Architect Tenders
Johannesburg Water Tender
Civil And Construction...+3Consultancy Services, Civil And Architectural Services, Water Storage And Supply
South Africa
Closing Date15 Apr 2025
Tender AmountRefer Documents
Tender Id: RFQJW0065BZ25 -Architectural Services | Rfqjw0065bz25 -architectural Services
Province Of Iloilo Tender
Civil And Construction...+1Civil Works Others
Philippines
Closing Date3 Apr 2025
Tender AmountPHP 1 Million (USD 17.4 K)
Details: Description Table Of Contents Glossary Of Terms, Abbreviations, And Acronyms 4 Section Ii. Instructions To Bidders 9 1. Scope Of Bid 9 2. Funding Information 9 3. Bidding Requirements 9 4. Corrupt, Fraudulent, Collusive, Coercive, And Obstructive Practices 9 5. Eligible Bidders 10 6. Origin Of Associated Goods 10 7. Subcontracts 10 8. Pre-bid Conference 10 9. Clarification And Amendment Of Bidding Documents 10 10. Documents Comprising The Bid: Eligibility And Technical Components 11 11. Documents Comprising The Bid: Financial Component 11 12. Alternative Bids 11 13. Bid Prices 12 14. Bid And Payment Currencies 12 15. Bid Security 12 16. Sealing And Marking Of Bids 12 17. Deadline For Submission Of Bids 12 18. Opening And Preliminary Examination Of Bids 13 19. Detailed Evaluation And Comparison Of Bids 13 20. Post Qualification 13 21. Signing Of The Contract 13 Section Iii. Bid Data Sheet 15 Section Iv. General Conditions Of Contract 17 1. Scope Of Contract 17 2. Sectional Completion Of Works 17 3. Possession Of Site 17 4. The Contractor’s Obligations 17 5. Performance Security 18 6. Site Investigation Reports 18 7. Warranty 18 8. Liability Of The Contractor 18 9. Termination For Other Causes 18 10. Dayworks 19 11. Program Of Work 19 12. Instructions, Inspections And Audits 19 13. Advance Payment 19 14. Progress Payments 19 15. Operating And Maintenance Manuals 19 Section V. Special Conditions Of Contract 20 Section Vi. Specification 21 Section Vii. Drawings 28 Section Viii. Bill Of Quantities 29 Section Ix. Checklist Of Technical And Financial Documents 32 Glossary Of Terms, Abbreviations, And Acronyms Abc – Approved Budget For The Contract. Arcc – Allowable Range Of Contract Cost. Bac – Bids And Awards Committee. Bid – A Signed Offer Or Proposal To Undertake A Contract Submitted By A Bidder In Response To And In Consonance With The Requirements Of The Bidding Documents. Also Referred To As Proposal And Tender. (2016 Revised Irr, Section 5[c]) Bidder – Refers To A Contractor, Manufacturer, Supplier, Distributor And/or Consultant Who Submits A Bid In Response To The Requirements Of The Bidding Documents. (2016 Revised Irr, Section 5[d]) Bidding Documents – The Documents Issued By The Procuring Entity As The Bases For Bids, Furnishing All Information Necessary For A Prospective Bidder To Prepare A Bid For The Goods, Infrastructure Projects, And/or Consulting Services Required By The Procuring Entity. (2016 Revised Irr, Section 5[e]) Bir – Bureau Of Internal Revenue. Bsp – Bangko Sentral Ng Pilipinas. Cda – Cooperative Development Authority. Consulting Services – Refer To Services For Infrastructure Projects And Other Types Of Projects Or Activities Of The Gop Requiring Adequate External Technical And Professional Expertise That Are Beyond The Capability And/or Capacity Of The Gop To Undertake Such As, But Not Limited To: (i) Advisory And Review Services; (ii) Pre-investment Or Feasibility Studies; (iii) Design; (iv) Construction Supervision; (v) Management And Related Services; And (vi) Other Technical Services Or Special Studies. (2016 Revised Irr, Section 5[i]) Contract – Refers To The Agreement Entered Into Between The Procuring Entity And The Supplier Or Manufacturer Or Distributor Or Service Provider For Procurement Of Goods And Services; Contractor For Procurement Of Infrastructure Projects; Or Consultant Or Consulting Firm For Procurement Of Consulting Services; As The Case May Be, As Recorded In The Contract Form Signed By The Parties, Including All Attachments And Appendices Thereto And All Documents Incorporated By Reference Therein. Contractor – Is A Natural Or Juridical Entity Whose Proposal Was Accepted By The Procuring Entity And To Whom The Contract To Execute The Work Was Awarded. Contractor As Used In These Bidding Documents May Likewise Refer To A Supplier, Distributor, Manufacturer, Or Consultant. Cpi – Consumer Price Index. Dole – Department Of Labor And Employment. Dti – Department Of Trade And Industry. Foreign-funded Procurement Or Foreign-assisted Project – Refers To Procurement Whose Funding Source Is From A Foreign Government, Foreign Or International Financing Institution As Specified In The Treaty Or International Or Executive Agreement. (2016 Revised Irr, Section 5[b]). Gfi – Government Financial Institution. Gocc – Government-owned And/or –controlled Corporation. Goods – Refer To All Items, Supplies, Materials And General Support Services, Except Consulting Services And Infrastructure Projects, Which May Be Needed In The Transaction Of Public Businesses Or In The Pursuit Of Any Government Undertaking, Project Or Activity, Whether In The Nature Of Equipment, Furniture, Stationery, Materials For Construction, Or Personal Property Of Any Kind, Including Non-personal Or Contractual Services Such As The Repair And Maintenance Of Equipment And Furniture, As Well As Trucking, Hauling, Janitorial, Security, And Related Or Analogous Services, As Well As Procurement Of Materials And Supplies Provided By The Procuring Entity For Such Services. The Term “related” Or “analogous Services” Shall Include, But Is Not Limited To, Lease Or Purchase Of Office Space, Media Advertisements, Health Maintenance Services, And Other Services Essential To The Operation Of The Procuring Entity. (2016 Revised Irr, Section 5[r]) Gop – Government Of The Philippines. Infrastructure Projects – Include The Construction, Improvement, Rehabilitation, Demolition, Repair, Restoration Or Maintenance Of Roads And Bridges, Railways, Airports, Seaports, Communication Facilities, Civil Works Components Of Information Technology Projects, Irrigation, Flood Control And Drainage, Water Supply, Sanitation, Sewerage And Solid Waste Management Systems, Shore Protection, Energy/power And Electrification Facilities, National Buildings, School Buildings, Hospital Buildings, And Other Related Construction Projects Of The Government. Also Referred To As Civil Works Or Works. (2016 Revised Irr, Section 5[u]) Lgus – Local Government Units. Nfcc – Net Financial Contracting Capacity. Nga – National Government Agency. Pcab – Philippine Contractors Accreditation Board. Philgeps - Philippine Government Electronic Procurement System. Procurement Project – Refers To A Specific Or Identified Procurement Covering Goods, Infrastructure Project Or Consulting Services. A Procurement Project Shall Be Described, Detailed, And Scheduled In The Project Procurement Management Plan Prepared By The Agency Which Shall Be Consolidated In The Procuring Entity's Annual Procurement Plan. (gppb Circular No. 06-2019 Dated 17 July 2019) Psa – Philippine Statistics Authority. Sec – Securities And Exchange Commission. Slcc – Single Largest Completed Contract. Un – United Nations. Republic Of The Philippines Iloilo Provincial Government Section I. Invitation To Bid For Construction Of Flatbed Dryer At Brgy. Bita-og Gaja, New Lucena, Iloilo Bid No. Agr-25-71-b 1. The Iloilo Provincial Government, Through The 20% Nta- Cy 2025 Intends To Apply The Sum Of One Million Pesos (p1,000,000.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Agr-25-71-b For The Construction Of Flatbed Dryer At Brgy. Bita-og Gaja, New Lucena, Iloilo Or The Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Iloilo Provincial Government Now Invites Bids For The Above Procurement Project. Completion Of The Works Is Required Sixty (60) Calendar Days. Bidders Should Have Completed A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. 4. Interested Bidders May Obtain Further Information From The Bids And Awards Committee Secretariat, 5th Floor, New Iloilo Provincial Capitol, Bonifacio Drive, Iloilo City, Philippines And Inspect The Bidding Documents At The Address Given Below From 8:00am To 5:00pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On March 7, 2025 From Given Address And Website/s Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of One Thousand Pesos (p1, 000.00). The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person. 6. The Iloilo Provincial Government Will Hold A Pre-bid Conference On March 20, 2025, 9:00 A.m. At Bids And Awards Committee Secretariat, 5th Floor, New Iloilo Provincial Capitol, Bonifacio Drive, Iloilo City, Philippines, And/or Through Videoconferencing/webcasting Via Zoom Conference Which Shall Be Open To Prospective Bidders. The Default Meeting Id And Password Shall Be: Meeting Id: 4340851724 // Password: 0922 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At Bids And Awards Committee Secretariat, 5th Floor, New Iloilo Provincial Capitol, Bonifacio Drive, Iloilo City On Or Before April 3, 2025, 9:00 A.m. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 16. 9. Bid Opening Shall Be On April 3, 2025, 9:01 A.m. At Bids And Awards Committee Secretariat, 5th Floor, New Iloilo Provincial Capitol, Bonifacio Drive, Iloilo City, Philippines. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The Iloilo Provincial Government Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Implementing Rules And Regulations (irr) Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 11. For Further Information, Please Refer To: Atty. Raemman M. Lagrada Head, Bac Secretariat 5f New Iloilo Provincial Capitol Bonifacio Drive, Iloilo City Tel. No. (33) 336-0736 Fax No. (33) 337-7731 Email: Ipg_bacs@yahoo.com 12. You May Visit The Following Websites: For Downloading Of Bidding Documents: Www.iloilo.gov.ph February 24, 2025 Atty. Dennis T. Ventilacion Bac Chairperson Section Ii. Instructions To Bidders 1. Scope Of Bid The Procuring Entity, Iloilo Provincial Government Invites Bids For The Construction Of Flatbed Dryer At Brgy. Bita-og Gaja, New Lucena, Iloilo With Project Identification Number Agr-25-71-b. The Procurement Project (referred To Herein As “project”) Is For The Construction Of Works, As Described In Section Vi (specifications). 2. Funding Information 2.1. The Gop Through The Source Of Funding As Indicated Below For 2025 In The Amount Of One Million Pesos (p1,000,000.00) 2.2. The Source Of Funding Is: A.) Lgu’s 20% Nta Cy 2025, As Approved By The Sangunian 3. Bidding Requirements The Bidding For The Project Shall Be Governed By All The Provisions Of Ra No. 9184 And Its 2016 Revised Irr, Including Its Generic Procurement Manual And Associated Policies, Rules And Regulations As The Primary Source Thereof, While The Herein Clauses Shall Serve As The Secondary Source Thereof. Any Amendments Made To The Irr And Other Gppb Issuances Shall Be Applicable Only To The Ongoing Posting, Advertisement, Or Invitation To Bid By The Bac Through The Issuance Of A Supplemental Or Bid Bulletin. The Bidder, By The Act Of Submitting Its Bid, Shall Be Deemed To Have Inspected The Site, Determined The General Characteristics Of The Contracted Works And The Conditions For This Project, Such As The Location And The Nature Of The Work; (b) Climatic Conditions; (c) Transportation Facilities; (c) Nature And Condition Of The Terrain, Geological Conditions At The Site Communication Facilities, Requirements, Location And Availability Of Construction Aggregates And Other Materials, Labor, Water, Electric Power And Access Roads; And (d) Other Factors That May Affect The Cost, Duration And Execution Or Implementation Of The Contract, Project, Or Work And Examine All Instructions, Forms, Terms, And Project Requirements In The Bidding Documents. 4. Corrupt, Fraudulent, Collusive, Coercive, And Obstructive Practices The Procuring Entity, As Well As The Bidders And Contractors, Shall Observe The Highest Standard Of Ethics During The Procurement And Execution Of The Contract. They Or Through An Agent Shall Not Engage In Corrupt, Fraudulent, Collusive, Coercive, And Obstructive Practices Defined Under Annex “i” Of The 2016 Revised Irr Of Ra No. 9184 Or Other Integrity Violations In Competing For The Project. 5. Eligible Bidders 5.1. Only Bids Of Bidders Found To Be Legally, Technically, And Financially Capable Will Be Evaluated. 5.2. The Bidder Must Have An Experience Of Having Completed A Single Largest Completed Contract (slcc) That Is Similar To This Project, Equivalent To At Least Fifty Percent (50%) Of The Abc Adjusted, If Necessary, By The Bidder To Current Prices Using The Psa’s Cpi, Except Under Conditions Provided For In Section 23.4.2.4 Of The 2016 Revised Irr Of Ra No. 9184. A Contract Is Considered To Be “similar” To The Contract To Be Bid If It Has The Major Categories Of Work Stated In The Bds. 5.3. For Foreign-funded Procurement, The Procuring Entity And The Foreign Government/foreign Or International Financing Institution May Agree On Another Track Record Requirement, As Specified In The Bidding Document Prepared For This Purpose. 5.4. The Bidders Shall Comply With The Eligibility Criteria Under Section 23.4.2 Of The 2016 Irr Of Ra No. 9184. 6. Origin Of Associated Goods There Is No Restriction On The Origin Of Goods Other Than Those Prohibited By A Decision Of The Un Security Council Taken Under Chapter Vii Of The Charter Of The Un. 7. Subcontracts 7.1. The Bidder May Subcontract Portions Of The Project To The Extent Allowed By The Procuring Entity As Stated Herein, But In No Case More Than Fifty Percent (50%) Of The Project. The Procuring Entity Has Prescribed That: A. Subcontracting Is Not Allowed. 8. Pre-bid Conference The Procuring Entity Will Hold A Pre-bid Conference For This Project On The Specified Date And Time And Either At Its Physical Address At Bac Office, 5th Floor, New Iloilo Provincial Capitol, Iloilo City And/or Through Videoconferencing As Indicated In Paragraph 6 Of The Ib. 9. Clarification And Amendment Of Bidding Documents Prospective Bidders May Request For Clarification On And/or Interpretation Of Any Part Of The Bidding Documents. Such Requests Must Be In Writing And Received By The Procuring Entity, Either At Its Given Address Or Through Electronic Mail Indicated In The Ib, At Least Ten (10) Calendar Days Before The Deadline Set For The Submission And Receipt Of Bids. 10. Documents Comprising The Bid: Eligibility And Technical Components 10.1. The First Envelope Shall Contain The Eligibility And Technical Documents Of The Bid As Specified In Section Ix. Checklist Of Technical And Financial Documents. 10.2. If The Eligibility Requirements Or Statements, The Bids, And All Other Documents For Submission To The Bac Are In Foreign Language Other Than English, It Must Be Accompanied By A Translation In English, Which Shall Be Authenticated By The Appropriate Philippine Foreign Service Establishment, Post, Or The Equivalent Office Having Jurisdiction Over The Foreign Bidder’s Affairs In The Philippines. For Contracting Parties To The Apostille Convention, Only The Translated Documents Shall Be Authenticated Through An Apostille Pursuant To Gppb Resolution No. 13-2019 Dated 23 May 2019. The English Translation Shall Govern, For Purposes Of Interpretation Of The Bid. 10.3. In Joint Ventures, A Special Pcab License, And Registration For The Type And Cost Of The Contract For This Project, Shall Be Required. Any Additional Type Of Contractor License Or Permit Shall Be Indicated In The Bds. 10.4. A List Of Contractor’s Key Personnel (e.g., Project Manager, Project Engineers, Materials Engineers, And Foremen) Assigned To The Contract To Be Bid, With Their Complete Qualification And Experience Data Shall Be Provided. These Key Personnel Must Meet The Required Minimum Years Of Experience Set In The Bds. 10.5. A List Of Contractor’s Major Equipment Units, Which Are Owned, Leased, And/or Under Purchase Agreements, Supported By Proof Of Ownership, Certification Of Availability Of Equipment From The Equipment Lessor/vendor For The Duration Of The Project, As The Case May Be, Must Meet The Minimum Requirements For The Contract Set In The Bds. 11. Documents Comprising The Bid: Financial Component 11.1. The Second Bid Envelope Shall Contain The Financial Documents For The Bid As Specified In Section Ix. Checklist Of Technical And Financial Documents. 11.2. Any Bid Exceeding The Abc Indicated In Paragraph 1 Of The Ib Shall Not Be Accepted. 11.3. For Foreign-funded Procurement, A Ceiling May Be Applied To Bid Prices Provided The Conditions Are Met Under Section 31.2 Of The 2016 Revised Irr Of Ra No. 9184. 12. Alternative Bids Bidders Shall Submit Offers That Comply With The Requirements Of The Bidding Documents, Including The Basic Technical Design As Indicated In The Drawings And Specifications. Unless There Is A Value Engineering Clause In The Bds, Alternative Bids Shall Not Be Accepted. 13. Bid Prices All Bid Prices For The Given Scope Of Work In The Project As Awarded Shall Be Considered As Fixed Prices, And Therefore Not Subject To Price Escalation During Contract Implementation, Except Under Extraordinary Circumstances As Determined By The Neda And Approved By The Gppb Pursuant To The Revised Guidelines For Contract Price Escalation Guidelines. 14. Bid And Payment Currencies 14.1. Bid Prices May Be Quoted In The Local Currency Or Tradeable Currency Accepted By The Bsp At The Discretion Of The Bidder. However, For Purposes Of Bid Evaluation, Bids Denominated In Foreign Currencies Shall Be Converted To Philippine Currency Based On The Exchange Rate As Published In The Bsp Reference Rate Bulletin On The Day Of The Bid Opening. 14.2. Payment Of The Contract Price Shall Be Made In: A. Philippine Pesos. 15. Bid Security 15.1. The Bidder Shall Submit A Bid Securing Declaration Or Any Form Of Bid Security In The Amount Indicated In The Bds, Which Shall Be Not Less Than The Percentage Of The Abc In Accordance With The Schedule In The Bds. 15.2. The Bid And Bid Security Shall Be Valid Until August 1, 2025. Any Bid Not Accompanied By An Acceptable Bid Security Shall Be Rejected By The Procuring Entity As Non-responsive. 16. Sealing And Marking Of Bids Each Bidder Shall Submit One Copy Of The First And Second Components Of Its Bid. The Procuring Entity May Request Additional Hard Copies And/or Electronic Copies Of The Bid. However, Failure Of The Bidders To Comply With The Said Request Shall Not Be A Ground For Disqualification. If The Procuring Entity Allows The Submission Of Bids Through Online Submission To The Given Website Or Any Other Electronic Means, The Bidder Shall Submit An Electronic Copy Of Its Bid, Which Must Be Digitally Signed. An Electronic Copy That Cannot Be Opened Or Is Corrupted Shall Be Considered Non-responsive And, Thus, Automatically Disqualified. 17. Deadline For Submission Of Bids The Bidders Shall Submit On The Specified Date And Time And Either At Its Physical Address Or Through Online Submission As Indicated In Paragraph 7 Of The Ib. 18. Opening And Preliminary Examination Of Bids 18.1. The Bac Shall Open The Bids In Public At The Time, On The Date, And At The Place Specified In Paragraph 9 Of The Ib. The Bidders’ Representatives Who Are Present Shall Sign A Register Evidencing Their Attendance. In Case Videoconferencing, Webcasting Or Other Similar Technologies Will Be Used, Attendance Of Participants Shall Likewise Be Recorded By The Bac Secretariat. In Case The Bids Cannot Be Opened As Scheduled Due To Justifiable Reasons, The Rescheduling Requirements Under Section 29 Of The 2016 Revised Irr Of Ra No. 9184 Shall Prevail. 18.2. The Preliminary Examination Of Bids Shall Be Governed By Section 30 Of The 2016 Revised Irr Of Ra No. 9184. 19. Detailed Evaluation And Comparison Of Bids 19.1. The Procuring Entity’s Bac Shall Immediately Conduct A Detailed Evaluation Of All Bids Rated “passed” Using Non-discretionary Pass/fail Criteria. The Bac Shall Consider The Conditions In The Evaluation Of Bids Under Section 32.2 Of 2016 Revised Irr Of Ra No. 9184. 19.2. If The Project Allows Partial Bids, All Bids And Combinations Of Bids As Indicated In The Bds Shall Be Received By The Same Deadline And Opened And Evaluated Simultaneously So As To Determine The Bid Or Combination Of Bids Offering The Lowest Calculated Cost To The Procuring Entity. Bid Security As Required By Itb Clause 16 Shall Be Submitted For Each Contract (lot) Separately. 19.3. In All Cases, The Nfcc Computation Pursuant To Section 23.4.2.6 Of The 2016 Revised Irr Of Ra No. 9184 Must Be Sufficient For The Total Of The Abcs For All The Lots Participated In By The Prospective Bidder. 20. Post Qualification Within A Non-extendible Period Of Five (5) Calendar Days From Receipt By The Bidder Of The Notice From The Bac That It Submitted The Lowest Calculated Bid, The Bidder Shall Submit Its Latest Income And Business Tax Returns Filed And Paid Through The Bir Electronic Filing And Payment System (efps), And Other Appropriate Licenses And Permits Required By Law And Stated In The Bds. 21. Signing Of The Contract The Documents Required In Section 37.2 Of The 2016 Revised Irr Of Ra No. 9184 Shall Form Part Of The Contract. Additional Contract Documents Are Indicated In The Bds. Section Iii. Bid Data Sheet Itb Clause 5.2 For This Purpose, Contracts Similar To The Project Refer To Contracts Which Have The Same Major Categories Of Work, Which Shall Be: A) Construction/ Improvement Of Flatbed Dryer 7.1 The Procuring Entity Has Prescribed That Subcontracting Is Not Allowed. 10.3 [specify If Another Contractor License Or Permit Is Required] 10.4 The Key Personnel Must Meet The Required Minimum Years Of Experience Set Below: Key Personnel General Experience Relevant Experience 1-project Engineer 1 Year 1 Year 1-agricultural & Biosystems Engineer 1 Year 1 Year 1-material Engineer 1 Year 1 Year 1- Health & Safety Officer 1 Year 1 Year 1- Construction Foreman 1 Year 1 Year 10.5 The Minimum Major Equipment Requirements Are The Following: Equipment Capacity Number Of Units One Bagger Concrete Mixer - 1 Bar Cutter - 1 Welding Machine - 1 12 Alternative Bids Are Not Allowed 15.1 The Bid Security Shall Be In The Form Of A Bid Securing Declaration Or Any Of The Following Forms And Amounts: A. The Amount Of Not Less Than Two Percent (2%) Of Abc, If Bid Security Is In Cash, Cashier’s/manager’s Check, Bank Draft/guarantee Or Irrevocable Letter Of Credit; B. The Amount Of Not Less Than Five Percent (5%) Of Abc If Bid Security Is In Surety Bond. 19.2 Partial Bids Are Allowed 20 No Further Instructions. 21 The Additional Contract Documents Relevant To The Project That Are Required By The Procuring Entity Are: A. Construction Schedule And S-curve; B. Manpower Schedule; C. Construction Methods; D. Equipment Utilization Schedule; E. Construction Safety And Health Program Approved By The Department Of Labor And Employment; And F. Pert/cpm Section Iv. General Conditions Of Contract 1. Scope Of Contract This Contract Shall Include All Such Items, Although Not Specifically Mentioned, That Can Be Reasonably Inferred As Being Required For Its Completion As If Such Items Were Expressly Mentioned Herein. All The Provisions Of Ra No. 9184 And Its 2016 Revised Irr, Including The Generic Procurement Manual, And Associated Issuances, Constitute The Primary Source For The Terms And Conditions Of The Contract, And Thus, Applicable In Contract Implementation. Herein Clauses Shall Serve As The Secondary Source For The Terms And Conditions Of The Contract. This Is Without Prejudice To Sections 74.1 And 74.2 Of The 2016 Revised Irr Of Ra No. 9184 Allowing The Gppb To Amend The Irr, Which Shall Be Applied To All Procurement Activities, The Advertisement, Posting, Or Invitation Of Which Were Issued After The Effectivity Of The Said Amendment. 2. Sectional Completion Of Works If Sectional Completion Is Specified In The Special Conditions Of Contract (scc), References In The Conditions Of Contract To The Works, The Completion Date, And The Intended Completion Date Shall Apply To Any Section Of The Works (other Than References To The Completion Date And Intended Completion Date For The Whole Of The Works). 3. Possession Of Site 4.1. The Procuring Entity Shall Give Possession Of All Or Parts Of The Site To The Contractor Based On The Schedule Of Delivery Indicated In The Scc, Which Corresponds To The Execution Of The Works. If The Contractor Suffers Delay Or Incurs Cost From Failure On The Part Of The Procuring Entity To Give Possession In Accordance With The Terms Of This Clause, The Procuring Entity’s Representative Shall Give The Contractor A Contract Time Extension And Certify Such Sum As Fair To Cover The Cost Incurred, Which Sum Shall Be Paid By Procuring Entity. 4.2. If Possession Of A Portion Is Not Given By The Above Date, The Procuring Entity Will Be Deemed To Have Delayed The Start Of The Relevant Activities. The Resulting Adjustments In Contract Time To Address Such Delay May Be Addressed Through Contract Extension Provided Under Annex “e” Of The 2016 Revised Irr Of Ra No. 9184. 4. The Contractor’s Obligations The Contractor Shall Employ The Key Personnel Named In The Schedule Of Key Personnel Indicating Their Designation, In Accordance With Itb Clause 10.3 And Specified In The Bds, To Carry Out The Supervision Of The Works. The Procuring Entity Will Approve Any Proposed Replacement Of Key Personnel Only If Their Relevant Qualifications And Abilities Are Equal To Or Better Than Those Of The Personnel Listed In The Schedule. 5. Performance Security 5.1. Within Ten (10) Calendar Days From Receipt Of The Notice Of Award From The Procuring Entity But In No Case Later Than The Signing Of The Contract By Both Parties, The Successful Bidder Shall Furnish The Performance Security In Any Of The Forms Prescribed In Section 39 Of The 2016 Revised Irr. 5.2. The Contractor, By Entering Into The Contract With The Procuring Entity, Acknowledges The Right Of The Procuring Entity To Institute Action Pursuant To Ra No. 3688 Against Any Subcontractor Be They An Individual, Firm, Partnership, Corporation, Or Association Supplying The Contractor With Labor, Materials And/or Equipment For The Performance Of This Contract. 6. Site Investigation Reports The Contractor, In Preparing The Bid, Shall Rely On Any Site Investigation Reports Referred To In The Scc Supplemented By Any Information Obtained By The Contractor. 7. Warranty 7.1. In Case The Contractor Fails To Undertake The Repair Works Under Section 62.2.2 Of The 2016 Revised Irr, The Procuring Entity Shall Forfeit Its Performance Security, Subject Its Property(ies) To Attachment Or Garnishment Proceedings, And Perpetually Disqualify It From Participating In Any Public Bidding. All Payables Of The Gop In His Favor Shall Be Offset To Recover The Costs. 7.2. The Warranty Against Structural Defects/failures, Except That Occasioned-on Force Majeure, Shall Cover The Period From The Date Of Issuance Of The Certificate Of Final Acceptance By The Procuring Entity. Specific Duration Of The Warranty Is Found In The Scc. 8. Liability Of The Contractor Subject To Additional Provisions, If Any, Set Forth In The Scc, The Contractor’s Liability Under This Contract Shall Be As Provided By The Laws Of The Republic Of The Philippines. If The Contractor Is A Joint Venture, All Partners To The Joint Venture Shall Be Jointly And Severally Liable To The Procuring Entity. 