Architect Tenders
Province Of Iloilo Tender
Civil And Construction...+1Civil Works Others
Philippines
Closing Date29 Apr 2025
Tender AmountPHP 2 Million (USD 35.4 K)
Details: Description Philippine Bidding Documents (as Harmonized With Development Partners) Construction Of 8-units Cattle Paddocks At Brgy. Calamigan, Concepcion, Iloilo Bid No. Agr-25-415-b Iloilo Provincial Government Sixth Edition Table Of Contents Glossary Of Terms, Abbreviations, And Acronyms 4 Section I. Invitation To Bid 7 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 9 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 10 11. Documents Comprising The Bid: Financial Component 11 12. Alternative Bids 11 13. Bid Prices 11 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 12 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 15 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 16 6. Site Investigation Reports 17 7. Warranty 17 8. Liability Of The Contractor 17 9. Termination For Other Causes 17 10. Dayworks 17 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 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 Construction Of 8-units Cattle Paddocks At Brgy. Calamigan, Concepcion, Iloilo Bid No. Agr-25-415-b 1. The Iloilo Provincial Government, Through The 20% Nta Development Fund Cy 2025 Intends To Apply The Sum Of Two Million Pesos (p2,000,000.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Agr-25-415-b For The Construction Of Cattle Paddocks At Brgy. 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 One Hundred Fifty 150 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 07, 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 Five Thousand Pesos (p5, 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 April 15, 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 29, 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 29, 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 28, 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 8-units Cattle Paddocks At Brgy. Calamigan, Concepcion, Iloilo, With Project Identification Number Agr-25-415-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 Two Million Pesos (p 2,000,000.00) 2.2. The Source Of Funding Is: A. Lgu’s, 20% Nta Cy 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 27, 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 Of Perimeter Fence/buildings 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-health & Safety Officer 1 Year 1 Year 1-foreman 1 Year 1 Year 10.5 The Minimum Major Equipment Requirements Are The Following: Equipment Capacity Number Of Units One Bagger 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. 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. All Envelopes Shall: A. Contain The Name Of The Contract To Be Bid In Capital Letters: “construction Of 8 Units Cattle Paddocks At Brgy. 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-25-415-b” E. Bear A Warning “do Not Open Before April 29, 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 Bid Is 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 Other Structures, Such As Bailey And Wooden Bridges, Shallow Wells, Spring Developments, And Other Similar Structures:] Two (2) 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 Installed Or Constructed 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 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 Authorized Representative Or The Engineer In-charge. 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 Works The Works Include Furnishing Of Labor, Materials, Tools, Equipment And Other Incidentals Necessary To Complete The Project Such As Clearing, Grubbing & Staking, Excavation Works, Backfilling, Concrete Works And Fence And Gate Installation. General Condition A. The Works To Be Done Herein Shall Be The Construction Of 8-units Cattle Paddocks 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 Pao Billboard The Billboard’s Specifications Shall Conform To The Following Requirements: A. Tarpaulin, White, 8ft X 8ft (coa) And 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 Project Billboard Shall Be In Accordance With Provisions Of This Specification. Basis Of Payment No Additional Payment Shall Be Made In This Regard. I. Clearing, Grubbing And Staking 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 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 Or 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. Staking-out The Site Shall Be Staked Out On The Lines And Grades Shown In The Drawings Established Before Any Excavation Is Started. Batter Boards And Reference Marks Shall Be Erected At Such Place Where They Will Not Be Disturbed During The Excavation Of The Project. 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. Ii. 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 Meter Of The Edge Of The Trench. No Excavation Or Foundation Work Shall Be Filled In Or Covered Up Before The Inspection And Approval Of The Project Engineer. Iii. Backfilling And Gravel Bedding Place Backfill In Uniform Horizontal Layer Not More 150mm Thick At A Time, Puddle And Tamper Each Layer As Required To Make Firm Adequate Compaction. Fill Bottom Of Excavation For Structured Foundation With At Least 100mm Thick Gravel Before Placing Reinforcing Steel Bars And Pouring Concrete. Iv. 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 (type1) 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 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. Splices Shall Be Approved Prior To Use. Do Not Splice At Points Of Maximum Stress. Overlapped Welded Wire Fabric The Spacing Of The Cross Wires, Plus 50 Mm (2 Inches). H. 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. K. Proportions Of All Materials Entering Into Concrete Shall Be Of Class “a”. V. Fence And Gate Installation A. Fence: Use 3”ø X 2m Long Bamboo Pole And 3”ø G.i. Pipe Schedule 40 Alternately For The Post And Barbed Wire Galvanized 3 Strands Ga 12.5. B. Gate: Use 2”ø G.i. Pipe Schedule 40. Please See Attached Plan For Details. Section Vii. Drawings Annex A – Architectural Design Annex B- Project Billboard Plan Section Viii. Bill Of Quantities Bid No. Agr- 25-415-b Item Description Quantity Unit Unit Cost Total Cost No. I. Clearing, Grubbing & Staking 2,720.00 Sq.m. Pesos And Ctvs. (p ) / Sq.m P Ii. Excavation Works 87.75 Cu.m. Pesos And Ctvs. (p ) / Cu.m P Iii. Backfilling 47.08 Cu.m. Pesos And Ctvs. (p ) / Cu.m P Iv. Concrete Works A. Concreting 32.90 Cu.m. Pesos And Ctvs. (p ) / Cu.m P B. Gravel Bedding 9.00 Cu.m. Pesos And Ctvs. (p ) / Cu.m P Item Description Quantity Unit Unit Cost Total Cost No. C. Steelworks 1,951.00 Kgs. Pesos And Ctvs. (p ) / Kgs. P D. Formworks 141.76 Sq.m. Pesos And Ctvs. (p ) / Sq.m P V. Fence And Gate Installation 8,318.60 Ln.m Pesos And Ctvs. (p ) / Ln.m P Total Bid Cost In Figures P Total Bid Cost In Words Summary Of Costs Item No. Bid Amount I. Clearing, Grubbing & Staking ₱ _____________________________ Ii. Excavation Works ₱ _____________________________ Iii. Backfilling ₱ _____________________________ Iv. Concrete Works A. Concreting ₱ _____________________________ B. Gravel Bedding ₱ _____________________________ C. Steelworks ₱ _____________________________ D. Formworks ₱ _____________________________ V. Fence And Gate Installation ₱ _____________________________ 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. 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 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 Allowable Forms Of Performance Security, Subject To The Terms And Conditions Of Issued Gppb Guidelines12 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 12 Currently Based On Gppb Resolution No. 09-2020 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 Date15 Apr 2025
Tender AmountPHP 970 K (USD 16.9 K)
Details: Description Z Table Of Contents Glossary Of Terms, Abbreviations, And Acronyms 4 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 10 10. Documents Comprising The Bid: Eligibility And Technical Components 10 11. Documents Comprising The Bid: Financial Component 10 12. Alternative Bids 11 13. Bid Prices 11 14. Bid And Payment Currencies 11 15. Bid Security 11 16. Sealing And Marking Of Bids 11 17. Deadline For Submission Of Bids 12 18. Opening And Preliminary Examination Of Bids 12 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 18 Section V. Special Conditions Of Contract 19 Section Vi. Specification 20 Section Vii. Drawings 26 Section Viii. Bill Of Quantities 29 Section Ix. Checklist Of Technical And Financial Documents 30 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 Multi-commodity Nursery At Art-center, Brgy. Nanga, Pototan, Iloilo Bid No. Agr-25-370-b 1. The Iloilo Provincial Government, Through The 20% Nta Development Fund Cy 2025 Intends To Apply The Sum Of Nine Hundred Seventy Thousand Pesos (p970,000.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Agr-25-370-b For The Improvement Of Multi-commodity Nursery At Art-center, Brgy. Nanga, Pototan, 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 07 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 15, 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 15, 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 28, 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 Multi-commodity Nursery At Art-center, Brgy. Nanga, Pototan, Iloilo, With Project Identification Number Agr-25-370-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 Nine Hundred Seventy Thousand Pesos (p970,000.00) 2.2. The Source Of Funding Is: A.) Lgu’s, 20% Nta Development Fund Fy 2025, As Approved By The 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 13, 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 A Building 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-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 Welding Machine - 1 One Bagger Concrete Mixer - 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. 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. Itb Clause 16 All Envelopes Shall: A. Contain The Name Of The Contract To Be Bid In Capital Letters: “improvement Of Multi-coomudity Nursery At Art Center, Brgy. Nanga, Pototan, Iloilo” B. Bear The Name And Address Of The Bidder In Capital Letters; A. Addressed To: Atty. Dennis T. Ventilacion, Chairperson, Bids And Awards Committee: D. Bear The Specific Identification Of This Procurement: “agr-25-370-b” E. Bear A Warning “do Not Open Before April 15, 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 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 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 Clearing, Grubbing And Staking, Excavation, Embankment, Gravel Bedding, Concrete Works, Masonry Works With Plastering, Roofing Works And Installation Of Pipelines. General Condition A. The Works To Be Done Herein Shall Be The Improvement Of Multi-commodity Nursery 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. Description Of Works: I. Clearing, Grubbing And Staking 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. Staking-out The Building Lines Shall Be Staked Out On The Lines And Grades Shown In The Drawings Established Before Any Excavation Is Started. Batter Boards And Reference Marks Shall Be Erected At Such Place Where They Will Not Be Disturbed During The Excavation Of The Building. 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. Ii. 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 Meter Of The Edge Of The Trench. No Excavation Or Foundation Work Shall Be Filled In Or Covered Up Before The Inspection And Approval Of The Project Engineer. Iii. Embankment And Gravel Bedding Promptly Backfill Excavation As Work Permits. Use Earth Or Sand Free From Waste And Objectionable Materials. Place Embank/backfill In Uniform Horizontal Layer Not More 150mm Thick At A Time, Puddle And Tamper Each Layer As Required To Make Firm Adequate Compaction. Fill Bottom Of Excavation For Structured Foundation With At Least 75mm Thick Gravel Before Placing Reinforcing Steel Bars And Pouring Concrete. V. 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 (type1) 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 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. Splices Shall Be Approved Prior To Use. Do Not Splice At Points Of Maximum Stress. Overlapped Welded Wire Fabric The Spacing Of The Cross Wires, Plus 50 Mm (2 Inches). H. All Concrete Cured For Least Seven (7) Days To Twenty-eight (28) Days If Possible After Placement To Attain The Required Strength Of Concrete. Vi. Masonry Works With Plastering 1. For Concrete Seed Bed, Use Chb Or Its Equivalent. 2. Minimum Comprehensive Strength Shall Be 700 Psi. Mixture For Plastering: Thickness Of Plaster Shall Be 16mm Thick. A Mixture Of Washed Sand And Portland Cement. Vii. Roofing Works A. For Roofing, Use 75%-80% Seed Net B. For Roof Frame And Post Use 2” Diameter X 6m G.i. Pipe S-40 C. Fasten Framing Members Together By Welding Or By Using Bolts. Welding Shall Conform To Aws D1.3 Welding Procedure. Viii. Installation Of Pipelines A. Use 1 ¼” Diameter Hdpe Sdr11 Pipe From Source And ½” Diameter Hdpe Sdr11 Pipe For Water Line B. Use ½” Diameter Faucet With Hose Bibb Compatible To Garden Hose C. Use ½” Diameter Garden Hose With Hose Clip D. Faucet Must Be Attached To The G.i. Post Using ½” X 1 ¼” Diameter Pvc Saddle Clamp Section Vii – Schedule Of 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-25-370-b Item No. Description Quantity Unit Unit Cost Total Cost I. Clearing, Grubbing And Staking 193.64 Sq.m. Pesos ……................................... ………………………........ …………………………………........ And …………………………. Ctvs (₱ ……………………….) / Sq.m. ₱ …………… Ii. Excavation 6.26 Cu.m. Pesos ……................................... ………………………........ …………………………………........ And …………………………. Ctvs (₱ ……………………… .) / Cu.m. ₱…………… Iii. Embankment 309.79 Cu.m. Pesos ……................................... ………………………........ …………………………………........ And …………………………. Ctvs (₱ ………………………) /cu.m. ₱ …………… Iv. Gravel Bedding 13.76 Cu.m. Pesos ……................................... ………………………........ …………………………………........ And …………………………. Ctvs (₱ ………………………) / Cu.m. ₱ …………… V. Concrete Works 21.33 Cu.m. Pesos ……................................... ………………………........ …………………………………........ And …………………………. Ctvs (₱ ……………………...) / Cu.m. ₱ …………… Vi. Masonry Works With Plastering 33.80 M. Pesos ……................................... ………………………........ …………………………………........ And …………………………. Ctvs (₱ ……………………..) /m. ₱ …………… Vii. Roofing Works 122.84 Sq.m. Pesos ……................................... ………………………........ …………………………………........ And …………………………. Ctvs (₱ …………………….) / Sq.m. ₱ …………… Viii. Installation Of Pipelines 1.00 Lot Pesos ……................................... ………………………........ …………………………………........ And …………………………. Ctvs (₱ ………………………) /lot ₱ …………… Total Bid Cost In Figures ₱ …………… Total Bid Cost In Words ……………………………………………………………………………………. ………………………………………………………………………………………………………………………………. Summary Of Costs Bid No. Agr- 25-370-b Item No. Description Bid Amount I. Clearing, Grubbing And Staking ₱ __________________________ Ii. Excavation ₱ __________________________ Iii. Embankment ₱ __________________________ Iv. Gravel Bedding ₱ __________________________ V. Concrete Works ₱ __________________________ Vi. Masonry Works With Plastering ₱ __________________________ Vii. Roofing Works ₱ __________________________ Viii. Installation Of Pipelines ₱ __________________________ 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, As 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. 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]
