Chair Tenders
Chair Tenders
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Others
United States
Closing Date28 Jan 2025
Tender AmountRefer Documents
Details: Page 1 Of 6 page 3 Of 6 page 1 Of 6 this Request For Information (rfi) Sources Sought Is Issued Solely For Market Research And Planning Purposes Only And Does Not Constitute A Solicitation. rfi # 36c26225q0336 responses To This Sources Sought Must Be In Writing. The Purpose Of This Sources Sought Announcement Is For Market Research Only To Make Appropriate Acquisition Decisions And To Gain Knowledge Of Small Business Capability, Including Service- Disabled Veteran Owned Small Businesses And Veteran Owned Small Businesses (sdvosb/vosb) Interested And Capable Of Performing The Work. the Naics/psc For This Requirement Is: naics Code: 623220- Residential Mental Health And Substance Abuse Facilities psc: G004- Social- Social Rehabilitation, General Size Standard: $19.0m description Of Requirement: Provide Housing, And Supportive Services For Up To 64 Homeless Male Veterans In Support Of The Va Greater Los Angeles Healthcare System (vaglahcs).. interested And Capable Contractors Should Respond To This Notice Not Later Than Monday, February 10th, 2025 @ 4:00 Pm Pdt By Providing The Following Via Email Only To Jose Diaz, Contract Specialist, At Jose.diaz6@va.gov. company Name address point Of Contact phone, Fax, And Email Of Primary Point Of Contact duns Number type Of Small Business, If Applicable, (e.g. Services Disabled Veteran Owned Small business (sdvosb), Veteran-owned Small Business (vosb), 8(a), Hub-zone, Women Owned Small Business, Small Disadvantaged Business, Or Small Business). a Capability Statement That Addresses The Organization S Qualifications And Ability To Perform As A Contractor Specifically For The Work Described In Paragraph 5 Below. Respondents Are Also Encouraged To Provide Specific Examples (e.g. Contract Number, Point Of Contact Information) Of The Contractor S Experience Providing The Same Or Similar Supplies/services To That Described Herein. sdvosb/vosb Respondents. if Respondent Is Vosb Or Sdvosb, Respondent Is Encouraged To Provide Proof Of Www.vetbiz.gov Certification. In Addition, Sdvosb/vosb Contractors Are Asked To Acknowledge That They Understand The Limitations On Sub-contracting Pursuant To Far 52.219-14, Limitations On Sub-contracting, Which Will Be Included In The Impending Solicitation. Further Sdvosb/vosb Contractors Are Asked To Respond That They Are Capable Of Providing The Requested Services Keeping Within The Parameters Of This Clause. small Businesses, Including Sdvosb/vosbs Are Also Advised That Per 13 Cfr, § 125.6 The Prime Contractor's Limitations On Subcontracting Are As Follows: general. In Order To Be Awarded A Full Or Partial Small Business Set-aside Contract With A Value Greater Than $150,000, An 8(a) Draft Contract, An Sdvo Sbc Contract, A Hubzone Contract, A Wosb Or Edwosb Contract Pursuant To Part 127 Of This Chapter, A Small Business Concern Must Agree That: in The Case Of A Contract For Services (except Construction), It Will Not Pay More Than 50% Of The Amount Paid By The Government To It To Firms That Are Not Similarly Situated. Any Work That A Similarly Situated Subcontractor Further Subcontracts Will Count Towards The 50% Subcontract Amount That Cannot Be Exceeded. the Contractor Shall Provide The Services Stated Herein The Pws. please Note That If Va S Pending Market Research Establishes That Two Or More Vosb Or Sdvosb, Who Are Certified In Va S Vendor Information Pages (vip) Site Https://www.vip.vetbiz.gov/, Can Provide The Services, Va Will Set Aside The Underlying Solicitation Per 38 U.s.c. §8127. all Offerors Who Provide Goods Or Services To The United States Federal Government Must Be Registered In The System For Award Management (sam) Database Found At Https://www.sam.gov. registration Must Include Representations And Certifications. --end Of Sources Sought Announcement-- please See Pws Below And Provide An Updated Capability Statement If Interested. performance Based Statement Of Work
contract Emergency Residential Services Beds: Vaglahcs Abh; Tent A&b
1. Purpose. 1.1. The Department Of Veterans Affairs Has Been Providing Direct And Specialized Services For Homeless Veterans For Over 25 Years. The Secretary Of The Va Has Set A Zero-tolerance Policy For Homelessness Within The Veteran Population Since 2009. The Plan To End Homelessness Among Veterans Includes Planned Increases To The Capacity Of Existing Programs And An Increase In Services Offered To Veterans. New Models Of Care Not Previously Offered By The Veteran Health Administration Are Also Being Implemented. 1.2. The Department Of Veterans Affairs Medical Center- Greater Los Angeles (gla) Requires Contractors To Provide Transitional Housing Services As Part Of Its Community-based Health Care For Homeless Veterans (hchv) Program. The Hchv Program, An Essential And Critical Part Of Veterans Healthcare Administration Is Vital For Providing A Gateway To Gla And Community Supportive Services For Eligible Veterans Who Are Homeless. This Emergency Transitional Housing Program Is Designed To Address The Needs Of The Most Vulnerable And At-risk Homeless Veterans. it Targets And Prioritizes Veterans Experiencing Homelessness And Are Transitioning From Literal Street Homelessness, Being Discharged From Institutions, And/or Who Recently Became Homeless And Require Safe And Stable Living Arrangements While They Seek Permanent Housing. Hchv S Goal Is To Engage Homeless Veterans In Treatment And Place Them In A Safe, Sober And Secure, Emergency Transitional Housing That Supports Their Rehabilitation Goals. The Model Under The Hchv Contracted Residential Services (crs) Used For This Contract Shall Be: 1.2.1. Contract Emergency Residential Services (cers) Programs Target And Prioritize Homeless Veterans Transitioning From Literal Street Homelessness, Veterans Being Discharged From Psychiatric And Inpatient Hospitalizations And Veterans Who Recently Became Homeless And Require Safe And Stable Living Arrangements While They Seek Permanent Housing. Lengths Of Stay In Cers Typically Range From 30 To 90 Days With The Option To Extend Based On Clinical Need.
1.3. Contractors Shall Provide Housing, And Supportive Services To Up To 64 Homeless Male Veterans. This Emergency Transitional Housing Contract Shall Be Known As Abh And Is Located In The Spa 5 Catchment Area, Specifically On The Gla Campus.
contractor Shall Offer A Safe And Secure Environment That Supports Their Goals For Recovery From Homelessness. Awards May Be Based On Residential Capacity To Place Veterans In Safe Environmental Residency. Maximum Number Of Beds Funded Shall Not Exceed 22,630 Bed Days Of Care Per Year. The Contractor Shall Be Required To Provide An On-demand, Low- Barrier Therapeutic And Rehabilitative Milieu And Attendant Services Targeting The Underlying Factors Contributing To Homelessness. 2. General Contract Requirements.
2.1. Same Day Access: Veterans May Access Transitional Housing Programs Via Va Consults From The Hchv Liaison, Or Directly To The Program By Their Outreach Efforts And/or Through Referrals From The Community. The Program Shall Target Veterans Who Are Engaged In Care Through A Collaborative Partnership Among The Vaglahs, The Los Angeles Coordinated Entry System Service Providers, Los Angeles Homeless Services Authority, And Other Veteran-specific Programs That Target Homeless Veterans. 2.1.1. Contractor Shall Complete Intake And Same Day Admissions For Those Veterans Approved As Eligible For Placement By The Cor/hchv Liaison Or Their Designee Or Through Direct Referrals. The Contractor Shall Ensure Their Internal Admission Process And Procedures Allow For Same Day Placement Of Accepted Veterans Into An Available Bed. Admission Shall Occur Up To 9 Pm During Workdays (monday Friday, With The Exception Of Federal Holidays) And To 7 Pm On Weekends. 2.1.1.1. The Contractor Shall Offer Beds On The Same Day The Referral Is Made By The Designated Liaisons Or From Direct Referrals Or Eligible Referring Sources. 2.1.1.2. Hchv Crs Staff Shall Confirm Eligibility Prior To Referral Submission, During The Work Week And The Contract S Staff Shall Complete A Squares Review For All Direct Referrals. 2.1.1.3. The Contractor Must Place Veterans Into Available Beds On The Same Day Of The Approved Admission Whether Liaison Or Direct Referred, If Referrals Are Made Before 7pm, And Space Is Available. 2.3 Criteria & Eligibility: The Contractor Shall Provide Services To Veterans Who Are Va Healthcare Eligible And Experiencing Homelessness Or At Risk Of Becoming Homeless, I.e., Received An Eviction Or No Longer Able To Reside At Their Existing Housing Situation.
2.3.1 Be Determined To Be Homeless Based Upon The Mckinney-vento Homeless Assistance Act Definition By The Local Va Medical Center Hchv Program. See Reference Section.
2.3.2 Be Eligible For Va Healthcare As Determined By The Local Va Medical Center And And/by The Program Using Squares. 2.3.4 A Veteran Must Be Homeless And Eligible For Va Health Care In Order To Be Considered For Admission To Any Hchv Crs Program. Authorized Va Liaison Or Designee Shall Be Ultimately Responsible For Determining Veteran Eligibility And Approval For Placement Into A Hchv Crs Bed; Failure To Establish Va Approval For Admission By The Next Business Day May Result In A Denial Of Payment For Services Provided.
2.4 Referred Veterans: Veterans Are Referred To The Contractor By Vaglahs Staff, Other Community Agencies, The Contactor S Outreach Efforts Or Veteran Self-referrals. The Referrals Shall Be Based On The Veteran S Demonstrated Need For Case Management And Supportive Services To Stabilize Their Mental Health, Substance Abuse, Medical And/or Other Co-occurring Serious Psychosocial Issues Before Expediently Transitioning Into Secure And Permanent Housing. The Environment Of A Cers Program Considers Those Veterans Who Need A Jump Start To Get Back On Their Feet. The Environments Are Similar To Shelters, With The Added Benefit Of Programming And Case Management. Veterans Must Actively Participate In Their Discharge Planning And Be Willing To Seek Permanent Housing For Placement Consideration.
2.4.1 During The Work Week M-f 8-330. Both The Va Hchv Crs Liaison(s) And The Contractor Shall Receive Consults (va Referrals)/direct Referrals And Shall Complete The Admission Process For Same Day Admission If Veteran Meets The Listed Criteria And Eligibility Clauses And Their Admission Is Not Deemed Unsafe For Their Milieu. for After Hours (330pm To 9pm), During The Work Week M-f And Weekends, The Contractor Shall Continue To Complete Direct Or Community Referrals. Contractor Shall Be Responsible To Complete Healthcare Eligibility Checks For Placement. Contractors Shall Accept Veterans Referred Who Meet The Criteria And Eligibility Clause, And Their Admission Is Not Deemed Unsafe For Their Milieu. 2.4.3 Outreach: Contract Staff Shall Engage In Outreach Services, Including Street Outreach Efforts, And Assist Homeless Veterans In Seeking Housing Placement, Treatment And Supportive Services Which Is A Key Element Of This Contract.
3. Period Of Performance. The Period Of Performance For This Contract Shall Be For A Base Year Plus Four (4) Option Years. 4. Firm Fixed Price Indefinite Delivery/indefinite Quality (idiq).
5. Place Of Performance. The Contractors Location Is Crucial To Ensure That Veterans Can Attend Appointments Scheduled In Various Vaglahs Clinics Or To Local Community Providers And Return To Transitional Housing With Minimal Barriers. space Allotted For Sleeping, Eating, Case Management, And Clinical Services Shall Be Located Within The Spa 5 Catchment Area, Specifically On The Wla Campus Located At 11303 Pershing Ave. Bldg 338 Tents A & B Los Angeles, Ca 90025. Tent A Shall Have 32 Sleeping Quarters. Tent B Shall Have 32 Sleeping Quarters. regardless Of Location, The Contractor Shall Be Required To Attend Frequent In Person Or Virtual Meetings With The Wla Va Located At 11301 Wilshire Blvd., Los Angeles, Ca 90073
6. Government Furnished Property. within Tent B Only, Government Furnished Property Shall Consist Of 64-single Cubicles/bunkers With Individual Lockers And Desk Tables Only; 32 Per Tent. The Contractor Shall Return All Government Property As Received Or Replace If/when Damaged. la City Has Provided The Sprung Structures, Aka Tents And Hygiene Trailers, This Program Shall Be Housed In. The Government Will Also Provide Dumpsters And Utilities Including Water, Electricity, And Sewage. The Va Or The City Will Be Responsible For All Plumbing Needs. the Contract Shall Also Have Access To Two Administration Trailers Provided By The Government. The Government Has Provided 9-desks And Chairs. The Contractor Shall Return All Government Property As Received Or Replace If/when Damaged. all Other Equipment And Furnishings Not Mentioned But Required To Fully Execute The Contract Shall Be Provided By The Contractor. 7. Inspection Of Facility And Contractor: Prior To The Award Of A Contract And Annually During The Contract Term, A Multidisciplinary Gla Team Consisting Of A Clinical Social Work Team, Dietitian, A Representative Of The Gla Police, A Facilities Management Safety Officer, Nursing And/or Other Subject Matter Experts As Determined Necessary By The Medical Center Director Or Hchv Coordinator, Shall Conduct An Inspection Of The Contractor S Facilities To Evaluate The Veteran S Food, Shelter, Safety, Medication Procedures And Therapeutic Services To Assure The Facility Provides Quality Care In A Safe And Sober Environment. Inspections May Also Be Carried Out At Such Other Times As Deemed Necessary By The Department Of Veterans Affairs.
implementation Of Timeline:
the Contract Facility And Associated Onsite Services Must Pass An Initial Inspection Completed By Va Staff And Become Fully Operational Within 60 Days But Not To Exceed 90 Days From The Date Of Contract Award. 7. Services To Be Provided
7.1. Residential Services: The Contractor Shall Provide Housing And Supportive Services To Male Veterans Under This Contract Which Is Required To Ensure The Safety And Privacy Of These Veterans. The Contractor Shall Be Responsible For Identifying Sufficient Residential Capacity To Safely Support The Placement Of Single Male Veterans.
7.2 Reasonable Accommodation: Contractor Must Respect And Reasonably Accommodate Personal And Cultural Differences Associated With Race, Religious Creed, Color, National Origin, Ancestry, Language, Disability (physical Or Mental Health), Medical Condition, Marital Status, Familial Status, Age, Gender, Sexual Preference, Source Of Income, Or Political Affiliation. At No Point Shall Program Access Be Denied Because Of An Individual S Disability. Information Learned About The Client S Disability From The Assessment Shall Not Be Used As Grounds For Discharge Or Other Punishment And Shall Be Used To Guide Client To Appropriate Services. Moreover, A Contractor May Not Apply Different Rules To Individuals Because Of Their Disabilities, Unless The Different Rules Are A Result Of Granting A Reasonable Accommodation Request Made By An Individual With A Disability. The Contractor Shall Not Ask Questions About A Client S Disability, Including The Nature And Severity Of The Disability Or The Treatment, Symptoms, And Medications Related To The Disability. A Veteran Is Not Obligated To Reveal That S/he Has A Disability Prior To Admission. Veterans With Disabilities Are Entitled To Reasonable Accommodations. Such An Accommodation Request Must Be Considered During Any Stage In The Provision Of A Program, Including At Intake, During Services, And During Discharge Proceedings. When A Reasonable Accommodation Request Is Made, The Contractor Supervisor May Request Verification Of The Individual S Disability.
7.3. Subsistence:
the Contractor Shall Provide All Food And Beverages For Veterans Residing At The Facility Including Three (3) Meals Per Day And Snacks. The Contractor Shall Maintain A Clean And Comfortable Environment Of Care. 7.4 Access To Laundry Facilities And Supplies Free Of Charge And Adequate For Residents To Do Their Own Laundry Or To Have Laundry Done At Minimum One Time Per Week. If Providing On-site Shared Laundry: A Laundry Facility Shall Include At Least 1 Washer And 1 Dryer For Every 10 Veterans Provided On-site. Laundry Service To Include Water, Electricity, Etc., Shall Be Provided At No Cost To Authorized Veterans. 7.4 The Contractor Shall Provide Health And Personal Hygiene Supplies For Veterans Throughout Their Stay (i.e., Dental Products, Hair Products, Soap And Shave Products, Deodorant Products, Minor First Aid Products). Task 2: Therapeutic And Rehabilitative Services: 8. Therapeutic And Rehabilitative Services: Each Veteran Shall Have An Individualized Service Plan (isp) Emphasizing Goals Established By The Veteran With Input From The Contractor And Gla Liaison (or Designee). Therapeutic And Rehabilitative Services Shall Be Stated In The Plan Of Care. Services Which The Contractor Must Be Able To Furnish Or Provide The Following: 8.1 Group Activities: Contractor Shall Be Responsible For Planning And Coordinating All Activities Associated With Providing Safe And Appropriate Residential Care. This Includes, But Is Not Limited To, The Elements Described In The Upcoming Paragraph And Any Associated Expenses Shall Be The Contractor S Responsibility. Groups Shall Be Provided Regardless Of Veterans Participation. 8.1 Gla Coordination: Collaboration And Coordination With Gla Program Staff, As Needed, Shall Include Coordination Of Supportive Psychosocial Services And Housing. In Particular, Coordinated Efforts Must Be Made With The Gla Liaison Around Medical, Mental Health, Admission And Discharge Needs.
8.2 Case Management: This Shall Include Structured Individual Case Management, At Minimum, Weekly Including Counseling On Self-care Skills, Adaptive Coping Skills, Financial Planning, Permanent Housing Search, Written Care Plan, Referral For Financial Benefits. Additional Counseling May Include Professional And Vocational Rehabilitation Counseling In Collaboration With Gla Programs And Community Resources. discharge Planning Shall Begin At Time Of Admission And Reviewed At Least Monthly. 9. Contractor Staff Conduct/complaints Handling: Contractor Personnel Shall Be Expected To Treat Referred Veterans With Dignity And Respect And Abides By Standards Of Conduct Mirroring Those Prescribed By Current Federal Personnel Regulations. The Contractor Shall Comply With The Gla Patient's Bill Of Rights As Set Forth In 38 Cfr 17.34a (copy Available Upon Request). 9.1 The Gla Reserves The Right To Exclude Contractor Staff Members From Providing Services To Veterans Under This Contract Based On Breaches Of Conduct, Including Conduct That Jeopardizes Patient Care Or Interferes With The Regular And Ordinary Operation Of The Facility. Breaches Of Conduct Include Intoxication Or Debilitation Resulting From Drug Use, Theft, Patient Abuse, Dereliction Or Negligence In Performing Directed Tasks, Or Other Conduct Resulting In Formal Complaints By Veterans Or Other Staff Members To Designated Government Representatives. The Contractor And Contracting Officer S Representative Shall Deal With Issues Raised Concerning Contractor Personnel Conduct. The Contracting Officer Shall Be The Final Arbiter On Questions Of Acceptability And In Validating Complaints.
9.2 The Government Has The Right To Require Replacement Of Any Contractor Or Subcontractor Staff If The Employee Is Determined Not To Possess The Experience Or Ability Required Under The Contract, Or If Said Employee Is For Any Other Reason Found To Be Unsuitable To Perform The Work Required By The Contract. The Determination To Require Replacement Of A Staff Member Shall Be Made By The Contracting Officer, At The Contracting Officer S Sole Discretion, And Such Determination Shall Be Final. The Replacement Staff Must Meet The Same Requirements For The Position As Outlined In This Contract. Any Substitution Of Personnel Shall Occur Without Any Increase To The Contract Price And Without Delay In The Performance Or Delivery Of Services To The Government. 9.3 Emergency Procedures: Contractor Shall Train All Staff On Emergency Procedures And Have Written Protocols That Are Posted To Guide Staff Response To Crises Including, But Not Limited To, Physical Injury, Resident Suicide Attempts, Overdoses, And Domestic Or Other Violence. Contractors Shall Have At Least One Designated Paid Staff Available At All Times Who Has Had Training And Orientation On Emergency Procedures. Contractor Shall Promptly And Appropriately Respond To The Medical/psychiatric Problems Of Clients And Staff. There Shall Be First Aid Equipment And Supplies For Medical Emergencies Available At All Times. These Supplies Must Be Checked Regularly To Ensure They Are Up To Date And Their Location In The Facility Must Be Clearly Marked. Contractor Shall Have All Emergency Contact Numbers Posted.