9. Termination For Other Causes Contract Termination Shall Be Initiated In Case It Is Determined Prima Facie By The Procuring Entity That The Contractor Has Engaged, Before, Or During The Implementation Of The Contract, In Unlawful Deeds And Behaviors Relative To Contract Acquisition And Implementation, Such As, But Not Limited To Corrupt, Fraudulent, Collusive, Coercive, And Obstructive Practices As Stated In Itb Clause 4. 10. Dayworks Subject To The Guidelines On Variation Order In Annex “e” Of The 2016 Revised Irr Of Ra No. 9184, And If Applicable As Indicated In The Scc, The Dayworks Rates In The Contractor’s Bid Shall Be Used For Small Additional Amounts Of Work Only When The Procuring Entity’s Representative Has Given Written Instructions In Advance For Additional Work To Be Paid For In That Way. 11. Program Of Work 11.1. The Contractor Shall Submit To The Procuring Entity’s Representative For Approval The Said Program Of Work Showing The General Methods, Arrangements, Order, And Timing For All The Activities In The Works. The Submissions Of The Program Of Work Are Indicated In The Scc. 11.2. The Contractor Shall Submit To The Procuring Entity’s Representative For Approval An Updated Program Of Work At Intervals No Longer Than The Period Stated In The Scc. If The Contractor Does Not Submit An Updated Program Of Work Within This Period, The Procuring Entity’s Representative May Withhold The Amount Stated In The Scc From The Next Payment Certificate And Continue To Withhold This Amount Until The Next Payment After The Date On Which The Overdue Program Of Work Has Been Submitted. 12. Instructions, Inspections And Audits The Contractor Shall Permit The Gop Or The Procuring Entity To Inspect The Contractor’s Accounts And Records Relating To The Performance Of The Contractor And To Have Them Audited By Auditors Of The Gop Or The Procuring Entity, As May Be Required. 13. Advance Payment The Procuring Entity Shall, Upon A Written Request Of The Contractor Which Shall Be Submitted As A Contract Document, Make An Advance Payment To The Contractor In An Amount Not Exceeding Fifteen Percent (15%) Of The Total Contract Price, To Be Made In Lump Sum, Or At The Most Two Installments According To A Schedule Specified In The Scc, Subject To The Requirements In Annex “e” Of The 2016 Revised Irr Of Ra No. 9184. 14. Progress Payments The Contractor May Submit A Request For Payment For Work Accomplished. Such Requests For Payment Shall Be Verified And Certified By The Procuring Entity’s Representative/project Engineer. Except As Otherwise Stipulated In The Scc, Materials And Equipment Delivered On The Site But Not Completely Put In Place Shall Not Be Included For Payment. 15. Operating And Maintenance Manuals 15.1. If Required, The Contractor Will Provide “as Built” Drawings And/or Operating And Maintenance Manuals As Specified In The Scc. 15.2. If The Contractor Does Not Provide The Drawings And/or Manuals By The Dates Stated Above, Or They Do Not Receive The Procuring Entity’s Representative’s Approval, The Procuring Entity’s Representative May Withhold The Amount Stated In The Scc From Payments Due To The Contractor. Section V. Special Conditions Of Contract Gcc Clause 2 As Per Construction Schedule/contract Period 3.1 The Procuring Entity Shall Give Possession Of All Parts Of The Site To The Contractor Upon Effectivity Of The Contracts. 6 No Further Instructions 7.2 [in Case Of Semi-permanent Structures, Such As Buildings Of Types 1, 2, And 3 As Classified Under The National Building Code Of The Philippines, Concrete/asphalt Roads, Concrete River Control, Drainage, Irrigation Lined Canals, River Landing, Deep Wells, Rock Causeway, Pedestrian Overpass, And Other Similar Semi-permanent Structures:] Five (5) Years. 10 Dayworks Are Applicable At The Rate Shown In The Contractor’s Original Bid. 11.1 No Further Instructions 11.2 No Further Instructions 13 The Amount Of The Advance Shall Not Exceed 15% Of The Total Contract Price. 14 Materials And Equipment Delivered On The Site But Not Completely Put In Place Shall Not Be Included For Payment. 15.1 The Date By Which Operating And Maintenance Manuals Are Required Shall Be At Least 5 Days Before The Testing And Commissioning. The Date By Which “as Built” Drawings Are Required Shall Be Prior To The Final Inspection. 15.2 The Amount To Be Withheld For Failing To Produce “as Built” Drawings And/or Operating And Maintenance Manuals By The Date Required Is 1% Of The Final Contract Amount. Section Vi. Specification General Requirements All Works To Be Done Shall Be With First Class Workmanship And Shall Conform To The Plans And Specifications. All Materials To Be Used Shall Be Of Good Quality And Properly Inspected By The Project Engineer. The Provincial Agriculturist Is Reserved The Right To Rescind, Terminate, Suspend The Contract If He Deems Necessary And To The Best Interest Of The Government. The Contractor Shall Be Liable For All Damages That Will Occur During The Construction Of The Project. Scope Of Work The Works Include Furnishing Of Labor, Materials, Tools, Equipment And Other Incidentals Necessary To Complete The Project For The Proposed Completion Works Such As: Flooring, Drying Bin, Footing, Shed Assembly, Furnace, Blower And Blower Support, Engine And Accessories & Freight General Condition A. The Works To Be Done Herein Shall Be The Construction Of Flatbed Dryer As Of Approved And Of Quality Materials Completed As Per Plans, Details And Specifications. Supervision Of The Work Shall Be Done Under The Responsibility Of The Project Engineer With The Help Of The Construction Foreman. B. All Materials Employed And To Be Used In The Construction Shall Be Brand New, Unless Otherwise Or As Directed And Approved By The Project Engineer. C. Skilled Workmen And Workmanship Subject To Project Engineer’s Approval Shall Perform Methods Of The Construction In The Most Acceptable Manner. D. The Drawings Referred To In The Specifications Including Supplementary One, To Be Furnished As The Work Progress Are Intended To Cooperate With The Specification And To Form Part Hereof. Where Figures Are Given, They Are To Be Followed In Performance To Measurement By Scale. E. The Assigned Engineer Or Construction Foreman Shall Lay – Out The Building In Accordance With The Drawings And Directions On Plans As He Shall Not Only Responsible But Liable For Any Failure To Comply In This Respect With The Said Drawings, Specifications And Directions For Its Due And Accurate Location On The Lot. Project Sign Board / Billboard The Contractor Shall Ensure That The Project Site Is Identified With Information Billboard Which Shall Be Erected At The Beginning And Ending Of The Proposed Project. The Layout Of The Billboard Shall Accord To The Specifications Pursuant To The Commission On Audit (coa) Circular No. 2013-004 Issued On January 30, 2013. Coa Billboard Name Of Agency Business Address Project: _________________________________________________ Cost: - - - - - - - - - - - - Location: Fund Source/s: Implementing Agency/ies: Development Partner/: Contractor Supplier: Brief Description Of Project: Project Details: Projects Status Project Status Remarks Duration Started Target Date Of Completion Percentage Of As Of Completion (date) Cost Incurred To Date Date Completed For Particulars Or Complaints About This Project, Please Contact The Regional Office Cluster Which Has Audit Jurisdiction On This Project: Coa Regional Office No./ Cluster: Address: Contact No.: Pao Billboard Republic Of The Philippines Province Of Iloilo Provincial Agriculture Office Iloilo City Name Of Project: Location Of Project: Contractor: Implementing Agency: Appropriation: Fund Source: Contract Duration: Project Starting Date: Project Completion Date: Another Priority Project Of The Iloilo Provincial Government The Billboard’s Specifications Shall Conform To The Following Requirements: A. Tarpaulin, White 8ft X 8ft (coa) 4ft X 8ft (pao) B. Resolution 70 Dpi; C. Font Helvetica; D. Font Size: Main Information – 3”; E. Sub Information – 1”; F. Font Color: Black; G. Suitable Frame: Rigid Wood Or Steel Frame With Post; And, H. Posting: Outside Display At The Project Location After Award Has Been Made. Measurement The Supply And Erection Of The Project Billboard Shall Be In Accordance With Provisions Of This Specifications. Basis Of Payment No Additional Payment Shall Be Made In This Regard. I. Site Works A. Works Included 1. Staking Out Of Building, Establishment Of Lines, Grades And Benchmarks 2. All Excavation Work Including All Necessary Shoring Bracing And Drainage Of Storm Water From Site. 3. All Backfilling, Filling And Grading, Removal Of Excess Material From Site 4. Protection Of Property, Work And Structures, Workmen, And Other People From Damage And Injury. B. Lines, Grades And Benchmarks 1. Stake Out Accurately The Lines Of The Building And Of The Other Structures Included In The Contract, And Establish Grades Therefore, After Which Secure Approval By Architect Before Any Excavation Work Is Commenced. 2. Erect Basic Batter Boards And Basic Reference Marks At Such Places Where They Will Not Be Disturbed During The Construction Of The Foundations. C. Excavation 1. Structural Excavations – Excavations Shall Be To The Depths Indicated Bearing Values. Excavations For Footings And Foundations Carried Below Required Depths Shall Be Filled With Concrete And Bottom Of Such Shall Be Level. All Structural Excavations Shall Extend To Sufficient Distance From The Walls And Footings To Allow For Proper Erection And Dismantling Of Forms For Installation Of Service And For Inspection. All Excavations Shall Be Inspected And Approved Before Pouring Any Concrete Laying Underground Services Or Placing Select Fill Materials. The Contractor Shall Control The Grading In The Vicinity Of All Excavated Areas To Prevent Surface Drainage Running Into Excavations. Water Which Accumulates In Excavated Areas Shall Be Removed By Pumping Before Fill Or Concrete In Placed Therein. D. Disposal Of Surplus Materials 1. Any Excess Material Remaining After Completion Of The Earthwork Shall Be Disposed Of By Hauling And Spreading In Nearby Spoil Areas Designated By The Owner. Excavated Material Deposited In Spoil Areas Shall Be Graded To A Uniform Surface. Ii. Concrete And Reinforced Concrete . Materials 2.1 Forms A. Design, Erect, Support, Brace, And Maintain Form Work So It Will Produce Correctly Aligned Concrete And Safety Support Vertical And Lateral Loads Which Might Be Applied Until Such Loads Can Be Supported Safety By The Concrete Structure. B. Construct Forms To The Exact Sizes, Shapes, Lines And Dimensions As Required To Obtain Accurate Alignment, Location, Grades, And Level And Plumb Work In The Finish Structure. C. Use Plywood, Metal, Or Surfaced Lumber Form For All Exposed Concrete Work. 2.2 Reinforcement A. All Reinforcing Bars Shall Be Deformed As Per Plan And Shall Be New And Free From Rust, Oil, Defects, And Grease. 2.3 Concrete A. Comply With The Following As Minimum: 1. Portland Cement: Astm C 150, Type I 2. Aggregate, Coarse: Well Graded, Clean, Hand Particles Of Gravel Or Crushed Rock, With Maximum Size Nor Larger Than 1/5 Of The Narrowest Dimension Between The Forms Not Larger Than ¾ Of The Minimum Clear Spacing Between Reinforcing Bars Nor Larger Than 2.3 Centimeters In Diameter. 3. Aggregate, Fine: Natural Washed Sand Of Hard And Durable Particles Varying From Fine To Particles Passing A No.4 Standard Scene. 4. Water Clean And Free From Injurious Amounts Oil, Acid, Alkali, Salt, Or Organic Materials Or Other Deleterious Substance. B. Provide Concrete With A Minimum 23-day Compressive Cylinder Strength With Following: 2.4 Proportions And Mixing 1. Proportions Of All Materials Entering Into The Concrete Shall Be As Follows: Class Cement : Sand : Gravel Class “a” - 1 : 2 : 4 Class “b” - 1 : 2 ½” : 5 Class “c” - 1 : 3 : 6 2.5 Other Materials A. Provide Other Materials, Not Specifically Described But Required For A Complete And Proper Installation, As Selected By The Contractor Subject To The Approval Of The Architect. 2.6 Placing Concrete A. Preparation 1.) Remove Foreign Matter Accumulated In The Forms. 2.) Rigidly Close Openings Left In The Frame Work. 3.) Wet Wood Forms Sufficiently To Tighten Up Cracks; Wet Other Material Sufficiently To Maintain Workability Of The Concrete. 4.) Use Only Clean Tools. B. Conveying 1.) Perform Concrete Placing At Such A Rate That Concrete Which Is Being Integrated With Fresh Concrete Is Still Plastic. 2.) Deposit Concrete In Its Final Position Without Segregation, Rehandling, Or Flowing. Place Concrete With Buggies, Buckets Or Wheelbarrows. No Chutes Shall Be Allowed Except To Transfer Concrete From The Mixer To The Buggies And Shall Not Exceed Six Meters In Total Length. 3.) Do Not Place Concrete With A Free Fall Of More Than 1-½ Meters, Except When Approved Sheet Metal Conduits, Pipes Or Elephant Trunks Are Employed. These Conveyers, When Used, Shall Be Kept Full Of Concrete And The Ends Kept Buried In The Newly Placed Concrete As Pouring Progresses. 4.) Do Not Use Concrete Which Becomes Non- Plastic Or Unworkable, Or Does Not Meet Required Quality Control Limits, Or Has Been Contaminated With Foreign Materials Remove Rejected Concrete From The Job Site. C. Placing Of Concrete 1.) Deposit Concrete In Horizontal Layers Not Deeper Than 60 Centimeters, And Avoid Inclined Construction Joints. 2.) Deposit Concrete In Its Final Position Within Three Hours From The Time Of Mixing, After Which It Will Be Rejected. 3.) Deposit And Consolidate Concrete Slabs In A Continuous Operation, Within Limits Of Construction Joints, Unit The Placing Of A Panel Or A Section Is Completed. 4.) Bring Slab Surfaces To The Correct Level With A Straightedge, And Then Strike Off. 5.) Use Bull Floats To Smooth The Surface, Leaving The Surface Free From Bumps And Hollows. 6.) Do Not Sprinkle Water On The Plastic Surface. Do Not Disturb The Slab Surface Prior To Start Of Finishing Operations. 2.7 Construction Joints A. General: 1.) When Stoppage Of Concreting Operation Occurs For Any Reason Place Construction Joints Either Horizontally Or Vertically And Provide With Shear Keys And Dowels To Develop Bond. 2.) Clean The Surface Of The Poured Concrete Against Which Fresh Concrete Is To Be Deposited Of All Laitance And Expose Aggregates Before Concreting Is Resumed. Coat Surface Thoroughly With Cement Grout. 2.9 Curing Concrete A. General 1.) Concrete Must Be Cured Thoroughly. Iii. Drying Bin Gi Plate, 1.2mm X 4’ X 8’ Angle Bar, 3mm X 38mm X 6m Bi Plate, 2mm X 4’ X 8’ Bi Plate, 3mm X 4’ X 8’ Channel Bar, 3” X 6m Flatbar, 3mm X 38mm X 6m Flatbar, 4mm X 100mm X 6m (frame Connector) Flatbar, 4m X 18mm X 6m Flatbar, 4mm X 25mm X 6m Flatbar, 5mm X 25mm X 6m Flatbar, 5mm X 50mm X 6m Ms Plate, Ga #18 X 4’ X8’ Ms Plate, Ga #20 X 4’ X 8’ Bended Plate, 4mm Thick X 12mm X 50mm X 1.8m Bended Plate, 4mm Thick X 12mm X 50mm X 0.9m Perforated Screen, Ga #18 (std. 1, 2.38mm Ø X 3’ X 6’ Cr Shaft, ¼” X 6m Cr Shaft, ¾” X 6m Cr Shaft, 3/8” X 6m Round Bar, 12mmø X 6m Square Bar, 12mmø X 6m Welding Rod Blind Rivets, 5/32” X ½” Capscrew 3/8” X 1” Capscrew 3/8” X 3” Capscrew 5/8” X 1” Capscrew 5/8” X 2-1/2” Capscrew 5/8” X 3” Capscrew 5/8” X 3-1/2” Capscrew 5/8” X 4” Hexnut, 3/8” Lockwasher, 5/8” Flatwasher, 5/8” Hexnut 5/8” Lacquer Thinner Qde Paint Black Qde Paint Silver Vulcaseal Abc 2em Coat Abc Accelerator Hardener Iv. Shed Assembly A. This Section Includes The Furnishing Of All Tools, Equipment, Materials And Other Incidentals In The Installation Roofing As Indicated In The Drawings. Provide The Following Materials Needed As Reflected And Shown In The Drawing For Completion Of Work. Bi Pipe, 2 ½” Sched. 40 X 6m (std) Bi Plate, 2mm X 4’ X 8” Capscrew 3/8” X 5-1/2” Capscrew 3/8” X 1-1/2” Capscrew 3/8” X 1” Capscrew 3/8” X 3/4” Flatbar, 4mm Thk X 75mm Width Flatbar, 4mm Thk X 100mm Width Flatbar, 4mm Thk X 38mm Width Flatbar, 4mm Thk X 127mm Width C-purlins 1.5” X 3” X 1.2mm X 6m Long C-purlins 2” X 3” X 1.5mm X 6m Long C-purlins 2” X 4” X 1.5mm X 6m Long Flatwasher 3/8” Corrugated G.i. Sheet 9144mm X 2440 X .4mm G. I. Ridge Roll Ga #25 (std) Hexnut 3/8” Ordinary Electrode 1/8” Ø Ms Plate, 3mm X 4’ X 8’ Lacquer Thinner Qde Paint Primer Tekscrew V. Furnace Assembly A. This Section Includes The Furnishing Of All Tools, Equipment, Materials And Other Incidentals In The Installation Roofing As Indicated In The Drawings. Provide The Following Materials Needed As Reflected And Shown In The Drawing For Completion Of Work. Fire Bricks Sk 32 Bricks Mortar Flatbar, 2” X 3/16”, 6m Long Round Bar 12mm Pvc Pipe, Orange Type 4” Pvc Elbow, Orange Type 4” Pvc Solvent 1:100 Speed Reducer (1/2 Hp Rating) G.i. Pipe Sched. 40, 6” (std) Roller Chain#60 Sprocket, 32 Teeth #40 Sprocket, 12 Teeth #41 Angle Bar, 2” X 2” X 3/16”, 6m V-pulley (18), 10” Ø Ms Sheet, 2mm Thk (4’ X 8”) Flange Bearing, 1- ¼” Ø Ms Plate, 6mm For Furnace Frame Vi. Blower & Blower Support Axial Type Blower, Air Duct And Engine Base Canvass Cloth (18” X 10”) V-belt 8-80 V-belt 8-66 V-pulley, 5” X 28 X 1-1/4” V-pulley, 4” X 30 X 30mm Vii. Engine And Accessories Engine: (prime Mover) 12 Hp Minimum, Water Cooled, Diesel Engine Maximum Power Developed: 80% Of The Rated Maximum Power Continuous Power Developed: 80% Of The Rated Maximum Power Must Be Available In The Local Market For At Least Thirty (30) Years Specific Fuel Consumption: 350 G/kw-hr (max) Moisture Meter: Digital Capacitance Type Can Read Palay And Corn Measurement Range: 9-36% Mcwb Power Supply: Dry Cells (1.54v, “aa”) Thermometer: Heavy Duty Dials And Probe Type Thermometer Range: 0-1000 Probe Length Not Less Than 4” Manometer: U-tube Type Manometer Additional Requirements: Amtec Tested Coupled With Biomass Furnace (testing Material Rice) Shall Conform To Paes 201:2015 Heated – Air Mechanical Grain Dryer With Reflectorized Province Logo (minimum Of 4” Diameter) Warranty Period: 1 Year From The Date Of Acceptance Of The Recipient/ Beneficiary Section Vii. Drawings All Annexes Shall Be Annexed And The Title Shall Be Specified As To What Plan The Drawing Pertain To Annex A – Architectural Design Annex B- Project Billboard Plan Section Viii. Bill Of Quantities Bid No. Agr- 25-71-b Construction Of Flatbed Dryer Brgy. Bita-og Gaja, New Lucena, Iloilo Item Description Quantity Unit Unit Cost Total Cost No. I. Flooring 5.94 Cu.m. Pesos And Ctvs. (p ) / Cu.m. P Ii. Drying Bin 1.00 Lot Pesos And Ctvs. (p ) / Lot P Iii. Footing 2.00 Sets Pesos And Ctvs. (p ) / Sets P Iv. Shed Assembly 1.00 Lot Pesos And Ctvs. (p ) / Lot P V. Furnace 1.00 Lot Pesos And Ctvs. (p ) / Lot P Vi. Blower And Blower 1.00 Lot Pesos Support And Ctvs. (p ) / Lot P Vii. Engine And Accessories 1.00 Lot Pesos And Ctvs. (p ) / Lot P Viii. Freight 1.00 Lot Pesos And Ctvs. (p ) / Lot P Total Bid Cost In Figures P Total Bid Cost In Words Summary Of Costs Construction Of Flatbed Dryer Brgy. Bita-og, New Lucena, Iloilo Bid No. Agr- 25-71-b Item No. Description Bid Amount I. Flooring ₱ _____________________________ Ii. Drying Bin ₱ _____________________________ Iii. Footing ₱ _____________________________ Iv. Shed Assembly ₱ _____________________________ V. Furnace ₱ _____________________________ Vi. Blower And Blower Support ₱ _____________________________ Vii. Engine And Accessories ₱ _____________________________ Viii. Freight ₱ _____________________________ Total Bid Amount Section Ix. Checklist Of Technical And Financial Documents I. Technical Component Envelope Class “a” Documents Legal Documents ⬜ (a) Valid Philgeps Registration Certificate (platinum Membership) (all Pages) In Accordance With Section 8.5.2 Of The Irr; Technical Documents ⬜ (b) Statement Of The Prospective Bidder Of All Its Ongoing Government And Private Contracts, Including Contracts Awarded But Not Yet Started, If Any, Whether Similar Or Not Similar In Nature And Complexity To The Contract To Be Bid; And ⬜ (c) Statement Of The Bidder’s Single Largest Completed Contract (slcc) Similar To The Contract To Be Bid, Except Under Conditions Provided Under The Rules; And ⬜ (d) Special Pcab License In Case Of Joint Ventures; And Registration For The Type And Cost Of The Contract To Be Bid; And ⬜ (e) Original Copy Of Bid Security. If In The Form Of A Surety Bond, Submit Also A Certification Issued By The Insurance Commission; Or Original Copy Of Notarized Bid Securing Declaration; And (f) Project Requirements, Which Shall Include The Following: ⬜ A. Organizational Chart For The Contract To Be Bid; ⬜ B. List Of Contractor’s Key Personnel (e.g., Project Manager, Project Engineers, Materials Engineers, And Foremen), To Be Assigned To The Contract To Be Bid, With Their Complete Qualification And Experience Data; ⬜ C. List Of Contractor’s Major Equipment Units, Which Are Owned, Leased, And/or Under Purchase Agreements, Supported By Proof Of Ownership Or Certification Of Availability Of Equipment From The Equipment Lessor/vendor For The Duration Of The Project, As The Case May Be; And ⬜ (g) Original Duly Signed Omnibus Sworn Statement (oss); And If Applicable, Original Notarized Secretary’s Certificate In Case Of A Corporation, Partnership, Or Cooperative; Or Original Special Power Of Attorney Of All Members Of The Joint Venture Giving Full Power And Authority To Its Officer To Sign The Oss And Do Acts To Represent The Bidder. Financial Documents ⬜ (h) The Prospective Bidder’s Computation Of Net Financial Contracting Capacity (nfcc). Class “b” Documents ⬜ (i) If Applicable, Duly Signed Joint Venture Agreement (jva) In Accordance With Ra No. 4566 And Its Irr In Case The Joint Venture Is Already In Existence; Or Duly Notarized Statements From All The Potential Joint Venture Partners Stating That They Will Enter Into And Abide By The Provisions Of The Jva In The Instance That The Bid Is Successful. Ii. Financial Component Envelope ⬜ (j) Original Of Duly Signed And Accomplished Financial Bid Form; And Other Documentary Requirements Under Ra No. 9184 ⬜ (k) Original Of Duly Signed Bid Prices In The Bill Of Quantities; And ⬜ (l) Duly Accomplished Detailed Estimates Form, Including A Summary Sheet Indicating The Unit Prices Of Construction Materials, Labor Rates, And Equipment Rentals Used In Coming Up With The Bid; And ⬜ Cash Flow By Quarter. Bid Form For The Procurement Of Infrastructure Projects [shall Be Submitted With The Bid] Bid Form Date : Project Identification No. : To: [name And Address Of Procuring Entity] Having Examined The Philippine Bidding Documents (pbds) Including The Supplemental Or Bid Bulletin Numbers [insert Numbers], The Receipt Of Which Is Hereby Duly Acknowledged, We, The Undersigned, Declare That: A. We Have No Reservation To The Pbds, Including The Supplemental Or Bid Bulletins, For The Procurement Project: [insert Name Of Contract]; B. We Offer To Execute The Works For This Contract In Accordance With The Pbds; C. The Total Price Of Our Bid In Words And Figures, Excluding Any Discounts Offered Below Is: [insert Information]; D. The Discounts Offered And The Methodology For Their Application Are: [insert Information]; E. The Total Bid Price Includes The Cost Of All Taxes, Such As, But Not Limited To: [specify The Applicable Taxes, E.g. (i) Value Added Tax (vat), (ii) Income Tax, (iii) Local Taxes, And (iv) Other Fiscal Levies And Duties], Which Are Itemized Herein And Reflected In The Detailed Estimates, F. Our Bid Shall Be Valid Within The A Period Stated In The Pbds, And It Shall Remain Binding Upon Us At Any Time Before The Expiration Of That Period; G. If Our Bid Is Accepted, We Commit To Obtain A Performance Security In The Amount Of [insert Percentage Amount] Percent Of The Contract Price For The Due Performance Of The Contract, Or A Performance Securing Declaration In Lieu Of The The Allowable Forms Of Performance Security, Subject To The Terms And Conditions Of Issued Gppb Guidelines For This Purpose; H. We Are Not Participating, As Bidders, In More Than One Bid In This Bidding Process, Other Than Alternative Offers In Accordance With The Bidding Documents; I. We Understand That This Bid, Together With Your Written Acceptance Thereof Included In Your Notification Of Award, Shall Constitute A Binding Contract Between Us, Until A Formal Contract Is Prepared And Executed; And J. We Understand That You Are Not Bound To Accept The Lowest Calculated Bid Or Any Other Bid That You May Receive. K. We Likewise Certify/confirm That The Undersigned, Is The Duly Authorized Representative Of The Bidder, And Granted Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract For The [name Of Project] Of The [name Of The Procuring Entity]. L. We Acknowledge That Failure To Sign Each And Every Page Of This Bid Form, Including The Bill Of Quantities, Shall Be A Ground For The Rejection Of Our Bid. Name: Legal Capacity: Signature: Duly Authorized To Sign The Bid For And Behalf Of: Date: Bid Securing Declaration Form [shall Be Submitted With The Bid If Bidder Opts To Provide This Form Of Bid Security] Republic Of The Philippines) City Of ) S.s. Bid Securing Declaration Project Identification No.: [insert Number] To: [insert Name And Address Of The Procuring Entity] I/we, The Undersigned, Declare That: 1. I/we Understand That, According To Your Conditions, Bids Must Be Supported By A Bid Security, Which May Be In The Form Of A Bid Securing Declaration. 2. I/we Accept That: (a) I/we Will Be Automatically Disqualified From Bidding For Any Procurement Contract With Any Procuring Entity For A Period Of Two (2) Years Upon Receipt Of Your Blacklisting Order; And, (b) I/we Will Pay The Applicable Fine Provided Under Section 6 Of The Guidelines On The Use Of Bid Securing Declaration, Within Fifteen (15) Days From Receipt Of The Written Demand By The Procuring Entity For The Commission Of Acts Resulting To The Enforcement Of The Bid Securing Declaration Under Sections 23.1(b), 34.2, 40.1 And 69.1, Except 69.1(f),of The Irr Of Ra No. 9184; Without Prejudice To Other Legal Action The Government May Undertake. 