Apayao State College Tender
Education And Training Services
Philippines
Closing Date4 Mar 2025
Tender AmountPHP 1.9 Million (USD 32.9 K)
Details: Description 1 9798891611009 - Animal Physiology/2024/armstrong, A. Copy 1 2 9786218035027 - Campus Journalism Within Your Reach/2016*/bulusan, F. Copy 1 3 9789392333811 - Introduction To Kinesiology (hb)/2023/rathor, M. Copy 1 4 9786214092376 - 9786214092376 - Basic Of Arnis De Mano: A Handbook For Teachers And Students/2023/anajao Et Al. Copy 2 5 9789351119746 - Agricultural Land Drainage- Hb/2017/anand, A. Copy 1 6 9789719655145 - Physical Education And Health: Aquatic (basic Swimming) And Mountaineering Revised Edition 2023/latorre Copy 1 7 9786214510351 - Let Comprehensive Reviewer General Education/2023/corpuz, B. Et Al. Copy 1 8 9786214510368 - Let Rev. Professional Education/2023/corpuz Et. Al. Copy 1 9 9789719655688 - English For Purposive Communication (a Modular Approach)/2023/gutierrez-ang, J. Copy 1 10 9789719655282 - Purposive Communication (revised Edition)/2023/zoleta Copy 1 11 9786214092079 - Essentials Of Purposive Communication/2023/caudilla Copy 1 12 9786214092246 - Understanding The Self:new Normal Edition/2024/palean Et Al. Copy 1 13 9786214060450 - Understanding Society And Culture: A Sociological And Anthropological Approach/2016/ Riodique Iii, F.c. Et Al. Copy 1 14 9786214091935 - Introduction To Ethics/2023/umali, Et Al Copy 1 15 9789719655527 - Science, Technology And Society/2023/tabotabo, C. Copy 1 16 9786214271634-ethics/2023/bacolod, Et, Copy 1 17 9786214092277 - Art Of Self Discovery, The: An Understand The Self Workbook-textbook 2023/villanueva; Egargo Copy 1 18 9786214271641 - Readings In Philippine History/2023/bacolod, Et, Copy 1 19 9786214063550 - Life And Works Of Dr. Jose P. Rizal Revised Edition/2024/pangilinan Copy 1 20 9786214510405 - The Contemporary World/2024/mananay, Sanchez Copy 1 21 9786214510375 - Inclusive Education In Early Childhood Settings/2024/boholano,menoria Copy 1 22 9786214510443 - Interactive And Innovative Teaching Strategies: A Compendium/2024/milagros L. Copy 2 23 9786214510320 - Let Rev. Prof.ed Assessment In Learning/2023/corpuz, B. Copy 1 24 9786214091690f - Facilitating Student-centered Teaching & Learning/2023/larioque, Et Copy 1 25 9786214271726 - Gender And Society/2024/bacolod, Et, Copy 1 26 9786214460069 - Physical Education 101 For College Students/2022/enrique Copy 1 27 9789393274137 - Marketing Research/2020/chanda Copy 1 28 9786214161256 - Strategic Management - Concepts And Application/2022/ Cabrera, E. & Cabrera, G. Copy 1 29 9786214063482 - Mastering Pricing And Costing: Strategies For Profitable Business Growth/2024/pasahol Et Al Copy 1 30 9789719655800 - Foundations Of Operations Management: A Practical Guide For Higher Learning/2024/perida, Arcadio Copy 1 31 9786214271481 - Understanding Marketing Research/2024/mutya Copy 1 32 9789719655978 - Entrepreneurial Behavior Growth Mindset And Fixed Mindset/2024/pasahol Et Al Copy 1 33 9789390674206 - Social Media Marketing (hb)/2021/barman, R.d. Copy 1 34 9789350301685 - The Era Of Commerce And E-commerce /2022/ Zaveri, N. Et Copy 1 35 9781984678928 - Agricultural Implements And Machinery/2023/3g E-learning Copy 1 36 9789391972066 - Scientific Poultry Production And Nutrition/ 2022/ Pandey, D. Copy 1 37 9789350305645 - Nutrition And Disease Management In Poultry/2020/lewis, G. Copy 1 38 9789391096632 - Principles And Methods Of Sampling In Animal Diseases Surveys/ 2022/singh, S. K Copy 1 39 9789352220328 - Animal Physiology (hb)/2022/eyeson, S.r. Copy 1 40 9781912859030 - Environmental Pollution Research (hb)/2023/adams, K. Copy 1 41 9781799600794 - Forest Biodiversity And Its Conservation Practices/reprinted 2024/ezra Altenwerth Copy 1 42 9789710391448 - Cordillera Games/ 2009/flores, J. Copy 1 43 9786214092239 - The Teaching Profession/2024/fernando Copy 1 44 9789389740660 - Humour In Classroom/2021/k.s. Bhardwaj Copy 1 45 9786214092369 - An Eye For Art Appreciation Perception And Expression/2024/sonsana, Et. Al. Copy 2 46 9789395546966 - Research In Physical Education And Sports Science (hb) 2023/ Kumar, R. Copy 1 47 9789719655404 - The Teaching Profession In The 21st Century/2024/ Sarandi & Babao Copy 2 48 9789392516191 - Sociological Aspects In Physical Education/2023/bhoj Ram Copy 1 49 9789719655145 - Physical Education And Health: Aquatic (basic Swimming) And Mountaineering Revised Edition/2023/latorre Copy 1 50 9789391972400 - Poultry Feed Technology (hb)/2022/pandey, D. Copy 1 51 9789391096960 - Poultry Farming And Feed Formulations (hb)/2022/lewis, G. D Copy 1 52 9798891612655 - Animal Breeding And Genetics/2024/matthews, K Copy 1 53 9786214091706 - Art Appreciation 2nd Edition/2023/etm Copy 1 54 9786214063475 - Reading Visual Arts/2024/zoleta Copy 1 55 9786214061105 - Physical Education And Health 4 For Shs/2018/gonzalvo, R. Copy 1 56 9789719655855 - (path Fit 4 Sports) Menu Of Sports/2024/punzalan Et Al. Copy 1 57 9789719655503 - Physical Activity Towards Health And Fitness (path-fit 4 Sports) Individual/dual And Team Sports/2023/medina-bulatao, M.g. Et. Al. Copy 1 58 9798891612341 - Agricultural Entomology/2024/watkins, R. Copy 1 59 9789719656210 - Research Fundamentals From Concept To Output: A Guide For Researchers & Thesis Writers/ 2016/ Almeida, Et Al. Copy 1 60 9789710391622 - Effective Classroom Management/2010/patron, Ida Copy 1 61 9716858143 - Let Comprehensive Reviewer Based On The Ncbts And Tos Professional Education Beed & Bsed Volume 2/2016/bautista, Et Al. Copy 1 62 9786214092062 - Physical Activities Towards Health And Fitness Pathfit 2: Exercise-based Fitness Activities/2023/ Ballecer, M. Copy 15 63 9786214460069 - Physical Education 101 For College Students/2022/enrique, W. Dc Copy 2 64 9786214092239 - The Teaching Profession/2024/fernando, Et Al. Copy 1 65 9789352692293 - Psychological Aspects In Physical Education And Sport/ 2019/ Singh, S. Copy 1 66 9789392333927 - Motor Control And Human Movement (hb)/2023/bissu, A. Copy 1 67 9789392333927 - Motor Control And Human Movement (hb)/2023/bissu, A. Copy 1 68 9789710391448 - Cordillera Games/2009/flores, J. Copy 1 69 9789392516160 - Physical Education And Psychology/2023/bhoj Ram Rawte Copy 1 70 9789395337083 - Sports And Exercise Psychology (hb)/2023/kaswan, S.s. Copy 1 71 9789357510745 - Biomechanical Evaluation Of Movement In Sport & Exercise/2024/roshan Sinha/ John Michael Aquino Copy 1 72 9789395431804 - Tourism As An Industry (hb)/2023/rajpal, N. Copy 1 73 9786214510351 - Let Comprehensive Reviewer General Education/ 2023/ Corpuz, B. Et Al. Copy 1 74 2244-4734 - Licensure Examination For Teachers (let) Reviewer 2024 Updated Edition/2024/jose-pangan, M. / Duque-novales, M. Copy 1 75 9786214063659 - (path Fit 1) Physical Activity Towards Health And Fitness 1 Movement Compentency Revised Ed./2024/bulatao Et Al Copy 1 76 9789719655565 - Physical Activity Towards Health & Fitness 1 (path-fit 1) Health & Wellness, Movement Education And Exercise Program/2023/ Punzalan, M.d, Et. Al. Copy 1 77 9786214062669 - Physical Education 2 Rhythmic Dance And Social Activities/ 2020/punzalan & Habana Copy 1 78 9786214092062 - Physical Activities Towards Health And Fitness Pathfit 2: Exercise-based Fitness Activities/2023/ Ballecer, M. Copy 1 79 9786214510368 - Let Rev. Professional Education/2023/corpuz Et. Al. Copy 1 80 9786214510320 - Let Rev. Prof.ed Assessment In Learning/2023/corpuz, B. And Cuartel, I. Copy 5 81 9786214510450 - Let Reviewer Filipino/2024/elmer B. De Leon Copy 5 82 9786214510368 - Let Rev. Professional Education /2023/corpuz Et. Al. Copy 5 83 9786214510351 - Let Comprehensive Reviewer General Education/2023/corpuz, B. Et Al. Copy 5 84 9789719647744 - Technical English 1 (investigative Report Writing And Presentation)/2023/alvarez, J. Copy 1 85 9789719647751 - Technical English 2 (legal Forms)/2023/alvarez, J. Copy 1 86 9786214880041 - Criminological Research 2nd Ed./2024/beit-chavez Copy 1 87 9786214880300 - Law Enforcement Organization And Administration 2nd Edition/2025/detran, A. Et. Al. Copy 1 88 9786214880270 - Therapeutic Modalities/2024/bayog, M. Et. Al. Copy 1 89 9789719647874 - Fire Protection And Arson Investigation/ 2023/ Tello, W/cejes, L Copy 1 90 9786214880034 - Forensic Photography 6th Ed./2024/ma.elena Magadia/ Ma. Elizabeth Bulan Copy 1 91 9789395080521 - Auto Mechanic A Career Guide/2024/josef Carter Copy 1 92 9789395080538 - Automotive Mechanic Advanced/2024/josef Carter Copy 1 93 9789395080729 - Electrical Installation And Maintenance Basic And Intermediate/2024/laxman Singh Copy 1 94 9781984685551 - Basic Knowledge Of Electrical Technology/2024/3g E-learning Copy 1 95 9786214510207 - Simplified Ojt Methods (on-job-training) On Building Construction For Engineers & Architects/2022/virgilio N. Porte Copy 4 96 9798891612075 - Introduction To Linguistics/2024/fletcher, H. Copy 1 97 9781639876686 - Educational Psychology/2023/richards, S. Copy 1 98 9786214180455 - Licensure Examination For Criminologist (review Orientation Module) 2018 Millennial Edition/2018/peckley, M. F. Copy 1 99 9786214510481 - Reviewer For Civil Service Examination/2024/corpuz, Borabo, Cuartel Copy 6 100 2244-4734 - Licensure Examination For Teachers (let) Reviewer 2024 Updated Edition/2024/jose-pangan, M. / Duque-novales, M. Copy 3 101 9786214880102 - Security Officer Manual On Leadership And Management/2024/dino B. Bobier Copy 1 102 9781916784574 - Technological Assessment Of Poultry Production And Management/2024/yani Taylor Copy 1 103 9786210612189 - Duck Egg Production And Processing Principple And Practices In The Philippine Context/2024/anglel L. Lambio Copy 1 104 9798891612310 - Soil Fertitlity And Fertilizers/2024/mcmahon, N. Copy 1 105 9798891612341 - Agricultural Entomology/2024/watkins, R. Copy 1 106 9798891611009 - Animal Physiology/2024/armstrong, A. Copy 1 107 9798891612662 - Animal Nutrition And Feeding/2024/matthews, K. Copy 1 108 9789389740172 - Educational Philosophy/2020/nibedita Guru / Binaya Bhusan Mohapatra Ganesh Panda / Sujatha M. Copy 1 109 9789395577199 - Digital Electronics/2024/kumar, S. Copy 1 110 9789395577205 - Basic Electronics/2024/kumar, S. Copy 1 111 9798891612266 - Introduction To Agribusiness Management And Entrepreneurship/2024/mitchell, F. Copy 1 112 9781641722070 - Crop Production: Techniques And Technology/2023/ Ingram, L. Copy 1 113 9781984636850 - Computer Aided Drawing And Drafting/2020/3g E-learning Copy 1 114 9798891612440 - Introduction To Forensic Science/2024/hodges, M. Copy 1 115 9786214880287 - Special Crime Investigation 2 With Interview And Interrogation/2024/astilla, A. Et. Al. Copy 1 116 9789350306666 - Encyclopaedia Of Crime, Criminology And Forensic Science (2 Vols.)/2021/kumar, A./yadav, R.k. Copy 1 117 9781984680242 - 3g Handy Guide: Construction Operations And Supervision - 2nd Ed./3g E-learning/2023, Pb Copy 1 118 9789391383299 - A Glossary Of Soil Science/khambalkar/2023, Hb Copy 1 119 9798887153407 - Agribusiness Management/gilbert/2024, Hb Copy 1 120 9781774699010 - Apiculture/ Wafullah/ 2024, Hb Copy 2 121 9789388387682 - Applied Plant Anatomy And Plant Breeding/pragati/2024, Hb Copy 1 122 9780357766620 - Automotive Maintenance & Light Repair - 3rd Ed./thompson/2024, Pb Copy 1 123 9781119730996 - Barry's Introduction To Construction Of Buildings - 5th Ed./emmitt/2024, Pb Copy 1 124 9781984680402 - Basic Calculus - 3rd Ed./3g E-learning/2023, Pb Copy 1 125 9798887150871 - Biotechnology Of Plant Tissues/burnett/2023, Hb Copy 1 126 9798887153377 - Bridge Engineering/billington/2024, Hb Copy 1 127 9781119772408 - Building Codes Illustrated: A Guide To Understanding The 2021 International Building Code - 7th Ed./ching/2022, Pb Copy 1 128 9781119772514 - Building Codes Illustrated: The Basics/ching/2023, Pb Copy 1 129 9798887153391 - Civil Engineering: Construction Design And Management/maison/2024, Hb Copy 1 130 9781119895305 - Continuous Cover Forestry: Theories, Concepts And Implementation/pommerening/2024, Hb Copy 1 131 9781984688699 - Core Concepts In Engineering: Civil Engineering - 2nd Edition/arduman/2024, Pb Copy 1 132 9781984688675 - Core Concepts In Mathematics: Differential Equations - 2nd Edition/mashoko/2024, Pb Copy 1 133 9781984688644 - Core Concepts In Mathematics: Geometry - 2nd Edition/leo/2024, Pb Copy 1 134 9781984688682 - Core Concepts In Mathematics: Trigonometry - 2nd Edition/alwazeer/2024, Pb Copy 1 135 9798214031958 - Differential Equations With Boundary-vatue Problems - Metric Version 10th Edition/zill/2024, Pb Copy 1 136 9781984680464 - Disaster Readiness And Risk Reduction - 4th Edition/3g E-learning/2023, Pb Copy 1 137 9781119890904 - Ecological Silvicultural Systems: Exemplary Models For Sustainable Forest Management/palik/2024, Pb Copy 1 138 9781984688439 - Electrical Engineering Drawing - 2nd Edition/nollen/2024, Pb Copy 1 139 9780357618707 - Electricity For Refrigeration, Heating And Air Conditioning - 11th Edition/smith/2023, Hb Copy 1 140 9781266262494 - Engineering Circuit Analysis - 10th Edition/hayt, Jr./2024, Pb Copy 1 141 9780357684429 - Engineering Fundamentals: An Introduction To Engineering - 7th Si Edition/moaveni/2024, Pb Copy 1 142 9789395763028 - Entrepreneurship Development In Specialty Agriculture/kachroo/2023, Hb Copy 1 143 9781119476085 - Forest Ecology - 5th Edition/kashian/2023, Pb Copy 1 144 9781641167259 - Forest Ecology And Conservation: An Interdisciplinary Perspective/erickson/2024, Pb Copy 1 145 9798887150727 - Handbook Of Forests And Forestry/kumar/2023, Hb Copy 1 146 9781666868036 - Handbook Of Useful Fungi In Agriculture Sustainability/blackburn/2024, Hb Copy 1 147 9781984688149 - Illustrated Dictionary Of Algebra - 3rd Edition/harvey/2024, Pb Copy 1 148 9781641167178 - Introduction To Botany/ Sawyer/2023, Pb Copy 1 149 9781260598025 - Introduction To Environmental Engineering/davis/2023, 6th, Pb Copy 1 150 9781641730242 - Introduction To Renewable Energy/carter/2024, Pb Copy 1 151 9789358871289 - Mastering Agricultural Extension Education/jarial/2024, Pb Copy 1 152 9789395431712 - Mechanical Machine Design/singh/2023, Hb Copy 1 153 9781337904919 - Modern Hydronic Heating & Cooling: For Residential And Light Commercial Buildings - 4th Edition/siegenthaler/2023, Hb Copy 1 154 9798887153094 - Pest Management: Principles And Practices/ Kingston/ 2024, Hb Copy 1 155 9789395319263 - Pests Of Vegetables - 2nd Fully Revised And Enlarged Edition/laskar/2023, Hb Copy 1 156 