9.3.1 Universal Precaution Practices Are Used By Contractor To Prevent Transmission Of Diseases And Are Implemented Under The Presumption That Blood And Body Fluids From Any Source Are To Be Considered Potentially Infectious. Supplies Necessary For Maintaining Universal Precautions, Such As Sharps Containers, Must Be Available. 10 Insurance Requirements. The Contractor Shall Comply With Federal And State Workers Compensation And Liability Insurance. Reference Far Clause 52.228-5 Insurance And Subpart 28.307-2 Liability. Contractor Shall Also Hold Vehicle Insurance That Meets State Of California Insurance Requirements For Transportation Assets Used In Support Of This Contract.
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Others
United States
Closing Date13 Jan 2025
Tender AmountRefer Documents
Details: This Pre-solicitation Notice Is Not A Request For Proposal. All
information Needed To Submit Sf330 Documents Are Contained
herein. No Additional Solicitation Package Or Technical
information Will Be Issued. project: 544-25-125 Replace Dental Vacuum System work Location: Wm. Jennings Bryan Dorn Va Medical Center, Columbia, Sc 29209 estimated/target Completion Period: 145 Calendar Days After Award. construction Magnitude: Between $100,000 And $250,000. naics: 541330 - Engineering Services small Business Standard: $25.5 Million set-aside: 100% Service-disabled Veteran-owned Small Business (sdvosb) site Visits Will Not Be Arranged During This Phase. the Anticipated Award Date Of The Proposed A-e Contract Is On Or Before September
30, 2025. sf 330 Date Of Receipt/due Date: Interested Firms Having The Capabilities To Perform This Work Must Submit One (1) Electronic Sf 330 And Attachments (if Any) No Later Than
(nlt) 12:00 Pm (est) January 13, 2025. ***attention*** Acknowledgement E-mails Will Be Sent From The Co Upon Receipt Of A Submission. If An Acknowledgement Is Not Returned, The Firm Should Contact The Co At Christopher.jenkins@va.gov And 478-595-2794. project Overview:
the Columbia Va Health Care System Requires A Designed Solution To Repair Or Replace The Dental Vacuum System To Include All Piping, Pumps, Vacuums, Filters, Separators, Valving, Motors, Starters, Controllers, And All Other Necessary Components To Provide A Completely New System. The Current System Is Not Functioning Properly And Believed To Be Caused By The Current Configuration, Component Locations, And Length Of Installed Vacuum Piping. the End Result Of The Contract Is A Complete Set Of Construction Documents To Repair Or Replace The Existing Dental Vacuum System That Are Prepared For Solicitation For Construction. sdvosb Set-aside: this Requirement Is A 100% Set-aside For Service-disabled Veteran-owned Small Businesses Under The Authority Of 38 U.s.c. 8127(d). To Be Eligible For Award The Sdvosb You Must Be Considered Small Under The Relevant Naics Code. Sdvosb Contractors Must Be Verified And Viewable In Sba Vetcert: Https://veterans.certify.sba.gov/ Prior To Submission Of Proposal And Prior To Award Of Contract With Vaar 804.1103-70. Status As A Qualified Sdvosb Concern Is Under The Authority Of 38 Cfr Part 74 In Accordance With The Va Acquisition Regulation (vaar) Part 819. Any Person, Persons, Or Business Entity Suspected Of Misrepresenting Itself For The Purpose Of Securing A Government Contract May Be Criminally Investigated And Prosecuted For Fraud Against The United States Of America. Parties Found Misrepresenting Their Status Also Risk Debarment From Further Government Contracts. Eligibility Determination Is Performed By The Center For Veterans Enterprise (cve). Eligible Sdvosb Concerns Must Also Be Registered At The Following Websites: system For Award Management (sam): Https://www.sam.gov vets-4212 Federal Contractor Reporting Https://www.dol.gov/agencies/vets/programs/vets4212 important Notice: Prior To Submitting A Proposal Under This Sdvosb Set- Aside Solicitation; Offerors Must Apply For And Receive Verification From The Department Of Veteran Affairs Center For Veterans Enterprise (cve) In Accordance With 38 Cfr Part 74 And Vaar 819.70 By Submission Of Documentation Of Veteran Status, Ownership And Control Sufficient To Establish Appropriate Status. All Offerors Are Urged To Contact The Cve And Submit The Aforementioned Required Documents To Obtain Cve Verification Of Their Sdvosb Status If They Have Not Already Done So. for A Service-disabled Veteran Owned Small Business (sdvosb) To Be Considered As A Prospective Contractor, The Firm, Including Joint Ventures, Must Be Verified And Registered In The Department Of Veteran Affairs (va) Office Of Small & Disadvantaged Business Utilization (osdbu) Sba Vetcert: Https://veterans.certify.sba.gov/ And Registered In The System For Award Management (sam) Database (www.sam.gov) At Time Of Submission Of Their Qualifications. Failure Of A Prospective Sdvosb To Be Verified By The Center For Veterans Enterprise (cve) At The Time The Sf 330 Is Submitted Shall Result In Elimination From Consideration. All Joint Ventures Must Be Cve Verified At Time Of Submission And Submit Agreements That Comply With 13cfr 125.15 Prior To
contract Award. in Order To Assure Compliance With Far Clauses, 52.219-14 Limitations On
subcontracting (deviation 2019-01) And Vaar 852.219-10, Va Notice Of Total
service-disabled Veteran-owned Small Business Set-aside (jul 2019)
(deviation), All Firms Submitting A Sf 330 For This Pre-solicitation Notice Are
required To Indicate What Percentage Of The Cost Of Contract Performance Will Be Expended On The Concerns Employees And In Which Discipline(s) And Percentage Of Cost Of Contract Performance To Be Expended (and In What Disciplines) By Any Other Consultant/subcontractor Or Otherwise Used Small Or Large Business Entity(s). Any Consultant/subcontractor Or Otherwise Business Entity(s) Used Must Be Identified By Name, Office Location And Size/type Of Business (i.e. Sdvosb, Vosb, 8(a), Small, Large, Etc.). Failure To Provide This Information Will Deem The Firm S Sf 330 Submittal As Nonresponsive And Preclude Further Evaluation. far Part 36.6 (brooks Act) Selection Procedures Apply. The A-e Services Listed Herein Is Being Procured In Accordance With The Brooks Act (public Law 92-582) As Implemented In Far 36.6 And Vaar 836.6. Pursuant To Far, The Firm Responding To This Requirement Must Be Permitted, By Law, To Practice The Professions Of Architecture Or Engineering And Meet All Required Qualifications For The State Of Georgia. sf330s Shall Be Organized In The Following Order: cover Sheet (one-page Limit)
design Team Background With Locations Of Supporting Offices (one-page Limit)
design Team Organizational Structure With Key Discipline Roles (one-page Limit)
factor 1 Specialized Experience (one Page Per Project Limit) factor 2 - Professional Qualifications (one Page Per Resume Limit)
factor 3 Past Performance Summary Sheet (one-page Limit)
factor 4 - Capacity (one-page Limit)
factor 5 Knowledge Or Location (one-page Limit)
factor 6 Sdvosb Inclusion Statement (one-page Limit)
full Cpars/ppqs Documentation For Factor 1 Projects (20-page Limit) additional Information (10-page Limit) sf330s Received Out Of Sequence Will Be Viewed Negatively. sf330 Specific Requirements:
all Sf330 Pages Shall Be Pdf Searchable For Items 1 Through 11 And Item 13. Full Cpars And Ppqs May Be Scanned. start Each Factor Response On A New Page.
use No Less Than 11-point Font.
all Text And Images Containing Text Is Legible When Printed On 8.5 X 11 Paper. The Evaluation Board Will Not Seek Clarification Regarding Illegible Text. primary Selection Criteria (listed In Descending Order Of Importance): factor 1
specialized Experience (sections F, G And H): Specialized Experience And Technical Competence In The Design And Construction Period Services Will Be Required To Perform Throughout The Life Of The Contract. Projects Experience Pertains To The Types, Size, Recency, Cost, And Complexity Of Work Previously Or Currently Being Performed By The Offeror That Is Comparable To The Work Covered By This Solicitation. page Limit One Page Per Project. Five-page Total For Factor 1. Information Provided On Additional Pages Beyond The One Page Per Project Limit Or Beyond The Five-page Total Limit Will Not Be Included With The Review. relevant Project Experience: Submit Five (3) Projects That Meet All Criteria Shown Below. relevant Project Type Design-bid-build Projects Involving Site Investigation, Schematic Design, Design Development, And Construction Documents. Dental Vacuum System Replacements, Renovations Of Dental Clinics That Include New Dental Vacuum Systems, And New Building Construction That Include New Dental Vacuum Systems Are Acceptable Project Types. Masterplan And Rfp Development For Design-build Contracts Will Not Be Viewed As Relevant. relevant Project Size Systems Service Five Dental Chairs Or More. relevant Project Recency Project Construction Must Be Complete Or Substantially Complete Within The Past Five Years Of The Solicitation Due Date. Substantially Complete Is Defined As 80% Or Greater Of The Construction Project Is Complete At The Time Of The Solicitation Due Date. relevant Project Cost - Construction Project Cost Must Be Greater Than $75,000
relevant Project Complexity The Project Narrative Description Must Indicate Experience With All The Following Criteria:
designing Main Vacuum Systems That Include Amalgam Separators For Dental Service Lines. designing Infection Control Risk Mitigation Plans
designing New Pump/vacuum Drive And Controller System the Relevant Project Criteria Listed Above Is The Minimal Information Required For Acceptable Project Relevance. Additional Value Will Be Considered For Projects Which Convey Expertise With The Following Categories And Will Potentially Increase The Overall Rating For This Factor. Projects That Do Not Convey Additional Value Expertise Will Not Be Considered A Weakness. Additional Value Expertise Includes: experience With The Submitting Firm Serving As The Prime Contractor Leading A Multi-discipline Team Through Investigative, Design, Solicitation, And Construction Period Services. These Services Must Be Documented For Each Project Narrative. designing Hazardous Material Abatement Plans experience With Recent Projects Intended To Support Service Line Dental Service Lines.
va Projects Showing Documented Experience With Implementing Va Design Guides And Standards From The Technical Information Library. experience With Recent Projects Located In The Columbia, Sc, South Carolina Midlands Area, Or Adjacent Counties. experience With Recent Projects That Include Implementing Va Cad And Bim Standards.
submissions Shall Include No More And No Less Than Three (3) Type Projects Of Recent And Relevant Government And Private Experience Projects Similar In Type, Size, Recency, And Complexity, Cost, And Experience With The Type Of Projects/competence Above.
section G Will Used To Evaluate The Prior Experience Of The Prime Firm And Any Key Subcontractors Working Together As A Cohesive Unit On The Provided Relevant Projects. An Acceptable Rating Will Be Given If All Key Disciplines Are Shown, And Each Discipline Participated With At Least One Project Listed On Section G. Proposed Design Team Members That Do Not Have Experience With Any Of The Five Submitted Example Projects As Shown In Section G Will Be Viewed Negatively. factor 2
professional Qualifications (sections C Through E) Necessary For Satisfactory Performance Of Required Service. The Ae Shall Demonstrate They Are Able To Sign And Stamp Each Drawing By Individuals Licensed In Any State In The United States For The Key Positions Listed Below. The Design Firm And A-e Staff Representing The Project Must Be Licensed To Practice In Any State Of The United States Of America. Provide Professional License Numbers And/or Proof Of Licensure. The Evaluation Shall Consider The Specific Experience (minimum Of Five Years) And Qualifications (i.e., Education, Training, Registration, Certifications, Overall Relevant Experience, And Longevity With The Firm As Full-time Employees) Of Personnel Proposed For Assignment To The Project, And Their Record Of Working Together As A Team When Evaluating Professional Qualifications. The Lead Designer In Each Discipline Must Be Registered To Sign Drawings In Each Discipline Must But Does Not Have To Be Registered In The State Where The Project Is Located. The Licensed Professional Must Hold Current Licensure For Said Discipline To Practice In Any State Of The United States Of America. Engineer-in -training (eit) Is Not Considered A Professional Licensure. page Limit One Page Limit Per Position Resume 8 Pages Total For Factor 2. Information Provided On Additional Pages Beyond The 8-page Limit Will Not Be Included With The Review. resume Requirements - A Resume For Each Of These Key Positions Must Be Provided Identifying Their Specific Role, Via Section E In The Sf330. Key Positions And Disciplines Required For This Project Include, But Are Not Limited To, The Lists Of Professionals With Required Licensure And Preferred Licensure Below. An Unacceptable Rating May Be Given If Resumes Are Not Provided For All Roles Listed. positions Requiring Professional Licensure. Not Providing The Professional Licensure Will Be Viewed Negatively And Will Not Be Compliant With The Solicitation. architect mechanical Engineer
electrical Engineer
fire Protection Engineer
plumbing Engineer key Positions With Preferred Qualifications. Design Team Professionals That Have Obtained The Indicated Preferred Licensure May Be Viewed More Favorably. Not Providing The Professional Licensure Will Not Be Viewed Negatively And Will Not Reduce The Overall Rating For This Factor. Higher Value Will Be Given For Professionals With The Preferred Professional Licensure. quality Control Manager - Either Cqm, Cqe, Lean Six Sigma Black Belt, Or Experience With Minimum Five Projects Were Served As Qc Manager.
project Manager - Project Management Professional (pmp) Certification Or More Than 10 Years Experience With Managing A/e Design Projects. construction Cost Estimator - Aspe Certified Professional Estimator (cpe) Certification multi-function Roles Are Allowable For The Following Positions And May Be Shown As Multi-role Positions On The Resumes:
mechanical And Plumbing Engineering. architect, Seps Manager, Bim Manager, Interior Designer
electrical Engineer And Rcdd
project Manager And Quality Control Manager include The Home Office Location For Each Key Discipline Identified On Each Respective Resume In Section E Block 15. the Criteria Listed Above Is The Minimal Information Required For Acceptable Professional Qualifications. Additional Value Will Be Considered For Each Key Position And Will Potentially Increase The Overall Rating For This Factor And Shall Not Exceed The Prescribed Page Limit.
key Personnel Having Greater Than 10 Years Experience In The Practicing Field.
key Personnel With Greater Than Five Years Employment With The Proposed Design Team Firm.
va Design And Construction Experience Within The Past Five Years. any Other Information The Design Team Wishes To Include For This Factor So Long As The Page Limit Is Not Exceeded. factor 3
past Performance (section H): Past Performance Will Be Evaluated On Contracts With Government Agencies And Private Industry In Terms Of Cost Control, Quality Of Work, And Compliance With Performance Schedules Along With The Firm S History Of Design Error, Omission, And/or Deficiency Claims. past Performance Will Be Evaluated For All Projects Provided In Section F. The Contractor Performance Assessment Rating System (cpars) Database Will Be Reviewed To Evaluate The Projects That Have A Va Cpars Entry. Va Cpars Are Not Required To Be Submitted With The Sf330 Submission. However, If The Va Cpars Is Not Included With The Sf330 Submission, Then The Contract Number For The Project Must Be Submitted For Each Project Provided In Section F So Cpars Can Be Reviewed In The Database. Please Note We Are Unable To Review Any Cpars From Other Federal Agencies, Outside Of The Va. for Any Project That Does Not Have Va Cpars Data Available, A Past Performance Questionnaire (ppq) Is Required To Be Submitted With The Sf330. If The Firm (prime Or Subcontractor) Was Not The Prime Contractor On Any Project Submit-ted In The Sf330 A Ppq Must Be Provided Listing Their Specific Role As A Subcontractor. The Ppq Should Be Rated And Signed By The Evaluator. In The Event That A Firm Does Not Receive A Requested Complete Ppq From An Evaluator Prior To The Time For Submission, The Firm Shall Submit The Partially Completed Ppq With Section 1 And The Evaluator Information In Section 2 Completed. Ensure A Poc Is Listed With The Project Title/contract Number. The Va Will Make Reasonable Attempts To Contact The Poc Upon Submission For Ppq Completion. the Government May Also Consider Additional Performance Related Information Regarding The Firm, To Include Customer Inquiries, Government Databases, Publicly Available Sources, And Additional Projects In Cpars. The Government Reserves The Right To Contact Any Poc Listed On A Cpars Report Or Ppq. If Appropriate, The Record Of Significant Claims Against The Firm Because Of Improper Or Incomplete Architectural And Engineering Services May Be Evaluated. failure To Provide Requested Data, Accessible Points Of Contact, Or Valid Phone Numbers Will Result In A Firm Being Considered Less Qualified. The Information For This Factor Shall Be Provided In Section H Of The Sf 330. for Ppqs, Please Utilize The Attached Ppq Document. Completed Ppqs Should Be Incorporated Into The Sf 330 Directly. Ppqs Should Not Be Submitted To The Vha Pcac Directly. Any Cpars And Ppqs Will Not Be Counted Towards The Page Limitations For This Submission. However, Any Narratives Provided For Past Performance In Section H Will Be Counted Toward The Page Limit. page Limit Provide No More Than One Page Total For This Factor For The Summary Page. Full Cpars/ppq Documentation Shall Be Included On Additional Pages With The Sf330 And Will Not Count Towards The Total Page Count. provide A Summary Page That Provides The Factor S Required Information. For Each Of The Five Projects, Provide The Following Information. project Information (each Project For Specialized Experience)
past Performance Record Type (ppq Or Cpars)
contract Number
point Of Contact (name, Phone, Email, Job Title, Poc Role)
ae Firm Role With Project (prime Or Subcontractor)
category Ratings provide Complete Cpars (or Ppqs If Cpars Is Not Available) For All Sample Projects After The Sf330 Factor 8 Section. the Criteria Listed Above Is The Minimal Information Required For Acceptable Factor Compliance. Additional Value Will Be Considered For Each Additional Item Below And May Potentially Increase The Overall Rating For This Factor. Locate This Documentation After The Complete Cpars/ppq Documents. Additional Value Documentation Shall Not Exceed Five Pages.
letters Of Appreciation Or Accolades From Previous Projects
industry Recognition Or Design Awards
any Other Information The Design Team Wishes To Include For This Factor So Long As The Five-page Limit Is Not Exceeded. factor 4
capacity (section H): The Evaluation Will Consider The Firm S Ability To Meet The Schedule Of The Overall Project, As Well As The Available Capacity Of Key Disciplines To Perform The Work In The Required Time. Provide The Available Capacity Of Key Disciplines By Providing Current Project Workload, Inclusive Of All Projects Awarded By The Va, Any Federal Agency, And Private Sector During The Previous Twelve (12) Months And The Full Potential Value Of Projects Forecasted Within The Next Twenty-four (24) Months Any Current Indefinite Delivery Contracts That The Firm Has. Include The Full Potential Value Of Any Current Indefinite Delivery Contracts. Offeror Shall Clearly State Their Available Capacity Presenting Workload Percentages For The Key Disciplines And/or Team Members, Including Sub-consultants. Also, The Offeror Must Provide The Completion Percentages And Expected Completion Date For All The Va Projects Current And Forecasted. Awarded In The Previous 12 Months. Please Ensure The Capacity Applies Toward The Team/personnel Provided In The Sf330. The Information For This Factor Shall Be Provided In Section H Of The Sf330. page Limit Provide No More Than Two Pages Total For This Factor. Information Provided On Additional Pages Beyond The One-page Limit Will Not Be Included With The Review. include A Table That Conveys Each Key Discipline, Quantity Of Current Design Project Workload, Quantity Of Current Construction Period Service Workload, Estimated Future Design Load, Estimated Future Construction Workload, Quantity Of Current Idiq Contracts, Total Idiq Contract Capacity, Total Remaining Idiq Capacity, And Percent The Key Discipline Is Available. For Example: key Discipline
total # Of Current Design Project Workload
# Of Current Construction Project Workload
estimated # Of Future Design Project Workload
estimated # Of Future Construction Project Workload
quantity Of Current Idiq Contracts Involved With
total Idiq Capacity All Contracts
(millions)
total Idiq Remaining Capacity
(millions)
percent Available
capacity
architect
6
7
6
7
4
$1m
$2m
45%
mechanical Engineer
4
8
3
8
2
$1m
$1
10%
add Disciplines As Required the Criteria Listed Above Is The Minimal Information Required For Acceptable Factor Compliance. Additional Value Will Be Considered For Each Additional Item Below And May Potentially Increase The Overall Rating For This Factor. Do Not Include Additional Pages In The Additional Information Section.
providing A Narrative Conveying The Design Team S Approach On How New Work Will Merge With The Current Workload. provide A Narrative Describing The Process Regarding Replacement Of Key Disciplines Should One Decide To Leave The Design Team. convey How The Design Team Can Maintain Schedule If A Key Discipline Member Is No Longer Available?
any Other Information The Design Team Wishes To Include For This Factor So Long As The Page Limit Is Not Exceeded. factor 5
knowledge Of Locality (section H). Knowledge Of The Locality, To Include Specific Knowledge Of Certain Local Conditions Or Project Site Features, Such As Geological Features, Climatic Conditions, Working With And Local Construction Methods Or Local Laws And Regulations. The Information For This Factor Shall Be Provided In Section H Of The Sf 330. note That The Intent Of This Factor Is To Showcase A Firm S Understanding Of The Site And Locality, And Not Where The Firm Is Located, How Far Away The Firm/branch Office Is From The Site, And How They Would Travel To The Site. page Limit Page Limit Provide No More Than One Page Total For This Factor. Information Provided On Additional Pages Beyond The One-page Limit Will Not Be Included With The Review. provide An Individual Narrative Conveying Knowledge Of The Locality For Each Of The Following Categories:
local Conditions Or Project Site Features
climatic Conditions
geologic Features
working With And Local Construction Methods
working With Local Laws And Regulations the Criteria Listed Above Is The Minimal Information Required For Acceptable Factor Compliance. Additional Value Will Be Considered For Each Additional Item Below And May Potentially Increase The Overall Rating For This Factor So Long As The Page Limit Is Not Exceeded. Do Not Include Additional Pages In The Additional Information Section. experience With Seismic Designs Applicable To The Columbia, Sc Area. any Other Information The Design Team Wishes To Include For This Factor So Long As The Page Limit Is Not Exceeded. factor 6
use Of Service- Disabled Veteran-owned Small Businesses, Veteran-owned Small Businesses, And Other Types Of Small Businesses As Subcontractors. Offerors Shall Be Evaluated Based On Their Utilization Plans For Service- Disabled Veteran- Owned Small Businesses (sdvosbs), Veteran-owned Small Businesses (vosbs), Or Other Types Of Small Businesses. Offerors Shall Submit Qualifications For Proposed Consultants Per Other Criteria In This Solicitation. page Limit Page Limit Provide No More Than One Page Total For This Factor. Information Provided On Additional Pages Beyond The One-page Limit Will Not Be Included With The Review.
provide A Listing Of All Consulting Firms And Business Government Certification(s). Indicate The Anticipated Percentage Of Work The Consulting Firm Will Perform.
the Criteria Listed Above Is The Minimal Information Required For Acceptable Factor Compliance. The Higher Percentage Of Certified Sdvosb Firms Included With The Design Team May Provide Additional Value And Potentially Increase The Overall Rating For This Factor So Long As The Page Limit Is Not Exceeded. Do Not Include Additional Pages In The Additional Information Section.