3. I/we Understand That This Bid Securing Declaration Shall Cease To Be Valid On The Following Circumstances: A. Upon Expiration Of The Bid Validity Period, Or Any Extension Thereof Pursuant To Your Request; B. I Am/we Are Declared Ineligible Or Post-disqualified Upon Receipt Of Your Notice To Such Effect, And (i) I/we Failed To Timely File A Request For Reconsideration Or (ii) I/we Filed A Waiver To Avail Of Said Right; And C. I Am/we Are Declared The Bidder With The Lowest Calculated Responsive Bid, And I/we Have Furnished The Performance Security And Signed The Contract. In Witness Whereof, I/we Have Hereunto Set My/our Hand/s This Day Of [month] [year] At [place Of Execution]. [insert Name Of Bidder Or Its Authorized Representative] [insert Signatory’s Legal Capacity] Affiant [jurat] [format Shall Be Based On The Latest Rules On Notarial Practice] Omnibus Sworn Statement (revised) [shall Be Submitted With The Bid] Republic Of The Philippines ) City/municipality Of ) S.s. Affidavit I, [name Of Affiant], Of Legal Age, [civil Status], [nationality], And Residing At [address Of Affiant], After Having Been Duly Sworn In Accordance With Law, Do Hereby Depose And State That: 1. [select One, Delete The Other:] [if A Sole Proprietorship:] I Am The Sole Proprietor Or Authorized Representative Of [name Of Bidder] With Office Address At [address Of Bidder]; [if A Partnership, Corporation, Cooperative, Or Joint Venture:] I Am The Duly Authorized And Designated Representative Of [name Of Bidder] With Office Address At [address Of Bidder]; 2. [select One, Delete The Other:] [if A Sole Proprietorship:] As The Owner And Sole Proprietor, Or Authorized Representative Of [name Of Bidder], I Have Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract For [name Of The Project] Of The [name Of The Procuring Entity], As Shown In The Attached Duly Notarized Special Power Of Attorney; [if A Partnership, Corporation, Cooperative, Or Joint Venture:] I Am Granted Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract For [name Of The Project] Of The [name Of The Procuring Entity], As Shown In The Attached [state Title Of Attached Document Showing Proof Of Authorization (e.g., Duly Notarized Secretary’s Certificate, Board/partnership Resolution, Or Special Power Of Attorney, Whichever Is Applicable;)]; 3. [name Of Bidder] Is Not “blacklisted” Or Barred From Bidding By The Government Of The Philippines Or Any Of Its Agencies, Offices, Corporations, Or Local Government Units, Foreign Government/foreign Or International Financing Institution Whose Blacklisting Rules Have Been Recognized By The Government Procurement Policy Board, By Itself Or By Relation, Membership, Association, Affiliation, Or Controlling Interest With Another Blacklisted Person Or Entity As Defined And Provided For In The Uniform Guidelines On Blacklisting; 4. Each Of The Documents Submitted In Satisfaction Of The Bidding Requirements Is An Authentic Copy Of The Original, Complete, And All Statements And Information Provided Therein Are True And Correct; 5. [name Of Bidder] Is Authorizing The Head Of The Procuring Entity Or Its Duly Authorized Representative(s) To Verify All The Documents Submitted; 6. [select One, Delete The Rest:] [if A Sole Proprietorship:] The Owner Or Sole Proprietor Is Not Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; [if A Partnership Or Cooperative:] None Of The Officers And Members Of [name Of Bidder] Is Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; [if A Corporation Or Joint Venture:] None Of The Officers, Directors, And Controlling Stockholders Of [name Of Bidder] Is Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; 7. [name Of Bidder] Complies With Existing Labor Laws And Standards; And 8. [name Of Bidder] Is Aware Of And Has Undertaken The Responsibilities As A Bidder In Compliance With The Philippine Bidding Documents, Which Includes: A. Carefully Examining All Of The Bidding Documents; B. Acknowledging All Conditions, Local Or Otherwise, Affecting The Implementation Of The Contract; C. Making An Estimate Of The Facilities Available And Needed For The Contract To Be Bid, If Any; And D. Inquiring Or Securing Supplemental/bid Bulletin(s) Issued For The [name Of The Project]. 9. [name Of Bidder] Did Not Give Or Pay Directly Or Indirectly, Any Commission, Amount, Fee, Or Any Form Of Consideration, Pecuniary Or Otherwise, To Any Person Or Official, Personnel Or Representative Of The Government In Relation To Any Procurement Project Or Activity. 10. In Case Advance Payment Was Made Or Given, Failure To Perform Or Deliver Any Of The Obligations And Undertakings In The Contract Shall Be Sufficient Grounds To Constitute Criminal Liability For Swindling (estafa) Or The Commission Of Fraud With Unfaithfulness Or Abuse Of Confidence Through Misappropriating Or Converting Any Payment Received By A Person Or Entity Under An Obligation Involving The Duty To Deliver Certain Goods Or Services, To The Prejudice Of The Public And The Government Of The Philippines Pursuant To Article 315 Of Act No. 3815 S. 1930, As Amended, Or The Revised Penal Code. In Witness Whereof, I Have Hereunto Set My Hand This Day Of , 20 At , Philippines. [insert Name Of Bidder Or Its Authorized Representative] [insert Signatory’s Legal Capacity] Affiant [jurat] [format Shall Be Based On The Latest Rules On Notarial Practice]
Province Of Iloilo Tender
Civil And Construction...+1Civil Works Others
Philippines
Closing Date3 Apr 2025
Tender AmountPHP 1 Million (USD 17.4 K)
Details: Description Table Of Contents Glossary Of Terms, Abbreviations, And Acronyms 4 Section Ii. Instructions To Bidders 9 1. Scope Of Bid 9 2. Funding Information 9 3. Bidding Requirements 9 4. Corrupt, Fraudulent, Collusive, Coercive, And Obstructive Practices 9 5. Eligible Bidders 10 6. Origin Of Associated Goods 10 7. Subcontracts 10 8. Pre-bid Conference 10 9. Clarification And Amendment Of Bidding Documents 10 10. Documents Comprising The Bid: Eligibility And Technical Components 11 11. Documents Comprising The Bid: Financial Component 11 12. Alternative Bids 11 13. Bid Prices 12 14. Bid And Payment Currencies 12 15. Bid Security 12 16. Sealing And Marking Of Bids 12 17. Deadline For Submission Of Bids 12 18. Opening And Preliminary Examination Of Bids 13 19. Detailed Evaluation And Comparison Of Bids 13 20. Post Qualification 13 21. Signing Of The Contract 13 Section Iii. Bid Data Sheet 14 Section Iv. General Conditions Of Contract 16 1. Scope Of Contract 16 2. Sectional Completion Of Works 16 3. Possession Of Site 16 4. The Contractor’s Obligations 16 5. Performance Security 17 6. Site Investigation Reports 17 7. Warranty 17 8. Liability Of The Contractor 17 9. Termination For Other Causes 17 10. Dayworks 18 11. Program Of Work 18 12. Instructions, Inspections And Audits 18 13. Advance Payment 18 14. Progress Payments 18 15. Operating And Maintenance Manuals 18 Section V. Special Conditions Of Contract 19 Section Vi. Specification 20 Section Vii. Drawings 28 Section Viii. Bill Of Quantities 29 Section Ix. Checklist Of Technical And Financial Documents 32 Glossary Of Terms, Abbreviations, And Acronyms Abc – Approved Budget For The Contract. Arcc – Allowable Range Of Contract Cost. Bac – Bids And Awards Committee. Bid – A Signed Offer Or Proposal To Undertake A Contract Submitted By A Bidder In Response To And In Consonance With The Requirements Of The Bidding Documents. Also Referred To As Proposal And Tender. (2016 Revised Irr, Section 5[c]) Bidder – Refers To A Contractor, Manufacturer, Supplier, Distributor And/or Consultant Who Submits A Bid In Response To The Requirements Of The Bidding Documents. (2016 Revised Irr, Section 5[d]) Bidding Documents – The Documents Issued By The Procuring Entity As The Bases For Bids, Furnishing All Information Necessary For A Prospective Bidder To Prepare A Bid For The Goods, Infrastructure Projects, And/or Consulting Services Required By The Procuring Entity. (2016 Revised Irr, Section 5[e]) Bir – Bureau Of Internal Revenue. Bsp – Bangko Sentral Ng Pilipinas. Cda – Cooperative Development Authority. Consulting Services – Refer To Services For Infrastructure Projects And Other Types Of Projects Or Activities Of The Gop Requiring Adequate External Technical And Professional Expertise That Are Beyond The Capability And/or Capacity Of The Gop To Undertake Such As, But Not Limited To: (i) Advisory And Review Services; (ii) Pre-investment Or Feasibility Studies; (iii) Design; (iv) Construction Supervision; (v) Management And Related Services; And (vi) Other Technical Services Or Special Studies. (2016 Revised Irr, Section 5[i]) Contract – Refers To The Agreement Entered Into Between The Procuring Entity And The Supplier Or Manufacturer Or Distributor Or Service Provider For Procurement Of Goods And Services; Contractor For Procurement Of Infrastructure Projects; Or Consultant Or Consulting Firm For Procurement Of Consulting Services; As The Case May Be, As Recorded In The Contract Form Signed By The Parties, Including All Attachments And Appendices Thereto And All Documents Incorporated By Reference Therein. Contractor – Is A Natural Or Juridical Entity Whose Proposal Was Accepted By The Procuring Entity And To Whom The Contract To Execute The Work Was Awarded. Contractor As Used In These Bidding Documents May Likewise Refer To A Supplier, Distributor, Manufacturer, Or Consultant. Cpi – Consumer Price Index. Dole – Department Of Labor And Employment. Dti – Department Of Trade And Industry. Foreign-funded Procurement Or Foreign-assisted Project – Refers To Procurement Whose Funding Source Is From A Foreign Government, Foreign Or International Financing Institution As Specified In The Treaty Or International Or Executive Agreement. (2016 Revised Irr, Section 5[b]). Gfi – Government Financial Institution. Gocc – Government-owned And/or –controlled Corporation. Goods – Refer To All Items, Supplies, Materials And General Support Services, Except Consulting Services And Infrastructure Projects, Which May Be Needed In The Transaction Of Public Businesses Or In The Pursuit Of Any Government Undertaking, Project Or Activity, Whether In The Nature Of Equipment, Furniture, Stationery, Materials For Construction, Or Personal Property Of Any Kind, Including Non-personal Or Contractual Services Such As The Repair And Maintenance Of Equipment And Furniture, As Well As Trucking, Hauling, Janitorial, Security, And Related Or Analogous Services, As Well As Procurement Of Materials And Supplies Provided By The Procuring Entity For Such Services. The Term “related” Or “analogous Services” Shall Include, But Is Not Limited To, Lease Or Purchase Of Office Space, Media Advertisements, Health Maintenance Services, And Other Services Essential To The Operation Of The Procuring Entity. (2016 Revised Irr, Section 5[r]) Gop – Government Of The Philippines. Infrastructure Projects – Include The Construction, Improvement, Rehabilitation, Demolition, Repair, Restoration Or Maintenance Of Roads And Bridges, Railways, Airports, Seaports, Communication Facilities, Civil Works Components Of Information Technology Projects, Irrigation, Flood Control And Drainage, Water Supply, Sanitation, Sewerage And Solid Waste Management Systems, Shore Protection, Energy/power And Electrification Facilities, National Buildings, School Buildings, Hospital Buildings, And Other Related Construction Projects Of The Government. Also Referred To As Civil Works Or Works. (2016 Revised Irr, Section 5[u]) Lgus – Local Government Units. Nfcc – Net Financial Contracting Capacity. Nga – National Government Agency. Pcab – Philippine Contractors Accreditation Board. Philgeps - Philippine Government Electronic Procurement System. Procurement Project – Refers To A Specific Or Identified Procurement Covering Goods, Infrastructure Project Or Consulting Services. A Procurement Project Shall Be Described, Detailed, And Scheduled In The Project Procurement Management Plan Prepared By The Agency Which Shall Be Consolidated In The Procuring Entity's Annual Procurement Plan. (gppb Circular No. 06-2019 Dated 17 July 2019) Psa – Philippine Statistics Authority. Sec – Securities And Exchange Commission. Slcc – Single Largest Completed Contract. Un – United Nations. Republic Of The Philippines Iloilo Provincial Government Section I. Invitation To Bid For Construction Of Flatbed Dryer At Brgy. Buenavista, Lemery, Iloilo Bid No. Agr-25-70-b 1. The Iloilo Provincial Government, Through The 20% Nta- Cy 2025 Intends To Apply The Sum Of One Million Pesos (p1,000,000.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Agr-25-70-b For The Construction Of Flatbed Dryer At Brgy. Buenavista, Lemery, Iloilo Or The Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Iloilo Provincial Government Now Invites Bids For The Above Procurement Project. Completion Of The Works Is Required Sixty (60) Calendar Days. Bidders Should Have Completed A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. 4. Interested Bidders May Obtain Further Information From The Bids And Awards Committee Secretariat, 5th Floor, New Iloilo Provincial Capitol, Bonifacio Drive, Iloilo City, Philippines And Inspect The Bidding Documents At The Address Given Below From 8:00am To 5:00pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On March 7, 2025 From Given Address And Website/s Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of One Thousand Pesos (p1, 000.00). The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person. 6. The Iloilo Provincial Government Will Hold A Pre-bid Conference On March 20, 2025, 9:00 A.m At Bids And Awards Committee Secretariat, 5th Floor, New Iloilo Provincial Capitol, Bonifacio Drive, Iloilo City, Philippines, And/or Through Video Conferencing/webcasting Via Zoom Conference Which Shall Be Open To Prospective Bidders. The Default Meeting Id And Password Shall Be: Meeting Id: 4340851724 // Password: 0922 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At Bids And Awards Committee Secretariat, 5th Floor, New Iloilo Provincial Capitol, Bonifacio Drive, Iloilo City On Or Before April 3, 2025, 9:00 A.m. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 16. 9. Bid Opening Shall Be On April 3, 2025, 9:01 A.m. At Bids And Awards Committee Secretariat, 5th Floor, New Iloilo Provincial Capitol, Bonifacio Drive, Iloilo City, Philippines. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The Iloilo Provincial Government Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Implementing Rules And Regulations (irr) Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 11. For Further Information, Please Refer To: Atty. Raemman M. Lagrada Head, Bac Secretariat 5f New Iloilo Provincial Capitol Bonifacio Drive, Iloilo City Tel. No. (33) 336-0736 Fax No. (33) 337-7731 Email: Ipg_bacs@yahoo.com 12. You May Visit The Following Websites: For Downloading Of Bidding Documents: Www.iloilo.gov.ph February 24, 2025 Atty. Dennis T. Ventilacion Bac Chairperson Section Ii. Instructions To Bidders 1. Scope Of Bid The Procuring Entity, Iloilo Provincial Government Invites Bids For The Construction Of Flatbed Dryer At Brgy. Buenavista, Lemery, Iloilo With Project Identification Number Agr-25-70-b. The Procurement Project (referred To Herein As “project”) Is For The Construction Of Works, As Described In Section Vi (specifications). 2. Funding Information 2.1. The Gop Through The Source Of Funding As Indicated Below For 2025 In The Amount Of One Million Pesos (p1,000,000.00) 2.2. The Source Of Funding Is: A.) Lgu, 20% Nta Cy 2025, As Approved By Sangunian 3. Bidding Requirements The Bidding For The Project Shall Be Governed By All The Provisions Of Ra No. 9184 And Its 2016 Revised Irr, Including Its Generic Procurement Manual And Associated Policies, Rules And Regulations As The Primary Source Thereof, While The Herein Clauses Shall Serve As The Secondary Source Thereof. Any Amendments Made To The Irr And Other Gppb Issuances Shall Be Applicable Only To The Ongoing Posting, Advertisement, Or Invitation To Bid By The Bac Through The Issuance Of A Supplemental Or Bid Bulletin. The Bidder, By The Act Of Submitting Its Bid, Shall Be Deemed To Have Inspected The Site, Determined The General Characteristics Of The Contracted Works And The Conditions For This Project, Such As The Location And The Nature Of The Work; (b) Climatic Conditions; (c) Transportation Facilities; (c) Nature And Condition Of The Terrain, Geological Conditions At The Site Communication Facilities, Requirements, Location And Availability Of Construction Aggregates And Other Materials, Labor, Water, Electric Power And Access Roads; And (d) Other Factors That May Affect The Cost, Duration And Execution Or Implementation Of The Contract, Project, Or Work And Examine All Instructions, Forms, Terms, And Project Requirements In The Bidding Documents. 4. Corrupt, Fraudulent, Collusive, Coercive, And Obstructive Practices The Procuring Entity, As Well As The Bidders And Contractors, Shall Observe The Highest Standard Of Ethics During The Procurement And Execution Of The Contract. They Or Through An Agent Shall Not Engage In Corrupt, Fraudulent, Collusive, Coercive, And Obstructive Practices Defined Under Annex “i” Of The 2016 Revised Irr Of Ra No. 9184 Or Other Integrity Violations In Competing For The Project. 5. Eligible Bidders 5.1. Only Bids Of Bidders Found To Be Legally, Technically, And Financially Capable Will Be Evaluated. 5.2. The Bidder Must Have An Experience Of Having Completed A Single Largest Completed Contract (slcc) That Is Similar To This Project, Equivalent To At Least Fifty Percent (50%) Of The Abc Adjusted, If Necessary, By The Bidder To Current Prices Using The Psa’s Cpi, Except Under Conditions Provided For In Section 23.4.2.4 Of The 2016 Revised Irr Of Ra No. 9184. A Contract Is Considered To Be “similar” To The Contract To Be Bid If It Has The Major Categories Of Work Stated In The Bds. 5.3. For Foreign-funded Procurement, The Procuring Entity And The Foreign Government/foreign Or International Financing Institution May Agree On Another Track Record Requirement, As Specified In The Bidding Document Prepared For This Purpose. 5.4. The Bidders Shall Comply With The Eligibility Criteria Under Section 23.4.2 Of The 2016 Irr Of Ra No. 9184. 6. Origin Of Associated Goods There Is No Restriction On The Origin Of Goods Other Than Those Prohibited By A Decision Of The Un Security Council Taken Under Chapter Vii Of The Charter Of The Un. 7. Subcontracts 7.1. The Bidder May Subcontract Portions Of The Project To The Extent Allowed By The Procuring Entity As Stated Herein, But In No Case More Than Fifty Percent (50%) Of The Project. The Procuring Entity Has Prescribed That: A. Subcontracting Is Not Allowed. 8. Pre-bid Conference The Procuring Entity Will Hold A Pre-bid Conference For This Project On The Specified Date And Time And Either At Its Physical Address At Bac Office, 5th Floor, New Iloilo Provincial Capitol, Iloilo City And/or Through Videoconferencing As Indicated In Paragraph 6 Of The Ib. 9. Clarification And Amendment Of Bidding Documents Prospective Bidders May Request For Clarification On And/or Interpretation Of Any Part Of The Bidding Documents. Such Requests Must Be In Writing And Received By The Procuring Entity, Either At Its Given Address Or Through Electronic Mail Indicated In The Ib, At Least Ten (10) Calendar Days Before The Deadline Set For The Submission And Receipt Of Bids. 10. Documents Comprising The Bid: Eligibility And Technical Components 10.1. The First Envelope Shall Contain The Eligibility And Technical Documents Of The Bid As Specified In Section Ix. Checklist Of Technical And Financial Documents. 10.2. If The Eligibility Requirements Or Statements, The Bids, And All Other Documents For Submission To The Bac Are In Foreign Language Other Than English, It Must Be Accompanied By A Translation In English, Which Shall Be Authenticated By The Appropriate Philippine Foreign Service Establishment, Post, Or The Equivalent Office Having Jurisdiction Over The Foreign Bidder’s Affairs In The Philippines. For Contracting Parties To The Apostille Convention, Only The Translated Documents Shall Be Authenticated Through An Apostille Pursuant To Gppb Resolution No. 13-2019 Dated 23 May 2019. The English Translation Shall Govern, For Purposes Of Interpretation Of The Bid. 10.3. In Joint Ventures, A Special Pcab License, And Registration For The Type And Cost Of The Contract For This Project, Shall Be Required. Any Additional Type Of Contractor License Or Permit Shall Be Indicated In The Bds. 10.4. A List Of Contractor’s Key Personnel (e.g., Project Manager, Project Engineers, Materials Engineers, And Foremen) Assigned To The Contract To Be Bid, With Their Complete Qualification And Experience Data Shall Be Provided. These Key Personnel Must Meet The Required Minimum Years Of Experience Set In The Bds. 10.5. A List Of Contractor’s Major Equipment Units, Which Are Owned, Leased, And/or Under Purchase Agreements, Supported By Proof Of Ownership, Certification Of Availability Of Equipment From The Equipment Lessor/vendor For The Duration Of The Project, As The Case May Be, Must Meet The Minimum Requirements For The Contract Set In The Bds. 11. Documents Comprising The Bid: Financial Component 11.1. The Second Bid Envelope Shall Contain The Financial Documents For The Bid As Specified In Section Ix. Checklist Of Technical And Financial Documents. 11.2. Any Bid Exceeding The Abc Indicated In Paragraph 1 Of The Ib Shall Not Be Accepted. 11.3. For Foreign-funded Procurement, A Ceiling May Be Applied To Bid Prices Provided The Conditions Are Met Under Section 31.2 Of The 2016 Revised Irr Of Ra No. 9184. 12. Alternative Bids Bidders Shall Submit Offers That Comply With The Requirements Of The Bidding Documents, Including The Basic Technical Design As Indicated In The Drawings And Specifications. Unless There Is A Value Engineering Clause In The Bds, Alternative Bids Shall Not Be Accepted. 13. Bid Prices All Bid Prices For The Given Scope Of Work In The Project As Awarded Shall Be Considered As Fixed Prices, And Therefore Not Subject To Price Escalation During Contract Implementation, Except Under Extraordinary Circumstances As Determined By The Neda And Approved By The Gppb Pursuant To The Revised Guidelines For Contract Price Escalation Guidelines. 14. Bid And Payment Currencies 14.1. Bid Prices May Be Quoted In The Local Currency Or Tradeable Currency Accepted By The Bsp At The Discretion Of The Bidder. However, For Purposes Of Bid Evaluation, Bids Denominated In Foreign Currencies Shall Be Converted To Philippine Currency Based On The Exchange Rate As Published In The Bsp Reference Rate Bulletin On The Day Of The Bid Opening. 14.2. Payment Of The Contract Price Shall Be Made In: A. Philippine Pesos. 15. Bid Security 15.1. The Bidder Shall Submit A Bid Securing Declaration Or Any Form Of Bid Security In The Amount Indicated In The Bds, Which Shall Be Not Less Than The Percentage Of The Abc In Accordance With The Schedule In The Bds. 15.2. The Bid And Bid Security Shall Be Valid Until August 1, 2025. Any Bid Not Accompanied By An Acceptable Bid Security Shall Be Rejected By The Procuring Entity As Non-responsive. 16. Sealing And Marking Of Bids Each Bidder Shall Submit One Copy Of The First And Second Components Of Its Bid. The Procuring Entity May Request Additional Hard Copies And/or Electronic Copies Of The Bid. However, Failure Of The Bidders To Comply With The Said Request Shall Not Be A Ground For Disqualification. If The Procuring Entity Allows The Submission Of Bids Through Online Submission To The Given Website Or Any Other Electronic Means, The Bidder Shall Submit An Electronic Copy Of Its Bid, Which Must Be Digitally Signed. An Electronic Copy That Cannot Be Opened Or Is Corrupted Shall Be Considered Non-responsive And, Thus, Automatically Disqualified. 17. Deadline For Submission Of Bids The Bidders Shall Submit On The Specified Date And Time And Either At Its Physical Address Or Through Online Submission As Indicated In Paragraph 7 Of The Ib. 18. Opening And Preliminary Examination Of Bids 18.1. The Bac Shall Open The Bids In Public At The Time, On The Date, And At The Place Specified In Paragraph 9 Of The Ib. The Bidders’ Representatives Who Are Present Shall Sign A Register Evidencing Their Attendance. In Case Videoconferencing, Webcasting Or Other Similar Technologies Will Be Used, Attendance Of Participants Shall Likewise Be Recorded By The Bac Secretariat. In Case The Bids Cannot Be Opened As Scheduled Due To Justifiable Reasons, The Rescheduling Requirements Under Section 29 Of The 2016 Revised Irr Of Ra No. 9184 Shall Prevail. 18.2. The Preliminary Examination Of Bids Shall Be Governed By Section 30 Of The 2016 Revised Irr Of Ra No. 9184. 19. Detailed Evaluation And Comparison Of Bids 19.1. The Procuring Entity’s Bac Shall Immediately Conduct A Detailed Evaluation Of All Bids Rated “passed” Using Non-discretionary Pass/fail Criteria. The Bac Shall Consider The Conditions In The Evaluation Of Bids Under Section 32.2 Of 2016 Revised Irr Of Ra No. 9184. 19.2. If The Project Allows Partial Bids, All Bids And Combinations Of Bids As Indicated In The Bds Shall Be Received By The Same Deadline And Opened And Evaluated Simultaneously So As To Determine The Bid Or Combination Of Bids Offering The Lowest Calculated Cost To The Procuring Entity. Bid Security As Required By Itb Clause 16 Shall Be Submitted For Each Contract (lot) Separately. 19.3. In All Cases, The Nfcc Computation Pursuant To Section 23.4.2.6 Of The 2016 Revised Irr Of Ra No. 9184 Must Be Sufficient For The Total Of The Abcs For All The Lots Participated In By The Prospective Bidder. 20. Post Qualification Within A Non-extendible Period Of Five (5) Calendar Days From Receipt By The Bidder Of The Notice From The Bac That It Submitted The Lowest Calculated Bid, The Bidder Shall Submit Its Latest Income And Business Tax Returns Filed And Paid Through The Bir Electronic Filing And Payment System (efps), And Other Appropriate Licenses And Permits Required By Law And Stated In The Bds. 21. Signing Of The Contract The Documents Required In Section 37.2 Of The 2016 Revised Irr Of Ra No. 9184 Shall Form Part Of The Contract. Additional Contract Documents Are Indicated In The Bds. Section Iii. Bid Data Sheet Itb Clause 5.2 For This Purpose, Contracts Similar To The Project Refer To Contracts Which Have The Same Major Categories Of Work, Which Shall Be: A) Construction/ Improvement Of Flatbed Dryer 7.1 The Procuring Entity Has Prescribed That Subcontracting Is Not Allowed. 10.3 [specify If Another Contractor License Or Permit Is Required] 10.4 The Key Personnel Must Meet The Required Minimum Years Of Experience Set Below: Key Personnel General Experience Relevant Experience 1-project Engineer 1 Year 1 Year 1-agricultural & Biosystem Engineer 1 Year 1 Year 1-material Engineer 1 Year 1 Year 1- Health & Safety Officer 1 Year 1 Year 1- Construction Foreman 1 Year 1 Year 10.5 The Minimum Major Equipment Requirements Are The Following: Equipment Capacity Number Of Units One Bagger Concrete Mixer - 1 Bar Cutter - 1 Welding Machine - 1 12 Alternative Bids Are Not Allowed 15.1 The Bid Security Shall Be In The Form Of A Bid Securing Declaration Or Any Of The Following Forms And Amounts: A. The Amount Of Not Less Than Two Percent (2%) Of Abc, If Bid Security Is In Cash, Cashier’s/manager’s Check, Bank Draft/guarantee Or Irrevocable Letter Of Credit; B. The Amount Of Not Less Than Five Percent (5%) Of Abc If Bid Security Is In Surety Bond. 19.2 Partial Bids Are Allowed 20 No Further Instructions. 21 The Additional Contract Documents Relevant To The Project That Are Required By The Procuring Entity Are: A. Construction Schedule And S-curve; B. Manpower Schedule; C. Construction Methods; D. Equipment Utilization Schedule; E. Construction Safety And Health Program Approved By The Department Of Labor And Employment; And F. Pert/cpm Section Iv. General Conditions Of Contract 1. Scope Of Contract This Contract Shall Include All Such Items, Although Not Specifically Mentioned, That Can Be Reasonably Inferred As Being Required For Its Completion As If Such Items Were Expressly Mentioned Herein. All The Provisions Of Ra No. 9184 And Its 2016 Revised Irr, Including The Generic Procurement Manual, And Associated Issuances, Constitute The Primary Source For The Terms And Conditions Of The Contract, And Thus, Applicable In Contract Implementation. Herein Clauses Shall Serve As The Secondary Source For The Terms And Conditions Of The Contract. This Is Without Prejudice To Sections 74.1 And 74.2 Of The 2016 Revised Irr Of Ra No. 9184 Allowing The Gppb To Amend The Irr, Which Shall Be Applied To All Procurement Activities, The Advertisement, Posting, Or Invitation Of Which Were Issued After The Effectivity Of The Said Amendment. 