9788119920259 - Plane Surveying/young/2024, Hb Copy 1 157 9780357543726 - Plant & Soil Science: Fundamentals And Applications - 2nd Edition/parker/2023, Hb Copy 1 158 9798887153117 - Plant Cell And Tissue Culture/marshall/2024, Hb Copy 1 159 9781647404505 - Plant Pathology And Plant Pathogens/bennett/2024, Pb Copy 1 160 9781266281624 - Plants And Society - 9th Edition/levetin/2024, Pb Copy 1 161 9780357026328 - Plumbing 101 - 7th Edition/phcc Ef/2025, Pb Copy 1 162 9780357684672 - Principles Of Foundation Engineering - 10th Si Edition/das/2024, Pb Copy 1 163 9781639896783 - Principles Of Soil Microbiology/silva/2023, Hb Copy 1 164 9781071818107 - Qualitative Research Writing: Credible And Trustworthy Writing From Beginning To End/salmona/2024, Pb Copy 1 165 9789394490789 - Seed Production Of Field Crops - 2nd Fully Revised And Enlarged Edition/mondal/2023, Hb Copy 1 166 9781264441389 - Teach Yourself Electricity And Electronics - 7th Edition/gibilisco/2022, Pb Copy 1 167 9780357766385 - Today's Technician: Automotive Electricity & Electronics (2 Books) - 8th Edition/hollembeak/2024, Pb Copy 1 168 9781337567336 - Today's Technician: Automotive Suspension & Steering Systems (2 Books) - 7th Edition/schnubel/2020, Pb Copy 1 169 9781799601470 - Veterinary Anatomy Of Domestic Mammals/sanderson/2023, Hb Copy 1 170 9789352691265 - Principles & Concepts Criminology/sharma/2019 Copy 1 171 9781835352533 - Investigation Of Crime Scene Techniques/wiltshira/2025 Copy 1 172 9789362245946 - Organized Crime Investigation/strohmeier/2025 Copy 1 173 9781774698600 - Fundamentals Of Forensic Linguistics/singla/2024 Copy 1 174 9781666888720 - Forensic Dna Technology/snow/2022 Copy 1 175 9781835350355 - Study Of Computer Crime And Forensics/blaylock E.c/2025 Copy 1 176 9781835352052 - Forensic Science Encyclopedia/m. Nelson/2025 Copy 1 177 9789352691524 - Criminology & Penology, Theories On Crime & Punishment/sharma/2019 Copy 1 178 9781835353479 - Technology Of Forensic Dna/geradts/2024 Copy 1 179 9781835353004 - Principles Of Fingerprint/simon A./2025 Copy 1 180 9781666888782 - The Science Examination Of Questioned Documents/bender/2022 Copy 1 181 Forensic Dna Analysis Made Simple/bagasra/2024 Copy 1 182 9789357510394 - Comparative Models And Policing/pandey/2023 Copy 1 183 9781912859733 - Automotive Engineering: Atomotive Transmissions And Transaxles/salas/2023 Copy 1 184 9781984681065 - 3ge Collection On Engineering: Hybrid Electric Vehicles3g E-learning/2023 Copy 1 185 9781984689238 - Core Concepts In Chemistry: Physical Chemistry (2nd Edition) (with Access Code)/tanaka/2024 Copy 1 186 9781984688446 - Electric Circuits (2nd Edition) (with Access Code)/tryon/2024 Copy 1 187 9781774697320 - Services Marketing And Customer Relationship Management/kumar/2024 Copy 1 188 9781984680235 - 3g Handy Guide: Retail Manager 2nd Ed W/ Dvd/3g E-learning/2023 Copy 1 189 9781774697276 - Production And Operations Management/sharma/2024 Copy 1 190 621-418-330-2 - The Blue Book - Reviewer For Board Licensure Examination For Criminologists Volume 1: Professional Courses/garcia/2024, Bp Copy 1 191 621-418-356-2 - The Blue Book - Reviewer For Board Licensure Examination For Criminologists: Volume 2: Area 2 A-c Major Courses/garcia/2024, Bp Copy 1 192 621-418-358-6 - The Blue Book - Reviewer For Board Licensure Examination For Criminologists Volume 3: Area 2 D-e Major Courses + Area 3 Special Courses/garcia/2024, Bp Copy 1 193 621-418-175-9 - Forensic Reviewer A Comprehensive Forensic And Criminalistics Reviewer/domingo/2021, Bp Copy 1 194 621-418-244-2 - Victimology A Comprehensive Guide To Practitioners/depayso/2022, Bp Copy 1 195 621-418-375-3 - Juvenile Delinquency & Juvenile Justice (ra 11131 & Blec Tos Compliance)/mariano Et Al/2024, Bp Copy 1 196 621-418-334-0 - Special Crime Investigation With Interview And Interrogation Protocols/domingo/2024, Bp Copy 1 197 621-418-346-3 - Introduction To The Forensic Sciences/taduran/2024, Bp Copy 1 198 621-418-303-6 - Specialized Crime Investigation With Legal Medicine/dascil /santos/2023, Bp Copy 1 199 621-418-327-2 - Dispute Resolutions And Crises / Incident Management/caño/2024, Bp Copy 1 200 621-418-302-9 - Fire Behavior & Arson Investigations, 4th Edition/bustria/2023, Bp Copy 1 201 621-418-374-6 - Criminology Criminal Sociology - A Comprehensive Reviewer/domingo Et Al/2024, Bp Copy 1 202 621-418-249-7 - Fingerprint - Uniqueness And Persistency Of Friction Ridge Skin Volume 1/rocamora/2023, Bp Copy 1 203 621-418-368-5 - Forensic Handwriting Examination - A Student Guide With Laboratory Activities/immatong/2024, Bp Copy 1 204 9780357676189 - Power System Analysis And Design Copy 1 205 9781292440996 - Introduction To Materials Science For Engineers Copy 1 206 9789811270154 - Handbook Of Accelerator Physics And Engineering Copy 1 207 9780357684429 - Engineering Fundamentals An Introduction To Engineering Copy 1 208 9781292725734 - Mechanics Of Materials (si) Copy 1 209 9788119205691 - Machine Elements Copy 1 210 9781266968365 - Fluid Mechanics: Fundamentals And Applications Copy 1 211 9781484289884 - Industrial Robotics Control: Mathematical Models Copy 1 212 9781119897743 - Sketchup For Interior Design: 3d Visualizing Copy 1 213 9789815097306 - The Nature Of Mathematics Copy 1 214 9781266152115 - Thermodynamics: An Engineering Approach Copy 1 215 9781266115837 - Statistics For Engineers And Scientists Copy 1 216 9789813313545 - Stern's Introductory Plant Biology Copy 3 217 9781266929892 - Shigley's Mechanical Engineering Design: 2024 Release Copy 1 218 9789814839815 - Advanced Engineering Mathematics, Metric Edit Copy 1 219 9789814846189 - Differential Equations With Boundary Value Problems Copy 1 220 9789814846493 - Engineering Fundamentals: An Introduction To Engineering Copy 1 221 9789814866262 - Engineering Mechanics: Dynamics Copy 1 222 9789719814474 - Engineering Drawing And Design: Solid Mensuration Copy 5 223 9789719820239 - Essential Mathematics For The Modern World Copy 1 224 9789815161120 - Calculus International Metric Edition Copy 1 225 9781394183869 - Chemistry: Core Concepts (print And Interactive Copy 1 226 9780357684429 - Engineering Fundamentals An Introduction To Engineering Copy 1 227 9781760427122 - Automotive Mechanics, Revised Edition Copy 1 228 9789719811152 - Principles And Reactions: Chemistry For Engineering Students Copy 2 229 9781107160002 - Mechanics Of Wave-seabed-structure Interact Copy 1 230 9789814846127 - Physics For Scientists And Engineers With Modern Physics Copy 1 231 9789719818106 - Mathematics In The Modem World: Outcomes-based Module Copy 1 232 9781292438221 - Physics For Scientists And Engineers: A Strategic Approach With Modern Physics, Global Edition, 5th Edition Copy 1 233 9781292725734 - Mechanics Of Materials (si) Copy 1 234 9780357684672 - Si Principles Of Foundation Engineering Copy 1 235 9788119677283 - Steel And Timber Design Copy 1 236 9781799601227 - Soil Microbiology Copy 1 237 9781292460208 - Statics And Mechanics Of Materials, Si Units Copy 1 238 9781119911906 - Automotive Handbook Copy 1 239 9780367758776 - Earthquake Science And Engineering Copy 1 240 9781266091797 - Engineering Economy Copy 2 241 9780357684429 - Engineering Fundamentals An Introduction To Engineering Copy 1 242 9780357766248 - Automotive Engines: Diagnosis, Repair, And Rebuilding Copy 1 243 9781760427122 - Automotive Mechanics, Revised Edition Copy 1 244 9780357766965 - Electrical Wiring Residential Copy 1 245 9780357908426 - Calculus: Earty Transcendental Functions, International Metric Edition Copy 1 246 9781292451930 - Engineering Mechanics: Dynamics, Si Units Copy 1 247 9781484296448 - Build Autonomous Mobile Robot From Scratch Using Ros Copy 1 248 9781071884607 - Transforming Schools For Multilingual Leamers Copy 1 249 9781266152115 - Thermodynamics: An Engineering Approach Copy 1 250 9780357766392 - Today's Technician: Automotive Electricity And Electronics Classroom Manual Copy 1 251 9781266277474 - Technology Of Machine Tools Copy 1 252 9789719817253 - Technopreneurship Tech To Go: A Student's Guide To Bringing Technology To The Market Copy 1 253 9781260547887 - Statistics For Engineers And Scientists Copy 1 254 9781266152115 - Thermodynamics: An Engineering Approach Copy 1 255 9780357766392 - Today's Technician: Automotive Electricity And Electronics Classroom Manual Copy 1 256 9788119365098 - Workshop Theory And Practice Copy 1 257 9781266277474 - Technology Of Machine Tools Copy 1 258 9781266929892 - Shigley's Mechanical Engineering Design: 2024 Release Copy 1 259 9781394199501 - Power Systems: Fundamental Concepts And The Transition To Sustainability Copy 1 260 9781394177820 - Willis's Elements Of Quantity Surveying Copy 1 261 9781032137995 - Bioenergy Engineering Copy 1 262 9780128211793 - Chemical Engineering Design: Principles, Practice And Economics Of Plant And Process Design Copy 1 263 9781119718932 - Electron Flow In Organic Chemistry: A Decision-based Guide To Organic Mechanisms Copy 1 264 9780357760451 - Differential Equations With Boundary - Value Problems Copy 1 265 9780357719428 - Energy: It's Use And The Environment Copy 1 266 9780357766248 - Automotive Engines: Diagnosis, Repair, And Rebuilding Copy 1 267 9780357908426 - 9780357908426 - Calculus: Earty Transcendental Functions, International Metric Edition Copy 1 268 9783030793777 - Electronic Circuit Design And Application Copy 1 269 9783031296840 - Education And Research For The Future: Engineering As An Illustrative Case Copy 1 270 9789719820031 - Mathematics In The Modem World Copy 1 271 9780357675854 - Environmental Engineering And Sustainable Design Copy 1 272 9781292440996 - Introduction To Materials Science For Engineers Copy 1 273 9781292444048 - Engineering Mechanics: Statics, Si Units (book) Copy 1 274 9789719820239 - Essential Mathematics For The Modern World Copy 1 275 9789813351684 - Engineering Mechanics: Statics & Dynamics Copy 1 276 9789719822530 - Foundation Of Social Studies Copy 1 277 9781666871357 - Matlab: An Introduction Mathematical Computation Copy 1 278 9781266968365 - Fluid Mechanics: Fundamentals And Applications Copy 1 279 9781484289884 - Industrial Robotics Control: Mathematical Models Copy 1 280 9781266159244 - Organic Chemistry Copy 1 281 9783031134357 - Introduction To Intelligent Construction Technology Copy 1 282 9780357684672 - Si Principles Of Foundation Engineering Copy 1 283 9781799600794 - Forest Biodiversity And Its Conservation Practice Copy 1 284 9781799600817 - Forest Genetics And Tree Breeding Copy 1 285 9781799600824 - Forest Management And Sustainable Development Copy 1 286 9780357766712 - Illustrated Guide To The National Electrical Code Copy 1 287 9780357026328 - Plumbing 101 Copy 1 288 9781292440996 - Introduction To Materials Science For Engineers Copy 1 289 9789811270154 - Handbook Of Accelerator Physics And Engineering Copy 1 290 9780357684429 - Engineering Fundamentals An Introduction To Engineering Copy 1 291 9781292725734 - Mechanics Of Materials (si) Copy 1 292 9781266968365 - Fluid Mechanics: Fundamentals And Applications Copy 1 293 9781484289884 - Industrial Robotics Control: Mathematical Models Copy 1 294 9781119897743 - Sketchup For Interior Design: 3d Visualizing Copy 1 295 9789719820437 - The Contemporary World Copy 10 296 9789815097306 - The Nature Of Mathematics Copy 1 297 9781266152115 - Thermodynamics: An Engineering Approach Copy 1 298 9781266115837 - Statistics For Engineers And Scientists Copy 1 299 9789813313545 - Stern's Introductory Plant Biology Copy 3 300 9781266929892 - Shigley's Mechanical Engineering Design: 2024 Release Copy 1 301 9789814839815 - Advanced Engineering Mathematics, Metric Edit Copy 3 302 9789814846189 - Differential Equations With Boundary Value Problems Copy 3 303 9789814846493 - Engineering Fundamentals: An Introduction To Engineering Copy 3 304 9789814866262 - Engineering Mechanics: Dynamics Copy 3 305 9789719814474 - Engineering Drawing And Design: Solid Mensuration Copy 5 306 9789719820239 - Essential Mathematics For The Modern World Copy 10 307 9789815161120 - Calculus International Metric Edition Copy 3 308 9781394183869 - Chemistry: Core Concepts (print And Interactive Copy 1 309 9780357684429 - Engineering Fundamentals An Introduction To Engineering Copy 1 310 9781760427122 - Automotive Mechanics, Revised Edition Copy 1 311 9789719811152 - Principles And Reactions: Chemistry For Engineering Students Copy 3 312 9789814846127 - Physics For Scientists And Engineers With Modern Physics Copy 3 313 9789719818106 - Mathematics In The Modem World: Outcomes-based Module Copy 10 314 9781292438221 - Physics For Scientists And Engineers: A Strategic Approach With Modern Physics, Global Edition, 5th Edition Copy 1 315 9781292725734 - Mechanics Of Materials (si) Copy 1 316 9780357684672 - Si Principles Of Foundation Engineering Copy 1 317 9788119677283 - Steel And Timber Design Copy 2 318 9781799601227 - Soil Microbiology Copy 1 319 9781292460208 - Statics And Mechanics Of Materials, Si Units Copy 1 320 9781119911906 - Automotive Handbook Copy 1 321 9780367758776 - Earthquake Science And Engineering Copy 1 322 9781266091797 - Engineering Economy Copy 3 323 9780357684429 - Engineering Fundamentals An Introduction To Engineering Copy 1 324 9780357766248 - Automotive Engines: Diagnosis, Repair, And Rebuilding Copy 1 325 9781760427122 - Automotive Mechanics, Revised Edition Copy 1 326 9780357766965 - Electrical Wiring Residential Copy 1 327 9780357908426 - Calculus: Earty Transcendental Functions, International Metric Edition Copy 1 328 9781292451930 - Engineering Mechanics: Dynamics, Si Units Copy 1 329 9781484296448 - Build Autonomous Mobile Robot From Scratch Using Ros Copy 1 330 9781071884607 - Transforming Schools For Multilingual Leamers Copy 1 331 9781266152115 - Thermodynamics: An Engineering Approach Copy 1 332 9783031095917 - Traffic Engineering Copy 1 333 9780357908549 - Transportation: A Global Supply Chain Perspective Copy 1 334 9780357766392 - Today's Technician: Automotive Electricity And Electronics Classroom Manual Copy 1 335 9781266277474 - Technology Of Machine Tools Copy 1 336 9789719817253 - Technopreneurship Tech To Go: A Student's Guide To Bringing Technology To The Market Copy 10 337 9781260547887 - Statistics For Engineers And Scientists Copy 3 338 9781266152115 - Thermodynamics: An Engineering Approach Copy 1 339 9780357766392 - Today's Technician: Automotive Electricity And Electronics Classroom Manual Copy 1 340 9789719822677 - Purposive Communication In The 21st Century Copy 10 341 9788119365098 - Workshop Theory And Practice Copy 1 342 9781266277474 - Technology Of Machine Tools Copy 1 343 9781266929892 - Shigley's Mechanical Engineering Design: 2024 Release Copy 1 344 9781394199501 - Power Systems: Fundamental Concepts And The Transition To Sustainability Copy 1 345 9781394177820 - Willis's Elements Of Quantity Surveying Copy 1 346 9781284272383 - Ems Safety Course Manual Copy 1 347 9780357760451 - Differential Equations With Boundary - Value Problems Copy 1 348 9780357766248 - Automotive Engines: Diagnosis, Repair, And Rebuilding Copy 1 349 9780357908426 - 9780357908426 - Calculus: Earty Transcendental Functions, International Metric Edition Copy 1 350 9783030793777 - Electronic Circuit Design And Application Copy 1 351 9789719820031 - Mathematics In The Modem World Copy 10 352 9780357675854 - Environmental Engineering And Sustainable Design Copy 1 353 9781292440996 - Introduction To Materials Science For Engineers Copy 2 354 9781292444048 - Engineering Mechanics: Statics, Si Units (book) Copy 1 355 9789719820239 - Essential Mathematics For The Modern World Copy 10 356 9789813351684 - Engineering Mechanics: Statics & Dynamics Copy 3 357 9781119883302 - Highway Engineering Copy 1 358 9781119879435 - Ethics, Technology, And Engineering - An Introduction Copy 1 359 9789719822530 - Foundation Of Social Studies Copy 3 360 9781666871357 - Matlab: An Introduction Mathematical Computation Copy 1 361 9781266968365 - Fluid Mechanics: Fundamentals And Applications Copy 2 362 9781484289884 - Industrial Robotics Control: Mathematical Models Copy 2 363 9789719820505 - Science, Technology And Society: An Evidence-driven Outcomes-based Module Copy 10 364 9781266159244 - Organic Chemistry Copy 1 365 9781394175710 - Planning For Community Copy 1 366 9783031134357 - Introduction To Intelligent Construction Technology Copy 1 367 9780357684672 - Si Principles Of Foundation Engineering Copy 1 368 9780357766712 - Illustrated Guide To The National Electrical Code Copy 1 369 9780357026328 - Plumbing 101 Copy 1 370 Filipino Sa Iba't Ibang Disiplina/billy/2024 Copy 5 371 Sangguniang Aklat Ng Gramatika At Pagbuo Ng Mapa Sa Wika/alvarado/2023 Copy 5 372 Panimulang Lingwistika Pandalubhasaan/lonez/2021 Copy 5 373 Intoduksyon Sa Pananaliksik Sa Wika At Panitikan/alvarado/2022 Copy 5 374 Intoduksyon Sa Pag-aaral Ng Wika Pandalubhasaan/balawan/2021 Copy 5 375 Panitikang Panlipunan/acopra/2020 Copy 5 376 Introduction To Discreet Mathematics/2023/sirug Copy 10 377 Jose Rizal: The Man And The Hero/pasigui/2024 Copy 10 378 Life And Works Of Dr. Jose Rizal/2024/pangilinan Copy 10 379 Readings In Philippine History/baes/2025 Copy 10
