Any Of The Minimum Requirements Per Criteria Stated Above Will Automatically Be Given A Zero (0%) Rating And Will Be Automatically Disqualified. 9. The Dswd Now Invites Interested Consulting Firms To Submit The Following: A. Company Profile/portfolio (highlighting The Years And Experiences Of The Firm And With Proof Of Engagements With The Government); B. Comprehensive Curriculum Vitae (cvs) Of The Project Team Members Including Evidences; C. Financial Proposal (annex A); D. Bir Certificate Of Registration; E. 2025 Mayor’s/business Permit Or 2024 Mayor’s/business Permit With Proof Of Application And/or Official Receipt Of Renewal For 2025 (2025 Mayor’s/business Permit Must Be Submitted As Condition For Payment); F. Income/business Tax Return; G. Duly Notarized Omnibus Sworn Statement With Secretary’s Certificate; And H. Proof Of Philgeps Registration/ Philgeps Registration Number. 10. The Required Documents Shall Be Submitted At The Address Below Or Through Email At Quotations@dswd.gov.ph Not Later Than 5:00pm Of 7 March 2025 (friday). 11. The Project Duration For Cy 2025 Is Four (4) Months Upon Receipt Of The Notice To Proceed (ntp). 12. The Consulting Firm Shall Be Required To Issue Official Receipt (or) As Acceptable Evidence Of Receipt Of Payment For Disbursements. The Chairperson Bids And Awards Committee C/o Bids And Awards Committee Secretariat As-procurement Management Division Dswd Central Office Ibp Road, Constitution Hills. Quezon City Telephone Nos.: (02) 8931 8101 To 07 Voip Nos. 10095 Email Address: Bacsec@dswd.gov.phquotations@dswd.gov.ph (original Signed) Monina Josefina H. Romualdez Undersecretary And Chairperson Bids And Awards Committee

Department Of Social Welfare And Development Main Tender

Software and IT Solutions
Philippines
Closing Date21 Feb 2025
Tender AmountPHP 992.7 K (USD 17.1 K)
Details: Description Request For Proposal (negotiated Procurement - Small Value Procurement – Consulting Firm) Hiring Of Consultancy Service For The Low Code Development Of Bts And Agapp Dswd Rfp No. 25-gop-svp-cf-004 (pr No. 2024111680) 1. The Republic Of The Philippines, Through The Department Of Social Welfare And Development – Information And Communications Technology Management Service (dswd-ictms) Cy2025 Funds Intends To Apply The Sum Of Nine Hundred Ninety-two Thousand Seven Hundred Sixteen Pesos And Eighty-seven Centavos (php992,716.87) Being The Approved Budget For The Contract (abc) For The Hiring Of Consultancy Service For The Low Code Development Of Bts And Agapp Under (dswd Rfp No. 25-gop-svp-cf-004). 2. Objectives The Consulting Firm Shall Be Hired To Implement The Software Development Cycle To Establish The Bts And Agapp Website, Web, And Mobile Application. Specifically, The Project Aims To: A. Analyze The Business Requirements Of The Program; B. Design And Develop The Bts And Agapp, Including A Public-facing Website Based On The Specified Business Requirements; C. Perform The Necessary Quality Assurance Tests For The Bts And Agapp, Including The Privacy Impact Assessment; D. Assist In The Deployment Of The Bts And Agapp, Including The Conduct Of Training Of Trainers; And E. Provide A Warranty Service Upon Post-deployment Of The Bts And Agapp Application. 3. Scope Of Work A. Project Planning. The Consulting Firm Shall Formulate An Inception Report Or Project Plan Indicating The Framework, Approaches, Methodologies, And Specific Timeline For Tasks, Activities, And Deliverables Of The Project, Including Privacy Impact Assessment. B. Requirements Analysis, Design, And Project Management. Conduct A Thorough Requirements Analysis, Create System Designs Such As Wireframes And High-fidelity Prototypes, And Manage The Project. This Phase Includes Understanding Dswd’s Needs, Defining System Specifications, And Overseeing The Project’s Progress To Ensure Meeting Objectives. C. Software Development. Develop The Software According To The Specified Requirements. This Involves Coding, Configuring, And Creating All Necessary System Components, Ensuring Functionality And User-friendliness. D. Testing. Perform Extensive Software Testing To Ensure It Meets All Functional, Security, And Performance Requirements. This Includes Identifying And Fixing Bugs And Verifying System Integrity And Efficiency. E. Deployment Support. Assist With The System’s Deployment In The Identified Domain Environment, Including Support During The User Acceptance Testing (uat) Phase And Final Deployment In The Production Environment. F. Learning And Development Intervention. Design And Implement Learning And Development Interventions To Manage And Use The Application. This Service Also Includes The Development Of Print And Multimedia Assets Such As Walkthroughs, Audio-visual Presentations Highlighting The Features, And Brochures. G. Maintenance. Provide Maintenance Services Post-deployment For A Specified Support Period To Address Any System Issues, Updates, Or Enhancements. 4. Technical Specification A. General Requirements • Web-based Compatibility: This Application Must Be Accessible Via Popular Web Browsers And Support Both Computer And Mobile Device Use. This Ensures Broad Accessibility And Ease Of Use For Diverse Users. • Offline Compatibility: This Application Must Be Accessible Via Mobile Or Similar Devices Without Internet Connection. • Provide An Intuitive User Interface With Easy Navigation And User-friendly Features For Users Of Varying Technical Expertise. • Implement Robust Security Measures, Including Encryption For Data At Rest And In Transit, And Comprehensive Security Protocols. • Reference Material: Shall Have Training/learning Avp Materials Of The System. • Must Be Designed Using A Platform Preferably Aligned With This Min. Requirement: Online Offline Relational Database Management System Mysql 8.0 Or Higher Sqlite 4.0 Or Similar Tools Front-end Flutterflow Back-end Api With Json Returns Data Visualization Google Looker, Tableau, Or Similar Tools Applicable For Flutterflow • Shall Provide Comprehensive Documentation On Front-end And/or Back-end Tools Using Swagger Or Similar Tools Deployed On Dswd Managed Infrastructure. • The System Shall Cover An Unlimited Number Of Users With No Additional Cost From The Proponent. • User Load Capacity: The System Should Be Capable Of Handling An Unlimited Number Of Users, Ensuring Consistent Performance Even During Peak Usage Periods. • Ownership Of Work Products: All Work Products, Including Software, Documentation, And Design Materials Developed For This Project, Will Be The Property Of Dswd. • Service Provider Access Limitations: The Service Provider Will Not Have Access To The Dswd Production System. They Must Provide Comprehensive Instructions And Support For The Dswd System Administrators For System Deployment And Setup. • Learning And Development Intervention: The Service Provider Shall Provide Comprehensive Capability Building Activities Focusing On Building The Necessary Skills For Effective Implementation And Continuous Utilization Of System. • The Low Code Development Tools Must Be Provided By The Service Provider With No Additional Cost During The Development And Within The 2-year Warranty Period Following The Production Deployment Of The Application. B. Non-functional Requirement • Compliance With Cybersecurity And Data Privacy Policies: The System Must Adhere To All Dswd Cybersecurity, Data Privacy Policies, And Other Relevant Legal And Ethical Standards Concerning Data Privacy And Protection. This Ensures The Protection Of Sensitive Data And Aligns With Legal And Regulatory Standards. • Disclosure Of Third-party Libraries: The Service Provider Must Disclose All Third-party Libraries Used In The System’s Development. These Libraries Must Be Verified To Be Free From Security Vulnerabilities, Ensuring The Overall Security And Integrity Of The System. • Multi-factor Authentication: The System Shall Implement Multi-factor Authentication (mfa) To Enhance Security By Requiring Users To Provide Multiple Forms Of Identification Before Granting Access. This Extra Layer Of Security Will Prevent Unauthorized Access, Even If A User’s Password Is Compromised. The Mfa May Include Combinations Such As Passwords, Security Tokens, Or One-time Passwords (otps). • Audit Trail: The System Shall Maintain A Comprehensive Audit Log That Records All User Activities. This Includes Logins, Data Access, Modifications, And Any Other Actions Performed Within The System. The Audit Trail Is Essential For Monitoring User Behavior, Detecting Security Breaches, And Facilitating Troubleshooting. The Records Shall Be Tamper-proof And Stored Securely To Ensure Data Integrity. • Support: The Service Provider Shall Address All Vulnerability And Quality Assurance Results During The Development And Within The Warranty Period. C. Deployment Requirements • Compatibility With Dswd Managed Infrastructure: The System Shall Be Hosted On Identified Cloud Infrastructure And Be Compatible With Existing Digital And Cybersecurity Infrastructure, Ensuring Seamless Integration And Adherence To Security Standards That Need To Include The Following Set Of Environments: ○ Development, Staging, Uat, And Production Environment • Performance Testing: The Service Provider Must Perform Load Testing To Validate The System’s Performance And Stability Under Varying Degrees Of User Traffic, Ensuring Reliability And Efficiency During Peak Usage Including But Not Limited To Load Testing, Stress Testing, Etc. • Quality Assurance: The Service Provider Shall Conduct A Thorough Testing Of The System To Ensure All Functionalities Work As Intended And Meet The Specified Requirements. The Service Provider Must Address All Identified Quality Assurance Findings Throughout Its Development And During The Warranty Period. This Will Ensure That The System Meets All Performance, Usability, And Reliability Standards. • Security Vulnerability Assessment: The System Must Be Rigorously Tested For Known Vulnerabilities. The Service Provider Must Ensure The System Is Secure Against Potential Cyber Threats. The Service Provider Must Address All Identified Vulnerability Findings Throughout Its Development And During The Warranty Period. This Will Ensure That The System Meets All Performance, Usability, And Reliability Standards. D. Use Case The System Shall Ensure The Inclusion Of These Min. Use Case Requirement: Application Use Case Advanced Data Gathering For Assistance Preparedness For Protection (agapp) • Data Processing Of: ○ Disaster Incident Report ○ Evacuation Centers ○ Stockpile • Report Generation For: ○ Disaster Incident Reports ○ Evacuation Report • Capture Geolocation Beneficiary Transactional Account Information System (bts) • Data Processing Of Beneficiary Payment Modality Registry • Integration To 4ps Api Support Features: • Shall Be Integrated With The Philsys Authentication • Shall Be Mobile Responsive • Shall Include Role-based Access Control (rbac) • Customized Profile Pages • Dashboard And Report Generation • User Management • Data Visualization And Exporting • Data Migration Fron Existing Platform • Shall Provide The Low Code Development Platform At No Additional Cost During The Development And Within 2 Years Warranty Period Following The Production Deployment Of The Application. Any Additional Use Cases Identified During The Business Process Review And Analysis Must Be Discussed With The Service Provider And Approved By The Dswd For Inclusion In The Development Of This Project. Likewise, All Forms, Intake Sheets, And Other Relevant Documents Required For The Development Of This Application Shall Be Subject To Approval By The Dswd E. Phases Of Development Component/activities Deliverables Sprint 0: Project Initiation Inception Report Sprint 1: Completion Of Design Discovery Team 1: Beneficiary Transactional Account Information System (bts) • Conduct Of Business Process Review And Requirements • System Design • Business Process And Requirements Analysis Report • System Requirements Specification • Business Requirements Document • Document: Approved System Design (wireframe And Use Case Document) And Implementation Plan Approved By The Business Owner Team 2: Advanced Data Gathering For Assistance Preparedness For Protection (agapp) Sprint 2: Completion Of Baseline Development Requirements Team 1: Beneficiary Transactional Account Information System (bts) System Customization: Programming & Testing And Deployment Of These Modules: • Philsys Authentication • Data Processing Of Beneficiary Payment Modality Registry • User Management ○ Registration ○ Login ○ Password Recovery ○ Access Permission ○ System Security (i.e. Audit Trail, Mfa, Etc.) ○ Data Exporting Action: • System Configuration And Consultation Between Consulting Firm, Dswd Focals • Conduct Of Vulnerability Assessment • Conduct Of Qa • Configuration On Host, And Monitoring Services (dev, Testing And Production) Document: • Administration Console • System Version, Record Of Technical & Business Tests • Accomplished Testing Tool • Report On Test Results Accepted By The Business Owner • Report/dashboard Generation (if Any) • System Enhancement Based On Test Result • Report On Issues And Concerns • Record Of Monitoring And Maintenance Services • Addressed Va Result • Addressed Qa Result • Successful Deployment Report (dev, Testing And Production) Team 2: Advanced Data Gathering For Assistance Preparedness For Protection (agapp) System Customization: Programming & Testing And Deployment Of These Modules: • Data Processing Of: ○ Disaster Incident Report ○ Evacuation Centers ○ Stockpile • User Management ○ Registration ○ Login ○ Password Recovery ○ Access Permission • System Security (i.e. Audit Trail, Mfa, Etc.) • Data Exporting Sprint 3: Completion Of Data Integration, Generation, Migration, And Other Requirements Team 1: Beneficiary Transactional Account Information System (bts) System Customization: Programming & Testing And Deployment Of These Modules: • 4ps Integration And Other Use Cases Identified During The Bpra • Dashboard And Report Generation • Data Migration Action: • System Configuration And Consultation Between Consulting Firm, Dswd Focals • Conduct Of Vulnerability Assessment • Conduct Of Qa • Configuration On Host, And Monitoring Services (dev, Testing And Production) Document: • Administration Console • System Version, Record Of Technical & Business Tests • Accomplished Testing Tool • Report On Test Results Accepted By The Business Owner • Report/dashboard Generation (if Any) • System Enhancement Based On Test Result • Report On Issues And Concerns • Record Of Monitoring And Maintenance Services • Addressed Va Result • Addressed Qa Result • Successful Deployment Report (dev, Testing And Production) Team 2: Advanced Data Gathering For Assistance Preparedness For Protection (agapp) System Customization: Programming & Testing And Deployment Of These Modules: • Dashboard And Report Generation • Data Migration • Other Use Cases Identified During The Bpra Sprint 4: Completion Of Learning And Development Interventions Team 1: Beneficiary Transactional Account Information System (bts) Completed Learning And Development Interventions (ldis) With Documentation Report Action: At Least Two (2) Training Of Trainers Conducted With Comprehensive Documentation Either Onsite Or Virtual Documentation: Comprehensive Documentation Report Team 2: Advanced Data Gathering For Assistance Preparedness For Protection (agapp) Team 1: Beneficiary Transactional Account Information System (bts) Completion Report • Sign Off Document With Packaged System Documentation – Bpra, System Design, System Testing Report • User’s Manual/guide (for System Users And System Administrators) • Technical Systems Documentation • Comprehensive Api Documentation • Installation Guide • Troubleshooting Guide Team 2: Advanced Data Gathering For Assistance Preparedness For Protection (agapp) Sprint 5: Final Systems Documentation And Turn-over Team 1: Beneficiary Transactional Account Information System (bts) Final Systems Documentation And Turn-over • Full System Sign Off Document With Packaged System Documentation – Bpra, System Design, System Testing Report • Final User’s Manual/guide (for System Users And System Administrators) • Final Technical Systems Documentation • Final Comprehensive Api Documentation • Final Installation Guide • Final Troubleshooting Guide Team 2: Advanced Data Gathering For Assistance Preparedness For Protection (agapp) F. Work Deliverables And Payment Schedule Milestone Deliverables Timeline % Of The Contract Price Sprint 0 Inception Report Within Five (5) Calendar Days After Receipt Of The Notice To Proceed 0% Sprint 1 Completion Of Design Discovery Within 25 Calendar Days Upon Receipt And Approval Of Inception Report 20% Sprint 2 Completion Of Baseline Development Requirements Within 25 Calendar Days Upon Completion Of Sprint 1 20% Sprint 3 Completion Of Data Integration, Generation, Migration And Other Requirements Within 25 Calendar Days Upon Completion Of Sprint 2 20% Sprint 4 Completion Of Learning And Development Interventions Documentation And Turn-over Within 25 Calendar Days Upon Completion Of Sprint 3 20% Sprint 5 Final Systems Documentation And Turn-over Within 15 Calendar Days Upon Completion Of Sprint 4 20% Outputs Of The Consultant Will Undergo Evaluation Before Proceeding To The Next Step. Each Deliverable, Particularly On The System Modules, Must Be Provided To The Ictms And Ico, Along With The Source Code. Deliverables Will Be Subject To Liquidated Damages If Submitted Beyond The Allotted Timeline, Which Is 15-30 Calendar Days Upon Acceptance And Approval. Only Work Outputs Or Deliverables Deemed Acceptable Will Be Compensated. Failure To Submit The Expected Output On Time Will Result In A Deduction Of One-tenth Of One Percent (0.001) Per Day From The Payment For The Covered Work Output/deliverable Unless Satisfactorily Justified. G. Institutional Arrangements Service Provider • Pre-development And Installation ○ The Service Provider Should Provide A Project Implementation Plan That Must Be Approved By The Dswd ○ Engage The Business Owner In The Conduct Of Business Process And Requirements Analysis As The Basis Of System Requirement Specification (srs) For The Information System That Will Be Developed ○ Ensure Approval On The Sign-off Documents On All The Identified Deliverables • During Development And Installation ○ The Service Provider Should Manage And Execute Project Tasks Alongside The Dswd In Accordance With The Project Scope Period Of Performance And Quality Standards ○ The Service Provider Shall Ensure Compliance With The Data Sharing Agreement ○ The Service Provider Shall Ensure Timely Completion Of Deliverables Identified In This Project ○ The Service Provider Should Lead The Deployment Project In Collaboration With The Dswd And Provide Weekly Project Updates, Bi-weekly Steering Committee Meetings, Milestone Reports, And Closeout Reports ○ The Service Provider Should Provide A Status Report Of The Project In The Form Of Charts/graphs ○ The Service Provider Should Assume Full Responsibility For The Project Plan And Lead The Change Management Process ○ The Service Provider Should Formulate And Execute A Training Approach And Strategy ○ The Service Provider Should Establish A Dedicated Project Team As The Primary Point Of Contact For Dswd Throughout The Deployment Process ○ The Service Provider Should Have A Project Manager Responsible For Overseeing The Integrated Project Plan, Managing Risk Mitigation, And Resolving Issues ○ The Service Provider Should Have A Technical Deployment Architect Responsible For Coordinating And Supporting The Implementation Of Technical Tasks, Providing Best Practices, And Troubleshooting ○ The Service Provider Should Have A Change Manager Responsible For Executing The Change Management Plan, Publishing Communication Plans, And Designing The Training Curriculum ○ The Service Provider Shall Inform The Proponent Office Of Any Challenges Requiring Further Assistance ○ The Service Provider Should Have A Trainer Responsible For Conducting And-user Training And Technical Training Workshops • Post Installation ○ The Service Provider Representative Shall Co-manage The Project With The Assigned Project Focals From The Dswd Ensuring That The System Is Operational 24/7 ○ The Service Provider Should Provide An Escalation Procedure In Reporting Issues And Concerns ○ The Service Provider Should Ensure End-to-end Security To The System To Safeguard Against Breaches And Potential Threats, Including Administration Tools And Best Practices ○ The Service Provider Should Perform Capacity Planning, Identify Requirements, And Provide Recommendations To Enhance The Performance And Usability Of The System. The Service Provider Is Responsible For All Configurations, Including Those For Future Requirements Identified By Dswd ○ The Service Provider Shall Provide A 2-year Warranty Period At No Additional Cost To Address Errors/bugs/vulnerabilities After All The Sprint Has Been Completed • Service Level Agreement ○ The Service Provider Shall Maintain 24/7 Availability ○ The Service Provider Shall Include Unlimited 24x7 Service Support Via Phone, Email, Remote, Or On-site When Needed At No Additional Cost Within The Warranty Period ○ The Service Provider Shall Respond To Support Requests Within The Following Timeframes: 1. Critical Issues: Within 4 Hours 2. High Priority Issues: Within 24 Hours 3. Medium Priority Issues: 1-3 Business Days 4. Low Priority Issues: 1-7 Business Days ○ The Service Provider Shall Address All Vulnerability And Quality Assurance Results During The Development And Within The Warranty Period ○ The Service Provider Shall Provide Thorough Guidance And Comprehensive Documentation For All Changes, Enhancements, And Interventions Made During The Warranty Period ○ The Service Provider Shall Document All Interventions, Changes, Troubleshooting Activities, And Enhancements, Ensuring Approval From The Depaartment’s Designated It Team And Submission Within The Prescribed Period ○ The Service Provider Shall Strictly Adhere To The Existing Ict Policy And/or Guidelines Of The Department Department Of Social Welfare And Development (dswd) • Provide Overall Management Directions To The Project • Support The Offices, Bureaus, Services And Units (obsus) In Establishing Institutional Mechanisms For The Sustainability Of The Project • Enforce A Data Sharing Agreement / Non-disclosure Agreement Among The Project Stakeholders (if Needed) • Ensure That The Project Is Aligned With The Secretary’s Directive Regarding Digitalization, Specifically On The Transition To Online Systems, And Consistent With The Department’s Pgs And Strategy Map • Ensure The Project’s Inclusion In The Dswd Information Systems Strategic Plan • Provide Contextual Inputs To The Service Provider To Ensure Alignment Of The Design And Development Of The Application To The Business Requirements • Review The Quality Of Operations-related And Ict Related Outputs Submitted By The Service Provider Under The Terms Provided Herein • Provide Appropriate Documents Relevant To The Project Within The Duration Of The Engagement • Create A Policy And/or Document Supporting The Sustainability Of This Project • Lead The Preparatory Tasks, Onsite Tasks, And Post-activity Tasks With The Service Provider, Including Organization Of Launching Activity And Training Of Trainers, Production Of Multimedia Assets • Ensure Timely Monitoring Of This Project Including But Not Limited To: ○ Deliverables Of The Service Provider ○ Timely Monitoring, Tracking And Updates Of Procurement And Financial Related Activities • Assist In The Preparatory Tasks, Onsite Tasks, And Post-activity Tasks With The Service Provider, Including Organization Of Launching Activity And Training Of Trainers, Production Of Multimedia Assets H. Learning And Development Interventions The Following Learning And Development Interventions (ldis) For Dswd End-users And Technical Staff Shall Be Conducted By The Service Provider Who Shall Also Issue Certificates Of Completion To The Participants Duly Signed By A Certified Trainer, At No Extra Cost To The Dswd: • Onboarding Sessions And Other Learning And Development Interventions On The Proposed Platform For Administrators And End-users Within The Subscription Period • At Least Four (4) Training-of-trainers During The Development And/or Prior Development • At Least One (1) Capability-building Session Must Be Held Per Semester During The Warranty Period To Keep Participants Updated On The System Enhancements And Best Practices • At Least One (1) Capability-building Session Must Be Held Per Semester For The Administration Management Console Technical Training For It Administrators I. Confidentiality And Non-disclosure Agreement • All Data And Information Used In This Service Shall Be Governed By Republic Act 10173 – Data Privacy Act Of 2012 • Any Information, Including But Not Limited To The Information Related To Dswd Provided To The Service Provider For The Purpose Of Warehouse Inventory Management Solution Agreement, Are The Sole Property Of The Dswd. The Service Provider Shall Treat This Information As Confidential And Shall Not Disclose It To Any Company, Firm Or Person During The Duration Of The Agreement, Or At Any Time Thereafter. • All Business, Personnel And Technical Information And Any Related Documentation, In Whatever Form, Which The Dswd May Provide Shall Be Used By The Service Provider Solely For The Purpose For Which It Was Provided And Shall Be Treated In Strictest Confidence And Protected; If In Tangible Form, The Same Shall Be Returned To Dswd Upon The End Of The Service Agreement. • All Account Information And Data Are Sole Property Of The Dswd. The Service Provider Shall Not Retain Copies Of It In Any Form Upon The End Of The Service Agreement J. Minimum Qualifications • With At Least Three (3) Years Of Experience In An It Company Offering Software Solutions Design And Development, Both In Web And Mobile Forms And Web Design And Development • With At Least Three (3) Years Of Experience As An Institution Working With The Government On The Design, Development, And Management Of Digital Solutions, Including Across Different Administrative Levels And Sectors. Demonstrable Knowledge Of Data Governance, Data Interoperability, And Data Protection Is An Advantage • With At Least (3) Successful Service Deployments With Proof Of Satisfactory Service From Its Clients • With Sufficient Human Resources That Process Technical Expertise In Areas Of Business Analysis, Ui/ux Design, Front–end Development, Back-end Development, And Software Quality Assurance, With Technical Certifications K. Ownership And Publication Rights • All Documentation Produced Under The Terms Of This Engagement Shall Remain The Property Of Dswd. Dswd Retains The Exclusive Right To Publish Or Disseminate The Knowledge Products Arising From The Engagement Even After The Termination Of This Project • The Service Provider Must Submit A Written Letter When Requesting Raw Data, Versions, And/or Parts Of The Outputs That Will Be Used For Purposes Other Than What Was Originally Agreed Upon With The Terms Of This Engagement • The System Including Source Code That Will Be Developed Shall Be Fully And Exclusively Owned And Used By The Dswd And Shall Not Be Transferred In Favor Of Any Entity And In Any Other Mode. Intellectual Property Over The Design And Implementation Of The Requirements (including Custom Code And Configurations) Shall Remain With Dswd • Source Code Or Binaries, Database Schema And Definitions, Configuration Files And Build Artifacts, Documentation, Licenses And Any Other Custom-developed Artifact Of The Application Specifically Developed For This Project Must Be Submitted To The Dswd In Order For The End-users To Carry Out Independent Maintenance And Updating/modification Of The Application In The Future. The Complete Source Code And Scripts, Properly Versioned, Must Be Submitted To The Dswd Immediately At The Start Of The Implementation Phase L. Budgetary Requirements: The Total Budgetary Requirement Amounts To Nine Hundred Ninety-two Thousand Seven Hundred Sixteen Pesos And Eighty-seven Centavos (php992,716.87) Chargeable Against Ictms 2024 Funds And Payment Will Be Staggered Per Milestone Achievement Following Dswd – Approved Policies And Guidelines. 