Department Of Health Treatment And Rehabilitation Center Tender
Machinery and Tools
Philippines
Closing Date21 Feb 2025
Tender AmountPHP 755.4 K (USD 13 K)
Details: Description Bids And Awards Committee Request For Quotation Reference No.: 2025-02-046 Date: February 17, 2025 Procurement Title: Procurement Of Commonly Used Supplies Materials (1st Quarter) Pr Reference No: 2025-02-093/089 & 2025-01-046/043approved Budget Of The Contract (abc): Php 755,408.61 Name Of Supplier: _________________________________________ Contact No: _______________________ Contact Email Adress.: _______________________ Address: ________________________________________ Delivery Term: Based On The Submitted Annex A Delivery Place: Batangas Iii Liyang Pilar,bataan Please Quote Your Best Offer For The Following Items Described Herein Subject To Terms And Conditions And/or Technical Specifications And Within The Approved Budget For The Contract. Submit Your Quotation Duly Signed By Your Representative Through Registered Or Electronic Mail At The Above Address Not Later Than February 21, 2025 10:00am Subject To The Following: S Terms And Conditions: 1.) Doh Trc Bataan Reserves The Right To Reject, Accept And Waive Any Defects In The Price Quotation. 2.) All Entries Shall Be Typed Or Written In A Clear And Legible Manner. 3.) All Prices Offered Herein Are Valid, Binding And Effective For Sixty (60) Calendar Days From The Deadline Of Submission. Alternative Bids Shall Be Rejected. 4.) Price Quotation/s Shall Be Denominated In Philippine Peso And Shall Include All Incidental Expenses (tax, Delivery, Etc.,) 5.) Award Of Contract/purchase Order Shall Be Made To The Lowest Quotation, Which Complies To The Technical Specifications Required. In Case Of Tie Quotations, The Bac Shall Adopt And Employ “toss Coin” As The Tie-breaking Method To Finally Determine The Single Winning Provider In Accordance With Gppb Circular 06-2005 6.) Salient Provisions Of The Revised Irr (rirr) Of Republic Act (ra) 9184: Section 68 - Liquidated Damages And Section 69 - Imposition Of Administrative Penalties Shall Be Observed. 7.) All Services Rendered/delivered Items Shall Be Subject To Inspection And Acceptance. Payment Will Be Process Within 30 Days Upon The Receipt Of Service/delivery Of Items. Additional Requirement For Submission: 1.) Philgeps Registration Number Or Certificate 2.) Notarized Omnibus Sworn Statement 3.) Valid Business Permit/mayor’s Permit 4.) Latest Income/business Tax Return 5.) Blank Copy Of Delivery Receipt/charge Sales Invoice And Collection Receipt/invoice (for New Suppliers) 6.) Valid Certificate Of Product Registration (cpr) From Food And Drug Administration (fda) (for Procurement Of Drugs And Medicine/medical Supplies) 7.) Batch Notification, Lot Release From Food And Drug Administration (fda) Or Its Equivalent (for Procurement Of Specific Drugs And Medicines) 8.) Valid Certificate Of Medical Device Notification From Food And Drug Administration (fda) Or Its Equivalent (for Procurement Of Medical Device) 9.) Valid License To Operate From Fda (whether It Is A Manufacturer, Importer, Seller Or Distributor) (for Procurement Of Drugs And Medicine/medical Supplies/medical Device) 10.) Brochure With Picture Of Quoted Item. Respectfully Yours, Sgd Chazell Irrah I. Bon Head, Bac Secretariat Item No. Unit Item Description Qty Abc/ceiling Price Per Unit Brand* Unit Cost Total 1 Unit 1000va Ups Micropower (600w) Mini Tower Line Interactive Switching Available Capacity: 600w Input Power: 190~240va (50~60hz) Output Power: 220~230va(50- 60hz) 2 X 12v7ah Battery Backup Time: 1~5min 1 Year Warranty 5.00 4,180.00 2 Piece 30 Inches, 5-layer Storage Rack Steel150 Kgs Capacity Per Sheleasy Boltless Assembly Durable Powder Coat Finish Center Support Beampowder Coated White Or Black Finish 2.00 3,300.00 3 Box Ballpoint Pens Black, 0.5mm 12 Pcs Per Box 1.00 68.20 4 Pack Battery, Dry Cell, Size Aaa, 4pcs/pack 4.00 27.50 5 Gallon Bleaching Solution, 3785ml 137.00 209.00 6 Ream Bond Paper 500 Sheets Per Box A4 Size : 210mm X 297mm 80 Gsm 7.00 360.80 7 Piece Clearbook, A4 Color Black/* For A4 Size Documents, Refillable, Material: Plastic" 20.00 56.10 8 Piece Clearbook, A4 Color Red /* For A4 Size Documents, Refillable, Material: Plastic" 20.00 56.10 9 Piece Clearbook, A4 Color Yellow /* For A4 Size Documents, Refillable, Material: Plastic" 20.00 56.10 10 Roll Cling Wrap, 18x500 M, Pvc Food Grade Cling Film 2.00 865.70 11 Piece Data Folder, Vertical, Black 14.00 91.30 12 Sachet Dishwashing Liquid 17ml 2,000.00 8.14 13 Gallon Dishwashing Liquid, 1 Gallon, Calamansi Scent, Anti Bacterial Formula 12.00 161.70 14 Piece Double Sided Tape 1 Inch 3.00 25.30 15 Unit Eco-tank L3210 A4 All-in-one Ink Tank Printer 1.00 11,000.00 16 Bottle 003 Ink, Black 63.00 306.90 17 Bottle 003 Ink,cyan 42.00 317.90 18 Bottle 003 Ink,magenta 42.00 317.90 19 Bottle 003 Ink,yellow 42.00 317.90 20 Bottle 005 Ink,black 10.00 656.70 21 Bottle 774 Ink Black 7.00 656.70 22 Bottle 664 Black Ink Bottle 15.00 306.90 23 Bottle 664 Cyan Ink Bottle 10.00 317.90 24 Bottle 664 Magenta Ink Bottle 9.00 317.90 25 Bottle 664 Yellow Ink Bottle 10.00 317.90 26 Piece Expanding Envelope, Legal, Green 40.00 33.00 27 Piece Fly Paper, 2 Sheets, Insecticide Flypaper Bait 30.00 41.80 28 Piece Foot Rug (big/square) 10.00 55.00 29 Pack Hairnet, 24-inch Disposable Bouffant Cap, Color White, 100 Pcs Per Pack 5.00 115.50 30 Piece Heavy Duty Scrub With Sponge, 100mmx75mmx30mm 40.00 33.00 31 Piece Id Holder, Transparent, Water Proof 100.00 7.70 32 Piece Id Lace, Blue, Cotton 100.00 11.00 33 Piece Id Lace, Red, Cotton 100.00 11.00 34 Piece Id Lace, Yellow, Cotton 100.00 11.00 35 Unit Ink Tank Printer L5590 Printer Type: Print, Scan, Copy, Fax With Adf Print Direction: Bi-directional Printing Technolgy: Precisioncore Printhead Nozzle Configuration: 400 X 1 Nozzles Black, 128 X 1 Nozzles Per Colour (cyan, Magenta, Yellow) Maximum Resolution: 4800 X 1200 Dpi (with Variable-sized Droplet Technology) Dimensions (w X D X H): 375 X 347 X 237 Mm Weight: 5.2 Kg 1.00 18,204.45 36 Unit Ink Tank System Printer Ecotank L5290 1.00 18,150.00 37 Piece Insecticide, Multi Insect Killer Protector 500 Ml 1.00 385.00 38 Unit Iprint-a3/a4 Laminator Machine Hot/cold/reverse 220v Heavy Duty Laminating Machine Only 1.00 4,620.00 39 Piece Kitchen Towel, Absorbent Cloth 30x60cm 6.00 25.30 40 Piece Kitchen Towel, Interfolded, 120 Pulls, Pack Of 3, 200mmx200mm 40.00 114.40 41 Unit L49 Office Table 4.00 17,160.00 42 Gallon Liquid Bleach 20.00 209.00 43 Piece Long Arm Faucet Stainless Steel 30.00 275.00 44 Piece Mop Head 4.00 176.00 45 Piece Mop Head, Durable Heavy Duty, Cotton 4.00 176.00 46 Piece Mop With Steel Handle (removable Mophead) 10.00 319.00 47 Piece Note Book (composition Notebook) Grade 3, 80mleaves 200.00 22.00 48 Unit Office Chair 3.00 3,404.50 49 Pack Office Laminating Film, Legal, 20s 1.00 275.00 50 Packs Paper Cups, 8 0z High Quality , 50 Pcs Per Pack 3.00 55.00 51 Piece Personalized Name Stamp (document Controller Secretary) 1.00 437.57 52 Piece Personalized Name Stamp (document Controller) 1.00 437.57 53 Piece Personalized Stamp (controlled Copy) 1.00 437.57 54 Piece Personalized Stamp (master Copy) 1.00 437.57 55 Piece Personalized Stamp (obsolete) 1.00 437.57 56 Pack Photo Paper Glossy A4 4.00 110.00 57 Set Plastic Broom And Dustpan Set, 91cm (35.8inches ) Long Handle Broom And Dust Pan Set, Made Of Soft And Durable Broom Bristles 2.00 198.00 58 Box Plastic Gloves, Clear Free Food Grade Gloves, 100 Pcs Per Box 5.00 52.80 59 Pc Plastic Utility Box 50l 6.00 438.90 60 Bundle Plastic, Linao 6x10, 1000 Per Bundle 10.00 312.40 61 Piece Powdered Soap 60gms 80.00 7.15 62 Piece Push Brush Wood Durable Nylon Deck Brush Wooden Handle ( 16" ) Push Broom Scrub Brush 12.00 165.00 63 Piece Refill For Clearbook A4 Size 27.00 34.10 64 Pack Sandwich/ Bread Grease Proof Bag, 50 Pcs Per Pack, 20x21cm 20.00 96.80 65 Pack Specialty Paper, 100s 2.00 335.50 66 Piece Stamp Pad Ink Black - Stamp Pad Ink 50ml - No Mess, Non-spill Bottle - Smooth Re-inking - Color: Black 3.00 22.00 67 Bottle Stamp Pad Ink Bluestamp Pad Ink Blue - Stamp Pad Ink 50ml - No Mess, Non-spill Bottle - Smooth Re-inking - Color: Blue 3.00 22.00 68 Piece Stamp Pad Ink Red - Stamp Pad Ink 50ml - No Mess, Non-spill Bottle - Smooth Re-inking - Color: Red 3.00 22.00 69 Pack Table Napkin, Quarter Folded, 350 Sheets, 250x300mm 4.00 166.10 70 Pack/roll Trash Bag 2xl , Green 50.00 96.80 71 Pc Utility Box 55l 47.00 705.43 72 Packs A4 Specialty Paper, 90gsm, White 10’s 9.00 37.50 73 Pcs A4 Certificate Frame 12.00 130.00 74 Can Air Freshener Aerosol Type/ Spray Mist, Net Content: 280ml Or 150g, (min.), Assorted Scents (at Least Two (2) Scents), Material Safety Data Sheet Showing Information On Specific Gravity, Packaging: Twelve (12) Cans Per Box, Individually Shrink Wrapped. 22.00 280.00 75 Pack Battery, Dry Cell, Aaa Voltage:1.5 Volts, Type: Alkaline, No Mercury And Cadmium Added/mercury And Cadmium Free, Positive Polar Ends Must Be Marked, Shelf Life: Five (5) Years (min.) From Date Of Acceptance, With Cautionary Advice 9.00 128.00 76 Pack Battery, Dry Cell, Aa Voltage:1.5 Volts, Type: Alkaline, No Mercury And Cadmium Added/mercury And Cadmium Free, Positive Polar Ends Must Be Marked, Shelf Life: Five (5) Years (min.) From Date Of Acceptance, With Cautionary Advice 24.00 94.00 77 Piece Broom (walis Tambo) Gross Weight (max.): 500 Grams, Handle: Cylindrical, Wood, Smooth Finish, Plastic Coated, Must Be Suitable For Hanging, Diameter Of Handle {min.): 19mm, Length Of Handle {min.): 510mm, Dry Weight Of The Tiger Grass {min.): 250 Grams, Length Of Tiger Grass: 300mm, With Upper Stitch (min.): 20, Lower Stitch (min.): 30, Side Stitch: Manufacturer's Standard, Per Attached Illustration Showing The Design/construction 36.00 170.00 78 Piece Broom (walis Ting-ting) Made Of Mature Coconut Midribs, Grip Material: Braided Yantok Or Nylon, Standard Size:, Grip Circumference: At Least 150mm, Grip Width: At Least 20mm, Top: Measured 150mm, Usable Length: At Least 760mm, Rib Count: At Least 350 Pieces 53.00 78.00 79 Bottle Cleaner, Toilet And Urinal Color: Clear Or Blue, Net Content (min.): 1,000ml, Fully Miscible In Water, Not Chlorine Based, Does Not Contain Inorganic Acids, Non-volatile Content (max.): 5% (w/w), Viscosity At 25°c (min.): 114 Cp, Rigid Plastic Bottle, With Adequate Instructions For Proper Usage And Disposal 9.00 239.00 80 Plastic Container Cleanser, Scouring Powder Net Weight (min.): 350 Grams, Brand Shall Be Engraved/embossed/printed/permanently Stickered On The Item, Container Must Have Adequate Dispensing Apertures, With Adequate Instructions For Proper Usage And Disposal. 21.00 65.00 81 Piece Clearbook, A4 For A4 Size Documents, Refillable, Material: Plastic Cover: Opaque Plastic, Dimension (min.): 310mm X 235mm O Thickness (-0.02mm): 0.50mm Pocket: Transparent Plastic, Number Of Pockets: Twenty (20), Thickness (-0.005mm): 0.040mm Color: Assorted (black, Blue, Red, Yellow) 6.00 150.00 82 Box Clip, Backfold, 19mm All Metal, Clamping Length (-1mm): 19mm, Clamping Depth (min.): 10mm, Thickness Of Metal (min.): 0.20mm, Diameter Of Clip Handles (min.): 1.0mm, Binding Capacity: At Least 5.5 Mm, Shall Pass The Required Test And Evaluation 1.00 17.00 83 Box Clip, Backfold, 25mm All Metal, Clamping Length (-1mm): 25mm, Clamping Depth (min.): 13mm, Thickness Of Metal (min.): 0.22mm, Diameter Of Clip Handles (min.): 1.20mm, Binding Capacity: At Least 9.5 Mm, Shall Pass The Required Test And Evaluation 10.00 26.00 84 Box Clip, Backfold, 32mm All Metal, Clamping Length (-1mm): 32mm, Clamping Depth (min.): 14mm, Thickness Of Metal (min.): 0.30mm, Diameter Of Clip Handles (min.): 1.45mm, Binding Capacity: At Least 12 Mm, Shall Pass The Required Test And Evaluation 20.00 36.00 85 Piece Data File Box With Closed Ends, Outside Dimension:width (min.): 125mm/height (min.): 230mm/length (min.): 400mm, Material:chipboard (min.): 3mm Thick/leatherette Paper For Outside Cover/coated Paper For Inside Cover, Front Of The Box:with Finger Ring And Pocket For Label Insert, Color Black. 59.00 229.00 86 Piece Dater Stamp Frame: Steel And Plastic Or Sturdy All Plastic Frame, Four Band Date And 12 Year Band, Date Format: Manufacturer's Standard, Self-inking Stamp Pad, Acceptable Colors: Black, Violet Or Red, With Locking Mechanism, With Removable And Refillable Ink Pad, Single Color, Size Of Imprint (min.): 30mm X 45mm. 6.00 450.00 87 Pouch Detergent Powder, All-purpose Net Weight (-2.5%): One (1) Kilogram, Ethylene-diamine-tetra-acetate (edta) And Alkylphenol Ethoxylates (apeo) Shall Not Be Detected, With Adequate Instructions For Proper Usage And Disposal. 35.00 180.00 88 Can Disinfectant Spray Aerosol Type, Net Content Per Can: 400 Grams (min), Crisp, Clean Scent, With Broad-spectrum Activity: Kills Different Types Of Bacteria, Fungi And Viruses As Identified On The Label, Active Ingredients Shall Be Indicated On The Label, Sufficient Amount Of Propellant To Totally Expel Content, Shall Not Contain Ethylene-diamine-tetra-acetate (edta) Nor Alkyl Phenol Ethoxylates (apeo), With Detailed Instructions On Maximizing Product Performance And Indications For The Proper Waste Disposal And The Recyclability Of The Container. 29.00 480.00 89 Unit Electric Fan, Ceiling Mount, Orbit Type Blade: Metal, Number Of Blades (min.): Three (3), Blade Size (min.): 400mm, Grill: Metal, Speed Control: Three (3) Speed Setting, With Remote Switch Box, With Mounting Base And Screws, Motor: Fully Enclosed, 220- 240 Volts, 60 Hz, With Operating/user's Manual (english Translation), Brand Shall Be Engraved/embossed/printed/permanently Stickered On The Item, With Ps Quality Or Icc Mark, Warranty: One (1) Year On Parts And Service. Five (5) Years On Motor. 1.00 3,000.00 90 Box Envelope, Documentary, Legal Material: Kraft, For Legal Size Documents, Size (-2mm) : 254mm X 381mm, Basis Weight (-5%): 150gsm, Thickness (min.): 0.22mm. 2.00 2,250.00 91 Box Envelope, Expanding, Kraft Kraft, Smooth Surface, Size (-3mm): 380mm X 250mm, Expansion (-3mm): 50mm, Thickness (min.): 0.38mm, With String And Eyelet Or Elastic Strap. 2.00 2,400.00 92 Piece Envelope, Expanding, Plastic Material: Polypropylene Plastic, Secure Heat-sealed Joints, With Elastic Strap, Size (l X H) (-2mm): 380mm X 260mm, Thickness (min.): 0.50mm, Width Expansion (min.): 30mm, Assorted Colors: Red, Blue, Green. 13.00 60.00 93 Piece Eraser, Felt, Blackboard/whiteboard Eraser Material: Felt, Overall Size (lx Wx T) (min.): 125mm X 45mm X 21mm, Thickness Of Felt (min.) : 18mm, Thickness Of Board (min.): 3mm. 5.00 22.00 94 Piece Eraser, Plastic/rubber Material: Plastic/rubber, Shape: Rectangular, Use: For Erasing Wood-cased And Mechanical Pencil Impressions, Dimension (l X W T) (min.): Equivalent Volume Of 8,350mm3 ,shall Pass Erasing Quality Test. 2.00 17.00 95 Unit External Hard Drive Capacity: 1tb, Storage Media: 2.5"sata Hdd, System Compatibility: Windows, Mac Os And Linux Os, Certificates: Ce/ Fcc/ Bsmi, Warranty: Three (3) Years, Key Feature:1.shockproof Protection/2.with Led Light Indicator, Interface (min.): Usb 3.2 Gen 1, Operation: Dc Sv (power Supplied Through Usb), Case Material: Rubber/plastic, With Operating/user's Manual (english Translation), Accessories (min.): With Usb 3.0 Cable, Shall Pass Functional And Durability Test 6.00 4,300.00 96 Box Fastener, Metal Material: Metal, The Fasteners Shall Be Free From Burrs, Sharp Or Rough Edges Or Corners, It Shall Be Clean And Free From Any Defects That May Affect Its Appearance Or Serviceability, Thickness: Base With Prongs And Compressor (min.): 0.30mm, Width:compressor (min.): 9mm/base (min.): 9mm, Prongs (min.): 4.5mm, The Distance Between The Two Holes Shall Be 70mm (±0.smm) Center-to-center, Able To Hold 25mm Thick Of Multipurpose Paper (70gsm) 47.00 60.00 97 Set File Tab Divider, Legal For Legal Size Documents, Material: Bristol Board, Size:leaf:length (min.):330mm/width (min.): 216mm, Tab:length (min.): 68mm, Width (min.): 15mm, In Sequential Order Basis Weight (-5%): 153 Gsm, Thickness (min.): 0.22mm, Five (5) Colors Per Set: Blue, White, Yellow, Green, Red, Etc. 1.00 41.00 98 Can Floor Wax, Paste Type, Red Paste Type, Color: Red, Petroleum Based, Application: For Wood And Cemented Surfaces, Net Weight (min.): 450 Grams, Physical Properties:drying Time (max.): One (1) Hour On A Wood Surface, Abrasiveness: No Evidence Of Abrasive Matter, Non-volatile Matter, %w (min.): 17%. 