Province Of Iloilo Tender
Civil And Construction...+2Civil Works Others, Construction Material
Philippines
Closing Date17 Jun 2025
Tender AmountPHP 1.4 Million (USD 25.5 K)
Details: Description Philippine Bidding Documents (as Harmonized With Development Partners) Construction Of Rice Mill Phase Ii At Brgy. Wayang, Miag-ao, Iloilo Bid No. Agr-25-85-b Iloilo Provincial Government Sixth Edition Table Of Contents Glossary Of Terms, Abbreviations, And Acronyms 4 Section I. Invitation To Bid 7 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 10 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 11 10. Documents Comprising The Bid: Eligibility And Technical Components 11 11. Documents Comprising The Bid: Financial Component 11 12. Alternative Bids 12 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 13 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. Specifications 20 Section Vii. Drawings 26 Section Viii. Bill Of Quantities 27 Section Ix. Checklist Of Technical And Financial Documents 30 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 Rice Mill Phase Ii At Brgy. Wayang, Miag-ao, Iloilo Bid No. Agr-25-85-b 1. The Iloilo Provincial Government, Through The Capital Outlay - Supplemental Budget No. 1 Fy 2023 Intends To Apply The Sum Of One Million Four Hundred Twenty-seven Thousand Three Hundred Forty-five Pesos (p1,427,345.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Agr-25-85-b For The Construction Of Rice Mill Phase Ii At Brgy. Wayang, Miag-ao, 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 Ninety 90 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 June 9, 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 Five Thousand Pesos (p5, 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 Bids And Awards Committee Secretariat, 5th Floor, New Iloilo Provincial Capitol, Bonifacio Drive, Iloilo City On Or Before June 17, 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 June 17, 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 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 Rice Mill Phase Ii At Brgy. Wayang, Miag-ao, Iloilo, With Project Identification Number Agr-25-85-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 2023 In The Amount Of One Million Four Hundred Twenty-seven Thousand Three Hundred Forty-five Pesos (p1,427,345.00) 2.2. The Source Of Funding Is: A.) Lgu’s, Capital Outlay – Supplemental Budget No. 1 Cy 2023 As Approved By The 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 October 15, 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 Of Rice Mill 7.1 The Procuring Entity Has Prescribed That Subcontracting Is Not Allowed. 10.3 Special Philippine Contractors Accreditation Board License 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-material Engineer 1 Year 1 Year 1-agricultural And 1biosystems Engineer 1 Year 1 Year 1-health & Safety Officer 1 Year 1 Year 1-foreman 1 Year 1 Year 10.5 The Minimum Major Equipment Requirements Are The Following: Equipment Capacity Number Of Units Generator - 1 One Bagger Mixer - 1 Concrete Vibrator - 1 Bar Cutter - 1 Welding Machine - 1 Compactor - 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. 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 All Envelopes Shall: A. Contain The Name Of The Contract To Be Bid In Capital Letters: “construction Of Rice Mill Phase 11 At Brgy. Wayang, Miag-ao, 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-25-85-b” E. Bear A Warning “do Not Open Before June 17, 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 Bid Is 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 Installed Or Constructed 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 Authorized Representative Or The Engineer In-charge. 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 Works The Works Include Furnishing Of Labor, Materials, Tools, Equipment And Other Incidentals Necessary To Complete The Project Such As Clearing And Grubbing, Excavation, Backfilling, Concrete Works, Masonry Works, Plastering Works, Roofing Works, Ceiling Works, Tile Works, Door And Windows With Complete Accessories, Plumbing Works, Electrical Works, Painting Works, And Installation Of Logo. General Condition A. The Works To Be Done Herein Shall Be The Construction Of Rice Mill Phase Ii 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 Pao Billboard The Billboard’s Specifications Shall Conform To The Following Requirements: A. Tarpaulin, White, 8ft X 8ft (coa) And 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 Project Billboard Shall Be In Accordance With Provisions Of This Specification. Basis Of Payment No Additional Payment Shall Be Made In This Regard. 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 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 Of 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 Meter Of The Edge Of The Trench. No Excavation Or Foundation Work Shall Be Filled In Or Covered Up Before The Inspection And Approval Of The Project Engineer. Backfill And Gravel Bedding Use Earth Or Sand Free From Waste And Objectionable Materials. Place Backfill In Uniform Horizontal Layer Not More 150mm Thick At A Time, Puddle And Tamper Each Layer As Required To Make Firm Adequate Compaction. Fill Bottom Of Excavation For Structured Foundation With At Least 100mm Thick Gravel Before Placing Reinforcing Steel Bars And Pouring Concrete. Concrete, Masonry And Plastering 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 (type1) 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 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. Splices Shall Be Approved Prior To Use. Do Not Splice At Points Of Maximum Stress. Overlapped Welded Wire Fabric The Spacing Of The Cross Wires, Plus 50 Mm (2 Inches). H. Concrete Hollow Blocks: 1. For Walls And Partitions, Use Chb Or Its Equivalent. 2. Minimum Comprehensive Strength Shall Be 700 Psi. 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. K. Mixture For Plastering: Thickness Of Plaster Shall Be 16mm Thick. A Mixture Of Washed Sand And Portland Cement. Roof & Roof Framing A. All Roofing Must Be 0.5mm Pre-painted Rib-type Long Span With Compatible Ridge Roll, And Fascia. B. All Trusses And Rafter Shall Be 1/4” Thick X 2” X 2” Angle Bars For Top And Bottom Chord And All Web Members. C. For Girt Use 1/4” Thick X 2” X 2” Angle Bar For Top And Bottom Chord And All Web Members. D. For Fascia Frame Use 1/4” Thick X 2” X 2” Angle Bar. E. Use 2” X 6” Light Gauge C-purlins. F. Fasten Framing Members Together By Welding Or By Using Bolts. Welding Shall Conform To Aws D1.3 Welding Procedure. G. All Metal Surfaces Must Be Metal Primer Red Oxide Painted. Ceiling Works All Materials Shall Be Of Kind And Size Specified On Plans. Interior And Exterior Ceiling Will Use 6” Spandrel Ceiling With A Carrying Channel, Metal Furring And Wall Angle For Corner As Main Frame. Use Blind Rivets To Fix The Spandrel To The Main Frame. Tile Works Tiles Should Be Installed In Office And Comfort Room Using A 0.60mx0.60m Granite Tile. Shall Have Tile Trim At The Edges And Provide Tile Grout Between Tiles. It Should Be Done By A Tile Setter To Ensure Quality Workmanship. Doors And Windows Use Wooden Panel Door 0.80m X 2.10m Dimension With Complete Accessories At Office Area And Pvc Door 0.70m X 2.10m Dimension With Complete Accessories At Comfort Room. Use Chain Operated Roll-up Door With 3.20m X 3m Dimension. Windows Are Concrete Louver With 0.15m X 0.15m Dimension, Analoc Sliding Glass Window With 1.20m X 1.20m Dimension, Clear Fixed Glass Window With 1.20m X 1.20m Dimension, And Analoc Awning Glass Window With 0.40m X 0.40m Dimension That Should Be Install In Comfort Room. 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. The Type Of Electrical Services To Be Supplied To The Building Shall Be 240v, Ac Single Phase Or Three Phase. There Shall Only One Service To Be Dropped From The Nearest Or Local Electrical Company Pole For The Proposed Building. See Attached Plans For Specifications. Plumbing Works All Works Shall Be Done In Accordance With The Provisions Of The Latest Edition Of The Plumbing Code And Local Ordinance. All Works Shall Be Done Under The Direct Supervision Of A Duly Licensed Master Plumber. See Attached Plans For Specifications. A. Use 1 Roll 1-1/2” Hdpe Pipe For Connection From Main Source Of Water To The Building For The Operation Of Comfort Room And Rice Mill Machine. B. Use 2" G.i Pipe Schedule 40 For Connection From Engine Of The Rice Mill To The Concrete Tank. Painting Works I. Complete Painting Covers All Concrete Surfaces And Other Interior Parts Except Otherwise Specified. Ii. Apply Three (3) Coats As Paint Follows: 1st Coat = Sealer 2nd Coat = Primer 3rd Coat = Color Selected And Approved (2 Coats) Iii. Paint Shall Be Thoroughly Dry Before Applying The Succeeding Coat No Exterior Painting Shall Be Done With The Surface To Be Applied Is Damp Or During Rainy Weather Iv. Proper Works At All Times By Suitable Materials As Work Progress, Upon Completion Of Work, Remove All Paints Stains And Varnish Spots From Floors And Other Surfaces, Leave Work Clean And In Acceptable Condition. Installation Of Logo A. Iloilo Provincial Government (ipg) And Department Of Interior And Local Government (dilg) Logo: Use 33.5" Ø Stainless (202) B. Morpogres: Use 7” And 5.3” Stainless (304) For Big And Small Letters, Respectively. C. Iloilo: Use 8.3” Stainless (304) Section Vii. Drawings Annex A – Architectural Design Annex B- Project Billboard Plan Section Viii. Bill Of Quantities Bid No. Agr- 25-85-b Item Description Quantity Unit Unit Cost Total Cost No. I. Clearing And Grubbing 6.50 Sq.m Pesos And Ctvs. (p ) / Sq.m P Ii. Excavation Works 13.15 Cu.m Pesos And Ctvs. (p ) / Cu.m P Iii. Backfill 2.00 Cu.m Pesos And Ctvs. (p ) / Cu.m P Iv. Concrete Works Includes Septic Tank And Engine Cooling Tank A. Concreting 6.50 Cu.m. Pesos And Ctvs. (p ) / Cu.m P B. Gravel Bedding 1.00 Cu.m. Pesos And Ctvs. (p ) / Cu.m P C. Steel Works 713.00 Kgs Pesos And Ctvs. (p ) / Kgs P D. Formworks 71.26 Sq.m Pesos And Ctvs. ) / Sq.m P Item Description Quantity Unit Unit Cost Total Cost No. V. Masonry 55.18 Sq.m Pesos And Ctvs. (p ) / Sq.m P Vi. Plastering Works 359.48 Sq.m Pesos And Ctvs. (p ) / Sq.m P Vii. Roofing Works 110.00 Sq.m Pesos And Ctvs. (p ) / Sq.m P Viii. Ceiling Works 25.21 Sq.m. Pesos And Ctvs. (p ) / Sq.m P Ix. Tile Works 19.30 Sq.m Pesos And Ctvs. (p ) Sq.m P X. Doors And Windows With 1.00 Lot Pesos Complete Accessories And Ctvs. (p ) Lot P Item Description Quantity Unit Unit Cost Total Cost No. Xi. Plumbing Works 1.00 Lot Pesos And Ctvs. (p ) / Lot P Xii. Electrical Works 1.00 Lot Pesos And Ctvs. (p ) / Lot P Xiii. Painting Works 424.50 Sq.m Pesos And Ctvs. (p ) / Sq.m P Xiv. Installation Of Logo 1.00 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 Works Iii. Backfill Iv. Concrete Works Includes Septic Tank And Engine Cooling Tank A. Concreting B. Gravel Bedding C. Steel Works D. Formworks V. Masonry Vi. Plastering Works Vii. Roofing Works Viii. Ceiling Works Ix. Tile Works X. Doors And Windows With Complete Accessories Xi. Plumbing Works Xii. Electrical Works Xiii. Painting Works Xiv. Installation Of Logo 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 Guidelines12 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. 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]. K. 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: 12 Currently Based On Gppb Resolution No. 09-2020 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]
CITY OF CARCAR, CEBU Tender
Publishing and Printing...+1Furnitures and Fixtures
Philippines
Closing Date27 May 2025
Tender AmountPHP 1.7 Million (USD 31 K)