2. Sectional Completion Of Works If Sectional Completion Is Specified In The Special Conditions Of Contract (scc), References In The Conditions Of Contract To The Works, The Completion Date, And The Intended Completion Date Shall Apply To Any Section Of The Works (other Than References To The Completion Date And Intended Completion Date For The Whole Of The Works). 3. Possession Of Site 4.1. The Procuring Entity Shall Give Possession Of All Or Parts Of The Site To The Contractor Based On The Schedule Of Delivery Indicated In The Scc, Which Corresponds To The Execution Of The Works. If The Contractor Suffers Delay Or Incurs Cost From Failure On The Part Of The Procuring Entity To Give Possession In Accordance With The Terms Of This Clause, The Procuring Entity’s Representative Shall Give The Contractor A Contract Time Extension And Certify Such Sum As Fair To Cover The Cost Incurred, Which Sum Shall Be Paid By Procuring Entity. 4.2. If Possession Of A Portion Is Not Given By The Above Date, The Procuring Entity Will Be Deemed To Have Delayed The Start Of The Relevant Activities. The Resulting Adjustments In Contract Time To Address Such Delay May Be Addressed Through Contract Extension Provided Under Annex “e” Of The 2016 Revised Irr Of Ra No. 9184. 4. The Contractor’s Obligations The Contractor Shall Employ The Key Personnel Named In The Schedule Of Key Personnel Indicating Their Designation, In Accordance With Itb Clause 10.3 And Specified In The Bds, To Carry Out The Supervision Of The Works. The Procuring Entity Will Approve Any Proposed Replacement Of Key Personnel Only If Their Relevant Qualifications And Abilities Are Equal To Or Better Than Those Of The Personnel Listed In The Schedule. 5. Performance Security 5.1. Within Ten (10) Calendar Days From Receipt Of The Notice Of Award From The Procuring Entity But In No Case Later Than The Signing Of The Contract By Both Parties, The Successful Bidder Shall Furnish The Performance Security In Any Of The Forms Prescribed In Section 39 Of The 2016 Revised Irr. 5.2. The Contractor, By Entering Into The Contract With The Procuring Entity, Acknowledges The Right Of The Procuring Entity To Institute Action Pursuant To Ra No. 3688 Against Any Subcontractor Be They An Individual, Firm, Partnership, Corporation, Or Association Supplying The Contractor With Labor, Materials And/or Equipment For The Performance Of This Contract. 6. Site Investigation Reports The Contractor, In Preparing The Bid, Shall Rely On Any Site Investigation Reports Referred To In The Scc Supplemented By Any Information Obtained By The Contractor. 7. Warranty 7.1. In Case The Contractor Fails To Undertake The Repair Works Under Section 62.2.2 Of The 2016 Revised Irr, The Procuring Entity Shall Forfeit Its Performance Security, Subject Its Property(ies) To Attachment Or Garnishment Proceedings, And Perpetually Disqualify It From Participating In Any Public Bidding. All Payables Of The Gop In His Favor Shall Be Offset To Recover The Costs. 7.2. The Warranty Against Structural Defects/failures, Except That Occasioned-on Force Majeure, Shall Cover The Period From The Date Of Issuance Of The Certificate Of Final Acceptance By The Procuring Entity. Specific Duration Of The Warranty Is Found In The Scc. 8. Liability Of The Contractor Subject To Additional Provisions, If Any, Set Forth In The Scc, The Contractor’s Liability Under This Contract Shall Be As Provided By The Laws Of The Republic Of The Philippines. If The Contractor Is A Joint Venture, All Partners To The Joint Venture Shall Be Jointly And Severally Liable To The Procuring Entity. 9. Termination For Other Causes Contract Termination Shall Be Initiated In Case It Is Determined Prima Facie By The Procuring Entity That The Contractor Has Engaged, Before, Or During The Implementation Of The Contract, In Unlawful Deeds And Behaviors Relative To Contract Acquisition And Implementation, Such As, But Not Limited To Corrupt, Fraudulent, Collusive, Coercive, And Obstructive Practices As Stated In Itb Clause 4. 10. Dayworks Subject To The Guidelines On Variation Order In Annex “e” Of The 2016 Revised Irr Of Ra No. 9184, And If Applicable As Indicated In The Scc, The Dayworks Rates In The Contractor’s Bid Shall Be Used For Small Additional Amounts Of Work Only When The Procuring Entity’s Representative Has Given Written Instructions In Advance For Additional Work To Be Paid For In That Way. 11. Program Of Work 11.1. The Contractor Shall Submit To The Procuring Entity’s Representative For Approval The Said Program Of Work Showing The General Methods, Arrangements, Order, And Timing For All The Activities In The Works. The Submissions Of The Program Of Work Are Indicated In The Scc. 11.2. The Contractor Shall Submit To The Procuring Entity’s Representative For Approval An Updated Program Of Work At Intervals No Longer Than The Period Stated In The Scc. If The Contractor Does Not Submit An Updated Program Of Work Within This Period, The Procuring Entity’s Representative May Withhold The Amount Stated In The Scc From The Next Payment Certificate And Continue To Withhold This Amount Until The Next Payment After The Date On Which The Overdue Program Of Work Has Been Submitted. 12. Instructions, Inspections And Audits The Contractor Shall Permit The Gop Or The Procuring Entity To Inspect The Contractor’s Accounts And Records Relating To The Performance Of The Contractor And To Have Them Audited By Auditors Of The Gop Or The Procuring Entity, As May Be Required. 13. Advance Payment The Procuring Entity Shall, Upon A Written Request Of The Contractor Which Shall Be Submitted As A Contract Document, Make An Advance Payment To The Contractor In An Amount Not Exceeding Fifteen Percent (15%) Of The Total Contract Price, To Be Made In Lump Sum, Or At The Most Two Installments According To A Schedule Specified In The Scc, Subject To The Requirements In Annex “e” Of The 2016 Revised Irr Of Ra No. 9184. 14. Progress Payments The Contractor May Submit A Request For Payment For Work Accomplished. Such Requests For Payment Shall Be Verified And Certified By The Procuring Entity’s Representative/project Engineer. Except As Otherwise Stipulated In The Scc, Materials And Equipment Delivered On The Site But Not Completely Put In Place Shall Not Be Included For Payment. 15. Operating And Maintenance Manuals 15.1. If Required, The Contractor Will Provide “as Built” Drawings And/or Operating And Maintenance Manuals As Specified In The Scc. 15.2. If The Contractor Does Not Provide The Drawings And/or Manuals By The Dates Stated Above, Or They Do Not Receive The Procuring Entity’s Representative’s Approval, The Procuring Entity’s Representative May Withhold The Amount Stated In The Scc From Payments Due To The Contractor. Section V. Special Conditions Of Contract Gcc Clause 2 As Per Construction Schedule/contract Period 3.1 The Procuring Entity Shall Give Possession Of All Parts Of The Site To The Contractor Upon Effectivity Of The Contracts. 6 No Further Instructions 7.2 [in Case Of Semi-permanent Structures, Such As Buildings Of Types 1, 2, And 3 As Classified Under The National Building Code Of The Philippines, Concrete/asphalt Roads, Concrete River Control, Drainage, Irrigation Lined Canals, River Landing, Deep Wells, Rock Causeway, Pedestrian Overpass, And Other Similar Semi-permanent Structures:] Five (5) Years. 10 Dayworks Are Applicable At The Rate Shown In The Contractor’s Original Bid. 11.1 No Further Instructions 11.2 No Further Instructions 13 The Amount Of The Advance Shall Not Exceed 15% Of The Total Contract Price. 14 Materials And Equipment Delivered On The Site But Not Completely Put In Place Shall Not Be Included For Payment. 15.1 The Date By Which Operating And Maintenance Manuals Are Required Shall Be At Least 5 Days Before The Testing And Commissioning. The Date By Which “as Built” Drawings Are Required Shall Be Prior To The Final Inspection. 15.2 The Amount To Be Withheld For Failing To Produce “as Built” Drawings And/or Operating And Maintenance Manuals By The Date Required Is 1% Of The Final Contract Amount. Section Vi. Specification General Requirements All Works To Be Done Shall Be With First Class Workmanship And Shall Conform To The Plans And Specifications. All Materials To Be Used Shall Be Of Good Quality And Properly Inspected By The Project Engineer. The Provincial Agriculturist Is Reserved The Right To Rescind, Terminate, Suspend The Contract If He Deems Necessary And To The Best Interest Of The Government. The Contractor Shall Be Liable For All Damages That Will Occur During The Construction Of The Project. Scope Of Work The Works Include Furnishing Of Labor, Materials, Tools, Equipment And Other Incidentals Necessary To Complete The Project For The Proposed Completion Works Such As: Flooring, Drying Bin, Footing, Shed Assembly, Furnace, Blower And Blower Support, Engine And Accessories & Freight General Condition A. The Works To Be Done Herein Shall Be The Construction Of Flatbed Dryer As Of Approved And Of Quality Materials Completed As Per Plans, Details And Specifications. Supervision Of The Work Shall Be Done Under The Responsibility Of The Project Engineer With The Help Of The Construction Foreman. B. All Materials Employed And To Be Used In The Construction Shall Be Brand New, Unless Otherwise Or As Directed And Approved By The Project Engineer. C. Skilled Workmen And Workmanship Subject To Project Engineer’s Approval Shall Perform Methods Of The Construction In The Most Acceptable Manner. D. The Drawings Referred To In The Specifications Including Supplementary One, To Be Furnished As The Work Progress Are Intended To Cooperate With The Specification And To Form Part Hereof. Where Figures Are Given, They Are To Be Followed In Performance To Measurement By Scale. E. The Assigned Engineer Or Construction Foreman Shall Lay – Out The Building In Accordance With The Drawings And Directions On Plans As He Shall Not Only Responsible But Liable For Any Failure To Comply In This Respect With The Said Drawings, Specifications And Directions For Its Due And Accurate Location On The Lot. Project Sign Board / Billboard The Contractor Shall Ensure That The Project Site Is Identified With Information Billboard Which Shall Be Erected At The Beginning And Ending Of The Proposed Project. The Layout Of The Billboard Shall Accord To The Specifications Pursuant To The Commission On Audit (coa) Circular No. 2013-004 Issued On January 30, 2013. Coa Billboard Name Of Agency Business Address Project: _________________________________________________ Cost: - - - - - - - - - - - - Location: Fund Source/s: Implementing Agency/ies: Development Partner/: Contractor Supplier: Brief Description Of Project: Project Details: Projects Status Project Status Remarks Duration Started Target Date Of Completion Percentage Of As Of Completion (date) Cost Incurred To Date Date Completed For Particulars Or Complaints About This Project, Please Contact The Regional Office Cluster Which Has Audit Jurisdiction On This Project: Coa Regional Office No./ Cluster: Address: Contact No.: Pao Billboard Republic Of The Philippines Province Of Iloilo Provincial Agriculture Office Iloilo City Name Of Project: Location Of Project: Contractor: Implementing Agency: Appropriation: Fund Source: Contract Duration: Project Starting Date: Project Completion Date: Another Priority Project Of The Iloilo Provincial Government The Billboard’s Specifications Shall Conform To The Following Requirements: A. Tarpaulin, White 8ft X 8ft (coa) 4ft X 8ft (pao) B. Resolution 70 Dpi; C. Font Helvetica; D. Font Size: Main Information – 3”; E. Sub Information – 1”; F. Font Color: Black; G. Suitable Frame: Rigid Wood Or Steel Frame With Post; And, H. Posting: Outside Display At The Project Location After Award Has Been Made. Measurement The Supply And Erection Of The Project Billboard Shall Be In Accordance With Provisions Of This Specifications. Basis Of Payment No Additional Payment Shall Be Made In This Regard. I. Site Works A. Works Included 1. Staking Out Of Building, Establishment Of Lines, Grades And Benchmarks 2. All Excavation Work Including All Necessary Shoring Bracing And Drainage Of Storm Water From Site. 3. All Backfilling, Filling And Grading, Removal Of Excess Material From Site 4. Protection Of Property, Work And Structures, Workmen, And Other People From Damage And Injury. B. Lines, Grades And Benchmarks 1. Stake Out Accurately The Lines Of The Building And Of The Other Structures Included In The Contract, And Establish Grades Therefore, After Which Secure Approval By Architect Before Any Excavation Work Is Commenced. 2. Erect Basic Batter Boards And Basic Reference Marks At Such Places Where They Will Not Be Disturbed During The Construction Of The Foundations. C. Excavation 1. Structural Excavations – Excavations Shall Be To The Depths Indicated Bearing Values. Excavations For Footings And Foundations Carried Below Required Depths Shall Be Filled With Concrete And Bottom Of Such Shall Be Level. All Structural Excavations Shall Extend To Sufficient Distance From The Walls And Footings To Allow For Proper Erection And Dismantling Of Forms For Installation Of Service And For Inspection. All Excavations Shall Be Inspected And Approved Before Pouring Any Concrete Laying Underground Services Or Placing Select Fill Materials. The Contractor Shall Control The Grading In The Vicinity Of All Excavated Areas To Prevent Surface Drainage Running Into Excavations. Water Which Accumulates In Excavated Areas Shall Be Removed By Pumping Before Fill Or Concrete In Placed Therein. D. Disposal Of Surplus Materials 1. Any Excess Material Remaining After Completion Of The Earthwork Shall Be Disposed Of By Hauling And Spreading In Nearby Spoil Areas Designated By The Owner. Excavated Material Deposited In Spoil Areas Shall Be Graded To A Uniform Surface. Ii. Concrete And Reinforced Concrete . Materials 2.1 Forms A. Design, Erect, Support, Brace, And Maintain Form Work So It Will Produce Correctly Aligned Concrete And Safety Support Vertical And Lateral Loads Which Might Be Applied Until Such Loads Can Be Supported Safety By The Concrete Structure. B. Construct Forms To The Exact Sizes, Shapes, Lines And Dimensions As Required To Obtain Accurate Alignment, Location, Grades, And Level And Plumb Work In The Finish Structure. C. Use Plywood, Metal, Or Surfaced Lumber Form For All Exposed Concrete Work. 2.2 Reinforcement A. All Reinforcing Bars Shall Be Deformed As Per Plan And Shall Be New And Free From Rust, Oil, Defects, And Grease. 2.3 Concrete A. Comply With The Following As Minimum: 1. Portland Cement: Astm C 150, Type I 2. Aggregate, Coarse: Well Graded, Clean, Hand Particles Of Gravel Or Crushed Rock, With Maximum Size Nor Larger Than 1/5 Of The Narrowest Dimension Between The Forms Not Larger Than ¾ Of The Minimum Clear Spacing Between Reinforcing Bars Nor Larger Than 2.3 Centimeters In Diameter. 3. Aggregate, Fine: Natural Washed Sand Of Hard And Durable Particles Varying From Fine To Particles Passing A No.4 Standard Scene. 4. Water Clean And Free From Injurious Amounts Oil, Acid, Alkali, Salt, Or Organic Materials Or Other Deleterious Substance. B. Provide Concrete With A Minimum 23-day Compressive Cylinder Strength With Following: 2.4 Proportions And Mixing 1. Proportions Of All Materials Entering Into The Concrete Shall Be As Follows: Class Cement : Sand : Gravel Class “a” - 1 : 2 : 4 Class “b” - 1 : 2 ½” : 5 Class “c” - 1 : 3 : 6 2.5 Other Materials A. Provide Other Materials, Not Specifically Described But Required For A Complete And Proper Installation, As Selected By The Contractor Subject To The Approval Of The Architect. 2.6 Placing Concrete A. Preparation 1.) Remove Foreign Matter Accumulated In The Forms. 2.) Rigidly Close Openings Left In The Frame Work. 3.) Wet Wood Forms Sufficiently To Tighten Up Cracks; Wet Other Material Sufficiently To Maintain Workability Of The Concrete. 4.) Use Only Clean Tools. B. Conveying 1.) Perform Concrete Placing At Such A Rate That Concrete Which Is Being Integrated With Fresh Concrete Is Still Plastic. 2.) Deposit Concrete In Its Final Position Without Segregation, Rehandling, Or Flowing. Place Concrete With Buggies, Buckets Or Wheelbarrows. No Chutes Shall Be Allowed Except To Transfer Concrete From The Mixer To The Buggies And Shall Not Exceed Six Meters In Total Length. 3.) Do Not Place Concrete With A Free Fall Of More Than 1-½ Meters, Except When Approved Sheet Metal Conduits, Pipes Or Elephant Trunks Are Employed. These Conveyers, When Used, Shall Be Kept Full Of Concrete And The Ends Kept Buried In The Newly Placed Concrete As Pouring Progresses. 4.) Do Not Use Concrete Which Becomes Non- Plastic Or Unworkable, Or Does Not Meet Required Quality Control Limits, Or Has Been Contaminated With Foreign Materials Remove Rejected Concrete From The Job Site. C. Placing Of Concrete 1.) Deposit Concrete In Horizontal Layers Not Deeper Than 60 Centimeters, And Avoid Inclined Construction Joints. 2.) Deposit Concrete In Its Final Position Within Three Hours From The Time Of Mixing, After Which It Will Be Rejected. 3.) Deposit And Consolidate Concrete Slabs In A Continuous Operation, Within Limits Of Construction Joints, Unit The Placing Of A Panel Or A Section Is Completed. 4.) Bring Slab Surfaces To The Correct Level With A Straightedge, And Then Strike Off. 5.) Use Bull Floats To Smooth The Surface, Leaving The Surface Free From Bumps And Hollows. 6.) Do Not Sprinkle Water On The Plastic Surface. Do Not Disturb The Slab Surface Prior To Start Of Finishing Operations. 2.7 Construction Joints A. General: 1.) When Stoppage Of Concreting Operation Occurs For Any Reason Place Construction Joints Either Horizontally Or Vertically And Provide With Shear Keys And Dowels To Develop Bond. 2.) Clean The Surface Of The Poured Concrete Against Which Fresh Concrete Is To Be Deposited Of All Laitance And Expose Aggregates Before Concreting Is Resumed. Coat Surface Thoroughly With Cement Grout. 2.9 Curing Concrete A. General 1.) Concrete Must Be Cured Thoroughly. Iii. Drying Bin Gi Plate, 1.2mm X 4’ X 8’ Angle Bar, 3mm X 38mm X 6m Bi Plate, 2mm X 4’ X 8’ Bi Plate, 3mm X 4’ X 8’ Channel Bar, 3” X 6m Flatbar, 3mm X 38mm X 6m Flatbar, 4mm X 100mm X 6m (frame Connector) Flatbar, 4m X 18mm X 6m Flatbar, 4mm X 25mm X 6m Flatbar, 5mm X 25mm X 6m Flatbar, 5mm X 50mm X 6m Ms Plate, Ga #18 X 4’ X8’ Ms Plate, Ga #20 X 4’ X 8’ Bended Plate, 4mm Thick X 12mm X 50mm X 1.8m Bended Plate, 4mm Thick X 12mm X 50mm X 0.9m Perforated Screen, Ga #18 (std. 1, 2.38mm Ø X 3’ X 6’ Cr Shaft, ¼” X 6m Cr Shaft, ¾” X 6m Cr Shaft, 3/8” X 6m Round Bar, 12mmø X 6m Square Bar, 12mmø X 6m Welding Rod Blind Rivets, 5/32” X ½” Capscrew 3/8” X 1” Capscrew 3/8” X 3” Capscrew 5/8” X 1” Capscrew 5/8” X 2-1/2” Capscrew 5/8” X 3” Capscrew 5/8” X 3-1/2” Capscrew 5/8” X 4” Hexnut, 3/8” Lockwasher, 5/8” Flatwasher, 5/8” Hexnut 5/8” Lacquer Thinner Qde Paint Black Qde Paint Silver Vulcaseal Abc 2em Coat Abc Accelerator Hardener Iv. Shed Assembly A. This Section Includes The Furnishing Of All Tools, Equipment, Materials And Other Incidentals In The Installation Roofing As Indicated In The Drawings. Provide The Following Materials Needed As Reflected And Shown In The Drawing For Completion Of Work. Bi Pipe, 2 ½” Sched. 40 X 6m (std) Bi Plate, 2mm X 4’ X 8” Capscrew 3/8” X 5-1/2” Capscrew 3/8” X 1-1/2” Capscrew 3/8” X 1” Capscrew 3/8” X 3/4” Flatbar, 4mm Thk X 75mm Width Flatbar, 4mm Thk X 100mm Width Flatbar, 4mm Thk X 38mm Width Flatbar, 4mm Thk X 127mm Width C-purlins 1.5” X 3” X 1.2mm X 6m Long C-purlins 2” X 3” X 1.5mm X 6m Long C-purlins 2” X 4” X 1.5mm X 6m Long Flatwasher 3/8” Corrugated G.i. Sheet 9144mm X 2440 X .4mm G. I. Ridge Roll Ga #25 (std) Hexnut 3/8” Ordinary Electrode 1/8” Ø Ms Plate, 3mm X 4’ X 8’ Lacquer Thinner Qde Paint Primer Tekscrew V. Furnace Assembly A. This Section Includes The Furnishing Of All Tools, Equipment, Materials And Other Incidentals In The Installation Roofing As Indicated In The Drawings. Provide The Following Materials Needed As Reflected And Shown In The Drawing For Completion Of Work. Fire Bricks Sk 32 Bricks Mortar Flatbar, 2” X 3/16”, 6m Long Round Bar 12mm Pvc Pipe, Orange Type 4” Pvc Elbow, Orange Type 4” Pvc Solvent 1:100 Speed Reducer (1/2 Hp Rating) G.i. Pipe Sched. 40, 6” (std) Roller Chain#60 Sprocket, 32 Teeth #40 Sprocket, 12 Teeth #41 Angle Bar, 2” X 2” X 3/16”, 6m V-pulley (18), 10” Ø Ms Sheet, 2mm Thk (4’ X 8”) Flange Bearing, 1- ¼” Ø Ms Plate, 6mm For Furnace Frame Vi. Blower & Blower Support Axial Type Blower, Air Duct And Engine Base Canvass Cloth (18” X 10”) V-belt 8-80 V-belt 8-66 V-pulley, 5” X 28 X 1-1/4” V-pulley, 4” X 30 X 30mm Vii. Engine And Accessories Engine: (prime Mover) 12 Hp Minimum, Water Cooled, Diesel Engine Maximum Power Developed: 80% Of The Rated Maximum Power Continuous Power Developed: 80% Of The Rated Maximum Power Must Be Available In The Local Market For At Least Thirty (30) Years Specific Fuel Consumption: 350 G/kw-hr (max) Moisture Meter: Digital Capacitance Type Can Read Palay And Corn Measurement Range: 9-36% Mcwb Power Supply: Dry Cells (1.54v, “aa”) Thermometer: Heavy Duty Dials And Probe Type Thermometer Range: 0-1000 Probe Length Not Less Than 4” Manometer: U-tube Type Manometer Additional Requirements: Amtec Tested Coupled With Biomass Furnace (testing Material Rice) Shall Conform To Paes 201:2015 Heated – Air Mechanical Grain Dryer With Reflectorized Province Logo (minimum Of 4” Diameter) Warranty Period: 1 Year From The Date Of Acceptance Of The Recipient/ Beneficiary Section Vii. Drawings All Annexes Shall Be Annexed And The Title Shall Be Specified As To What Plan The Drawing Pertain To Annex A – Architectural Design Annex B- Project Billboard Plan Section Viii. Bill Of Quantities Bid No. Agr- 25-70-b Construction Of Flatbed Dryer Brgy. Buenavista, Lemery, Iloilo Item Description Quantity Unit Unit Cost Total Cost No. I. Flooring 5.94 Cu.m. Pesos And Ctvs. (p ) / Cu.m. P Ii. Drying Bin 1.00 Lot Pesos And Ctvs. (p ) / Lot P Iii. Footing 2.00 Sets Pesos And Ctvs. (p ) / Sets P Iv. Shed Assembly 1.00 Lot Pesos And Ctvs. (p ) / Lot P V. Furnace 1.00 Lot Pesos And Ctvs. (p ) / Lot P Vi. Blower And Blower 1.00 Lot Pesos Support And Ctvs. (p ) / Lot P Vii. Engine And Accessories 1.00 Lot Pesos And Ctvs. (p ) / Lot P Viii. Freight 1.00 Lot Pesos And Ctvs. (p ) / Lot P Total Bid Cost In Figures P Total Bid Cost In Words Summary Of Costs Construction Of Flatbed Dryer Brgy.buenavista, Lemery, Iloilo Bid No. Agr- 25-70-b Item No. Description Bid Amount I. Flooring ₱ _____________________________ Ii. Drying Bin ₱ _____________________________ Iii. Footing ₱ _____________________________ Iv. Shed Assembly ₱ _____________________________ V. Furnace ₱ _____________________________ Vi. Blower And Blower Support ₱ _____________________________ Vii. Engine And Accessories ₱ _____________________________ Viii. Freight ₱ _____________________________ Total Bid Amount Section Ix. Checklist Of Technical And Financial Documents I. Technical Component Envelope Class “a” Documents Legal Documents ⬜ (a) Valid Philgeps Registration Certificate (platinum Membership) (all Pages) In Accordance With Section 8.5.2 Of The Irr; Technical Documents ⬜ (b) Statement Of The Prospective Bidder Of All Its Ongoing Government And Private Contracts, Including Contracts Awarded But Not Yet Started, If Any, Whether Similar Or Not Similar In Nature And Complexity To The Contract To Be Bid; And ⬜ (c) Statement Of The Bidder’s Single Largest Completed Contract (slcc) Similar To The Contract To Be Bid, Except Under Conditions Provided Under The Rules; And ⬜ (d) Special Pcab License In Case Of Joint Ventures; And Registration For The Type And Cost Of The Contract To Be Bid; And ⬜ (e) Original Copy Of Bid Security. If In The Form Of A Surety Bond, Submit Also A Certification Issued By The Insurance Commission; Or Original Copy Of Notarized Bid Securing Declaration; And (f) Project Requirements, Which Shall Include The Following: ⬜ A. Organizational Chart For The Contract To Be Bid; ⬜ B. List Of Contractor’s Key Personnel (e.g., Project Manager, Project Engineers, Materials Engineers, And Foremen), To Be Assigned To The Contract To Be Bid, With Their Complete Qualification And Experience Data; ⬜ C. List Of Contractor’s Major Equipment Units, Which Are Owned, Leased, And/or Under Purchase Agreements, Supported By Proof Of Ownership Or Certification Of Availability Of Equipment From The Equipment Lessor/vendor For The Duration Of The Project, As The Case May Be; And ⬜ (g) Original Duly Signed Omnibus Sworn Statement (oss); And If Applicable, Original Notarized Secretary’s Certificate In Case Of A Corporation, Partnership, Or Cooperative; Or Original Special Power Of Attorney Of All Members Of The Joint Venture Giving Full Power And Authority To Its Officer To Sign The Oss And Do Acts To Represent The Bidder. Financial Documents ⬜ (h) The Prospective Bidder’s Computation Of Net Financial Contracting Capacity (nfcc). Class “b” Documents ⬜ (i) If Applicable, Duly Signed Joint Venture Agreement (jva) In Accordance With Ra No. 4566 And Its Irr In Case The Joint Venture Is Already In Existence; Or Duly Notarized Statements From All The Potential Joint Venture Partners Stating That They Will Enter Into And Abide By The Provisions Of The Jva In The Instance That The Bid Is Successful. Ii. Financial Component Envelope ⬜ (j) Original Of Duly Signed And Accomplished Financial Bid Form; And Other Documentary Requirements Under Ra No. 9184 ⬜ (k) Original Of Duly Signed Bid Prices In The Bill Of Quantities; And ⬜ (l) Duly Accomplished Detailed Estimates Form, Including A Summary Sheet Indicating The Unit Prices Of Construction Materials, Labor Rates, And Equipment Rentals Used In Coming Up With The Bid; And ⬜ Cash Flow By Quarter. Bid Form For The Procurement Of Infrastructure Projects [shall Be Submitted With The Bid] Bid Form Date : Project Identification No. : To: [name And Address Of Procuring Entity] Having Examined The Philippine Bidding Documents (pbds) Including The Supplemental Or Bid Bulletin Numbers [insert Numbers], The Receipt Of Which Is Hereby Duly Acknowledged, We, The Undersigned, Declare That: A. We Have No Reservation To The Pbds, Including The Supplemental Or Bid Bulletins, For The Procurement Project: [insert Name Of Contract]; B. We Offer To Execute The Works For This Contract In Accordance With The Pbds; C. The Total Price Of Our Bid In Words And Figures, Excluding Any Discounts Offered Below Is: [insert Information]; D. The Discounts Offered And The Methodology For Their Application Are: [insert Information]; E. The Total Bid Price Includes The Cost Of All Taxes, Such As, But Not Limited To: [specify The Applicable Taxes, E.g. (i) Value Added Tax (vat), (ii) Income Tax, (iii) Local Taxes, And (iv) Other Fiscal Levies And Duties], Which Are Itemized Herein And Reflected In The Detailed Estimates, F. Our Bid Shall Be Valid Within The A Period Stated In The Pbds, And It Shall Remain Binding Upon Us At Any Time Before The Expiration Of That Period; G. If Our Bid Is Accepted, We Commit To Obtain A Performance Security In The Amount Of [insert Percentage Amount] Percent Of The Contract Price For The Due Performance Of The Contract, Or A Performance Securing Declaration In Lieu Of The The Allowable Forms Of Performance Security, Subject To The Terms And Conditions Of Issued Gppb Guidelines For This Purpose; H. We Are Not Participating, As Bidders, In More Than One Bid In This Bidding Process, Other Than Alternative Offers In Accordance With The Bidding Documents; I. We Understand That This Bid, Together With Your Written Acceptance Thereof Included In Your Notification Of Award, Shall Constitute A Binding Contract Between Us, Until A Formal Contract Is Prepared And Executed; And J. We Understand That You Are Not Bound To Accept The Lowest Calculated Bid Or Any Other Bid That You May Receive. K. We Likewise Certify/confirm That The Undersigned, Is The Duly Authorized Representative Of The Bidder, And Granted Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract For The [name Of Project] Of The [name Of The Procuring Entity]. L. We Acknowledge That Failure To Sign Each And Every Page Of This Bid Form, Including The Bill Of Quantities, Shall Be A Ground For The Rejection Of Our Bid. Name: Legal Capacity: Signature: Duly Authorized To Sign The Bid For And Behalf Of: Date: Bid Securing Declaration Form [shall Be Submitted With The Bid If Bidder Opts To Provide This Form Of Bid Security] Republic Of The Philippines) City Of ) S.s. Bid Securing Declaration Project Identification No.: [insert Number] To: [insert Name And Address Of The Procuring Entity] I/we, The Undersigned, Declare That: 1. I/we Understand That, According To Your Conditions, Bids Must Be Supported By A Bid Security, Which May Be In The Form Of A Bid Securing Declaration. 