5. Evaluation Criteria This Project Shall Be Procured Using Section 53.9 (negotiated Procurement-small Value Procurement) Of The Revised 2016 Implementing Rules And Regulations Of Republic Act No. 9184 Or The Government Procurement Reform Act And Pursuant To The Following Criteria: Qualification Rating With At Least Three (3) Years Of Experience In An It Company Offering Software Solutions Design And Development, Both In Web And Mobile Forms And Web Design And Development 35% A. The Consulting Firm Has More Than Three (3) Years Of Experience As An It Company Specializing In Software Solutions Design And Development, Both In Web And Mobile Forms, And Web Design And Development 35% B. The Consulting Firm Has Three (3) Years Of Experience As An It Company Specializing In Software Solutions Design And Development, Both In Web And Mobile Forms, And Web Design And Development 25% With At Least Three (3) Years Of Experience As An Institution Working With The Government On The Design, Development, And Management Of Digital Solutions, Including Across Different Administrative Levels And Sectors. Demonstrable Knowledge Of Data Governance, Data Interoperability, And Data Protection Is An Advantage 35% A. The Consulting Firm Has More Than Three (3) Years Of Experience As An Institution Working With The Government On The Design, Development, And Management Of Digital Solutions, Including Across Different Administrative Levels And Sectors; One Team Member Has Certification In Conducting Privacy Impact Assessment 35% B. The Consulting Firm Has Three (3) Years Of Experience As An Institution Working With The Government On The Design, Development, And Management Of Digital Solutions, Including Across Different Administrative Levels And Sectors; One Team Member Has Certification In Conducting Privacy Impact Assessment 25% With At Least (3) Successful Service Deployments With Proof Of Satisfactory Service From Its Clients 10% A. The Consulting Firm Has More Than Three (3) Successful Service Deployments With Proof Of Satisfactory Service From Its Clients 10% B. The Consulting Firm Has Three (3) Successful Service Deployments With Proof Of Satisfactory Service From Its Clients 5% With Sufficient Human Resources That Process Technical Expertise In Areas Of Business Analysis, Ui/ux Design, Front–end Development, Back-end Development, And Software Quality Assurance, With Technical Certifications 20% A. The Consulting Firm Has 2 Or More Team Of Over Five (5) Members, Each Fulfilling Specific Roles Within The Software Development Life Cycle And With Relevant Technical Certifications 20% B. The Consulting Firm Has Less Than 2 Team Of Five (5) Members, Each Fulfilling Specific Roles Within The Software Development Life Cycle And With Relevant Technical Certifications Role Quantity Project Manager 1 Developers 2 Quality Assurance (qa) Specialist 1 Analyst 1 15% Total 100% Passing Rate 70% Note: Failure To Meet Any Of The Minimum Requirements Per Criteria Stated Above Will Automatically Be Given A Zero (0%) Rating And Will Be Automatically Disqualified. 9. The Dswd Now Invites Interested Consulting Firms To Submit The Following: A. Company Profile/portfolio (highlighting The Years And Experiences Of The Firm And With Proof Of Engagements With The Government); B. Comprehensive Curriculum Vitae (cvs) Of The Project Team Members Including Evidences; C. Financial Proposal (annex A); D. Bir Certificate Of Registration; E. 2025 Mayor’s/business Permit Or 2024 Mayor’s/business Permit With Proof Of Application And/or Official Receipt Of Renewal For 2025 (2025 Mayor’s/business Permit Must Be Submitted As Condition For Payment); F. Income/business Tax Return; G. Duly Notarized Omnibus Sworn Statement With Secretary’s Certificate; And H. Proof Of Philgeps Registration/ Philgeps Registration Number. 10. The Required Documents Shall Be Submitted At The Address Below Or Through Email At Quotations@dswd.gov.ph Not Later Than 5:00pm Of 21 February 2025. 11. The Project Duration For Cy 2025 Is Four (4) Months Upon Receipt Of The Notice To Proceed (ntp). 12. The Consulting Firm Shall Be Required To Issue Official Receipt (or) As Acceptable Evidence Of Receipt Of Payment For Disbursements. The Chairperson Bids And Awards Committee C/o Bids And Awards Committee Secretariat As-procurement Management Division Dswd Central Office Ibp Road, Constitution Hills. Quezon City Telephone Nos.: (02) 8931 8101 To 07 Voip Nos. 10095 Email Address: Bacsec@dswd.gov.phquotations@dswd.gov.ph Monina Josefina H. Romualdez Undersecretary And Chairperson Bids And Awards Committee

Province Of Iloilo Tender

Civil And Construction...+1Civil Works Others
Philippines
Closing Date3 Apr 2025
Tender AmountPHP 1 Million (USD 17.4 K)
Details: Description Table Of Contents Glossary Of Terms, Abbreviations, And Acronyms 4 Section Ii. Instructions To Bidders 9 1. Scope Of Bid 9 2. Funding Information 9 3. Bidding Requirements 9 4. Corrupt, Fraudulent, Collusive, Coercive, And Obstructive Practices 9 5. Eligible Bidders 10 6. Origin Of Associated Goods 10 7. Subcontracts 10 8. Pre-bid Conference 10 9. Clarification And Amendment Of Bidding Documents 10 10. Documents Comprising The Bid: Eligibility And Technical Components 11 11. Documents Comprising The Bid: Financial Component 11 12. Alternative Bids 11 13. Bid Prices 12 14. Bid And Payment Currencies 12 15. Bid Security 12 16. Sealing And Marking Of Bids 12 17. Deadline For Submission Of Bids 12 18. Opening And Preliminary Examination Of Bids 13 19. Detailed Evaluation And Comparison Of Bids 13 20. Post Qualification 13 21. Signing Of The Contract 13 Section Iii. Bid Data Sheet 15 Section Iv. General Conditions Of Contract 17 1. Scope Of Contract 17 2. Sectional Completion Of Works 17 3. Possession Of Site 17 4. The Contractor’s Obligations 17 5. Performance Security 18 6. Site Investigation Reports 18 7. Warranty 18 8. Liability Of The Contractor 18 9. Termination For Other Causes 18 10. Dayworks 19 11. Program Of Work 19 12. Instructions, Inspections And Audits 19 13. Advance Payment 19 14. Progress Payments 19 15. Operating And Maintenance Manuals 19 Section V. Special Conditions Of Contract 20 Section Vi. Specification 21 Section Vii. Drawings 28 Section Viii. Bill Of Quantities 29 Section Ix. Checklist Of Technical And Financial Documents 32 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. 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. Slcc – Single Largest Completed Contract. Un – United Nations. Republic Of The Philippines Iloilo Provincial Government Section I. Invitation To Bid For Construction Of Flatbed Dryer At Brgy. Bita-og Gaja, New Lucena, Iloilo Bid No. Agr-25-71-b 1. The Iloilo Provincial Government, Through The 20% Nta- Cy 2025 Intends To Apply The Sum Of One Million Pesos (p1,000,000.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Agr-25-71-b For The Construction Of Flatbed Dryer At Brgy. Bita-og Gaja, New Lucena, Iloilo Or The Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Iloilo Provincial Government Now Invites Bids For The Above Procurement Project. Completion Of The Works Is Required Sixty (60) 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. Interested Bidders May Obtain Further Information From The Bids And Awards Committee Secretariat, 5th Floor, New Iloilo Provincial Capitol, Bonifacio Drive, Iloilo City, Philippines And Inspect The Bidding Documents At The Address Given Below From 8:00am To 5:00pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On March 7, 2025 From Given Address And Website/s Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of One Thousand Pesos (p1, 000.00). The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person. 6. The Iloilo Provincial Government Will Hold A Pre-bid Conference On March 20, 2025, 9:00 A.m. At Bids And Awards Committee Secretariat, 5th Floor, New Iloilo Provincial Capitol, Bonifacio Drive, Iloilo City, Philippines, And/or Through Videoconferencing/webcasting Via Zoom Conference Which Shall Be Open To Prospective Bidders. The Default Meeting Id And Password Shall Be: Meeting Id: 4340851724 // Password: 0922 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At Bids And Awards Committee Secretariat, 5th Floor, New Iloilo Provincial Capitol, Bonifacio Drive, Iloilo City On Or Before April 3, 2025, 9:00 A.m. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 16. 9. Bid Opening Shall Be On April 3, 2025, 9:01 A.m. At Bids And Awards Committee Secretariat, 5th Floor, New Iloilo Provincial Capitol, Bonifacio Drive, Iloilo City, Philippines. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The Iloilo Provincial Government Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Implementing Rules And Regulations (irr) Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 11. For Further Information, Please Refer To: Atty. Raemman M. Lagrada Head, Bac Secretariat 5f New Iloilo Provincial Capitol Bonifacio Drive, Iloilo City Tel. No. (33) 336-0736 Fax No. (33) 337-7731 Email: Ipg_bacs@yahoo.com 12. You May Visit The Following Websites: For Downloading Of Bidding Documents: Www.iloilo.gov.ph February 24, 2025 Atty. Dennis T. Ventilacion Bac Chairperson Section Ii. Instructions To Bidders 1. Scope Of Bid The Procuring Entity, Iloilo Provincial Government Invites Bids For The Construction Of Flatbed Dryer At Brgy. Bita-og Gaja, New Lucena, Iloilo With Project Identification Number Agr-25-71-b. The Procurement Project (referred To Herein As “project”) Is For The Construction Of Works, As Described In Section Vi (specifications). 2. Funding Information 2.1. The Gop Through The Source Of Funding As Indicated Below For 2025 In The Amount Of One Million Pesos (p1,000,000.00) 2.2. The Source Of Funding Is: A.) Lgu’s 20% Nta Cy 2025, As Approved By The Sangunian 3. Bidding Requirements The Bidding For The Project Shall Be Governed By All The Provisions Of Ra No. 9184 And Its 2016 Revised Irr, Including Its Generic Procurement Manual And Associated Policies, Rules And Regulations As The Primary Source Thereof, While The Herein Clauses Shall Serve As The Secondary Source Thereof. Any Amendments Made To The Irr And Other Gppb Issuances Shall Be Applicable Only To The Ongoing Posting, Advertisement, Or Invitation To Bid By The Bac Through The Issuance Of A Supplemental Or Bid Bulletin. The Bidder, By The Act Of Submitting Its Bid, Shall Be Deemed To Have Inspected The Site, Determined The General Characteristics Of The Contracted Works And The Conditions For This Project, Such As The Location And The Nature Of The Work; (b) Climatic Conditions; (c) Transportation Facilities; (c) Nature And Condition Of The Terrain, Geological Conditions At The Site Communication Facilities, Requirements, Location And Availability Of Construction Aggregates And Other Materials, Labor, Water, Electric Power And Access Roads; And (d) Other Factors That May Affect The Cost, Duration And Execution Or Implementation Of The Contract, Project, Or Work And Examine All Instructions, Forms, Terms, And Project Requirements In The Bidding Documents. 4. Corrupt, Fraudulent, Collusive, Coercive, And Obstructive Practices The Procuring Entity, As Well As The Bidders And Contractors, Shall Observe The Highest Standard Of Ethics During The Procurement And Execution Of The Contract. They Or Through An Agent Shall Not Engage In Corrupt, Fraudulent, Collusive, Coercive, And Obstructive Practices Defined Under Annex “i” Of The 2016 Revised Irr Of Ra No. 9184 Or Other Integrity Violations In Competing For The Project. 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 7.1. The Bidder May Subcontract Portions Of The Project To The Extent Allowed By The Procuring Entity As Stated Herein, But In No Case More Than Fifty Percent (50%) Of The Project. The Procuring Entity Has Prescribed That: A. 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 At Bac Office, 5th Floor, New Iloilo Provincial Capitol, Iloilo City And/or Through Videoconferencing As Indicated In Paragraph 6 Of The Ib. 9. Clarification And Amendment Of Bidding Documents Prospective Bidders May Request For Clarification On And/or Interpretation Of Any Part Of The Bidding Documents. Such Requests Must Be In Writing And Received By The Procuring Entity, Either At Its Given Address Or Through Electronic Mail Indicated In The Ib, At Least Ten (10) Calendar Days Before The Deadline Set For The Submission And Receipt Of Bids. 10. Documents Comprising The Bid: Eligibility And Technical Components 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. In Joint Ventures, A Special Pcab License, And Registration For The Type And Cost Of The Contract For This Project, Shall Be Required. Any Additional Type Of Contractor License Or Permit Shall Be Indicated In The Bds. 10.4. A List Of Contractor’s Key Personnel (e.g., Project Manager, Project Engineers, Materials Engineers, And Foremen) Assigned To The Contract To Be Bid, With Their Complete Qualification And Experience Data Shall Be Provided. These Key Personnel Must Meet The Required Minimum Years Of Experience Set In The Bds. 10.5. A List Of Contractor’s Major Equipment Units, Which Are Owned, Leased, And/or Under Purchase Agreements, Supported By Proof Of Ownership, Certification Of Availability Of Equipment From The Equipment Lessor/vendor For The Duration Of The Project, As The Case May Be, Must Meet The Minimum Requirements For The Contract Set In The Bds. 11. Documents Comprising The Bid: Financial Component 11.1. The Second Bid Envelope Shall Contain The Financial Documents For The Bid As Specified In Section Ix. Checklist Of Technical And Financial Documents. 11.2. Any Bid Exceeding The Abc Indicated In Paragraph 1 Of The Ib Shall Not Be Accepted. 11.3. For Foreign-funded Procurement, A Ceiling May Be Applied To Bid Prices Provided The Conditions Are Met Under Section 31.2 Of The 2016 Revised Irr Of Ra No. 9184. 12. Alternative Bids Bidders Shall Submit Offers That Comply With The Requirements Of The Bidding Documents, Including The Basic Technical Design As Indicated In The Drawings And Specifications. Unless There Is A Value Engineering Clause In The Bds, Alternative Bids Shall Not Be Accepted. 13. Bid Prices 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: A. Philippine Pesos. 15. Bid Security 15.1. The Bidder Shall Submit A Bid Securing Declaration Or Any Form Of Bid Security In The Amount Indicated In The Bds, Which Shall Be Not Less Than The Percentage Of The Abc In Accordance With The Schedule In The Bds. 15.2. The Bid And Bid Security Shall Be Valid Until August 1, 2025. Any Bid Not Accompanied By An Acceptable Bid Security Shall Be Rejected By The Procuring Entity As Non-responsive. 16. Sealing And Marking Of Bids Each Bidder Shall Submit One Copy Of The First And Second Components Of Its Bid. The Procuring Entity May Request Additional Hard Copies And/or Electronic Copies Of The Bid. However, Failure Of The Bidders To Comply With The Said Request Shall Not Be A Ground For Disqualification. If The Procuring Entity Allows The Submission Of Bids Through Online Submission To The Given Website Or Any Other Electronic Means, The Bidder Shall Submit An Electronic Copy Of Its Bid, Which Must Be Digitally Signed. An Electronic Copy That Cannot Be Opened Or Is Corrupted Shall Be Considered Non-responsive And, Thus, Automatically Disqualified. 17. Deadline For Submission Of Bids The Bidders Shall Submit On The Specified Date And Time And Either At Its Physical Address Or Through Online Submission As Indicated In Paragraph 7 Of The Ib. 18. Opening And Preliminary Examination Of Bids 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. Section Iii. 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: A) Construction/ Improvement Of Flatbed Dryer 7.1 The Procuring Entity Has Prescribed That Subcontracting Is Not Allowed. 10.3 [specify If Another Contractor License Or Permit Is Required] 10.4 The Key Personnel Must Meet The Required Minimum Years Of Experience Set Below: Key Personnel General Experience Relevant Experience 1-project Engineer 1 Year 1 Year 1-agricultural & Biosystems Engineer 1 Year 1 Year 1-material Engineer 1 Year 1 Year 1- Health & Safety Officer 1 Year 1 Year 1- Construction Foreman 1 Year 1 Year 10.5 The Minimum Major Equipment Requirements Are The Following: Equipment Capacity Number Of Units One Bagger Concrete Mixer - 1 Bar Cutter - 1 Welding Machine - 1 12 Alternative Bids Are Not Allowed 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 Two Percent (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 Five Percent (5%) Of Abc If Bid Security Is In Surety Bond. 19.2 Partial Bids Are Allowed 20 No Further Instructions. 21 The Additional Contract Documents Relevant To The Project That Are Required By The Procuring Entity Are: A. Construction Schedule And S-curve; B. Manpower Schedule; C. Construction Methods; D. Equipment Utilization Schedule; E. Construction Safety And Health Program Approved By The Department Of Labor And Employment; And F. Pert/cpm Section Iv. General Conditions Of Contract 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 4.1. 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. 4.2. 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. 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. 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. 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. Section V. Special Conditions Of Contract Gcc Clause 2 As Per Construction Schedule/contract Period 3.1 The Procuring Entity Shall Give Possession Of All Parts Of The Site To The Contractor Upon Effectivity Of The Contracts. 6 No Further Instructions 7.2 [in Case Of Semi-permanent Structures, Such As Buildings Of Types 1, 2, And 3 As Classified Under The National Building Code Of The Philippines, Concrete/asphalt Roads, Concrete River Control, Drainage, Irrigation Lined Canals, River Landing, Deep Wells, Rock Causeway, Pedestrian Overpass, And Other Similar Semi-permanent Structures:] Five (5) Years. 10 Dayworks Are Applicable At The Rate Shown In The Contractor’s Original Bid. 11.1 No Further Instructions 11.2 No Further Instructions 13 The Amount Of The Advance Shall Not Exceed 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 Shall Be At Least 5 Days Before The Testing And Commissioning. The Date By Which “as Built” Drawings Are Required Shall Be Prior To The Final Inspection. 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 1% Of The Final Contract Amount. Section Vi. Specification General Requirements All Works To Be Done Shall Be With First Class Workmanship And Shall Conform To The Plans And Specifications. All Materials To Be Used Shall Be Of Good Quality And Properly Inspected By The Project Engineer. The Provincial Agriculturist Is Reserved The Right To Rescind, Terminate, Suspend The Contract If He Deems Necessary And To The Best Interest Of The Government. The Contractor Shall Be Liable For All Damages That Will Occur During The Construction Of The Project. Scope Of Work The Works Include Furnishing Of Labor, Materials, Tools, Equipment And Other Incidentals Necessary To Complete The Project For The Proposed Completion Works Such As: Flooring, Drying Bin, Footing, Shed Assembly, Furnace, Blower And Blower Support, Engine And Accessories & Freight General Condition A. The Works To Be Done Herein Shall Be The Construction Of Flatbed Dryer As Of Approved And Of Quality Materials Completed As Per Plans, Details And Specifications. Supervision Of The Work Shall Be Done Under The Responsibility Of The Project Engineer With The Help Of The Construction Foreman. B. All Materials Employed And To Be Used In The Construction Shall Be Brand New, Unless Otherwise Or As Directed And Approved By The Project Engineer. C. Skilled Workmen And Workmanship Subject To Project Engineer’s Approval Shall Perform Methods Of The Construction In The Most Acceptable Manner. D. The Drawings Referred To In The Specifications Including Supplementary One, To Be Furnished As The Work Progress Are Intended To Cooperate With The Specification And To Form Part Hereof. Where Figures Are Given, They Are To Be Followed In Performance To Measurement By Scale. E. The Assigned Engineer Or Construction Foreman Shall Lay – Out The Building In Accordance With The Drawings And Directions On Plans As He Shall Not Only Responsible But Liable For Any Failure To Comply In This Respect With The Said Drawings, Specifications And Directions For Its Due And Accurate Location On The Lot. Project Sign Board / Billboard The Contractor Shall Ensure That The Project Site Is Identified With Information Billboard Which Shall Be Erected At The Beginning And Ending Of The Proposed Project. The Layout Of The Billboard Shall Accord To The Specifications Pursuant To The Commission On Audit (coa) Circular No. 2013-004 Issued On January 30, 2013. Coa Billboard Name Of Agency Business Address Project: _________________________________________________ Cost: - - - - - - - - - - - - Location: Fund Source/s: Implementing Agency/ies: Development Partner/: Contractor Supplier: Brief Description Of Project: Project Details: Projects Status Project Status Remarks Duration Started Target Date Of Completion Percentage Of As Of Completion (date) Cost Incurred To Date Date Completed For Particulars Or Complaints About This Project, Please Contact The Regional Office Cluster Which Has Audit Jurisdiction On This Project: Coa Regional Office No./ Cluster: Address: Contact No.: Pao Billboard Republic Of The Philippines Province Of Iloilo Provincial Agriculture Office Iloilo City Name Of Project: Location Of Project: Contractor: Implementing Agency: Appropriation: Fund Source: Contract Duration: Project Starting Date: Project Completion Date: Another Priority Project Of The Iloilo Provincial Government The Billboard’s Specifications Shall Conform To The Following Requirements: A. Tarpaulin, White 8ft X 8ft (coa) 4ft X 8ft (pao) B. Resolution 70 Dpi; C. Font Helvetica; D. Font Size: Main Information – 3”; E. Sub Information – 1”; F. Font Color: Black; G. Suitable Frame: Rigid Wood Or Steel Frame With Post; And, H. Posting: Outside Display At The Project Location After Award Has Been Made. Measurement The Supply And Erection Of The Project Billboard Shall Be In Accordance With Provisions Of This Specifications. Basis Of Payment No Additional Payment Shall Be Made In This Regard. I. Site Works A. Works Included 1. Staking Out Of Building, Establishment Of Lines, Grades And Benchmarks 2. All Excavation Work Including All Necessary Shoring Bracing And Drainage Of Storm Water From Site. 3. All Backfilling, Filling And Grading, Removal Of Excess Material From Site 4. Protection Of Property, Work And Structures, Workmen, And Other People From Damage And Injury. B. Lines, Grades And Benchmarks 1. Stake Out Accurately The Lines Of The Building And Of The Other Structures Included In The Contract, And Establish Grades Therefore, After Which Secure Approval By Architect Before Any Excavation Work Is Commenced. 2. Erect Basic Batter Boards And Basic Reference Marks At Such Places Where They Will Not Be Disturbed During The Construction Of The Foundations. C. Excavation 1. Structural Excavations – Excavations Shall Be To The Depths Indicated Bearing Values. Excavations For Footings And Foundations Carried Below Required Depths Shall Be Filled With Concrete And Bottom Of Such Shall Be Level. All Structural Excavations Shall Extend To Sufficient Distance From The Walls And Footings To Allow For Proper Erection And Dismantling Of Forms For Installation Of Service And For Inspection. All Excavations Shall Be Inspected And Approved Before Pouring Any Concrete Laying Underground Services Or Placing Select Fill Materials. The Contractor Shall Control The Grading In The Vicinity Of All Excavated Areas To Prevent Surface Drainage Running Into Excavations. Water Which Accumulates In Excavated Areas Shall Be Removed By Pumping Before Fill Or Concrete In Placed Therein. D. Disposal Of Surplus Materials 1. Any Excess Material Remaining After Completion Of The Earthwork Shall Be Disposed Of By Hauling And Spreading In Nearby Spoil Areas Designated By The Owner. Excavated Material Deposited In Spoil Areas Shall Be Graded To A Uniform Surface. Ii. Concrete And Reinforced Concrete . Materials 2.1 Forms A. Design, Erect, Support, Brace, And Maintain Form Work So It Will Produce Correctly Aligned Concrete And Safety Support Vertical And Lateral Loads Which Might Be Applied Until Such Loads Can Be Supported Safety By The Concrete Structure. B. Construct Forms To The Exact Sizes, Shapes, Lines And Dimensions As Required To Obtain Accurate Alignment, Location, Grades, And Level And Plumb Work In The Finish Structure. C. Use Plywood, Metal, Or Surfaced Lumber Form For All Exposed Concrete Work. 2.2 Reinforcement A. All Reinforcing Bars Shall Be Deformed As Per Plan And Shall Be New And Free From Rust, Oil, Defects, And Grease. 2.3 Concrete A. Comply With The Following As Minimum: 1. Portland Cement: Astm C 150, Type I 2. Aggregate, Coarse: Well Graded, Clean, Hand Particles Of Gravel Or Crushed Rock, With Maximum Size Nor Larger Than 1/5 Of The Narrowest Dimension Between The Forms Not Larger Than ¾ Of The Minimum Clear Spacing Between Reinforcing Bars Nor Larger Than 2.3 Centimeters In Diameter. 3. Aggregate, Fine: Natural Washed Sand Of Hard And Durable Particles Varying From Fine To Particles Passing A No.4 Standard Scene. 4. Water Clean And Free From Injurious Amounts Oil, Acid, Alkali, Salt, Or Organic Materials Or Other Deleterious Substance. B. Provide Concrete With A Minimum 23-day Compressive Cylinder Strength With Following: 2.4 Proportions And Mixing 1. Proportions Of All Materials Entering Into The Concrete Shall Be As Follows: Class Cement : Sand : Gravel Class “a” - 1 : 2 : 4 Class “b” - 1 : 2 ½” : 5 Class “c” - 1 : 3 : 6 2.5 Other Materials A. Provide Other Materials, Not Specifically Described But Required For A Complete And Proper Installation, As Selected By The Contractor Subject To The Approval Of The Architect. 2.6 Placing Concrete A. Preparation 1.) Remove Foreign Matter Accumulated In The Forms. 2.) Rigidly Close Openings Left In The Frame Work. 3.) Wet Wood Forms Sufficiently To Tighten Up Cracks; Wet Other Material Sufficiently To Maintain Workability Of The Concrete. 4.) Use Only Clean Tools. B. Conveying 1.) Perform Concrete Placing At Such A Rate That Concrete Which Is Being Integrated With Fresh Concrete Is Still Plastic. 2.) Deposit Concrete In Its Final Position Without Segregation, Rehandling, Or Flowing. Place Concrete With Buggies, Buckets Or Wheelbarrows. No Chutes Shall Be Allowed Except To Transfer Concrete From The Mixer To The Buggies And Shall Not Exceed Six Meters In Total Length. 3.) Do Not Place Concrete With A Free Fall Of More Than 1-½ Meters, Except When Approved Sheet Metal Conduits, Pipes Or Elephant Trunks Are Employed. These Conveyers, When Used, Shall Be Kept Full Of Concrete And The Ends Kept Buried In The Newly Placed Concrete As Pouring Progresses. 