Details: Description Item No. Item Description Qty. Unit Unit Price Total Price Architect 1 Bondpaper,u.s.,long, Sub 20,70gsm,good Quality 10 Ream 2 Binder Clip, 1" (12pcs/box) 2 Box 3 Flashdrive 32gb 1 Piece 4 Magazine Filer Long, Double, Good Quality (blue) 2 Piece 5 Printer Ink 664 (4 Colors) 2 Set 6 Printer Ink #680, (black) 12 Piece 7 Printer Ink #680, (colored) 10 Piece 8 Sign Pen, 0.5, Gel Ink, Black 40 Piece 9 Sign Pen, 0.5, Gel Ink, Blue 40 Piece 10 Sign Pen, 0.5, Refill, Black 12 Piece 11 Sign Pen, 0.5, Refill, Blue 12 Piece Subtotal Budget 1 Bondpaper,u.s.,long, Sub 20,70gsm,good Quality 50 Ream 2 Bondpaper,u.s.,short, Sub 20,70gsm Good Quality 25 Ream 3 Binder Clip, 1" (12pcs/box) 5 Box 4 Binder Clip, 2" (12pcs/box) 5 Box 5 Calculator, 12 Digits Mx125,2 Way Power 2 Piece 6 Calculator, Two-way Power Dj-120d, 12 Digits 2 Piece 7 Correction Tape, 5mm X 6m, Refill, Pack Of 2 15 Pack 8 Fastener, Plastic Coated Small 4 Box 9 Paper Fastener Long 8.5 Inches 70mm (50sets/box) 2 Box 10 Tape, Transparent 2'' 4 Roll 11 Staple Wire #35, 5000 Staples 8 Box 12 Flashdrive (64gb) 5 Piece 13 Ballpen, Ordinary 50 Pcs/box (black) 3 Box 14 Ballpen, Ordinary 50 Pcs/box (blue) 1 Box 15 Sign Pen, 0.5, Gel Ink, (black) 12 Pcs/box 3 Box 16 Sign Pen G-2 0.5, Retractable (black) 12 Piece 17 Sign Pen 0.5 Refill (black) 50 Piece 18 Pencil No.2 With Eraser 12pcs Per Box 1 Box 19 Folder, Long, Us White (100pcs/pack) 2 Pack 20 Folder Expanding, Long (pastel Color) 25 Piece 21 Paper Clip,120gms 50mm (big Plastic Coated) 5 Box 22 Paper Clip, Small (plastic Coated) 5 Box 23 Printer Ink #680, (colored) 6 Piece 24 Printer Ink #680, (black) 6 Piece 25 Glue White, 130g 4 Bottle 26 Highlighter (pink) 6 Piece 27 Logbook, 500 Pages, Good Quality 6 Piece 28 Magazine Filer Long Single, Good Quality (blue) 4 Piece 29 Marker Pen, Broad (black) 4 Piece 30 Marker Pen, Broad (red) 1 Piece 31 Puncher, Heavy Duty (2 Holes 7cm) 2 Piece 32 Pencil Eraser, Small 6 Piece 33 Twine No.36 1 Pack 34 Rubber Band (big) 1 Box 35 Sticky Notes, 100 Sheets, 76x100mm, 3x4", Pastel Color 3 Pad 36 Ruler, Transparent, 24 Inches 4 Piece 37 Tape Flag 14x60mm (neon, 100s) 2 Pack 38 Metal Tray, 3-layers 3 Piece 39 Metal Tray, 2-layers 4 Piece 41 A4 File Case Waterproof Expanding File Folder With Handle 2 Piece 42 A4 Transparent File Folder Multi-layer 2 Piece 43 File Document Organizer 2 Piece Subtotal Bplo 1 Bondpaper,u.s.,long, Sub 20,70gsm,good Quality 30 Ream 2 Bondpaper,u.s.,short, Sub 20,70gsm Good Quality 30 Ream 3 Envelope, Long Brown 20 Piece 4 Envelope, Short Brown 12 Piece 5 Logbook, 500 Pages, Good Quality 7 Piece 6 Specialty Paper, Board, 210gsm, Short (cream) 110 Pack 7 Correction Tape, Wh-605,5mm X 6m, Heavy Duty 1 Piece 8 Correction Tape, 5mm X 6m, Refill, Pack Of 2 10 Pack 9 Sign Pen, 0.5 Gel Ink (black) 12pcs/box 6 Box 10 Sign Pen, 0.5 Gel Ink (red) 12pcs/box 6 Box 11 Sign Pen, 0.5 Gel Ink (blue) 12pcs/box 5 Box 12 Ballpen, Ordinary 50 Pcs/box (black) 3 Box 13 Glue White 130g 2 Bottle 14 Marker, Permanent, Fine (black) 2 Piece 15 Marker, Permanent, Fine (red) 2 Piece 16 Stapler With Remover,(heavy Duty,#35, (hd-50df) 1 Piece 17 Stapler With Remover, Hd-50/50r,heavy Duty (55x36x125mm) 3 Piece 18 Staple Wire #35, 5000 Staples 3 Box 19 Magazine Filer Long Single, Good Quality (red) 6 Piece 20 Thumbtacks No. 555 (90 Pcs/box) 1 Box 21 Rubber Band, Small #16 (50g) 1 Box 22 Tape, Transparent 2'' 3 Roll 23 Stamp Pad Ink (black)30ml 1 Bottle 24 Stamp Pad, Medium 1 Piece 25 Fastener, Plastic Coated, Small 15 Box 26 Laminating Film,sheets, A4 (100s, 216x303mm,250 Microns) 2 Pack 27 Glossy Photo Sticker Paper 150gsm A4 25 Pack 28 Photopaper, Glossy (8.27 X 11.69 Inches A4) 25 Ream Subtotal Cbms 1 Bondpaper,u.s.,long, Sub 20,70gsm,good Quality 14 Ream 2 Bondpaper,u.s.,short, Sub 20,70gsm Good Quality 14 Ream 3 Bondpaper,u,s.,a4, Sub 20,70gsm Good Quality 14 Ream 4 Sticky Notes, 100 Sheets, 76x100mm, 3x4", Pastel Colors- Orange) 2 Pad 5 Sticky Notes, 100 Sheets, 76x100mm, 3x4", Pastel Colors- Pink) 2 Pad 6 Sticky Notes, 100 Sheets, 76x100mm, 3x4", Pastel Colors- Yellow) 2 Pad 7 Staple Wire #10, 5mm (1000 Staples) 5 Box 8 Staple Small #10 2 Piece 9 Correction Tape, Wh-605,5mm X 6m, Heavy Duty 5 Piece 10 Correction Tape, 5mm X 6m, Refill, Pack Of 2 5 Pack 11 Sign Pen, 0.5, Gel Ink, (black) 12 Pcs/box 2 Box 12 Tape, Transparent 1'' 2 Roll 13 Tape, Masking 1'' 4 Roll 14 Fastener, Plastic Coated Small 3 Box 15 Scissor Big, Heavy Duty, 8.5 2 Piece 16 Tape, Double-sided 1'' 2 Roll 17 Stapler With Remover,(heavy Duty,#35, (hd-50df) 2 Piece 18 Magazine Filer, Long Single, Good Quality 3 Piece 19 Highlighter Yellow 2 Pc 20 Highlighter Orange 2 Pc 21 Marker Pen, Broad Black (12pcs/box) 1 Box 22 Paper Clip120 Gsm 50mm (big Plastic Coated) 2 Box 23 Paper Clipp Small, Plastic Coated 5 Box 24 Photopaper, Glossy, A4 Size 200gsm 10pcs/pack 2 Pack 25 Specialty Paper, A4, 10's (white) 2 Pack 26 Specialty Paper, Board, 210gsm, Short Cream 2 Pack 27 Tape (packaging,brown, 3 Inch) 2 Roll 28 Flashdrive 32gb 2 Piece 29 Laminating Film,sheets, A4 (100s, 216x303mm,250 Microns) 1 Pack 30 Printer Ink #003, (black) 11 Bottle 31 Printer Ink #003, (yellow) 7 Bottle 32 Printer Ink #003, (cyan) 7 Bottle 33 Printer Ink #003, (magenta) 7 Bottle Subtotal Ccr 1 Bondpaper,u.s.,long, Sub 20,70gsm,good Quality 50 Ream 2 Bondpaper,u.s.,short, Sub 20,70gsm Good Quality 25 Ream 3 Folder, Long, Us White (100pcs/pack) 8 Pack 4 Sign Pen G-2 0.5, Retractable (black) 24 Piece 5 Logbook Stock No.85 (500 Pages Hardbound) 4 Piece 6 Ballpen 0.5 Fine (black) 40 Piece 7 Ballpen 0.5 Fine (blue) 10 Piece 8 Ballpen 0.5 (red) 10 Piece 9 Envelope, Expanding, Long With Garter, Colored 12 Piece 10 Correction Tape, Wh-605,5mm X 6m, Heavy Duty 12 Piece 11 Tape, Masking 1'' 10 Roll 12 Tape, Transparent 2'' 10 Roll 13 Tape, Transparent 1'' 10 Roll 14 Tape, Double Sided 1'' 10 Roll 15 Binder Clip, 1" (12pcs/box) 10 Box 16 Binder Clip, 2" (12pcs/box) 5 Box 17 Flashdrive 32gb 2 Piece 18 Fastener, Plastic Coated (small) 6 Box 19 Glue White, 130g 6 Bottle 20 Glue Stick Big 10 Piece 21 Push Pin (12.70 Mmx6.35 Mm) Diameter - 100pcs / Box 1 Box 22 Paper Clip,120gms 50mm (jumbo Colored) 20 Box 23 Paper Clip Small, Plastic Coated 12 Box 24 Marker Ink Refill, Permanent, (black) 1 Bottle 25 Continuous Paper W/ Carbon (11x9 1/2, 2ply) Sub.20 6 Ream Subtotal Cco 1 Bondpaper,u.s.,long, Sub 20,70gsm,good Quality 10 Ream 2 Bondpaper,u.s.,a4, Sub 20,70gsm,good Quality 4 Ream 3 Bondpaper,u.s.,short, Sub 20,70gsm Good Quality 8 Ream 4 Plastic Certificate Holder, Legal Size 6 Piece 5 Plastic Certificate Holder, 8'' X 11' 6 Piece 6 Envelope, Long, Brown 60 Piece 7 Envelope, Short, Brown 60 Piece 8 Envelope, Expanding Long With Garter, Brown 10 Piece 9 Mailing, Envelope, White Long, Good Quality 128 Piece 10 Mailing, Envelope White, Short, Good Quality 200 Piece 11 Folder, Long, Us White (100pcs/pack) 1 Pack 12 Folder, Short, Us White (100pcs/pack) 1 Pack 13 Logbook, 500 Pages, Good Quality 3 Piece 14 Specialty Paper, Board, 210gsm, Short (cream) 3 Pack 15 Specialty Paper, Board, Long, 10 Pcs/pack (cream) 3 Pack 16 Specialty Paper, Short, 10pcs/pack (cream) 3 Pack 17 Specialty Paper, Long, 10pcs/pack (cream) 3 Pack 18 Sticker Paper, White, Long, Non-glossy 5 Pack 19 Sticky Notes, 100 Sheets, 76x100mm, 3x4", Pastel Color 8 Pad 20 Sticky Notes, 100 Sheets, 76x100mm, 3x3", Pastel Color 8 Pad 21 Yellow Pad (80 Leaves/pad) 3 Pad 22 Sign Pen, Hi-tecpoint V5 10 Piece 23 Sign Pen, 0.4, Black 10 Piece 24 Sign Pen, 0.4, Blue 10 Piece 25 Sign Pen, 0.4, Red 15 Piece 26 Ballpen 0.5 Fine (black) 20 Piece 27 Ballpen 0.5 Fine (blue) 20 Piece 28 Ballpen 0.5 Fine (red) 15 Piece 29 Sign Pen 0.5 Refill (black) 15 Piece 30 Sign Pen 0.5 Refill (blue) 15 Piece 31 Sign Pen 0.5 Refill (red) 15 Piece 32 Mechanical Pencil, 0.5 3 Piece 33 Mechanical Pencil Lead (0.5) 12pcs.per Tube 2 Tube 34 Pencil No.2 With Eraser 12pcs Per Box 2 Box 35 Flashdrive, 32gb 1 Piece 36 Printer Ink #680, Black 3 Piece 37 Printer Ink #680, Colored 2 Piece 38 Printer Ink #678, Black 3 Piece 39 Printer Ink #678, Colored 2 Piece 40 Stamp Pad Ink, Blue, 30ml 1 Bottle 41 Stamp Pad, Medium 1 Piece 42 Binder Clip, 1" (12pcs/box) 9 Box 43 Binder Clip, 2" (12pcs/box) 4 Box 44 Correction Tape, Wh-605,5mm X 6m, Heavy Duty 6 Piece 45 Correction Tape, 5mm X 6m, Refill, Pack Of 2 6 Pack 46 Fastener, Plastic,coated, Small 3 Box 47 Fastener, Plastic,coated, Long 1 Box 48 Glue White, 130g 3 Bottle 49 Paper Clip,120gms 50mm (big Plastic Coated) 3 Box 50 Paper Clip, Small, Plastic Coated 6 Box 51 Puncher, Heavy Duty (2 Holes 7cm) 1 Piece 52 Stapler With Remover,(heavy Duty,#35, (hd-50df), Heavy Duty, 7.25" (184mm), Height: 3.12'' (80mm), Weight: 1.1 1 Piece 53 Staple Wire #35, 5000 Staples 3 Box 54 Tape, Masking 1'' 3 Roll 55 Tape, Masking 2'' 1 Roll 56 Tape, Transparent 1'' 4 Roll 57 Tape, Transparent 2'' 1 Roll 58 Tape, Double Sided 1'' 3 Roll 59 Ring Binder 1'' 9 Length 60 Ring Binder 1/2'' 9 Length 61 Ring Binder 1/4'' 14 Length Subtotal Cdrrmo 1 Bondpaper,u.s.,long, Sub 20,70gsm,good Quality 12 Ream 2 Bondpaper,u.s.,short, Sub 20,70gsm Good Quality 12 Ream 3 Ballpen 0.5 Fine (black) 25 Piece 4 Ballpen 0.5 Fine (blue) 25 Piece 5 Ballpen 0.5 (red) 10 Piece 6 Ballpen, Ordinary 50 Pcs/box (black) 1 Box 7 Highlighter, Assorted 5 Piece 8 Index Card 5x8 2 Pack 9 Fastener, Plastic Coated, Small 3 Box 10 Fastener, Plastic Coated, Long 3 Box 11 Staple Wire, #10, 5mm, (1000 Staples) 3 Box 12 Staple Wire, #35, (5000 Staples) 2 Box 13 Stapler With Remover,(heavy Duty,#35, (hd-50df) 3 Piece 14 Sticky Notes, 100 Sheets, 76x100mm, 3x3", Pastel Color 5 Pack 15 Sticky Notes, 100 Sheets, 76x100mm, 3x4", Pastel Color 5 Pack 16 Printer Ink #003, (black) 6 Bottle 17 Printer Ink #003, (cyan) 4 Bottle 18 Printer Ink #003, (magenta) 4 Bottle 19 Printer Ink #003, (yellow) 4 Bottle 20 External Drive 2tb (desktop) 1 Piece 21 Expanded Plastic Envelope (long/no Handle) 10 Piece 22 Folder, Long, Us White (100pcs/pack) 1 Pack 23 Folder, Short, Us White (100pcs/pack) 1 Pack 24 Glue White, 130g 5 Bottle 25 Gun Tucker T50 Staple Wire 2 Box 26 Logbook Stock No.85 (500 Pages Hardbound) 10 Piece 27 Magazine Filer, Double, Good Quality 5 Piece 28 Table Organizer (steel) 3 Layers 5 Piece 29 Marker, Permanent, Fine (black) 5 Piece 30 Marker, Permanent, Fine (blue) 5 Piece 31 Marker, Whiteboard (blue) 5 Piece 32 Marker, Whiteboard (black) 5 Piece 33 Marker Ink Refill, Whiteboard (blue) 3 Bottle 34 Marker Ink Refill, Whiteboard (black) 3 Bottle 35 Marker Ink Refill, Permanent, (black) 3 Bottle 36 Metal Tray (3 Layers) 4 Piece 37 Paper Clip, Small, Plastic Coated 6 Box 38 Paper Clip,120gms 50mm (big Plastic Coated) 6 Box 39 Push Pin (12.70 Mmx6.35 Mm) Diameter - 100pcs / Box 1 Box 40 Stamp Pad Ink Black (30ml) 3 Bottle 41 Stamp Pad Ink Blue (30ml) 3 Bottle 42 Stamp Pad Medium 1 Piece 43 Tape, Masking 1" 3 Roll 44 Tape, Transparent 1" 2 Roll 45 Tape, Double Sided 1" 2 Roll 46 Correction Tape, 5mm X 6m, Refill, Pack Of 2 10 Pack 47 Correction Tape, Wh-605,5mm X 6m, Heavy Duty 5 Piece 48 Date Stamp 2 Piece Subtotal Cenro 1 Ballpen, Ordinary 50 Pcs/box (black) 2 Box 2 Ballpen 0.5 Fine (blue) 10 Piece 3 Bondpaper,u.s.,long, Sub 20,70gsm,good Quality 15 Ream 4 Bondpaper,u.s.,short, Sub 20,70gsm Good Quality 15 Ream 5 Clearbook, Long, 20 Sheet 2 Piece 6 Clipboard,big, Heavy Duty, Legal Size 2 Piece 7 Correction Tape, Wh-605,5mm X 6m, Heavy Duty 1 Piece 8 Correction Tape, 5mm X 6m, Refill, Pack Of 2 2 Pack 9 Cutter Big (13cm X 2cm) 1 Piece 10 Envelope, Expanding, Long With Garter, Brown 4 Piece 11 Folder Expanding,long, Blue 10 Piece 12 Logbook, 500 Pages, Good Quality 2 Piece 13 Plastic Certificate Holder, Legal Size 9 Piece 14 Plastic Certificate Holder, "8x11" 9 Piece 15 Printer Ink Bt5000 Yellow 4 Piece 16 Printer Ink Bt5000 Magenta 4 Piece 17 Printer Ink Bt5000 Cyan 4 Piece 18 Printer Ink Bt D60 Black 4 Piece 19 Printer Ink #790, Black 6 Piece 20 Printer Ink #790, Cyan 6 Piece 21 Printer Ink #790, Magenta 6 Piece 22 Printer Ink #790, Yellow 6 Piece 23 Sign Pen, 0.5 Gel Ink (black) 12pcs/box 2 Box 24 Sign Pen 0.5 Refill (black) 10 Piece 25 Sticky Paper, 10 Sheets/pack, White, Long, Glossy 10 Pack Subtotal City Nutrition 1 Envelope, Long Brown 200 Piece 2 Envelope, Expanding, Long With Garter, Brown 50 Piece 3 Bondpaper,u,s.,a4, Sub 20,70gsm Good Quality 2 Ream 4 Bondpaper,u.s.,short, Sub 20,70gsm Good Quality 4 Ream 5 Bondpaper,u.s.,long, Sub 20,70gsm,good Quality 15 Ream 6 Correction Tape, 5mm X 6m, Refill, Pack Of 2 10 Pack 7 Plastic Certificate Holder, Legal Size 30 Piece 8 Specialty Paper, Short, 10pcs/pack (cream) 40 Pack 9 Specialty Paper, Long, 10pcs/pack (cream) 40 Pack 10 Ballpen 0.5 Fine (black) 10 Piece 11 Ballpen, Ordinary 50 Pcs/box (black) 1 Box 12 Staple Wire #35, 5000 Staples 6 Box 13 Marker Ink Refill, Permanent, (black) 2 Bottle 14 Marker Pen, Broad (assorted) 12 Pcs/box 1 Box 15 Tape, Transparent 2" 2 Roll 16 Tape (packaging,brown, 3 Inch) 5 Roll 17 Tape, Double Sided 1" 2 Roll 18 Folder, Long, Us White (100pcs/pack) 3 Pack 19 Binder Clip, 1" (12pcs/box) 5 Box 20 Binder Clip, 2" (12pcs/box) 5 Box 21 Glue Gun Big 1 Piece 22 Glue Stick, Big 10 Piece 23 Photopaper, Glossy, A4 Size 200gsm 10pcs/pack 2 Pack 24 Glue White, 130g 2 Bottle 25 Printer Ink #790 (black,cyan,magenta,yellow) 5 Set 26 Highlighter (green) 2 Piece 27 Highlighter (orange) 2 Piece 28 Logbook, 500 Pages, Good Quality 10 Piece 29 Scissor 5" Good Quality 5.25x2.5x0.5 (handle Contoured Plastic) 4 Piece Subtotal City Vet 1 Ballpen 0.5 Fine (black) 50 Piece 2 Bondpaper,u.s.,long, Sub 20,70gsm,good Quality 36 Ream 3 Bondpaper,u.s.,short, Sub 20,70gsm Good Quality 36 Ream 4 Calculator Mx-12b Heavy Duty,two Way Power, 12 Digits (big) 1 Piece 5 Correction Tape, Wh-605,5mm X 6m, Heavy Duty 6 Piece 6 Daily Time Record (dtr) 1 Pad 7 Data Folder-long, Plastic 5 Piece 8 Envelope, Expanding, Long With Garter, Brown 6 Piece 9 Envelope, Long Brown 50 Piece 10 Envelope, Short Brown 49 Piece 11 Fastener, Plastic Coated Small 2 Box 12 Fastener, Plastic Coated, Long 2 Box 13 Folder, Long, Us White (100pcs/pack) 1 Pack 14 Folder, Short, Us White (100pcs/pack) 1 Pack 15 Logbook, 500 Pages, Good Quality 1 Piece 16 Magazine Filer, Double, Good Quality 2 Piece 17 Manila Paper 40 Piece 18 Paper Clip,120gms 50mm-jumbo Vinyl 2 Box 19 Paper Clip Plastic Coated Small 2 Box 20 Pencil No.2 With Eraser 12pcs Per Box 1 Box 21 Photopaper, Glossy, A4 Size 200gsm 10pcs/pack 7 Pack 22 Plastic Certificate Holder, Legal Size 20 Piece 23 Printer Ink #680, Black 3 Piece 24 Printer Ink #680, Colored 3 Piece 25 Printer Ink #003, Black 7 Bottle 26 Printer Ink #003, Cyan 2 Bottle 27 Printer Ink #003, Magenta 2 Bottle 28 Printer Ink #003, Yellow 2 Bottle 29 Sharpener Heavy Duty ( 3.15 X 1.97 X 3.94 Inches (8 X 5 X 10 Cm) 1 Piece 30 Sign Pen 0.5,gel Ink (red) 6 Piece 31 Sign Pen 0.5,gel Ink (blue) 12 Piece 32 Specialty Paper, Short 10pcs/pack (pink ) 5 Pack 33 Staple Wire #35, 5000 Staples 2 Box 34 Tape, Masking 1" 2 Roll 35 Tape, Masking 2" 1 Roll 36 Tape, Transparent 1" 2 Roll 37 Tape, Transparent 2" 2 Roll 38 Watermarked Laid Paper, Long 90gsm (light Green) 6 Ream Subtotal Cpdo 1 Binder Clip, 1" (12pcs/box) 2 Box 2 Binder Clip, 2" (12pcs/box) 1 Box 3 Marker Ink Refill, Permanent, (black) 4 Bottle 4 Pencil No.2 With Eraser 12pcs Per Box 2 Box 5 Folder, Short, Us White (100pcs/pack) 1 Pack 6 Photopaper, Glossy, A4 Size 200gsm 10pcs/pack 1 Pack 7 Marker Pen, Broad (black) 12 Pcs/box 2 Box 8 Sign Pen, 0.5 Gel Ink (black) 12pcs/box 2 Box 9 Sign Pen, 0.5 Gel Ink (black) 20 Piece 10 Sign Pen G-2 0.5, Retractable (black) 9 Piece 11 Specialty Paper, Long, 10pcs/pack (cream) 2 Pack 12 Specialty Paper Short, 10pcs/pack Scented Green 2 Pack 13 Specialty Paper, A4, 10's (white) 2 Pack 14 Parchment Paper 9x12 Clear 100s 2 Pack 15 Date Stamp 1 Piece 16 Tape (packaging,brown, 3 Inch) 10 Roll 17 Tape Packaging, 2x80 10 Roll 18 Tape, Transparent 1" 10 Roll 19 Tape Transparent 2" 10 Roll 20 Tape, Double Sided 1" 10 Roll 21 Tape, Masking 1" 10 Roll 22 Tape, Masking 2" 10 Roll 23 Twine No.36 2 Pack 24 Logbook, 300 Pages, Good Quality 10 Piece 25 Pvc Binding Cover, 200micron, Size A4, Clear (100pcs/pack) 1 Pack 26 Pvc Cover A4 (micron) 1 Pack 27 Pvc Cover (long) 1 Pack 28 Pvc Cover (short) 1 Pack 29 Ruler, Transparent, 12 Inches 