2. I/we Accept That: (a) I/we Will Be Automatically Disqualified From Bidding For Any Procurement Contract With Any Procuring Entity For A Period Of Two (2) Years Upon Receipt Of Your Blacklisting Order; And, (b) I/we Will Pay The Applicable Fine Provided Under Section 6 Of The Guidelines On The Use Of Bid Securing Declaration, Within Fifteen (15) Days From Receipt Of The Written Demand By The Procuring Entity For The Commission Of Acts Resulting To The Enforcement Of The Bid Securing Declaration Under Sections 23.1(b), 34.2, 40.1 And 69.1, Except 69.1(f),of The Irr Of Ra No. 9184; Without Prejudice To Other Legal Action The Government May Undertake. 3. I/we Understand That This Bid Securing Declaration Shall Cease To Be Valid On The Following Circumstances: A. Upon Expiration Of The Bid Validity Period, Or Any Extension Thereof Pursuant To Your Request; B. I Am/we Are Declared Ineligible Or Post-disqualified Upon Receipt Of Your Notice To Such Effect, And (i) I/we Failed To Timely File A Request For Reconsideration Or (ii) I/we Filed A Waiver To Avail Of Said Right; And C. I Am/we Are Declared The Bidder With The Lowest Calculated Responsive Bid, And I/we Have Furnished The Performance Security And Signed The Contract. In Witness Whereof, I/we Have Hereunto Set My/our Hand/s This Day Of [month] [year] At [place Of Execution]. [insert Name Of Bidder Or Its Authorized Representative] [insert Signatory’s Legal Capacity] Affiant [jurat] [format Shall Be Based On The Latest Rules On Notarial Practice] Omnibus Sworn Statement (revised) [shall Be Submitted With The Bid] Republic Of The Philippines ) City/municipality Of ) S.s. Affidavit I, [name Of Affiant], Of Legal Age, [civil Status], [nationality], And Residing At [address Of Affiant], After Having Been Duly Sworn In Accordance With Law, Do Hereby Depose And State That: 1. [select One, Delete The Other:] [if A Sole Proprietorship:] I Am The Sole Proprietor Or Authorized Representative Of [name Of Bidder] With Office Address At [address Of Bidder]; [if A Partnership, Corporation, Cooperative, Or Joint Venture:] I Am The Duly Authorized And Designated Representative Of [name Of Bidder] With Office Address At [address Of Bidder]; 2. [select One, Delete The Other:] [if A Sole Proprietorship:] As The Owner And Sole Proprietor, Or Authorized Representative Of [name Of Bidder], I Have Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract For [name Of The Project] Of The [name Of The Procuring Entity], As Shown In The Attached Duly Notarized Special Power Of Attorney; [if A Partnership, Corporation, Cooperative, Or Joint Venture:] I Am Granted Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract For [name Of The Project] Of The [name Of The Procuring Entity], As Shown In The Attached [state Title Of Attached Document Showing Proof Of Authorization (e.g., Duly Notarized Secretary’s Certificate, Board/partnership Resolution, Or Special Power Of Attorney, Whichever Is Applicable;)]; 3. [name Of Bidder] Is Not “blacklisted” Or Barred From Bidding By The Government Of The Philippines Or Any Of Its Agencies, Offices, Corporations, Or Local Government Units, Foreign Government/foreign Or International Financing Institution Whose Blacklisting Rules Have Been Recognized By The Government Procurement Policy Board, By Itself Or By Relation, Membership, Association, Affiliation, Or Controlling Interest With Another Blacklisted Person Or Entity As Defined And Provided For In The Uniform Guidelines On Blacklisting; 4. Each Of The Documents Submitted In Satisfaction Of The Bidding Requirements Is An Authentic Copy Of The Original, Complete, And All Statements And Information Provided Therein Are True And Correct; 5. [name Of Bidder] Is Authorizing The Head Of The Procuring Entity Or Its Duly Authorized Representative(s) To Verify All The Documents Submitted; 6. [select One, Delete The Rest:] [if A Sole Proprietorship:] The Owner Or Sole Proprietor Is Not Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; [if A Partnership Or Cooperative:] None Of The Officers And Members Of [name Of Bidder] Is Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; [if A Corporation Or Joint Venture:] None Of The Officers, Directors, And Controlling Stockholders Of [name Of Bidder] Is Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; 7. [name Of Bidder] Complies With Existing Labor Laws And Standards; And 8. [name Of Bidder] Is Aware Of And Has Undertaken The Responsibilities As A Bidder In Compliance With The Philippine Bidding Documents, Which Includes: A. Carefully Examining All Of The Bidding Documents; B. Acknowledging All Conditions, Local Or Otherwise, Affecting The Implementation Of The Contract; C. Making An Estimate Of The Facilities Available And Needed For The Contract To Be Bid, If Any; And D. Inquiring Or Securing Supplemental/bid Bulletin(s) Issued For The [name Of The Project]. 9. [name Of Bidder] Did Not Give Or Pay Directly Or Indirectly, Any Commission, Amount, Fee, Or Any Form Of Consideration, Pecuniary Or Otherwise, To Any Person Or Official, Personnel Or Representative Of The Government In Relation To Any Procurement Project Or Activity. 10. In Case Advance Payment Was Made Or Given, Failure To Perform Or Deliver Any Of The Obligations And Undertakings In The Contract Shall Be Sufficient Grounds To Constitute Criminal Liability For Swindling (estafa) Or The Commission Of Fraud With Unfaithfulness Or Abuse Of Confidence Through Misappropriating Or Converting Any Payment Received By A Person Or Entity Under An Obligation Involving The Duty To Deliver Certain Goods Or Services, To The Prejudice Of The Public And The Government Of The Philippines Pursuant To Article 315 Of Act No. 3815 S. 1930, As Amended, Or The Revised Penal Code. In Witness Whereof, I Have Hereunto Set My Hand This Day Of , 20 At , Philippines. [insert Name Of Bidder Or Its Authorized Representative] [insert Signatory’s Legal Capacity] Affiant [jurat] [format Shall Be Based On The Latest Rules On Notarial Practice]
MFR-IREO Les Herbiers (85) Tender
Civil And Construction...+2Civil Works Others, Agriculture or Forestry Works
France
Closing Date5 Mar 2025
Tender AmountRefer Documents
Tender Id: Phase 1 bis : Architecte | Project Management Market for the Renovation and Extension of Several Buildings of the Mfr - Ireo Les Herbiers Training Center
Johannesburg Water Tender
Civil And Construction...+3Consultancy Services, Civil And Architectural Services, Water Storage And Supply
South Africa
Closing Date13 Jun 2025
Tender AmountRefer Documents
Tender Id: RFQJW0089BZ25 -Architectural Services | Rfqjw0089bz25 -architectural Services
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Chemical Products
United States
Closing Date7 Feb 2025
Tender AmountRefer Documents
Details: Sources Sought Notice Medical Waste Sterilizing Autoclave
disclaimer
this Rfi Is Issued Solely For Information And Planning Purposes Only And Does Not Constitute A Solicitation. All Information Received In Response To This Rfi That Is Marked As Proprietary Will Be Handled Accordingly. In Accordance With Far 15.201(e), Responses To This Notice Are Not Offers And Cannot Be Accepted By The Government To Form A Binding Contract. Responders Are Solely Responsible For All Expenses Associated With Responding To This Rfi.
response Instructions:
do Not Provide More Than 8 Pages, Including Cover Letter Page.
submit Your Response Via Email To: Barron.long@va.gov
submit Your Response Nlt 14:00 (mst) On Friday February 7th
mark Your Response As Proprietary Information If The Information Is Considered Business Sensitive.
va Has Identified The Appropriate North American Industry Classification System (naics) Code 332420 - Autoclaves, Industrial-type, Heavy Gauge Metal, Manufacturing With A Small Business Size Of 750 Employees. Please Identify And Explain Any Naics Codes Your Company Believes Would Better Represent The Predominated Work Included In The Attached Statement Of Work Draft / Salient Characteristics List; information Requested From Industry: in Response To The Sources Sought, Interested Contractors Shall Submit The Following Information And Any Capabilities/qualifications Statement To Include But Not Limited To An Overview Of Proposed Solution(s) And A Description Of The Product Your Company Possesses Accordance With The Statement Of Work Draft / Salient Characteristics List. vendor Name: sam Uei #: name Of Manufacturer: manufacturer Address: estimated Delivery Time: sac Fss Contract Number vendor Point Of Contract (poc) Name poc Phone Number: poc Email Address: statement Of Work introduction:
the Autoclave Shall Be Delivered Within 120 Calendar Days After The Effective Date Of The Contract. Delivery Dates Specified May Be Adjusted By The Co To Coincide With The Date The Tcpf Will Be Ready To Receive Installation. The Co Will Advise The Contractor Of The New Delivery Date At Least 45 Days Prior To The Original Or Adjusted Delivery Date(s). Deliveries, Cranes, Or Haulage Will Be Arranged With The Contracting Officer Representative (cor), As To Not Interfere With Day-to-day Ancillary Va Medical Services Such As Nutrition/food Service, Laundry Delivery, Maintenance Routes, Etc. the Autoclave Shall Be Delivered Within 120 Days After The Effective Award Date. Installation Of The Autoclave Shall Take Place No More Than 30 Days After The Delivery Date. The 2 Days Onsite Shakedown And 1-day Onsite Training Are Included In The Installation Timeframe. Training Shall Consist Of Both Operator And Maintenance Personnel At A Minimum.â trainingsâ shall Not To Be Conducted Concurrently. The Total Contract Duration Is 150 Days. note: Installation Shall Be Continuous, Without Interruption, Monday Through Friday, Excluding Federal Holidays, Until All Installation And Testing Work Has Been Completed. Installation May Take Place On The Weekends If Pre-approval Is Given By The Cor. site Specific Project Requirements
the Contractor Shall Furnish The Supervision, Labor, Equipment, Tools, Safety, Rigging, Hoisting, Supplies And Installation Services Necessary To Meet The Terms And Conditions In Accordance With The Statement Of Work (sow). this Sow Includes Removal Of Trade-in Equipment, Delivery, Installation, And Training Of The New Laundry Equipment Installed. The Equipment And Installation Shall Be Conducted In Conformance With The Sow And Technical Specifications Provided Herein. All Items Provided By The Contractor Shall Be New. The Contractor Shall Not Utilize Any Refurbished Equipment, Machinery, Or Parts. the Autoclave Is To Be Located Within Building 154, Near The Waste Removal Area. within The New Design Layout Of The Autoclave Area, The Contractor Shall Relocate Existing Lighting Fixtures, And Provide New Energy-efficient, Light-emitting Diode (led) Lighting For Any New Workstation Or Storage Area. New Lighting Shall Comply With Va Lighting Design Guide, January 2022; And Shall Be 50 Foot-candles (minimum) Measured 30-inches Above Floor For Workstation Task Areas, And 35 Foot-candles (minimum) For Storage Areas. all Valves Within The Layout Of The Autoclave And Equipment Shall Be Ball Valves With The Appropriate Ratings And That Are Part Of The Scope Of Work Within This Rfq. all Old Piping, Drain Piping, Ductwork, Vents, Hangers, And Water Piping Associated With Equipment Shall Be Removed. all Piping, Water, Steam, Condensate, And Air Will Be New And Originate From The Nearest Header Within 35 Of The New Autoclave And Electrical For The New Equipment Will Originate From The Electrical Panel Identified By The Station. All Piping, Water, Conduit, Steam, Condensate, And Air Lines Within This Rfq Shall Be New. waste Material Sorting/recycling
the Contractor Shall Divert Discarded Items And Other Wastes To Recycling Trash Disposal Scheduled Regularly. Items Which Need To Be Sent For Recycling Or Resale Unless Not Feasible Include Pallets, Metals (iron, Copper, Brass, Etc.) Cardboard, Mercury Items, Used Oil, Electronic, Rechargeable Batteries, Wood Products And Debris. the Contractor Shall Not Store Waste Materials And Items Held For Recycling. Waste Materials Shall Be Stored Prior To Pick Up In A Manner That Does Not Allow The Items To Become A Fire, Health, Environmental Or Safety Hazard Or Provide Harborage For Pests And Consistent With Federal, State And Va (listed In Order Of Preference) Laws And Regulations Governing Storage Of Waste Materials. Actions Include Using Drip Drains Pans, Storing Liquid Wastes Or Items That Rot In Closed Containers, Removing Freon From Junked Air Conditioning, Observing Occupational Safety And Health Administration (osha) And National Fire Protection Association (nfpa) Limits On Sizes Of Piles Of Lumber Or Wood Products. Dumpsters Larger Than One And One-half (1 ½) Cubic Yards In Size Must Be Located At Least Ten (10) Feet From Exterior Walls Of Buildings. painted Or Treated Lumber, Paint Chips, A Potential Asbestos Containing, Or Asbestos Contaminated Items Should Not Be Recycled But Shall Be Disposed Of Properly. No Waste Material Disposal Is Allowed On Government Property. the Cor Designated Contractor Staging Area (tbd After Award) Will Be Fully Enclosed Completely With Fencing And Fence Covering Provided By The Contractor. The Fencing Height Shall Be A Minimum Of Six (6) Feet High, With Covering, Signage And Sandbags Or Plastic Temporary Fence Weights. external Equipment/motor Protection Filters Are To Be Provided For All Air Intakes To Include But Not Limited To Washer Extractors, Electronic Boxes, Mechanical Equipment, Etc., Wherever Air Intakes Are Located. These Are Used As A Primary Pre-filtration Defense To Help Prevent Damage And Extensive Maintenance That Large Volumes Of Lint/debris Can Cause. They Are To Fit All Air Intakes, Motors Etc. And Be Made Of Three-dimensional Electrostatic Media And Encased In A 1/8"-3/8" Rigid Magnetic Galvanized Steel Frame And Contain 2 Layers Of Polypropylene Media. The Media Will Not Shed Fibers, Absorb Moisture, Or Promote Bacterial Growth; The Filter Should Be Designed For Uv Protected, And Stands Up To Extreme Outdoor Or Indoor Exposure, Corrosive Chemicals, High Velocity Air Flow, As Well As Industrial Cleaning And Maintenance Handling. the Contractor Shall Supply Lock-out/tag-out Devices For Each Piece Of Equipment. All Lock-out/tag-out And Confined Space (cs) Locations Shall Be Marked And Identified On The Machine With Instructions On Lock-out Or Cs Procedures For The Equipment. These Instructions/procedures Shall Be Permanently Mounted On Each Piece Of Equipment. Lock-out/tag-out Procedures Include All Sources Of Stored Energy, Including But Not Limited To: Electrical, Gas, Water, Air Lines, Hydraulic, Etc. Relief Valves Shall Be Installed For Lock-out/tag-out Locations To Relieve Residual Air Lines Etc. the Contractor Shall Supply One (1) Lock-out And Tag-out Kit With The Lock-out/tag-out Devices For Each Piece Of Equipment. The Kits Shall Turned Over To The Cor. All Lock-out / Tag-out And Permit Required Confined Space (prcs) Locations Shall Be Marked And Identified On The Machine With Instructions On Lock-out Or Prcs Procedures For The Equipment. These Instructions/procedures Shall Be Permanently Mounted On Each Piece Of Equipment. Lock-out/tag-out Procedures Include All Sources Of Stored Energy, Including But Not Limited To: Electrical, Gas, Water, Steam, Condensate, Air Lines, Hydraulic Etc. Relief Valves Shall Be Installed For Lock-out/tag-out Locations To Relieve Residual Air Etc. number And Nomenclature Will Separately Identify All Equipment With No Less Than Two (2) Inch Numbers And Letters. Each Piece Of Equipment Will Be Separately Identified And Labeled. Example: Hot Water Heater 1, Hot Water Storage Tank Etc. The Equipment Shall Be Made Compatible To Meet Production Requirements Specified In The Technical Specifications. contractor Bears All Responsibility For All New Utility Connections. All New Utility Piping That Has Been Added Shall Be Leak Tested (air, Water, Steam And Condensate). connections To Va Supplied Utilities Shall Be Within 35 Of New Equipment Supplied And Electrical Panel Identified. Penetrations In Floors, Walls And Ceilings Not Utilized Will Be Filled With Existing Floor, Wall, And Ceiling Like Material. All Braces, Pipes (air, Gas, Water, Steam, Condensate, Electrical), Conduit And Duct Work That Will Not Be Utilized Shall Be Removed Back To The Source That Pertains To The Equipment Directly Associated With This Rfq. the Contractor Shall Not Damage Equipment Frame, Door Panels, Cylinder, Cylinder Panels, Control Box On The Government Installation. If The Contractor Causes Damages To Any Government Property, The Contractor Shall Replace Or Repair The Damage At No Expense To The Government As The Co Directs. If The Contractor Fails Or Refuses To Make Such Repair(s) Or Replacement(s), The Contractor Shall Be Liable For The Cost, Which May Be Deducted From The Contract Price. existing Equipment That Will Be Re-used Shall Be Protected From Damage During Installation Up To And Including Removal And Replacement Where Necessary To Facilitate Installation Of New Equipment. utility Shutdowns And Hot Work Permits contractor Shall Provide Ten (10) Calendar Days Advance Notice For Any Planned Utility Shutdowns And Should Be Indicated On The Project Schedule.
contractor Shall Follow Stations Protocol On Notice Of Any Hot Work Permits Needed. the Tcpf Will Be Open During The Project. The Contractor Will Have Access To The Tcpf Seven Days A Week From 7:00 Am Through 3:30pm. On The Weekends There Will Be A Staff Member On Station To Allow Entrance And Will Monitor The Contractor While They Are On Station. note: With Cor Approval The Contractor May Work Evenings And/or Weekends To Accomplish The Work Required. badge Requirements the Contractor S Personnel (including Subcontractors) Anticipated To Be On Site For More Than Two (2) Days Will Need To Obtain A Piv Badge Through The Va Cor. [note: Piv Badges Require At Least 30 Days To Secure So It Would Be Beneficial For The Contractor To Start This Process Immediately.] site Visit the Contractor Has The Responsibility Of Visiting The Site And Examine The The Installation Area. Failure On The Part Of The Contractor To Accomplish A Site Visit And Become Thoroughly Familiar With All Conditions That May Affect Their Quote Will Be At The Contractor S Risk. the Ft. Harrison Tcpf Will Accommodate Site Visits As They Are Requested. The Site Visits May Be On Different Dates Or All On The Same Date, Depending On If/when Requests Are Made By The Contractor. The Contractor Must Request A Scheduled Date To Visit The Ft. Harrison Tcpf And The Cor Will Determine If The Requested Date Is Available. Site Visit Requests Shall Be Made By Contacting. exemption Certificate
the Cor Will Provide A Valid Certificate Of Exemption For The State Of Montana Sales And Use Tax To The Contractor. general Installation Requirements
existing Utilities Shall Be Utilized To Meet The Performance Requirements Of The Technical Specifications. Connection Points For All Equipment Shall Be Within 35 Of New Equipment. When Existing Service Lines Require Demolition, They Shall Be Removed Back To The Source. the Contractor Shall Ensure Maximum Utilization Of Existing Equipment Space To Prevent Additional Plumbing, Electrical Or Other Utilities. should Additional Utilities Be Required For The Equipment, These Utilities Shall Be The Responsibility Of The Contractor. Utilities Are Electric, Water, Steam, Condensate And Air Lines. all Exposed Utility/ductwork/piping Systems, Control Boxes And Motors That Are Exposed To Floor Traffic Shall Be Appropriately Guarded And Protected. equipment And Materials Shall Be Suitable For Installation In Available Space, Arranged For Safe, Efficient, And Convenient Operation And Maintenance, And If Applicable With Referenced Specifications To Include A Summary Of Routine Preventative Maintenance For Each Piece Of Equipment. the Contractor Shall Furnish All Labor And Materials Necessary For Storage And Installation Of New Equipment. Installation Shall Include, But Is Not Limited To:
all Mounting Holes Shall Be Utilized For Anchoring Equipment. Secure Mounts Shall Be Laid Out In Advance For Review And Approval By The Cor. any And All Penetrations Of Walls, Ceilings And Floors For The Installation Or Removal Of Electrical Conduit, Pipes, Ductwork, Liquid Supply Lines, Communication Wiring, Etc. Shall Be Sealed With An Approved Fire-retardant Material (not Foam) And Shall Match Existing Materials On Both Sides Of The Penetration. contractor Is To Supply New Utility Connections (i.e., Wall/ceiling Mounts, Junction Boxes, Raceways, And Conduits). the Contractor Shall Be Responsible For All Control Wiring Including Disconnects Interconnections, And Conduit. Interconnecting Consists Of All Control Wiring, All Ductwork, Interconnecting Pieces Of Equipment And Outside Vents, All Airlines, And All Connections From Va Supplied Utilities. all Installation And/or Modifications Of Utilities And Structures, Shall Match Existing Materials. No Wooden Platforms Allowed. all Pipes, Vents, Drains, Electrical Boxes, Ductwork, And Conduit Shall Be New. all Pipes And Ductwork Shall Be Insulated. All Conduits And Air Pipes Shall Not Be Painted. All Vents And Drains Shall Be Painted, (refer To The Table Below For Colors). All Insulation Shall Be Wrapped With White Pvc Plastic As Indicated Below. Pvc Covering Shall Be A Minimum .030 Thickness. Flow Markings And Identification Of All Pipes, Vents, Ductwork, And Airlines To Equipment Shall Be Appropriately Marked With A Minimum Of Two (2) Inch Letters. Pre-made Adhesives Are Acceptable, Spray-painting Stencils Are Not Acceptable. air Piping:
(only Identification/flow Markings)
air Intake Ductwork:
safety White Pvc (identification And Flow Markings)
large Dryer Air Exhaust Ductwork: safety White Pvc Textured Aluminum (identification & Flow Markings)
small Dryer Air Exhaust Ductwork:
safety White Pvc (identification & Flow Markings)
vent Pipe:
painted Flat Black (identification And Flow Markings)
drain Line:
painted Flat Black (identification And Flow Markings)
domestic Water:
safety White Pvc (identification And Flow Markings)
fire Suppression Piping:
painted Bright Red (identification And Flow Markings)
outside Exposed Ductwork:
sealed Watertight And Weather-proofed To Protect From The Environment
all Conduits:
not Painted
installation Of Piping, Sleeves, Inserts, Hangers, And Equipment Shall Be In Accordance With The Installation Design Drawing And Shall Be Sealed By A Licensed Professional Architect And Engineer, Which Were Previously Approved By The Cor. In The Installation Design Drawings, The Contractor Shall Locate Drains, Piping, Sleeves, Inserts, Hangers, And Equipment Out Of The Way Of Windows, Doors, Openings, Light Outlets And Other Services And Utilities. All Piping Shall Be Installed To Comply With Accepted National And Local Plumbing Practices. Mechanical Or Grooved Fittings On Mechanical Piping Are Acceptable. if Necessary To Drill Through Structural Sections, The Contractor Shall Notify The Cor Immediately. The Cor Shall Work With A Structural Engineer To Determine Proper Location. The Cor Shall Instruct Contractor On Structural Location To Continue Work. install Gauges, Thermometers, Valves, And Other Mechanical And Electrical Devices For Ease Of Reading, Operating, And Maintaining. Servicing Shall Not Require Dismantling Of Adjacent Equipment, Electric Or Pipe Work. valve Tags - Furnish And Install Valve Tags On All Compressed Air, Gas, Steam, Condensate And Water Valves On Equipment And Connection Points. Tags Shall Be Engraved With Identification (gas, Air Etc.), Black Filled Identification, Numbers, And Letters Not Less Than ½ Inch High For Number Designation And Not Less Than ¼ Inch For Service Designation On 19 Gauge 1-1/2-inch Round Brass Disc; Tags Shall Be Attached With Brass Hooks Or Brass Chain. trap Tags: Furnish And Install All Steam Trap Tags On Equipment And Connection Points Of The Textile Care Processing Equipment. Tags Shall E Engraved, Black Filled Numbers And Letters Not Less Than ½ Inch High For Number Designation And Not Less Than ¼ Inch For Service Designation On 19 Gauge 1-1/2 Inch Round Brass Disc, Tags Shall Be Attached With Brass Hooks Or Brass Chain. the Contractor Shall Provide Two (2) Valve Lists And Two (2) Steam Trap Lists On Typed Plastic-coated Cards, Sized 8-1/2-inch X 11 Inch Showing Tag Number, Valve Type, Valve Function And Location Area Of Valve For Each Service Or System To The Cor. equipment, Motors, Piping, Ductwork And Any Other Components Or Materials Shall Be Protected Against Physical Damage From Carts With Guardrails Supplied By The Contractor. belts, Chains, Pulleys, Couplings, Motor Shafts, Gears Or Other Moving Parts Shall Be Fully Guarded In Accordance With Osha 1910.219. Guard Parts Shall Be Rigid And Suitably Secured And Be Readily Removable Without Disassembling The Guarded Unit.