4.) Do Not Use Concrete Which Becomes Non- Plastic Or Unworkable, Or Does Not Meet Required Quality Control Limits, Or Has Been Contaminated With Foreign Materials Remove Rejected Concrete From The Job Site. C. Placing Of Concrete 1.) Deposit Concrete In Horizontal Layers Not Deeper Than 60 Centimeters, And Avoid Inclined Construction Joints. 2.) Deposit Concrete In Its Final Position Within Three Hours From The Time Of Mixing, After Which It Will Be Rejected. 3.) Deposit And Consolidate Concrete Slabs In A Continuous Operation, Within Limits Of Construction Joints, Unit The Placing Of A Panel Or A Section Is Completed. 4.) Bring Slab Surfaces To The Correct Level With A Straightedge, And Then Strike Off. 5.) Use Bull Floats To Smooth The Surface, Leaving The Surface Free From Bumps And Hollows. 6.) Do Not Sprinkle Water On The Plastic Surface. Do Not Disturb The Slab Surface Prior To Start Of Finishing Operations. 2.7 Construction Joints A. General: 1.) When Stoppage Of Concreting Operation Occurs For Any Reason Place Construction Joints Either Horizontally Or Vertically And Provide With Shear Keys And Dowels To Develop Bond. 2.) Clean The Surface Of The Poured Concrete Against Which Fresh Concrete Is To Be Deposited Of All Laitance And Expose Aggregates Before Concreting Is Resumed. Coat Surface Thoroughly With Cement Grout. 2.9 Curing Concrete A. General 1.) Concrete Must Be Cured Thoroughly. Iii. Drying Bin Gi Plate, 1.2mm X 4’ X 8’ Angle Bar, 3mm X 38mm X 6m Bi Plate, 2mm X 4’ X 8’ Bi Plate, 3mm X 4’ X 8’ Channel Bar, 3” X 6m Flatbar, 3mm X 38mm X 6m Flatbar, 4mm X 100mm X 6m (frame Connector) Flatbar, 4m X 18mm X 6m Flatbar, 4mm X 25mm X 6m Flatbar, 5mm X 25mm X 6m Flatbar, 5mm X 50mm X 6m Ms Plate, Ga #18 X 4’ X8’ Ms Plate, Ga #20 X 4’ X 8’ Bended Plate, 4mm Thick X 12mm X 50mm X 1.8m Bended Plate, 4mm Thick X 12mm X 50mm X 0.9m Perforated Screen, Ga #18 (std. 1, 2.38mm Ø X 3’ X 6’ Cr Shaft, ¼” X 6m Cr Shaft, ¾” X 6m Cr Shaft, 3/8” X 6m Round Bar, 12mmø X 6m Square Bar, 12mmø X 6m Welding Rod Blind Rivets, 5/32” X ½” Capscrew 3/8” X 1” Capscrew 3/8” X 3” Capscrew 5/8” X 1” Capscrew 5/8” X 2-1/2” Capscrew 5/8” X 3” Capscrew 5/8” X 3-1/2” Capscrew 5/8” X 4” Hexnut, 3/8” Lockwasher, 5/8” Flatwasher, 5/8” Hexnut 5/8” Lacquer Thinner Qde Paint Black Qde Paint Silver Vulcaseal Abc 2em Coat Abc Accelerator Hardener Iv. Shed Assembly A. This Section Includes The Furnishing Of All Tools, Equipment, Materials And Other Incidentals In The Installation Roofing As Indicated In The Drawings. Provide The Following Materials Needed As Reflected And Shown In The Drawing For Completion Of Work. Bi Pipe, 2 ½” Sched. 40 X 6m (std) Bi Plate, 2mm X 4’ X 8” Capscrew 3/8” X 5-1/2” Capscrew 3/8” X 1-1/2” Capscrew 3/8” X 1” Capscrew 3/8” X 3/4” Flatbar, 4mm Thk X 75mm Width Flatbar, 4mm Thk X 100mm Width Flatbar, 4mm Thk X 38mm Width Flatbar, 4mm Thk X 127mm Width C-purlins 1.5” X 3” X 1.2mm X 6m Long C-purlins 2” X 3” X 1.5mm X 6m Long C-purlins 2” X 4” X 1.5mm X 6m Long Flatwasher 3/8” Corrugated G.i. Sheet 9144mm X 2440 X .4mm G. I. Ridge Roll Ga #25 (std) Hexnut 3/8” Ordinary Electrode 1/8” Ø Ms Plate, 3mm X 4’ X 8’ Lacquer Thinner Qde Paint Primer Tekscrew V. Furnace Assembly A. This Section Includes The Furnishing Of All Tools, Equipment, Materials And Other Incidentals In The Installation Roofing As Indicated In The Drawings. Provide The Following Materials Needed As Reflected And Shown In The Drawing For Completion Of Work. Fire Bricks Sk 32 Bricks Mortar Flatbar, 2” X 3/16”, 6m Long Round Bar 12mm Pvc Pipe, Orange Type 4” Pvc Elbow, Orange Type 4” Pvc Solvent 1:100 Speed Reducer (1/2 Hp Rating) G.i. Pipe Sched. 40, 6” (std) Roller Chain#60 Sprocket, 32 Teeth #40 Sprocket, 12 Teeth #41 Angle Bar, 2” X 2” X 3/16”, 6m V-pulley (18), 10” Ø Ms Sheet, 2mm Thk (4’ X 8”) Flange Bearing, 1- ¼” Ø Ms Plate, 6mm For Furnace Frame Vi. Blower & Blower Support Axial Type Blower, Air Duct And Engine Base Canvass Cloth (18” X 10”) V-belt 8-80 V-belt 8-66 V-pulley, 5” X 28 X 1-1/4” V-pulley, 4” X 30 X 30mm Vii. Engine And Accessories Engine: (prime Mover) 12 Hp Minimum, Water Cooled, Diesel Engine Maximum Power Developed: 80% Of The Rated Maximum Power Continuous Power Developed: 80% Of The Rated Maximum Power Must Be Available In The Local Market For At Least Thirty (30) Years Specific Fuel Consumption: 350 G/kw-hr (max) Moisture Meter: Digital Capacitance Type Can Read Palay And Corn Measurement Range: 9-36% Mcwb Power Supply: Dry Cells (1.54v, “aa”) Thermometer: Heavy Duty Dials And Probe Type Thermometer Range: 0-1000 Probe Length Not Less Than 4” Manometer: U-tube Type Manometer Additional Requirements: Amtec Tested Coupled With Biomass Furnace (testing Material Rice) Shall Conform To Paes 201:2015 Heated – Air Mechanical Grain Dryer With Reflectorized Province Logo (minimum Of 4” Diameter) Warranty Period: 1 Year From The Date Of Acceptance Of The Recipient/ Beneficiary   Section Vii. Drawings All Annexes Shall Be Annexed And The Title Shall Be Specified As To What Plan The Drawing Pertain To Annex A – Architectural Design Annex B- Project Billboard Plan Section Viii. Bill Of Quantities Bid No. Agr- 25-71-b Construction Of Flatbed Dryer Brgy. Bita-og Gaja, New Lucena, Iloilo Item Description Quantity Unit Unit Cost Total Cost No. I. Flooring 5.94 Cu.m. Pesos And Ctvs. (p ) / Cu.m. P Ii. Drying Bin 1.00 Lot Pesos And Ctvs. (p ) / Lot P Iii. Footing 2.00 Sets Pesos And Ctvs. (p ) / Sets P Iv. Shed Assembly 1.00 Lot Pesos And Ctvs. (p ) / Lot P V. Furnace 1.00 Lot Pesos And Ctvs. (p ) / Lot P Vi. Blower And Blower 1.00 Lot Pesos Support And Ctvs. (p ) / Lot P Vii. Engine And Accessories 1.00 Lot Pesos And Ctvs. (p ) / Lot P Viii. Freight 1.00 Lot Pesos And Ctvs. (p ) / Lot P Total Bid Cost In Figures P Total Bid Cost In Words   Summary Of Costs Construction Of Flatbed Dryer Brgy. Bita-og, New Lucena, Iloilo Bid No. Agr- 25-71-b Item No. Description Bid Amount I. Flooring ₱ _____________________________ Ii. Drying Bin ₱ _____________________________ Iii. Footing ₱ _____________________________ Iv. Shed Assembly ₱ _____________________________ V. Furnace ₱ _____________________________ Vi. Blower And Blower Support ₱ _____________________________ Vii. Engine And Accessories ₱ _____________________________ Viii. Freight ₱ _____________________________ Total Bid Amount   Section Ix. Checklist Of Technical And Financial Documents I. Technical Component Envelope Class “a” Documents Legal Documents ⬜ (a) Valid Philgeps Registration Certificate (platinum Membership) (all Pages) In Accordance With Section 8.5.2 Of The Irr; Technical Documents ⬜ (b) 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 ⬜ (c) 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 ⬜ (d) Special Pcab License In Case Of Joint Ventures; And Registration For The Type And Cost Of The Contract To Be Bid; And ⬜ (e) 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 (f) 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 ⬜ (g) 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 ⬜ (h) The Prospective Bidder’s Computation Of Net Financial Contracting Capacity (nfcc). Class “b” Documents ⬜ (i) 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 ⬜ (j) Original Of Duly Signed And Accomplished Financial Bid Form; And Other Documentary Requirements Under Ra No. 9184 ⬜ (k) Original Of Duly Signed Bid Prices In The Bill Of Quantities; And ⬜ (l) 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 ⬜ Cash Flow By Quarter. 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 Guidelines For This Purpose; H. We Are Not Participating, As Bidders, In More Than One Bid In This Bidding Process, Other Than Alternative Offers In Accordance With The Bidding Documents; I. We Understand That This Bid, Together With Your Written Acceptance Thereof Included In Your Notification Of Award, Shall Constitute A Binding Contract Between Us, Until A Formal Contract Is Prepared And Executed; And J. We Understand That You Are Not Bound To Accept The Lowest Calculated Bid Or Any Other Bid That You May Receive. K. We Likewise Certify/confirm That The Undersigned, Is The Duly Authorized Representative Of The Bidder, And Granted Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract For The [name Of Project] Of The [name Of The Procuring Entity]. L. We Acknowledge That Failure To Sign Each And Every Page Of This Bid Form, Including The Bill Of Quantities, Shall Be A Ground For The Rejection Of Our Bid. Name: Legal Capacity: Signature: Duly Authorized To Sign The Bid For And Behalf Of: Date: 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] 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 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]

Province Of Iloilo Tender

Civil And Construction...+1Civil Works Others
Philippines
Closing Date3 Apr 2025
Tender AmountPHP 1 Million (USD 17.4 K)
Details: Description Table Of Contents Glossary Of Terms, Abbreviations, And Acronyms 4 Section Ii. Instructions To Bidders 9 1. Scope Of Bid 9 2. Funding Information 9 3. Bidding Requirements 9 4. Corrupt, Fraudulent, Collusive, Coercive, And Obstructive Practices 9 5. Eligible Bidders 10 6. Origin Of Associated Goods 10 7. Subcontracts 10 8. Pre-bid Conference 10 9. Clarification And Amendment Of Bidding Documents 10 10. Documents Comprising The Bid: Eligibility And Technical Components 11 11. Documents Comprising The Bid: Financial Component 11 12. Alternative Bids 11 13. Bid Prices 12 14. Bid And Payment Currencies 12 15. Bid Security 12 16. Sealing And Marking Of Bids 12 17. Deadline For Submission Of Bids 12 18. Opening And Preliminary Examination Of Bids 13 19. Detailed Evaluation And Comparison Of Bids 13 20. Post Qualification 13 21. Signing Of The Contract 13 Section Iii. Bid Data Sheet 14 Section Iv. General Conditions Of Contract 16 1. Scope Of Contract 16 2. Sectional Completion Of Works 16 3. Possession Of Site 16 4. The Contractor’s Obligations 16 5. Performance Security 17 6. Site Investigation Reports 17 7. Warranty 17 8. Liability Of The Contractor 17 9. Termination For Other Causes 17 10. Dayworks 18 11. Program Of Work 18 12. Instructions, Inspections And Audits 18 13. Advance Payment 18 14. Progress Payments 18 15. Operating And Maintenance Manuals 18 Section V. Special Conditions Of Contract 19 Section Vi. Specification 20 Section Vii. Drawings 28 Section Viii. Bill Of Quantities 29 Section Ix. Checklist Of Technical And Financial Documents 32 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. 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. Slcc – Single Largest Completed Contract. Un – United Nations. Republic Of The Philippines Iloilo Provincial Government Section I. Invitation To Bid For Construction Of Flatbed Dryer At Brgy. Buenavista, Lemery, Iloilo Bid No. Agr-25-70-b 1. The Iloilo Provincial Government, Through The 20% Nta- Cy 2025 Intends To Apply The Sum Of One Million Pesos (p1,000,000.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Agr-25-70-b For The Construction Of Flatbed Dryer At Brgy. Buenavista, Lemery, Iloilo Or The Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Iloilo Provincial Government Now Invites Bids For The Above Procurement Project. Completion Of The Works Is Required Sixty (60) 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. Interested Bidders May Obtain Further Information From The Bids And Awards Committee Secretariat, 5th Floor, New Iloilo Provincial Capitol, Bonifacio Drive, Iloilo City, Philippines And Inspect The Bidding Documents At The Address Given Below From 8:00am To 5:00pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On March 7, 2025 From Given Address And Website/s Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of One Thousand Pesos (p1, 000.00). The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person. 6. The Iloilo Provincial Government Will Hold A Pre-bid Conference On March 20, 2025, 9:00 A.m At Bids And Awards Committee Secretariat, 5th Floor, New Iloilo Provincial Capitol, Bonifacio Drive, Iloilo City, Philippines, And/or Through Video Conferencing/webcasting Via Zoom Conference Which Shall Be Open To Prospective Bidders. The Default Meeting Id And Password Shall Be: Meeting Id: 4340851724 // Password: 0922 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At Bids And Awards Committee Secretariat, 5th Floor, New Iloilo Provincial Capitol, Bonifacio Drive, Iloilo City On Or Before April 3, 2025, 9:00 A.m. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 16. 9. Bid Opening Shall Be On April 3, 2025, 9:01 A.m. At Bids And Awards Committee Secretariat, 5th Floor, New Iloilo Provincial Capitol, Bonifacio Drive, Iloilo City, Philippines. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The Iloilo Provincial Government Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Implementing Rules And Regulations (irr) Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 11. For Further Information, Please Refer To: Atty. Raemman M. Lagrada Head, Bac Secretariat 5f New Iloilo Provincial Capitol Bonifacio Drive, Iloilo City Tel. No. (33) 336-0736 Fax No. (33) 337-7731 Email: Ipg_bacs@yahoo.com 12. You May Visit The Following Websites: For Downloading Of Bidding Documents: Www.iloilo.gov.ph February 24, 2025 Atty. Dennis T. Ventilacion Bac Chairperson Section Ii. Instructions To Bidders 1. Scope Of Bid The Procuring Entity, Iloilo Provincial Government Invites Bids For The Construction Of Flatbed Dryer At Brgy. Buenavista, Lemery, Iloilo With Project Identification Number Agr-25-70-b. The Procurement Project (referred To Herein As “project”) Is For The Construction Of Works, As Described In Section Vi (specifications). 2. Funding Information 2.1. The Gop Through The Source Of Funding As Indicated Below For 2025 In The Amount Of One Million Pesos (p1,000,000.00) 2.2. The Source Of Funding Is: A.) Lgu, 20% Nta Cy 2025, As Approved By Sangunian 3. Bidding Requirements The Bidding For The Project Shall Be Governed By All The Provisions Of Ra No. 9184 And Its 2016 Revised Irr, Including Its Generic Procurement Manual And Associated Policies, Rules And Regulations As The Primary Source Thereof, While The Herein Clauses Shall Serve As The Secondary Source Thereof. Any Amendments Made To The Irr And Other Gppb Issuances Shall Be Applicable Only To The Ongoing Posting, Advertisement, Or Invitation To Bid By The Bac Through The Issuance Of A Supplemental Or Bid Bulletin. The Bidder, By The Act Of Submitting Its Bid, Shall Be Deemed To Have Inspected The Site, Determined The General Characteristics Of The Contracted Works And The Conditions For This Project, Such As The Location And The Nature Of The Work; (b) Climatic Conditions; (c) Transportation Facilities; (c) Nature And Condition Of The Terrain, Geological Conditions At The Site Communication Facilities, Requirements, Location And Availability Of Construction Aggregates And Other Materials, Labor, Water, Electric Power And Access Roads; And (d) Other Factors That May Affect The Cost, Duration And Execution Or Implementation Of The Contract, Project, Or Work And Examine All Instructions, Forms, Terms, And Project Requirements In The Bidding Documents. 4. Corrupt, Fraudulent, Collusive, Coercive, And Obstructive Practices The Procuring Entity, As Well As The Bidders And Contractors, Shall Observe The Highest Standard Of Ethics During The Procurement And Execution Of The Contract. They Or Through An Agent Shall Not Engage In Corrupt, Fraudulent, Collusive, Coercive, And Obstructive Practices Defined Under Annex “i” Of The 2016 Revised Irr Of Ra No. 9184 Or Other Integrity Violations In Competing For The Project. 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 7.1. The Bidder May Subcontract Portions Of The Project To The Extent Allowed By The Procuring Entity As Stated Herein, But In No Case More Than Fifty Percent (50%) Of The Project. The Procuring Entity Has Prescribed That: A. 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 At Bac Office, 5th Floor, New Iloilo Provincial Capitol, Iloilo City And/or Through Videoconferencing As Indicated In Paragraph 6 Of The Ib. 9. Clarification And Amendment Of Bidding Documents Prospective Bidders May Request For Clarification On And/or Interpretation Of Any Part Of The Bidding Documents. Such Requests Must Be In Writing And Received By The Procuring Entity, Either At Its Given Address Or Through Electronic Mail Indicated In The Ib, At Least Ten (10) Calendar Days Before The Deadline Set For The Submission And Receipt Of Bids. 10. Documents Comprising The Bid: Eligibility And Technical Components 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. In Joint Ventures, A Special Pcab License, And Registration For The Type And Cost Of The Contract For This Project, Shall Be Required. Any Additional Type Of Contractor License Or Permit Shall Be Indicated In The Bds. 10.4. A List Of Contractor’s Key Personnel (e.g., Project Manager, Project Engineers, Materials Engineers, And Foremen) Assigned To The Contract To Be Bid, With Their Complete Qualification And Experience Data Shall Be Provided. These Key Personnel Must Meet The Required Minimum Years Of Experience Set In The Bds. 10.5. A List Of Contractor’s Major Equipment Units, Which Are Owned, Leased, And/or Under Purchase Agreements, Supported By Proof Of Ownership, Certification Of Availability Of Equipment From The Equipment Lessor/vendor For The Duration Of The Project, As The Case May Be, Must Meet The Minimum Requirements For The Contract Set In The Bds. 11. Documents Comprising The Bid: Financial Component 11.1. The Second Bid Envelope Shall Contain The Financial Documents For The Bid As Specified In Section Ix. Checklist Of Technical And Financial Documents. 11.2. Any Bid Exceeding The Abc Indicated In Paragraph 1 Of The Ib Shall Not Be Accepted. 11.3. For Foreign-funded Procurement, A Ceiling May Be Applied To Bid Prices Provided The Conditions Are Met Under Section 31.2 Of The 2016 Revised Irr Of Ra No. 9184. 12. Alternative Bids Bidders Shall Submit Offers That Comply With The Requirements Of The Bidding Documents, Including The Basic Technical Design As Indicated In The Drawings And Specifications. Unless There Is A Value Engineering Clause In The Bds, Alternative Bids Shall Not Be Accepted. 13. Bid Prices 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: A. Philippine Pesos. 15. Bid Security 15.1. The Bidder Shall Submit A Bid Securing Declaration Or Any Form Of Bid Security In The Amount Indicated In The Bds, Which Shall Be Not Less Than The Percentage Of The Abc In Accordance With The Schedule In The Bds. 15.2. The Bid And Bid Security Shall Be Valid Until August 1, 2025. Any Bid Not Accompanied By An Acceptable Bid Security Shall Be Rejected By The Procuring Entity As Non-responsive. 16. Sealing And Marking Of Bids Each Bidder Shall Submit One Copy Of The First And Second Components Of Its Bid. The Procuring Entity May Request Additional Hard Copies And/or Electronic Copies Of The Bid. However, Failure Of The Bidders To Comply With The Said Request Shall Not Be A Ground For Disqualification. If The Procuring Entity Allows The Submission Of Bids Through Online Submission To The Given Website Or Any Other Electronic Means, The Bidder Shall Submit An Electronic Copy Of Its Bid, Which Must Be Digitally Signed. An Electronic Copy That Cannot Be Opened Or Is Corrupted Shall Be Considered Non-responsive And, Thus, Automatically Disqualified. 17. Deadline For Submission Of Bids The Bidders Shall Submit On The Specified Date And Time And Either At Its Physical Address Or Through Online Submission As Indicated In Paragraph 7 Of The Ib. 18. Opening And Preliminary Examination Of Bids 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. Section Iii. 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: A) Construction/ Improvement Of Flatbed Dryer 7.1 The Procuring Entity Has Prescribed That Subcontracting Is Not Allowed. 10.3 [specify If Another Contractor License Or Permit Is Required] 10.4 The Key Personnel Must Meet The Required Minimum Years Of Experience Set Below: Key Personnel General Experience Relevant Experience 1-project Engineer 1 Year 1 Year 1-agricultural & Biosystem Engineer 1 Year 1 Year 1-material Engineer 1 Year 1 Year 1- Health & Safety Officer 1 Year 1 Year 1- Construction Foreman 1 Year 1 Year 10.5 The Minimum Major Equipment Requirements Are The Following: Equipment Capacity Number Of Units One Bagger Concrete Mixer - 1 Bar Cutter - 1 Welding Machine - 1 12 Alternative Bids Are Not Allowed 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 Two Percent (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 Five Percent (5%) Of Abc If Bid Security Is In Surety Bond. 19.2 Partial Bids Are Allowed 20 No Further Instructions. 21 The Additional Contract Documents Relevant To The Project That Are Required By The Procuring Entity Are: A. Construction Schedule And S-curve; B. Manpower Schedule; C. Construction Methods; D. Equipment Utilization Schedule; E. Construction Safety And Health Program Approved By The Department Of Labor And Employment; And F. Pert/cpm Section Iv. General Conditions Of Contract 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 4.1. 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. 4.2. 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. 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. 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. 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. Section V. Special Conditions Of Contract Gcc Clause 2 As Per Construction Schedule/contract Period 3.1 The Procuring Entity Shall Give Possession Of All Parts Of The Site To The Contractor Upon Effectivity Of The Contracts. 6 No Further Instructions 7.2 [in Case Of Semi-permanent Structures, Such As Buildings Of Types 1, 2, And 3 As Classified Under The National Building Code Of The Philippines, Concrete/asphalt Roads, Concrete River Control, Drainage, Irrigation Lined Canals, River Landing, Deep Wells, Rock Causeway, Pedestrian Overpass, And Other Similar Semi-permanent Structures:] Five (5) Years. 10 Dayworks Are Applicable At The Rate Shown In The Contractor’s Original Bid. 11.1 No Further Instructions 11.2 No Further Instructions 13 The Amount Of The Advance Shall Not Exceed 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 Shall Be At Least 5 Days Before The Testing And Commissioning. The Date By Which “as Built” Drawings Are Required Shall Be Prior To The Final Inspection. 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 1% Of The Final Contract Amount. Section Vi. Specification General Requirements All Works To Be Done Shall Be With First Class Workmanship And Shall Conform To The Plans And Specifications. All Materials To Be Used Shall Be Of Good Quality And Properly Inspected By The Project Engineer. The Provincial Agriculturist Is Reserved The Right To Rescind, Terminate, Suspend The Contract If He Deems Necessary And To The Best Interest Of The Government. The Contractor Shall Be Liable For All Damages That Will Occur During The Construction Of The Project. Scope Of Work The Works Include Furnishing Of Labor, Materials, Tools, Equipment And Other Incidentals Necessary To Complete The Project For The Proposed Completion Works Such As: Flooring, Drying Bin, Footing, Shed Assembly, Furnace, Blower And Blower Support, Engine And Accessories & Freight General Condition A. The Works To Be Done Herein Shall Be The Construction Of Flatbed Dryer As Of Approved And Of Quality Materials Completed As Per Plans, Details And Specifications. Supervision Of The Work Shall Be Done Under The Responsibility Of The Project Engineer With The Help Of The Construction Foreman. B. All Materials Employed And To Be Used In The Construction Shall Be Brand New, Unless Otherwise Or As Directed And Approved By The Project Engineer. C. Skilled Workmen And Workmanship Subject To Project Engineer’s Approval Shall Perform Methods Of The Construction In The Most Acceptable Manner. D. The Drawings Referred To In The Specifications Including Supplementary One, To Be Furnished As The Work Progress Are Intended To Cooperate With The Specification And To Form Part Hereof. Where Figures Are Given, They Are To Be Followed In Performance To Measurement By Scale. E. The Assigned Engineer Or Construction Foreman Shall Lay – Out The Building In Accordance With The Drawings And Directions On Plans As He Shall Not Only Responsible But Liable For Any Failure To Comply In This Respect With The Said Drawings, Specifications And Directions For Its Due And Accurate Location On The Lot. Project Sign Board / Billboard The Contractor Shall Ensure That The Project Site Is Identified With Information Billboard Which Shall Be Erected At The Beginning And Ending Of The Proposed Project. The Layout Of The Billboard Shall Accord To The Specifications Pursuant To The Commission On Audit (coa) Circular No. 2013-004 Issued On January 30, 2013. Coa Billboard Name Of Agency Business Address Project: _________________________________________________ Cost: - - - - - - - - - - - - Location: Fund Source/s: Implementing Agency/ies: Development Partner/: Contractor Supplier: Brief Description Of Project: Project Details: Projects Status Project Status Remarks Duration Started Target Date Of Completion Percentage Of As Of Completion (date) Cost Incurred To Date Date Completed For Particulars Or Complaints About This Project, Please Contact The Regional Office Cluster Which Has Audit Jurisdiction On This Project: Coa Regional Office No./ Cluster: Address: Contact No.: Pao Billboard Republic Of The Philippines Province Of Iloilo Provincial Agriculture Office Iloilo City Name Of Project: Location Of Project: Contractor: Implementing Agency: Appropriation: Fund Source: Contract Duration: Project Starting Date: Project Completion Date: Another Priority Project Of The Iloilo Provincial Government The Billboard’s Specifications Shall Conform To The Following Requirements: A. Tarpaulin, White 8ft X 8ft (coa) 4ft X 8ft (pao) B. Resolution 70 Dpi; C. Font Helvetica; D. Font Size: Main Information – 3”; E. Sub Information – 1”; F. Font Color: Black; G. Suitable Frame: Rigid Wood Or Steel Frame With Post; And, H. Posting: Outside Display At The Project Location After Award Has Been Made. Measurement The Supply And Erection Of The Project Billboard Shall Be In Accordance With Provisions Of This Specifications. Basis Of Payment No Additional Payment Shall Be Made In This Regard. I. Site Works A. Works Included 1. Staking Out Of Building, Establishment Of Lines, Grades And Benchmarks 2. All Excavation Work Including All Necessary Shoring Bracing And Drainage Of Storm Water From Site. 3. All Backfilling, Filling And Grading, Removal Of Excess Material From Site 4. Protection Of Property, Work And Structures, Workmen, And Other People From Damage And Injury. B. Lines, Grades And Benchmarks 1. Stake Out Accurately The Lines Of The Building And Of The Other Structures Included In The Contract, And Establish Grades Therefore, After Which Secure Approval By Architect Before Any Excavation Work Is Commenced. 