6 Piece 30 Calculator Mx-12b Heavy Duty,two Way Power, 12 Digits (big) 1 Piece 31 Cutter Big Heavy Duty (45mm X 13mm X 145mm(lwh) 1 Piece 32 Cutter Blade (45mm X 13mm X 145mm(lwh) 6 Piece 33 Glue Gun Big 1 Piece 34 Marker, Whiteboard (black) 3 Piece 35 Marker, Whiteboard (red) 3 Piece 36 Marker, Whiteboard, (blue) 3 Piece 37 Marker Ink Refill, Whiteboard (black) 1 Bottle 38 Marker Ink Refill, Whiteboard (red) 1 Bottle 39 Marker Ink Refill, Whiteboard (blue) 1 Bottle 40 Stapler With Remover,(heavy Duty,#35, (hd-50df) 2 Piece 41 Triangular Scale (standard Size) 1 Piece Subtotal Cswdo 1 Stamp Pad Ink Blue (30ml) 1 Bottle 2 Stapler With Remover, Hd-50/50r,heavy Duty (55x36x125mm) 1 Piece 3 Stapler With Remover,(heavy Duty,#35, (hd-50df) 1 Piece 4 Staple Wire #35, 5000 Staples 10 Box 5 Bondpaper,u.s.,long, Sub 20,70gsm,good Quality 250 Ream 6 Bondpaper,u.s.,short, Sub 20,70gsm,good Quality 250 Ream 7 Correction Tape, Wh-605,5mm X 6m, Heavy Duty 30 Piece 8 Correction Tape, 5mm X 6m, Refill, Pack Of 2 30 Pack 9 Sign Pen 0.5,gel Ink (black) 15 Piece 10 Sign Pen, 0.5, Gel Ink (blue) 15 Piece 11 Sign Pen 0.5 Refill (blue) 30 Piece 12 Ballpen 0.5 Fine (black) 150 Piece 13 Ballpen, Ordinary 50 Pcs/box (blue) 1 Box 14 Expanded Plastic Envelope Long W/ Handle 15 Piece 15 Paper Clip Plastic Coated Small 5 Box 16 Envelope, Expanding, Long With Garter, Brown 35 Piece 17 Fastener, Plastic Coated Small 12 Box 18 Paper Clip,120gms 50mm (big Plastic Coated, Jumbo Colored) 5 Box 19 Printer Ink #680, Black 80 Piece 20 Printer Ink #680, Colored 80 Piece 21 Printer Ink Refill L210, Black 10 Piece 22 Printer Ink Refill L210, Cyan 10 Piece 23 Printer Ink Refill L210, Magenta 10 Piece 24 Printer Ink Refill L210, Yellow 10 Piece 25 Printer Ink #003, ( 4 Colors) 10 Set 26 Specialty Paper, Board, 210gsm, Short (white) 50 Pack 27 Laminating Film 80mmx100mm, 250 Microns 10 Pcs Per Box 12 Box 28 Logbook, 300 Pages, Good Quality 15 Piece 29 Logbook, 500 Pages, Good Quality 15 Piece 30 Envelope ,mailing, White Long Good Quality 148 Piece 31 Marker Ink Refill, Permanent, (black) 2 Bottle 32 Marker Ink Refill, Whiteboard (black) 2 Bottle 33 Metal Tray (3 Layers) 1 Piece 34 Pencil No.2 With Eraser 12pcs Per Box 2 Box 35 Plastic Certificate Holder, "8x11" 10 Piece 36 Push Pin (12.70 Mmx6.35 Mm) Diameter - 100pcs / Box 2 Box 37 Scissor, Big, Heavy Duty, 8.5 2 Piece 38 Tape Transparent 2" 3 Roll 39 Tape, Double Sided 1" 3 Roll 40 Tape, Masking 2" 4 Roll 41 Flashdrive 64gb 1 Piece 42 Daily Time Record ( Dtr) 2 Pad 43 Glue White, 130g 5 Bottle 44 Photopaper, Glossy, A4 Size 200gsm 10pcs/pack 15 Pack 45 Desktop Calculator, Black 2 Piece Subtotal Csu 1 Bondpaper,u,s.,a4, Sub 20,70gsm Good Quality 10 Ream 2 Bondpaper,u.s.,long, Sub 20,70gsm,good Quality 10 Ream 3 Bondpaper,u.s.,short, Sub 20,70gsm,good Quality 10 Ream 4 Notebook 80lvs. (composition) 5 Piece 5 Marker Ink Refill, Permanent, (black) 2 Bottle 6 Tape Transparent 1" 6 Roll 7 Logbook, 500 Pages, Good Quality 5 Piece 8 Sign Pen 0.5,gel Ink (black) 21 Piece 9 Fastener, Plastic Coated Small 2 Box 10 Flashdrive 64gb 1 Piece 11 Printer Ink G3020 Gi-71 (black) 4 Bottle 12 Printer Ink G3020 Gi-71 (cyan) 2 Bottle 13 Printer Ink G3020 Gi-71 (yellow) 2 Bottle 14 Printer Ink G3020 Gi-71 (magenta) 2 Bottle 15 Correction Tape Mini Roller 5 Piece 16 Correction Tape, 5mm X 6m, Refill, Pack Of 2 6 Pack 17 Stapler With Remover, Hd-50/50r,heavy Duty (55x36x125mm) 1 Piece 18 Staple Wire #35, 5000 Staples 2 Box 19 Specialty Paper Short, 10pcs/pack (blue) 1 Pack 20 Portable Tape Dispenser, (1-1.5", Good Quality) 1 Piece 21 Thumbtacks No. 555 (90 Pcs/box) 1 Box 22 Arch Filer (gray) 1 Piece 23 Marker Pen, Broad Black 3 Piece 24 Glue White, 130g 3 Bottle 25 Highlighter (green) 3 Piece 26 Scissor, Big, Heavy Duty, 8.5 1 Piece 27 Envelope ,mailing, White Short Good Quality 7 Piece 28 Tape (packaging,brown, 3 Inch) 2 Roll Subtotal Engineering 1 Bondpaper,u,s.,a3, Sub 20,70gsm Good Quality 6 Ream 2 Bondpaper,u.s.,long, Sub 20,70gsm,good Quality 80 Ream 3 Bondpaper,u.s.,short, Sub 20,70gsm Good Quality 40 Ream 4 Ballpen (retractable-black) 70 Piece 5 Ballpen 0.5 Fine (black) 40 Piece 6 Binder Clip, 1" (12pcs/box) 10 Box 7 Binder Clip, 2" (12pcs/box) 7 Box 8 Calculator Mx-12b Heavy Duty,two Way Power, 12 Digits (big) 2 Piece 9 Carbon Paper Long Black 100 Sheets/pad 2 Pad 10 Correction Tape, 5mm X 6m, Refill, Pack Of 2 25 Pack 11 Correction Tape, Wh-605,5mm X 6m, Heavy Duty 5 Piece 12 Cutter Big Heavy Duty (45mm X 13mm X 145mm) (lwh) 1 Piece 13 Envelope Expanding (long With Garter, Assorted Colored) 30 Piece 14 Envelope, Expanding, Long With Garter, Brown 400 Piece 15 Fastener, Plastic Coated Small 5 Box 16 Flashdrive 16gb 4 Piece 17 Folder, Long, Us White (100pcs/pack) 2 Pack 18 Glue White, 130g 2 Bottle 19 Highlighter (pink) 4 Piece 20 Highlighter (yellow Green) 4 Piece 21 Logbook, 300 Pages, Good Quality 25 Piece 22 Magazine Filer, Double, Good Quality 2 Piece 23 Marker, Permanent, Fine (black) 9 Piece 24 Marker Pen, Broad Black 14 Piece 25 Marker Pen, Broad Blue 10 Piece 26 Marker Ink Refill, Permanent, (black) 2 Bottle 27 Metal Tray (3 Layers) 2 Piece 28 Parchment Paper 9x12 Clear 100s 1 Pack 29 Paper Clip,120gms 50mm (big Plastic Coated) 4 Box 30 Paper Clip Plastic Coated Small 5 Box 31 Pencil Eraser, Small 3 Piece 32 Pencil No.2 With Eraser 12pcs Per Box 5 Box 33 Puncher, Heavy Duty (2 Holes 7cm) 1 Piece 34 Ruler, Transparent, 12 Inches 3 Piece 35 Scissor, Big, Heavy Duty, 8.5 3 Piece 36 Portable Pencil Sharpener (8 × 12 × 10 Cm) 1 Piece 37 Sign Pen 0.5,gel Ink (black) 60 Piece 38 Sign Pen 0.5,gel Ink (blue) 16 Piece 39 Sign Pen 0.5,gel Ink (green) 10 Piece 40 Sign Pen 0.5,gel Ink (red) 10 Piece 41 Stamp Pad, Medium 2 Piece 42 Stamp Pad Ink (purple/violet) 30ml 2 Bottle 43 Staple Wire #35, 5000 Staples 7 Box 44 Stapler Remover Standard Size 2 Piece 45 Stapler, Heavy Duty (133mm X 40mmx 60mm) 4 Piece 46 Stapler With Remover, Hd-50f, Heavy Duty 7.25'' (184mm) Height" 3.12''(80mm) Weight: 1.1 1 Piece 47 Sticky Notes, 100 Sheets, 76x100mm, 3x3", Pastel Color 6 Pad 48 Tape (packaging,brown, 3 Inch) 3 Roll 49 Tape Transparent 2" 3 Roll 50 Triangular Scale (standard Size) 2 Piece 51 Twine No. 36 7 Pack 52 Yellow Pad (80 Leaves/pad) 2 Pad 53 Computer Ribbon Lq310 7 Box 54 Printer Ink Bt D60 Black 6 Piece 55 Printer Ink Bt5000 Magenta 5 Piece 56 Printer Ink Bt5000 Cyan 5 Piece 57 Printer Ink Bt5000 Yellow 5 Piece 58 Printer Ink #61 Colored 12 Piece 59 Printer Ink 664, Black 4 Piece 60 Rubber Band (small) 1 Box Subtotal Gso 1 Bondpaper,u.s.,long, Sub 20,70gsm,good Quality 50 Ream 2 Bondpaper,u.s.,short, Sub 20,70gsm,good Quality 40 Ream 3 Correction Tape, 5mm X 6m, Refill, Pack Of 2 10 Pack 4 Correction Tape, Wh-605,5mm X 6m, Heavy Duty 5 Piece 5 Envelope, Expanding, Long With Garter, Brown 100 Piece 6 Envelope, Long Brown 50 Piece 7 Fastener, Plastic Coated Small 5 Box 8 Fastener, Plastic Coated, Long 5 Box 9 Flashdrive 64gb 1 Piece 10 Folder, Long, Us White (100pcs/pack) 5 Pack 11 Glue White, 130g 2 Bottle 12 Highlighter (yellow) 3 Piece 13 Highlighter (orange) 3 Piece 14 Logbook, 200 Pages,good Quality 10 Piece 15 Logbook, 500 Pages, Good Quality 5 Piece 16 Paper Clip,120gms 50mm (jumbo, Vinyl Coated, Colored) 5 Box 17 Paper Clip, Small, Plastic Coated 5 Box 18 Pencil No.2 With Eraser 12pcs/box 1 Box 19 Printer Ink #003, Black 25 Bottle 20 Printer Ink #003, Cyan 10 Bottle 21 Printer Ink #003, Magenta 10 Bottle 22 Printer Ink #003, Yellow 10 Bottle 23 Puncher, Heavy Duty 75xl 1 Piece 24 Ruler, Transparent, 12 Inches 4 Piece 25 Scissor, Big, Heavy Duty, 8.5 2 Piece 26 Sign Pen, 0.5 Gel Ink (black) 12pcs/box 3 Box 27 Sign Pen, 0.5 Gel Ink (blue) 12 Pcs/box 3 Box 28 Staple Wire #35, 5000 Staples 2 Box 29 Stapler With Remover,(heavy Duty,#35, (hd-50df) 3 Piece 30 Sticky Notes, 100 Sheets, 76x100mm, 3x3", Pastel Color 2 Pad 31 Tape Transparent 2" 4 Roll 32 Tape, Masking 1" 2 Roll 33 Tape, Transparent 1" 4 Roll 34 Twine No.36 1 Pack Subtotal Hr 1 Printer Ink #810 (black) 10 Piece 2 Printer Ink #811 (colored) 8 Piece 3 Printer Ink #680, Black 13 Piece 4 Printer Ink #680, Colored 8 Piece 5 Printer Ink #61 Colored 5 Piece 6 Printer Ink #61 Black 4 Piece 7 Printer Ink #003, Black 40 Piece 8 Printer Ink #003, Yellow 13 Piece 9 Printer Ink #003, Magenta 13 Piece 10 Printer Ink #003, Cyan 13 Piece 11 Bondpaper,u.s.,long, Sub 20,70gsm,good Quality 70 Ream 12 Bondpaper,u.s.,short, Sub 20,70gsm,good Quality 69 Ream 13 Special Paper, Board Long, 10 Pcs/pack (cream) 25 Pack 14 Specialty Paper, Board 210gsm Short (cream) 25 Pack 15 Photopaper, Glossy, A4 Size 200gsm 10pcs/pack 8 Pack 16 Folder Long - Us White (100pcs/pack) 2 Pack 17 Folder Short- Us White (100pcs/pack) 1 Pack 18 Sign Pen, 0.5 Gel Ink (black) 12pcs/box 4 Box 19 Sign Pen, 0.5, Gel Ink (red) 14 Piece 20 Ballpen, Ordinary 50 Pcs/box (black) 1 Box 21 Ballpen Ordinary (red) 30 Piece 22 Correction Tape, Wh-605,5mm X 6m, Heavy Duty 6 Piece 23 Correction Tape, 5mm X 6m, Refill, Pack Of 2 20 Pack 24 Logbook, 500 Pages, Good Quality 5 Piece 25 Laminating Film 80mmx100mm, 250 Microns 100 Pcs/box 5 Box 26 Laminating Film,sheets, A4 (100s, 216x303mm,250 Microns) 4 Pack 27 Envelope, Expanding, Long With Garter, Brown 23 Piece 28 Envelope, Long Brown 37 Piece 29 Envelope, Short Brown 22 Piece 30 Pencil No.2 With Eraser 12pcs Per Box 3 Box 31 Fastener, Plastic Coated Small 25 Box 32 Paper Clip,120gms/50mm (jumbo Colored) 25 Box 33 Paper Clips,small, Plastic Coated 35 Box 34 Marker Pen, Broad Black 5 Piece 35 Stapler With Remover, Hd-50/50r,heavy Duty (55x36x125mm) 1 Piece 36 Staple Wire #35, 5000 Staples 5 Box 37 Tape, Masking 2" 3 Roll 38 Tape, Masking 1" 3 Roll 39 Tape, Double Sided 1" 3 Roll 40 Tape, Transparent 1" 3 Roll 41 Tape Transparent 2" 3 Roll 42 Glue White, 130g 3 Bottle 43 Binder Clip, 2" (12pcs/box) 5 Box 44 Binder Clip, 1" (12pcs/box) 5 Box 45 Sharpener Heavy Duty ( 3.15 X 1.97 X 3.94 Inches (8 X 5 X 10 Cm) 1 Piece 46 Calculator, 12 Digits Mx125,2 Way Power 2 Piece Subtotal Osca 1 Bondpaper,u.s.,short, Sub 20,70gsm,good Quality 10 Ream 2 Bondpaper,u.s.,long, Sub 20,70gsm,good Quality 10 Ream 3 Ballpen, Ordinary 50 Pcs/box (black) 1 Box 5 Tape Transparent 2" 2 Roll 6 Tape, Double Sided 1" 2 Roll 7 Scissor 8" Heavy Duty 1 Piece 8 Printer Ink #71 (black) 3 Piece 9 Printer Ink #71 (cyan) 3 Piece 10 Printer Ink #71 (magenta) 3 Piece 11 Printer Ink #71 (yellow) 3 Piece 12 Correction Tape, Wh-605,5mm X 6m, Heavy Duty 4 Piece 13 Special Paper, Board Long, 10 Pcs/pack (mint Green) 10 Pack 14 Specialty Paper, Board, 210gsm, Short (cream) 10 Pack 15 Laminating Film 80mmx100mm, 250 Microns 10 Pcs Per Box 5 Box 16 Stapler With Remover,(heavy Duty,#35, (hd-50df) 1 Piece 17 Puncher, Heavy Duty (2 Holes 7cm) 1 Piece Subtotal Legal 1 Bondpaper,u.s.,long, Sub 20,70gsm,good Quality 12 Ream 2 Ballpen 0.5 Fine (black) 7 Piece 3 Ballpen 0.5 Fine (blue) 6 Piece 4 Correction Tape, 5mm X 6m, Refill, Pack Of 2 3 Pack 5 Flashdrive 32gb 1 Piece 6 Highlighter (orange) 3 Piece 7 Highlighter (green) 3 Piece 8 Highlighter (yellow) 3 Piece 9 Logbook, 200 Pages,good Quality 3 Piece 10 Marker Pen, Broad Black 3 Piece 11 Marker Ink Refill, Permanent, (black) 2 Bottle 12 Newsprint (long) 480 Sheets 2 Ream 13 Printer Ink #680, Black 4 Piece 14 Printer Ink #680, Colored 4 Piece 15 Sign Pen, 0.5 Gel Ink (black) 12pcs/box 1 Box 16 Sign Pen 0.5 Refill (black) 3 Piece 17 Stamp Pad, Medium 2 Piece 18 Date Stamp 2 Piece 19 Tape Transparent 2" 3 Piece 20 Printer Ink #003, Black 2 Piece 21 Envelope, Long Brown 30 Piece 22 Envelope, Short Brown 25 Piece 23 Envelope, Expanding, Long With Garter-colored, Long Brown 10 Piece 24 Folder, Long, Us White (100pcs/pack) 1 Pack 25 Folder, Short, Us White 25 Piece 26 Folder Expanding, Long (brown) 5 Piece 27 Fastener, Plastic Coated Small 1 Box Subtotal Peso 1 Ballpen, Ordinary 50 Pcs/box (black) 1 Box 2 Bondpaper,u.s.,long, Sub 20,70gsm,good Quality 7 Ream 3 Bondpaper,u.s.,short, Sub 20,70gsm,good Quality 5 Ream 4 Correction Tape, 5mm X 6m, Refill, Pack Of 2 5 Pack 5 Folder U.s White, Long 30 Piece 6 Glue White, 130g 1 Bottle 7 Plastic Certificate Holder, "8x11" 100 Piece 8 Staple Wire #35, 5000 Staples 1 Box Subtotal Population Office 1 Bondpaper,u.s.,long, Sub 20,70gsm,good Quality 5 Ream 2 Bondpaper,u.s.,short, Sub 20,70gsm,good Quality 6 Ream 3 Sign Pen, 0.5,gel Ink (black) 5 Piece 4 Printer Ink #003, Black 5 Bottle 5 Printer Ink #003, Yellow 1 Bottle 6 Printer Ink #003, Magenta 1 Bottle 7 Printer Ink #003, Cyan 1 Bottle 8 Correction Tape, Wh-605,5mm X 6m, Heavy Duty 2 Piece 9 Correction Tape, 5mm X 6m, Refill, Pack Of 2 1 Pack 10 Paper Clip, Plastic Coated, Small 2 Box 11 Fastener, Plastic Coated, Small 1 Box 12 Staple Wire #35, 5000 Staples 1 Box 13 Tape, Masking 1" 1 Roll 14 Tape, Double Sided 1" 1 Roll 15 Tape, Transparent 1" 1 Roll Subtotal Prosecutor 1 Bondpaper,u.s.,long, Sub 20,70gsm,good Quality 1 Ream 2 Binder Clip, 2" (12pcs/box) 3 Box 3 Correction Tape, 5mm X 6m, Refill, Pack Of 2 10 Pack 4 External Drive 2tb (desktop) 2 Piece 5 Flashdrive 64gb 1 Piece 6 Glue White, 130g 3 Bottle 7 Envelope ,mailing, White Short Good Quality 5 Piece 8 Marker Pen, Broad Blue 4 Piece 9 Marker Pen, Broad Black 5 Piece 10 Marker Pen, Broad Red 3 Piece 11 Paper Clip,120gms 50mm (big Plastic Coated) 2 Box 12 Pencil No.2 With Eraser 12pcs Per Box 1 Box 13 Photopaper, Glossy, A4 Size 200gsm 10pcs/pack 2 Pack 14 Printer Ink #003, Black 4 Bottle 15 Printer Ink #003, Cyan 3 Bottle 16 Printer Ink #003, Magenta 3 Bottle 17 Printer Ink #003, Yellow 3 Bottle 18 Push Pin (12.70 Mmx6.35 Mm) Diameter - 100pcs / Box 1 Box 19 Sign Pen V10 Grip Blue 12 Pcs/box 2 Box 20 Sign Pen V10 Grip Black 0.5 10 Piece 21 Sign Pen, 0.5,gel Ink (black) 2 Piece 22 Sign Pen, 0.5, Gel Ink (blue) 3 Piece 23 Sign Pen, 0.5 Gel Ink ( Green ) 2 Piece 24 Sign Pen, 0.5, Gel Ink (red) 3 Piece 25 Stapler With Remover,(heavy Duty,#35, (hd-50df) 1 Piece 26 Sticky Notes, 100 Sheets, 76x100mm, 3x4" (yellow) 1 Pad 27 Sticky Notes, 100 Sheets, 76x100mm, 3x4" (yellow Green) 1 Pad 28 Sticky Notes, 100 Sheets, 76x100mm, 3x4" (pink) 1 Pad 29 Date Stamp 1 Piece 30 Tape (packaging,brown, 3 Inch) 1 Roll 31 Tape Transparent 2" 2 Roll 32 Tape, Double Sided 1" 3 Roll 33 Tape, Transparent 1" 1 Roll 34 Watermarked Laid Paper, Long 90gsm (light Green) 2 Ream 35 Cork Board With Frame L24" X W12" Brown 1 Piece Subtotal Purok 1 Bondpaper,u,s.,long, Sub 20,70gsm Good Quality 225 Ream 2 Bondpaper,u,s.,short, Sub 20,70gsm Good Quality 125 Ream 3 Folder, Long, Us White (100pcs/pack) 2 Pack 4 Folder, Short, Us White (100pcs/pack) 2 Pack 5 Pencil No.2 With Eraser 12pcs Per Box 10 Box 6 Envelope, Long Brown 50 Piece 7 Ballpen 0.5 Fine (black) 50 Piece 8 Marker, Whiteboard, (blue) 3 Piece 9 Marker, Permanent, Fine (black) 3 Piece 10 Sign Pen, 0.5 Gel Ink (assorted) 12pcs/box 3 Box 11 Highlighter (assorted) 5 Piece 12 Printer Ink #003, Black 20 Bottle 13 Printer Ink #003, Yellow 10 Bottle 14 Printer Ink #003, Cyan 10 Bottle 15 Printer Ink #003, Magenta 10 Bottle 16 Specialty Paper, Board, 210gsm, Short (assorted) 20 Pack 17 Fastener, Plastic