3.00 147.00 99 Pack Folder With Tab, Legal Material: Tagboard/carrier/foldcote/cupstock Board, For Legal Size Documents, Leaf Dimension (±lmm): 240mm X 365mm, Tab (±2mm): 13mm, Scoring (±2mm): 20mm From Edge Of Folder, The Folder Shall Be Smooth-finished And Non-blot On Both Sides Using A Permanent Marker, Other Physical Properties:grammage, G/m? (-5%): 270/thickness, Mm (-5%): 0.36/tearing Resistance, Mn, Md+ Cd (min.): 2940/stiffness, Mn.m, (taber) Md+ Cd {min.): 13 15.00 700.00 100 Pack Folder, L-type,legal For Legal Size Documents,material: Plastic,size (min.): 235mm X 346mm,thickness {min.): 0.17mm,transparent For Easy Identification Of Contents,color Green. 7.00 108.00 101 Box Glue, All Purpose Gross Weight (min.): 240 Grams, Shall Conform With The Following Tests:free Formaldehyde (max.): 0.1/adhesive Strength -- No Slippage On Pasted Part/solid Content (min.): 30% Ph: 4 To 8, Container: Plastic Squeeze Type Bottle With Twist-cap Dispenser., The Brand And Expiry Date Shall Be Stamped/engraved/ Embossed/ Printed/permanently Stickered On Each Bottle. The Expiry Date Shall Be At Least One Year From The Date Of Delivery., There Should Be No Unpleasant Odor. 8.00 129.00 102 Bottle Hand Soap, Liquid, 500ml Scented, Form: Liquid, Minimum Of 80% Kill Bactericidal/germicidal Property Against Staphylococcus Aureus, Volume (net Content): 500ml, Bottle: Pump Dispenser Plastic, Individually Shrink Wrapped, Ethylene-diamine-tetra-acetate (edta) And Alkylphenol Ethoxylates (apeo) Shall Not Be Detected, With Adequate Instructions For Proper Usage And Disposal. 24.00 150.00 103 Cart Ink Cartridge, Epson C13t664100 (t6641), Black C13t664100 (t6641), Black 9.00 350.00 104 Cart Ink Cartridge, Epson C13t664200 (t6642), Cyan C13t664200 (t6642), Cyan 5.00 350.00 105 Cart Ink Cartridge, Epson C13t664300 (t6643), Magenta C13t664300 (t6643), Magenta 4.00 350.00 106 Cart Ink Cartridge, Epson C13t664400 (t6644), Yellow C13t664400 (t6644), Yellow 4.00 350.00 107 Can Insecticide, Aerosol Type Aerosol, Kerosene Based,quick Kill Contact And Residual Type,cautionary Scent/odor Required,multi-insect Killer,net Content Per Can: 600ml (min), Sufficient Amount Of Propellant To Totally Expel Content.,material Safety Data Sheet Showing Information On Specific Gravity. 11.00 450.00 108 Piece Light Emitting Diode (led), Light Bulb Power Consumption: 6-7 Watts, Color Temperature: 6,500 Kelvin, Lumen Output: Not Less Than 530 Lumens, Frequency Rating: 60hz, Color Rendering Index: 80 +/-10% , Input Voltage: 85-265 Volts, Ac , Socket Base: E27, Light Color: Cool Daylight, Power Factor: Not Less Than 0.90, Average Life: Not Less Than 15,000 Hours, Operating Temperature: > 35°c, Brand Shall Be Engraved/embossed/printed On The Item, Packaging:in Individual Box, One Hundred (100) Pieces Per Carton. 42.00 90.00 109 Piece Marker, Permanent, Black Ink Color: Black, Blue, Red,tip: Felt Writing/line Width (min.): 1.smm, Brand Shall Be Engraved/embossed/printed/permanently Stickered On The Item.,material And Structure:,the Cap Shall Fit Snugly Or Firmly To The Barrel And Of Such Structure That Will Easily Cap And Decap;,the Ink Reservoir Shall Be Stable To Prevent Leakage When Stored And The Ink Flow Out Adequately Upon Use; And The Tip Of The Pen Shall Be Of Suitable Firmness And Good Structure That Will Regulate The Flow Of Ink.,shall Comply With The Following Parameters: Writing Performance Test,drying Performance Test, Resistance To Water Test. 27.00 42.00 110 Piece Marker, Whiteboard, Black Ink Color: Black, Blue, Red, Tip: Felt, Writing/line Width (min.): 1.smm, Brand Shall Be Engraved/embossed/printed/permanently Stickered On The Item., Material And Structure: The Cap Shall Fit Snugly Or Firmly To The Barrel And Of Such Structure That Will Easily Cap And Decap; The Ink Reservoir Shall Be Stable To Prevent Leakage When Stored And The Ink Flow Out Adequately Upon Use; And The Tip Of The Pen Shall Be Of Suitable Firmness And Good Structure That Will Regulate The Flow Of Ink. Shall Comply With The Following Parameters: Writing Performance Test, Drying Performance Test, Resistance To Water Test. 23.00 60.00 111 Unit Mop Bucket, Heavy Duty, Hard Plastic Heavy Duty, Material: Hard Plastic, Approximate Size (min.), Width: 370mm, Length: 475mm, Height: 245mm, Capacity: 30 Liters, With Four (4) Heavy Duty Rotating Wheels/ball Casters, With Squeezer, With Precautionary Markings. 1.00 4,441.00 112 Pad Note Pad, Stick On, 3" X 3" Size (l X W):width (-2%):76 Mm, Length (-2°â): 76 Mm, Basis Weight (min.): 70gsm, Sheet Thickness (min.): 0.09mm, One Hundred (100) Sheets Per Pad, Adhesive Width Orientation Shall Be On Either Side. E Brand Shall Be Printed On The Endpaper. Assorted Colors: Yellow, Pink, Green, Orange, Shall Pass The Performance Tests. 16.00 25.00 113 Pad Note Pad, Stick On, 50mm X 76mm (2" X 3") Min Size (l X W): Width (min.): 50mm, Length (-2°â): 76mm, Basis Weight (min.): 70gsm, Sheet Thickness (min.): 0.09mm, One Hundred (100) Sheets Per Pad, Adhesive Orientation Shall Be On The Shorter Side., Brand Shall Be Printed An The Endpaper. Assorted Colors: Yellow, Pink, Green, Orange, Shall Pass The Performance Tests. 30.00 18.00 114 Pad Note Pad, Stick On, 76mm X 100mm (3" X 4") Min Size (l X W): Width (-2%): 76mm, Length (min.): 100mm, Basis Weight (min.): 70gsm, Sheet Thickness (min.): 0.09mm, One Hundred (100) Sheets Per Pad, Adhesive Width Orientation Shall Be On The Longer Side.,brand Shall Be Printed On The Endpaper. Assorted Colors: Yellow, Pink, Green, Orange, Shall Pass The Performance Tests. 15.00 35.00 115 Box Paper Clip, Vinyl/plastic Coated, 33mm Wire Diameter (min.): 0.80mm Length Of Clip (min.): 33mm, Total Length Of Wire Used (min.): 102mm,assorted Colors,shall Pass The Performance Test. 12.00 17.00 116 Unit Paper Shredder Can Shred Papers, Paper Clips, Staples, Credit Cards And Compact Discs (cds),cross-cut,waste Bin Capacity (min.): Thirty (30) Liters,sheet Capacity: Sixteen (16) Sheets (min.) Using 70gsm; Or Twelve (12) Sheets (min.) Using 80gsm Of Paper.,intake Throat Width (min.): 220mm,cut/shred Size (max.): 4mm X 40mm,cutting Speed (min.): 4m/min.,electric Motor (min.): 200 Watts,continuous Run Time (min.): Twenty (20) Minutes,automatic Start/stop Control,mobility: With Or Without Casters (with Lock If With Casters),additional Salient Specifications:with Overheat Protection Function,with Jam Protection,with Reverse Function,safety Features: Manufacturer's Standard.,silent Operation (max.): Shredder Designed For Reduced Noise In Shared Workspaces Or Department Copy Rooms With Decibel Level (db) Of 70,mess Reduction System: Shredder Features An Automatic Or Manual Cleaning Cycle That Prevents Paper Build-up On Cutters. With A Sensor That Lets The User Know When To Empty The Bin.,with Operating/user's Manual (english Translation),brand Shall Be Engraved/embossed/printed/permanently Stickered On The Item,warranty: Two (2) Years,standby Mode When Not In Use. 1.00 34,589.00 117 Unit Paper Trimmer / Cutting Machine, Table Top Table Top And Non Skid, Guillotine Paper Cutter, With Ruler Marking And Paper Size Markings Printed On The Base - B7, B6, A5, B5, A4, B4, Legal, And A3, Includes Securable Sliding Paper Size Marker/gauge, Paper Capacity (min.): 25 Sheets Of 70 Gsm Paper, With Stationary Blade Guard, Blade Is Made Of Removable High Quality Hardened Stainless Steel, Metal Structure: Base, Adjustable Paper Clamp Handle, Paper Clamp, Removable Cutter Handle, Cutter Lock, Blade Assembly Cover, Brand Shall Be Engraved/embossed/printed/permanently Stickered On The Item, Warranty: One (1) Year On Parts And Services. 1.00 1,179.00 118 Ream Paper, Multicopy, A4 Basis Weight (-3%): 80gsm,size (±2mm In Either Direction): A4, 210mm X 297mm,sheet Count (min.): 500 Sheets Per Ream,trim Sizes Shall Be Along Machine Direction Or Long Grain,intended Application: For Laser Printer, Standard Office Copier, Etc.,paper Shall Be At Least Elemental Chlorine Free {ecf),inner Lining And Flute Of The Carton Box Shall Be 100% Recycled Fiber. 206.00 232.00 119 Ream Paper, Multi-purpose, 70gsm (min.), Legal Basis Weight (min.): 70gsm, Size (-l2mm In Either Direction): Legal, 216mm X 330mm, Sheet Count (min.): 500 Sheets Per Ream, Trim Sizes Shall Be Along Machine Direction Or Long Grain. 28.00 240.00 120 Ream Paper, Multi-purpose, A4 Basis Weight (min.): 70gsm,.size (±2mm In Either Direction): A4, X 297mm,sheet Count (min.): 500 Sheets Per Ream,trim Sizes Shall Be Along Machine Direction Or Long Grain,intended Application: For Laser Printer, Standard Office Copier, Etc.,paper Shall Be At Least Elemental Chlorine Free (ecf).,inner Lining And Flute Of The Carton Box Shall Be 100% Recycled Fiber. 62.00 210.00 121 Piece Puncher, Paper, Heavy Duty Punching Capacity: Thirty (30) Sheets Of 70gsm Multipurpose Paper,with Two Hole Guide,diameter Of Hole (±0.5): 7.00 Mm,construction/structure:the Operating Handle, Base And Frame Shall Be Connected To Each Other And Be Capable Of Smooth Repetitive Operation. Easy Insertion Of Paper.the Distance Between The Two Holes Shall Be 70mm (±0.5mm) Center-to-center. O The Punching Depth Shall Be 12mm (±lmm).the Puncher Shall Be Provided With A Handle Lock.the Receptacle Base Shall Fit Snugly Under The Puncher Base And Shall Not Chip Off, Break, Crack, Warp Or The Like. 8.00 200.00 122 Box Rubber Band, No. 18 Net Weight (min.): 350 Grams,width (min.): 1.00 Mm,thickness(min):1.00 Mm,lay Flat Length (+20%): 80mm,tensile Strength (min.): 9.81mpa,elongation (min.): 500%" 4.00 200.00 123 Pair Scissors, Symmetrical / Asymmetrical Straight Trimmers Intended For Cutting Papers, Plastic, And Rubber.,dimension (refer To The Illustration),l1 (13mm): 178mm,l2 (13mm): 87mm,length And Thickness Of The Cutting Blade : Manufacturer's Standard,construction/quality:,blades Shall Be Made Of Stainless Steel.,the Tip Of The Cutting Blade Shall Be Blunt.,blades Shall Be Flat And Shall Be Joined By A Binding Rivet/screw.,scissors Shall Be Adjusted For Proper Contact So That The Sharpened Edges Slide Against Each Other When The Handles (bows) Opposite To The Pivot Are Closed.,all Scissors Shall Be Furnished With Asymmetrical Or Symmetrical Bow Handles Made Of Rigid Plasric/rubber.,materials Shall Be Free From Any Defects And Imperfections Which Might Affect The Serviceability Of The Finished Product. Shall Pass The Performance Test. 13.00 50.00 124 Piece Sign Pen, Extra Fine Tip, Black Ink Color: Black, Blue, Red, Type: Liquid Or Gel, Tip: 0.5mm, Needle Type, With Non-slip Rubber Grip, With Metal Clip, One (1) Piece Barrel (non-refillable), Writing Length: One (1) Km {min). 220.00 38.00 125 Piece Stamp Pad, Felt Stamp Pad Container: Material: Combination Of Plastic And Metal, Metallic Component Shall Be Resistant To Rust, Thickness Of Metal (min.): 0.25mmm Plastic Component Shall Be Resistant To Impact And Ink. Stamp Pad Bed: Material: Felt, Pre-inked, Ink Shall Be Free From Any Offensive Odor. Thickness (min.): Smm, Width (min.): 61mm, Length (min.): 102mm, Shall Pass The Performance Tests, Brand Shall Be Engraved/embossed/printed/permanently Stickered On The Item 10.00 50.00 126 Box Staple Wire, Standard Five Thousand (5,000) Wires Per Box, Made Of Metal Wire Coated With Any Anti-corrosion Material, Dimensions, In Mm:width (w) (+0.15mm/-0.20mm): 12.70 O Leg Length (l) (±0.2mm): 6.00mm/thickness (d) (± 0.0smm): 0.40 O Width (e) (± O.osmm), Number Of Wires Per Strip (min.): One Hundred (100), Shall Pass The Penetration Test, The Staples Shall Be Preformed And Cemented Together In Strip Form One Behind The Other, The Staples Shall Have Parallel Legs At Right Angles To The Crown. They Shall Easily Exit Without Clogging And Jamming The Stapler, Both Ends Of The Staples Shall Have Either Blunt Or Chisel Point Ends, Staples Shall Be Free From Burrs And Sharp Or Rough Edges, And Other Defects Which Might Affect The Appearance Or Serviceability Of The Leg. 44.00 37.00 127 Piece Stapler, Standard Type Loading Capacity (min.): 200 Staple Wires, Staple Pusher Shall Be A Metal Piece And Not Spring. Construction/structure: The Handle, Base And Frame Shall Be Connected Respectively And Be Smooth In Repetitive Actuation;loading Of The Staple Wire In The Staple Magazine Shall Be Easily Done;the Stapler Shall Be Constructed Such That The Staple Wire Will Not Jam Or Drop Out During Staplin, The Base Shall Be So Constructed That It Is Equipped With Clincher Block Having The Guide Groove Aligned With The Driver Blade So That It Can Bind Properly And Easily, The Driver Blade Shall Be Able To Push Out And Drive The Loaded Staple Wire Without Deformation; Each Part Shall Have Rigidity In Meeting The Performance Of The Stapler; As Per Attached Illustration Showing The Parts Of The Stapler, However Design May Vary; Shall Pass The Performance Test. 9.00 150.00 128 Piece Tape Dispenser, Table Top Table Top,weight (min.): 1.2kg,body Made Of Molded Plastic, Smooth Finish,non-skid Full Base Padding,with Serrated Cutting Blade,shall Hold 24mm Wide Tapes With Up To 75mm Core,shall Pass The Performance Test,assorted Colors: Red, Blue, Green, Black 5.00 142.00 129 Roll Tape, Electrical Made Of Polyvinyl Chloride (pvc), Width (±1.0 Mm): 19mm, Length (min.): 20 Meters, Thickness (min.): 0.15mm, Adhesive Strength (min.):normal State, N (kgf): 3.198 (0.326), Tensile Load (min.):normal State, N (kgf): 29.43 (3.0) After Heating, N (kgf): 29.43 (3.0), Elongation, % (min.):normal State: 100 O Afterheating:80, Dielectric Strength (min.):withstand Voltage: 5000 V, Color: Black, Ps Quality Or Icc Certificate 9.00 25.00 130 Roll Tape, Masking, 24mm Width (±1mm): 48mm, Usable Length (min.): 50 Meters, Thickness (max.): 0.25mm, Adhesion Strength (min.): 8.5n/24mm Width, Breaking Strength (min.): 85n/24mm Width 120.00 48.00 131 Roll Tape, Masking, 48mm Width (±1mm): 48mm, Usable Length (min.): 50 Meters, Thickness (max.): 0.25mm, Adhesion Strength (min.): 8.5n/24mm Width, Breaking Strength (min.): 85n/24mm Width 47.00 85.00 132 Roll Tape, Packaging, 48mm Color: Tan, Width (±lmm): 48mm, Usable Length (min.): 50 Meters, Base Material: Biaxially-oriented Polypropylene, Thickness (min.): 0.040mm, Adhesion Strength (min.): 6n/24mm, Breaking Strength (min.): 14n/24mm 3.00 50.00 133 Roll Tape, Transparent, 24mm Width (±1mm): 24mm, Usable Length (min.): 50 Meters, Base Material: Biaxially-oriented Polypropylene, Thickness (min.): 0.040mm, Adhesion Strength (min.): 6n/24mm, Breaking Strength (min.): 14n/24mm, The Tape Shall Be Wound Uniformly Around A Core. 83.00 31.00 134 Roll Tape, Transparent, 48mm Width (±1mm): 48mm, Usable Length (min.): 50 Meters, Base Material: Biaxially-oriented Polypropylene, Thickness (min.): 0.040mm, Adhesion Strength (min.): 6n/24mm, Breaking Strength (min.): 14n/24mm, The Tape Shall Be Wound Uniformly Around A Core. 11.00 50.00 135 Pack Tissue, Interfolded Paper Towel Basis Weight: 34gsm (+/-2gsm),sheet Dimension: Width: 200mm (±3mm) Length: 200mm (±3mm),raw Materials From 100% Recycled Fiber,total Number Of Sheets Per Pack: 150 Pulls,number Of Ply: One (1) Ply, Paper Shall Be At Least Elemental Chlorine Free (ecf) 74.00 66.00 136 Pack Toilet Tissue Paper, 2 Ply Weight (min.): 28gsm,sheet Dimensions:,width Of Sheet (±3mm): 100mm,length Of Sheet (-5mm): 114mm,acidity, Ph (min.): 6 ,tensile Strength, Kn/m (min.):md: 0.12, Cd: 0.03,absorption Time For Each Sheet Using 0.01ml Water, Sec. (max.): 30,100% Recycled Pulp ,paper Shall Be At Least Elemental Chlorine Free (ecf),150 Pull Per Roll (300 Sheets), (min.),shall Be Evenly And Firmly Wound To Form A Roll Which Is Sufficiently Rigid To Withstand Normal Handling And Usage.,roll Shall Be Perforated Across The Full Width Such That Each Sheet Can Be Easily Torn Off Along The Perforations,toilet Tissue Shall Not Have Noticeable Dust On The Surface Of Sheets. 