2. Erect Basic Batter Boards And Basic Reference Marks At Such Places Where They Will Not Be Disturbed During The Construction Of The Foundations. C. Excavation 1. Structural Excavations – Excavations Shall Be To The Depths Indicated Bearing Values. Excavations For Footings And Foundations Carried Below Required Depths Shall Be Filled With Concrete And Bottom Of Such Shall Be Level. All Structural Excavations Shall Extend To Sufficient Distance From The Walls And Footings To Allow For Proper Erection And Dismantling Of Forms For Installation Of Service And For Inspection. All Excavations Shall Be Inspected And Approved Before Pouring Any Concrete Laying Underground Services Or Placing Select Fill Materials. The Contractor Shall Control The Grading In The Vicinity Of All Excavated Areas To Prevent Surface Drainage Running Into Excavations. Water Which Accumulates In Excavated Areas Shall Be Removed By Pumping Before Fill Or Concrete In Placed Therein. D. Disposal Of Surplus Materials 1. Any Excess Material Remaining After Completion Of The Earthwork Shall Be Disposed Of By Hauling And Spreading In Nearby Spoil Areas Designated By The Owner. Excavated Material Deposited In Spoil Areas Shall Be Graded To A Uniform Surface. Ii. Concrete And Reinforced Concrete . Materials 2.1 Forms A. Design, Erect, Support, Brace, And Maintain Form Work So It Will Produce Correctly Aligned Concrete And Safety Support Vertical And Lateral Loads Which Might Be Applied Until Such Loads Can Be Supported Safety By The Concrete Structure. B. Construct Forms To The Exact Sizes, Shapes, Lines And Dimensions As Required To Obtain Accurate Alignment, Location, Grades, And Level And Plumb Work In The Finish Structure. C. Use Plywood, Metal, Or Surfaced Lumber Form For All Exposed Concrete Work. 2.2 Reinforcement A. All Reinforcing Bars Shall Be Deformed As Per Plan And Shall Be New And Free From Rust, Oil, Defects, And Grease. 2.3 Concrete A. Comply With The Following As Minimum: 1. Portland Cement: Astm C 150, Type I 2. Aggregate, Coarse: Well Graded, Clean, Hand Particles Of Gravel Or Crushed Rock, With Maximum Size Nor Larger Than 1/5 Of The Narrowest Dimension Between The Forms Not Larger Than ¾ Of The Minimum Clear Spacing Between Reinforcing Bars Nor Larger Than 2.3 Centimeters In Diameter. 3. Aggregate, Fine: Natural Washed Sand Of Hard And Durable Particles Varying From Fine To Particles Passing A No.4 Standard Scene. 4. Water Clean And Free From Injurious Amounts Oil, Acid, Alkali, Salt, Or Organic Materials Or Other Deleterious Substance. B. Provide Concrete With A Minimum 23-day Compressive Cylinder Strength With Following: 2.4 Proportions And Mixing 1. Proportions Of All Materials Entering Into The Concrete Shall Be As Follows: Class Cement : Sand : Gravel Class “a” - 1 : 2 : 4 Class “b” - 1 : 2 ½” : 5 Class “c” - 1 : 3 : 6 2.5 Other Materials A. Provide Other Materials, Not Specifically Described But Required For A Complete And Proper Installation, As Selected By The Contractor Subject To The Approval Of The Architect. 2.6 Placing Concrete A. Preparation 1.) Remove Foreign Matter Accumulated In The Forms. 2.) Rigidly Close Openings Left In The Frame Work. 3.) Wet Wood Forms Sufficiently To Tighten Up Cracks; Wet Other Material Sufficiently To Maintain Workability Of The Concrete. 4.) Use Only Clean Tools. B. Conveying 1.) Perform Concrete Placing At Such A Rate That Concrete Which Is Being Integrated With Fresh Concrete Is Still Plastic. 2.) Deposit Concrete In Its Final Position Without Segregation, Rehandling, Or Flowing. Place Concrete With Buggies, Buckets Or Wheelbarrows. No Chutes Shall Be Allowed Except To Transfer Concrete From The Mixer To The Buggies And Shall Not Exceed Six Meters In Total Length. 3.) Do Not Place Concrete With A Free Fall Of More Than 1-½ Meters, Except When Approved Sheet Metal Conduits, Pipes Or Elephant Trunks Are Employed. These Conveyers, When Used, Shall Be Kept Full Of Concrete And The Ends Kept Buried In The Newly Placed Concrete As Pouring Progresses. 4.) Do Not Use Concrete Which Becomes Non- Plastic Or Unworkable, Or Does Not Meet Required Quality Control Limits, Or Has Been Contaminated With Foreign Materials Remove Rejected Concrete From The Job Site. C. Placing Of Concrete 1.) Deposit Concrete In Horizontal Layers Not Deeper Than 60 Centimeters, And Avoid Inclined Construction Joints. 2.) Deposit Concrete In Its Final Position Within Three Hours From The Time Of Mixing, After Which It Will Be Rejected. 3.) Deposit And Consolidate Concrete Slabs In A Continuous Operation, Within Limits Of Construction Joints, Unit The Placing Of A Panel Or A Section Is Completed. 4.) Bring Slab Surfaces To The Correct Level With A Straightedge, And Then Strike Off. 5.) Use Bull Floats To Smooth The Surface, Leaving The Surface Free From Bumps And Hollows. 6.) Do Not Sprinkle Water On The Plastic Surface. Do Not Disturb The Slab Surface Prior To Start Of Finishing Operations. 2.7 Construction Joints A. General: 1.) When Stoppage Of Concreting Operation Occurs For Any Reason Place Construction Joints Either Horizontally Or Vertically And Provide With Shear Keys And Dowels To Develop Bond. 2.) Clean The Surface Of The Poured Concrete Against Which Fresh Concrete Is To Be Deposited Of All Laitance And Expose Aggregates Before Concreting Is Resumed. Coat Surface Thoroughly With Cement Grout. 2.9 Curing Concrete A. General 1.) Concrete Must Be Cured Thoroughly. Iii. Drying Bin Gi Plate, 1.2mm X 4’ X 8’ Angle Bar, 3mm X 38mm X 6m Bi Plate, 2mm X 4’ X 8’ Bi Plate, 3mm X 4’ X 8’ Channel Bar, 3” X 6m Flatbar, 3mm X 38mm X 6m Flatbar, 4mm X 100mm X 6m (frame Connector) Flatbar, 4m X 18mm X 6m Flatbar, 4mm X 25mm X 6m Flatbar, 5mm X 25mm X 6m Flatbar, 5mm X 50mm X 6m Ms Plate, Ga #18 X 4’ X8’ Ms Plate, Ga #20 X 4’ X 8’ Bended Plate, 4mm Thick X 12mm X 50mm X 1.8m Bended Plate, 4mm Thick X 12mm X 50mm X 0.9m Perforated Screen, Ga #18 (std. 1, 2.38mm Ø X 3’ X 6’ Cr Shaft, ¼” X 6m Cr Shaft, ¾” X 6m Cr Shaft, 3/8” X 6m Round Bar, 12mmø X 6m Square Bar, 12mmø X 6m Welding Rod Blind Rivets, 5/32” X ½” Capscrew 3/8” X 1” Capscrew 3/8” X 3” Capscrew 5/8” X 1” Capscrew 5/8” X 2-1/2” Capscrew 5/8” X 3” Capscrew 5/8” X 3-1/2” Capscrew 5/8” X 4” Hexnut, 3/8” Lockwasher, 5/8” Flatwasher, 5/8” Hexnut 5/8” Lacquer Thinner Qde Paint Black Qde Paint Silver Vulcaseal Abc 2em Coat Abc Accelerator Hardener Iv. Shed Assembly A. This Section Includes The Furnishing Of All Tools, Equipment, Materials And Other Incidentals In The Installation Roofing As Indicated In The Drawings. Provide The Following Materials Needed As Reflected And Shown In The Drawing For Completion Of Work. Bi Pipe, 2 ½” Sched. 40 X 6m (std) Bi Plate, 2mm X 4’ X 8” Capscrew 3/8” X 5-1/2” Capscrew 3/8” X 1-1/2” Capscrew 3/8” X 1” Capscrew 3/8” X 3/4” Flatbar, 4mm Thk X 75mm Width Flatbar, 4mm Thk X 100mm Width Flatbar, 4mm Thk X 38mm Width Flatbar, 4mm Thk X 127mm Width C-purlins 1.5” X 3” X 1.2mm X 6m Long C-purlins 2” X 3” X 1.5mm X 6m Long C-purlins 2” X 4” X 1.5mm X 6m Long Flatwasher 3/8” Corrugated G.i. Sheet 9144mm X 2440 X .4mm G. I. Ridge Roll Ga #25 (std) Hexnut 3/8” Ordinary Electrode 1/8” Ø Ms Plate, 3mm X 4’ X 8’ Lacquer Thinner Qde Paint Primer Tekscrew V. Furnace Assembly A. This Section Includes The Furnishing Of All Tools, Equipment, Materials And Other Incidentals In The Installation Roofing As Indicated In The Drawings. Provide The Following Materials Needed As Reflected And Shown In The Drawing For Completion Of Work. Fire Bricks Sk 32 Bricks Mortar Flatbar, 2” X 3/16”, 6m Long Round Bar 12mm Pvc Pipe, Orange Type 4” Pvc Elbow, Orange Type 4” Pvc Solvent 1:100 Speed Reducer (1/2 Hp Rating) G.i. Pipe Sched. 40, 6” (std) Roller Chain#60 Sprocket, 32 Teeth #40 Sprocket, 12 Teeth #41 Angle Bar, 2” X 2” X 3/16”, 6m V-pulley (18), 10” Ø Ms Sheet, 2mm Thk (4’ X 8”) Flange Bearing, 1- ¼” Ø Ms Plate, 6mm For Furnace Frame Vi. Blower & Blower Support Axial Type Blower, Air Duct And Engine Base Canvass Cloth (18” X 10”) V-belt 8-80 V-belt 8-66 V-pulley, 5” X 28 X 1-1/4” V-pulley, 4” X 30 X 30mm Vii. Engine And Accessories Engine: (prime Mover) 12 Hp Minimum, Water Cooled, Diesel Engine Maximum Power Developed: 80% Of The Rated Maximum Power Continuous Power Developed: 80% Of The Rated Maximum Power Must Be Available In The Local Market For At Least Thirty (30) Years Specific Fuel Consumption: 350 G/kw-hr (max) Moisture Meter: Digital Capacitance Type Can Read Palay And Corn Measurement Range: 9-36% Mcwb Power Supply: Dry Cells (1.54v, “aa”) Thermometer: Heavy Duty Dials And Probe Type Thermometer Range: 0-1000 Probe Length Not Less Than 4” Manometer: U-tube Type Manometer Additional Requirements: Amtec Tested Coupled With Biomass Furnace (testing Material Rice) Shall Conform To Paes 201:2015 Heated – Air Mechanical Grain Dryer With Reflectorized Province Logo (minimum Of 4” Diameter) Warranty Period: 1 Year From The Date Of Acceptance Of The Recipient/ Beneficiary   Section Vii. Drawings All Annexes Shall Be Annexed And The Title Shall Be Specified As To What Plan The Drawing Pertain To Annex A – Architectural Design Annex B- Project Billboard Plan Section Viii. Bill Of Quantities Bid No. Agr- 25-70-b Construction Of Flatbed Dryer Brgy. Buenavista, Lemery, Iloilo Item Description Quantity Unit Unit Cost Total Cost No. I. Flooring 5.94 Cu.m. Pesos And Ctvs. (p ) / Cu.m. P Ii. Drying Bin 1.00 Lot Pesos And Ctvs. (p ) / Lot P Iii. Footing 2.00 Sets Pesos And Ctvs. (p ) / Sets P Iv. Shed Assembly 1.00 Lot Pesos And Ctvs. (p ) / Lot P V. Furnace 1.00 Lot Pesos And Ctvs. (p ) / Lot P Vi. Blower And Blower 1.00 Lot Pesos Support And Ctvs. (p ) / Lot P Vii. Engine And Accessories 1.00 Lot Pesos And Ctvs. (p ) / Lot P Viii. Freight 1.00 Lot Pesos And Ctvs. (p ) / Lot P Total Bid Cost In Figures P Total Bid Cost In Words   Summary Of Costs Construction Of Flatbed Dryer Brgy.buenavista, Lemery, Iloilo Bid No. Agr- 25-70-b Item No. Description Bid Amount I. Flooring ₱ _____________________________ Ii. Drying Bin ₱ _____________________________ Iii. Footing ₱ _____________________________ Iv. Shed Assembly ₱ _____________________________ V. Furnace ₱ _____________________________ Vi. Blower And Blower Support ₱ _____________________________ Vii. Engine And Accessories ₱ _____________________________ Viii. Freight ₱ _____________________________ Total Bid Amount   Section Ix. Checklist Of Technical And Financial Documents I. Technical Component Envelope Class “a” Documents Legal Documents ⬜ (a) Valid Philgeps Registration Certificate (platinum Membership) (all Pages) In Accordance With Section 8.5.2 Of The Irr; Technical Documents ⬜ (b) 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 ⬜ (c) 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 ⬜ (d) Special Pcab License In Case Of Joint Ventures; And Registration For The Type And Cost Of The Contract To Be Bid; And ⬜ (e) 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 (f) 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 ⬜ (g) 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 ⬜ (h) The Prospective Bidder’s Computation Of Net Financial Contracting Capacity (nfcc). Class “b” Documents ⬜ (i) 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 ⬜ (j) Original Of Duly Signed And Accomplished Financial Bid Form; And Other Documentary Requirements Under Ra No. 9184 ⬜ (k) Original Of Duly Signed Bid Prices In The Bill Of Quantities; And ⬜ (l) 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 ⬜ Cash Flow By Quarter. 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 Guidelines For This Purpose; H. We Are Not Participating, As Bidders, In More Than One Bid In This Bidding Process, Other Than Alternative Offers In Accordance With The Bidding Documents; I. We Understand That This Bid, Together With Your Written Acceptance Thereof Included In Your Notification Of Award, Shall Constitute A Binding Contract Between Us, Until A Formal Contract Is Prepared And Executed; And J. We Understand That You Are Not Bound To Accept The Lowest Calculated Bid Or Any Other Bid That You May Receive. K. We Likewise Certify/confirm That The Undersigned, Is The Duly Authorized Representative Of The Bidder, And Granted Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract For The [name Of Project] Of The [name Of The Procuring Entity]. L. We Acknowledge That Failure To Sign Each And Every Page Of This Bid Form, Including The Bill Of Quantities, Shall Be A Ground For The Rejection Of Our Bid. Name: Legal Capacity: Signature: Duly Authorized To Sign The Bid For And Behalf Of: Date: 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] 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 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]

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Chemical Products
United States
Closing Date7 Feb 2025
Tender AmountRefer Documents 
Details: Sources Sought Notice Medical Waste Sterilizing Autoclave disclaimer this Rfi Is Issued Solely For Information And Planning Purposes Only And Does Not Constitute A Solicitation. All Information Received In Response To This Rfi That Is Marked As Proprietary Will Be Handled Accordingly. In Accordance With Far 15.201(e), Responses To This Notice Are Not Offers And Cannot Be Accepted By The Government To Form A Binding Contract. Responders Are Solely Responsible For All Expenses Associated With Responding To This Rfi. response Instructions: do Not Provide More Than 8 Pages, Including Cover Letter Page. submit Your Response Via Email To: Barron.long@va.gov submit Your Response Nlt 14:00 (mst) On Friday February 7th mark Your Response As Proprietary Information If The Information Is Considered Business Sensitive. va Has Identified The Appropriate North American Industry Classification System (naics) Code 332420 - Autoclaves, Industrial-type, Heavy Gauge Metal, Manufacturing With A Small Business Size Of 750 Employees. Please Identify And Explain Any Naics Codes Your Company Believes Would Better Represent The Predominated Work Included In The Attached Statement Of Work Draft / Salient Characteristics List; information Requested From Industry: in Response To The Sources Sought, Interested Contractors Shall Submit The Following Information And Any Capabilities/qualifications Statement To Include But Not Limited To An Overview Of Proposed Solution(s) And A Description Of The Product Your Company Possesses Accordance With The Statement Of Work Draft / Salient Characteristics List. vendor Name: sam Uei #: name Of Manufacturer: manufacturer Address: estimated Delivery Time: sac Fss Contract Number vendor Point Of Contract (poc) Name poc Phone Number: poc Email Address: statement Of Work introduction: the Autoclave Shall Be Delivered Within 120 Calendar Days After The Effective Date Of The Contract. Delivery Dates Specified May Be Adjusted By The Co To Coincide With The Date The Tcpf Will Be Ready To Receive Installation. The Co Will Advise The Contractor Of The New Delivery Date At Least 45 Days Prior To The Original Or Adjusted Delivery Date(s). Deliveries, Cranes, Or Haulage Will Be Arranged With The Contracting Officer Representative (cor), As To Not Interfere With Day-to-day Ancillary Va Medical Services Such As Nutrition/food Service, Laundry Delivery, Maintenance Routes, Etc. the Autoclave Shall Be Delivered Within 120 Days After The Effective Award Date. Installation Of The Autoclave Shall Take Place No More Than 30 Days After The Delivery Date. The 2 Days Onsite Shakedown And 1-day Onsite Training Are Included In The Installation Timeframe. Training Shall Consist Of Both Operator And Maintenance Personnel At A Minimum.â trainingsâ shall Not To Be Conducted Concurrently. The Total Contract Duration Is 150 Days. note: Installation Shall Be Continuous, Without Interruption, Monday Through Friday, Excluding Federal Holidays, Until All Installation And Testing Work Has Been Completed. Installation May Take Place On The Weekends If Pre-approval Is Given By The Cor. site Specific Project Requirements the Contractor Shall Furnish The Supervision, Labor, Equipment, Tools, Safety, Rigging, Hoisting, Supplies And Installation Services Necessary To Meet The Terms And Conditions In Accordance With The Statement Of Work (sow). this Sow Includes Removal Of Trade-in Equipment, Delivery, Installation, And Training Of The New Laundry Equipment Installed. The Equipment And Installation Shall Be Conducted In Conformance With The Sow And Technical Specifications Provided Herein. All Items Provided By The Contractor Shall Be New. The Contractor Shall Not Utilize Any Refurbished Equipment, Machinery, Or Parts. the Autoclave Is To Be Located Within Building 154, Near The Waste Removal Area. within The New Design Layout Of The Autoclave Area, The Contractor Shall Relocate Existing Lighting Fixtures, And Provide New Energy-efficient, Light-emitting Diode (led) Lighting For Any New Workstation Or Storage Area. New Lighting Shall Comply With Va Lighting Design Guide, January 2022; And Shall Be 50 Foot-candles (minimum) Measured 30-inches Above Floor For Workstation Task Areas, And 35 Foot-candles (minimum) For Storage Areas. all Valves Within The Layout Of The Autoclave And Equipment Shall Be Ball Valves With The Appropriate Ratings And That Are Part Of The Scope Of Work Within This Rfq. all Old Piping, Drain Piping, Ductwork, Vents, Hangers, And Water Piping Associated With Equipment Shall Be Removed. all Piping, Water, Steam, Condensate, And Air Will Be New And Originate From The Nearest Header Within 35 Of The New Autoclave And Electrical For The New Equipment Will Originate From The Electrical Panel Identified By The Station. All Piping, Water, Conduit, Steam, Condensate, And Air Lines Within This Rfq Shall Be New. waste Material Sorting/recycling the Contractor Shall Divert Discarded Items And Other Wastes To Recycling Trash Disposal Scheduled Regularly. Items Which Need To Be Sent For Recycling Or Resale Unless Not Feasible Include Pallets, Metals (iron, Copper, Brass, Etc.) Cardboard, Mercury Items, Used Oil, Electronic, Rechargeable Batteries, Wood Products And Debris. the Contractor Shall Not Store Waste Materials And Items Held For Recycling. Waste Materials Shall Be Stored Prior To Pick Up In A Manner That Does Not Allow The Items To Become A Fire, Health, Environmental Or Safety Hazard Or Provide Harborage For Pests And Consistent With Federal, State And Va (listed In Order Of Preference) Laws And Regulations Governing Storage Of Waste Materials. Actions Include Using Drip Drains Pans, Storing Liquid Wastes Or Items That Rot In Closed Containers, Removing Freon From Junked Air Conditioning, Observing Occupational Safety And Health Administration (osha) And National Fire Protection Association (nfpa) Limits On Sizes Of Piles Of Lumber Or Wood Products. Dumpsters Larger Than One And One-half (1 ½) Cubic Yards In Size Must Be Located At Least Ten (10) Feet From Exterior Walls Of Buildings. painted Or Treated Lumber, Paint Chips, A Potential Asbestos Containing, Or Asbestos Contaminated Items Should Not Be Recycled But Shall Be Disposed Of Properly. No Waste Material Disposal Is Allowed On Government Property. the Cor Designated Contractor Staging Area (tbd After Award) Will Be Fully Enclosed Completely With Fencing And Fence Covering Provided By The Contractor. The Fencing Height Shall Be A Minimum Of Six (6) Feet High, With Covering, Signage And Sandbags Or Plastic Temporary Fence Weights. external Equipment/motor Protection Filters Are To Be Provided For All Air Intakes To Include But Not Limited To Washer Extractors, Electronic Boxes, Mechanical Equipment, Etc., Wherever Air Intakes Are Located. These Are Used As A Primary Pre-filtration Defense To Help Prevent Damage And Extensive Maintenance That Large Volumes Of Lint/debris Can Cause. They Are To Fit All Air Intakes, Motors Etc. And Be Made Of Three-dimensional Electrostatic Media And Encased In A 1/8"-3/8" Rigid Magnetic Galvanized Steel Frame And Contain 2 Layers Of Polypropylene Media. The Media Will Not Shed Fibers, Absorb Moisture, Or Promote Bacterial Growth; The Filter Should Be Designed For Uv Protected, And Stands Up To Extreme Outdoor Or Indoor Exposure, Corrosive Chemicals, High Velocity Air Flow, As Well As Industrial Cleaning And Maintenance Handling. the Contractor Shall Supply Lock-out/tag-out Devices For Each Piece Of Equipment. All Lock-out/tag-out And Confined Space (cs) Locations Shall Be Marked And Identified On The Machine With Instructions On Lock-out Or Cs Procedures For The Equipment. These Instructions/procedures Shall Be Permanently Mounted On Each Piece Of Equipment. Lock-out/tag-out Procedures Include All Sources Of Stored Energy, Including But Not Limited To: Electrical, Gas, Water, Air Lines, Hydraulic, Etc. Relief Valves Shall Be Installed For Lock-out/tag-out Locations To Relieve Residual Air Lines Etc. the Contractor Shall Supply One (1) Lock-out And Tag-out Kit With The Lock-out/tag-out Devices For Each Piece Of Equipment. The Kits Shall Turned Over To The Cor. All Lock-out / Tag-out And Permit Required Confined Space (prcs) Locations Shall Be Marked And Identified On The Machine With Instructions On Lock-out Or Prcs Procedures For The Equipment. These Instructions/procedures Shall Be Permanently Mounted On Each Piece Of Equipment. Lock-out/tag-out Procedures Include All Sources Of Stored Energy, Including But Not Limited To: Electrical, Gas, Water, Steam, Condensate, Air Lines, Hydraulic Etc. Relief Valves Shall Be Installed For Lock-out/tag-out Locations To Relieve Residual Air Etc. number And Nomenclature Will Separately Identify All Equipment With No Less Than Two (2) Inch Numbers And Letters. Each Piece Of Equipment Will Be Separately Identified And Labeled. Example: Hot Water Heater 1, Hot Water Storage Tank Etc. The Equipment Shall Be Made Compatible To Meet Production Requirements Specified In The Technical Specifications. contractor Bears All Responsibility For All New Utility Connections. All New Utility Piping That Has Been Added Shall Be Leak Tested (air, Water, Steam And Condensate). connections To Va Supplied Utilities Shall Be Within 35 Of New Equipment Supplied And Electrical Panel Identified. Penetrations In Floors, Walls And Ceilings Not Utilized Will Be Filled With Existing Floor, Wall, And Ceiling Like Material. All Braces, Pipes (air, Gas, Water, Steam, Condensate, Electrical), Conduit And Duct Work That Will Not Be Utilized Shall Be Removed Back To The Source That Pertains To The Equipment Directly Associated With This Rfq. the Contractor Shall Not Damage Equipment Frame, Door Panels, Cylinder, Cylinder Panels, Control Box On The Government Installation. If The Contractor Causes Damages To Any Government Property, The Contractor Shall Replace Or Repair The Damage At No Expense To The Government As The Co Directs. If The Contractor Fails Or Refuses To Make Such Repair(s) Or Replacement(s), The Contractor Shall Be Liable For The Cost, Which May Be Deducted From The Contract Price. existing Equipment That Will Be Re-used Shall Be Protected From Damage During Installation Up To And Including Removal And Replacement Where Necessary To Facilitate Installation Of New Equipment. utility Shutdowns And Hot Work Permits contractor Shall Provide Ten (10) Calendar Days Advance Notice For Any Planned Utility Shutdowns And Should Be Indicated On The Project Schedule. contractor Shall Follow Stations Protocol On Notice Of Any Hot Work Permits Needed. the Tcpf Will Be Open During The Project. The Contractor Will Have Access To The Tcpf Seven Days A Week From 7:00 Am Through 3:30pm. On The Weekends There Will Be A Staff Member On Station To Allow Entrance And Will Monitor The Contractor While They Are On Station. note: With Cor Approval The Contractor May Work Evenings And/or Weekends To Accomplish The Work Required. badge Requirements the Contractor S Personnel (including Subcontractors) Anticipated To Be On Site For More Than Two (2) Days Will Need To Obtain A Piv Badge Through The Va Cor. [note: Piv Badges Require At Least 30 Days To Secure So It Would Be Beneficial For The Contractor To Start This Process Immediately.] site Visit the Contractor Has The Responsibility Of Visiting The Site And Examine The The Installation Area. Failure On The Part Of The Contractor To Accomplish A Site Visit And Become Thoroughly Familiar With All Conditions That May Affect Their Quote Will Be At The Contractor S Risk. the Ft. Harrison Tcpf Will Accommodate Site Visits As They Are Requested. The Site Visits May Be On Different Dates Or All On The Same Date, Depending On If/when Requests Are Made By The Contractor. The Contractor Must Request A Scheduled Date To Visit The Ft. Harrison Tcpf And The Cor Will Determine If The Requested Date Is Available. Site Visit Requests Shall Be Made By Contacting. exemption Certificate the Cor Will Provide A Valid Certificate Of Exemption For The State Of Montana Sales And Use Tax To The Contractor. general Installation Requirements existing Utilities Shall Be Utilized To Meet The Performance Requirements Of The Technical Specifications. Connection Points For All Equipment Shall Be Within 35 Of New Equipment. When Existing Service Lines Require Demolition, They Shall Be Removed Back To The Source. the Contractor Shall Ensure Maximum Utilization Of Existing Equipment Space To Prevent Additional Plumbing, Electrical Or Other Utilities. should Additional Utilities Be Required For The Equipment, These Utilities Shall Be The Responsibility Of The Contractor. Utilities Are Electric, Water, Steam, Condensate And Air Lines. all Exposed Utility/ductwork/piping Systems, Control Boxes And Motors That Are Exposed To Floor Traffic Shall Be Appropriately Guarded And Protected. equipment And Materials Shall Be Suitable For Installation In Available Space, Arranged For Safe, Efficient, And Convenient Operation And Maintenance, And If Applicable With Referenced Specifications To Include A Summary Of Routine Preventative Maintenance For Each Piece Of Equipment. the Contractor Shall Furnish All Labor And Materials Necessary For Storage And Installation Of New Equipment. Installation Shall Include, But Is Not Limited To: all Mounting Holes Shall Be Utilized For Anchoring Equipment. Secure Mounts Shall Be Laid Out In Advance For Review And Approval By The Cor. any And All Penetrations Of Walls, Ceilings And Floors For The Installation Or Removal Of Electrical Conduit, Pipes, Ductwork, Liquid Supply Lines, Communication Wiring, Etc. Shall Be Sealed With An Approved Fire-retardant Material (not Foam) And Shall Match Existing Materials On Both Sides Of The Penetration. contractor Is To Supply New Utility Connections (i.e., Wall/ceiling Mounts, Junction Boxes, Raceways, And Conduits). the Contractor Shall Be Responsible For All Control Wiring Including Disconnects Interconnections, And Conduit. Interconnecting Consists Of All Control Wiring, All Ductwork, Interconnecting Pieces Of Equipment And Outside Vents, All Airlines, And All Connections From Va Supplied Utilities. all Installation And/or Modifications Of Utilities And Structures, Shall Match Existing Materials. No Wooden Platforms Allowed. all Pipes, Vents, Drains, Electrical Boxes, Ductwork, And Conduit Shall Be New. all Pipes And Ductwork Shall Be Insulated. All Conduits And Air Pipes Shall Not Be Painted. All Vents And Drains Shall Be Painted, (refer To The Table Below For Colors). All Insulation Shall Be Wrapped With White Pvc Plastic As Indicated Below. Pvc Covering Shall Be A Minimum .030 Thickness. Flow Markings And Identification Of All Pipes, Vents, Ductwork, And Airlines To Equipment Shall Be Appropriately Marked With A Minimum Of Two (2) Inch Letters. Pre-made Adhesives Are Acceptable, Spray-painting Stencils Are Not Acceptable. air Piping: (only Identification/flow Markings) air Intake Ductwork: safety White Pvc (identification And Flow Markings) large Dryer Air Exhaust Ductwork: safety White Pvc Textured Aluminum (identification & Flow Markings) small Dryer Air Exhaust Ductwork: safety White Pvc (identification & Flow Markings) vent Pipe: painted Flat Black (identification And Flow Markings) drain Line: painted Flat Black (identification And Flow Markings) domestic Water: safety White Pvc (identification And Flow Markings) fire Suppression Piping: painted Bright Red (identification And Flow Markings) outside Exposed Ductwork: sealed Watertight And Weather-proofed To Protect From The Environment all Conduits: not