a Minimum Clearance Of 36 Inches Between Moving Parts And Fixed Objects And 24 Inches Between Non-moving Parts And Fixed Objects Is Required In Accordance With Osha 1910.219. All Conveyor Rollers Shall Have Roll Caps Installed And Guards Will Be Provided Under All Conveyors. plumbing Requirements plumbing
grooved Or Mechanical Fittings Are Allowed On Piping. the Contractor Shall Not Use Cast Iron Fittings, And Components Or Malleable/ductile Fittings Anywhere In The High-pressure And Medium Pressure Steam System (15 Psi Or Above). The Contractor Shall Only Use Cast Steel Or Forged Steel Fittings And Components, In Accordance With Applicable Va Master Specifications Found At Https://www.cfm.va.gov/til/spec.asp traps
the Contractor Shall Provide Traps On All Sanitary Branch Waste connections From Fixtures Or Equipment Not Provided With Traps. Exposed Brass Shall Be Polished Brass Chromium Plated With Nipple And Set Screw Escutcheons. Concealed Traps May Be Rough Cast Brass. Slip Joints Are Not Permitted On Sewer Side Of Trap. Traps Shall Correspond To Fittings On Cast Iron Soil Pipe Or Steel Pipe Respectively, And Size Shall Be As Required By Connected Service Or Fixture. plumbing Installation
in Accordance With The National Standard Plumbing Code, 2021 Edition.
pipe Saddles Shall Be Installed On The Outside Of All Insulation And Pvc Coverings. escutcheons Shall Be Installed At All Floors, Wall And Ceiling Locations That Pipe, Conduits, Vents And Ductwork Penetrate. pipe Shall Be Round And Straight. Cutting Shall Be Done With Proper Tools. Pipe, Except For Plastic And Glass, Shall Be Reamed To Full Size After Cutting. all Pipe Runs Shall Be Laid Out To Avoid Interference With Other Work. install Valves With Stem In Horizontal Position Whenever Possible. All Valves Shall Be Easily Accessible. piping Shall Conform To The Following: waste, Storm Water Drain And Vent: Drain To Main Stack As Follows: pipe Size Minimum Pitch
3 Inch And Smaller 1/4 Inch To The Foot
4 Inch And Larger 1/8 Inch To The Foot exhaust Vent
extend Exhaust Vents Separately Through Roof. Sanitary Vents Shall Not Connect To Exhaust Vents. insulation Requirements
unless Specified In Other Sections Of The Technical Specifications, Cellular Glass Insulation Is Required For Hot Water Piping. A Minimum 1.5 Inches Thick For Hot Water Is Required. All Insulation On Piping And Equipment Shall Be Terminated Square At Items Not To Be Insulated, Access Openings And Nameplates. Cover All Exposed Raw Insulation With Sealer Or Jacket Material That Does Match The Color Of The Insulation.
water Piping
interior Domestic Water Piping Shall Be Copper Tube, Type L Drawn Per Astm B88. Fittings For Copper Tube Must Be Wrought Copper Or Bronze Castings Conforming To Ansi B16.18 And B16.22. Unions Shall Be Bronze In Accordance With Federal Specification Ww-u-516 With Solder Or Braze Joints Including Adapters For Joining Screwed Pipe To Copper Tubing.
air Piping interior To The Building And Outdoor External Air Piping Shall Be Copper Tube. all Piping Shall Be Installed Parallel To Walls And Column Centerlines. Pipe Shall Be Round And Straight. Cutting Shall Be Done With Proper Tools. Except For Plastic And Glass, Pipe Shall Be Reamed To Full Size After Cutting. Copper Piping Work Shall Be Performed In Accordance With Best Practices Requiring Accurately Cut Clean Joints And Soldering In Accordance With The Recommended Practices For The Material And Solder Employed. all Pipe Runs Shall Be Laid Out To Avoid Interference With Other Work. install Ball Valves In Horizontal Position. All Valves Shall Be Easily Accessible. pipe Saddles Shall Be On The Outside Of All Insulation And Pvc Coverings. pipe Escutcheons Will Be Used For All Pipe Penetrations Through Walls, Floors, And Ceilings. electrical Requirements electrical
electrical Installation
conduits, Fittings, And Electrical Wire all Electrical Installations Shall Conform To Requirements Of The National Electrical Code (nec). install A New Power Disconnect Box For Each Piece Of Equipment. all Electrical Wire Shall Be Copper, Heat Resistant Grade, Thermoplastic Insulated. Control Wiring Shall Be (stranded) Thermoplastic High Heat Nylon (thhn)/thermoplastic Heat And Water-resistant Nylon (thwn) Or Equal. Intermediate Wall Conduit Is Required. Provide Conduit Trapeze Hangers. all Power Wiring Shall Have A Minimum Conduit Size Of 3/4-inch In Diameter. Color Coding Of All Wiring Shall Be In Accordance With Established Nfpa 70. all Low Voltage Communication Wire Used For Data Management Systems, Liquid Supply Systems And Intercoms Shall Be Installed In Minimum 3/4-inch Diameter Protective Conduit. Wire Nuts Shall Not Be Used For Any Connections.
electrical Wiring Installation
in Accordance With Nfpa 79 Electrical Standard For Industrial Machinery 2021 Edition:
wiring Shall Not Be Cut, Abraded, Nor Have Excessive Insulation Stripped, And Shall Be Properly And Tightly Joined At Terminals. wire Nuts Shall Not Be Used, And Solderless Connectors Shall Have Insulation Grip. Wiring Shall Have Adequate Slack To Provide Strain Relief. Wire Nuts Are Only Acceptable For Electrical Installation Of Motors And Terminal Boxes. wiring Shall Be Provided Between Motors, Controllers, Timers, Pushbuttons, Starters, And Limit Switches Installed On Or Within The Equipment And Shall Be Done With Materials As Applicable, Except Liquid Tight Flexible Conduit Shall Be Used Where Required For Belt Adjustment By Moving A Motor Or For Vibration Isolation. all Wiring Shall Terminate In Connection Boxes With Provisions For Connections Beyond The Machine; Each Conductor Shall Be Identified By A Different Color. the Line Voltage Side Of The Work Is A Single Point Demo And Termination To A Prewired Control Cabinet.
electrical Identification Installation
in Accordance With Nfpa 79 Electrical Standard For Industrial Machinery 2021 Edition: install Nameplates - Center On Device, Cover Plate, Or Enclosure.
use Power Source Designations Defined In The Technical Specifications. Indicate Electrical Power Loads Served Using Designations From Electrical Schedules And Designations From The Appropriate Trade Furnishing The Equipment Served. lettering Shall Include Name Of Equipment, The Specific Unit Number, And Any Reference To On/off Or Other Instructions That Are Applicable. all Labeling Shall Be On Laminated Phenolic Nameplates And Shall Be Placed On Equipment. nameplates Shall Be Laminated Phenolic With A Blue Surface (480 Volts)/black Surface (208 Volts) And White Core. Use 1/16-inch Thick Material For Plates Up To 2 Inch X 4 Inch. For Larger Sizes, Use 1/8-inch Thick Material. the Contractor Shall Mark All 4-plex Outlets And Boxes With The Electrical Panel, Circuit, And Branch Identification. electrical Protection
the Contractor Shall Provide Any Protective Methodology Or Devices Necessary To Protect The Equipment From:
damage Due To Electrical Power Problems, Including Brownouts, Emergency Power Interruptions, Electrical Surges, Sags, And Electrical Storms. any Equipment Located Outside The Building Or On The Roof Shall Have Lightning Protection Installed. data Loss Due To Electrical Power Problems. All Equipment Electronics Shall Be Protected With A Power Monitor Hook-up Point And Power Monitor.
existing Equipment That Will Be Re-used Shall Be Protected From Damage During Installation Up To And Including Removal And Replacement Where Necessary To Facilitate Installation Of New Equipment.
uninterrupted Power Supply (ups) Shall Be Installed For All Equipment Supplied. (minimum 2-hour Back-up).
electrical Receptacles And Outlets receptacles Shall Be Underwriters Laboratories Certified. mounting Screws, Mounting Strap And Terminal Screws Shall Be Brass Or A Copper Alloy Metal.
receptacles Shall Have Provisions For Back Wiring From Four (minimum) Separate Wiring Holes And Side Wiring From Four Captivity Held Binding Screws. ground Fault Interrupter (gfi) Four-plex Receptacles Shall Be Single Phase, 20 Ampere, 120 Volts, 2-pole, 3-wire, Us National Electrical Manufacturers Association (nema) 5-2or. the Duplex Type Receptacles Shall Have Break-off Feature For Two Circuit Operation. The Ungrounded Pole Of Each Receptacle Shall Be Provided With A Separate Terminal. the Receptacle Bodies Shall Be White In Color. four-plex Receptacles With Gfi Shall Be An Integral Unit Suitable For Mounting In A Standard Outlet Box. gfi Shall Consist Of A Differential Current Transformer, Solid State Sensing Circuitry And A Circuit Interrupter Switch And Shall Be Rated For Operation On A 160 Hz, 120-volt, 20 Ampere Branch Circuit. The Device Shall Have Nominal Sensitivity To Ground Leakage Current Of Five (5) Milliamperes And Shall Function To Interrupt The Current Supply For Any Value Of Ground Leakage Current Above Five (5) Milliamperes On The Load Side Of The Device. The Device Shall Have A Minimum Nominal Tripping Time Of 1/30th Of A Second. receptacles 20, 30 And 50 Ampere, 250 Volt: Shall Be Complete With Appropriate Cord Grip Plug.
weatherproof Receptacles
shall Consist Of A Duplex Receptacle, Mounted In Box With Gasket, Weatherproof, Cast Metal Cover Plate And Cap Over Each Receptacle Opening. The Cap Shall Be Permanently Attached To The Cover Plate By A Spring Hinged Flap. The Weatherproof Integrity Shall Not Be Affected When Heavy Duty Specification Or Hospital Grade Attachment Plug Caps Are Inserted. Cover Plates On Outlet Boxes Mounted Flush In The Wall Shall Be Gasket To The Wall In A Watertight Manner. wall Plates
wall Plates For Switches And Receptacles Shall Be As Specified By The Cor. Oversize Plates Will Not Be Acceptable.
wall Plate Color Shall Be White. standard Nema Design, So That Products Of Different Manufacturers Must Be Interchangeable. for Receptacles Or Switches Mounted Adjacent To Each Other, Wall Plates Shall Be Common For Each Group Of Receptacles Or Switches. the Contractor Shall Provide 4-plex Receptacle At Each Equipment Location For Mechanic S Use. marking Pen Labeling
use For All Junction And Outlet Boxes Or Portions Of Junction Boxes With Power Wiring, Communication Systems, Pull And Junction Boxes, And Conduit Installed For Future Use. For All Boxes With Power Wiring, Indicate Appropriate Panel And Circuit Number(s) Where Applicable, Etc. Label Inside Covers In Finished Areas And Outside Covers In Unfinished Areas. Labeling Shall Be Completed Using Permanent, Waterproof, Quick Drying Marking Pen. label Tapes
label Each Conductor At Origin And Destination Points And At All Junction Boxes Where Two Or More Feeder Or Control Circuits Are Present. Identify With Branch Circuit Or Feeder Number For Power And Lighting Circuits, And With Control Conductors, Number As Indicated On Schematic And Interconnection Diagrams Or Equipment Manufacturer's Drawings For Control Wiring. Using Cloth, Plastic, Split Sleeve Or Tubing Type Wire And Cable Label Markers. dielectric Fittings
provide Dielectric Couplings Or Unions Between Ferrous And Non-ferrous Pipe. In Addition, Provide Threaded Dielectric Unions For Pipe Sizes 2 Inches And Under. For 2-1/2 Inches And Above, Provide Copper And Steel Flanges Electrically Isolated At Gasket And By Sleeves At Bolts. Fittings On Cold Water And Soft Water Lines Shall Be Rated For 100 Psi, 80 Degrees F. Fittings On Other Services Shall Be Rated For The Maximum Pressure And Temperature Conditions Of The Service. Where Copper Piping Is Connected To Steel Piping, Provide Dielectric Connections. prefabricated Roof Curbs
galvanized Steel Or Extruded Aluminum 12 Inches Overall Height, Continuous Welded Corner Seams, Treated Wood Nailer, 1-1/2 Inch Thick, 3-pound Density Rigid Mineral Fiberboard Insulation With Metal Liner, And Built-in Curved Cantilever Strip. Provide Raised Cantilever Strip (recessed Mounting Flange) To Start At The Upper Surface Of The Insulation. Curbs Shall Be Constructed For Pitched Roof Or Ridge Mounting As Required To Keep Top Of Curb Level. installation Requirements
approval For The Contractor To Proceed With Installation Shall Be Contingent Upon The Acceptance Of The Design Submittals And Written Notification To Proceed With Installation From The Cor. the Contractor Shall Be Responsible For The Determination Of, And Compliance With, Federal, State, And Local Code Requirements, Design Data, And Other Factors Necessary To Design And Install The System. the Contractor Shall Verify The Location Of Extant Utilities. Contractor Shall Connect To Designated Utilities In A Manner Conforming To A Nationally Recognized Code And At A Time Satisfactory To Minimize Or Preclude Disruption To Existing Functions Or Clinical Services. the Contractor Shall Be Responsible For Installation, Which Consists Of Assembling, Positioning, And Mounting Of All Equipment And Connections Of All Cables. The Contractor Is Responsible For Furnishing And Pulling All Interconnecting Wiring And Cabling, Including Wiring, And Cabling To Be Pulled Through Conduit And Raceways. It Is The Responsibility Of The Contractor To Supply And Install Junction Boxes; Wall/ceiling Mounts And Support Structures. the Contractor Shall Provide Certified Field Engineers Or Technicians To Conduct All Necessary Tests During Installation. Contractor Shall Provide Copies Of The Certifications Upon Government Request. the Contractor Shall Inform The Co And Cor Of Any Problems As They Occur In Connection With Installation, Or Issues Which Will Affect Optimum Performance Shall Be Reported Prior To The Start Of Installation. Installation Shall Not Proceed Under Such Circumstances Until Authorized By The Co.
availability Of Parts And Service
the Quoter Shall Guarantee The Contractor Availability Of Servicing And Replacement Parts For A Period Of Ten (10) Years To The Government For The Laundry Equipment Being Procured Under This Rfq. incorporation Of Documents
the Following Documents Are Hereby Incorporated By Reference And Made A Part Of This Rfq.
the Equipment And Installation Supplies Shall Conform To The Following Standards:
air Moving And Conditioning Association, Inc. (amca) Standards, 2009 Edition.
american National Standards Institute (ansi), 2021 Edition. Z8.1-2006 Safety Requirements For Commercial Laundry And Dry Cleaning Operations.
femp: Federal Energy Management Program (energy Efficient Product Rating).
hvac Duct Construction Standards-metal & Flexible.
national Electrical Manufacturers Association (nema), 2021 Edition.
national Fire Protection Association (nfpa), 2021 Edition. All Nfpa Standards And Codes. National Electrical Code (nec), 2020 Edition.
national Standard Plumbing Code, 2021 Edition.
occupational Safety And Health Administration (osha) 29 Cfr 1910. sheet Metal And Air Conditioning Contractors National Association (smacna), 2021 Edition.
sheet Metal Contractors National Association Inc. Publication, 2019 Edition.
underwriters Laboratories Standards, 2022 Edition. city, County, State, Federal, Va And National Environmental, Fire And Safety Regulations/standards.
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Chemical Products
United States
Closing Date22 Apr 2025
Tender AmountRefer Documents
Details: Presolicitation Notice presolicitation Notice page 3 Of 14
presolicitation Notice
*=required Field
presolicitation Notice page 1 Of 14
synopsis:
project Title: pre-solicitation Notice For 657-25-105 Conduct Hazardous Material Abatement, Stl-jb&jc Saint Louis Va Medical Center John Cochran Division And Jefferson Barracks Division, Saint Louis, Mo. contract Information a. This A/e Services Requirement Is Being Procured In Accordance With The Brooks Act (public Law (pl0582) And Implemented In Accordance With The Federal Acquisition Regulation (far) Subpart 36. Firms Will Be Selected Based On Demonstrated Competence And Qualifications For The Required Work. b. This Procurement Is Restricted To Service-disabled Veteran Owned Small Business (sdvosb) Firms. This Requirement Is Being Procured In Accordance With The Vaar 836.606-73 As Implemented In Far Subpart 36.6. c. This Is Not A Request For Proposal, And An Award Will Not Be Made With This Announcement. This Announcement Is A Request For Sf 330 S From Qualified Contractors That Meet The Professional Requirements. d. The Selection Criteria For This Acquisition Will Be In Accordance With Far 36.602-1 And Vaar 836.602-1 And Are Listed Below In Descending Order Of Importance. The Completed Sf 330 Will Be Evaluated By The St. Louis Va Medical Center Evaluation Board In Accordance With Far 36.602-5(a) And The Selection Report Shall Serve As The Final Selection List, Which Will Be Provided Directly To The Contracting Officer. The Government Will Not Pay Nor Reimburse Any Costs Associated With Responding To This Request. The Government Is Under No Obligation To Award A Contract As A Result Of This Announcement. e. Award Of Any Resultant Contract Is Contingent Upon The Availability Of Funds. f. No Solicitation Document Is Available And No Other Information Pertaining To Project Scope, Etc. Is Available At This Time. Any Request For Assistance With Submission Or Other Procedural Matters Shall Be Submitted Via Email Only To Abby.monroe2@va.gov And Matthew.finley@va.gov. Personal Visits To Discuss This Announcement Will Not Be Allowed. g. The Naics Codes For This Procurement Is 541330 Engineering Services And Small Business Size Standard Of $12.5m. Award Of A Firm Fixed Price Contract Is Anticipated. The Anticipated Time For Completion Of Design Is Approximately 60 Days (including An Estimated 34 Vpih Oversight Days During Construction Period Services.) Calendar Days Including Time For Va Reviews. The Estimated Magnitude Of The Resulting Construction Price Range Is Estimated To Be Between $250,000 And $500,000. h. Database Registration Information:
verification Of Status Of Apparently Successful Offeror This Acquisition Is 100% Set-aside For Qualified Service-disabled Veteran Owned Small Business Ae Firms Incompliance With Vaar 852.219-10. Only Businesses Verified And Listed In The Small Business Administration (sba) Registry Https://veterans.certify.sba.gov, Shall Be Considered.
system For Award Management (sam): federal Acquisition Registrations Require That Federal Contractors Register In The System For Award Management (sam) Database At Www.sam.gov And Enter All Mandatory Information Into The System. Award Cannot Be Made Until The Contractor Has Registered. Offerors Are Encouraged To Ensure That They Are Registered In Sam Prior To Submitting Their Qualifications Package. j. The Excluded Parties List System (epls): to Ensure That The Individuals Providing Services Under The Contract Have Not Engaged In Fraud Or Abuse Regarding Sections 1128 And1128a Of The Social Security Act Regarding Federal Health Care Programs, The Contractor Is Required To Check The Excluded Parties List System (epls) Located At Www.sam.gov For Each Person Providing Services Under This Contract. Further The Contractor Is Required To Certify That All Persons Listed In The Qualifications Package Have Been Compared Against The Epls List And Are Not Listed. During The Performance Of This Contract The Contractor Is Prohibited From Using Any Individual Or Business Listed On The List Of Excluded Individuals/entities. k. E-verify System:
companies Awarded A Contract With The Federal Government Shall Be Required To Enroll In E-verify Within 30 Days Of The Contract Award Date. They Shall Also Need To Begin Using The E-verify System To Confirm That All Of Their New Hires And Their Employees Directly Working On Federal Contracts Are Authorized To Legally Work In The United States. E-verify Is An Internet-based System That Allows An Employer, Using Information Reported On An Employee's Form I-9, To Determine The Eligibility Of That Employee To Work In The United States. There Is No Charge To Employers To Use E-verify. (far 52.222-54) l. A/e Firms Are Required To Respond If Interested By Submitting One (1) Completed Standard Form 330 Qualification Package Parts I And Ii To Include All Consultants (form Available On-line At: Https://www.gsa.gov/system/files/sf330-21.pdf). Must Include In Part I Section H An Organizational Chart Of The Firm (excludes Consultants) And A Design Quality Management Plan. Submission Information Incorporated By Reference Is Not Allowed. All Submissions Shall Be Made Electronically. m. Completed Package Shall Be Delivered Electronically On Or Before 4/22/2025 At 3:00pm Central Standard Time To The Nco 15 Contracting Office, Attn: Matthew Finley, Contracting Officer @ Matthew.finley@va.gov And Abby Monroe, Contract Specialist @ Abby.monroe2@va.gov. project Information the Mission Of The Veterans Affairs Saint Louis Health Care System (vastlhcs) Is To Provide The Highest Quality Health Care To Our Nation S Veterans. In Order To Accomplish This Mission, Vastlhcs Facility Engineering Service (fes) Intends To Partner With An Ae/industrial Hygiene Firm On A Project That Will Produce A Finished Design Package For A Hazardous Material Abatement Project. This Package Will Be Used To Procure A Separate Construction Contract To Perform The Actual Abatement At John Cochran (jc) And Jefferson Barracks Divisions, St. Louis, Mo. for This Project, Vpih Firm Will Provide Basic Professional Services As Delineated In The Scope Of Work For Vpih. Final Abatement Design Documents Are Required No Later Than (nlt) 60 Calendar Days After The Award/notice To Proceed Letter.
supplement B scope Of Work: a/e Services Are Required For Schematics, Design Development, Construction Documents, Construction Cost Estimate And Construction Period Services For Project Number 657-25-105 Conduct Hazardous Material Abatement, Stl-jb&jc. The Sow Includes Vpih For Additional Sampling, Designing An Abatement Plan, Specifications, Review And Approval Of Abatement Work Plan, And Abatement Oversight During Abatement Including 3rd Party Air Monitoring As May Be Required By Federal, State And Local Guidelines.
this Delivery Order Shall Cover The Following Tasks. a/e Part Two Services Of This Design Project (also Known As Construction Period Services) Includes Responding To Construction Contractor Requests For Information (rfis) During The Solicitation And Construction Phases Of The Construction Project, Attendance At Pre-bid, Post-award And Commissioning Kick Off Construction Project Conferences, Review Of Construction Material Submittals And Shop Drawings, Approximately 5 Site Visits During Construction To Ensure Compliance With The Design Drawings And Specifications, Preparation Of Site Visit Reports, Coordination With Project Commissioning Requirements, Review Of Any Construction Project Modifications For Cost And Technical Acceptability, Attendance In The Final Acceptance Inspection, Preparation Of The Punch List And Preparation Of Record Drawings Of The Completed Construction Project Based On The Construction Contractor S As-built Drawings. The A/e Shall Prepare A Submittal Log To Be Utilized By The Va During Construction Period Services, Maintain Rfi Log And Provide Meeting Minutes For Weekly Construction Meetings Throughout The Duration Of Construction. The A/e Shall Hire A Third-party Commissioning Agent To Commission All Installed Equipment. the Above Paragraphs Constitute A Basic Outline Of The Work To Be Accomplished And In No Way Comprises All The Details For Design Of This Project. The A/e Shall Initiate Detailed Inspection Of The Project Site To Determine The Needs And Conditions For The Design Of This Project. the A/e Shall Be Solely Responsible For The Management, Including All Associated Labor, Equipment, Materials, Mailing Costs, And Inspection, To Meet The Requirements Of The Design Project. The A/e Shall Further Provide Meeting Minutes For All Meetings Held Under This Design Project. general Statement a/e Part One Services (also Known As Design Phase) For This Design Project Includes Site Visit, Field Investigation, Conduct Of Studies And User Interviews To Update Drawings, Specifications And Cost Estimates For All Facets Of Work And Disciplines/trades To Facilitate A Construction Project. This Project Will Conduct Hazardous Material Abatement, Stl-jb&jc 2. Design Development: a. The Vpih Shall Make Investigations Necessary To Thoroughly Evaluate The Area. This May Include, But Not Limited To, Hazardous Materials Testing, Identifying Any And All Asbestos And Lead Containing Materials Within The Project Area. b. Upon Completion Of Initial Field Survey And Assessment, Provide A Comprehensive Report Of Existing Conditions And Findings To Vastlhcs Facility Engineering Service. Hazardous Material Surveys And Design Shall Be In Compliance With National Emissions Standard For Hazardous Air Pollutants (neshap) Requirements For Renovation And Demolition Projects. c. The Va Team Will Evaluate And Identify Any Additional Project Scope Based On The Survey Findings. d. This Project Will Be Phased Such That It Impacts Hospital Function As Little As Possible.
3. Abatement Document:
a. After The Va Approves The Vpih Proposed Scope Of Work, The Vpih Shall Prepare Abatement Documents Necessary To Accomplish The Approved Design Development Including Drawings And Specifications. 4. Review Of Abatement Work Plan: a. The Vpih Shall Review The Contractor S Proposed Abatement Work Plan And Provide Approval Before Proceeding To Construction. 5. Abatement Oversight Service: a. The Vpih Shall Perform Oversight Services As Detailed Later In This Scope Of Work.
6. Functional Product:
a. It Is Important To Emphasize That The Vpih Shall Perform Design Development And Detailed Design Work And Prepare Detailed Abatement Documents. b. Vpih Survey: The Vpih Firm Will Complete A Survey, To Include Testing, Identifying Any And All Asbestos And Lead Containing Materials Within The Project Area. This Project Will Remove All Lead And Asbestos In Areas Being Renovated. c. Reference Va Asbestos Abatement Design Manual (pg 18-10) July 2011:
i. 1.8 Design Requirements: The Following Elements Are Required For All Asbestos Abatement Project Designs For Va Facilities:
i. All Project Designs Must Be Developed And/or Reviewed And Approved By An Epa Model Curriculum Trained And Applicable State Accredited Asbestos Project Designer. This Is To Ensure That All Applicable Federal, State, And Local Regulations Are Followed Regarding The Design Of Asbestos Abatement Projects. These Regulations Include, But Are Not Limited To, Epa Neshap Requirements, City Of St. Louis Air Pollution Division Requirements St. Louis County Air Pollution Division Requirements, And Missouri Department Of Natural Resources (mdnr) Requirements. Va Representatives Conducting Peer Review Of Asbestos Designs Need Not Be Accredited Asbestos Project Designers. ii. All Asbestos Inspections Performed In Va Facilities For The Purposes Of Gathering Information For The Development Of The Asbestos Abatement Project Design Must Be Performed By Epa Model Curriculum Trained And Applicable State-accredited Asbestos Building Inspector. iii. Va Master Specifications Have Been Developed For Typical Asbestos Abatement Work. The Appropriate Sections Shall Be Edited To Meet The Project Scope Of Work And Specific Project Requirements. iv. The Vpih Shall Carefully Coordinate Specifications With The Drawings So That All Work Required By The Drawings Is Included In The Specifications. Specification Content That Does Not Apply To The Project Shall Be Deleted. v. The Vpih Shall Modify The Existing Master Specifications, When Feasible, To Address Any Abatement That Is Not Specifically Identified By The Va Master Specifications.
ii. 1.9.2 Drawings The Following Criteria Must Be Used When Creating Drawings To Be Used In Support Of The Asbestos Abatement Project. i. Refer To Va Design And Construction Procedures For General Drawing Requirements. ii. Consolidate Notes And Place Them On The Right-hand Side Of The Sheet. iii. Show Scale, Compass Point, Orientation, Key Plan, Title, Column Grids And Numbers, Match-lines, Room Numbers And Titles Corresponding To The Architectural Drawings. iv. Clearly Identify All Locations Of Materials To Be Removed During The Asbestos Abatement Project. v. Clearly Identify Any Life-critical Systems That Exist In Abatement Areas To Ensure That These Systems Are Isolated And Not Disturbed During The Project. iv. 2.3.1 Abatement Work Tasks: The Specific Acm To Be Abated During The Asbestos Abatement Project Must Be Identified On The Detailed Plan And Project Drawings. A Summary For Each Work Task To Be Performed During The Abatement Project, As Well As A Summary Of The Techniques To Be Used, In Addition To Safety Precautions And Methods Must Be Included In The Design. v. 2.3.2 Unexpected Discovery Of Asbestos: For Any Previously Untested Building Components Suspected To Contain Asbestos And Located In Areas To Be Impacted By The Work, Additional Samples Will Need To Be Collected Of Any Materials Found To Determine The Presence Or Absence Of Asbestos. The Sampling Must Be Performed By An Ahera Accredited Asbestos Building Inspector. d. All Spaces Within The Scope Of Work Must Be Designed According To Applicable Codes And Standards. e. The Vpih Shall Submit A Design Narrative (15%) And Design Plans (100% Contract Docs For Va Review, And Release For Construction Set) Specifications, Submittals Schedule, And Other Documentation In Accordance With The B4 Design Deliverables Section Of This Supplement B. The Construction/abatement Work Will Be Performed Under A Separate Construction/abatement Contract Awarded By The Va. As A Result, The Construction Documents Must Conform To The Estimated Total Construction Cost Price, Not Including Any Contingencies, And Convey The Entire Construction Work Completely And Clearly, Such That Any Bidder Can Produce An Accurate Bid Without Surveying The Work Site.
f. The Vpih Will Also Participate In The Vastlhcs Pre-construction Risk Assessment To Determine The Requirements Hazardous Material Abatement And Limitations On Vibrations, Noise, And Disruptions To Operations And Utilities. The Results Of These Assessments Will Be Included In Documentation Submitted By The Vpih Pursuant To, And Inclusive Of, The Construction Documents.
g. Prior To Submittal Of A Response To This Proposal The Vpih Shall Meet With The Contracting Officer S Representative (cor) At The Proposed Project Site To Review The Scope Of Services And The Project Goals. The Cor Will Provide Vpih With A Copy Of The Portions Of The Latest Facilities Condition Assessment (fca) Applicable To This Project.
h. Overall Site Plans Will Be Provided As A Reference Drawing With Room Numbers Showing The Areas Within The Project Boundary.
i. The C&a Requirements Do Not Apply, And That A Security Accreditation Package Is Not Required.