57.00 185.00 137 Roll/pack Trashbag, Xxl Size Made From Polyethylene (pe) Plastic, Pe Shall Contain A Minimum Of 30% Post-consumer Material, Tubular Type, With Tie, Color: Black, White Or Green, Tear Resistant, Leak-proof Bottom Seal, Dimension (-6mm): 939.8 Mm X 1016.0 Mm (37" X 40"), Thickness (min.): 0.02mm, Tensile Strength At Break: Astm D882,one Way (min.): 15n/mm, Other Way (min.): 12n/mm, Elongation At Break: Astm D882, One Way (min.): 400%, Other Way (min.): 600%. 320.00 110.00 138 Box Ballpen 0.05mm (black) Ballpoint Pens Black, 0.5mm 12pcs Per Box 18 62.00 139 Pack Board Paper Long 200 Gsm. 10 Sheets Per Pack Size:long (13x8.5") Color: White 15 38.00 140 Bottle Epson 001 Ink Black Epson Original Ink Sealed With Box Color: Black Capacity: 135ml. (per Bottle) Black Ink Bottle: Approx Page Yield: 7,500 Pages Order Code:001 (c13t03y100) 2 532.00 141 Bottle Epson 001 Ink Magenta Product Specification: Epson Original Ink Sealed With Box Color:magenta Capacity: 70ml. (per Bottle) Magenta Ink Bottle: Approx Page Yield: 6000 Pages (composite Yield) Order Code: 001 (c13t03y300) 1 332.00 142 Bottle Epson 001 Ink Yellow Product Specification: Epson Original Ink Sealed With Box Color:yellow Capacity: 70ml. (per Bottle) Yellow Ink Bottle: Approx Page Yield: 6000 Pages (composite Yield) Order Code: 001 (c13t03y400) 1 332.00 143 Bottle Epson 001 Ink Cyan Product Specification: Epson Original Ink Sealed With Box Color:cyan Capacity: 70ml. (per Bottle) Cyan Ink Bottle: Approx Page Yield: 6000 Pages (composite Yield) Order Code: 001 (c13t03y400) 1 332.00 144 Box Large File Rubber Band (500x15x3mm) 50pcs / Box 10 322.00 145 Piece Magnetic White Board Eraser: Magnetic Board Eraser Drywipe Marker Cleaner Office Whiteboard 5 60.00 146 Pairs Metal Book Stand Nonskid Heavy Duty Bookend Home Office Article Oraganizing Tool: Metal Book Stand Nonskid Size: 20.8x16.8x13.8cm 50 88.00 147 Pcs Nano Double Sided Tape 10mm X 3 M Multipurpose Wall Tape Adhesive Strips Removable Mounting Tape 20 49.00 148 Box Paper Fastener /metal/8 Inches, 100 Pcs 70mm In Between Holes 10 182.00 149 Ream Paper Multi-purpose, A3 500 Sheets Per Ream A3 Size : 297mm X 420mm Color: White Thickness: 70gsm 30 454.55 150 Pack Specialty Paper 8.5x11 90gsm 10 Sheets Per Pack Size: 8.5x11 Inches Color: Pale Cream 20 20.00 151 Pcs Storage Box 28 L, Black, Cardboard Size: L 40cm X W28cm X H29 Cm Cardboard 9 478.50 152 Pack Glossy Photo Sticker Paper A4, High Quality Paper,a4 Size, 150 Gsm, Glossy Waterproof, 20 Sheets Per Pack 20 211.00 ***nothing Follows*** *suppliers With No Indicated Brand And Model For The Quoted Items Will Be Disqualified From The Selection Of Suppliers. This Project Will Be Awarded As: After Having Carefully Read And Accepted The Terms And Condition, I/we Quote You On The Item At Prices Noted Above. _____________________________ Name /signature Of Representative ¬¬ Will Not Participate Due To: _____________________________ Name /signature Of Representative
Environmental Management Bureau Tender
Publishing and Printing
Philippines
Closing Date17 Feb 2025
Tender AmountPHP 950.5 K (USD 16.4 K)
Details: Description Request For Quotation (rfq) 1 Lot Inks And Toners Rfq No. 2025-fad-002 The Department Of Environment And Natural Resources – Environmental Management Bureau – National Capital Region (denr-emb-ncr) Hereinafter Referred To As The “purchaser” Now Requests For Submission Of Price Quotations For The Procurement Of The Aforesaid Items Described In The Technical Specifications. The Denr-emb-ncr Intends To Apply The Sum Of Nine Hundred Fifty Thousand And Five Hundred Pesos Only (php 950,500.00) Being The 1 Lotinks And Toners, Rfq No. 2025-fad-002. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. A Set Of Technical Specifications Are Provided In Attachment 1. All Items Listed Under The Purchaser’s Specifications Must Be Complied With On A Pass-fail Basis. Failure To Meet Any One Of The Requirements May Result In Rejection Of The Quotation. Small-value Procurement/shopping Procedures Will Be Conducted In Accordance With The Provisions Of The Implementing Rules And Regulations (irr) Of Republic Act 9184. It Is The Intent Of The Purchaser To Evaluate The Bid/quotation On A Per Item Basis, And Award Will Be Made To The Bid/quotation Or Combination Of Quotations Resulting In The Lowest Evaluated Quotation Meeting The Purchaser’s Technical Specifications. Quotations Must Be Delivered At The Address Below Not Later Than 12:00 P.m. Of February 17 2025. Department Of Environment And Natural Resources Environmental Management Bureau National Capital Region National Ecology Center Compound, East Avenue Diliman, Quezon City Prices Must Be Quoted In Philippine Peso And Must Include The Unit Price And Total Price, Inclusive Of All Taxes To Be Paid And Other Incidental Cost To The Delivery Site/s If The Contract Is Awarded. Bid/quotation May Be Typewritten And May Be Placed In A Sealed Envelope Marked The 1 Lot Inks And Toners, Rfq No. 2025-fad-002. Or You May Send Your Bid- Quotation Through Fax (02-9313134) Or E-mail (emb.bacsec.ncr125@gmail.com). Bids/quotations Shall Be Valid For Sixty (60) Calendar Days From The Deadline Of Submission Of Bids. The Delivery Period Shall Be Within Fifteen (15) Calendar Days From Receipt Of The Purchase Order (p.o) And/or Job Order (j.o). The Supplier Should Inform The Purchaser At Least Three (3) Days Before The Date Of Delivery. The Delivery Will Be Made Only During Working Days And Hours. Delivery Sites: See Delivery Sites Enumerated In The Quotation Form Protect Environment | Protect Life Emb-ncr Building, National Ecology Center Compound, East Ave., Diliman, Quezon City 1100 Telephone No.: (02) 8931-1331 | E-mail: Recordsncr@emb.gov.ph | Ncrsupport@emb.gov.ph Website: Www.ncr.emb.gov.ph Department Of Environment And Natural Resources Environmental Management Bureau National Capital Region National Ecology Center Compound, East Avenue, Diliman, Quezon City The Applicable Rate For Late Deliveries Is One Tenth (1/10) Of One (1) Percent Of The Cost Of The Unperformed Portion Of The Contract For Every Day Of Delay. The Maximum Deduction Shall Be Ten Percent (10%) Of The Amount Of Contract. Once The Cumulative Amount Of Liquidated Damages Reaches Ten Percent (10%) Of The Contract Amount, The Purchaser Shall Rescind The Contract Without Prejudice To Other Courses Of Action And Remedies Open To It. The Purchaser Reserves The Right To Accept Or Reject Any Quotation, And To Annul The Bidding/shopping Process Or Reject All Quotations At Any Time Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder/bidders. The Purchaser Also Reserves The Right To Waive Minor Deviations/defects Or Infirmities Therein. A Minor Deviation/defect Or Infirmity Is One That Does Not Materially Affect The Overall Functionality Of The Material And The Capability Of The Supplier To Perform The Contract. The Prospective Bidder Shall Submit The Following: Signed Quotation Form Goods- Technical Specifications And Certification From Regulatory Offices, If Applicable (dole Doh And Etc.) Food Services- Menu Civil Works- Plan, Layout, And Design Proof Of Philgeps Registration; Sec Registration/dti Certificate; Business Permit; Tax Clearance Annual Income Tax Return; Preferably With Proof That The Offered Products/items Are Manufactured By An Iso-9001 And Iso14001 Company Whose Certifications Are Valid On Opening Of Proposal; Preferably In Compliance With Philippine Green Public Procurement Roadmap Of Government Procurement Policy Board (gppb); Letter Of Authenticity Of Manufacturer’s Certification That The Supplier Is An Authorized Reseller/distributor And The Items Are Covered By The Manufacturer’s Warranty Failure To Follow The Above Requirements May Result In Outright Rejection Of Submitted Quotation/s. Awarded Bidder Should Sign The Conforme Within Three (3) Working Days Upon Receipt. Failure To Conform Shall Be The Basis In The Consideration Of Appropriate Responsiveness Of The Bidder, In Which The Procuring Entity Shall Proceed To The Next Lowest Calculated And Responsive Bid. Engr. Divina C. Camarao Bac, Chairperson Attachment 1 Technical Specifications No. Purchaser’s Specifications Quantity / Uom Abc Per Unit Total Abc Rfq No. 2025-fad-002 Hp Toner Cf510a, 204a, Black Hp Toner Cf511a, 204a, Cyan Hp Toner Cf512a, 204a, Yellow Hp Toner Cf513a, 204a, Magenta Hp Toner Cf2310a, 215a, Black Hp Toner Cf2311a, 215a, Cyan Hp Toner Cf2312a, 215a, Yellow Hp Toner Cf2313a, 215a, Magenta Hp680 Ink Black Hp680 Ink Tri Color Hp678 Ink Black Hp678 Ink Tri Color Canon Pg 810 Black, Genuine Canon Cl 811 Tri Color, Genuine 30 Cartridge 50 Cartridge 50 Cartridge 50 Cartridge 20 Cartridge 15 Cartridge 15 Cartridge 15 Cartridge 60 Cartridge 50 Cartridge 20 Cartridge 10 Cartridge 30 Cartridge 30 Cartridge ₱950,500.00 ₱950,500.00 Along With Your Signed Quotation Please Submit The Ff: Philgeps Certificate Dti/ Sec Mayor’s Permit Tax Clearance Annual Income Tax Return Preferably With Proof That The Offered Products / Items Are Manufactured By An Iso-9001 And Iso-14001 Company Whose Certifications Are Valid On The Opening On Proposal. Letter Of Authenticity Of Manufacturer’s Certification That The Supplier Is An Authorized Reseller/distributor And The Items Are Covered By The Manufacturer’s Warranty. Quotation Form Date: Rfq No. Attention: Fad-procurement And Property Management Unit Department Of Environment And Natural Resources Environmental Management Bureau-national Capital Region National Ecology Center Compound East Avenue, Diliman, Quezon City 1) Having Examined The Subject Request For Quotation (rfq) Including The Technical Specifications, We, The Undersigned Offer To Supply And Deliver The Following: No. Description Quantity / Uom Deliver Y Site Unit Price (php) Total Price (php) Rfq No. 2025-fad-002 Hp Toner Cf510a, 204a, Black Hp Toner Cf511a, 204a, Cyan Hp Toner Cf512a, 204a, Yellow Hp Toner Cf513a, 204a, Magenta 30 Cartridge 50 Cartridge 50 Cartridge 50 Cartridge Emb- Ncr Hp Toner Cf2310a, 215a, Black 20 Cartridge Hp Toner Cf2311a, 215a, Cyan 15 Cartridge Hp Toner Cf2312a, 215a, Yellow 15 Cartridge Hp Toner Cf2313a, 215a, Magenta 15 Cartridge Hp680 Ink Black 60 Cartridge Hp680 Ink Tri Color 50 Cartridge Hp678 Ink Black 20 Cartridge Hp678 Ink Tri Color 10 Cartridge Canon Pg 810 Black, Genuine 30 Cartridge Canon Cl 811 Tri Color, Genuine 30 Cartridge We Undertake, If Our Quotation Or Bid Is Accepted, To Deliver The Above Goods Within The Fifteen (15)-day Delivery Period From Receipt Purchase Order (p.o) Or Job Order (j.o). We Agree To Abide By This Quotation/bid For A Period Of Sixty (60) Days After The Deadline Of Submission Specified In The Rfq. We Understand That Payment For Items Delivered Will Be Made To The Winning Supplier After The Inspection And Acceptance Of Goods Delivered. Name Of Company : Postal Address : Email Address : Telephone & Fax No. : Supplier’s Representative : Signature Over Printed Name : Account Name And Branch : Preferably Landbank Account. In Case Of Other Banks, Charges May Apply. 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: [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]; [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;)]; [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; 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; [name Of Bidder] Is Authorizing The Head Of The Procuring Entity Or Its Duly Authorized Representative(s) To Verify All The Documents Submitted; 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; [name Of Bidder] Complies With Existing Labor Laws And Standards; And [name Of Bidder] Is Aware Of And Has Undertaken The Responsibilities As A Bidder In Compliance With The Philippine Bidding Documents, Which Includes: Carefully Examining All Of The Bidding Documents; Acknowledging All Conditions, Local Or Otherwise, Affecting The Implementation Of The Contract; Making An Estimate Of The Facilities Available And Needed For The Contract To Be Bid, If Any; And Inquiring Or Securing Supplemental/bid Bulletin(s) Issued For The [name Of The Project]. [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. 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] Purchase Request Appendix 60 Department Of Environment & Natural Resources Environmental Management Bureau National Capital Region Fund Cluster: Office/section: Fad-ppmu Pr No.: 2025-01-031 Responsibility Center Code : Date: January 20, 2025 Stock/ Property No. Unit Item Description Quantity Unit Cost Total Cost Cartridge Hp Toner Cf510a, 204a, Black 30 ₱ 3,200.00 ₱96,000.00 Cartridge Hp Toner Cf511a, 204a, Cyan 50 ₱ 3,400.00 ₱170,000.00 Cartridge Hp Toner Cf512a, 204a, Yellow 50 ₱ 3,400.00 ₱170,000.00 Cartridge Hp Toner Cf513a, 204a, Magenta 50 ₱ 3,400.00 ₱170,000.00 Cartridge Hp Toner Cf2310a, 215a, Black 20 ₱ 3,000.00 ₱60,000.00 Cartridge Hp Toner Cf2311a, 215a, Cyan 15 ₱ 3,200.00 ₱48,000.00 Cartridge Hp Toner Cf2312a, 215a, Yellow 15 ₱ 3,200.00 ₱48,000.00 Cartridge Hp Toner Cf2313a, 215a, Magenta 15 ₱ 3,200.00 ₱48,000.00 Cartridge Hp680 Ink Black 60 ₱ 500.00 ₱30,000.00 Cartridge Hp680 Ink Tri Color 50 ₱ 500.00 ₱25,000.00 Cartridge Hp678 Ink Black 20 ₱ 650.00 ₱13,000.00 Cartridge Hp678 Ink Tri Color 10 ₱ 650.00 ₱6,500.00 Cartridge Canon Pg 810 Black, Genuine 30 ₱ 1,000.00 ₱30,000.00 Cartridge Canon Cl 811 Tri Color, Genuine 30 ₱ 1,200.00 ₱36,000.00 Total ₱950,500.00 Charged To Gaa - Regular Fund Code: Funds Available: Christine Joy J. Acaban Unit Head, Budget Purpose: For Official Use Of Emb Ncr Requested By: Approved By: Signature: Printed Name: Gemma G. Carino Engr. Maria Dorica Naz-hipe, Ceso V Designation: Chief,fad Regional Director Date: Purchase Request Appendix 60 Department Of Environment & Natural Resources Environmental Management Bureau National Capital Region Fund Cluster: Office/section: Fad-ppmu Pr No.: 2025-01-031 Responsibility Center Code : Date: January 20, 2025 Stock/ Property No. Unit Item Description Quantity Unit Cost Total Cost Cartridge Hp Toner Cf510a, 204a, Black 30 ₱ 3,200.00 ₱96,000.00 Cartridge Hp Toner Cf511a, 204a, Cyan 50 ₱ 3,400.00 ₱170,000.00 Cartridge Hp Toner Cf512a, 204a, Yellow 50 ₱ 3,400.00 ₱170,000.00 Cartridge Hp Toner Cf513a, 204a, Magenta 50 ₱ 3,400.00 ₱170,000.00 Cartridge Hp Toner Cf2310a, 215a, Black 20 ₱ 3,000.00 ₱60,000.00 Cartridge Hp Toner Cf2311a, 215a, Cyan 15 ₱ 3,200.00 ₱48,000.00 Cartridge Hp Toner Cf2312a, 215a, Yellow 15 ₱ 3,200.00 ₱48,000.00 Cartridge Hp Toner Cf2313a, 215a, Magenta 15 ₱ 3,200.00 ₱48,000.00 Cartridge Hp680 Ink Black 60 ₱ 500.00 ₱30,000.00 Cartridge Hp680 Ink Tri Color 50 ₱ 500.00 ₱25,000.00 Cartridge Hp678 Ink Black 20 ₱ 650.00 ₱13,000.00 Cartridge Hp678 Ink Tri Color 10 ₱ 650.00 ₱6,500.00 Cartridge Canon Pg 810 Black, Genuine 30 ₱ 1,000.00 ₱30,000.00 Cartridge Canon Cl 811 Tri Color, Genuine 30 ₱ 1,200.00 ₱36,000.00 Total ₱950,500.00 Charged To Gaa - Regular Fund Code: Funds Available: Christine Joy J. Acaban Unit Head, Budget Purpose: For Official Use Of Emb Ncr Requested By: Approved By: Signature: Printed Name: Gemma G. Carino Engr. Maria Dorica Naz-hipe, Ceso V Designation: Chief,fad Regional Director Date: Engr. Christian Dale E. Formeloza App-cse 2025 Form - Other Items Annual Procurement Plan - Commom-use Supplies And Equipment (app-cse) 2025 Form - Other Items Agency Code/uacs: Contact Person: Agency Name: Designation: Organization Type: Email: Region: Contact Number: Address: Introduction: Reminders: This Form Shall Be Utilized By Government Agencies For Items That Are Not Available In The Ps-dbm Catalogue But Are Regularly Purchased From Other Sources. Information Given In This Form Will Serve As A Survey To Identify The Items That May Be Considered As Cse By The Ps-dbm. The App-cse 2025 Form - Other Items Must Be Accomplished Using Excel Only. The App-cse Form - Other Items Shall Be Deemed Incorrect Or Invalid If The Form Used Is In Other Than The Prescribed Format Which Can Be Downloaded In The Ps-dbm Website (www.ps-philgeps.gov.ph). All Information Must Be Provided Accurately. To Fill-out, Find The Item In The 'list Of Items - 1' Tab Of This File Then Type The Desired