Painted installation Of Piping, Sleeves, Inserts, Hangers, And Equipment Shall Be In Accordance With The Installation Design Drawing And Shall Be Sealed By A Licensed Professional Architect And Engineer, Which Were Previously Approved By The Cor. In The Installation Design Drawings, The Contractor Shall Locate Drains, Piping, Sleeves, Inserts, Hangers, And Equipment Out Of The Way Of Windows, Doors, Openings, Light Outlets And Other Services And Utilities. All Piping Shall Be Installed To Comply With Accepted National And Local Plumbing Practices. Mechanical Or Grooved Fittings On Mechanical Piping Are Acceptable. if Necessary To Drill Through Structural Sections, The Contractor Shall Notify The Cor Immediately. The Cor Shall Work With A Structural Engineer To Determine Proper Location. The Cor Shall Instruct Contractor On Structural Location To Continue Work. install Gauges, Thermometers, Valves, And Other Mechanical And Electrical Devices For Ease Of Reading, Operating, And Maintaining. Servicing Shall Not Require Dismantling Of Adjacent Equipment, Electric Or Pipe Work. valve Tags - Furnish And Install Valve Tags On All Compressed Air, Gas, Steam, Condensate And Water Valves On Equipment And Connection Points. Tags Shall Be Engraved With Identification (gas, Air Etc.), Black Filled Identification, Numbers, And Letters Not Less Than ½ Inch High For Number Designation And Not Less Than ¼ Inch For Service Designation On 19 Gauge 1-1/2-inch Round Brass Disc; Tags Shall Be Attached With Brass Hooks Or Brass Chain. trap Tags: Furnish And Install All Steam Trap Tags On Equipment And Connection Points Of The Textile Care Processing Equipment. Tags Shall E Engraved, Black Filled Numbers And Letters Not Less Than ½ Inch High For Number Designation And Not Less Than ¼ Inch For Service Designation On 19 Gauge 1-1/2 Inch Round Brass Disc, Tags Shall Be Attached With Brass Hooks Or Brass Chain. the Contractor Shall Provide Two (2) Valve Lists And Two (2) Steam Trap Lists On Typed Plastic-coated Cards, Sized 8-1/2-inch X 11 Inch Showing Tag Number, Valve Type, Valve Function And Location Area Of Valve For Each Service Or System To The Cor. equipment, Motors, Piping, Ductwork And Any Other Components Or Materials Shall Be Protected Against Physical Damage From Carts With Guardrails Supplied By The Contractor. belts, Chains, Pulleys, Couplings, Motor Shafts, Gears Or Other Moving Parts Shall Be Fully Guarded In Accordance With Osha 1910.219. Guard Parts Shall Be Rigid And Suitably Secured And Be Readily Removable Without Disassembling The Guarded Unit. a Minimum Clearance Of 36 Inches Between Moving Parts And Fixed Objects And 24 Inches Between Non-moving Parts And Fixed Objects Is Required In Accordance With Osha 1910.219. All Conveyor Rollers Shall Have Roll Caps Installed And Guards Will Be Provided Under All Conveyors. plumbing Requirements plumbing grooved Or Mechanical Fittings Are Allowed On Piping. the Contractor Shall Not Use Cast Iron Fittings, And Components Or Malleable/ductile Fittings Anywhere In The High-pressure And Medium Pressure Steam System (15 Psi Or Above). The Contractor Shall Only Use Cast Steel Or Forged Steel Fittings And Components, In Accordance With Applicable Va Master Specifications Found At Https://www.cfm.va.gov/til/spec.asp traps the Contractor Shall Provide Traps On All Sanitary Branch Waste connections From Fixtures Or Equipment Not Provided With Traps. Exposed Brass Shall Be Polished Brass Chromium Plated With Nipple And Set Screw Escutcheons. Concealed Traps May Be Rough Cast Brass. Slip Joints Are Not Permitted On Sewer Side Of Trap. Traps Shall Correspond To Fittings On Cast Iron Soil Pipe Or Steel Pipe Respectively, And Size Shall Be As Required By Connected Service Or Fixture. plumbing Installation in Accordance With The National Standard Plumbing Code, 2021 Edition. pipe Saddles Shall Be Installed On The Outside Of All Insulation And Pvc Coverings. escutcheons Shall Be Installed At All Floors, Wall And Ceiling Locations That Pipe, Conduits, Vents And Ductwork Penetrate. pipe Shall Be Round And Straight. Cutting Shall Be Done With Proper Tools. Pipe, Except For Plastic And Glass, Shall Be Reamed To Full Size After Cutting. all Pipe Runs Shall Be Laid Out To Avoid Interference With Other Work. install Valves With Stem In Horizontal Position Whenever Possible. All Valves Shall Be Easily Accessible. piping Shall Conform To The Following: waste, Storm Water Drain And Vent: Drain To Main Stack As Follows: pipe Size Minimum Pitch 3 Inch And Smaller 1/4 Inch To The Foot 4 Inch And Larger 1/8 Inch To The Foot exhaust Vent extend Exhaust Vents Separately Through Roof. Sanitary Vents Shall Not Connect To Exhaust Vents. insulation Requirements unless Specified In Other Sections Of The Technical Specifications, Cellular Glass Insulation Is Required For Hot Water Piping. A Minimum 1.5 Inches Thick For Hot Water Is Required. All Insulation On Piping And Equipment Shall Be Terminated Square At Items Not To Be Insulated, Access Openings And Nameplates. Cover All Exposed Raw Insulation With Sealer Or Jacket Material That Does Match The Color Of The Insulation. water Piping interior Domestic Water Piping Shall Be Copper Tube, Type L Drawn Per Astm B88. Fittings For Copper Tube Must Be Wrought Copper Or Bronze Castings Conforming To Ansi B16.18 And B16.22. Unions Shall Be Bronze In Accordance With Federal Specification Ww-u-516 With Solder Or Braze Joints Including Adapters For Joining Screwed Pipe To Copper Tubing. air Piping interior To The Building And Outdoor External Air Piping Shall Be Copper Tube. all Piping Shall Be Installed Parallel To Walls And Column Centerlines. Pipe Shall Be Round And Straight. Cutting Shall Be Done With Proper Tools. Except For Plastic And Glass, Pipe Shall Be Reamed To Full Size After Cutting. Copper Piping Work Shall Be Performed In Accordance With Best Practices Requiring Accurately Cut Clean Joints And Soldering In Accordance With The Recommended Practices For The Material And Solder Employed. all Pipe Runs Shall Be Laid Out To Avoid Interference With Other Work. install Ball Valves In Horizontal Position. All Valves Shall Be Easily Accessible. pipe Saddles Shall Be On The Outside Of All Insulation And Pvc Coverings. pipe Escutcheons Will Be Used For All Pipe Penetrations Through Walls, Floors, And Ceilings. electrical Requirements electrical electrical Installation conduits, Fittings, And Electrical Wire all Electrical Installations Shall Conform To Requirements Of The National Electrical Code (nec). install A New Power Disconnect Box For Each Piece Of Equipment. all Electrical Wire Shall Be Copper, Heat Resistant Grade, Thermoplastic Insulated. Control Wiring Shall Be (stranded) Thermoplastic High Heat Nylon (thhn)/thermoplastic Heat And Water-resistant Nylon (thwn) Or Equal. Intermediate Wall Conduit Is Required. Provide Conduit Trapeze Hangers. all Power Wiring Shall Have A Minimum Conduit Size Of 3/4-inch In Diameter. Color Coding Of All Wiring Shall Be In Accordance With Established Nfpa 70. all Low Voltage Communication Wire Used For Data Management Systems, Liquid Supply Systems And Intercoms Shall Be Installed In Minimum 3/4-inch Diameter Protective Conduit. Wire Nuts Shall Not Be Used For Any Connections. electrical Wiring Installation in Accordance With Nfpa 79 Electrical Standard For Industrial Machinery 2021 Edition: wiring Shall Not Be Cut, Abraded, Nor Have Excessive Insulation Stripped, And Shall Be Properly And Tightly Joined At Terminals. wire Nuts Shall Not Be Used, And Solderless Connectors Shall Have Insulation Grip. Wiring Shall Have Adequate Slack To Provide Strain Relief. Wire Nuts Are Only Acceptable For Electrical Installation Of Motors And Terminal Boxes. wiring Shall Be Provided Between Motors, Controllers, Timers, Pushbuttons, Starters, And Limit Switches Installed On Or Within The Equipment And Shall Be Done With Materials As Applicable, Except Liquid Tight Flexible Conduit Shall Be Used Where Required For Belt Adjustment By Moving A Motor Or For Vibration Isolation. all Wiring Shall Terminate In Connection Boxes With Provisions For Connections Beyond The Machine; Each Conductor Shall Be Identified By A Different Color. the Line Voltage Side Of The Work Is A Single Point Demo And Termination To A Prewired Control Cabinet. electrical Identification Installation in Accordance With Nfpa 79 Electrical Standard For Industrial Machinery 2021 Edition: install Nameplates - Center On Device, Cover Plate, Or Enclosure. use Power Source Designations Defined In The Technical Specifications. Indicate Electrical Power Loads Served Using Designations From Electrical Schedules And Designations From The Appropriate Trade Furnishing The Equipment Served. lettering Shall Include Name Of Equipment, The Specific Unit Number, And Any Reference To On/off Or Other Instructions That Are Applicable. all Labeling Shall Be On Laminated Phenolic Nameplates And Shall Be Placed On Equipment. nameplates Shall Be Laminated Phenolic With A Blue Surface (480 Volts)/black Surface (208 Volts) And White Core. Use 1/16-inch Thick Material For Plates Up To 2 Inch X 4 Inch. For Larger Sizes, Use 1/8-inch Thick Material. the Contractor Shall Mark All 4-plex Outlets And Boxes With The Electrical Panel, Circuit, And Branch Identification. electrical Protection the Contractor Shall Provide Any Protective Methodology Or Devices Necessary To Protect The Equipment From: damage Due To Electrical Power Problems, Including Brownouts, Emergency Power Interruptions, Electrical Surges, Sags, And Electrical Storms. any Equipment Located Outside The Building Or On The Roof Shall Have Lightning Protection Installed. data Loss Due To Electrical Power Problems. All Equipment Electronics Shall Be Protected With A Power Monitor Hook-up Point And Power Monitor. existing Equipment That Will Be Re-used Shall Be Protected From Damage During Installation Up To And Including Removal And Replacement Where Necessary To Facilitate Installation Of New Equipment. uninterrupted Power Supply (ups) Shall Be Installed For All Equipment Supplied. (minimum 2-hour Back-up). electrical Receptacles And Outlets receptacles Shall Be Underwriters Laboratories Certified. mounting Screws, Mounting Strap And Terminal Screws Shall Be Brass Or A Copper Alloy Metal. receptacles Shall Have Provisions For Back Wiring From Four (minimum) Separate Wiring Holes And Side Wiring From Four Captivity Held Binding Screws. ground Fault Interrupter (gfi) Four-plex Receptacles Shall Be Single Phase, 20 Ampere, 120 Volts, 2-pole, 3-wire, Us National Electrical Manufacturers Association (nema) 5-2or. the Duplex Type Receptacles Shall Have Break-off Feature For Two Circuit Operation. The Ungrounded Pole Of Each Receptacle Shall Be Provided With A Separate Terminal. the Receptacle Bodies Shall Be White In Color. four-plex Receptacles With Gfi Shall Be An Integral Unit Suitable For Mounting In A Standard Outlet Box. gfi Shall Consist Of A Differential Current Transformer, Solid State Sensing Circuitry And A Circuit Interrupter Switch And Shall Be Rated For Operation On A 160 Hz, 120-volt, 20 Ampere Branch Circuit. The Device Shall Have Nominal Sensitivity To Ground Leakage Current Of Five (5) Milliamperes And Shall Function To Interrupt The Current Supply For Any Value Of Ground Leakage Current Above Five (5) Milliamperes On The Load Side Of The Device. The Device Shall Have A Minimum Nominal Tripping Time Of 1/30th Of A Second. receptacles 20, 30 And 50 Ampere, 250 Volt: Shall Be Complete With Appropriate Cord Grip Plug. weatherproof Receptacles shall Consist Of A Duplex Receptacle, Mounted In Box With Gasket, Weatherproof, Cast Metal Cover Plate And Cap Over Each Receptacle Opening. The Cap Shall Be Permanently Attached To The Cover Plate By A Spring Hinged Flap. The Weatherproof Integrity Shall Not Be Affected When Heavy Duty Specification Or Hospital Grade Attachment Plug Caps Are Inserted. Cover Plates On Outlet Boxes Mounted Flush In The Wall Shall Be Gasket To The Wall In A Watertight Manner. wall Plates wall Plates For Switches And Receptacles Shall Be As Specified By The Cor. Oversize Plates Will Not Be Acceptable. wall Plate Color Shall Be White. standard Nema Design, So That Products Of Different Manufacturers Must Be Interchangeable. for Receptacles Or Switches Mounted Adjacent To Each Other, Wall Plates Shall Be Common For Each Group Of Receptacles Or Switches. the Contractor Shall Provide 4-plex Receptacle At Each Equipment Location For Mechanic S Use. marking Pen Labeling use For All Junction And Outlet Boxes Or Portions Of Junction Boxes With Power Wiring, Communication Systems, Pull And Junction Boxes, And Conduit Installed For Future Use. For All Boxes With Power Wiring, Indicate Appropriate Panel And Circuit Number(s) Where Applicable, Etc. Label Inside Covers In Finished Areas And Outside Covers In Unfinished Areas. Labeling Shall Be Completed Using Permanent, Waterproof, Quick Drying Marking Pen. label Tapes label Each Conductor At Origin And Destination Points And At All Junction Boxes Where Two Or More Feeder Or Control Circuits Are Present. Identify With Branch Circuit Or Feeder Number For Power And Lighting Circuits, And With Control Conductors, Number As Indicated On Schematic And Interconnection Diagrams Or Equipment Manufacturer's Drawings For Control Wiring. Using Cloth, Plastic, Split Sleeve Or Tubing Type Wire And Cable Label Markers. dielectric Fittings provide Dielectric Couplings Or Unions Between Ferrous And Non-ferrous Pipe. In Addition, Provide Threaded Dielectric Unions For Pipe Sizes 2 Inches And Under. For 2-1/2 Inches And Above, Provide Copper And Steel Flanges Electrically Isolated At Gasket And By Sleeves At Bolts. Fittings On Cold Water And Soft Water Lines Shall Be Rated For 100 Psi, 80 Degrees F. Fittings On Other Services Shall Be Rated For The Maximum Pressure And Temperature Conditions Of The Service. Where Copper Piping Is Connected To Steel Piping, Provide Dielectric Connections. prefabricated Roof Curbs galvanized Steel Or Extruded Aluminum 12 Inches Overall Height, Continuous Welded Corner Seams, Treated Wood Nailer, 1-1/2 Inch Thick, 3-pound Density Rigid Mineral Fiberboard Insulation With Metal Liner, And Built-in Curved Cantilever Strip. Provide Raised Cantilever Strip (recessed Mounting Flange) To Start At The Upper Surface Of The Insulation. Curbs Shall Be Constructed For Pitched Roof Or Ridge Mounting As Required To Keep Top Of Curb Level. installation Requirements approval For The Contractor To Proceed With Installation Shall Be Contingent Upon The Acceptance Of The Design Submittals And Written Notification To Proceed With Installation From The Cor. the Contractor Shall Be Responsible For The Determination Of, And Compliance With, Federal, State, And Local Code Requirements, Design Data, And Other Factors Necessary To Design And Install The System. the Contractor Shall Verify The Location Of Extant Utilities. Contractor Shall Connect To Designated Utilities In A Manner Conforming To A Nationally Recognized Code And At A Time Satisfactory To Minimize Or Preclude Disruption To Existing Functions Or Clinical Services. the Contractor Shall Be Responsible For Installation, Which Consists Of Assembling, Positioning, And Mounting Of All Equipment And Connections Of All Cables. The Contractor Is Responsible For Furnishing And Pulling All Interconnecting Wiring And Cabling, Including Wiring, And Cabling To Be Pulled Through Conduit And Raceways. It Is The Responsibility Of The Contractor To Supply And Install Junction Boxes; Wall/ceiling Mounts And Support Structures. the Contractor Shall Provide Certified Field Engineers Or Technicians To Conduct All Necessary Tests During Installation. Contractor Shall Provide Copies Of The Certifications Upon Government Request. the Contractor Shall Inform The Co And Cor Of Any Problems As They Occur In Connection With Installation, Or Issues Which Will Affect Optimum Performance Shall Be Reported Prior To The Start Of Installation. Installation Shall Not Proceed Under Such Circumstances Until Authorized By The Co. availability Of Parts And Service the Quoter Shall Guarantee The Contractor Availability Of Servicing And Replacement Parts For A Period Of Ten (10) Years To The Government For The Laundry Equipment Being Procured Under This Rfq. incorporation Of Documents the Following Documents Are Hereby Incorporated By Reference And Made A Part Of This Rfq. the Equipment And Installation Supplies Shall Conform To The Following Standards: air Moving And Conditioning Association, Inc. (amca) Standards, 2009 Edition. american National Standards Institute (ansi), 2021 Edition. Z8.1-2006 Safety Requirements For Commercial Laundry And Dry Cleaning Operations. femp: Federal Energy Management Program (energy Efficient Product Rating). hvac Duct Construction Standards-metal & Flexible. national Electrical Manufacturers Association (nema), 2021 Edition. national Fire Protection Association (nfpa), 2021 Edition. All Nfpa Standards And Codes. National Electrical Code (nec), 2020 Edition. national Standard Plumbing Code, 2021 Edition. occupational Safety And Health Administration (osha) 29 Cfr 1910. sheet Metal And Air Conditioning Contractors National Association (smacna), 2021 Edition. sheet Metal Contractors National Association Inc. Publication, 2019 Edition. underwriters Laboratories Standards, 2022 Edition. city, County, State, Federal, Va And National Environmental, Fire And Safety Regulations/standards.

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Electrical Cables And Wires...+1Electrical and Electronics
Corrigendum : Closing Date Modified
United States
Closing Date15 Apr 2025
Tender AmountRefer Documents 
Details: 556-23-101 Renovate B134-2c Clc July 22, 2024 Construction Statement Of Work Date: July 22, 2024 Project Number: 556-23-101 Project Name: Renovate B134-2c Clc Location: B134 C-wing 2nd Floor Clc Captain James A. Lovell Fhcc 3001 Green Bay Rd, North Chicago, Il 60064 Part 1: Project Scope Of Work Overview: Contractor Shall Provide All Tools, Materials, Labor, Quality Assurance, And Supervision For Renovations Resulting In A Complete, Compliant, And Fully-functional Clc, Including Erection Of Temporary Enclosures Preventing The Release Of Dust Outside Of The Work Area, Selective Demolition, Metal Studs, Gypsum Wall Board, Paint, Ceilings, Flooring, Electrical Power And Light, Modifications To The Fire Protection System, Telecom Cabling, Fire Alarm, And Other Work To Affect A Complete Turn-key Space Supporting Described Clinical Function(s) And Equipment. Finished Square Footage Is Approximately 12,590. The Current Hvac System And All Its Components Installed On The Roof Will Be Tied Into The New Space On The 2nd Floor. Part 2: Period Of Performance: The Following Model Presents The Summary Logic Of The Milestone Sequence Working Backward From The Delivery Date Of The Longest Lead Time In The Critical Path To Determine A Mobilization Date, And Then Forward From The Delivery Date Of The Longest Lead Time To Completion Of All Work. Notes: Durations Shown Are In Calendar Days. Actual Award And Ntp Dates Will Be Revised To Match Their Occurrence. Time Consumed For Resubmission And Review Must Be Made Up By The Gc To Ensure That All Submittals Of This Contract Are Approved Within 60 Days Of Ntp. See Section 01 32 16.15 Project Schedules With Long Lead Items (d/b/b Projects At Fhcc). Part 3: Detailed Project Requirements: Project Objectives: This Project Is Required To Renovate The Described Space As Expediently And Compliantly As Practical. Meet Or Exceed All Code, Technical, And Programmatic Requirements Adopted, Established, Revised, And Or Published By Va Or The Many Organizations Listed In The Several Specifications. Expedite The Delivery Of A Highly Functional, Complete, Compliant, And Safe Workspace For The User Service. List Of Ae Documents To Be Included In This Contract: See: 00 01 10 Table Of Contents And The Entire Project Manual See: 00 01 15 List Of Drawing Sheets And The Entire Volume Of Drawings Pre-bid Conference: Va Shall Schedule Two Pre-bid Conferences Required To Be Attended By Prospective Bidders To Observe Current Conditions Within The Work Area(s). The Ae Shall Not Attend The Pre-bid Events. No Questions Will Be Allowed During The Events. All Questions By All Prospective Contractors Shall Follow The Rfi Process Described In The Solicitation. Prospective Bidders Shall Not Attempt To Contact The Ae Or Va Facilities Engineering Staff During The Solicitation And Bidding Period. The Ae And Va Facilities Engineering Staff Are Instructed To Ignore All Such Inquiries And Report Them To The Va Contracting Officer. All Inquiries Regarding This Project Shall Be Presented As Complete And Coherent Requests For Information (rfi) Specifically Citing Design Or Specification Sections, Pages, Paragraphs, Notes, Details, Etc. To Enable Responses To Rfi S. Follow The Instructions Provided By The Contracting Officer Within The Solicitation Regarding Submission Of Rfi S. Va Will Post Responses Developed To Enable All Prospective Bidders To Receive The Same Information At The Same Time. Project Scheduling And Mobilization On Site: The Contractor Shall Not Mobilize On Site Until All Required Submittals Are Prepared, Transmitted, Reviewed, And Accepted By Va, And The Delivery Dates Of Long Lead Items Have Been Established By The Respective Manufacturers. Significant Time For This Essential Is Included In The Period Of Performance. Critical Components And Other Long Lead Items Shall Require Proof Of Purchase And An Established Delivery Date Delivered To The Contracting Officer And Cor To Complete Va Approval Of The Schedule. Approval To Mobilize Shall Be In Writing By The Contracting Officer In Consultation With The Cor And Facility Safety Manager. Prior To Beginning Work, Post And Maintain At Each Work Area All Current Emergency Contact Information, Va Infection Control Risk Assessment (icra)/permit, Interim Life Safety Measures (ilsm), And Other Information Required By Va And The Gc Project- Specific Safety Plan, At All Entry Points To The Work Area. The Target Mobilization Date Is Determined By First Establishing The Delivery Date Of The Longest Lead Time Material Or System Along The Critical Path, Which In This Project Is Predominantly Hvac Equipment, But Is Likely To Also Consider Shop-fabricated Doors And Frames, And Then Working Back Along The Critical Path Listing All Predecessor Work Activities. The Baseline Period Of Performance Is Certain To Change Between Initial Project Schedule And Acceptance Of The Final Project Schedule. The Contracting Officer, At His Or Her Discretion And Judgement, Will Issue A Contract Modification Revising The Period Of Performance End Date. As There Is No Change To The Quantity Or Quality Of The Work, The Contract Value Shall Not Change. Performance Of The Work: Erect And Maintain A Dust-tight Containment Around The Work Area Which Complies With Applicable Code Associated With Ul-rated Wall Assemblies And Maintenance Of Egress Paths. Containment Shall Enable Access To The Work, Without Obstructing Access To Adjacent Suites Or Rooms. Establish Hepa Air Purification. Review And Follow Specification 01 35 33 Infection Control Requirements As Applicable To This Location And Work. Follow Pra & Icra Plan And Permit Generated And Issued By Va. Remove Only Upon Completion Approval Of The Cor. After Establishing And Gaining Approval Of The Temporary Modular Hard Plastic Dust-tight Construction Dust Control Barrier System, Including Lockable Door. Where This Is The Sole Containment, Include Differential Pressure Monitoring For The Work Area, With Monitor Located Adjacent To The Temporary Entry Door. Where Fire Or Smoke-rated Wall Assemblies Are Planned For Alternation Even If Temporarily, Provide A Dust-tight 1-hour Rated Temporary Construction Wall With Locking Door To Isolate The Area Of Work, Finished With One Coat Of Paint On The Outside Were Indicated. The 1-hour Temporary Wall Shall Include Differential Pressure Monitoring For The Work Area, With Monitor Located Adjacent To The Temporary Entry Door. The 1-hour Temporary Wall And Differential Pressure Monitoring Must Be Complete And Approved Prior To Removal Of The (outer) Temporary Modular Wall Barrier, And Commencement Of Demolition Within The Space. Prior To Removal Of A Temporary Fire Or Smoke-rated Walls, Completely Restore Rated Wall Assemblies Required Of The Work, And Then Re-erect The Temporary Modular Hard Plastic, Dust-tight, Barrier System. In No Case Shall Any Containment Be Removed Unless And Until The Work Area, Including The Inside Of The Ventilation System, Has Been Thoroughly Cleaned And Approved For Progress Toward Activation. Immediately Prior To Turnover, Remove All Air Filters From The Ventilation System Used During Construction, And Supply And Install New Specified Filters. Supply Case Quantities Of Each Filter To Va With The System. Perform Selective Demolition And Construction As Described In The Specifications And Drawings. Special Acceptance Criteria For The Work Shall Include: Hvac System Shall Not Be Acceptable In Whole Or In Part Unless And Until Testing, Adjusting, And Balancing (tab) Is Completed And Accepted In Accordance With The Specifications, Drawings, And The Current Edition Ashrae 170 Ventilation Of Health Care Facilities (and Errata) Requirements Specific To The Room/suite Type And Purpose. Va Reserves The Right To Conduct, Or Have Conducted, Verification Testing, And Deduct Its Cost From The Contract If Noncompliant Conditions Are Found. The Contractor Shall Provide Eia/tia Testing And Certification Of All New Cat 6a Communications Cable. Restore All Finishes Damaged During The Work Match Existing. Thoroughly Clean All Surfaces Using Hepa-filtered Vacuum Cleaner And Anti-bacterial Wipes. Part 4: Meetings, Submittals, And Deliverables: Kick-off Meeting And Documentation The Contractor S Project Manager And Field Supervisor Shall Attend A Preconstruction Safety And Coordination Meeting To Discuss Project Details. Kick-off Meeting Documentation: Prepare And Submit For Review And Acceptance A Draft Critical Path Method (cpm) Baseline Schedule Reflecting Each Phase And Activity Of The Work Beginning With Mobilization, Including Each Critical Activity, And Each Essential Task Required To Optimally Meet The Objectives Of The Project. The Baseline Schedule Must Also Include All Activities To Be Performed By Va, Including Maintenance Shops Support, Safety And Infection Control, The Ae, The Commissioning Agent, Etc. It Is Expected That This Timeline Will List All Activities Of The Work Leading Up To The Delivery Of Long Lead Items, The Target Dates Of Long Lead Items, Installation Of Long Lead Items, And Each Work Activity That Follows Until All Work Is Complete, Compliant, And Ready For Acceptance. The Durations Of Each Phase Will Change Once The Gc Completes All Procurement Activities And Submit For Review And Approval The Final Baseline Schedule. To Enable Objective Assessment Of Costs And Progress, The Baseline Schedule Shall Be Cost-loaded At Each Work Activity (essentially Division 02 On), Ensuring That The Total Cost Of Each Phase And Division Of Work Match The Corresponding Schedule Of Values, And The Total Of The Construction Contract At Award. Develop The Cpm Schedule In Sufficient Detail To Enable Readers To Understand All Planned Activities, Their Predecessors, And Successors, Who Is Performing The Work, Durations, And Costs. Activity Durations Shall Not Exceed Two Calendar Weeks. Indicate Resource Sdvosb Status. The Project Manual Index Of Specifications Is A Useful Guide For Starting The Cpm