Coated Small 5 Box 18 Glue Stick, Big 25 Piece 19 Glue White, 130g 5 Bottle 20 Gun Tucker T50 Staple Wire 2 Box 21 Paper Clip Plastic Coated Small 5 Box 22 Photopaper, Glossy, A4 Size 200gsm 10pcs/pack 3 Pack 23 Rubber Band (small) #16 (50g) 2 Box 24 Specialty Paper, Short, 10pcs/pack (white) 16 Pack 25 Stamp Pad, Medium 3 Piece 26 Stamp Pad Ink Black (30ml) 2 Bottle 27 Stapler With Remover, Hd-50/50r,heavy Duty (55x36x125mm) 1 Piece 28 Staple Wire #35, 5000 Staples 5 Box 29 Stapler With Remover Standard Size 2 Piece 30 Scissor 8" Heavy Duty 5 Piece 31 Tape, Double Sided 1" 3 Roll 32 Tape, Masking 1" 3 Roll 33 Puncher, Heavy Duty (2 Holes 7cm) 2 Piece 34 Correction Tape, Wh-605,5mm X 6m, Heavy Duty 15 Piece 35 Correction Tape Mini Roller 19 Piece Subtotal Rtc Branch 11 1 Bondpaper,u,s.,long, Sub 20,70gsm Good Quality 115 Ream 2 Bondpaper,u,s.,short, Sub 20,70gsm Good Quality 15 Ream 3 Colored Bondpaper Long, (pink) 10 Ream 4 Colored Bondpaper Long, (green) 10 Ream 5 Colored Bondpaper Long, (yellow) 10 Ream 6 Envelope, Long Brown 50 Piece 7 Envelope, Short Brown 15 Piece 8 Envelope, Expanding, Long With Garter, Brown 20 Piece 9 Envelope, Expanding, Long With Garter, Blue 11 Piece 10 Envelope ,mailing, White Long Good Quality 1500 Piece 11 Folder, Long, Us White (100pcs/pack) 10 Pack 12 Folder, Short, Us White (100pcs/pack) 2 Pack 13 Logbook, 300 Pages, Good Quality 3 Piece 14 Logbook, 500 Pages, Good Quality 5 Piece 15 Logbook Stock No. 85 (500 Pages Hardbound) 5 Piece 16 Sticky Notes, 100 Sheets, 76x100mm, 3x4", Pastel Color 5 Pad 17 Sticky Notes, 100 Sheets, 76x100mm, 3x3", Pastel Color 5 Pad 18 Ballpen 0.5 Fine (blue) 10 Piece 19 Ballpen 0.5 Fine (black) 10 Piece 20 Ballpen 0.5 Fine (red) 10 Piece 21 Marker Pen, Broad Blue 3 Piece 22 Marker Pen, Broad Black 3 Piece 23 Marker Pen, Broad Red 1 Piece 24 Pencil No.2 With Eraser 12pcs Per Box 1 Box 25 Sign Pen, 0.5 Gel Ink (black) 12pcs/box 2 Box 26 Sign Pen, 0.5 Gel Ink (blue) 12pcs/box 2 Box 27 Sign Pen, 0.5 Refill (black) 9 Piece 28 Sign Pen G-2 0.5, Retractable (black) 5 Piece 29 Highlighter (pink) 3 Piece 30 Highlighter (yellow) 3 Piece 31 Highlighter (green) 3 Piece 32 Flashdrive 16gb 2 Piece 33 Flashdrive 64gb 2 Piece 34 Binder Clip, 1" (12pcs/box) 2 Box 35 Binder Clip, 2" (12pcs/box) 2 Box 36 Correction Tape, Wh-605,5mm X 6m, Heavy Duty 10 Piece 37 Correction Tape, 5mm X 6m, Refill, Pack Of 2 10 Piece 38 Correction Tape Mini Roller 4 Piece 39 Fastener, Plastic Coated Small 1 Box 40 Paper Clip,120gms 50mm (big Plastic Coated) 6 Box 41 Paper Clip Plastic Coated Small 6 Box 42 Glue White, 130g 6 Bottle 43 Stapler With Remover,(heavy Duty,#35, (hd-50df) 2 Piece 44 Staple Wire #35, 5000 Staples 7 Box 45 Staple Wire #10, 5mm (1000 Staples) 3 Box 46 Stamp Pad, Medium 3 Piece 47 Stamp Pad Ink Blue (30ml) 2 Bottle 48 Stamp Pad Ink Black (30ml) 2 Bottle 49 Tape, Transparent 1" 10 Roll 50 Tape, Transparent 2" 15 Roll 51 Puncher, Heavy Duty (2 Holes 7cm) 1 Piece 52 Sharpener Heavy Duty ( 3.15 X 1.97 X 3.94 Inches (8 X 5 X 10 Cm) 1 Piece 53 Cork Board With Frame L24" X W12" Brown 1 Piece Subtotal Rtc. Branch 77 1 Ballpen, 0.5 Fine (black) 10 Piece 2 Ballpen, 0.5 Fine (blue) 10 Piece 3 Ballpen, Ordinary 50 Pcs/box (black) 10 Piece 4 Ballpen, Ordinary 50 Pcs/box (blue) 10 Piece 5 Ballpen, Ordinary 50 Pcs/box (red) 10 Piece 6 Binder Clip, 1" (12pcs/box) 4 Box 7 Binder Clip, 2" (12pcs/box) 4 Box 8 Bondpaper,u.s.,long, Sub 20,70gsm,good Quality 25 Ream 9 Bondpaper,u.s.,short, Sub 20,70gsm,good Quality 6 Ream 10 Bondpaper,u.s.,short, Sub 20,70gsm Good Quality-pink 6 Ream 11 Bondpaper,u.s.,short, Sub 20,70gsm Good Quality-green 6 Ream 12 Bondpaper,u.s.,short, Sub 20,70gsm Good Quality-blue 6 Ream 13 Bondpaper,u.s.,short, Sub 20,70gsm Good Quality-yellow 6 Ream 14 Correction Tape Mini Roller 8 Piece 15 Correction Tape, Wh-605,5mm X 6m, Heavy Duty 4 Piece 16 Correction Tape, 5mm X 6m, Refill, Pack Of 2 6 Pack 17 Envelope, Expanding, Long With Garter, Brown Color 20 Piece 18 Envelope, Long Brown 100 Piece 19 Envelope, Short Brown 20 Piece 20 Expanded Plastic Envelope (long/no Handle) 20 Piece 21 Flashdrive 64gb 2 Piece 22 Glue White, 130g 7 Bottle 23 Highlighter (green) 2 Piece 24 Highlighter (pink) 2 Piece 25 Highlighter (yellow) 2 Piece 26 Logbook, 300 Pages, Good Quality 2 Piece 27 Logbook, 500 Pages, Good Quality 2 Piece 28 Envelope ,mailing, White Long Good Quality 1000 Piece 29 Marker Pen, Broad (black) 4 Piece 30 Marker Pen, Broad (blue) 4 Piece 31 Marker Pen, Broad (red) 4 Piece 32 Newsprint, Long (480 Sheet) 4 Ream 33 Notebook 80lvs. (composition) 4 Piece 34 Paper Clip,120gms 50mm (big Plastic Coated) 4 Box 35 Paper Clip, Small, Plastic Coated 6 Box 36 Pencil No.2 With Eraser 12pcs Per Box 2 Box 37 Portable Tape Dispenseer, (1''-1.5'' Good Quality) 2 Piece 38 Printer Ink #790, Black 4 Piece 39 Printer Ink #790, Cyan 2 Piece 40 Printer Ink #790, Magenta 2 Piece 41 Printer Ink #790, Yellow 2 Piece 42 Puncher, Heavy Duty (2 Holes 7cm) 2 Piece 43 Ruler, Transparent, 12 Inches 6 Piece 44 Scissor 8" Heavy Duty 6 Piece 45 Sign Pen 0.5 Refill (black) 4 Piece 46 Sign Pen, 0.5,gel Ink (black) 4 Piece 47 Sign Pen, 0.5,gel Ink (blue) 4 Piece 48 Specialty Paper, Long, 10pcs/pack (assorted) 2 Pack 49 Stamp Pad, Medium 2 Piece 50 Staple Wire #35, 5000 Staples 10 Box 51 Stapler With Remover,(heavy Duty,#35, (hd-50df) 4 Piece 52 Sticky Notes, 100 Sheets, 76x100mm, 3x3", Pastel Color 10 Pad 53 Sticky Notes, 100 Sheets, 76x100mm, 3x4", Pastel Color 10 Pad 54 Tape, Transparent 1" 20 Roll 55 Tape Transparent 2" 10 Roll 56 Tape, Double Sided 1" 5 Roll 57 Yellow Pad (80 Leaves/pad) 14 Pad Subtotal Tourism 1 Bondpaper,u.s.,long, Sub 20,70gsm,good Quality 10 Ream 2 Bondpaper,u.s.,short, Sub 20,70gsm,good Quality 12 Ream 3 Calculator Dual Power 10 Digits Dimension: (8 X 12 X1 Cm) 1 Piece 4 Fastener, Plastic Coated Small 5 Box 5 Fastener, Plastic Coated, Long 5 Box 6 Flashdrive 32gb 1 Piece 7 Folder, Long, Us White (100pcs/pack) 1 Pack 8 Highlighter (yellow) 2 Piece 9 Printer Ink 664, Black 8 Piece 10 Printer Ink 664, Cyan 2 Piece 11 Printer Ink 664, Magenta 2 Piece 12 Printer Ink 664, Yellow 2 Piece 13 Logbook, 500 Pages, Good Quality 3 Piece 14 Pencil No.2 With Eraser 12pcs Per Box 1 Box 15 Ruler, Transparent, 12 Inches 3 Piece 16 Staple Wire #35, 5000 Staples 4 Box 17 Correction Tape, 5mm X 6m, Refill, Pack Of 2 17 Piece Subtotal Youth 1 Bondpaper,u.s.,long, Sub 20,70gsm,good Quality 16 Ream 2 Bondpaper,u.s.,short, Sub 20,70gsm,good Quality 16 Ream 3 Printer Ink #680, Black 10 Piece 4 Printer Ink #680, Colored 10 Piece 5 Stapler With Remover,(heavy Duty,#35, (hd-50df) 1 Piece 6 Stapler Small #10 2 Piece 7 Staple Wire #10, 5mm (1000 Staples) 5 Box 8 Staple Wire #35, 5000 Staples 5 Box 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: __________________________________
Agence Pour La Promotion Et Le Developpement Du Nord Tender
Civil And Construction...+3Building Construction, Consultancy Services, Civil And Architectural Services
Morocco
Closing Date5 Mar 2025
Tender AmountMAD 9.9 Million (USD 1 Million)
Tender Id: CONSULTATION ARCHITECTURALE OUVERTE N°06/2025 | L’etude Architecturale Et Le Suivi Des Travaux De : - Reamenagement Des Places Publiques Relevant De L’ancienne Medina De La Ville D’ouezzane - Reamenagement Du Centre D’ouezzane L’art Et De Culture À La Médina Ouezzane
Agence Pour La Promotion Et Le Developpement Du Nord Tender
Civil And Construction...+3Building Construction, Consultancy Services, Civil And Architectural Services
Morocco
Closing Date24 Mar 2025
Tender AmountMAD 7.2 Million (USD 784.9 K)
Tender Id: CONSULTATION ARCHITECTURALE OUVERTE N°20/2025 | Etude Architecturale Et Le Suivi Des Travaux De Construction Du Lycee Qualifiant Al Kawassim A La Prefecture De Tanger-assilah
Agence Pour La Promotion Et Le Developpement Du Nord Tender
Civil And Construction...+2Consultancy Services, Civil And Architectural Services
Morocco
Closing Date25 Mar 2025
Tender AmountMAD 5.8 Million (USD 625.7 K)
Tender Id: CONSULTATION ARCHITECTURALE OUVERTE N°16/2025 | L’etude Architecturale Et Le Suivi Des Travaux D’extension Des Etablissements, Administration ,logements, Murs De Cloture A La Province D’al Hoceima
Agence Pour La Promotion Et Le Developpement Du Nord Tender
Civil And Construction...+3Building Construction, Consultancy Services, Civil And Architectural Services
Morocco
Closing Date24 Mar 2025
Tender AmountMAD 7.2 Million (USD 784.9 K)
Tender Id: CONSULTATION ARCHITECTURALE OUVERTE N°21/2025 | Etude Architecturale Et Le Suivi Des Travaux De Construction Du Lycee Qualifiant Ibn Ajalat A La Prefecture De Tanger-assilah
Province Of Iloilo Tender
Civil And Construction...+2Building Construction, Construction Material
Philippines
Closing Date22 Apr 2025
Tender AmountPHP 20 Million (USD 352.7 K)
Details: Description Philippine Bidding Documents (as Harmonized With Development Partners) Construction Of Warehouse And Drying Facility At Art Center, Brgy. Nanga, Pototan, Iloilo Bid No. Agr-25-149-b Iloilo Provincial Government Sixth Edition Table Of Contents Glossary Of Terms, Abbreviations, And Acronyms 4 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 11 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 12 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 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. Specifications 20 Section Vii. Drawings 24 Section Viii. Bill Of Quantities 30 Section Ix. Checklist Of Technical And Financial Documents 37 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 Warehouse And Drying Facility At Art Center, Brgy. Nanga, Pototan, Iloilo Bid No. Agr-25-149-b 1. The Iloilo Provincial Government, Through The 20% Nta Development Fund – Fy 2025 Intends To Apply The Sum Of Twenty Million Pesos (p 20,000,000.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Agr-25-149-b For The Construction Of Warehouse And Drying Facility At Art Center, Brgy. Nanga, Pototan, 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 One Eighty 180 Calendar Days. Bidders Should Have Completed A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. 4. 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 28, 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 Ten Thousand Pesos (p10, 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 April 8, 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 22, 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 22, 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 17, 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 Warehouse And Drying Facility At Art Center, Brgy. Nanga, Pototan, Iloilo, With Project Identification Number Agr-25-149-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 Twenty Million Pesos (p 20,000,000.00) 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 20, 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 Of Warehouse/buildings 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-materials Engineer 1 Year 1 Year 1-agricultural And Biosystems Engineer 1 Year 1 Year 1-health & Safety Officer 1 Year 1 Year 1-foreman 1 Year 1 Year 1-carpenter 1 Year 1 Year 1-steelman 1 Year 1 Year 1-mason 1 Year 1 Year 1-welder 1 Year 1 Year 1-electrician 1 Year 1 Year 1-plumber 1 Year 1 Year 1-painter 1 Year 1 Year 10.5 The Minimum Major Equipment Requirements Are The Following: Equipment Capacity Number Of Units Dump Truck - 1 Chainsaw - 1 Backhoe - 1 Pneumatic Tire Roller - 1 One Bagger Mixer - 1 Bar Cutter - 1 Welding Machine - 1 Electric Drill - 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. 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. Itb Clause 16 All Envelopes Shall: A. Contain The Name Of The Contract To Be Bid In Capital Letters: “construction Of Warehouse And Drying Facility At Art Center, Brgy, Nanga, Pototan, 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-25-149-b” E. Bear A Warning “do Not Open Before April 22, 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 Bid Is 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 Installed Or Constructed 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 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 Authorized Representative Or The Engineer In-charge. 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 Works The Works Include Furnishing Of Labor, Materials, Tools, Equipment And Other Incidentals Necessary To Complete The Project Such As Mobilization/demobilization, Clearing, Grubbing & Staking, Excavation Works, Backfilling, Embankment With Compaction, Concrete Works, Masonry Works, Plastering Works, Wall Installation, Roof Framing, Roofing Works, Ceiling Works, Tile Works, Door And Windows With Complete Accessories, Plumbing Works, Painting Works, Construction Of Catch Basin, Installation Of Logo & Installation Of Electrical Works And Fire Alarm System. General Condition A. The Works To Be Done Herein Shall Be The Construction Of Warehouse And Drying Facility 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 Pao Billboard The Billboard’s Specifications Shall Conform To The Following Requirements: A. Tarpaulin, White, 8ft X 8ft (coa) And 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 Project Billboard Shall Be In Accordance With Provisions Of This Specification. Basis Of Payment No Additional Payment Shall Be Made In This Regard. A. Construction Of Warehouse I. Mobilization/demobilization Mobilization And Demobilization The Work Consists Of The Mobilization And Demobilization Of The Contractor’s Forces And Equipment Necessary For Performing The Work Required Under The Contract. It Does Not Include Mobilization And Demobilization For Specific Items Of Work In Fulfilling The Contract Requirements For The Commencement Of Work. Equipment And Material Mobilization Shall Include All Activities And Associated Costs For Transportation Of Contractor’s Personnel, Equipment, And Operating Supplies To The Site; Establishment Of Offices, Buildings, And Other Necessary General Facilities For The Contractor’s Operations At The Site. Demobilization Demobilization Shall Include All Activities And Associated Costs For Transportation Of Personnel, Equipment, And Supplies Not Required Or Included In The Contract From The Site; Including The Disassembly, Removal, And Site Cleanup Of Offices, Buildings, And Other Facilities Assembled On The Site Specifically For This Contract. Ii. Clearing, Grubbing And Staking 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. Staking-out The Building Lines Shall Be Staked Out On The Lines And Grades Shown In The Drawings Established Before Any Excavation Is Started. Batter Boards And Reference Marks Shall Be Erected At Such Place Where They Will Not Be Disturbed During The Excavation Of The Building. 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. Iii. 