Product In The Search Bar (working Only For Mirosoft Excel 2013 Or Higher). Copy The Description, Right Click Then Paste As Values In The Dedicated Column Of The Form 'item Description". You May Also Use The 'list Of Items - 2' Then Press Ctrl + F To Find The Item. If It Is Necessary To Input The Details Of The Product, You May Type It In The 'specification' Column Provided Beside The Item Description.the First One Hundred (100) Rows Are Dedicated Only For This Procedure, While The Remaining Rows Is Open For Editing. You Can Insert Additional Rows After The First 100 If Necessary. Upload The App-cse 2025 Form - Other Items Through The Google Forms Link: Https://shorturl.at/adeqo For Further Assistance Or Clarification, Agencies May Contact The Marketing And Sales Division Of Ps-dbm Through Its Mobile Numbers 0918-2954426 (smart) Or 0962-8255199 (smart), Or Email Appcse.helpdesk@ps- Philgeps.gov.ph, Or Visit The Ps-dbm Website (www.ps-philgeps.gov.ph) For The Guide On How To Fill-out The App-cse The App-cse For Fy 2025 Must Be Submitted On Or Before July 31, 2024 No. Unspsc Item Description Specification (input Specific Features Or Composition Of The Item Such As Dimensions, Color, Or Functions) Unit Of Measure Monthly Quantity Requirement Total Quantity For The Year Price Total Amount For The Year Jan Feb Mar Q1 Q1 Amount April May June Q2 Q2 Amount July Aug Sept Q3 Q3 Amount Oct Nov Dec Q4 Q4 Amount Other Items Not Available At Ps-dbm But Are Regularly Purchased From Other Sources (note: Please Indicate Price Of Items) 1 - Ink Cartridge, Canon Pg-810 Black Cart 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 990.00 0.00 2 - Ink Cartridge, Canon Cl-811 Tri-color Cart 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 1,300.00 0.00 3 - Toner Cartridge, Canon 054h, 3028c001 Black Cart 1 0 1 2 13,000.00 0 1 0 1 6,500.00 1 1 0 2 13,000.00 0 0 0 0 0.00 5 6,500.00 32,500.00 4 - Toner Cartridge, Canon 054h, 3025c001 Yellow Cart 0 1 0 1 6,500.00 0 1 0 1 6,500.00 0 1 0 1 6,500.00 0 1 0 1 6,500.00 4 6,500.00 26,000.00 5 - Toner Cartridge, Canon 054h, 3026c001 Magenta Cart 0 1 0 1 6,500.00 0 1 0 1 6,500.00 0 1 0 1 6,500.00 0 1 0 1 6,500.00 4 6,500.00 26,000.00 6 - Toner Cartridge, Canon 054h, 3027c001 Cyan Cart 0 1 0 1 6,500.00 0 1 0 1 6,500.00 0 1 0 1 6,500.00 0 1 0 1 6,500.00 4 6,500.00 26,000.00 7 - Ink Bottle, Hp Gt53, 1vv22aa Black Bottle 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0.00 0.00 8 - Ink Bottle, Hp Gt52, M0h54aa Cyan Bottle 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0.00 0.00 9 - Ink Bottle, Hp Gt52, M0h55aa Magenta Bottle 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0.00 0.00 10 - Ink Bottle, Hp Gt52, M0h56aa Yellow Bottle 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0.00 0.00 11 - Toner Cartridge, Hp 202a, Cf500a Black Cart 2 2 1 5 21,000.00 2 2 1 5 21,000.00 2 2 1 5 21,000.00 2 2 1 5 21,000.00 20 4,200.00 84,000.00 12 - Toner Cartridge, Hp 202a, Cf501a Cyan Cart 2 2 1 5 25,000.00 2 2 1 5 25,000.00 2 2 1 5 25,000.00 2 2 1 5 25,000.00 20 5,000.00 100,000.00 13 - Toner Cartridge, Hp 202a, Cf502a Yellow Cart 2 2 1 5 25,000.00 2 2 1 5 25,000.00 2 2 1 5 25,000.00 2 2 1 5 25,000.00 20 5,000.00 100,000.00 14 - Toner Cartridge, Hp 202a, Cf503a Magenta Cart 2 2 1 5 25,000.00 2 2 1 5 25,000.00 2 2 1 5 25,000.00 2 2 1 5 25,000.00 20 5,000.00 100,000.00 15 - Toner Cartridge, Hp 204a, Cf510a Black Cart 10 10 10 30 96,000.00 10 10 10 30 96,000.00 5 5 5 15 48,000.00 5 5 5 15 48,000.00 90 3,200.00 288,000.00 16 - Toner Cartridge, Hp204a, Cf511a Cyan Cart 5 5 5 15 53,250.00 5 5 5 15 53,250.00 5 5 5 15 53,250.00 5 5 5 15 53,250.00 60 3,550.00 213,000.00 17 - Toner Cartridge, Hp204a, Cf512a Yellow Cart 5 5 5 15 53,250.00 5 5 5 15 53,250.00 5 5 5 15 53,250.00 5 5 5 15 53,250.00 60 3,550.00 213,000.00 18 - Toner Cartridge, Hp204a, Cf513a Magenta Cart 5 5 5 15 53,250.00 5 5 5 15 53,250.00 5 5 5 15 53,250.00 5 5 5 15 53,250.00 60 3,550.00 213,000.00 19 - Toner Cartridge, Hp 107a, W1107a Black Cart 0 5 5 10 25,000.00 0 5 5 10 25,000.00 0 5 5 10 25,000.00 0 5 5 10 25,000.00 40 2,500.00 100,000.00 20 - Toner Cartridge, Hp 85a, Ce285a Black Cart 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0.00 0.00 21 - Toner Cartridge, Hp 79a, Cf279a Black Cart 5 0 5 10 39,750.00 0 0 0 0 0.00 5 0 5 10 39,750.00 0 0 0 0 0.00 20 3,975.00 79,500.00 22 - Toner Cartridge, Hp 215a, W2310a Black Cart 5 5 2 12 37,200.00 5 5 2 12 37,200.00 5 5 2 12 37,200.00 5 5 2 12 37,200.00 48 3,100.00 148,800.00 23 - Toner Cartridge, Hp215a, W2311a Cyan Cart 5 5 2 12 39,600.00 5 5 2 12 39,600.00 5 5 2 12 39,600.00 5 5 2 12 39,600.00 48 3,300.00 158,400.00 24 - Toner Cartridge, Hp215a, W2312a Yellow Cart 5 5 2 12 39,600.00 5 5 2 12 39,600.00 5 5 2 12 39,600.00 5 5 2 12 39,600.00 48 3,300.00 158,400.00 25 - Toner Cartridge, Hp215a, W2313a Magenta Cart 5 5 2 12 39,600.00 5 5 2 12 39,600.00 5 5 2 12 39,600.00 5 5 2 12 39,600.00 48 3,300.00 158,400.00 26 - Ink Cartridge, Hp 678, Hpcz107aa Black Cart 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 600.00 0.00 27 - Ink Cartridge, Hp 678, Hpcz108aa Tri-color Cart 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 600.00 0.00 28 - Ink Cartridge, Hp 680, F6v27aa Black Cart 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 600.00 0.00 29 - Ink Cartridge, Hp 680, F6v26aa Tri-color Cart 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 600.00 0.00 30 - Ink Cartridge, Hp 955, L0s60aa Black Cart 1 1 1 3 4,200.00 1 1 1 3 4,200.00 1 1 1 3 4,200.00 1 1 1 3 4,200.00 12 1,400.00 16,800.00 31 - Ink Cartridge, Hp 955, L0s51aa Cyan Cart 1 1 1 3 3,300.00 1 1 1 3 3,300.00 1 1 1 3 3,300.00 1 1 1 3 3,300.00 12 1,100.00 13,200.00 32 - Ink Cartridge, Hp 955, L0s57aa Yellow Cart 1 1 1 3 3,300.00 1 1 1 3 3,300.00 1 1 1 3 3,300.00 1 1 1 3 3,300.00 12 1,100.00 13,200.00 33 - Ink Cartridge, Hp 955, L0s54aa Magenta Cart 1 1 1 3 3,300.00 1 1 1 3 3,300.00 1 1 1 3 3,300.00 1 1 1 3 3,300.00 12 1,100.00 13,200.00 34 - Toner, Epson Wf-c5790 (black, Cyan, Yellow, Magenta) Cart 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 15,000.00 0.00 35 - Ink Cartridge, Epson T289 Black Cart 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0.00 0.00 36 - Ink Cartridge, Epson T290 Tri-color Cart 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0.00 0.00 37 - Ink Bottle, Epson 003, T00v100 Black Bottle 5 5 5 15 3,000.00 5 5 5 15 3,000.00 5 5 5 15 3,000.00 5 5 5 15 3,000.00 60 200.00 12,000.00 38 - Ink Bottle, Epson 003, T00v200 Cyan Bottle 5 0 5 10 2,000.00 5 0 5 10 2,000.00 5 0 5 10 2,000.00 5 0 5 10 2,000.00 40 200.00 8,000.00 39 - Ink Bottle, Epson 003, T00v300 Magenta Bottle 5 0 5 10 2,000.00 5 0 5 10 2,000.00 5 0 5 10 2,000.00 5 0 5 10 2,000.00 40 200.00 8,000.00 40 - Ink Bottle, Epson 003, T00v400 Yellow Bottle 5 0 5 10 2,000.00 5 0 5 10 2,000.00 5 0 5 10 2,000.00 5 0 5 10 2,000.00 40 200.00 8,000.00 41 - Ink Bottle, Epson 001, C13t03y100 Black Bottle 0 0 1 1 600.00 0 0 1 1 600.00 0 0 1 1 600.00 0 1 1 2 1,200.00 5 600.00 3,000.00 42 - Ink Bottle, Epson 001, C13t03y200 Cyan Bottle 0 0 1 1 400.00 0 0 1 1 400.00 0 0 1 1 400.00 0 1 1 2 800.00 5 400.00 2,000.00 43 - Ink Bottle, Epson 001, C13t03y300 Magenta Bottle 0 0 1 1 400.00 0 0 1 1 400.00 0 0 1 1 400.00 0 1 1 2 800.00 5 400.00 2,000.00 44 - Ink Bottle, Epson 001, C13t03y400 Yellow Bottle 0 0 1 1 400.00 0 0 1 1 400.00 0 0 1 1 400.00 0 1 1 2 800.00 5 400.00 2,000.00 45 - Ink Bottle, Epson 005, T03q100 Black Bottle 1 1 1 3 2,400.00 1 1 1 3 2,400.00 1 1 1 3 2,400.00 1 1 1 3 2,400.00 12 800.00 9,600.00 46 - Ink Bottle, Epson 664, C13t664100 Black Bottle 0 0 5 5 2,000.00 0 0 10 10 4,000.00 0 0 5 5 2,000.00 0 0 10 10 4,000.00 30 400.00 12,000.00 47 - Ink Bottle, Epson 664, C13t664200 Cyan Bottle 0 0 5 5 2,000.00 0 0 5 5 2,000.00 0 0 5 5 2,000.00 0 0 5 5 2,000.00 20 400.00 8,000.00 48 - Ink Bottle, Epson 664, C13t664300 Magenta Bottle 0 0 5 5 2,000.00 0 0 5 5 2,000.00 0 0 5 5 2,000.00 0 0 5 5 2,000.00 20 400.00 8,000.00 49 - Ink Bottle, Epson 664, C13t664400 Yellow Bottle 0 0 5 5 2,000.00 0 0 5 5 2,000.00 0 0 5 5 2,000.00 0 0 5 5 2,000.00 20 400.00 8,000.00 No. Unspsc Item Description Specification (input Specific Features Or Composition Of The Item Such As Dimensions, Color, Or Functions) Unit Of Measure Monthly Quantity Requirement Total Quantity For The Year Price Total Amount For The Year Jan Feb Mar Q1 Q1 Amount April May June Q2 Q2 Amount July Aug Sept Q3 Q3 Amount Oct Nov Dec Q4 Q4 Amount Other Items Not Available At Ps-dbm But Are Regularly Purchased From Other Sources (note: Please Indicate Price Of Items) 50 - Ink Bottle, Epson 673, T6731 Black Bottle 0 0 0 0 0.00 1 0 0 1 0.00 0 0 0 0 0.00 1 0 0 1 0.00 2 0.00 0.00 51 - Ink Bottle, Epson 673, T6732 Cyan Bottle 0 0 0 0 0.00 1 0 0 1 0.00 0 0 0 0 0.00 1 0 0 1 0.00 2 0.00 0.00 52 - Ink Bottle, Epson 673, T6733 Magenta Bottle 0 0 0 0 0.00 1 0 0 1 0.00 0 0 0 0 0.00 1 0 0 1 0.00 2 0.00 0.00 53 - Ink Bottle, Epson 673, T6734 Yellow Bottle 0 0 0 0 0.00 1 0 0 1 0.00 0 0 0 0 0.00 1 0 0 1 0.00 2 0.00 0.00 54 - Ink Bottle, Epson 673, T6735 Light Cyan Bottle 0 0 0 0 0.00 1 0 0 1 0.00 0 0 0 0 0.00 1 0 0 1 0.00 2 0.00 0.00 55 - Ink Bottle, Epson 673, T6736 Light Magenta Bottle 0 0 0 0 0.00 1 0 0 1 0.00 0 0 0 0 0.00 1 0 0 1 0.00 2 0.00 0.00 56 - Ribbon Cartridge, Epson Lx310, S015632 Black Cart 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0.00 0.00 57 - Ribbon Cartridge, Epson Lq2190, S015531/s015086 Black Cart 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0.00 0.00 58 - Toner Cartridge, Lexmark Network Printer, 58d3h00 Black Cart 0 0 3 3 54,000.00 0 0 0 0 0.00 0 0 3 3 54,000.00 0 0 0 0 0.00 6 18,000.00 108,000.00 59 - 0 0.00 0 0.00 0 0.00 0 0.00 0 0.00 0.00 60 - 0 0.00 0 0.00 0 0.00 0 0.00 0 0.00 0.00 61 - 0 0.00 0 0.00 0 0.00 0 0.00 0 0.00 0.00 62 - 0 0.00 0 0.00 0 0.00 0 0.00 0 0.00 0.00 63 - 0 0.00 0 0.00 0 0.00 0 0.00 0 0.00 0.00 64 - 0 0.00 0 0.00 0 0.00 0 0.00 0 0.00 0.00 65 - 0 0.00 0 0.00 0 0.00 0 0.00 0 0.00 0.00 66 - 0 0.00 0 0.00 0 0.00 0 0.00 0 0.00 0.00 67 - 0 0.00 0 0.00 0 0.00 0 0.00 0 0.00 0.00 68 - 0 0.00 0 0.00 0 0.00 0 0.00 0 0.00 0.00 69 - 0 0.00 0 0.00 0 0.00 0 0.00 0 0.00 0.00 70 - 0 0.00 0 0.00 0 0.00 0 0.00 0 0.00 0.00 71 - 0 0.00 0 0.00 0 0.00 0 0.00 0 0.00 0.00 72 - 0 0.00 0 0.00 0 0.00 0 0.00 0 0.00 0.00 73 - 0 0.00 0 0.00 0 0.00 0 0.00 0 0.00 0.00 74 - 0 0.00 0 0.00 0 0.00 0 0.00 0 0.00 0.00 75 - 0 0.00 0 0.00 0 0.00 0 0.00 0 0.00 0.00 76 - 0 0.00 0 0.00 0 0.00 0 0.00 0 0.00 0.00 77 - 0 0.00 0 0.00 0 0.00 0 0.00 0 0.00 0.00 78 - 0 0.00 0 0.00 0 0.00 0 0.00 0 0.00 0.00 79 - 0 0.00 0 0.00 0 0.00 0 0.00 0 0.00 0.00 80 - 0 0.00 0 0.00 0 0.00 0 0.00 0 0.00 0.00 81 - 0 0.00 0 0.00 0 0.00 0 0.00 0 0.00 0.00 82 - 0 0.00 0 0.00 0 0.00 0 0.00 0 0.00 0.00 83 - 0 0.00 0 0.00 0 0.00 0 0.00 0 0.00 0.00 84 - 0 0.00 0 0.00 0 0.00 0 0.00 0 0.00 0.00 85 - 0 0.00 0 0.00 0 0.00 0 0.00 0 0.00 0.00 86 - 0 0.00 0 0.00 0 0.00 0 0.00 0 0.00 0.00 87 - 0 0.00 0 0.00 0 0.00 0 0.00 0 0.00 0.00 88 - 0 0.00 0 0.00 0 0.00 0 0.00 0 0.00 0.00 89 - 0 0.00 0 0.00 0 0.00 0 0.00 0 0.00 0.00 90 - 0 0.00 0 0.00 0 0.00 0 0.00 0 0.00 0.00 91 - 0 0.00 0 0.00 0 0.00 0 0.00 0 0.00 0.00 92 - 0 0.00 0 0.00 0 0.00 0 0.00 0 0.00 0.00 93 - 0 0.00 0 0.00 0 0.00 0 0.00 0 0.00 0.00 94 - 0 0.00 0 0.00 0 0.00 0 0.00 0 0.00 0.00 95 - 0 0.00 0 0.00 0 0.00 0 0.00 0 0.00 0.00 96 - 0 0.00 0 0.00 0 0.00 0 0.00 0 0.00 0.00 97 - 0 0.00 0 0.00 0 0.00 0 0.00 0 0.00 0.00 98 - 0 0.00 0 0.00 0 0.00 0 0.00 0 0.00 0.00 99 - 0 0.00 0 0.00 0 0.00 0 0.00 0 0.00 0.00 100 - 0 0.00 0 0.00 0 0.00 0 0.00 0 0.00 0.00 No. Unspsc Item Description Specification (input Specific Features Or Composition Of The Item Such As Dimensions, Color, Or Functions) Unit Of Measure Monthly Quantity Requirement Total Quantity For The Year Price Total Amount For The Year Jan Feb Mar Q1 Q1 Amount April May June Q2 Q2 Amount July Aug Sept Q3 Q3 Amount Oct Nov Dec Q4 Q4 Amount Other Items Not Available At Ps-dbm But Are Regularly Purchased From Other Sources (note: Please Indicate Price Of Items) A. Total ₱ 2,480,000.00 B. Additional Provision For Inflation (10% Of Total) ₱ 248,000.00 C. Additional Provision For Transport And Freight Cost (if Applicable) ₱ - D. Grand Total (a + B+ C) ₱ 2,728,000.00 E. Approved Budget By The Agency Head In Figures And Words: We Hereby Warrant That The Total Amount Reflected In This Annual Procurement Plan To Procure The Listed Common-use Supplies, Materials, And Equipment Has Been Included In Or Is Within Our Approved Budget For The Year. Prepared By: Certified Funds Available / Certified Appropriate Funds Available: Approved By: Jodi Hani C. Leal / Cesar D. Tolentino Property/supply Officer Accountant / Budget Officer Date Prepared: Introduction: App-cse 2025 Form Annual Procurement Plan - Commom-use Supplies And Equipment (app-cse) 2025 Form This Form Contains The Common-use Supplies And Equipment (cse) Being Carried By The Procurement Service – Department Of Budget And Management (ps-dbm) That Shall Be Purchased By Government Agencies. Consistent With The Dbm Circular Letter Nos. 2011-6 And 2011-6-a Dated 25 August 2011 And 28 September 2011, Respectively, The App-cse Shall Serve As The Agency’s Annual Procurement Request For All Its Cse Requirements. Only Agencies With Uploaded App-cse In The Modernized Philippine Government Electronic Procurement System (mphilgeps) Will Be Able To Purchase Cse From The Ps-dbm. Note That The Items Listed On This Form Have Been Arranged In Accordance With The United Nations Standard Products And Services Code (unspsc). Reminders: 1.0 2.0 3.0 The App-cse Form Must Be Accomplished Using Microsoft Excel Format. The App-cse Shall Be Deemed Incorrect Or Invalid If The Form Used Is Other Than The Prescribed Format Which Is Downloadable From The Mphilgeps And Downloads Page Of Ps-dbm Website (www.ps-philgeps.gov.ph). All Information Must Be Provided Accurately. Kindly Refer To The Cse Catalogue On The Ps-dbm Website (www.ps-philgeps.gov.ph) Under The "what We Sell" Tab For The Detailed Technical Specifications And Sample Photo Of The Items. 4.0 Do Not Delete, Add, Or Revise Any Items Or Rows On This Form, Otherwise The Form Will Be Deemed Invalid. 