Schedule And Schedule Of Values In Sufficient Detail. For Example: Simply Listing Hvac Is Unacceptable For Projects Including More Than Basic Work In This Category. The Inclusion Of Specifications For An Ahu, Controls, Ductwork, Demolition Of Each, Testing And Balancing, Etc. Also Prompt Their Inclusion As Categories Of Activities And Tasks In The Schedule. In Fact, For Larger Work Categories, Breaking Down The Cost By System/material And Installation And Testing Enables Partial Payment For Higher Cost Items Upon Delivery Into The Facility Work Area. Preparation And Processing Of Submittals Are Gc Procurement (administrative) Activities And Not Work Activities Contributing To The Compensable Work In The Field. Should The Contractor Elect To Include Submittal Planning In Their Internal Use Schedule For Their Own Purposes, Do Not Show Those Line Items In The Schedule Submitted To Va For Consideration In The Baseline Schedule. Not Less Than One Item Per Subcontractor At Any Tier. Subcontractors, By Definition, Are Contributing Work In The Field To The Project. Pass-throughs Are Not Acceptable. Include All Expected Utility System Shutdowns, Road Closures, Crane Lifts, And Off- Hours Work In The Cpm Schedule. Do Not Include Costs Associated With Non-work Administrative Activities Inherent In The Listed Work Items. The Government Cannot Pay For What It Has Not Inspected And Accepted As Compliant, Or For Activities Which Add No Value To Va Facilities. Front-loading Proposals, Bids, Schedules Of Values, And Line-item Costs Of Cost-loaded Cpm Schedules With Non-work Items Puts The Contractor, The Government, And The Bonding Company At Otherwise Avoidable Risk Associated With Paying Out More Than The Value Of Work In Place Should The Work Stop Prior To Completion. Administrative And Managerial Activities Associated With Each Work Line Item Are To Be Included In Each Line Item, Along With Prorated Overhead And Profit. The Contractor Shall Prepare And Submit Sf-1413 For Each Subcontractor To The Co, Copying The Cor. List Of All Subcontractors And Suppliers, Including Company Names, Office Address, And Main Point Of Contact Name With Telephone Number, And Sdvosb Status. As Required At 01 35 26 Safety Requirements: Develop And Submit A Project- Specific Construction Safety And Accident Prevention Plan With Project-specific Procedures, Processes, Analysis, And Details, Including But Not Limited To: Access And Use The U.s. Army Corps Of Engineers Em 385-1-1 Safety And Health Requirements And Its Appendix A Minimum Basic Outline For Accident Prevention Plans For Development Of Meaningful, Effective, And Compliant Project Safety Plans. Submission Of Generic, Non-project Specific Safety Plans Will Be Rejected, Resulting In A Contractor-caused Delay In Commencement Of The Work. Project-specific Activity Hazard Analysis (aha), Which Forms The Basis Of The Construction Safety And Accident Prevention Plan Highlighting Identified Risks Such As Isolation Of Stored Energy (lock-out*), Fall Protection, Or Confined Space Access. (*) Note That Tag-out Is Not An Acceptable Form Of Isolation, Therefore It Was Intentional Not To Use The Term Loto. Submit An Electronic Copy Of The Gc And All Subcontractor Competent Persons Osha 30-hour Construction Safety Training Certificates With Project-specific Construction Safety And Accident Prevention Plan. Submit An Electronic Copy Of All Workers Osha 30-hour Construction Safety Training Certificates Or Cards Prior To Allowing Entry To The Site. Assist The Cor In Completing Project-specific Va Infection Control Risk Assessment (icra) And Interim Life Safety Measures (ilsm) Documentation. Public Safety Compliance Requirements: The Following Applies To All Va And Navy Properties, Including Leased Facilities, Regardless Of Building Occupancy Or Current Use And Does Not Differentiate Between Medical Or Administrative Spaces As All Are Occupied By People We Are Collectively Working To Protect From Harm Including Contractor Staff. Contractors Shall Adhere To And Ensure Compliance With Federal Laws, Regulations, And Executive Orders Regarding Screening, Vaccinations, And Or Testing Designed To Protect Contractor Employee And General Public Health And Safety, As Well As All Associated Health Information And Personally Identifiable Information. All Contractor Staff Share A Common Moral Responsibility To Stay Away From The Facility When Feeling Ill. Quality Control Plan And Quality Assurance Plan: 01 40 00 Quality Requirements Is Included In Its Entirety In This Contract. This Specification Is Brief But Very Informative And Enabling To Those Who Approach It As An Opportunity. Submittal Register (aka Submittal Log) Is Described In Quality Assurance Of The Above Specification, And The Project Manual At 01 33 23. Submittal Register Must List Each Submission Listed In Each And Every Specification. Because Each Project Is Different, Do Not Recycle Submittal Logs From Other Projects. (dis)approval Of A Submittal Never Constitutes A Change To The Quantity, Quality, Cost, Or Duration Of A Contract. The General Contractor Is Solely Responsible For Submitting And Delivering Complete And Compliant Work. Defective Work Shall Be Removed And Replaced At The Contractor S Expense. The Government Has The Right And Responsibility To Withhold Funds Equivalent To The Cost For The Government To Complete The Work Should The Contractor Fail To Promptly Act In Executing The Work Or Remedying Defective Work. To Help Prevent (unfortunately) Common Shortcomings And Mistakes With Submittal Preparation And Submission, As Well As Ensure That The Installation Of Systems Is Complete And Compliant, The Gc Shall Provide The Services Of At Least One Licensed Professional Engineer To Pre-review And Certify As Compliant All Submittals And Subsequent Systems Prior To Requests For Va Or Its Ae To Review For Compliance. For Projects Requiring Alteration Or Replacement Of Mechanical Systems, The Gc Consulting Engineer Is Required To Be A Licensed Mechanical Engineer. Similarly, For Projects With Significant Electrical Scope, Retain A Licensed Electrical Engineer. The Consulting Engineer May Be A Firm. Engaging A Verified Sdvosb Firm Is Always Encouraged. The Consulting Engineer (or Firm) Cannot Be The Ae Of-record Or Part Of Their Consulting Team. Upon Issuance Of Notice To Proceed, Gc Shall Immediately Submit To Va For Review And Information The Contact Information And Credentials Of The Contracted Consulting Engineer. Construction Progress Meetings: The Contractor S Project Manager And Field Supervisor Shall Provide On-site Weekly Construction Progress Meetings With The Cor For The Entire Period Of Performance. Include Preparation Of Meeting Agendas, And Subsequent Minutes Of The Meeting For Each Event Not Later Than 1 Day (next Business Day) After Each Meeting. Construction Progress Meeting Agenda S And Minutes Shall Include No Less Than: List Of Invitees/attendees, List Of Past/ongoing And New Issues Or Concerns, Indicate Days Remaining Per The Contract, Detail Any Safety Incidents, And Include Current Updated Copies Of The Rfi Log, The Shop Drawing Log, And A Detailed 3-week Look- Ahead And Utility Shutdown Schedule. Daily Reports: The Contractor Shall Provide A Daily Report Each Day, Along With Accompanying Digital Photos And Other Supporting Documents. The Daily Report Shall Include: List Of Issues Or Concerns, Days Remaining Per The Contract, Detail Regarding Any Safety Incidents, Detail Of Daily Safety Inspections (including Items Checked And Corrective Actions Taken), Notations Regarding Any Visitors To The Work Area. Use Of Va Form 10101 Contractor Production Report (fillable Pdf At Https://www.va.gov/vaforms/va/pdf/va10101.pdf) Is Required Each Day Even On Days With No Contractor Activity, Which Is What To Report On Such Days. Contractor May And Should Provide More Information Than Shown In The Standard Form, But The Standard Form Is Required. The Report Must Be Accompanied By Relevant Time And Date-stamped Photos Of Construction Progress Of Sufficient Quantity And Detail To Enable Viewers To Clearly See The Progress Of All Work To-date, All Issues Discovered (including Those Which Become The Subject Of Rfi S). Email The Va Form 10101 Contractor Production Report And Photos To The Cor Not Later Than 9 Am The Next Working Day. No Photography On Va Premises Is Allowed Without Written Permission Of The Cor. In No Case Shall The Gc Allow Any Team Member To Take Photographs With Patients, Visitors, Or Employees In The Picture. Acceptance And Closeout: Acceptance Criteria For The Work: Schedule Demonstration Of New Equipment And Systems At Least 21 Calendar Days In Advance With The Cor. Provide Factory Startup And Certification Of All Systems. Demonstrate The Operation Of The System. Newly Installed Water Or Medical Gas Piping And Distribution System Components Shall Be Flushed And Disinfected Prior To Being Placed In Service. Include Documenting Completion/certifications. Startup And Testing Of New Systems Or Equipment, Or Moving In Va Purchased Equipment Or Furnishings, Or Their Use, Does Not Constitute Any Form Of Acceptance (or Beneficial Occupancy). The Project Is Planned Around The Complete, Complaint, And Unconditional Fulfillment Of All Requirements Of The Contract Which Enable The Work To Be Complete By Definition. Please Work With Va To Expedite This Process. Closeout Records: Provide One Full-size, And One Half-size Printed Set Of As-built Drawings, As Well As Cd-rom Or Dvd-rom Media Containing A Complete Archive Of All Project Documents And Files, Including But Not Limited To: As-built Record Drawings Of The Installed Condition As Cad And Pdf Files. Approved Shop Drawings. Operations And Maintenance Manuals. Spare Parts Lists. All Photographs. All Daily Reports. All Communications. All Pay Applications. All Communication, Change, And Cost Data. All Safety Records. A Project Warranty For Construction Written By The General Contractor, Projected To Start Upon Final Acceptance By Va (typically Within A Business Week Of Receiving A Complete And Compliant Closeout Package). Where Manufacturer S Warranties Exceed One Year, Provide All Documentation Necessary For Va To Exercise Warranty Rights Beyond The Standard Gc Warranty. Where Specified, Such As With Roofing Systems, Provide The Warranty Written By The Manufacturer To Va For The Term Specified Or Greater (typically 20 Years). Note That Moving Furnishings Or Equipment Into The Space Does Not Constitute Occupancy Or Acceptance, However, Damage To Completed Work During These Activities Shall Be The Responsibility Of Va To Correct. Lien Waivers And Other Documents Required By The Contracting Officer. Part 5: Applicable Performance Standards All Work Shall Comply With All Va And Fhcc Policies Including And Not Limited To: Va Construction Safety And Va Infection Control Policies. Codes, Standards And Executive Orders (topic 1) Found At Http://www.cfm.va.gov/til/cpro.asp 01 32 16.15 Project Schedules With Long Lead Items (d/b/b Projects At Fhcc) 01 35 26 Safety Requirements 01 35 33 Infection Control Requirements 01 40 00 Quality Requirements 01 41 00 Regulatory Requirements 01 42 16 Definitions And Abbreviations Coordinating With Va-retained Commissioning Agent (cxa) And Architect-engineer (ae). Va Intends To Retain The Services Of An Independent Cxa. Ae Field-verification And Documentation Of Compliant Systems Remains An Essential Part Of Construction Period Services. The General Contractor Is Responsible For Communication And Cooperation With The Ae And Cxa And Enabling Compliant Execution Of Contracts. No Action Or Inaction By The Ae, Cxa, Va, Or Other Government Agencies Ever Relieves The Gc From Responsibility To Deliver 100% Of The Project Requirements As Specified And Designed. The General Contractor Shall Have A Competent Supervisory Person On Site At All Times When Any Worker(s) Or Subcontractor(s) Are Present. The General Contractor Is Also Required To Maintain On Site A Competent Site Safety And Health Officer (see 01 35 26 Safety Requirements When Any Worker(s) Or Subcontractor(s) Are Present. The Va Cor May, At His Or Her Discretion, May Allow The Competent Supervisory Person To Also Act At The Ssho, Based On Demonstrated Competency And Performance In The Two Roles. If Demonstrated Lack Of Competency Or Effectiveness In Either Role Is Observed, The Va Cor May Revoke The Privilege. Safety: Prior To Any Activity, Review The Following With All Project And Craft Team Leaders: 01 35 26 Safety Requirements. The Contractor Shall Provide A Proactive And Complaint Construction Safety And Accident Prevention Plan In Accordance With The Occupational Safety And Health Act, 01 35 26 Safety Requirements, And Site-specific Policies: All Persons Working On Any Electrical Systems Rated 50 Volts Or More Shall Have The Minimum Qualification As A State Licensed Master Electrician Or Registered Journeyman Electrician, And All Activities Shall Follow The Safe Work Practices In Compliance With Nfpa 70e Electrical Safety In The Workplace. 01 35 26 Safety Requirements Is Included In Its Entirety In This Contract. Each Contractor-employer Is Required To Be Solely Responsible For The Health And Safety Of Its Employees In Accordance With 29 Cfr 1910, 1926, & 1960 Of The Occupational Safety And Health Act Of 1970, As Amended. Because Each Contractor-employer Is Required To Be Solely Responsible For The Health And Safety Of Its Employees, Part Of A Compliant And Effective Safety Management Program Requires Each Employer To Plan And Implement Their Own Compliant Permit- Required Work Including Written Permits. Do Not Rely On, Or Request That Va Generate Required Permits Such As Hot Work Or Confined Space Documents. Prior To The Beginning Of Any Work, Fire Extinguisher(s) Complying With Nfpa 10 Shall Be Pedestal-mounted In The Work Area. Inspection Of The Work Area Includes Verification That Inspection Tags Are Current. Where Non-compliant, The Contractor May Be Required To Remove And Replace The Unit(s) Before Resuming Work Activity. All Work In Crawl Spaces Shall Be Planned And Carried Out As Osha Permit-required Confined Space. Immediately Stop Work And Notify The Cor If Asbestos Is Noticed Or Suspected In The Area Of Work. Exception: The Above Will Not Necessarily Apply To Areas Where The Documents Call For Abatement Activities. This Item Is Concerned With Unplanned Locations. Fire-seal All Penetrations Made Or Discovered Through Any Wall Or Floor Assembly With Ul Listed Fire-rated Products Or Systems. Infection Control: 01 35 33 Infection Control Requirements Is Included In Its Entirety In This Contract. Its Construct Is Enabling For Each Condition Experienced Through Each Phase Of The Work. The Following Are High-level Requirements Most Often Found Deficient During Inspections Yet Required. Prior To Any Activity, Review The Following With All Project Team Leaders: 01 35 33 Infection Control Requirements. Review And Comply With Containment Construction And Sequence Described In The Design And Specification Documents. Provide A Modular Dust-tight System Designed And Manufactured Specifically To Be Used As A Temporary Construction Isolation Barrier. Before The Start Of Work Provide Pressure Differential Monitoring System At The Entry Door To The Construction Area To Prove That The Construction Area Is Under Negative Pressure. Maintain Daily Logs Of Readings And Submit To The Cor Weekly. Remove At The Completion Of Construction. Walk-off Sticky Mats Are Required At All Times Inside And Outside All Entry / Exit Points To All Workspaces. Sticky Mats Must Be Changed At Least Once Per Shift, Or More As Required By The Construction Or Cor. Size Sticky Mats To Match The Width Of The Door Opening And Ensure That No Less Than 24 Depth Is Provided. Block Off All Hvac Return Ductwork And Louvers To Prevent Introduction Of Dust Into The Hvac System. 1) Where Existing Hvac Ducts Are Being Removed, Immediately, Permanently, And Compliantly Seal Off The Opening. Provide High-efficiency Particulate Air Filtration (hepa) Recirculating Air Equipment Inside The Workspace. Size The Air Filtration System Sufficiently Large Enough To Ensure That Negative Pressure Remains Effective When Doors Are Opened. When Working Above The Ceiling Outside Of The Work Area, Such As In A Corridor, Open Only One Ceiling Tile At A Time, And Provide Dust Containment Tent Or Portable Containment Cube, With Hepa Filtering Negative Air System To Seal The One Opening. Broom-sweep The Work Area At The End Of Each Day (or Shift During Days With Multiple Shifts). Provide Hepa Vacuum And Damp (not Wet) Mop Daily Where Broom Sweeping Creates Airborne Dust. Provide Fire-sealing Of All Existing Wall And Ceiling Openings In Area Of Work Needed To Allow The Hepa Filtration Equipment To Effectively Generate Negative Air Pressure Within The Work Area, With Respect To The Surrounding Area. Provide Hepa-filtered Vacuum Cleaning Of All Surfaces, And Damp Mop The Work Area Every Day. Do Not Allow Corrugated Carboard To Be Stored For Any Period Of Time Within The Hospital. Upon Arrival, Unpack, And Transfer All Products From Cardboard Containers To Sealed Plastic Containers, And Immediately Dispose Of The Cardboard Outside Of The Building. Part 6: Site-specific Requirements Project Number And The Contract Number In The Subject Line Of All Emails And Documents. Example: 556-23-101 Renovate B134-2c Clc , Or Simply 556-23-101 B134-2c And Then Specific Subject Such As Pay App, Rfi, Submittal, Meeting, Etc. Transmissions Deviating From This Focused And Simple Standard May Be Rejected, Or Simply Lost Because Recipients Could Not Readily-acquire Their Subject Or Importance Over The Plethora Of Ambiguous Emails Received Each Day. Comply With All Site-specific Requirements And Sops Including And Not Limited To: Key Policy, Badging Policy, Rules Of Behavior, And Smoking Policy. Normal Construction Work Hours Are 7:00 Am To 3:30 Pm Monday Through Friday. Normal Work Hours Can Be Modified Only By Written Approval Of The Cor, And At No Additional Cost To Va. No Work By The Contractor On Federal Holidays, And No Work On The Weekend When The Federal Holiday Is On The Respective Monday Or Friday. No Work In Stairs, Corridors, Lobbies, Or Other Interior / Exterior Public Areas Shall Be Performed During The Above-designated Work Hours. Any Work Including And Not Limited To Noise, Vibration, Dust, Odors, Core Drilling, Hammer- Drilling, Saw Cutting, Equipment Moving In Public Corridors, Soil Compaction Shall Be Performed During The Above-designated Work Hours Only. Crane Lifts, Or Any Work That Closes Drive Isles, Closes Building Entries, Or Closes Public Corridors Shall Be During Low Patient Times And Performed Between Saturday 6 Pm Through Midnight Concluding By 6 Pm On The Following Sunday. All Building Systems Shall Be Maintained In Full Operation At All Times: Request Utility System Shutdowns In Writing Not Less Than 21 Calendar Days In Advance And Scheduled With The Cor At Times Least Impacting Patient Care. Shutdown Work Shall Be During Low Patient Times And Performed Between Saturday 6 Pm Through Midnight Concluding By 6 Pm On The Following Sunday. Wherever Demolition Is Planned, Ceiling Tiles Are To Be Removed, Or The Sprinkler System Is To Be Disabled, Gc Shall First Provide Uniform Heat Detection Throughout The Work Area, Connected To The Existing Supervised Building Master Fire Alarm System, For The Duration Of The Work. Fire And Or Smoke Detection Devices Shall Be Provided Prior To Turnover And Acceptance. Deliveries, Parking, Elevators: Deliveries At The Dock: At Time Of Delivery: Provide Vehicle Information To The Va Police And Remove The Vehicle As Soon As Delivery Is Complete. Move Materials In Public Corridors During Low Patient Times Between 6 Pm Through 6 Am The Following Day. No Parking In The Va Garages. As Part Of The Mobilization Plan Submission, Indicate Where Workers Are To Park. Contractor Shall Use Freight Elevators. Do Not Move Materials And Employees In Passenger Elevators Without Written Approval Of The Cor, And Never Within Elevators Occupied By Staff Or Patients. The Mobilization Plan Submission Shall Indicate If And Where A Construction Dumpster Is Intended To Be Placed. The Contractor Shall Provide A Construction Dumpster With A Locked Safety Fence Surrounding It, At A Location Submitted To And Approved By The Cor. Pavement, Concrete Surfaces, And Landscaping Shall Be Protected From Damage Resulting From Delivery And Retrieval, Loading And Unloading, And Dumpster Weight. Construction Waste Diversion Reports Are Required For Every Dumpster Removed From Every Construction Site At Every Va Facility. Provide These Reports To Va Cor Immediately After The Waste Hauler Removes Each Dumpster To Comply With Va Gems Policy. No Trash, Used Packaging, Or Construction Spoils Shall Be Stored In The Work Area. Never Use Dumpsters Other Than Those Rented For This Work. Severe Penalties, Including Potential Criminal Charges May Be Levied For Use Of Government-rented Or Owned Containers, Or Those Of Other Contractors. Trash Removal From The Work Area Shall Be Within Gondolas Which Have Sealed Covers (completely Enclosed), And During Non-business Hours, Via The Freight Elevators. No On-site Office Or Storage Container Shall Be Allowed. Provide Just-in-time Delivery And Pickup. Coordinate With The Cor For Staging Within The Area Of Work. No Music Radios Within Work Areas. No Noise Generated Within The Work Area Can Be Allowed To Leave It. The Use Of Powder-actuated Fasteners Is Forbidden. Performing Demolition Using Motorized Equipment, Whether Tracked Or Wheeled, Pushed Or Driven, Is Forbidden. Two-way Communications Radios Are Allowed Where Transmit/receive Frequencies Will Not Disrupt Any Hospital System. Before Starting Work The Contractor Shall Give 21 Days Notice To The Cor So That Security Arrangements Can Be Provided For The Employees. This Notice Is Separate From Any Notices Required For Utility Shutdown Described Elsewhere In This Section. Va Reserves The Right To Close Or Shut Down The Project Site And Or Require Contractor Employees To Leave The Premises In The Event Of A Civil Emergency Or Operational Requirement. The Contractor May Return To The Site Only With The Written Approval Of The Cor. Compatible System Procurements Shall Include The Following: Locks And Keys: Temporary And Permanent Door Hardware Shall Be Compatible With Bestâ® 7-pin, G-keyway, Interchangeable Core. Prior To Commencement Of Work, The Contractor Shall Provide Va With Blank Cores; Quantity Matching The Number Of Openings Planned. Va Shall Then Provide Construction Coring, And A Key For Same To The General Contractor, Who Will Sign Acknowledgement And Receipt And Responsibility For The Key Until Returned To The Va Cor. Final Pinout And Keying Is Provided By Va. Exit Signs: All Exit Signs Shall Be City Of Chicago Approved Specification Red Letters On White Edge-lit Led Fixtures Continuously Illuminated 90 Mins. After Loss Of Power, Push-to- Test Switch And Led Pilot Light On The Housing, Available As Single Or Double-sided Models, And Meeting Ul924. Building Automation: Components, Programming And Start Up: Native Bacnet Communications Protocol For Building Automation And Control (bac) Connected To The Existing Johnson Controls Head End Equipment. 27 15 00 Communications Cabling (and Other Specifications Which Include Telecom Cabling): All New Telecom Cabling Shall Be Cat 6a Vs. 5e. Cat 6a Telecom Cable, Termination Punch-down T-568-(b.1, B.2, C.2, Etc.), Tested And Certified (submit Result To Cor), 6-port Modular Wall Jacks With Two Rj45 On Top And Bottom And Two Blanks In Middle. While Va Facilities Generally Do Not Include Plenum Return Spaces Above Ceilings, It Nonetheless Requires Plenum-rated Teledata Cabling Complying With Codes Pertaining To Plenum Environments. Sole Source Procurement, The Contractor Shall Provide Fully Functional Complete Systems, Including The Following Sole Source Procurements For The Following Special Systems: Fire Alarm: Components, Programming And Start Up Within The West Campus Is By Johnson Controls/simplex. Building Automation: Components, Programming And Start Up: Automated Logic Company Of Chicago. Proximity Card Reader And Door Lock Release Entry System: Components, Programming And Start Up: Enorman Patient Lift Systems And Components: Guldmann

Vancouver Island Health Authority Tender

Civil And Construction...+1Others
Canada
Closing Date21 May 2025
Tender AmountRefer Documents 
Tender Id: RFPQ-Architectural | Rfpq-architectural Services - Standing Opportunity

CITY OF CARCAR, CEBU Tender

Textile, Apparel and Footwear
Corrigendum : Tender Amount Updated
Philippines
Closing Date27 May 2025
Tender AmountPHP 1.9 Million (USD 35.8 K)