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 Meter Of The Edge Of The Trench. No Excavation Or Foundation Work Shall Be Filled In Or Covered Up Before The Inspection And Approval Of The Project Engineer. Iv. Backfilling, Embankment With Compaction And Gravel Bedding Use Earth Or Sand Free From Waste And Objectionable Materials. Place Backfill And Embank In Uniform Horizontal Layer Not More 150mm Thick At A Time, Puddle And Tamper Each Layer As Required To Make Firm Adequate Compaction. Fill Bottom Of Excavation For Structured Foundation With At Least 100mm Thick Gravel Before Placing Reinforcing Steel Bars And Pouring Concrete. V. Concrete, Masonry And Plastering 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 (type1) 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 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. Splices Shall Be Approved Prior To Use. Do Not Splice At Points Of Maximum Stress. Overlapped Welded Wire Fabric The Spacing Of The Cross Wires, Plus 50 Mm (2 Inches). H. Concrete Hollow Blocks: 1. For Walls And Partitions, Use Chb Or Its Equivalent. 2. Minimum Comprehensive Strength Shall Be 700 Psi. 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. K. Proportions Of All Materials Entering Into Concrete Shall Be Of Class “a”. L. Mixture For Concrete Slab: Thickness Of Slab Shall Be 200mm Thick. A Mixture Of Washed Sand, Screened Gravel And Portland Cement. M. Mixture For Plastering: Thickness Of Plaster Shall Be 16mm Thick. A Mixture Of Washed Sand And Portland Cement. Vi. Wall Installation Use 0.5mm Thk G.i. Rib-type Longspan Prepainted For Wall Cladding And 2” X 4” X 1.5mm X 6m C-purlins For Wall Cladding Framing. Vii. Roofing Works And Framing A. Roofing Must Be 0.5mm Pre-painted Rib-type Long Span With Compatible Ridge Roll, And Fascia With Skylight Roof. B. For Full Truss 1 & 2 And Half Truss 1, Trusses And Rafter Shall Be 2” X 2” X 5mm Thk Angle Bars For Top And Bottom Chord And 1-1/2” X 1-1/2” X 4.5mm Thk Angle Bar For All Web Members. C. For Half Truss 2, Use 2” Ø G.i. Pipe Schedule 40 For All Members. D. For Girt Use 2” X 2” X 5mm Thk Angle Bars For Top And Bottom Chord And 1-1/2” X 1-1/2” X 4.5mm Thk Angle Bar For All Web Members. E. For Fascia Frame Use 1” X 1” X 3/16” Thk Angle Bar For All Members. F. Use 2” X 6” X 1.5mm Thk C-purlins. Please Refer To The Attached Plan For Specifications. G. Fasten Framing Members Together By Welding Or By Using Bolts. Welding Shall Conform To Aws D1.3 Welding Procedure. H. All Metal Surfaces Must Be Metal Primer Red Oxide Painted. Ix. Ceiling Works All Materials Shall Be Of Kind And Size Specified On Plans. Interior And Exterior Ceiling Will Use 0.4mm Thk Spandrel Ceiling With A Carrying Channel, Metal Furring And Wall Angle For Corner As Main Frame. Use Blind Rivets To Fix The Spandrel To The Main Frame. X. Tile Works Tiles Should Be Installed In Comfort Room Using A 0.60m X 0.60m Polished Tiles. For Wall Tiles, Height Should Be 1.5m From The Finished Floor Line. Shall Have Tile Trim At The Edges And Provide Tile Grout Between Tiles. It Should Be Done By A Tile Setter To Ensure Quality Workmanship. Xi. Installation Of Doors A. For Sliding Door, Use G.a. 18 Plain Sheet For Door And 2” Ø G.i. Pipe Schedule 40 For The Frame With Heavy Duty Rack And Complete Accessories Including Installation. B. For Louver Windows, Use 0.5mm Plain Sheet Bended Louver Panels And 2” X 4” Rectangular Tube Framing With Complete Accessories Including Installation. C. For Comfort Room, Use 0.7m X 2.1m Pvc Door With Complete Accessories, Louver, Dr Pad And Lockset, And Use 6mm Thk X 0.4m X 0.6m Clear Glass Window On Analok Aluminum Tubular Frame With Complete Accessories. D. Use 0.9m X 2.1m Swing Panel Door, Kiln Dried Panel Door With 3mm Thk Lead Sheet With Heavy Duty Door Knob And Hinges On 2” X 6” Wooden Door Jamb. E. For Doors And Windows, Use #6, 4.5mm Steel Matting 2” X 2” X 4’ X 8’ And Use 3/16” X 1” X 6m Flat Bar And 2” Ø G.i. Pipe Schedule 40 For Framing. Xii. Plumbing Works All Works Shall Be Done In Accordance With The Provisions Of The Latest Edition Of The Plumbing Code And Local Ordinance. All Works Shall Be Done Under The Direct Supervision Of A Duly Licensed Master Plumber. See Attached Plans For Specifications. A. Use 1"ø Pvc Blue X 3m With Fittings And Accessories For Connection From Main Source Of Water To The Building For The Operation Of Comfort Room. B. Use 1/2"ø Pvc Blue X 3m With Fittings And Accessories For Faucets. C. Use 2"ø Pvc Sanitary X 3m S1000 With Fittings And Accessories For Floor Drain. D. Use 4"ø Pvc Sanitary X 3m S1000 With Fittings And Accessories For Septic Tank. Xiii. Painting Works I. Complete Painting Covers All Concrete Surfaces And Other Interior Parts Except Otherwise Specified. Ii. Apply Three (3) Coats As Paint Follows: 1st Coat = Sealer 2nd Coat = Primers 3rd Coat = Color Selected And Approved (2 Coats) Iii. Paint Shall Be Thoroughly Dry Before Applying The Succeeding Coat No Exterior Painting Shall Be Done With The Surface To Be Applied Is Damp Or During Rainy Weather Iv. Proper Works At All Times By Suitable Materials As Work Progress, Upon Completion Of Work, Remove All Paints Stains And Varnish Spots From Floors And Other Surfaces, Leave Work Clean And In Acceptable Condition. B. Construction Of Catch Basin And Septic Tank I. 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 Meter Of The Edge Of The Trench. No Excavation Or Foundation Work Shall Be Filled In Or Covered Up Before The Inspection And Approval Of The Project Engineer. Ii. Concrete, Masonry And Plastering 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 (type1) 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 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. Splices Shall Be Approved Prior To Use. Do Not Splice At Points Of Maximum Stress. Overlapped Welded Wire Fabric The Spacing Of The Cross Wires, Plus 50 Mm (2 Inches). H. Concrete Hollow Blocks: 1. For Walls And Partitions, Use Chb Or Its Equivalent. 2. Minimum Comprehensive Strength Shall Be 700 Psi. 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. K. Proportions Of All Materials Entering Into Concrete Shall Be Of Class “b”. L. Mixture For Concrete Slab: Thickness Of Slab Shall Be 100mm Thick. A Mixture Of Washed Sand, Screened Gravel And Portland Cement. M. Mixture For Plastering: Thickness Of Plaster Shall Be 16mm Thick. A Mixture Of Washed Sand And Portland Cement. Iii. Pipings Use 6” Ø Pvc Sanitary Pipe X 3m S1000 With Complete Fittings And Accessories. It Should Be Installed By A Skilled Plumber To Ensure Quality Workmanship. Please Refer To The Attached Plan For Specifications. C. Installation Of Logo Use 1.5m Ø X 4” Thk Stainless 202 Round Logo For The Iloilo Provincial Government Seal With Installation. It Should Be Installed By A Skilled Worker To Ensure Quality Workmanship. Please Refer To The Attached Plan For Specifications. D. Installation Of Electrical Works And Fire Alarm System 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. 1. All Electrical Works And Materials Shall Conform To The Provisions Of The Latest Edition Of The Philippine National Electrical Code. The Rules, Regulations And Requirements Of The Local Authorities That Have Jurisdiction Over The Project, And Of The Local Utility Companies For Electrical And Communication. 2. Power Service To The Building Shall Be 230 Vac, 3ø + Ground, & 60hz 3. Unless Otherwise Indicated, All Wiring Method Shall Be Done In Rigid Steel Conduit (rsc), Condulet Fittings & Metal Boxes. 4. All Electrical Materials/equipment To Be Used Shall Be New And Of The Approved Type In Accordance With Drawings And Specifications For Both Location And Purpose. 5. Unless Otherwise Specified In The Plans, The Minimum Size Of The Wire And Conduit To Be Used Shall Be 3.5mm2 Thhn And 20mmø, Respectively. All Wires Shall Be Insulated For 600v And Except As Specified In The Plan. 6. All Non-current Carrying Metal Parts Of Electrical Equipments, Panel Board & Other Devices Shall Be Effectively Bonded To The Ground. 7. The Entire Electrical Works Herein Shall Be Done Under Direct Supervision Of A Competent Registered Electrical Engineer. 8. Where So Required, Provide All Fittings, Condulets/boxes For All Systems. 9. Use Wire With Color Red For Line 1, Yellow For Line 2, Blue For Line 3, And Green For Line Ground. 10. Electrical Works/system Shall Be Commissioned With The Present Of Project Engineer. Fire Alarm System 1. Installation Of Fire Detection And Alarm System (fdas) Will Be In Accordance With The National Fire Protection Association (nfpa) 72 And 70 And Local Fire Code Of The Philippines. 2. All Wiring Will Be In Accordance With Fdas Manufacturer’s Recommendations To Properly Conduct The Circuit Current: -awg #16 Tf Wire Signaling Line Circuit -awg #16 Tf Wire 24vdc Auxiliary Circuit 3. Smoke Detectors And Heat Detectors Are To Be Installed According To The Recommended Spacing As Per Nfpa 72 And Manufacturer’s Listing: -smoke Detector 9.1m (area Coverage 0.7 Times Listed Spacing) -heat Detector 13.9m (area Coverage 0.7 Times Listed Spacing) 4. All Audible Devices Is At Least 15dba Above The Average Ambient Sound 5. Wiring Method Will Be In Electrical Metal Tubing (imc) And All Electrical Box Are Galvanized Ga #16 Minimum. 6. All Materials To Be Used Are New And Will Be Installed In Application For Which They Are Intended. Section Vii. Drawings Annex A – Architectural Design Annex B- Project Billboard Plan Section Viii. Bill Of Quantities Bid No. Agr- 25-149-b Item Description Quantity Unit Unit Cost Total Cost No. A. Construction Of Warehouse And Drying Facility I. Mobilization/demobilization 1.00 L.s. Pesos And Ctvs. (p ) / L.s. P Ii. Clearing, Grubbing & Staking 1080.00 Sq.m. Pesos And Ctvs. (p ) / Sq.m P Iii. Excavation Works 265.90 Cu.m. Pesos And Ctvs. (p ) / Cu.m P Iv. Backfilling 155.38 Cu.m. Pesos And Ctvs. (p ) / Cu.m P V. Embankment With Compaction 2067.00 Cu.m. Pesos And Ctvs. (p ) / Cu.m P Vi. Concrete Works A. Concreting 349.07 Cu.m. Pesos And Ctvs. (p ) / Cu.m P Item Description Quantity Unit Unit Cost Total Cost No. B. Gravel Bedding 151.01 Cu.m. Pesos And Ctvs. (p ) / Cu.m. P C. Steelworks 28,624.00 Kgs. Pesos And Ctvs. (p ) / Kgs. P D. Formworks 1,415.66 Sq.m. Pesos And Ctvs. (p ) / Sq.m P Vii. Masonry Works 186.12 Sq.m. Pesos And Ctvs. (p ) / Sq.m P Viii. Plastering Works 1,249.04 Sq.m. Pesos And Ctvs. (p ) /sq.m. P Ix. Wall Installation 764.47 Sq.m. Pesos And Ctvs. (p ) /sq.m. P X. Roof Framing 17,556.15 Kgs. Pesos And Ctvs. (p ) /kgs. P Item Description Quantity Unit Unit Cost Total Cost No. Xi. Roofing Works 619.50 Sq.m. Pesos And Ctvs. (p ) /sq.m. P Xii. Ceiling Works 22.33 Sq.m. Pesos And Ctvs. (p ) /sq.m. P Xiii. Tile Works 14.38 Sq.m. Pesos And Ctvs. (p ) /sq.m. P Xiv. Installation Of Doors And Windows A. Sliding Door (4.95m X 4.8m, 3.00 Units Pesos G.a. 18 Plain Sheet And 2” Ø G.i. Pipe S-40) W/ Heavy Duty Rack And Complete Accessories With Installation And Ctvs. (p ) /unit P B. Louver Windows (4.7m X Tube 18.00 Units Pesos 0.6mm, 2” X 4” Rectangular Framing And 0.5mm Plain Sheet Bended Louver Panels) W/ Complete Accessories With And Ctvs. Installation (p ) /unit P C. Panel/pvc/steel Matting Door 13.65 Sq.m. Pesos And Window And Clear Glass Window Installation And Ctvs. (p ) /sq.m. P Item Description Quantity Unit Unit Cost Total Cost No. Xv. Plumbing Works 1.00 L.s. Pesos And Ctvs. (p ) /l.s. P Xvi. Painting Works 3,727.18 Sq.m. Pesos And Ctvs. (p ) /sq.m. P B. Construction Of Catch Basin And Septic Tank I. Excavation Works 16.86 Cu.m. Pesos And Ctvs. (p ) /cu.m. P Ii. Concrete Works A. Concreting 3.30 Cu.m. Pesos And Ctvs. (p ) /cu.m. P B. Steel Works 178.00 Kgs. Pesos And Ctvs. (p ) /kgs. P C. Formworks 21.90 Sq.m. Pesos And Ctvs. (p ) /sq.m. P Iii. Masonry Works 40.60 Sq.m. Pesos And Ctvs. (p ) /sq.m. P Itemno. Description Quantity Unit Unit Cost Total Cost Iv. Plastering Works 77.90 Sq.m. Pesos And Ctvs. (p ) /sq.m. P V. Pipings 1.00 L.s. Pesos And Ctvs. (p ) /l.s. P C. Installation Of Logo (1.5m Ø 1.00 L.s. Pesos X 4” Thk Stainless 202 Round Logo With Installation) And Ctvs. (p ) /l.s. P D. Installation Of Electrical Works & Fire Alarm System I. Installation Of Primary Lines, & 1.00 L.s. Pesos Metering & Three (3) Units Of 25 Kva Distribution Transformers (ileco Ii Works Recommended Materials) And Ctvs. (p ) /l.s. P Ii. Secondary Power Distribution 1.00 L.s. Pesos System And Ctvs. (p ) /l.s. P Iii. Fire Alarm System 1.00 L.s. Pesos And Ctvs. (p ) /l.s. P Total Bid Cost In Words Summary Of Costs Item No. Bid Amount A. Construction Of Warehouse And Drying Facility I. Mobilization/demobilization ₱ _____________________________ Ii. Clearing, Grubbing & Staking ₱ _____________________________ Iii. Excavation Works ₱ _____________________________ Iv. Backfilling ₱ _____________________________ V. Embankment With Compaction ₱ _____________________________ Vi. Concrete Works A. Concreting ₱ _____________________________ B. Gravel Bedding ₱ _____________________________ C. Steelworks ₱ _____________________________ D. Formworks ₱ _____________________________ Vii. Masonry Works ₱ _____________________________ Viii. Plastering Works ₱ _____________________________ Ix. Wall Installation ₱ _____________________________ X. Roof Framing ₱ _____________________________ Xi. Roofing Works ₱ _____________________________ Xii. Ceiling Works ₱ _____________________________ Xiii. Tile Works ₱ _____________________________ Xiv. Installation Of Doors And Windows A. Sliding Door (4.95m X 4.8m, G.a. 18 Plain Sheet And 2"ø G.i. Pipe S-40) W/ Heavy Duty Rack And Complete Accessories With Installation ₱ _____________________________ B. Louver Windows (4.7m X 0.6m, 2" X 4" Rectangular Tube Framing And 0.5mm Plain Sheet Bended Louver Panels) W/ Complete Accessories With Installation ₱ _____________________________ C. Panel/pvc/steel Matting Door And Window And Clear Glass Window Installation ₱ _____________________________ Xv. Plumbing Works ₱ _____________________________ Xvi. Painting Works ₱ _____________________________ B. Construction Of Catch Basin And Septic Tank I. Excavation Works ₱ _____________________________ Ii. Concrete Works A. Concreting ₱ _____________________________ B. Steelworks ₱ _____________________________ C. Formworks ₱ _____________________________ Iii. Masonry Works ₱ _____________________________ Iv. Plastering Works ₱ _____________________________ V. Pipings ₱ _____________________________ C. Installation Of Logo ₱ _____________________________ D. Installation Of Electrical Works & Fire Alarm System I. Installation Of Primary Lines, Metering & Three (3) Units Of 25 Kva Distribution Transformers (ileco Ii Works & Recommended Materials) ₱ _____________________________ Ii. Secondary Power Distribution System ₱ _____________________________ Iii. Fire Alarm System ₱ _____________________________ 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. 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 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 Allowable Forms Of Performance Security, Subject To The Terms And Conditions Of Issued Gppb Guidelines12 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 12 Currently Based On Gppb Resolution No. 09-2020 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]
1921-1930 of 1958 archived Tenders