5.0 6.0 7.0 8.0 For Items Not Included On The List Of Part Ii, A Separate File, With The File Name App-cse 2025 Form - Other Items, Can Be Downloaded From The Downloads Page Of Ps-dbm Website (www.ps-philgeps.gov.ph) And Must Be Submitted To Ps-dbm Through This Link: Https://shorturl.at/adeqo. Instructions On How To Fill-out Is Included In The Reminders Of The Form. Once Signed And Approved By The Property/supply Officer, Accountant/budget Officer, And Head Of The Agency/office, Kindly Upload The Soft Copy Of The App-cse In Microsoft Excel Format As Well As The Original Signed Copy In Portable Document Format (pdf) To The Agency's Mphilgeps Account On Or Before The Prescribed Period Or Deadline. Any App-cse Form That Is Unsigned Or Has Incomplete Signature Shall Be Deemed Invalid. Should There Be Changes In The Agency’s Cse Requirements, The Agency May Edit Their Uploaded App-cse Directly On Their Mphilgeps Account. However, The Agency Must Ensure That A Signed And Approved Copy Of The Supplemental App-cse Form Is Available. Note That All Cse Requirements In Excess Of The Quantities Indicated In The Original App-cse Form Will Not Be Served If Not Covered By A Supplemental App-cse. For Further Assistance Or Clarification, Agencies May Contact The Marketing And Sales Division Of Ps-dbm Through Its Mobile Numbers 0918-2954426 (smart) Or 0962-8255199 (smart), Or Email Appcse.helpdesk@ps-philgeps.gov.ph, Or Visit The Ps-dbm Website (www.ps-philgeps.gov.ph) For The Guide On How To Fill-out The App-cse. Environmental Management B Ncr Nec Cmpd., East Ave., Brgy. Central, Quezon City Joy Anne Marie A. Mancera Head, Ppmu Ppmudivision03@gmail.com 8931-13-31 Note: The App-cse For Fy 2025 Must Be Submitted On Or Before 31 July 2024. Department/bureau/office: Agency Code/uacs: Contact Person: Region: Organization Type: Position: Address: E-mail : Telephone/mobile Nos: Item & Specifications Unit Of Measure Monthly Quantity Requirement Total Quantity For The Year Price Total Amount For The Year Jan Feb Mar Q1 Q1 Amount April May June Q2 Q2 Amount July Aug Sept Q3 Q3 Amount Oct Nov Dec Q4 Q4 Amount Part I. Available At Ps-dbm (main Warehouse And Depots) Alcohol Or Acetone Based Antiseptics 1 12191601-al-e04 Alcohol, Ethyl, 500 Ml Bottle 0 0 0 0 0.00 70 70 70 210 10,590.30 0 0 0 0 0.00 70 70 70 210 10,590.30 420 50.43 21,180.60 2 12191601-al-e03 Alcohol, Ethyl, 1 Gallon Gallon 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 357.09 0.00 Arts And Crafts Equipment And Accessories And Supplies 3 60121413-cb-p01 Clearbook, A4 Size Piece 0 12 0 12 421.92 0 12 0 12 421.92 0 12 0 12 421.92 0 12 0 12 421.92 48 35.16 1,687.68 4 60121413-cb-p02 Clearbook, Legal Size Piece 0 12 0 12 436.32 0 12 0 12 436.32 0 12 0 12 436.32 0 12 0 12 436.32 48 36.36 1,745.28 5 60121534-er-p01 Eraser, Plastic/rubber Piece 0 10 0 10 82.60 0 10 0 10 82.60 0 10 0 10 82.60 0 10 0 10 82.60 40 8.26 330.40 6 60121524-sp-g01 Sign Pen, Extra Fine Tip, Black Piece 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 22.20 0.00 7 60121524-sp-g04 Sign Pen, Fine Tip, Black Piece 30 30 30 90 4,024.80 30 30 30 90 4,024.80 30 30 30 90 4,024.80 30 30 30 90 4,024.80 360 44.72 16,099.20 8 60121524-sp-g07 Sign Pen, Medium Tip, Black Piece 30 30 30 90 5,148.00 30 30 30 90 5,148.00 30 30 30 90 5,148.00 30 30 30 90 5,148.00 360 57.20 20,592.00 9 60121524-sp-g02 Sign Pen, Extra Fine Tip, Blue Piece 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 22.20 0.00 10 60121524-sp-g05 Sign Pen, Fine Tip, Blue Piece 50 50 50 150 6,708.00 50 50 50 150 6,708.00 50 50 50 150 6,708.00 50 50 50 150 6,708.00 600 44.72 26,832.00 11 60121524-sp-g08 Sign Pen, Medium Tip, Blue Piece 80 80 80 240 13,728.00 80 80 80 240 13,728.00 80 80 80 240 13,728.00 80 80 80 240 13,728.00 960 57.20 54,912.00 12 60121524-sp-g03 Sign Pen, Extra Fine Tip, Red Piece 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 22.20 0.00 13 60121524-sp-g06 Sign Pen, Fine Tip, Red Piece 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 45.76 0.00 14 60121524-sp-g09 Sign Pen, Medium Tip, Red Piece 12 12 12 36 2,059.20 12 12 12 36 2,059.20 12 12 12 36 2,059.20 12 12 12 36 2,059.20 144 57.20 8,236.80 15 60121124-wr-p01 Wrapping Paper Pack 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 161.20 0.00 Audio And Visual Equipment And Supplies 16 45121517-do-c03 Document Camera Unit 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 23,623.60 0.00 17 45111609-mm-p01 Multimedia Projector Unit 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 16,588.00 0.00 Batteries And Cells And Accessories 18 26111702-bt-a02 Battery, Dry Cell, Size Aa Pack 100 100 100 300 6,147.00 100 100 100 300 6,147.00 100 100 100 300 6,147.00 100 100 100 300 6,147.00 1200 20.49 24,588.00 19 26111702-bt-a01 Battery, Dry Cell, Size Aaa Pack 100 100 100 300 5,502.00 100 100 100 300 5,502.00 100 100 100 300 5,502.00 100 100 100 300 5,502.00 1200 18.34 22,008.00 Cleaning Equipment And Supplies 20 47131812-af-a01 Air Freshener Can 12 12 12 36 3,143.16 12 12 12 36 3,143.16 12 12 12 36 3,143.16 12 12 12 36 3,143.16 144 87.31 12,572.64 21 47131604-br-s01 Broom (walis Tambo) Piece 8 8 8 24 2,995.20 8 8 8 24 2,995.20 8 8 8 24 2,995.20 8 8 8 24 2,995.20 96 124.80 11,980.80 22 47131604-br-t01 Broom (walis Ting-ting) Piece 12 12 12 36 936.00 12 12 12 36 936.00 12 12 12 36 936.00 12 12 12 36 936.00 144 26.00 3,744.00 23 47131829-tb-c01 Cleaner, Toilet Bowl And Urinal Bottle 10 10 10 30 1,248.00 10 10 10 30 1,248.00 10 10 10 30 1,248.00 10 10 10 30 1,248.00 120 41.60 4,992.00 24 47131805-cl-p01 Cleanser, Scouring Powder Plastic Container 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 23.92 0.00 Item & Specifications Unit Of Measure Monthly Quantity Requirement Total Quantity For The Year Price Total Amount For The Year Jan Feb Mar Q1 Q1 Amount April May June Q2 Q2 Amount July Aug Sept Q3 Q3 Amount Oct Nov Dec Q4 Q4 Amount 25 47131811-de-b02 Detergent Bar Piece 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 9.34 0.00 26 47131811-de-p02 Detergent Powder, All Purpose Pouch 35 35 35 105 5,678.40 35 35 35 105 5,678.40 35 35 35 105 5,678.40 35 35 35 105 5,678.40 420 54.08 22,713.60 27 47131803-ds-a01 Disinfectant Spray Can 12 12 12 36 5,036.04 12 12 12 36 5,036.04 12 12 12 36 5,036.04 12 12 12 36 5,036.04 144 139.89 20,144.16 28 47131601-du-p01 Dust Pan Piece 0 0 10 10 468.00 0 0 10 10 468.00 0 0 10 10 468.00 0 0 10 10 468.00 40 46.80 1,872.00 29 47131802-fw-p03 Floor Wax, Paste Type, Red Can 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 309.76 0.00 30 47131830-fc-a01 Furniture Cleaner Can 4 4 4 12 1,696.68 4 4 4 12 1,696.68 4 4 4 12 1,696.68 4 4 4 12 1,696.68 48 141.39 6,786.72 31 73101612-hs-l01 Hand Soap, Liquid, 500ml Bottle 40 40 40 120 5,154.00 40 40 40 120 5,154.00 40 40 40 120 5,154.00 40 40 40 120 5,154.00 480 42.95 20,616.00 32 47121804-mp-b01 Mop Bucket Unit 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 2,288.00 0.00 33 47131501-rg-c01 Rags Kilo 0 0 0 0 0.00 0 0 0 0 0.00 0 12 0 12 833.64 0 12 0 12 833.64 24 69.47 1,667.28 34 47131602-sc-n01 Scouring Pad Pack 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 85.63 0.00 35 47121701-tb-p04 Trashbag, Xxl Size Roll/pack 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 130.00 0.00 36 47121701-tb-p05 Trashbag, Large Size Roll/pack 50 50 50 150 8,892.00 50 50 50 150 8,892.00 50 50 50 150 8,892.00 50 50 50 150 8,892.00 600 59.28 35,568.00 37 47121701-tb-p06 Trashbag, Xl Size Roll/pack 50 50 50 150 13,884.00 50 50 50 150 13,884.00 50 50 50 150 13,884.00 50 50 50 150 13,884.00 600 92.56 55,536.00 38 47121702-wb-p01 Wastebasket Piece 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 43.68 0.00 Color Compounds And Dispersions 39 12171703-si-p01 Ink, For Stamp Pad Bottle 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 28.79 0.00 Consumer Electronics 40 52161535-dv-r02 Digital Voice Recorder Unit 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 7,339.16 0.00 Films 41 13111203-ac-f01 Acetate Roll 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 1,243.84 0.00 42 13111201-cf-p02 Carbon Film, Legal Size Box 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 351.83 0.00 Fire Fighting Equipment 43 46191601-fe-m01 Fire Extinguisher, Dry Chemical Unit 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 1,144.00 0.00 Flag Or Accessories 44 55121905-ph-f01 Philippine National Flag Piece 0 0 0 0 0.00 0 0 0 0 0.00 0 1 0 1 284.84 0 0 0 0 0.00 1 284.84 284.84 Furniture And Furnishings 45 56101504-cm-b01 Monobloc Chair, Beige Piece 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 341.12 0.00 46 56101504-cm-w01 Monobloc Chair, White Piece 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 341.12 0.00 Heating And Ventilation And Air Circulation 47 40101604-ef-c01 Electric Fan, Ceiling Mount, Orbit Type Unit 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 1,222.00 0.00 48 40101604-ef-g01 Electric Fan, Industrial, Ground Type Unit 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 1,109.68 0.00 49 40101604-ef-s01 Electric Fan, Stand Type Unit 0 0 1 1 1,560.00 0 0 1 1 1,560.00 0 0 1 1 1,560.00 0 0 1 1 1,560.00 4 1,560.00 6,240.00 50 40101604-ef-w01 Electric Fan, Wall Mount Unit 0 0 1 1 901.68 0 0 1 1 901.68 0 0 1 1 901.68 0 0 1 1 901.68 4 901.68 3,606.72 Information And Communication Technology (ict) Equipment And Devices And Accessories 51 43211507-dsk003 Desktop, For Basic Users Unit 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 24,793.60 0.00 52 43211507-dsk004 Desktop, For Mid-range Users Unit 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 42,390.40 0.00 53 43201827-hd-x02 External Hard Drive Unit 5 0 5 10 30,149.60 5 0 5 10 30,149.60 5 0 5 10 30,149.60 5 0 5 10 30,149.60 40 3,014.96 120,598.40 54 43202010-fd-u04 Flash Drive Piece 5 5 5 15 2,291.10 5 5 5 15 2,291.10 5 5 5 15 2,291.10 5 5 5 15 2,291.10 60 152.74 9,164.40 55 43211503-lap004 Laptop Computer, For Mid-range Users Unit 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 42,380.00 0.00 56 43211503-lap003 Laptop Computer, Lightweight Unit 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 46,800.00 0.00 57 43211708-mo-o02 Computer Mouse, Wireless Unit 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 161.92 0.00 58 43212105-pr-l01 Printer, Laser, Monochrome Unit 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 2,636.89 0.00 Lighting And Fixtures And Accessories 59 39101628-lb-l01 Light-emitting Diode (led) Light Bulb, 7 Watts Piece 12 12 12 36 2,721.96 12 12 12 36 2,721.96 12 12 12 36 2,721.96 12 12 12 36 2,721.96 144 75.61 10,887.84 60 39101628-lt-l01 Light-emitting Diode (led) Linear Tube, 18 Watts Piece 30 30 30 90 18,523.80 30 30 30 90 18,523.80 30 30 30 90 18,523.80 30 30 30 90 18,523.80 360 205.82 74,095.20 Manufacturing Components And Supplies 61 31201610-gl-j02 Glue, All-purpose Bottle 0 0 10 10 621.40 0 0 10 10 621.40 0 0 10 10 621.40 0 0 10 10 621.40 40 62.14 2,485.60 62 31151804-sw-h01 Staple Wire, Heavy Duty (binder Type), 23/13 Box 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 36.40 0.00 63 31151804-sw-s01 Staple Wire, Standard Box 10 10 10 30 712.80 10 10 10 30 712.80 10 10 10 30 712.80 10 10 10 30 712.80 120 23.76 2,851.20 Item & Specifications Unit Of Measure Monthly Quantity Requirement Total Quantity For The Year Price Total Amount For The Year Jan Feb Mar Q1 Q1 Amount April May June Q2 Q2 Amount July Aug Sept Q3 Q3 Amount Oct Nov Dec Q4 Q4 Amount 64 31201502-ta-e02 Tape, Electrical Roll 0 0 20 20 389.00 0 0 20 20 389.00 0 0 20 20 389.00 0 0 20 20 389.00 80 19.45 1,556.00 65 31201503-ta-m01 Tape, Masking, 24mm Roll 30 30 30 90 5,011.20 30 30 30 90 5,011.20 30 30 30 90 5,011.20 30 30 30 90 5,011.20 360 55.68 20,044.80 66 31201503-ta-m02 Tape, Masking, 48 Mm Roll 50 50 50 150 18,174.00 50 50 50 150 18,174.00 50 50 50 150 18,174.00 50 50 50 150 18,174.00 600 121.16 72,696.00 67 31201517-ta-p01 Tape, Packaging, 48 Mm Roll 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 22.36 0.00 68 31201512-ta-t01 Tape, Transparent, 24mm Roll 0 0 30 30 530.40 0 0 30 30 530.40 0 0 30 30 530.40 0 0 30 30 530.40 120 17.68 2,121.60 69 31201512-ta-t02 Tape, Transparent, 48 Mm Roll 0 0 30 30 677.10 0 0 30 30 677.10 0 0 30 30 677.10 0 0 30 30 677.10 120 22.57 2,708.40 70 31151507-tw-p01 Twine, Plastic Roll 0 0 10 10 666.20 0 0 0 0 0.00 0 0 10 10 666.20 0 0 0 0 0.00 20 66.62 1,332.40 Measuring And Observing And Testing Equipment 71 41111604-ru-p02 Ruler, Plastic, 450mm Piece 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 19.93 0.00 Office Equipment And Accessories And Supplies 72 44121612-bl-h01 Blade, For General Purpose Cutter/utility Knife Tube 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 16.37 0.00 73 44101602-pb-m01 Binding And Punching Machine Unit 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 9,534.72 0.00 74 44122037-rb-p10 Binding Ring/comb, Plastic, 32 Mm Bundle 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 259.89 0.00 75 44101807-ca-c01 Calculator, Compact Unit 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 235.77 0.00 76 44121710-ch-w01 Chalk, White Enamel Box 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 32.97 0.00 77 44122105-bf-c01 Clip, Backfold, 19mm Box 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 9.36 0.00 78 44122105-bf-c02 Clip, Backfold, 25mm Box 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 15.60 0.00 79 44122105-bf-c03 Clip, Backfold, 32mm Box 12 12 12 36 1,198.08 12 12 12 36 1,198.08 12 12 12 36 1,198.08 12 12 12 36 1,198.08 144 33.28 4,792.32 80 44122105-bf-c04 Clip, Backfold, 50mm Box 12 12 12 36 2,171.52 12 12 12 36 2,171.52 12 12 12 36 2,171.52 12 12 12 36 2,171.52 144 60.32 8,686.08 81 44121801-ct-r02 Correction Tape Piece 40 40 40 120 1,620.00 40 40 40 120 1,620.00 40 40 40 120 1,620.00 40 40 40 120 1,620.00 480 13.50 6,480.00 82 44121612-cu-h01 Cutter/utility Knife, For General Purpose Piece 0 0 5 5 158.60 0 0 5 5 158.60 0 0 5 5 158.60 0 0 5 5 158.60 20 31.72 634.40 83 44111515-df-b01 Data File Box Piece 0 0 10 10 1,458.90 0 0 10 10 1,458.90 0 0 10 10 1,458.90 0 0 10 10 1,458.90 40 145.89 5,835.60 84 44122011-df-f01 Data Folder Piece 50 50 50 150 12,451.50 50 50 50 150 12,451.50 50 50 50 150 12,451.50 50 50 50 150 12,451.50 600 83.01 49,806.00 85 44103202-ds-m01 Dater Stamp Piece 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 434.95 0.00 86 44121506-en-d01 Envelope, Documentary, A4 Box 0 0 0 0 0.00 0 0 5 5 4,149.60 0 0 5 5 4,149.60 0 0 5 5 4,149.60 15 829.92 12,448.80 87 44121506-en-d02 Envelope, Documentary, Legal, Box 5 0 5 10 10,575.80 5 0 5 10 10,575.80 5 0 5 10 10,575.80 5 0 5 10 10,575.80 40 1,057.58 42,303.20 88 44121506-en-x01 Envelope, Expanding, Kraft Box 5 0 5 10 9,399.50 5 0 5 10 9,399.50 5 0 5 10 9,399.50 5 0 5 10 9,399.50 40 939.95 37,598.00 89 44121506-en-x02 Envelope, Expanding, Plastic Piece 0 0 0 0 0.00 0 0 10 10 304.90 0 0 10 10 304.90 0 0 10 10 304.90 30 30.49 914.70 90 44121506-en-m02 Envelope, Mailing Box 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 432.52 0.00 91 44121504-en-w02 Envelope, Mailing, With Window Box 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 512.72 0.00 92 44111912-er-b01 Eraser, Felt, For Blackboard/whiteboard Piece 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 14.48 0.00 93 44122118-fa-p01 Fastener Box 30 30 30 90 8,517.60 30 30 30 90 8,517.60 30 30 30 90 8,517.60 30 30 30 90 8,517.60 360 94.64 34,070.40 94 44111515-fo-x01 File Organizer, Expanding, Plastic, Legal Piece 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 90.20 0.00 95 44122018-ft-d01 File Tab Divider, A4 Set 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 11.13 0.00 96 44122018-ft-d02 File Tab Divider, Legal Set 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 14.23 0.00 97 44122011-fo-f01 Folder, Fancy With Slide, A4 Bundle 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 270.40 0.00 98 44122011-fo-f02 Folder, Fancy With Slide, Legal Bundle 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 291.20 0.00 99 44122011-fo-l01 Folder, L-type, A4 Pack 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 200.28 0.00 100 44122011-fo-l02 Folder, L-type, Legal Pack 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 249.08 0.00 101 44122027-fo-p01 Folder, Pressboard Box 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 952.64 0.00 102 44122011-fo-t01 Folder With Tab, A4 Pack 0 0 5 5 1,898.00 0 0 5 5 1,898.00 0 0 5 5 1,898.00 0 0 5 5 1,898.00 20 379.60 7,592.00 103 44122011-fo-t02 Folder With Tab, Legal Pack 0 0 10 10 4,139.20 0 0 10 10 4,139.20 0 0 10 10 4,139.20 0 0 10 10 4,139.20 40 413.92 16,556.80 104 44122008-it-t01 Index Tab Box 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 67.60 0.00 105 44121716-ma-f01 Marker, Flourescent Set 20 20 20 60 1,866.60 20 20 20 60 1,866.60 20 20 20 60 1,866.60 20 20 20 60 1,866.60 240 31.11 7,466.40 106 44121708-mp-b01 Marker, Permanent, Black Piece 60 60 60 180 1,488.60 60 60 60 180 1,488.60 60 60 60 180 1,488.60 60 60 60 180 1,488.60 720 8.27 5,954.40 107 44121708-mp-b02 Marker, Permanent, Blue Piece 60 60 60 180 1,488.60 60 60 60 180 1,488.60 60 60 60 180 1,488.60 60 60 60 180 1,488.60 720 8.27 5,954.40 108 44121708-mp-b03 Marker, Permanent, Red Piece 0 0 12 12 99.24 0 0 12 12 99.24 0 0 12 12 99.24 0 0 12 12 99.24 48 8.27 396.96 109 44121708-mw-b01 Marker, Whiteboard, Black Piece 15 15 15 45 434.25 15 15 15 45 434.25 15 15 15 45 434.25 15 15 15 45 434.25 180 9.65 1,737.00 110 44121708-mw-b02 Marker, Whiteboard, Blue Piece 15 15 15 45 434.25 15 15 15 45 434.25 15 15 15 45 434.25 15 15 15 45 434.25 180 9.65 1,737.00 Item & Specifications Unit Of Measure Monthly Quantity Requirement Total Quantity For The Year Price Total Amount For The Year Jan Feb Mar Q1 Q1 Amount April May June Q2 Q2 Amount July Aug Sept Q3 Q3 Amount Oct Nov Dec Q4 Q4 Amount 111 44121708-mw-b03 Marker, Whiteboard, Red Piece 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 9.65 0.00 112 44122104-pc-g01 Paper Clip, Vinly/plastic Coated, 33mm Box 15 15 15 45 396.90 15 15 15 45 396.90 15 15 15 45 396.90 15 15 15 45 396.90 180 8.82 1,587.60 113 44122104-pc-j02 Paper Clip, Vinly/plastic Coated, Jumbo, 