Details: Description Item No. Item Description Qty. Unit Unit Price Total Price City Planning And Development Office (cpdo) 1 Jumbo Roll Tissue (12 Rolls/box), 2ply, White, Soft, Good Quality 1 Box 2 Alcohol (70% Solution) 3.7 Liters With Moisturizer, Hypoallergenic, Ethyl 2 Gallon 3 Fabric Conditioner (sunrise Fresh), 660ml 2 Bottle 4 Glass Cleaner 500ml 1 Bottle 5 Multi - Purpose Cleaner, 1liter, 1 Bottle 6 Garbage Bag Xxl, Black 10's/roll 2 Roll 7 Tornado Mop, Medium 1 Set 8 Dishwashing Liquid 500ml, Kalamansi 4 Bottle 9 Air Freshener/spray - 320ml Fresh Lemon 4 Bottle 10 Disinfectant Spray, 510ml, Scent: Crisp Linen, 1 Bottle 11 Disinfectant Spray, 510ml, Scent: Early Morning Breeze 1 Bottle 12 Multi-insect Killer Aerosol Spray 600ml, (water Based) 2 Bottle 13 Furniture Polish With Cleansing Conditioner 330ml, Lemon Scent 1 Bottle 14 Battery (aa), 4pcs/pack 2 Pack 15 Battery (aaa), 4pcs/pack 2 Pack 16 Disposable Face Mask, 3layer, Blue, 50pcs/box 2 Box 17 Stainless Steel Cleaner & Polish, 21oz/600grams, Line Scent 1 Bottle Subtotal City Civil Registrar Office 1 Bathroom Tissue 2ply (12 Rolls/packs), Soft, White, Good Quality 13 Pack 2 Alcohol (70% Solution) 500ml, With Moisturizer, Hypoallergenic 6 Bottle 3 Fabric Conditioner (sunrise Fresh), 660ml 2 Bottle 4 Detergent Powder (6pcs/bundle) 70grms 4 Bundle 5 Baguio Soft Broom Original Good Quality, Medium 5 Pc 6 Scrub Sponge/foam, Heavy Duty, 4 Pc 7 Dishwashing Paste With Sponge (anti-bacterial), 200g, Kalamansi 17 Pc 8 Air Freshener Hanging Gel, 180g, Scent: Lemon 3 Can 9 Air Freshener/spray - 320ml Morning Freshness 12 Bottle 10 Disinfectant Spray, 510ml, Scent: Early Morning Breeze 5 Bottle 11 Battery (aa), 4pcs/pack 1 Pack 12 Shoelace Medium (white) 99 Pc Subtotal Budget Office 1 Bathroom Tissue 2ply (12 Rolls/packs), Soft, White, Good Quality 8 Pack 2 Alcohol (70% Solution) 500ml, With Moisturizer, Hypoallergenic, Ethyl 25 Bottle 3 Fabric Conditioner (sunrise Fresh), 660ml 2 Bottle 4 Glass Cleaner 500ml 3 Bottle 5 Glass Wiper With Rubber , Squeegee Sponge, Extendable 1 Pc 6 Garbage Bag (large) 10's/roll 4 Roll 7 Feather Duster, Cotton 2 Pc 8 Rag (round) Medium, Cloth, Good Quality 35 Pc 9 Antibacterial Liquid Hand Soap, 750ml 3 Bottle 10 Dust Pan (heavy Duty) Big, Plastic, Good Quality 1 Pc 11 Dishwashing Liquid 500ml, Kalamansi 3 Bottle 12 Air Freshener/spray - 320ml Morning Freshness 8 Bottle 13 Furniture Polish With Cleansing Conditioner 330ml, Lemon Scent 1 Bottle Subtotal City Health Office (cho) 1 Bathroom Tissue 2ply (12 Rolls/packs), Soft, White, Good Quality 150 Pack 2 Alcohol (70% Solution) 3.7 Liters With Moisturizer, Hypoallergenic 100 Bottle 3 Fabric Conditioner (sunrise Fresh), 40ml, 6pcs/bundle 250 Bundle 4 Glass Cleaner 500ml 15 Bottle 5 Multi - Purpose Cleaner, 1liter, 30 Bottle 6 Toilet Bowl Cleaner, 1liter 25 Bottle 7 Toilet Bowl Brush With Holder, Heavy Duty 10 Set 8 Muriatic Acid (ready Mix), 460ml 20 Bottle 9 Toilet Deodorizer 100grams 25 Pc 10 Garbage Bag (medium), Black 25's/roll 250 Roll 11 Garbage Bag (large) Black 10's/roll 250 Roll 12 Garbage Bag (large) Yellow 10's/roll 150 Roll 13 Rag (round) Medium, Cloth, Good Quality 200 Pc 14 Rug, Cloth, Rectangle Shape, Medium Size 40 Pc 15 Antibacterial Bath Soap 180g 35 Pc 16 Antibacterial Liquid Hand Soap, 750ml 15 Bottle 17 Liquid Hand Soap With Antibac, 1 Gallon 10 Gallon 18 Detergent Powder (6pcs/bundle) 70grms 400 Bundle 19 Broom (lanut - Brown) Medium, Heavy Duty, Good Quality 30 Pc 20 Broomstick With Long Handle, Thick, Good Quality 20 Pc 21 Dust Pan (heavy Duty) Big, Plastic, Good Quality 5 Pc 22 Dust Pan (heavy Duty) Big, G.i. , Good Quality 5 Pc 23 Tornado Mop, Medium 5 Set 24 Dishwashing Liquid 250ml, Lemon 150 Bottle 25 Air Freshener Hanging Gel, 180g, Scent: Lemon 40 Can 26 Disinfectant Spray, 510ml, Scent: Crisp Linen, 50 Bottle 27 Battery (aa), 4pcs/pack 100 Pack 28 Battery (aaa), 4pcs/pack 100 Pack 29 Rubberized Gloves, Medium, Good Quality, Non-disposable 5 Pair 30 Chlorine, Liquid, 1gallon 70% 15 Gallon 31 Chlorine, Granules, Powder, 70%,1kilo.pack 100 Pack Subtotal City Agriculture Office (cao) 1 Garbage Bag (medium), Black 25's/roll 5 Roll 2 Garbage Bag (large) Black 10's/roll 5 Roll 3 Garbage Bag Xxl, Black 10's/roll 5 Roll 4 Rag (round) Medium, Cloth, Good Quality 20 Pc 5 Rug, Cloth, Rectangle Shape, Medium Size 5 Pc 6 Dishwashing Paste With Sponge (anti-bacterial), 200g, Lemon 3 Pc 7 Air Freshener/spray - 320ml Fresh Lemon 2 Bottle 8 Sando Bag, Large (100pcs/pack) 3 Pack 9 Plastic Twine, Straw, (black) 1kl/roll 1 Roll Subtotal City Engineering Office 1 Bathroom Tissue 2ply (12 Rolls/packs), Soft, White, Good Quality 55 Pack 2 Paper/kitchen Towel (2ply) Twin Pack, 120 Pulls 6 Pack 3 Alcohol (70% Solution) 500ml, With Moisturizer, Hypoallergenic 45 Bottle 4 Fabric Conditioner (sunrise Fresh), 660ml 16 Bottle 5 Glass Cleaner 500ml 5 Bottle 6 Glass Wiper With Rubber , Squeegee Sponge, Extendable 1 Pc 7 Garbage Bag (small) Black 25's/roll 5 Roll 8 Garbage Bag Xl, Black 10's/roll 30 Roll 9 Feather Duster, Cotton 2 Pc 10 Rag (round) Medium, Cloth, Good Quality 37 Pc 11 Antibacterial Liquid Hand Soap, 750ml 10 Bottle 12 Detergent Powder (6pcs/bundle) 70grms 10 Bundle 13 Baguio Soft Broom Original Good Quality, Medium 2 Pc 14 Broom (lanut - Brown) Medium, Heavy Duty, Good Quality 4 Pc 15 Dust Pan (heavy Duty) Big, Plastic, Good Quality 1 Pc 16 Tornado Mop, Medium 1 Set 17 Mop Head, Heavy Duty, Cotton, Medium 1 Pc 18 Floor Mop, Replaceable Head, Medium 1 Set 19 Scrub Sponge/foam, Heavy Duty, 13 Pc 20 Dishwashing Paste With Sponge (anti-bacterial), 200g, Kalamansi 15 Pc 21 Dishwashing Paste With Sponge (anti-bacterial), 200g, Lemon 10 Pc 22 Dishwashing Liquid 500ml, Kalamansi 5 Bottle 23 Dishwashing Liquid 500ml, Lemon 6 Bottle 24 Air Freshener Hanging Gel, 180g, Scent: Lemon 5 Can 25 Air Freshener/spray - 320ml Morning Freshness 10 Bottle 26 Air Freshener/spray - 320ml Ocean Escape 15 Bottle 27 Disinfectant Spray, 510ml, Scent: Early Morning Breeze 3 Bottle 28 Multi-insect Killer Aerosol Spray 600ml, (water Based) 2 Bottle 29 Furniture Polish With Cleansing Conditioner 330ml, Lemon Scent 2 Bottle 30 Chamoise Cloth, Small 2 Pc 31 Trash Can (small) (12inch Height, 8inch Wide) 2 Pc 32 Battery (aa), 4pcs/pack 4 Pack 33 Battery (aaa), 4pcs/pack 5 Pack 34 12" (320mm) Distance Measuring Wheel, Digital Lcd 1 Pc Subtotal Legal Office 1 Bathroom Tissue 2ply (12 Rolls/packs), Soft, White, Good Quality 8 Pack 2 Alcohol (70% Solution) 500ml, With Moisturizer, Hypoallergenic 8 Bottle 3 Fabric Conditioner (sunrise Fresh), 40ml, 6pcs/bundle 4 Bundle 4 Glass Cleaner 500ml 3 Bottle 5 Glass Wiper With Rubber , Squeegee Sponge, Extendable 1 Pc 6 Rag (round) Medium, Cloth, Good Quality 10 Pc 7 Antibacterial Liquid Hand Soap, 750ml 2 Bottle 8 Detergent Powder (6pcs/bundle) 70grms 4 Bundle 9 Broom (lanut - Brown) Medium, Heavy Duty, Good Quality 4 Pc 10 Tornado Mop, Medium 2 Set 11 Dishwashing Liquid 500ml, Kalamansi 3 Bottle 12 Disinfectant Spray, 510ml, Scent: Early Morning Breeze 2 Bottle Subtotal General Services Office(gso) 1 Jumbo Roll Tissue (12 Rolls/box), 2ply, White, Soft, Good Quality 110 Box 2 Alcohol (70% Solution) 3.7 Liters With Moisturizer, Hypoallergenic 25 Gallon 3 Fabric Conditioner (sunrise Fresh), 660ml 150 Bottle 4 Glass Cleaner 500ml 30 Bottle 5 Toilet Bowl Cleaner, 1liter 50 Bottle 6 Toilet Bowl Brush With Holder, Heavy Duty 29 Set 7 Muriatic Acid (pure), 1liter 40 Bottle 8 Toilet Deodorizer 100grams 500 Pc 9 Garbage Bag (small) Black 25's/roll 200 Roll 10 Garbage Bag (medium), Black 25's/roll 250 Roll 11 Garbage Bag (large) Black 10's/roll 275 Roll 12 Garbage Bag Xl, Black 10's/roll 150 Roll 13 Garbage Bag Xxl, Black 10's/roll 100 Roll 14 Rag (round) Medium, Cloth, Good Quality 1000 Pc 15 Rug, Cloth, Rectangle Shape, Medium Size 50 Pc 16 Liquid Hand Soap With Antibac, 1 Gallon 25 Gallon 17 Detergent Powder (6pcs/bundle) 70grms 250 Bundle 18 Broomstick With Long Handle, Thick, Good Quality 25 Pc 19 Dust Mop With Handle (60r), Heavy Duty, Aluminum Handle, Big 25 Pc 20 Tornado Mop, Medium 25 Set 21 Scrub Sponge/foam, Heavy Duty, 10 Pc 22 Dishwashing Paste With Sponge (anti-bacterial), 200g, Kalamansi 15 Pc 23 Air Freshener/spray - 320ml Morning Freshness 150 Bottle 24 Disinfectant Spray, 510ml, Scent: Early Morning Breeze 50 Bottle 25 Multi-insect Killer Aerosol Spray 600ml, (water Based) 10 Bottle 26 Furniture Polish With Cleansing Conditioner 330ml, Lemon Scent 3 Bottle 27 Liquid Floor Wax, 1000ml, Natural, White 50 Bottle 28 Trash Can ( Medium) (29inch Height, 16inch Wide) 10 Pc 29 Sando Bag, Large (100pcs/pack) 7 Pack 30 Disposable Gloves, Medium, Powder Free, Latex Free, 100pc/box 25 Box 31 Cotton Rubber Palm Gloves, Medium, Good Quality 40 Pair 32 Chlorine, Liquid, 1gallon 70% 65 Gallon 33 Nylon #300 15 Kilo Subtotal City Cooperative Office (cco) 1 Bathroom Tissue 2ply (12 Rolls/packs), Soft, White, Good Quality 20 Pack 2 Paper/kitchen Towel (2ply) Twin Pack, 120 Pulls 19 Pack 3 Alcohol (70% Solution) 250ml With Moisturizer, Hypoallergenic, Ethyl 15 Bottle 4 Fabric Conditioner (sunrise Fresh), 40ml, 6pcs/bundle 4 Bundle 5 Glass Cleaner 500ml 3 Bottle 6 Multi - Purpose Cleaner, 1liter, 2 Bottle 7 Garbage Bag (small) Black 25's/roll 6 Roll 8 Garbage Bag (medium), Black 25's/roll 6 Roll 9 Garbage Bag (large) Black 10's/roll 10 Roll 10 Rag (round) Medium, Cloth, Good Quality 110 Pc 11 Antibacterial Liquid Hand Soap, 750ml 6 Bottle 12 Detergent Powder (6pcs/bundle) 70grms 5 Bundle 13 Broom (lanut - Brown) Medium, Heavy Duty, Good Quality 1 Pc 14 Dust Mop With Handle (60r), Heavy Duty, Aluminum Handle, Big 1 Pc 15 Scrub Sponge/foam, Heavy Duty, 6 Pc 16 Dishwashing Paste With Sponge (anti-bacterial), 200g, Kalamansi 7 Pc 17 Dishwashing Liquid 500ml, Kalamansi 5 Bottle 18 Air Freshener Hanging Gel, 180g, Scent: Lemon 6 Can 19 Air Freshener/spray - 320ml Fresh Lemon 6 Bottle 20 Disinfectant Spray, 510ml, Scent: Early Morning Breeze 1 Bottle 21 Hand Sanitizer Gel 50ml 10 Bottle 22 Multi-insect Killer Aerosol Spray 600ml, (water Based) 1 Bottle 23 Furniture Polish With Cleansing Conditioner 330ml, Lemon Scent 2 Bottle 24 Battery (aa), 4pcs/pack 5 Pack Subtotal City Environment And Natural Resources Office (cenro) 1 Bathroom Tissue 2ply (12 Rolls/packs), Soft, White, Good Quality 6 Pack 2 Alcohol (70% Solution) 3.7 Liters With Moisturizer, Hypoallergenic 2 Gallon 3 Fabric Conditioner (sunrise Fresh), 660ml 2 Bottle 4 Garbage Bag (large) Black 10's/roll 90 Roll 5 Garbage Bag Xl, Black 10's/roll 160 Roll 6 Garbage Bag Xxl, Black 10's/roll 200 Roll 7 Detergent Powder (6pcs/bundle) 70grms 2 Bundle 8 Broomstick With Long Handle, Thick, Good Quality 10 Pc 9 Dishwashing Liquid 500ml, Lemon 4 Bottle 10 Air Freshener Hanging Gel, 180g, Scent: Lemon 2 Can 11 Air Freshener/spray - 320ml Fresh Lemon 3 Bottle 12 Disposable Face Mask, 3layer, Blue, 50pcs/box 2 Box Subtotal City Architect Office 1 Bathroom Tissue 2ply (12 Rolls/packs), Soft, White, Good Quality 3 Pack 2 Alcohol (70% Solution) 500ml, With Moisturizer, Hypoallergenic, Ethyl 3 Bottle 3 Glass Cleaner 500ml 2 Bottle 4 Garbage Bag (medium), Black 25's/roll 4 Roll 5 Feather Duster, Cotton 1 Pc 6 Rug, Cloth, Rectangle Shape, Medium Size 4 Pc 7 Baguio Soft Broom Original Good Quality, Medium 1 Pc 8 Plastic Soft Broom With Adjustable Handle, Good Quality 1 Pc 9 Dishwashing Liquid 500ml, Kalamansi 3 Bottle 10 Air Freshener Hanging Gel, 180g, Scent: Lavender 2 Can 11 Disinfectant Spray, 510ml, Scent: Fresh Blossom 1 Bottle 12 Furniture Polish With Cleansing Conditioner 330ml, Lemon Scent 1 Bottle Subtotal Pop Com 1 Bathroom Tissue 2ply (12 Rolls/packs), Soft, White, Good Quality 5 Pack 2 Alcohol (70% Solution) 500ml, With Moisturizer, Hypoallergenic, Ethyl 4 Bottle 3 Multi - Purpose Cleaner, 1liter, 1 Bottle 4 Garbage Bag (medium), Black 25's/roll 3 Roll 5 Rag (round) Medium, Cloth, Good Quality 20 Pc 6 Antibacterial Liquid Hand Soap, 750ml 1 Bottle 7 Air Freshener Hanging Gel, 180g, Scent: Lemon 1 Can 8 Air Freshener/spray - 320ml Ocean Escape 3 Bottle 9 Hand Sanitizer Gel 50ml 2 Bottle 10 Furniture Polish With Cleansing Conditioner 330ml, Lemon Scent 2 Bottle Subtotal City Disaster Risk Reduction And Management Office (cdrrmo) 1 Fabric Conditioner (sunrise Fresh), 660ml 12 Bottle 2 Glass Cleaner 500ml 5 Bottle 3 Glass Wiper With Rubber , Squeegee Sponge, Extendable 6 Pc 4 Toilet Bowl Cleaner, 1liter 6 Bottle 5 Toilet Bowl Brush With Holder, Heavy Duty 2 Set 6 Muriatic Acid (ready Mix), 1liter 3 Bottle 7 Garbage Bag (small) Black 25's/roll 24 Roll 8 Garbage Bag (medium), Black 25's/roll 24 Roll 9 Garbage Bag (large) Black 10's/roll 24 Roll 10 Garbage Bag Xxl, Black 10's/roll 24 Roll 11 Rag (round) Medium, Cloth, Good Quality 50 Pc 12 Rug, Cloth, Rectangle Shape, Medium Size 12 Pc 13 Antibacterial Liquid Hand Soap, 750ml 6 Bottle 14 Detergent Powder (6pcs/bundle) 70grms 24 Bundle 15 Plastic Soft Broom With Adjustable Handle, Good Quality 5 Pc 16 Dust Pan (heavy Duty) Big, Plastic, Good Quality 3 Pc 17 Tornado Mop, Medium 2 Set 18 Scrub Sponge/foam, Heavy Duty, 6 Pc 19 Sponge Cloth, 2pcs/pack 6 Pack 20 Dishwashing Paste With Sponge (anti-bacterial), 200g, Lemon 24 Pc 21 Air Freshener Hanging Gel, 180g, Scent: Lavender 18 Can 22 Air Freshener Hanging Gel, 180g, Scent: Lemon 18 Can 23 Air Freshener/spray - 320ml Fresh Lemon 5 Bottle 24 Disinfectant Spray, 510ml, Scent: Fresh Blossom 6 Bottle 25 Disinfectant Spray, 510ml, Scent: Early Morning Breeze 6 Bottle 26 Multi-insect Killer Aerosol Spray 600ml, (water Based) 2 Bottle 27 Chamoise Cloth, Small 6 Pc Subtotal Clean & Green 1 Garbage Bag (large) Black 10's/roll 100 Roll 2 Garbage Bag Xl, Black 10's/roll 150 Roll 3 Garbage Bag Xxl, Black 10's/roll 100 Roll 4 Broomstick With Long Handle, Thick, Good Quality 25 Pc 5 Dust Pan (heavy Duty) Big, G.i. , Good Quality 5 Pc 6 Hedge Shear, Heavy Duty 5 Pc 7 Pruning Shear, Heavy Duty 5 Pc 8 Nylon #300 3 Kilo 9 Trash Cart, 400kg Capacity, Hard Plastic Platform, Foldable Handle, Heavy Duty 20 Unit 10 Raincoat, Heavy Duty (whole Coat) 10 Pc 11 Cotton Rubber Palm Gloves, Large, Good Quality 24 Pair Subtotal Human Resource Management Office (hrmo) 1 Bathroom Tissue 2ply (12 Rolls/packs), Soft, White, Good Quality 20 Packs 2 Alcohol (70% Solution) 500ml, With Moisturizer, Hypoallergenic, Ethyl 20 Bottle 3 Fabric Conditioner (sunrise Fresh), 660ml 2 Bottle 4 Glass Cleaner 500ml 2 Bottle 5 Multi - Purpose Cleaner, 1liter, 1 Bottle 6 Garbage Bag (medium), Black 25's/roll 15 Roll 7 Garbage Bag (large) Black 10's/roll 9 Roll 8 Rag (round) Medium, Cloth, Good Quality 11 Pc 9 Antibacterial Liquid Hand Soap, 750ml 3 Bottle 10 Detergent Powder 1klg 1 Pack 11 Broom (lanut - Brown) Medium, Heavy Duty, Good Quality 2 Pc 12 Mop Head, Heavy Duty, Cotton, Medium 1 Pc 13 Scrub Sponge/foam, Heavy Duty, 5 Pc 14 Dishwashing Liquid 500ml, Lemon 10 Bottle 15 Air Freshener Hanging Gel, 180g, Scent: Lavender 2 Can 16 Air Freshener Hanging Gel, 180g, Scent: Lemon 1 Can 17 Air Freshener/spray - 320ml Fresh Lemon 1 Bottle 18 Air Freshener/spray - 320ml Morning Freshness 1 Bottle 19 Disinfectant Spray, 510ml, Scent: Fresh Blossom 2 Pc 20 Multi-insect Killer Aerosol Spray 600ml, (water Based) 1 Bottle 21 Furniture Polish With Cleansing Conditioner 330ml, Lemon Scent 4 Bottle Subtotal Public Employment Service Office (peso) 1 Tissue Paper 2 Ply Soft (individual Wrap), White, Good Quality 45 Pc/roll 2 Alcohol (70% Solution) 500ml, With Moisturizer, Hypoallergenic, Ethyl 5 Bottle 3 Fabric Conditioner (sunrise Fresh), 660ml 3 Bottle 4 Glass Cleaner 500ml 1 Bottle 5 Muriatic Acid (pure), 1liter 1 Bottle 6 Garbage Bag Xxl, Black 10's/roll 3 Roll 7 Rug, Cloth, Rectangle Shape, Medium Size 2 Pc 8 Broom (lanut - Brown) Medium, Heavy Duty, Good Quality 1 Pc 9 Dishwashing Paste With Sponge (anti-bacterial), 200g, Lemon 2 Pc 10 Air Freshener/spray - 320ml Fresh Lemon 2 Bottle 11 Disinfectant Spray, 510ml, Scent: Fresh Blossom 2 Bottle Subtotal Tourism Office 1 Jumbo Roll Tissue (12 Rolls/box), 2ply, White, Soft, Good Quality 3 Box 2 Alcohol (70% Solution) 3.7 Liters With Moisturizer, Hypoallergenic, Ethyl 3 Gallon 3 Fabric Conditioner (sunrise Fresh), 660ml 9 Bottle 4 Multi - Purpose Cleaner, 1liter, 6 Bottle 5 Glass Wiper With Rubber , Squeegee Sponge, Extendable 2 Pc 6 Toilet Bowl Cleaner, 1liter 10 Bottle 7 Toilet Bowl Brush With Holder, Heavy Duty 8 Set 8 Muriatic Acid (pure), 1liter 5 Bottle 9 Toilet Deodorizer 100grams 20 Pc 10 Garbage Bag (small) Black 25's/roll 50 Roll 11 Garbage Bag (medium), Black 25's/roll 5 Roll 12 Feather Duster, Cotton 3 Pc 13 Rag (round) Medium, Cloth, Good Quality 200 Pc 14 Rug, Cloth, Rectangle Shape, Medium Size 5 Pc 15 Antibacterial Bath Soap 180g 5 Pc 16 Liquid Hand Soap With Antibac, 1 Gallon 3 Gallon 17 Detergent Powder (6pcs/bundle) 70grms 100 Bundle 18 Broom (lanut - Brown) Medium, Heavy Duty, Good Quality 6 Pc 19 Broomstick With Long Handle, Thick, Good Quality 3 Pc 20 Dust Pan (heavy Duty) Big, Plastic, Good Quality 3 Pc 21 Dust Mop With Handle (60r), Heavy Duty, Aluminum Handle, Big 1 Pc 22 Dishwashing Paste With Sponge (anti-bacterial), 200g, Kalamansi 5 Pc 23 Dishwashing Paste With Sponge (anti-bacterial), 200g, Lemon 5 Pc 24 Dishwashing Liquid 500ml, Kalamansi 5 Bottle 25 Disinfectant Spray, 510ml, Scent: Crisp Linen, 1 Bottle 26 Disinfectant Spray, 510ml, Scent: Fresh Blossom 1 Bottle 27 Disinfectant Spray, 510ml, Scent: Early Morning Breeze 1 Bottle 28 Furniture Polish With Cleansing Conditioner 330ml, Lemon Scent 6 Bottle 29 Floor Wax (white) 450 Grms, Colorless 4 Can Subtotal Youth Office 1 Bathroom Tissue 2ply (12 Rolls/packs), Soft, White, Good Quality 16 Packs 2 Alcohol (70% Solution) 500ml, With Moisturizer, Hypoallergenic, Ethyl 18 Bottle 3 Fabric Conditioner (sunrise Fresh), 660ml 16 Bottle 4 Glass Cleaner 500ml 16 Bottle 5 Garbage Bag (medium), Black 25's/roll 6 Roll 6 Garbage Bag (large) Black 10's/roll 6 Roll 7 Rag (round) Medium, Cloth, Good Quality 50 Pc 8 Rug, Cloth, Rectangle Shape, Medium Size 4 Pc 9 Detergent Powder 1klg 1 Pack 10 Broom (lanut - Brown) Medium, Heavy Duty, Good Quality 4 Pc 11 Tornado Mop, Medium 2 Set 12 Dishwashing Paste With Sponge (anti-bacterial), 200g, Kalamansi 11 Pc 13 Dishwashing Liquid 250ml, Kalamansi 10 Bottle 14 Air Freshener/spray - 320ml Fresh Lemon 18 Bottle 15 Cooler Box, Small, 5liters 1 Pc Subtotal Regional Trial Court Branch 77 1 Bathroom Tissue 2ply (12 Rolls/packs), Soft, White, Good Quality 4 Packs 2 Alcohol (70% Solution) 500ml, With Moisturizer, Hypoallergenic 5 Bottle 3 Glass Cleaner 500ml 2 Bottle 4 Glass Wiper With Rubber , Squeegee Sponge, Extendable 1 Pc 5 Toilet Bowl Cleaner, 1liter 2 Bottle 6 Toilet Deodorizer 100grams 6 Pc 7 Garbage Bag (medium), Black 25's/roll 4 Roll 8 Garbage Bag (large) Black 10's/roll 4 Roll 9 Rag (round) Medium, Cloth, Good Quality 20 Pc 10 Rug, Cloth, Rectangle Shape, Medium Size 6 Pc 11 Antibacterial Liquid Hand Soap, 750ml 2 Bottle 12 Detergent Powder (6pcs/bundle) 70grms 10 Bundle 13 Broom (lanut - Brown) Medium, Heavy Duty, Good Quality 2 Pc 14 Dust Pan (heavy Duty) Big, G.i. , Good Quality 2 Pc 15 Dishwashing Liquid 500ml, Lemon 2 Bottle 16 Air Freshener/spray - 320ml Fresh Lemon 1 Bottle 17 Multi-insect Killer Aerosol Spray 600ml, (water Based) 1 Bottle 18 Trash Can ( Medium) (29inch Height, 16inch Wide) 2 Pc 19 Chlorine, Liquid, 1gallon 70% 1 Gallon 20 Chlorine, Granules, Powder, 70%,1kilo.pack 2 Pack 21 Toilet Bowl Plunger, Wooden Handle, Standard Size 2 Pc Subtotal Regional Trial Court Branch 11 1 Bathroom Tissue 2ply (12 Rolls/packs), Soft, White, Good Quality 5 Packs 2 Alcohol (70% Solution) 500ml, With Moisturizer, Hypoallergenic 3 Bottle 3 Fabric Conditioner (sunrise Fresh), 660ml 1 Bottle 4 Glass Cleaner 500ml 1 Bottle 5 Glass Wiper With Rubber , Squeegee Sponge, Extendable 1 Pc 6 Toilet Bowl Cleaner, 1liter 1 Bottle 7 Muriatic Acid (pure), 1liter 1 Bottle 8 Toilet Deodorizer 100grams 3 Pc 9 Garbage Bag (medium), Black 25's/roll 5 Roll 10 Rag (round) Medium, Cloth, Good Quality 10 Pc 11 Rug, Cloth, Rectangle Shape, Medium Size 2 Pc 12 Antibacterial Liquid Hand Soap, 750ml 1 Bottle 13 Detergent Powder (6pcs/bundle) 70grms 2 Bundle 14 Broom (lanut - Brown) Medium, Heavy Duty, Good Quality 1 Pc 15 Dust Pan (heavy Duty) Big, G.i. , Good Quality 1 Pc 16 Tornado Mop, Medium 1 Set 17 Dishwashing Liquid 500ml, Lemon 1 Bottle 18 Air Freshener/spray - 320ml Morning Freshness 1 Bottle 19 Multi-insect Killer Aerosol Spray 600ml, (water Based) 1 Bottle 20 Furniture Polish With Cleansing Conditioner 330ml, Lemon Scent 1 Bottle 21 Trash Can ( Medium) (29inch Height, 16inch Wide) 2 Pc Subtotal Prosecutors Office 1 Jumbo Roll Tissue (12 Rolls/box), 2ply, White, Soft, Good Quality 1 Box 2 Alcohol (70% Solution) 3.7 Liters With Moisturizer, Hypoallergenic 1 Gallon 3 Fabric Conditioner (sunrise Fresh), 40ml, 6pcs/bundle 1 Bundle 4 Fabric Conditioner (sunrise Fresh), 660ml 1 Bottle 5 Glass Cleaner 500ml 1 Bottle 6 Toilet Bowl Cleaner, 1liter 2 Bottle 7 Toilet Deodorizer 100grams 2 Pc 8 Garbage Bag (medium), Black 25's/roll 3 Roll 9 Garbage Bag (large) Black 10's/roll 2 Roll 10 Rag (round) Medium, Cloth, Good Quality 19 Pc 11 Rug, Cloth, Rectangle Shape, Medium Size 3 Pc 12 Liquid Hand Soap With Antibac, 1 Gallon 1 Gallon 13 Detergent Powder 1klg 1 Pack 14 Broom (lanut - Brown) Medium, Heavy Duty, Good Quality 1 Pc 15 Broomstick, Thick, Good Quality 1 Pc 16 Scrub Sponge/foam, Heavy Duty, 1 Pc 17 Sponge Cloth, 2pcs/pack 1 Pack 18 Dishwashing Liquid 500ml, Kalamansi 1 Bottle 19 Air Freshener Hanging Gel, 180g, Scent: Lemon 1 Can 20 Air Freshener/spray - 320ml Morning Freshness 1 Bottle 21 Disinfectant Spray, 510ml, Scent: Early Morning Breeze 1 Bottle 22 Disposable Gloves, Large, Powder Free, Latex Free, 100pc/box 1 Box 23 Garden Boots, Size 8 (for Boys) 1 Pair 24 Chlorine, Liquid, 1gallon 70% 1 Gallon 25 Laundry Brush, Heavy Duty, Standard Size 1 Pc Subtotal Bureau Of Fire Protection (bfp) 1 Bathroom Tissue 2ply (12 Rolls/packs), Soft, White, Good Quality 5 Packs 2 Fabric Conditioner (sunrise Fresh), 660ml 3 Bottle 3 Glass Cleaner 500ml 2 Bottle 4 Multi - Purpose Cleaner, 1liter, 2 Bottle 5 Toilet Bowl Cleaner, 1liter 8 Bottle 6 Toilet Bowl Brush With Holder, Heavy Duty 2 Set 7 Muriatic Acid (pure), 1liter 7 Bottle 8 Toilet Deodorizer 100grams 8 Pc 9 Garbage Bag (large) Black 10's/roll 4 Roll 10 Feather Duster, Cotton 2 Pc 11 Rag (round) Medium, Cloth, Good Quality 58 Pc 12 Antibacterial Liquid Hand Soap, 750ml 3 Bottle 13 Broom (lanut - Brown) Medium, Heavy Duty, Good Quality 4 Pc 14 Broomstick, Thick, Good Quality 3 Pc 15 Plastic Soft Broom With Adjustable Handle, Good Quality 2 Pc 16 Dust Pan (heavy Duty) Big, Plastic, Good Quality 1 Pc 17 Scrub Sponge/foam, Heavy Duty, 5 Pc 18 Dishwashing Paste With Sponge (anti-bacterial), 200g, Lemon 9 Pc 19 Dishwashing Liquid 250ml, Kalamansi 18 Bottle 20 Air Freshener/spray - 320ml Fresh Lemon 3 Bottle 21 Disinfectant Spray, 510ml, Scent: Fresh Blossom 3 Bottle 22 Multi-insect Killer Aerosol Spray 600ml, (water Based) 3 Bottle 23 Furniture Polish With Cleansing Conditioner 330ml, Lemon Scent 3 Bottle 24 Chamoise Cloth, Small 3 Pc 25 Battery (aa), 4pcs/pack 3 Pack 26 Battery (aaa), 4pcs/pack 3 Pack 27 Disposable Gloves, Medium, Powder Free, Latex Free, 100pc/box 1 Box Subtotal Municipal Trial Court In Cities (mtcc) 1 Bathroom Tissue 2ply (12 Rolls/packs), Soft, White, Good Quality 4 Packs 2 Alcohol (70% Solution) 3.7 Liters With Moisturizer, Hypoallergenic 1 Gallon 3 Toilet Bowl Cleaner, 1liter 2 Bottle 4 Garbage Bag (large) Black 10's/roll 4 Roll 5 Rag (round) Medium, Cloth, Good Quality 18 Pc 6 Dishwashing Liquid 500ml, Kalamansi 2 Bottle 7 Disinfectant Spray, 510ml, Scent: Fresh Blossom 2 Bottle Subtotal Commission On Audit (coa) 1 Alcohol (70% Solution) 3.7 Liters With Moisturizer, Hypoallergenic, Ethyl 1 Gallon 2 Toilet Bowl Cleaner, 1liter 1 Bottle 3 Toilet Deodorizer 100grams 2 Pc 4 Garbage Bag (large) Black 10's/roll 4 Roll 5 Garbage Bag Xl, Black 10's/roll 5 Roll 6 Rag (round) Medium, Cloth, Good Quality 23 Pc 7 Rug, Cloth, Rectangle Shape, Medium Size 2 Pc 8 Liquid Hand Soap With Antibac, 1 Gallon 1 Gallon 9 Detergent Powder 1klg 1 Pack 10 Broom (lanut - Brown) Medium, Heavy Duty, Good Quality 3 Pc 11 Dust Pan (heavy Duty) Big, Plastic, Good Quality 1 Pc 12 Chamoise Cloth, Small 2 Pc 13 Sando Bag, Large (100pcs/pack) 6 Pack 14 Battery (aa), 4pcs/pack 1 Pack Subtotal Commission On Election (comelec) 1 Tissue Paper 2 Ply Soft (individual Wrap), White, Good Quality 70 Pc/roll 2 Alcohol (70% Solution) 500ml, With Moisturizer, Hypoallergenic, Ethyl 70 Bottle 3 Rag (round) Medium, Cloth, Good Quality 70 Pc 4 Broom (lanut - Brown) Medium, Heavy Duty, Good Quality 1 Pc 5 Sponge Cloth, 2pcs/pack 2 Pack 6 Dishwashing Liquid 250ml, Kalamansi 70 Bottle 7 Air Freshener Hanging Gel, 180g, Scent: Lemon 20 Can 8 Air Freshener/spray - 320ml Fresh Lemon 8 Bottle 9 Disinfectant Spray, 510ml, Scent: Early Morning Breeze 7 Bottle 10 Furniture Polish With Cleansing Conditioner 330ml, Lemon Scent 10 Bottle 11 Battery (aaa), 4pcs/pack 5 Pack Subtotal City Nutrition Council 1 Bathroom Tissue 2ply (12 Rolls/packs), Soft, White, Good Quality 9 Packs 2 Alcohol (70% Solution) 250ml With Moisturizer, Hypoallergenic, Ethyl 20 Bottle 3 Fabric Conditioner (sunrise Fresh), 40ml, 6pcs/bundle 15 Bundle 4 Glass Cleaner 500ml 8 Bottle 5 Toilet Bowl Cleaner, 1liter 4 Bottle 6 Toilet Bowl Brush With Holder, Heavy Duty 1 Set 7 Toilet Deodorizer 100grams 20 Pc 8 Garbage Bag (medium), Black 25's/roll 10 Roll 9 Rug, Cloth, Rectangle Shape, Medium Size 15 Pc 10 Antibacterial Bath Soap 180g 15 Pc 11 Detergent Powder (6pcs/bundle) 70grms 15 Bundle 12 Broom (lanut - Brown) Medium, Heavy Duty, Good Quality 4 Pc 13 Dust Pan (heavy Duty) Big, Plastic, Good Quality 1 Pc 14 Dust Mop With Handle (60r), Heavy Duty, Aluminum Handle, Big 1 Pc 15 Mop Head, Heavy Duty, Cotton, Medium 3 Pc 16 Dishwashing Liquid 500ml, Lemon 7 Bottle 17 Air Freshener Hanging Gel, 180g, Scent: Lemon 4 Can 18 Disinfectant Spray, 510ml, Scent: Crisp Linen, 8 Bottle 19 Battery (aaa), 4pcs/pack 3 Pack Subtotal Community Based Monitoring System (cbms) 1 Tissue Paper 2 Ply Soft (individual Wrap), White, Good Quality 25 Pc/roll 2 Alcohol (70% Solution) 500ml, With Moisturizer, Hypoallergenic 20 Bottle 3 Fabric Conditioner (sunrise Fresh), 40ml, 6pcs/bundle 3 Bundle 4 Rag (round) Medium, Cloth, Good Quality 29 Pc 5 Antibacterial Liquid Hand Soap, 750ml 4 Bottle 6 Dishwashing Liquid 500ml, Kalamansi 5 Bottle 7 Disinfectant Spray, 510ml, Scent: Early Morning Breeze 3 Bottle Subtotal Purok Office 1 Bathroom Tissue 2ply (12 Rolls/packs), Soft, White, Good Quality 6 Pack 2 Alcohol (70% Solution) 250ml With Moisturizer, Hypoallergenic, Ethyl 25 Bottle 3 Garbage Bag (medium), Black 25's/roll 20 Roll 4 Rag (round) Medium, Cloth, Good Quality 50 Pc 5 Liquid Hand Soap With Antibac, 1 Gallon 1 Gallon 6 Detergent Powder (6pcs/bundle) 70grms 15 Bundle 7 Broom (lanut - Brown) Medium, Heavy Duty, Good Quality 5 Pc 8 Dust Pan (heavy Duty) Big, Plastic, Good Quality 3 Pc 9 Tornado Mop, Medium 1 Set 10 Scrub Sponge/foam, Heavy Duty, 15 Pc 11 Dishwashing Liquid 500ml, Kalamansi 5 Bottle 12 Air Freshener/spray - 320ml Fresh Lemon 10 Bottle 13 Multi-insect Killer Aerosol Spray 600ml, (water Based) 5 Bottle 14 Furniture Polish With Cleansing Conditioner 330ml, Lemon Scent 5 Bottle 15 Detergent Bar (blossom Fresh) 40grams 50 Pc Subtotal Business Permit & Licensing Office (bplo) 1 Tissue Paper 2 Ply Soft (individual Wrap), White, Good Quality 120 Pc/roll 2 Alcohol (70% Solution) 500ml, With Moisturizer, Hypoallergenic, Ethyl 130 Bottle 3 Fabric Conditioner (sunrise Fresh), 660ml 12 Bottle 4 Glass Cleaner 500ml 1 Bottle 5 Toilet Bowl Cleaner, 1liter 4 Bottle 6 Toilet Deodorizer 100grams 13 Pc 7 Garbage Bag Xl, Black 10's/roll 25 Roll 8 Rag (round) Medium, Cloth, Good Quality 15 Pc 9 Rug, Cloth, Rectangle Shape, Medium Size 10 Pc 10 Antibacterial Liquid Hand Soap, 750ml 10 Bottle 11 Tornado Mop, Medium 2 Set 12 Sponge Cloth, 2pcs/pack 5 Pack 13 Dishwashing Liquid 250ml, Kalamansi 17 Bottle 14 Air Freshener/spray - 320ml Fresh Lemon 8 Bottle 15 Disinfectant Spray, 510ml, Scent: Fresh Blossom 8 Bottle 16 Hand Sanitizer Gel 50ml 12 Bottle 17 Furniture Polish With Cleansing Conditioner 330ml, Lemon Scent 2 Bottle 18 Coffee Cup And Saucer, Ceramic White, 220ml (6pcs/box), Plain White 1 Set 19 Toilet Bowl Plunger, Wooden Handle, Standard Size 1 Pc Subtotal Civil Security Unit (csu) 1 Jumbo Roll Tissue (12 Rolls/box), 2ply, White, Soft, Good Quality 1 Box 2 Alcohol (70% Solution) 500ml, With Moisturizer, Hypoallergenic, Ethyl 10 Bottle 3 Fabric Conditioner (sunrise Fresh), 660ml 2 Bottle 4 Multi - Purpose Cleaner, 1liter, 2 Bottle 5 Garbage Bag (small) Black 25's/roll 5 Roll 6 Garbage Bag (large) Black 10's/roll 6 Roll 7 Garbage Bag Xl, Black 10's/roll 4 Roll 8 Rag (round) Medium, Cloth, Good Quality 50 Pc 9 Rug, Cloth, Rectangle Shape, Medium Size 4 Pc 10 Antibacterial Bath Soap 180g 2 Pc 11 Antibacterial Liquid Hand Soap, 750ml 2 Bottle 12 Baguio Soft Broom Original Good Quality, Medium 1 Pc 13 Dust Pan (heavy Duty) Big, Plastic, Good Quality 1 Pc 14 Tornado Mop, Medium 1 Set 15 Dishwashing Paste With Sponge (anti-bacterial), 200g, Kalamansi 3 Pc 16 Dishwashing Liquid 500ml, Kalamansi 2 Bottle 17 Air Freshener Hanging Gel, 180g, Scent: Lavender 2 Can 18 Air Freshener/spray - 320ml Fresh Lemon 2 Bottle 19 Hand Sanitizer Gel 50ml 4 Bottle 20 Multi-insect Killer Aerosol Spray 600ml, (water Based) 1 Bottle 21 Chamoise Cloth, Small 2 Pc 22 Trash Can (small) (12inch Height, 8inch Wide) 1 Pc 23 Trash Can ( Medium) (29inch Height, 16inch Wide) 1 Pc 24 Disposable Face Mask, 3layer, Blue, 50pcs/box 1 Box Subtotal Bids And Awards Committee (bac) 1 Tissue Paper 2 Ply Soft (individual Wrap), White, Good Quality 40 Pc/roll 2 Alcohol (70% Solution) 500ml, With Moisturizer, Hypoallergenic, Ethyl 40 Bottle 3 Garbage Bag (large) Black 10's/roll 5 Roll 4 Rag (round) Medium, Cloth, Good Quality 44 Pc 5 Detergent Powder (6pcs/bundle) 70grms 1 Bundle 6 Dishwashing Paste With Sponge (anti-bacterial), 200g, Lemon 20 Pc 7 Air Freshener Hanging Gel, 180g, Scent: Lemon 20 Can 8 Air Freshener/spray - 320ml Fresh Lemon 25 Bottle 9 Disinfectant Spray, 510ml, Scent: Early Morning Breeze 5 Bottle 10 Furniture Polish With Cleansing Conditioner 330ml, Lemon Scent 20 Bottle 11 Trash Can ( Medium) (29inch Height, 16inch Wide) 1 Pc Subtotal Note: The Bidding Shall Be Done Lot Per Office Total Brand And Model: Delivery Period: Warranty: Price Validity: After Having Read And Accepted Your General Conditions, I/we Quote Your On The Item At Price Noted Above. Printed Name / Signature Tel. No./ Cellphone No./e-mail Address Date: __________________________________