1. Vpih Responsibilities:
a. Determine If Asbestos, Lead Or Mold Is Present. If Found, Design A Method For Abating/remediating All Asbestos Containing Materials, Lead Containing Materials And Mold Contaminated Items Impacting This Project.
b. Determine Location Of Asbestos, Lead And/or Mold Contamination, And Any Water And Moisture Damage. Work With The I.h. To Uncover And Assess Hidden Areas. To The Extent Possible, All Materials Known Or Suspected To Be Disturbed Or Otherwise Impacted During This Project Must Be Sampled Prior To Demolition And Included In The Abatement Design. If Materials Are Unable To Be Sampled During The Design Phase Of The Project, They Must Be Sampled During Selective Demolition Processes During The Construction Phase Or Otherwise Treated As Acm. c. For Mold Contamination, Determine The Contributing Factors To The Mold Development. d. For Asbestos And Lead Contamination, Determine The Extent Of Abatement Required To Eliminate All Impacts To This Project.
e. Develop The Abatement Design For Areas & Materials Covered Under The Project In Accordance With Epa And Vha Guidelines. f. Review The I.h. Report.
g. Produce A Written Report And Drawings Compiling All Necessary Information.
ii. Va Professional Industrial Hygienist (vpih): the Vpih Will Retain A Specialist In Vpih Services To Provide Sufficient Oversight Of The Abatement Process. The Following Vpih Services Will Comply With Federal, State And Local Laws And Regulations:
1. Review Of Contractor Provided Asbestos Abatement Plan: The Vpih Is Responsible For Reviewing And Approving The Contractor's Professional Industrial Hygienist (cpih) Work Plans. Provide Comments And Recommendations To Ensure Va Personnel And/or Patients Are Not Exposed To Asbestos Fibers.
2. Provide Air And Materials Sampling: Provide Air And Materials Sampling Of The Construction Site To Verify That No Asbestos Fibers Were Released During The Asbestos Abatement Activities. Provide Materials Sampling Within The Construction Site When Suspect Materials Are Uncovered And It Is Unconfirmed If The Material Contains Asbestos Or Lead. Field Work And Sampling Activities Shall Be Performed By Trained Personnel Under The Direction Of A Licensed Industrial Hygienist Or Board Certified Microbial Consultant.
3. Provide Abatement Oversight: Provide Oversight Of The Abatement Contractor To Ensure Compliance With Abatement Laws And Regulations.
4. Provide Final Clearance: Ensure The Contractor Has Completed The Abatement Work Required And Provide Final Clearance That The Abatement Work Is Complete And There Are No Impacts To The Medical Center.
5. Provide Final Report: Provide A Final Report Showing Daily Logs, Sampling Results And Collected Documents.
all Work Shall Be In Compliance With Applicable Laws, Regulations And Procedures Published Or Issued By Federal, State And Local Regulatory Agencies For The Abatement And Control Of Hazardous Materials. design Timeframe: Vpih Shall Deliver Final Abatement Design Documents No Later Than (nlt) 60 Calendar Days After The Award/notice To Proceed Letter.
the Follow On Separate Construction Project Will Conduct Abatement Of Hazardous Material (asbestos, Lead) At Vastlhcs John Cochran Division And Jefferson Barracks Division. Limited Abatement Will Occur Based On Findings Of The Most Recent Survey (friable Materials Found, Flaking Lead-based Paint, Etc.) And Investigations Of The Vpih. Areas To Be Abated Are Identified And Coordinated With In-house Construction Crew Work Or Maintenance & Operations Needed Repairs. Abatement Could Occur At Any Of The John Cochran Or Jefferson Barracks Divisions Buildings Depending On Priority Of Upcoming Ihcc & M&o Work. Provide A Proposal To Include All Labor, Materials, Equipment And Cpih Services To Perform The Following Work Items. The Estimate Of Construction Cost Is Between $250,000 And $500,000 (far 36.204).
3. Evaluation Factors: selection Criteria Are In Accordance With Federal Acquisition Regulation (far) Part 36.602-5 And Va Acquisition Regulation (vaar) Part 836.602-1.â Prospective Firms Are Required To Address All Selection Criteria Within Submitted Sf330 Packages Using Additional Pages As Necessary.â Sf 330 Submissions Including Any Additional Pages Are Not To Exceed Fifty (50) Pages. Each Page Cannot Exceed 81/2 X 11 In Size. qualifications (sf330) Submitted By Each Firm For Project Number: 657-25-105 Conduct Hazardous Material Abatement, Stl-jb&jc Va Medical Center S Saint Louis John Cochran Division And Jefferson Barracks Division Will Be Reviewed And Evaluated Based On The Following Evaluation Criteria Listed Below In Descending Order Of Importance: 1. Professional Qualifications: The Qualifications Of The Individuals Which Will Be Used For These Services Will Be Examined For Experience And Education And Their Record Of Working Together As A Team. A/e Firms Shall Have Licensed Professional Architects And Engineers Currently Registered In The State Of Missouri Or In A State Of Which Missouri Has Recognized The Engineering License. The Specific Disciplines Which Will Be Evaluated Are Architects, Civil Engineer, Mechanical Engineers, Electrical Engineers, Structural Engineers, Industrial Hygienists, Estimators, Cad Operators, Project Managers, Leed Consultant, Fire Protection Engineer, And Interior Designer. 2. Specialized Experience And Technical Competence: Provide Detailed Project Information On Any Projects (that Are Complete - Design And Construction) The Proposed Team Has Worked Together On In The Last Five (5) Years. Special Emphasis Will Be Given To Any Medical Facility Related Projects That Are Similar In Scope. If The Entire Team Has Not Worked Together Previously, Provide Detailed Project Information That Each Of The Team Members Have Worked On In The Last Three (3) Years With Special Emphasis On Medical Facility Projects. The Project Information Should Include Project Titles, A Short Scope Of Work, Date Of Design Completion, Date Of Construction Completion, Firms Involved, Etc. Provide The Project Title, Scope Of Work, Date Of Design Start For This Team, Percentage Of Design When Accepted By Team And Completion Of Design. 3. Capacity To Accomplish The Work. The General Workload And Staffing Capacity Of The Design Offices Which Will Be Responsible For The Majority Of The Design And The Ability To Accomplish The Work In The Required Time Will Be Evaluated. 4. Past Performance: Nco 15 Will Evaluate Past Performance On Recent And Similar Contracts With Government Agencies (emphasis On Va Work) And Private Industry In Terms Of Construction Cost Estimating, Cost Control, Quality Of Work, Compliance With Performance Schedules And A Record Of Significant Claims Against The Firm Due To Improper Or Incomplete Engineering Services (references Required). Project Past Performances That Are Older Than 3 Years Will Receive A Lesser Score Than Those References For Projects Accomplished Within The Past 3 Years. 5. Estimating Effectiveness.â Provide Information On The Five (5) Most Recently Awarded Construction Projects That Were Designed By This A/e Team.â Provide The Project Title, Brief Scope Of Work, A/e Team S Construction Estimate Total And Actual Construction Award Price.â If The Difference Is Greater Than 10% Explain Why The A/e Believes The Difference Was Greater Than 10%.â If The Team Does Not Have Any Recent Projects, Provide The Same Information On Projects That The Prime A/e For This Team Was The Prime A/e For The Past Projects.â Provide The Names, Titles And Experience Of The Persons That Will Perform The Design For Each Discipline; And Then Has Oversight Of The Entire Estimate. 6. Claims And Terminations: Provide Documentation Of Significant Claims Against The Firm Or Terminated Contracts Because Of Improper Or Incomplete Architectural And Engineering Services. Provide A Detailed Narrative Of Relevant Projects Within The Last 5 Years That Have Claims Against The Organization Or Have Been Terminated By The Owner. Include The Circumstances, Cost, And Schedule Impacts To Involved Parties, And Outcomes Of The Claims And/or Terminations, These Will Be Reviewed
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Electrical Cables And Wires...+1Electrical and Electronics
United States
Closing Date15 Apr 2025
Tender AmountRefer Documents
Details: 556-23-101 Renovate B134-2c Clc July 22, 2024 Construction Statement Of Work Date: July 22, 2024 Project Number: 556-23-101 Project Name: Renovate B134-2c Clc Location: B134 C-wing 2nd Floor Clc Captain James A. Lovell Fhcc 3001 Green Bay Rd, North Chicago, Il 60064 Part 1: Project Scope Of Work Overview: Contractor Shall Provide All Tools, Materials, Labor, Quality Assurance, And Supervision For Renovations Resulting In A Complete, Compliant, And Fully-functional Clc, Including Erection Of Temporary Enclosures Preventing The Release Of Dust Outside Of The Work Area, Selective Demolition, Metal Studs, Gypsum Wall Board, Paint, Ceilings, Flooring, Electrical Power And Light, Modifications To The Fire Protection System, Telecom Cabling, Fire Alarm, And Other Work To Affect A Complete Turn-key Space Supporting Described Clinical Function(s) And Equipment. Finished Square Footage Is Approximately 12,590. The Current Hvac System And All Its Components Installed On The Roof Will Be Tied Into The New Space On The 2nd Floor. Part 2: Period Of Performance: The Following Model Presents The Summary Logic Of The Milestone Sequence Working Backward From The Delivery Date Of The Longest Lead Time In The Critical Path To Determine A Mobilization Date, And Then Forward From The Delivery Date Of The Longest Lead Time To Completion Of All Work. Notes: Durations Shown Are In Calendar Days. Actual Award And Ntp Dates Will Be Revised To Match Their Occurrence. Time Consumed For Resubmission And Review Must Be Made Up By The Gc To Ensure That All Submittals Of This Contract Are Approved Within 60 Days Of Ntp. See Section 01 32 16.15 Project Schedules With Long Lead Items (d/b/b Projects At Fhcc). Part 3: Detailed Project Requirements: Project Objectives: This Project Is Required To Renovate The Described Space As Expediently And Compliantly As Practical. Meet Or Exceed All Code, Technical, And Programmatic Requirements Adopted, Established, Revised, And Or Published By Va Or The Many Organizations Listed In The Several Specifications. Expedite The Delivery Of A Highly Functional, Complete, Compliant, And Safe Workspace For The User Service. List Of Ae Documents To Be Included In This Contract: See: 00 01 10 Table Of Contents And The Entire Project Manual See: 00 01 15 List Of Drawing Sheets And The Entire Volume Of Drawings Pre-bid Conference: Va Shall Schedule Two Pre-bid Conferences Required To Be Attended By Prospective Bidders To Observe Current Conditions Within The Work Area(s). The Ae Shall Not Attend The Pre-bid Events. No Questions Will Be Allowed During The Events. All Questions By All Prospective Contractors Shall Follow The Rfi Process Described In The Solicitation. Prospective Bidders Shall Not Attempt To Contact The Ae Or Va Facilities Engineering Staff During The Solicitation And Bidding Period. The Ae And Va Facilities Engineering Staff Are Instructed To Ignore All Such Inquiries And Report Them To The Va Contracting Officer. All Inquiries Regarding This Project Shall Be Presented As Complete And Coherent Requests For Information (rfi) Specifically Citing Design Or Specification Sections, Pages, Paragraphs, Notes, Details, Etc. To Enable Responses To Rfi S. Follow The Instructions Provided By The Contracting Officer Within The Solicitation Regarding Submission Of Rfi S. Va Will Post Responses Developed To Enable All Prospective Bidders To Receive The Same Information At The Same Time. Project Scheduling And Mobilization On Site: The Contractor Shall Not Mobilize On Site Until All Required Submittals Are Prepared, Transmitted, Reviewed, And Accepted By Va, And The Delivery Dates Of Long Lead Items Have Been Established By The Respective Manufacturers. Significant Time For This Essential Is Included In The Period Of Performance. Critical Components And Other Long Lead Items Shall Require Proof Of Purchase And An Established Delivery Date Delivered To The Contracting Officer And Cor To Complete Va Approval Of The Schedule. Approval To Mobilize Shall Be In Writing By The Contracting Officer In Consultation With The Cor And Facility Safety Manager. Prior To Beginning Work, Post And Maintain At Each Work Area All Current Emergency Contact Information, Va Infection Control Risk Assessment (icra)/permit, Interim Life Safety Measures (ilsm), And Other Information Required By Va And The Gc Project- Specific Safety Plan, At All Entry Points To The Work Area. The Target Mobilization Date Is Determined By First Establishing The Delivery Date Of The Longest Lead Time Material Or System Along The Critical Path, Which In This Project Is Predominantly Hvac Equipment, But Is Likely To Also Consider Shop-fabricated Doors And Frames, And Then Working Back Along The Critical Path Listing All Predecessor Work Activities. The Baseline Period Of Performance Is Certain To Change Between Initial Project Schedule And Acceptance Of The Final Project Schedule. The Contracting Officer, At His Or Her Discretion And Judgement, Will Issue A Contract Modification Revising The Period Of Performance End Date. As There Is No Change To The Quantity Or Quality Of The Work, The Contract Value Shall Not Change. Performance Of The Work: Erect And Maintain A Dust-tight Containment Around The Work Area Which Complies With Applicable Code Associated With Ul-rated Wall Assemblies And Maintenance Of Egress Paths. Containment Shall Enable Access To The Work, Without Obstructing Access To Adjacent Suites Or Rooms. Establish Hepa Air Purification. Review And Follow Specification 01 35 33 Infection Control Requirements As Applicable To This Location And Work. Follow Pra & Icra Plan And Permit Generated And Issued By Va. Remove Only Upon Completion Approval Of The Cor. After Establishing And Gaining Approval Of The Temporary Modular Hard Plastic Dust-tight Construction Dust Control Barrier System, Including Lockable Door. Where This Is The Sole Containment, Include Differential Pressure Monitoring For The Work Area, With Monitor Located Adjacent To The Temporary Entry Door. Where Fire Or Smoke-rated Wall Assemblies Are Planned For Alternation Even If Temporarily, Provide A Dust-tight 1-hour Rated Temporary Construction Wall With Locking Door To Isolate The Area Of Work, Finished With One Coat Of Paint On The Outside Were Indicated. The 1-hour Temporary Wall Shall Include Differential Pressure Monitoring For The Work Area, With Monitor Located Adjacent To The Temporary Entry Door. The 1-hour Temporary Wall And Differential Pressure Monitoring Must Be Complete And Approved Prior To Removal Of The (outer) Temporary Modular Wall Barrier, And Commencement Of Demolition Within The Space. Prior To Removal Of A Temporary Fire Or Smoke-rated Walls, Completely Restore Rated Wall Assemblies Required Of The Work, And Then Re-erect The Temporary Modular Hard Plastic, Dust-tight, Barrier System. In No Case Shall Any Containment Be Removed Unless And Until The Work Area, Including The Inside Of The Ventilation System, Has Been Thoroughly Cleaned And Approved For Progress Toward Activation. Immediately Prior To Turnover, Remove All Air Filters From The Ventilation System Used During Construction, And Supply And Install New Specified Filters. Supply Case Quantities Of Each Filter To Va With The System. Perform Selective Demolition And Construction As Described In The Specifications And Drawings. Special Acceptance Criteria For The Work Shall Include: Hvac System Shall Not Be Acceptable In Whole Or In Part Unless And Until Testing, Adjusting, And Balancing (tab) Is Completed And Accepted In Accordance With The Specifications, Drawings, And The Current Edition Ashrae 170 Ventilation Of Health Care Facilities (and Errata) Requirements Specific To The Room/suite Type And Purpose. Va Reserves The Right To Conduct, Or Have Conducted, Verification Testing, And Deduct Its Cost From The Contract If Noncompliant Conditions Are Found. The Contractor Shall Provide Eia/tia Testing And Certification Of All New Cat 6a Communications Cable. Restore All Finishes Damaged During The Work Match Existing. Thoroughly Clean All Surfaces Using Hepa-filtered Vacuum Cleaner And Anti-bacterial Wipes. Part 4: Meetings, Submittals, And Deliverables: Kick-off Meeting And Documentation The Contractor S Project Manager And Field Supervisor Shall Attend A Preconstruction Safety And Coordination Meeting To Discuss Project Details. Kick-off Meeting Documentation: Prepare And Submit For Review And Acceptance A Draft Critical Path Method (cpm) Baseline Schedule Reflecting Each Phase And Activity Of The Work Beginning With Mobilization, Including Each Critical Activity, And Each Essential Task Required To Optimally Meet The Objectives Of The Project. The Baseline Schedule Must Also Include All Activities To Be Performed By Va, Including Maintenance Shops Support, Safety And Infection Control, The Ae, The Commissioning Agent, Etc. It Is Expected That This Timeline Will List All Activities Of The Work Leading Up To The Delivery Of Long Lead Items, The Target Dates Of Long Lead Items, Installation Of Long Lead Items, And Each Work Activity That Follows Until All Work Is Complete, Compliant, And Ready For Acceptance. The Durations Of Each Phase Will Change Once The Gc Completes All Procurement Activities And Submit For Review And Approval The Final Baseline Schedule. To Enable Objective Assessment Of Costs And Progress, The Baseline Schedule Shall Be Cost-loaded At Each Work Activity (essentially Division 02 On), Ensuring That The Total Cost Of Each Phase And Division Of Work Match The Corresponding Schedule Of Values, And The Total Of The Construction Contract At Award. Develop The Cpm Schedule In Sufficient Detail To Enable Readers To Understand All Planned Activities, Their Predecessors, And Successors, Who Is Performing The Work, Durations, And Costs. Activity Durations Shall Not Exceed Two Calendar Weeks. Indicate Resource Sdvosb Status. The Project Manual Index Of Specifications Is A Useful Guide For Starting The Cpm Schedule And Schedule Of Values In Sufficient Detail. For Example: Simply Listing Hvac Is Unacceptable For Projects Including More Than Basic Work In This Category. The Inclusion Of Specifications For An Ahu, Controls, Ductwork, Demolition Of Each, Testing And Balancing, Etc. Also Prompt Their Inclusion As Categories Of Activities And Tasks In The Schedule. In Fact, For Larger Work Categories, Breaking Down The Cost By System/material And Installation And Testing Enables Partial Payment For Higher Cost Items Upon Delivery Into The Facility Work Area. Preparation And Processing Of Submittals Are Gc Procurement (administrative) Activities And Not Work Activities Contributing To The Compensable Work In The Field. Should The Contractor Elect To Include Submittal Planning In Their Internal Use Schedule For Their Own Purposes, Do Not Show Those Line Items In The Schedule Submitted To Va For Consideration In The Baseline Schedule. Not Less Than One Item Per Subcontractor At Any Tier. Subcontractors, By Definition, Are Contributing Work In The Field To The Project. Pass-throughs Are Not Acceptable. Include All Expected Utility System Shutdowns, Road Closures, Crane Lifts, And Off- Hours Work In The Cpm Schedule. Do Not Include Costs Associated With Non-work Administrative Activities Inherent In The Listed Work Items. The Government Cannot Pay For What It Has Not Inspected And Accepted As Compliant, Or For Activities Which Add No Value To Va Facilities. Front-loading Proposals, Bids, Schedules Of Values, And Line-item Costs Of Cost-loaded Cpm Schedules With Non-work Items Puts The Contractor, The Government, And The Bonding Company At Otherwise Avoidable Risk Associated With Paying Out More Than The Value Of Work In Place Should The Work Stop Prior To Completion. Administrative And Managerial Activities Associated With Each Work Line Item Are To Be Included In Each Line Item, Along With Prorated Overhead And Profit. The Contractor Shall Prepare And Submit Sf-1413 For Each Subcontractor To The Co, Copying The Cor. List Of All Subcontractors And Suppliers, Including Company Names, Office Address, And Main Point Of Contact Name With Telephone Number, And Sdvosb Status. As Required At 01 35 26 Safety Requirements: Develop And Submit A Project- Specific Construction Safety And Accident Prevention Plan With Project-specific Procedures, Processes, Analysis, And Details, Including But Not Limited To: Access And Use The U.s. Army Corps Of Engineers Em 385-1-1 Safety And Health Requirements And Its Appendix A Minimum Basic Outline For Accident Prevention Plans For Development Of Meaningful, Effective, And Compliant Project Safety Plans. Submission Of Generic, Non-project Specific Safety Plans Will Be Rejected, Resulting In A Contractor-caused Delay In Commencement Of The Work. Project-specific Activity Hazard Analysis (aha), Which Forms The Basis Of The Construction Safety And Accident Prevention Plan Highlighting Identified Risks Such As Isolation Of Stored Energy (lock-out*), Fall Protection, Or Confined Space Access. (*) Note That Tag-out Is Not An Acceptable Form Of Isolation, Therefore It Was Intentional Not To Use The Term Loto. Submit An Electronic Copy Of The Gc And All Subcontractor Competent Persons Osha 30-hour Construction Safety Training Certificates With Project-specific Construction Safety And Accident Prevention Plan. Submit An Electronic Copy Of All Workers Osha 30-hour Construction Safety Training Certificates Or Cards Prior To Allowing Entry To The Site. Assist The Cor In Completing Project-specific Va Infection Control Risk Assessment (icra) And Interim Life Safety Measures (ilsm) Documentation. Public Safety Compliance Requirements: The Following Applies To All Va And Navy Properties, Including Leased Facilities, Regardless Of Building Occupancy Or Current Use And Does Not Differentiate Between Medical Or Administrative Spaces As All Are Occupied By People We Are Collectively Working To Protect From Harm Including Contractor Staff. Contractors Shall Adhere To And Ensure Compliance With Federal Laws, Regulations, And Executive Orders Regarding Screening, Vaccinations, And Or Testing Designed To Protect Contractor Employee And General Public Health And Safety, As Well As All Associated Health Information And Personally Identifiable Information. All Contractor Staff Share A Common Moral Responsibility To Stay Away From The Facility When Feeling Ill. Quality Control Plan And Quality Assurance Plan: 01 40 00 Quality Requirements Is Included In Its Entirety In This Contract. This Specification Is Brief But Very Informative And Enabling To Those Who Approach It As An Opportunity. Submittal Register (aka Submittal Log) Is Described In Quality Assurance Of The Above Specification, And The Project Manual At 01 33 23. Submittal Register Must List Each Submission Listed In Each And Every Specification. Because Each Project Is Different, Do Not Recycle Submittal Logs From Other Projects. (dis)approval Of A Submittal Never Constitutes A Change To The Quantity, Quality, Cost, Or Duration Of A Contract. The General Contractor Is Solely Responsible For Submitting And Delivering Complete And Compliant Work. Defective Work Shall Be Removed And Replaced At The Contractor S Expense. The Government Has The Right And Responsibility To Withhold Funds Equivalent To The Cost For The Government To Complete The Work Should The Contractor Fail To Promptly Act In Executing The Work Or Remedying Defective Work. To Help Prevent (unfortunately) Common Shortcomings And Mistakes With Submittal Preparation And Submission, As Well As Ensure That The Installation Of Systems Is Complete And Compliant, The Gc Shall Provide The Services Of At Least One Licensed Professional Engineer To Pre-review And Certify As Compliant All Submittals And Subsequent Systems Prior To Requests For Va Or Its Ae To Review For Compliance. For Projects Requiring Alteration Or Replacement Of Mechanical Systems, The Gc Consulting Engineer Is Required To Be A Licensed Mechanical Engineer. Similarly, For Projects With Significant Electrical Scope, Retain A Licensed Electrical Engineer. The Consulting Engineer May Be A Firm. Engaging A Verified Sdvosb Firm Is Always Encouraged. The Consulting Engineer (or Firm) Cannot Be The Ae Of-record Or Part Of Their Consulting Team. Upon Issuance Of Notice To Proceed, Gc Shall Immediately Submit To Va For Review And Information The Contact Information And Credentials Of The Contracted Consulting Engineer. Construction Progress Meetings: The Contractor S Project Manager And Field Supervisor Shall Provide On-site Weekly Construction Progress Meetings With The Cor For The Entire Period Of Performance. Include Preparation Of Meeting Agendas, And Subsequent Minutes Of The Meeting For Each Event Not Later Than 1 Day (next Business Day) After Each Meeting. Construction Progress Meeting Agenda S And Minutes Shall Include No Less Than: List Of Invitees/attendees, List Of Past/ongoing And New Issues Or Concerns, Indicate Days Remaining Per The Contract, Detail Any Safety Incidents, And Include Current Updated Copies Of The Rfi Log, The Shop Drawing Log, And A Detailed 3-week Look- Ahead And Utility Shutdown Schedule. Daily Reports: The Contractor Shall Provide A Daily Report Each Day, Along With Accompanying Digital Photos And Other Supporting Documents. The Daily Report Shall Include: List Of Issues Or Concerns, Days Remaining Per The Contract, Detail Regarding Any Safety Incidents, Detail Of Daily Safety Inspections (including Items Checked And Corrective Actions Taken), Notations Regarding Any Visitors To The Work Area. Use Of Va Form 10101 Contractor Production Report (fillable Pdf At Https://www.va.gov/vaforms/va/pdf/va10101.pdf) Is Required Each Day Even On Days With No Contractor Activity, Which Is What To Report On Such Days. Contractor May And Should Provide More Information Than Shown In The Standard Form, But The Standard Form Is Required. The Report Must Be Accompanied By Relevant Time And Date-stamped Photos Of Construction Progress Of Sufficient Quantity And Detail To Enable Viewers To Clearly See The Progress Of All Work To-date, All Issues Discovered (including Those Which Become The Subject Of Rfi S). Email The Va Form 10101 Contractor Production Report And Photos To The Cor Not Later Than 9 Am The Next Working Day. No Photography On Va Premises Is Allowed Without Written Permission Of The Cor. In No Case Shall The Gc Allow Any Team Member To Take Photographs With Patients, Visitors, Or Employees In The Picture. Acceptance And Closeout: Acceptance Criteria For The Work: Schedule Demonstration Of New Equipment And Systems At Least 21 Calendar Days In Advance With The Cor. Provide Factory Startup And Certification Of All Systems. Demonstrate The Operation Of The System. Newly Installed Water Or Medical Gas Piping And Distribution System Components Shall Be Flushed And Disinfected Prior To Being Placed In Service. Include Documenting