Province Of Iloilo Tender

Civil And Construction...+1Water Storage And Supply
Philippines
Closing Date10 Apr 2025
Tender AmountPHP 500 K (USD 8.7 K)
Details: Description Philippine Bidding Documents (as Harmonized With Development Partners) Improvement Of Water System At Western Visayas Goat Nuclues Farm, Brgy. Calamigan, Concepcion, Iloilo Bid No. Agr-25-147-b Iloilo Provincial Government Sixth Edition Table Of Contents Glossary Of Terms, Abbreviations, And Acronyms 3 Section I. Invitation To Bid 6 Section Ii. Instructions To Bidders 8 1. Scope Of Bid 8 2. Funding Information 8 3. Bidding Requirements 8 4. Corrupt, Fraudulent, Collusive, Coercive, And Obstructive Practices 8 5. Eligible Bidders 9 6. Origin Of Associated Goods 9 7. Subcontracts 9 8. Pre-bid Conference 9 9. Clarification And Amendment Of Bidding Documents 9 10. Documents Comprising The Bid: Eligibility And Technical Components 10 11. Documents Comprising The Bid: Financial Component 10 12. Alternative Bids 10 13. Bid Prices 10 14. Bid And Payment Currencies 11 15. Bid Security 11 16. Sealing And Marking Of Bids 11 17. Deadline For Submission Of Bids 11 18. Opening And Preliminary Examination Of Bids 11 19. Detailed Evaluation And Comparison Of Bids 12 20. Post Qualification 12 21. Signing Of The Contract 12 Section Iii. Bid Data Sheet 13 Section Iv. General Conditions Of Contract 15 1. Scope Of Contract 15 2. Sectional Completion Of Works 15 3. Possession Of Site 15 4. The Contractor’s Obligations 15 5. Performance Security 16 6. Site Investigation Reports 16 7. Warranty 16 8. Liability Of The Contractor 16 9. Termination For Other Causes 16 10. Dayworks 17 11. Program Of Work 17 12. Instructions, Inspections And Audits 17 13. Advance Payment 17 14. Progress Payments 17 15. Operating And Maintenance Manuals 17 Section V. Special Conditions Of Contract 18 Section Vi. Specifications 19 Section Vii. Drawings 23 Section Viii. Bill Of Quantities 25 Section Ix. Checklist Of Technical And Financial Documents 28 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. 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. Slcc – Single Largest Completed Contract. Un – United Nations. Republic Of The Philippines Iloilo Provincial Government Section I. Invitation To Bid For Improvement Of Water System At Western Visayas Goat Nuclues Farm, Calamigan, Concepcion, Iloilo Bid No. Agr-25-147-b 1. The Iloilo Provincial Government, Through The 20% Nta Development Fund Fy 2025 Intends To Apply The Sum Of Five Hundred Thousand Pesos (p500,000.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Agr-25-147-b For The Improvement Of Water System At Western Visayas Goat Nucleus Farm, Calamigan, Concepcion, Iloilo For The Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Iloilo Provincial Government Now Invites Bids For The Above Procurement Project. Completion Of The Works Is Required Sixty (60) 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. Interested Bidders May Obtain Further Information From The Bids And Awards Committee Secretariat, 5th Floor, New Iloilo Provincial Capitol, Bonifacio Drive, Iloilo City, Philippines And Inspect The Bidding Documents At The Address Given Below From 8:00am To 5:00pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On April 02, 2025 From Given Address And Website/s Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of One Thousand Pesos (p1, 000.00). The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person. 6. The Iloilo Provincial Government Will Hold A Pre-bid Conference On None At Bids And Awards Committee Secretariat, 5th Floor, New Iloilo Provincial Capitol, Bonifacio Drive, Iloilo City, Philippines, And/or Through Videoconferencing/webcasting Via Zoom Conference Which Shall Be Open To Prospective Bidders. The Default Meeting Id And Password Shall Be: Meeting Id: 4340851724 // Password: 0922 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At Bids And Awards Committee Secretariat, 5th Floor, New Iloilo Provincial Capitol, Bonifacio Drive, Iloilo City On Or Before April 10, 2025, 9:00 A.m. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 16. 9. Bid Opening Shall Be On April 10, 2025, 9:01 A.m. At Bids And Awards Committee Secretariat, 5th Floor, New Iloilo Provincial Capitol, Bonifacio Drive, Iloilo City, Philippines. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The Iloilo Provincial Government Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Implementing Rules And Regulations (irr) Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 11. For Further Information, Please Refer To: Atty. Raemman M. Lagrada Head, Bac Secretariat 5f New Iloilo Provincial Capitol Bonifacio Drive, Iloilo City Tel. No. (33) 336-0736 Fax No. (33) 337-7731 Email: Ipg_bacs@yahoo.com 12. You May Visit The Following Websites: For Downloading Of Bidding Documents: Www.iloilo.gov.ph March 26, 2025 Atty. Dennis T. Ventilacion Bac Chairperson Section Ii. Instructions To Bidders 1. Scope Of Bid The Procuring Entity, Iloilo Provincial Government Invites Bids For The Improvement Of Water System At Western Visayas Goat Nucleus Farm, Calamigan, Concepcion, Iloilo, With Project Identification Number Agr-25-147-b. The Procurement Project (referred To Herein As “project”) Is For The Construction Of Works, As Described In Section Vi (specifications). 2. Funding Information 2.1. The Gop Through The Source Of Funding As Indicated Below For 2025 In The Amount Of Five Hundred Thousand Pesos ( ₱ 500,000.00) 2.2. The Source Of Funding Is: A.) Lgu’s, 20% Nta Development Fund Fy 2025, As Approved By Sanggunian. 3. Bidding Requirements The Bidding For The Project Shall Be Governed By All The Provisions Of Ra No. 9184 And Its 2016 Revised Irr, Including Its Generic Procurement Manual And Associated Policies, Rules And Regulations As The Primary Source Thereof, While The Herein Clauses Shall Serve As The Secondary Source Thereof. Any Amendments Made To The Irr And Other Gppb Issuances Shall Be Applicable Only To The Ongoing Posting, Advertisement, Or Invitation To Bid By The Bac Through The Issuance Of A Supplemental Or Bid Bulletin. The Bidder, By The Act Of Submitting Its Bid, Shall Be Deemed To Have Inspected The Site, Determined The General Characteristics Of The Contracted Works And The Conditions For This Project, Such As The Location And The Nature Of The Work; (b) Climatic Conditions; (c) Transportation Facilities; (c) Nature And Condition Of The Terrain, Geological Conditions At The Site Communication Facilities, Requirements, Location And Availability Of Construction Aggregates And Other Materials, Labor, Water, Electric Power And Access Roads; And (d) Other Factors That May Affect The Cost, Duration And Execution Or Implementation Of The Contract, Project, Or Work And Examine All Instructions, Forms, Terms, And Project Requirements In The Bidding Documents. 4. Corrupt, Fraudulent, Collusive, Coercive, And Obstructive Practices The Procuring Entity, As Well As The Bidders And Contractors, Shall Observe The Highest Standard Of Ethics During The Procurement And Execution Of The Contract. They Or Through An Agent Shall Not Engage In Corrupt, Fraudulent, Collusive, Coercive, And Obstructive Practices Defined Under Annex “i” Of The 2016 Revised Irr Of Ra No. 9184 Or Other Integrity Violations In Competing For The Project. 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 7.1. The Bidder May Subcontract Portions Of The Project To The Extent Allowed By The Procuring Entity As Stated Herein, But In No Case More Than Fifty Percent (50%) Of The Project. The Procuring Entity Has Prescribed That: A. 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 At Bac Office, 5th Floor, New Iloilo Provincial Capitol, Iloilo City And/or Through Videoconferencing As Indicated In Paragraph 6 Of The Ib. 9. Clarification And Amendment Of Bidding Documents Prospective Bidders May Request For Clarification On And/or Interpretation Of Any Part Of The Bidding Documents. Such Requests Must Be In Writing And Received By The Procuring Entity, Either At Its Given Address Or Through Electronic Mail Indicated In The Ib, At Least Ten (10) Calendar Days Before The Deadline Set For The Submission And Receipt Of Bids. 10. Documents Comprising The Bid: Eligibility And Technical Components 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. In Joint Ventures, A Special Pcab License, And Registration For The Type And Cost Of The Contract For This Project, Shall Be Required. Any Additional Type Of Contractor License Or Permit Shall Be Indicated In The Bds. 10.4. A List Of Contractor’s Key Personnel (e.g., Project Manager, Project Engineers, Materials Engineers, And Foremen) Assigned To The Contract To Be Bid, With Their Complete Qualification And Experience Data Shall Be Provided. These Key Personnel Must Meet The Required Minimum Years Of Experience Set In The Bds. 10.5. A List Of Contractor’s Major Equipment Units, Which Are Owned, Leased, And/or Under Purchase Agreements, Supported By Proof Of Ownership, Certification Of Availability Of Equipment From The Equipment Lessor/vendor For The Duration Of The Project, As The Case May Be, Must Meet The Minimum Requirements For The Contract Set In The Bds. 11. Documents Comprising The Bid: Financial Component 11.1. The Second Bid Envelope Shall Contain The Financial Documents For The Bid As Specified In Section Ix. Checklist Of Technical And Financial Documents. 11.2. Any Bid Exceeding The Abc Indicated In Paragraph 1 Of The Ib Shall Not Be Accepted. 11.3. For Foreign-funded Procurement, A Ceiling May Be Applied To Bid Prices Provided The Conditions Are Met Under Section 31.2 Of The 2016 Revised Irr Of Ra No. 9184. 12. Alternative Bids Bidders Shall Submit Offers That Comply With The Requirements Of The Bidding Documents, Including The Basic Technical Design As Indicated In The Drawings And Specifications. Unless There Is A Value Engineering Clause In The Bds, Alternative Bids Shall Not Be Accepted. 13. Bid Prices 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: A. Philippine Pesos. 15. Bid Security 15.1. The Bidder Shall Submit A Bid Securing Declaration Or Any Form Of Bid Security In The Amount Indicated In The Bds, Which Shall Be Not Less Than The Percentage Of The Abc In Accordance With The Schedule In The Bds. 15.2. The Bid And Bid Security Shall Be Valid Until August 08, 2025 Any Bid Not Accompanied By An Acceptable Bid Security Shall Be Rejected By The Procuring Entity As Non-responsive. 16. Sealing And Marking Of Bids Each Bidder Shall Submit One Copy Of The First And Second Components Of Its Bid. The Procuring Entity May Request Additional Hard Copies And/or Electronic Copies Of The Bid. However, Failure Of The Bidders To Comply With The Said Request Shall Not Be A Ground For Disqualification. If The Procuring Entity Allows The Submission Of Bids Through Online Submission To The Given Website Or Any Other Electronic Means, The Bidder Shall Submit An Electronic Copy Of Its Bid, Which Must Be Digitally Signed. An Electronic Copy That Cannot Be Opened Or Is Corrupted Shall Be Considered Non-responsive And, Thus, Automatically Disqualified. 17. Deadline For Submission Of Bids The Bidders Shall Submit On The Specified Date And Time And Either At Its Physical Address Or Through Online Submission As Indicated In Paragraph 7 Of The Ib. 18. Opening And Preliminary Examination Of Bids 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. Section Iii. 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: A) Installation Of Water Tank B) Establishment Of Dugwell With Cover C) Installation Of Centrifugal Pump Motor With Pipe Connections D) Electrical Works 7.1 The Procuring Entity Has Prescribed That Subcontracting Is Not Allowed. 10.3 Special Philippines Contractors Accreditors Board License 10.4 The Key Personnel Must Meet The Required Minimum Years Of Experience Set Below: Key Personnel General Experience Relevant Experience Project Engineer 1 Year 1 Year Material Engineer 1 Year 1 Year Electrical Engineer 1 Year 1 Year Agricultural & Biosystems Engineer 1 Year 1 Year Health & Safety Officer 1 Year 1 Year 10.5 The Minimum Major Equipment Requirements Are The Following: Equipment Capacity Number Of Units Welding Machine - 1 One Bagger Mixer - 1 Minor Tools - 12 Alternative Bids Are Not Allowed 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 Two Percent (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 Five Percent (5%) Of Abc If Bid Security Is In Surety Bond. 16 Bidders Shall Prepare An Original Of The First (eligibility And Technical) And Second (financial) Envelopes. In Addition, Bidders Shall Submit Separate Copies Of The First And Second Envelopes (copy 1, Copy 2) And Each Set Of Documents Must Clearly Indicate Whether The Same Is Original, Copy 1, Or Copy 2. In The Event Of Any Discrepancy Between The Original And The Copies, The Original Shall Prevail. 16.1 All Envelopes Shall: A. Contain The Name Of The Contract To Be Bid In Capital Letters: “improvement Of Water System At Western Visayas Goat Nucleus Farm, Calamigan, Concepcion, Iloilo” B. Bear The Name And Address Of The Bidder In Capital Letters; C. Addressed To: Atty. Dennis T. Ventilacion, Chairperson, Bids And Awards Committee: D. Bear The Specific Identification Of This Procurement: “agr-25-147-b” E. Bear A Warning “do Not Open Before April 10, 2025” Indicating The Date And Time For The Submission Of Bids On The Blank: Bid Envelopes That Are Not Properly Sealed And Marked, As Required In The Bidding Documents, Shall Not Be Rejected, But The Bidder Or Its Duly Authorized Representative Shall Acknowledge Such Condition Of The Bid As Submitted. The Bac Or The Procuring Entity Shall Assume No Responsibility For The Misplacement Of The Contents Of The Improperly Sealed Or Marked Bid, Or For Its Premature Opening. Any Interlineations, Erasures, Or Overwriting Shall Be Valid Only If They Are Signed Or Initialed By The Duly Authorized Representative/s Of The Bidder 19.2 Partial Bids Are Not Allowed 20 No Further Instructions. 21 The Additional Contract Documents Relevant To The Project That Are Required By The Procuring Entity Are: A. Construction Schedule And S-curve; B. Manpower Schedule; C. Construction Methods; D. Equipment Utilization Schedule; E. Construction Safety And Health Program Approved By The Department Of Labor And Employment; And F. Pert/cpm Section Iv. General Conditions Of Contract 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 4.1. 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. 4.2. 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. 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. 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. 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. Section V. Special Conditions Of Contract Gcc Clause 2 As Per Construction Schedule/contract Period 3.1 The Procuring Entity Shall Give Possession Of All Parts Of The Site To The Contractor Upon Effectivity Of The Contracts. 6 No Further Instructions 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 No Further Instructions 11.2 No Further Instructions 13 The Amount Of The Advance Shall Not Exceed 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 Shall Be At Least 5 Days Before The Testing And Commissioning. The Date By Which “as Built” Drawings Are Required Shall Be At Least 10 Days Prior To The Final Billing. 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 1% Of The Final Contract Amount. Section Vi. Specification General Requirements All Works To Be Done Shall Be With First Class Workmanship And Shall Conform To The Plans And Specifications. All Materials To Be Used Shall Be Of Good Quality And Properly Inspected By The Project Engineer. The Provincial Agriculturist Is Reserved The Right To Rescind, Terminate, Suspend The Contract If He Deems Necessary And To The Best Interest Of The Government. The Contractor Shall Be Liable For All Damages That Will Occur During The Construction Of The Project. Scope Of Work The Works Include Furnishing Of Labor, Materials, Tools, Equipment’s And Other Incidentals Necessary To Complete The Project Such As Clearing, Grubbing & Staking, Excavation Works, Backfill, Concreting, Steel Works, Form Works, Pre-painted Rib Type Wall, Plastering Works, Roofing Works, Ceiling Works, Doors, Rice Mill, Water Tank, Electrical Works. General Condition A. The Works To Be Done Herein Shall Be The Construction Of Rice Mill As Of Approved And Of Quality Materials Completed As Per Plans, Details And Specifications. Supervision Of The Work Shall Be Done Under The Responsibility Of The Project Engineer With The Help Of The Construction Foreman. B. All Materials Employed And To Be Used In The Construction Shall Be Brand New, Unless Otherwise Or As Directed And Approved By The Project Engineer. C. Skilled Workmen And Workmanship Subject To Project Engineer’s Approval Shall Perform Methods Of The Construction In The Most Acceptable Manner. D. The Drawings Referred To In The Specifications Including Supplementary One, To Be Furnished As The Work Progress Are Intended To Cooperate With The Specification And To Form Part Hereof. Where Figures Are Given, They Are To Be Followed In Performance To Measurement By Scale. E. The Assigned Engineer Or Construction Foreman Shall Lay – Out The Building In Accordance With The Drawings And Directions On Plans As He Shall Not Only Responsible But Liable For Any Failure To Comply In This Respect With The Said Drawings, Specifications And Directions For Its Due And Accurate Location On The Lot. Project Sign Board / Billboard The Contractor Shall Ensure That The Project Site Is Identified With Information Billboard Which Shall Be Erected At The Beginning And Ending Of The Proposed Project. The Layout Of The Billboard Shall Accord To The Specifications Pursuant To The Commission On Audit (coa) Circular No. 2013-004 Issued On January 30, 2013. Coa Billboard Projects Status Project Status Remarks Duration Started Target Date Of Completion Percentage Of Completion As Of (date) Cost Incurred To Date Date Completed Pao Billboard Republic Of The Philippines Province Of Iloilo Provincial Agriculture Office Iloilo City Name Of Project: Location Of Project: Contractor: Implementing Agency: Appropriation: Fund Source: Contract Duration: Project Starting Date: Project Completion Date: Another Priority Project Of The Iloilo Provincial Government The Billboard’s Specifications Shall Conform To The Following Requirements: A. Tarpaulin, White 8ft X 8ft (coa) 4ft X 8ft (pao) B. Resolution 70 Dpi; C. Font Helvetica; D. Font Size: Main Information – 3”; E. Sub Information – 1”; F. Font Color: Black; G. Suitable Frame: Rigid Wood Or Steel Frame With Post; And, H. Posting: Outside Display At The Project Location After Award Has Been Made. Measurement The Supply And Erection Of The Project Billboard Shall Be In Accordance With Provisions Of This Specifications. Basis Of Payment No Additional Payment Shall Be Made In This Regard. Description Of Works: Clearing And Grubbing Clearing And Grubbing And Cutting Of Trees Shall Include Handling, Salvaging, Piling And Disposing Off The Cleared Materials With All Leads And Lifts. Trees Shall Be Cut In Sections From The Top Downwards. All Timber Shall Not Be Used By The Contractor For Any Purpose And Shall Remain The Property Of The Provincial Agriculture Office. Clearing Shall Consist Of The Cutting, Removing And Disposal Of All Trees, Bushes, Shrubs, Grass, Weeds, Other Vegetation, Anthills, Rubbish, Fences, Top Organic Soil And Rocks And Boulders Exposed Or Lying On The Surface. The Construction Site Shall Be Leveled According To The Plans And Cleared Of Rubbish, Roots And Other Perishable And Objectionable Matters To A Suitable Subgrade. All Such Unsuitable Materials Shall Be Removed From The Construction Site And Spread Uniformly Over The Areas Adjacent To The Proposed Building, Or Otherwise Disposed Of As Maybe Directed By The Architect/engineer In-charge Of The Construction. Materials Obtained From Clearing And Grubbing Shall Be Disposed Off In Borrow Pits Or Other Suitable Places And Be Covered Up With Soil Or Gravel As Directed By The Engineer. The Burning Of Combustible Materials Shall Not Be Permitted. During The Period Of Commencement Of Works, The Contractor Shall Survey The Construction Area And Confirm The Levels. He Shall Immediately Notify The Engineer Of Any Discrepancies And Shall Agree With The Engineer Any Amended Values On The Plan. All Stations And Reference Points Shall Be Clearly Marked And Protected To The Satisfaction Of The Engineer. All Working Benchmarks Shall Be Near Major/medium Structure Sites. Accurate Establishment Of The Centerlines Based On The Drawing Is Required. The Existing Profile And Cross-section Shall Be Jointly Taken With The Engineer. Excavation Foundation Trench Shall Be Dug To The Exact Width And Depth And Levels As Indicated In The Drawings. Sides Of The Trenches Shall Be Vertical. In Case Soil Does Not Permit Vertical Sides, The Contractor Shall Protect The Sides With Timber Shoring. Excavated Earth Shall Not Be Placed Within 1.5 Meters Of The Edge Of The Trench. The Project Engineer May Direct The Contractor To Be Excavated Earth At A Particular Site Up To 30 Meters Away From The Proposed Building. No Excavation Or Foundation Work Shall Be Filled In Or Covered Up Before The Inspection And Approval Of The Project Engineer. Concrete Works A. General: All Concrete Works To Be Done Herein Shall Be In Accordance With Aci Requirement And/ Or Standard Specifications As Adopted By The Government. B. Cement Shall Be Portland Cement (type 1) With 40 Kgs/bag. C. Fine Aggregates Shall Be Clean Hold River Sand, Free From Injurious Amount Of Clay, Loam And Vegetable Matter. D. Coarse Aggregates Shall Be River Run Gravel Or Broken Stones. The Maximum Size Shall Be 1/5 Of The Nearest Dimensions Between Side Forms Of The Concrete Members Or ¾ The Maximum Clear Spacing Between Reinforcing Bars. E. Reinforcing Bars: Reinforcing Bars Shall Be Intermediate Grade And Deformed And Shall Have Minimum Yield Strength Of 275 Mpa (40,000 Psi) F. The Wires Shall Be Locally Produced G.i. Wire Gauge No. 16. G. Placing Reinforcement And Miscellaneous Materials: Provide Bars, Wire Fabrics, Wire Ties, Supports And Other Devices Necessary To Install And Secure Reinforcement. Reinforcement Shall Not Contain Rust, Scale Oil, Grease Clay And Foreign Substances That Would Reduce The Bond. Rusting Of Reinforcement Is A Basis Of Rejection If The Effective Cross Sectional Area Of The Normal Weight Per Foot Of The Reinforcement Has Been Reduced To Less Than Specified In Paragraph Entitled “reinforcing Bars”. Remove Loose Rust Prior To Placing Of Steel. H. Proportioning Of Concrete For Concrete Works Use 1:2:4 I. All Concrete Cured For Least Seven (7) Days To Twenty-eight (28) Days If Possible After Placement To Attain The Required Strength Of Concrete. J. Removal Of Forms: Forms Shall Be Removed In Such A Manner As Not To Impair The Safety And Serviceability Of The Structures. Installation Of Water Tank Use Brand New 2000 Liters Vertical Stainless Water Tank And 2”x2”x4mm Angle Bars With Two (2) Coats Of Metal Primer For The Tank Stand. Establishment Of Dugwell With Cover For The Installation Of The Dugwell, Use 610mm Rc Pipe. For Concrete Works, Use A Mix Ratio Of 1:2:4 For The Dugwell Cover, With 150mm Cement Mortar And A Wall Thickness Of 100 Mm For Both Inside And Outside Diameter. Cement Shall Be Portland Cement (type 1) With A Weight Of 40 Kgs/bag. Reinforcing Bars: Reinforcing Bars Shall Be Intermediate Grade And Deformed And Shall Have Minimum Yield Strength Of 275 Mpa (40,000 Psi). Installation Of Centrifugal Pump Motor With Pipe Connections Use A 1.5 Hp Centrifugal Pump Motor With A 2”x3m Pvc Blue Pipe For Suction, Along With A 2” Foot Valve. For The Discharge, Use 1 ¼” Hdpe Sdr 11. Electrical Works The Electrical Installation Shall Be Done In Accordance With The Approved Plans And Under The Direct Supervision And Control Of A Professional Electrical Engineer And Or Registered Electrical Engineer. All Electrical Works And Materials Shall Conform To The Provisions Of The Latest Edition Of The Philippine National Electrical Code. There Shall Only One Service To Be Dropped From The Nearest Or Local Electrical Company Pole For The Proposed Building. See Attached Plans For Details And Specifications. Section Vii. Drawings All Annexes Shall Be Annexed And The Title Shall Be Specified As To What Plan The Drawing Pertain To Annex A – Architectural Design Annex B- Project Billboard Plan Section Viii. Bill Of Quantities Bid No. Agr- 25-147-b Item Description Quantity Unit Unit Cost Total Cost No. I. Clearing And Grubbing 209 Sq.m Pesos And Ctvs. (p ) / Sq.m P Ii. Excavation 0.71 Cu.m Pesos And Ctvs. (p ) / Cu.m P Iii. Concrete Works A. Concreting 0.74 Cu.m Pesos And Ctvs. (p ) / Cu.m P B. Steel Works 66.53 Kgs Pesos And Ctvs. (p ) / Kgs P C. Form Works 3.60 Sq. M Pesos And Ctvs. (p ) / Sq.m P Itemno. Description Quantity Unit Unit Cost Total Cost Iv. Installation Of Water Tank 1 Lot Pesos And Ctvs. (p ) / Lot P V. Establishment Of Dugwell With Cover 1 Lot Pesos And Ctvs. (p ) / Lot P Vi. Installation Of Centrifugal Pump Motor With Pipe Connections 1 Lot Pesos And Ctvs. (p )/lot P Vii. Electrical Works 1 Lot Pesos And Ctvs. (p )/ Lot P Total Bid Cost In Figures P Total Bid Cost In Words Summary Of Costs Item No. Bid Amount I. Clearing And Grubbing ₱ ________________________________ Ii. Excavation ₱ ________________________________ Iii. Concrete Works A. Concreting ₱ ________________________________ B. Steel Works ₱ ________________________________ C. Formworks ₱ ________________________________ Iv. Installation Of Water Tank ₱ ________________________________ V. Establishment Of Dugwell With Cover ₱ ________________________________ Vi. Installation Of Centrifugal Pump Motor With Pipe Connections ₱ ________________________________ Vii. Electrical Works ₱ ________________________________ Total Bid Amount ₱ ________________________________ Section Ix. Checklist Of Technical And Financial Documents I. Technical Component Envelope Class “a” Documents Legal Documents ⬜ (a) Valid Philgeps Registration Certificate (platinum Membership) (all Pages) In Accordance With Section 8.5.2 Of The Irr; (b) 1. Registration Certificate From Sec, Department Of Trade And Industry (dti) For Sole Proprietorship Or Cda For Cooperatives, Or Any Proof Of Such Registration. 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 Per Executive Order 398, Series Of 2005, A S Finally Reviewed And Approved By The Bir 4. Audited Financial Statements, Showing, Among Others, The Prospective 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; For The Type And Cost Of The Contract To Be Bid Technical Documents ⬜ (b) 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 ⬜ (c) 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 ⬜ (d) Special Pcab License In Case Of Joint Ventures; And Registration For The Type And Cost Of The Contract To Be Bid; And ⬜ (e) 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 (f) 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 ⬜ (g) 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 ⬜ (h) The Prospective Bidder’s Computation Of Net Financial Contracting Capacity (nfcc). Class “b” Documents ⬜ (i) 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 ⬜ (j) Original Of Duly Signed And Accomplished Financial Bid Form; And Other Documentary Requirements Under Ra No. 9184 ⬜ (k) Original Of Duly Signed Bid Prices In The Bill Of Quantities; And ⬜ (l) 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 ⬜ Cash Flow By Quarter.
1911-1920 of 1964 archived Tenders