Completion/certifications. Startup And Testing Of New Systems Or Equipment, Or Moving In Va Purchased Equipment Or Furnishings, Or Their Use, Does Not Constitute Any Form Of Acceptance (or Beneficial Occupancy). The Project Is Planned Around The Complete, Complaint, And Unconditional Fulfillment Of All Requirements Of The Contract Which Enable The Work To Be Complete By Definition. Please Work With Va To Expedite This Process. Closeout Records: Provide One Full-size, And One Half-size Printed Set Of As-built Drawings, As Well As Cd-rom Or Dvd-rom Media Containing A Complete Archive Of All Project Documents And Files, Including But Not Limited To: As-built Record Drawings Of The Installed Condition As Cad And Pdf Files. Approved Shop Drawings. Operations And Maintenance Manuals. Spare Parts Lists. All Photographs. All Daily Reports. All Communications. All Pay Applications. All Communication, Change, And Cost Data. All Safety Records. A Project Warranty For Construction Written By The General Contractor, Projected To Start Upon Final Acceptance By Va (typically Within A Business Week Of Receiving A Complete And Compliant Closeout Package). Where Manufacturer S Warranties Exceed One Year, Provide All Documentation Necessary For Va To Exercise Warranty Rights Beyond The Standard Gc Warranty. Where Specified, Such As With Roofing Systems, Provide The Warranty Written By The Manufacturer To Va For The Term Specified Or Greater (typically 20 Years). Note That Moving Furnishings Or Equipment Into The Space Does Not Constitute Occupancy Or Acceptance, However, Damage To Completed Work During These Activities Shall Be The Responsibility Of Va To Correct. Lien Waivers And Other Documents Required By The Contracting Officer. Part 5: Applicable Performance Standards All Work Shall Comply With All Va And Fhcc Policies Including And Not Limited To: Va Construction Safety And Va Infection Control Policies. Codes, Standards And Executive Orders (topic 1) Found At Http://www.cfm.va.gov/til/cpro.asp 01 32 16.15 Project Schedules With Long Lead Items (d/b/b Projects At Fhcc) 01 35 26 Safety Requirements 01 35 33 Infection Control Requirements 01 40 00 Quality Requirements 01 41 00 Regulatory Requirements 01 42 16 Definitions And Abbreviations Coordinating With Va-retained Commissioning Agent (cxa) And Architect-engineer (ae). Va Intends To Retain The Services Of An Independent Cxa. Ae Field-verification And Documentation Of Compliant Systems Remains An Essential Part Of Construction Period Services. The General Contractor Is Responsible For Communication And Cooperation With The Ae And Cxa And Enabling Compliant Execution Of Contracts. No Action Or Inaction By The Ae, Cxa, Va, Or Other Government Agencies Ever Relieves The Gc From Responsibility To Deliver 100% Of The Project Requirements As Specified And Designed. The General Contractor Shall Have A Competent Supervisory Person On Site At All Times When Any Worker(s) Or Subcontractor(s) Are Present. The General Contractor Is Also Required To Maintain On Site A Competent Site Safety And Health Officer (see 01 35 26 Safety Requirements When Any Worker(s) Or Subcontractor(s) Are Present. The Va Cor May, At His Or Her Discretion, May Allow The Competent Supervisory Person To Also Act At The Ssho, Based On Demonstrated Competency And Performance In The Two Roles. If Demonstrated Lack Of Competency Or Effectiveness In Either Role Is Observed, The Va Cor May Revoke The Privilege. Safety: Prior To Any Activity, Review The Following With All Project And Craft Team Leaders: 01 35 26 Safety Requirements. The Contractor Shall Provide A Proactive And Complaint Construction Safety And Accident Prevention Plan In Accordance With The Occupational Safety And Health Act, 01 35 26 Safety Requirements, And Site-specific Policies: All Persons Working On Any Electrical Systems Rated 50 Volts Or More Shall Have The Minimum Qualification As A State Licensed Master Electrician Or Registered Journeyman Electrician, And All Activities Shall Follow The Safe Work Practices In Compliance With Nfpa 70e Electrical Safety In The Workplace. 01 35 26 Safety Requirements Is Included In Its Entirety In This Contract. Each Contractor-employer Is Required To Be Solely Responsible For The Health And Safety Of Its Employees In Accordance With 29 Cfr 1910, 1926, & 1960 Of The Occupational Safety And Health Act Of 1970, As Amended. Because Each Contractor-employer Is Required To Be Solely Responsible For The Health And Safety Of Its Employees, Part Of A Compliant And Effective Safety Management Program Requires Each Employer To Plan And Implement Their Own Compliant Permit- Required Work Including Written Permits. Do Not Rely On, Or Request That Va Generate Required Permits Such As Hot Work Or Confined Space Documents. Prior To The Beginning Of Any Work, Fire Extinguisher(s) Complying With Nfpa 10 Shall Be Pedestal-mounted In The Work Area. Inspection Of The Work Area Includes Verification That Inspection Tags Are Current. Where Non-compliant, The Contractor May Be Required To Remove And Replace The Unit(s) Before Resuming Work Activity. All Work In Crawl Spaces Shall Be Planned And Carried Out As Osha Permit-required Confined Space. Immediately Stop Work And Notify The Cor If Asbestos Is Noticed Or Suspected In The Area Of Work. Exception: The Above Will Not Necessarily Apply To Areas Where The Documents Call For Abatement Activities. This Item Is Concerned With Unplanned Locations. Fire-seal All Penetrations Made Or Discovered Through Any Wall Or Floor Assembly With Ul Listed Fire-rated Products Or Systems. Infection Control: 01 35 33 Infection Control Requirements Is Included In Its Entirety In This Contract. Its Construct Is Enabling For Each Condition Experienced Through Each Phase Of The Work. The Following Are High-level Requirements Most Often Found Deficient During Inspections Yet Required. Prior To Any Activity, Review The Following With All Project Team Leaders: 01 35 33 Infection Control Requirements. Review And Comply With Containment Construction And Sequence Described In The Design And Specification Documents. Provide A Modular Dust-tight System Designed And Manufactured Specifically To Be Used As A Temporary Construction Isolation Barrier. Before The Start Of Work Provide Pressure Differential Monitoring System At The Entry Door To The Construction Area To Prove That The Construction Area Is Under Negative Pressure. Maintain Daily Logs Of Readings And Submit To The Cor Weekly. Remove At The Completion Of Construction. Walk-off Sticky Mats Are Required At All Times Inside And Outside All Entry / Exit Points To All Workspaces. Sticky Mats Must Be Changed At Least Once Per Shift, Or More As Required By The Construction Or Cor. Size Sticky Mats To Match The Width Of The Door Opening And Ensure That No Less Than 24 Depth Is Provided. Block Off All Hvac Return Ductwork And Louvers To Prevent Introduction Of Dust Into The Hvac System. 1) Where Existing Hvac Ducts Are Being Removed, Immediately, Permanently, And Compliantly Seal Off The Opening. Provide High-efficiency Particulate Air Filtration (hepa) Recirculating Air Equipment Inside The Workspace. Size The Air Filtration System Sufficiently Large Enough To Ensure That Negative Pressure Remains Effective When Doors Are Opened. When Working Above The Ceiling Outside Of The Work Area, Such As In A Corridor, Open Only One Ceiling Tile At A Time, And Provide Dust Containment Tent Or Portable Containment Cube, With Hepa Filtering Negative Air System To Seal The One Opening. Broom-sweep The Work Area At The End Of Each Day (or Shift During Days With Multiple Shifts). Provide Hepa Vacuum And Damp (not Wet) Mop Daily Where Broom Sweeping Creates Airborne Dust. Provide Fire-sealing Of All Existing Wall And Ceiling Openings In Area Of Work Needed To Allow The Hepa Filtration Equipment To Effectively Generate Negative Air Pressure Within The Work Area, With Respect To The Surrounding Area. Provide Hepa-filtered Vacuum Cleaning Of All Surfaces, And Damp Mop The Work Area Every Day. Do Not Allow Corrugated Carboard To Be Stored For Any Period Of Time Within The Hospital. Upon Arrival, Unpack, And Transfer All Products From Cardboard Containers To Sealed Plastic Containers, And Immediately Dispose Of The Cardboard Outside Of The Building. Part 6: Site-specific Requirements Project Number And The Contract Number In The Subject Line Of All Emails And Documents. Example: 556-23-101 Renovate B134-2c Clc , Or Simply 556-23-101 B134-2c And Then Specific Subject Such As Pay App, Rfi, Submittal, Meeting, Etc. Transmissions Deviating From This Focused And Simple Standard May Be Rejected, Or Simply Lost Because Recipients Could Not Readily-acquire Their Subject Or Importance Over The Plethora Of Ambiguous Emails Received Each Day. Comply With All Site-specific Requirements And Sops Including And Not Limited To: Key Policy, Badging Policy, Rules Of Behavior, And Smoking Policy. Normal Construction Work Hours Are 7:00 Am To 3:30 Pm Monday Through Friday. Normal Work Hours Can Be Modified Only By Written Approval Of The Cor, And At No Additional Cost To Va. No Work By The Contractor On Federal Holidays, And No Work On The Weekend When The Federal Holiday Is On The Respective Monday Or Friday. No Work In Stairs, Corridors, Lobbies, Or Other Interior / Exterior Public Areas Shall Be Performed During The Above-designated Work Hours. Any Work Including And Not Limited To Noise, Vibration, Dust, Odors, Core Drilling, Hammer- Drilling, Saw Cutting, Equipment Moving In Public Corridors, Soil Compaction Shall Be Performed During The Above-designated Work Hours Only. Crane Lifts, Or Any Work That Closes Drive Isles, Closes Building Entries, Or Closes Public Corridors Shall Be During Low Patient Times And Performed Between Saturday 6 Pm Through Midnight Concluding By 6 Pm On The Following Sunday. All Building Systems Shall Be Maintained In Full Operation At All Times: Request Utility System Shutdowns In Writing Not Less Than 21 Calendar Days In Advance And Scheduled With The Cor At Times Least Impacting Patient Care. Shutdown Work Shall Be During Low Patient Times And Performed Between Saturday 6 Pm Through Midnight Concluding By 6 Pm On The Following Sunday. Wherever Demolition Is Planned, Ceiling Tiles Are To Be Removed, Or The Sprinkler System Is To Be Disabled, Gc Shall First Provide Uniform Heat Detection Throughout The Work Area, Connected To The Existing Supervised Building Master Fire Alarm System, For The Duration Of The Work. Fire And Or Smoke Detection Devices Shall Be Provided Prior To Turnover And Acceptance. Deliveries, Parking, Elevators: Deliveries At The Dock: At Time Of Delivery: Provide Vehicle Information To The Va Police And Remove The Vehicle As Soon As Delivery Is Complete. Move Materials In Public Corridors During Low Patient Times Between 6 Pm Through 6 Am The Following Day. No Parking In The Va Garages. As Part Of The Mobilization Plan Submission, Indicate Where Workers Are To Park. Contractor Shall Use Freight Elevators. Do Not Move Materials And Employees In Passenger Elevators Without Written Approval Of The Cor, And Never Within Elevators Occupied By Staff Or Patients. The Mobilization Plan Submission Shall Indicate If And Where A Construction Dumpster Is Intended To Be Placed. The Contractor Shall Provide A Construction Dumpster With A Locked Safety Fence Surrounding It, At A Location Submitted To And Approved By The Cor. Pavement, Concrete Surfaces, And Landscaping Shall Be Protected From Damage Resulting From Delivery And Retrieval, Loading And Unloading, And Dumpster Weight. Construction Waste Diversion Reports Are Required For Every Dumpster Removed From Every Construction Site At Every Va Facility. Provide These Reports To Va Cor Immediately After The Waste Hauler Removes Each Dumpster To Comply With Va Gems Policy. No Trash, Used Packaging, Or Construction Spoils Shall Be Stored In The Work Area. Never Use Dumpsters Other Than Those Rented For This Work. Severe Penalties, Including Potential Criminal Charges May Be Levied For Use Of Government-rented Or Owned Containers, Or Those Of Other Contractors. Trash Removal From The Work Area Shall Be Within Gondolas Which Have Sealed Covers (completely Enclosed), And During Non-business Hours, Via The Freight Elevators. No On-site Office Or Storage Container Shall Be Allowed. Provide Just-in-time Delivery And Pickup. Coordinate With The Cor For Staging Within The Area Of Work. No Music Radios Within Work Areas. No Noise Generated Within The Work Area Can Be Allowed To Leave It. The Use Of Powder-actuated Fasteners Is Forbidden. Performing Demolition Using Motorized Equipment, Whether Tracked Or Wheeled, Pushed Or Driven, Is Forbidden. Two-way Communications Radios Are Allowed Where Transmit/receive Frequencies Will Not Disrupt Any Hospital System. Before Starting Work The Contractor Shall Give 21 Days Notice To The Cor So That Security Arrangements Can Be Provided For The Employees. This Notice Is Separate From Any Notices Required For Utility Shutdown Described Elsewhere In This Section. Va Reserves The Right To Close Or Shut Down The Project Site And Or Require Contractor Employees To Leave The Premises In The Event Of A Civil Emergency Or Operational Requirement. The Contractor May Return To The Site Only With The Written Approval Of The Cor. Compatible System Procurements Shall Include The Following: Locks And Keys: Temporary And Permanent Door Hardware Shall Be Compatible With Bestâ® 7-pin, G-keyway, Interchangeable Core. Prior To Commencement Of Work, The Contractor Shall Provide Va With Blank Cores; Quantity Matching The Number Of Openings Planned. Va Shall Then Provide Construction Coring, And A Key For Same To The General Contractor, Who Will Sign Acknowledgement And Receipt And Responsibility For The Key Until Returned To The Va Cor. Final Pinout And Keying Is Provided By Va. Exit Signs: All Exit Signs Shall Be City Of Chicago Approved Specification Red Letters On White Edge-lit Led Fixtures Continuously Illuminated 90 Mins. After Loss Of Power, Push-to- Test Switch And Led Pilot Light On The Housing, Available As Single Or Double-sided Models, And Meeting Ul924. Building Automation: Components, Programming And Start Up: Native Bacnet Communications Protocol For Building Automation And Control (bac) Connected To The Existing Johnson Controls Head End Equipment. 27 15 00 Communications Cabling (and Other Specifications Which Include Telecom Cabling): All New Telecom Cabling Shall Be Cat 6a Vs. 5e. Cat 6a Telecom Cable, Termination Punch-down T-568-(b.1, B.2, C.2, Etc.), Tested And Certified (submit Result To Cor), 6-port Modular Wall Jacks With Two Rj45 On Top And Bottom And Two Blanks In Middle. While Va Facilities Generally Do Not Include Plenum Return Spaces Above Ceilings, It Nonetheless Requires Plenum-rated Teledata Cabling Complying With Codes Pertaining To Plenum Environments. Sole Source Procurement, The Contractor Shall Provide Fully Functional Complete Systems, Including The Following Sole Source Procurements For The Following Special Systems: Fire Alarm: Components, Programming And Start Up Within The West Campus Is By Johnson Controls/simplex. Building Automation: Components, Programming And Start Up: Automated Logic Company Of Chicago. Proximity Card Reader And Door Lock Release Entry System: Components, Programming And Start Up: Enorman Patient Lift Systems And Components: Guldmann
ILOILO SCIENCE AND TECHNOLOGY UNIVERSITY DUMANGAS CAMPUS Tender
Others
Philippines
Closing Date30 May 2025
Tender AmountPHP 323.8 K (USD 5.8 K)
Details: Description Understanding Marketing Research/ Alminar-mutya C2024 1 Copy International Business And Trade/ Lopez-mariano C2023 1 Copy Entrepreneurial Behavior: Growth Mindset And Fixed Mindset/ Gomez & Pasahol C2024 2 Copies Advanced Production And Operations Management/ Abante & Julianes C2024 2 Copies Synergizing E-commerce, Social Media, And Dropshipping/ Garcia [et Al.] C2023 2 Copies Franchising/ Stevens C2024 2 Copies How Business Works: The Facts Visually Explained/ C2022 1 Copy Web Applications Using Php & Mysql/ Pahayahay C2024 2 Copies Introduction To Human Computer Interaction/ Revano Jr. & Laviña C2023 2 Copies Introduction To Discrete Mathematics For Computer Science, Information Technology, And Information Systems/ Sirug C2023 2 Copies Empowerment Technologies/ Abante [et Al.] C2024 1 Copy Computer Networking/ Qaiser C2024 1 Copy Facilities Planning And Management, 2nd Ed./ Camilar-serrano C2024 2 Copies Ergonomics Facilities Planning For The Hospitality Industry/ Buenaventura & Buenaventura-gutierrez C2023 2 Copies Food And Beverage And Labor Cost Control, 2nd Ed./ Velasquez C2024 2 Copies Philippine Regional Cuisine/ Melchor & Vizconde C2021 1 Copy International Cuisine/ Victoriano [et Al.] C2024 1 Copy Butchery And Fishmongery/ Vallle C2024 2 Copies Banquet And Catering Management/ Rosalda & Vizconde C2023 1 Copy Micro Perspective Of Tourism And Hospitality/ Yeung C2022 1 Copy Culinary Mathematics/ Santiago C2023 1 Copy Philippine Culture And Tourism Geography, 2nd Ed./ Yeung C2022 1 Copy Fundamentals In Food Service Operations/ Baliste C2023 1 Copy Fundamentals In Lodging Operations, 2nd Ed./ Arenas C2023 1 Copy Kitchen Essentials & Basic Food Preparation, 2nd Ed./ Velasquez C2024 1 Copy Bread And Pastry/ Aquino C2023 1 Copy Research In Tourism And Hospitality/ Mendoza C2022 1 Copy Culinary Nutrition: The Science And Art Of Healthy Cooking/ Natad C2023 2 Copies Practicum Manual For Tourism And Hospitality Management/ Taoing & Cabugon C2023 1 Copy Menu Design And Revenue Management/ Arenas C2023 1 Copy Revenue Management/ Jose C2024 1 Copy The Teaching Profession/ Fernando [et Al.] C2024 2 Copies Assessment Of Learning 1 / Mañas C2024 2 Copies Theoretical And Practical Textbook On Lesson Planning/ Sanchez C2024 1 Copy Interactive And Innovative Teaching Strategies: A Compendium/ Borabo & Borabo C2024 1 Copy A Course Module For Child Development/ Del Rosario & Albor C2021 1 Copy The Student-trainee's Guide To The Internship Program: An Outcome-based Education Approach/ Ampo [et Al.] C2022 1 Copy Practical Research 1: Qualitative Research/ Francisco & Francisco C2022 1 Copy Practical Research 2: Quantitative Research/ Francisco, Francisco & Jaime C2022 1 Copy Thesis And Dissertation Writing Made Easy/ Mendoza & Bolotaolo C2023 1 Copy Practical Research 1/ Balaoing C2022 1 Copy Field Study 1: Observations Of Teaching-learning In Actual School Environment, 2nd Ed./ Leus C2023 2 Copies Field Study 2: Participation And Teaching Assistantship, 2nd Ed./ Brawner & Caubic C2023 2 Copies Inclusive Education In Early Childhood Settings/ Boholano [et Al.] C2024 1 Copy Facilitating Student-centered Teaching And Learning/ Larioque & Jose C2024 2 Copies Automotive Service: Inspection, Maintenance, Repair/ Kumar Rev. Ed. 2023 1 Copy Introduction To Automotive/ Bellete [et Al.] C2021 1 Copy Theory And Training Of Automotive Technician/ Sharma Rev. Ed. 2023 1 Copy Handbook Of Plumbing / Nair Rev.ed. 2023 1 Copy The Architecture Book C2023 1 Copy Basics Of Semiconductors C2024 1 Copy Application Development And Emerging Technologies / Juaneza & Iligan 2023 2 Copies Introduction To Artificial Intelligence/ Pomperada & Castellano C2024 2 Copies Instrumentation And Control / Elsayed C2024 1 Copy Basic Knowledge Of Electrical Technology C2024 1 Copy Electric Motor Drives / Sharma 2023 1 Copy Path Fit 1: Movement Enhancement / Escueta C2024 2 Copies Path Fit 2: Fitness Exercises/ Escueta C2024 2 Copies Physical Activity Towards Health And Fitness (path-fit 2): Rhythmic Dance And Social Activities/ Punzalan & Habana Jr. C2023 2 Copies Physical Activity Towards Health And Fitness (path-fit Dance)/ Medina-bulatao [et Al.] C2022 1 Copy Physical Activity Towards Health And Fitness 3 (path-fit 3) : Menu Of Dance / Punzalan, Habana & Pineda C2023 1 Copy Physical Activity Towards Health And Fitness 4 (path-fit 4) : Menu Of Sports / Punzalan, Habana & Pineda C2024 2 Copies A Course Module For National Service Training Program I (nstp I)/ Ferrer [et Al.] C2023 2 Copies Ethics / Mondares C2024 2 Copies Unraveling The Absolute Moral Principle: Ethics For College Students/ Buenaflor [et Al.] C2024 1 Copy Technical Writing / Mananay & Sumalinog C2023 1 Copy Upscaling Oral Communication Skills In The 21st Century Global Space/ Gutierrez, Hermocilla & Valiente C2024 1 Copy Understanding The Self/ Vasquez C2024 1 Copy Understanding The Self/ : New Normal Edition/ Palean [et Al.] C2024 2 Copies The Contemporary World/ Mananay [et Al.] C2024 1 Copy Transcendence: Understanding Contemporary Global Dynamics, Issues, And Challenges/ Calilung & Coronacion C2024 2 Copies An Eye For Art Appreciation: Perception And Expression/ Sonsona [et Al.] C2024 1 Copy Mathematics In The Modern World: A Ched General Education Curriculum Compliant, Rev. Ed./ Sirug C2023 2 Copies Mathematics In The Modern World, 2nd Ed./ Reyes C2023 2 Copies Life And Works Of Jose Rizal/ Lomibao C2024 1 Copy A Course Module For Jose Rizal: Life And Works/ Ponferrada [et Al.] C2023 1 Copy The Life And Works Of Jose Rizal / Sanchez, Bacolod & Umpar C2024 2 Copies Readings In Philippine History/ Dela Vega C2024 2 Copies Science Technology And Society, 2nd Ed./ Calimlim C2023 2 Copies Science Technology And Society, 2nd Ed./ Aldea, Caronan & Candido C2022 1 Copy Multicultural Diversity In Workplace/ Yeung C2022 1 Copy Role Of Media In Promoting Gender Equality / Mcconnell C2024 1 Copy Art Appreciation-second Edition / Sanchez, Bacolod, Vidal C2023 2 Copies The Readings In Philippine History/ Martinez [et.al.] C2021 2 Copies The Readings In Philippine History/ Bacolod [et.al.] C2023 2 Copies Revisiting Readings In Philippine History/ Baes, Francisco C2023 2 Copies Purposive Communication Rev.ed./zoleta, Binay-an C2023 2 Copies Nstp 2 National Service Training Program: Citizen Empowerment Towards Community Building/ Punzalan, Santos C2023 2 Copies The Life And Works Of Rizal/ Balili [et.al.] C2023 2 Copies Gender And Society/ Martinez, Camposano C2022 2 Copies Gender And Society: Concepts, Fundamental Principles And Methodologies/ Bacolod [et.al.] C2024 2 Copies Women's Equalitytool For Social Change/ Livingston C2024 1 Copy Aspects Of Technical Development And Educational Technology/ Stewart C2024 1 Copy Children And Adolescent Literature/ Gonzales, Baclayon, Bustamante C2022 2 Copies Assessment Of Children's Development And Learning/ Navarro, Boholano, Jamon C2021 2 Copies Field Study 1: Observations Of Teaching-learning In Actual School Environment, Obe & Ppst Based/ Lucas [et.al.] C2020 1 Copy Field Study 2: Participation And Teaching Assistantship,obe & Ppst Based/ Lucas [et.al.] C2021 1 Copy Teaching Internship-obe & Ppst Based/ Borabo C2022 1 Copy Outcome Based Practical Guide To Thesis And Capstone Project Writing In Computing/ Laviña [et.al.] C2022 2 Copies Introduction To Computer Programming With Java / Pomperada C2022 1 Copy Essentials Of Information Technology / Roth C2024 1 Copy Computer Fundamentals / Revano C2023 2 Copies Advanced Management Information System (mis) For Ite, Business And Allied Programs / Abante [et.al.] C2023 2 Copies Information Assurance And Security 1&2 / Abante [et.al.] C2022 2 Copies Advanced Strategic Management / Abante, Briones, Magsino C2024 2 Copies Advanced Human Behavior Organization With Ethics/ Abante, Simbre, Pancho C2024 2 Copies Advanced Human Resource Management For Private And Government Institutions / Abante, Julianes C2024 2 Copies Microeconomics:theories And Applications-2nd Edition / Marcelo C2023 2 Copies Advanced Marketing Management / Abante, Julianes C2024 2 Copies Financial Analysis And Reporting / Bairan C2024 2 Copies Automotive Electricity & Electronics-classroom&shop Manual / Hollembeak C2024 1 Copy Posh & Proud Interior Design Deluxe / Uffelen C2017 1 Copy Fundamentals Of Accounting Volume 1-service And Merchandise / Arriola, Acaylar C2024 2 Copies Fundamentals Of Accounting Volume 2-partnership And Corporation / Arriola, Acaylar C2024 2 Copies Basic Financial Management In The Philippine Setting / Martin C2022 1 Copy Entrepreneurship 2022 Edition / Frias, Banastao C2022 2 Copies Negotiation-ninth Edition / Lewicki, Saunders, Barry C2024 1 Copy Entrepreneurial Mind / Paurom, Ybanez C2021 1 Copy Fundamentals Of Management / Martin C2022 2 Copies Financial Management / Acierto, Roque C2022 2 Copies Pricing Strategy / Acierto 2022 1 Copy International Business And Trade/ Matt Martin C2021 1 Copy Applied Business Tools And Technologies In Tourism And Hospitality-1st Edition / Rodolfa C2022 1 Copy Entrepreneurship In Tourism And Hospitality / Marcelo, Samson C2022 1 Copy Legal Aspects In Toursim & Hospitality:the Philippine Tourism Laws Simplified / Cagurangan C2022 2 Copies Electrical Wiring Residential Based On The 2023 National Electrical Code-21st Edition / Simmons, Vigstol, Mullin C2024 1 Copy Safety Management / Martin C2021 2 Copies Electrical Wiring Industrial Based On The 2023 National Electrical Code-18th Edition / Herman, Atkins C2024 1 Copy Intellectual Property:the Law Of Trademarks, Copyrights, Patents, And Trade Secrets-sixth Edition / Bouchoux C2024 1 Copy Fundamentals Of Carpentry Work / Manguilimotan [et.al.] C2021 2 Copies Simplified Ojt Materials (ojt) On Building Construction:for Fresh Engineers & Architects / Porte C2021 2 Copies Practical Methods On Construction Management / Porte C2022 1 Copy Artist's Drawing Techniques:discover How To Draw Landscapes,people,still Lives And More On Pencil, Charcoal, Ink And Pastel / Dk 2nd Edition C2023 1 Copy Commercial Baking With Entrepreneurship Leading To Bread And Pastry Production Nc Ii-revised Edition / Dinaga, Lirazan C2022 1 Copy Tourism And Hospitality Marketing / Buenaventura, Gutierez C2022 2 Copies Total Quality Management-second Edition / Serrano C2023 2 Copies Strategic Management / Marcelo C2020 1 Copy Risk Management As Applied To Safety, Security And Sanitation-second Edition / Somoray C2023 2 Copies Kitchen Essentials & Basic Food Preparation / Dinaga, Lirazan C2021 1 Copy Multicultural Diversity In Workplace For The Tourism Professional / Baluyot, Jimenez C2021 2 Copies Cost Control In Hospitality Industry / Fababaer, Dinaga, Retoria C2020 2 Copies Operations Management In Tourism And Hospitality / Buenaventura, Gutierez C2023 1 Copy Events Management-second Edition / De La Cruz, Labong C2024 2 Copies Events Management:introduction To Meetings, Incentives, Conferences, Exhibitions(mice), Festivals & Other Special Events-revised Edition / Rodolfa C2022 1 Copy Professional Development & Applied Ethics:communication Skills,career Development,professional Networking,resume, Interview Guide,ethical Behavior,business Ethics,social Responsibilities / Somoray C2021 1 Copy Professional Development: A Guide To Career Success / Magalona, Arlos, Cruz C2023 2 Copies Introduction To Culinary Arts / Lago, Pauig C2022 1 Copy Bread And Pastry Production Nc Ii (tourism Sector) / Cabreros, Dinglasan, Basilan C2021 1 Copy Industrial/organizational Psychology: An Applied Approach-9th Edition / Aamodt C2023 1 Copy
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
2061-2070 of 2113 archived Tenders