50mm Box 15 15 15 45 875.70 15 15 15 45 875.70 15 15 15 45 875.70 15 15 15 45 875.70 180 19.46 3,502.80 114 44101603-ps-m02 Paper Shredder Unit 0 0 1 1 18,718.96 0 0 0 0 0.00 0 0 1 1 18,718.96 0 0 0 0 0.00 2 18,718.96 37,437.92 115 44101601-pt-m02 Paper Trimmer/cutting Machine Unit 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 9,297.60 0.00 116 44121706-pe-l01 Pencil, Lead/graphite, With Eraser Box 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 44.71 0.00 117 44121619-ps-m01 Pencil Sharpener Piece 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 236.08 0.00 118 44101602-pu-p01 Puncher, Paper, Heavy Duty Piece 5 5 5 15 2,308.80 5 5 5 15 2,308.80 5 5 5 15 2,308.80 5 5 5 15 2,308.80 60 153.92 9,235.20 119 44122101-ru-b01 Rubber Band No. 18 Box 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 135.20 0.00 120 44121905-sp-f01 Stamp Pad, Felt Piece 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 39.92 0.00 121 44121618-ss-s01 Scissors, Symmetrical/asymmetrical Pair 5 5 5 15 982.80 5 5 5 15 982.80 5 5 5 15 982.80 5 5 5 15 982.80 60 65.52 3,931.20 122 44121615-st-s01 Stapler, Standard Type Piece 0 0 10 10 1,976.00 0 0 10 10 1,976.00 0 0 10 10 1,976.00 0 0 10 10 1,976.00 40 197.60 7,904.00 123 44121615-st-b01 Stapler, Heavy Duty (binder) Unit 0 0 1 1 693.15 0 0 0 0 0.00 0 0 1 1 693.15 0 0 0 0 0.00 2 693.15 1,386.30 124 44121613-sr-p02 Staple Remover, Plier-type Piece 15 15 15 45 2,092.95 15 15 15 45 2,092.95 15 15 15 45 2,092.95 15 15 15 45 2,092.95 180 46.51 8,371.80 125 44121605-td-t01 Tape Dispenser, Table Top Piece 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 77.58 0.00 Paper Materials And Products 126 14111525-ca-a01 Cartolina, Assorted Colors Pack 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 83.72 0.00 127 14111506-cf-l11 Computer Continuous Form, 1 Ply, 280mm X 241mm Box 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 945.36 0.00 128 14111506-cf-l12 Computer Continuous Form, 1 Ply, 280mm X 378mm Box 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 1,973.92 0.00 129 14111514-np-s02 Notepad, Stick-on, 50mm X 76mm Pad 30 30 30 90 3,335.40 30 30 30 90 3,335.40 30 30 30 90 3,335.40 30 30 30 90 3,335.40 360 37.06 13,341.60 130 14111514-np-s04 Notepad, Stick-on, 76mm X 100mm Pad 30 30 30 90 5,335.20 30 30 30 90 5,335.20 30 30 30 90 5,335.20 30 30 30 90 5,335.20 360 59.28 21,340.80 131 14111514-np-s03 Notepad, Stick-on, 76mm X 76mm Pad 30 30 30 90 4,680.00 30 30 30 90 4,680.00 30 30 30 90 4,680.00 30 30 30 90 4,680.00 360 52.00 18,720.00 132 14111514-nb-s02 Steno Notebook Piece 0 0 20 20 280.80 0 0 20 20 280.80 0 0 20 20 280.80 0 0 20 20 280.80 80 14.04 1,123.20 133 14111507-pp-m01 Paper, Multicopy A4 Ream 50 50 50 150 32,070.00 50 50 50 150 32,070.00 50 50 50 150 32,070.00 50 50 50 150 32,070.00 600 213.80 128,280.00 134 14111507-pp-m02 Paper, Multicopy Legal Ream 10 10 10 30 6,988.80 10 10 10 30 6,988.80 10 10 10 30 6,988.80 10 10 10 30 6,988.80 120 232.96 27,955.20 135 14111507-pp-c01 Paper, Multipurpose A4 Ream 50 50 50 150 20,661.00 50 50 50 150 20,661.00 50 50 50 150 20,661.00 50 50 50 150 20,661.00 600 137.74 82,644.00 136 14111507-pp-c02 Paper, Multipurpose Legal Ream 10 10 10 30 4,767.30 10 10 10 30 4,767.30 10 10 10 30 4,767.30 10 10 10 30 4,767.30 120 158.91 19,069.20 137 14111531-pp-r01 Pad Paper, Ruled Pad 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 34.82 0.00 138 14111503-pa-p01 Paper, Parchment Box 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 154.21 0.00 139 14111531-re-b01 Record Book, 300 Pages Book 10 10 10 30 2,751.00 10 10 10 30 2,751.00 10 10 10 30 2,751.00 10 10 10 30 2,751.00 120 91.70 11,004.00 140 14111531-re-b02 Record Book, 500 Pages Book 20 20 20 60 7,473.60 20 20 20 60 7,473.60 20 20 20 60 7,473.60 20 20 20 60 7,473.60 240 124.56 29,894.40 141 14111704-tt-p04 Tissue, Interfolded Paper Towel Pack 100 100 100 300 10,140.00 100 100 100 300 10,140.00 100 100 100 300 10,140.00 100 100 100 300 10,140.00 1200 33.80 40,560.00 142 14111704-tt-p02 Toilet Tissue Paper, 2 Ply Pack 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 99.84 0.00 Perfumes Or Colognes Or Fragrances 143 53131626-hs-s01 Hand Sanitizer Bottle 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 85.08 0.00 Pesticides Or Pest Repellents 144 10191509-in-a01 Insecticide Can 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 139.36 0.00 Printed Publications 145 55101524-ra-h01 Handbook On Philippine Government Procurement (ra 9184 And Its Irr) Book 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 37.21 0.00 Printer Or Facsimile Or Photocopier Supplies (consumables) 1 44103109-br-d05 Drum Cartridge, Brother Dr-3455, Black Cart 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 6,947.20 0.00 2 44103105-ca-c04 Ink Cartridge, Canon Cl-741, Colored Cart 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 1,126.32 0.00 3 44103105-ca-c02 Ink Cartridge, Canon Cl-811, Colored Cart 10 10 10 30 35,349.60 10 10 10 30 35,349.60 10 10 10 30 35,349.60 10 10 10 30 35,349.60 120 1,178.32 141,398.40 4 44103105-ca-b04 Ink Cartridge, Canon Pg-740, Black Cart 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 861.12 0.00 5 44103105-ca-b02 Ink Cartridge, Canon Pg-810, Black Cart 20 20 20 60 53,539.20 20 20 20 60 53,539.20 20 20 20 60 53,539.20 20 20 20 60 53,539.20 240 892.32 214,156.80 6 44103105-ep-b17 Ink Cartridge, Epson C13t664100 (t6641), Black Cart 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 231.90 0.00 7 44103105-ep-c17 Ink Cartridge, Epson C13t664200 (t6642), Cyan Cart 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 242.20 0.00 8 44103105-ep-m17 Ink Cartridge, Epson C13t664300 (t6643), Magenta Cart 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 242.20 0.00 9 44103105-ep-y17 Ink Cartridge, Epson C13t664400 (t6644), Yellow Cart 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 242.20 0.00 Item & Specifications Unit Of Measure Monthly Quantity Requirement Total Quantity For The Year Price Total Amount For The Year Jan Feb Mar Q1 Q1 Amount April May June Q2 Q2 Amount July Aug Sept Q3 Q3 Amount Oct Nov Dec Q4 Q4 Amount 10 44103105-hp-b40 Ink Cartridge, Hp C2p04aa (hp62), Black Cart 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 852.80 0.00 11 44103105-hp-t40 Ink Cartridge, Hp C2p06aa (hp62), Tri-color Cart 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 1,048.32 0.00 12 44103105-hp-b09 Ink Cartridge, Hp C9351aa (hp21), Black Cart 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 910.00 0.00 13 44103105-hp-t10 Ink Cartridge, Hp C9352aa (hp22), Tri-color Cart 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 1,053.52 0.00 14 44103105-hp-b17 Ink Cartridge, Hp Cc640wa (hp60), Black Cart 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 880.88 0.00 15 44103105-hp-t17 Ink Cartridge, Hp Cc643wa (hp60), Tri-color Cart 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 1,047.28 0.00 16 44103105-hx-c40 Ink Cartridge, Hp Cd972aa (hp920xl), Cyan Cart 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 823.68 0.00 17 44103105-hx-m40 Ink Cartridge, Hp Cd973aa (hp920xl), Magenta Cart 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 823.68 0.00 18 44103105-hx-y40 Ink Cartridge, Hp Cd974aa (hp920xl), Yellow Cart 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 823.68 0.00 19 44103105-hx-b40 Ink Cartridge, Hp Cd975aa (hp920xl), Black Cart 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 1,541.28 0.00 20 44103105-hp-b20 Ink Cartridge, Hp Ch561wa (hp61), Black Cart 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 865.28 0.00 21 44103105-hp-t20 Ink Cartridge, Hp Ch562wa (hp61), Tri-color Cart 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 1,066.00 0.00 22 44103105-hx-b43 Ink Cartridge, Hp Cn045aa (hp950xl), Black Cart 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 1,970.80 0.00 23 44103105-hx-c43 Ink Cartridge, Hp Cn046aa (hp951xl), Cyan Cart 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 1,517.36 0.00 24 44103105-hx-m43 Ink Cartridge, Hp Cn047aa (hp951xl), Magenta Cart 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 1,517.36 0.00 25 44103105-hx-y43 Ink Cartridge, Hp Cn048aa (hp951xl), Yellow Cart 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 1,517.36 0.00 26 44103105-hp-b36 Ink Cartridge, Hp Cn692aa (hp704), Black Cart 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 419.12 0.00 27 44103105-hp-t36 Ink Cartridge, Hp Cn693aa (hp704), Tri-color Cart 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 419.12 0.00 28 44103105-hp-b33 Ink Cartridge, Hp Cz107aa (hp678), Black Cart 5 5 5 15 6,068.40 5 5 5 15 6,068.40 5 5 5 15 6,068.40 5 5 5 15 6,068.40 60 404.56 24,273.60 29 44103105-hp-t33 Ink Cartridge, Hp Cz108aa (hp678), Tri-color Cart 5 5 5 15 6,068.40 5 5 5 15 6,068.40 5 5 5 15 6,068.40 5 5 5 15 6,068.40 60 404.56 24,273.60 30 44103105-hp-t43 Ink Cartridge, Hp F6v26aa (hp680), Tri-color Cart 20 20 20 60 25,459.20 20 20 20 60 25,459.20 20 20 20 60 25,459.20 20 20 20 60 25,459.20 240 424.32 101,836.80 31 44103105-hp-b43 Ink Cartridge, Hp F6v27aa (hp680), Black Cart 25 25 25 75 31,824.00 25 25 25 75 31,824.00 25 25 25 75 31,824.00 25 25 25 75 31,824.00 300 424.32 127,296.00 32 44103105-hp-c50 Ink Cartridge, Hp L0s51aa (hp955), Cyan Original Cart 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 982.80 0.00 33 44103105-hp-m50 Ink Cartridge, Hp L0s54aa (hp955), Magenta Original Cart 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 982.80 0.00 34 44103105-hp-y50 Ink Cartridge, Hp L0s57aa (hp955), Yellow Original Cart 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 982.80 0.00 35 44103105-hp-b50 Ink Cartridge, Hp L0s60aa (hp955), Black Original Cart 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 1,294.80 0.00 36 44103105-hx-c48 Ink Cartridge, Hp L0s63aa (hp955xl), Cyan Original Cart 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 1,339.52 0.00 37 44103105-hx-m48 Ink Cartridge, Hp L0s66aa (hp955xl), Magenta Cart 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 1,339.52 0.00 38 44103105-hx-y48 Ink Cartridge, Hp L0s69aa (hp955xl), Yellow Cart 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 1,339.52 0.00 39 44103105-hx-b48 Ink Cartridge, Hp L0s72aa (hp955xl), Black Original Cart 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 1,817.92 0.00 40 44103105-hp-c51 Ink Cartridge, Hp T6l89aa (hp905), Cyan Original Cart 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 468.00 0.00 41 44103105-hp-m51 Ink Cartridge, Hp T6l93aa (hp905), Magenta Original Cart 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 468.00 0.00 42 44103105-hp-y51 Ink Cartridge, Hp T6l97aa (hp905), Yellow Original Cart 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 468.00 0.00 43 44103105-hp-b51 Ink Cartridge, Hp T6m01aa (hp905), Black Original Cart 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 774.80 0.00 44 44103112-ep-r05 Ribbon Cartridge, Epson C13s015516 (#8750), Black Cart 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 77.43 0.00 45 44103112-ep-r13 Ribbon Cartridge, Epson C13s015632, Black Cart 4 4 4 12 935.28 4 4 4 12 935.28 4 4 4 12 935.28 4 4 4 12 935.28 48 77.94 3,741.12 46 44103112-ep-r07 Ribbon Cartridge, Epson C13s015531 (s015086) Cart 1 1 1 3 2,455.44 1 1 1 3 2,455.44 1 1 1 3 2,455.44 1 1 1 3 2,455.44 12 818.48 9,821.76 47 44103103-br-b09 Toner Cartridge, Brother Tn-3320, Black Cart 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 3,567.20 0.00 48 44103103-br-b11 Toner Cartridge, Brother Tn-3350, Black Cart 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 5,002.40 0.00 49 44103103-br-b15 Toner Cartridge, Brother Tn-3478, Black Cart 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 5,575.44 0.00 50 44103103-br-b16 Toner Cartridge, Brother Tn-456 Black, High Yield Cart 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 4,564.56 0.00 51 44103103-br-c03 Toner Cartridge, Brother Tn-456 Cyan, High Yield Cart 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 7,716.80 0.00 52 44103103-br-m03 Toner Cartridge, Brother Tn-456 Magenta, High Yield Cart 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 7,716.80 0.00 53 44103103-br-y03 Toner Cartridge, Brother Tn-456 Yellow, High Yield Cart 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 7,716.80 0.00 54 44103103-ca-b00 Toner Cartridge, Canon Crg-324 Ii Cart 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 13,399.36 0.00 55 44103103-hp-b12 Toner Cartridge, Hp Cb435a, Black Cart 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 3,439.28 0.00 56 44103103-hp-b18 Toner Cartridge, Hp Ce255a, Black Cart 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 7,705.36 0.00 57 44103103-hp-b21 Toner Cartridge, Hp Ce278a, Black Cart 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 4,152.72 0.00 58 44103103-hp-b22 Toner Cartridge, Hp Ce285a (hp85a), Black Cart 10 10 0 20 71,968.00 10 10 0 20 71,968.00 10 10 0 20 71,968.00 10 10 0 20 71,968.00 80 3,598.40 287,872.00 Item & Specifications Unit Of Measure Monthly Quantity Requirement Total Quantity For The Year Price Total Amount For The Year Jan Feb Mar Q1 Q1 Amount April May June Q2 Q2 Amount July Aug Sept Q3 Q3 Amount Oct Nov Dec Q4 Q4 Amount 59 44103103-hp-b23 Toner Cartridge, Hp Ce310a, Black Cart 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 2,608.32 0.00 60 44103103-hp-c23 Toner Cartridge, Hp Ce311a, Cyan Cart 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 2,897.44 0.00 61 44103103-hp-y23 Toner Cartridge, Hp Ce312a, Yellow Cart 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 2,897.44 0.00 62 44103103-hp-m23 Toner Cartridge, Hp Ce313a, Magenta Cart 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 2,897.44 0.00 63 44103103-hp-b28 Toner Cartridge, Hp Ce505a, Black Cart 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 4,495.92 0.00 64 44103103-hp-b52 Toner Cartridge, Hp Cf217a (hp17a), Black Laserjet Cart 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 3,194.88 0.00 65 44103103-hp-b53 Toner Cartridge, Hp Cf226a (hp26a), Black Laserjet Cart 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 5,822.96 0.00 66 44103103-hp-b56 Toner Cartridge, Hp Cf281a (hp81a), Black Laserjet Cart 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 8,658.00 0.00 67 44103103-hp-b57 Toner Cartridge, Hp Cf283a (hp83a), Laserjet Black Cart 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 3,367.52 0.00 68 44103103-hp-b58 Toner Cartridge, Hp Cf287a (hp87), Black Cart 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 10,908.56 0.00 69 44103103-hp-b60 Toner Cartridge, Hp Cf350a, Black Laserjet Cart 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 2,856.88 0.00 70 44103103-hp-c60 Toner Cartridge, Hp Cf351a, Cyan Laserjet Cart 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 2,943.20 0.00 71 44103103-hp-y60 Toner Cartridge, Hp Cf352a, Yellow Laserjet Cart 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 2,943.20 0.00 72 44103103-hp-m60 Toner Cartridge, Hp Cf353a, Magenta Laserjet Cart 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 2,943.20 0.00 73 44103103-hp-b61 Toner Cartridge, Hp Cf360a (hp508a), Black Laserjet Cart 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 7,803.12 0.00 74 44103103-hp-c61 Toner Cartridge, Hp Cf361a (hp508a), Cyan Laserjet Cart 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 9,783.28 0.00 75 44103103-hp-y61 Toner Cartridge, Hp Cf362a (hp508a), Yellow Laserjet Cart 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 9,783.28 0.00 76 44103103-hp-m61 Toner Cartridge, Hp Cf363a (hp508a), Magenta Laserjet Cart 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 9,783.28 0.00 77 44103103-hp-b62 Toner Cartridge, Hp Cf400a (hp201a), Black Laserjet Cart 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 3,439.28 0.00 78 44103103-hp-c62 Toner Cartridge, Hp Cf401a (hp201a), Cyan Laserjet Cart 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 4,063.28 0.00 79 44103103-hp-y62 Toner Cartridge, Hp Cf402a (hp201a), Yellow Laserjet Cart 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 4,063.28 0.00 80 44103103-hp-m62 Toner Cartridge, Hp Cf403a (hp201a), Magenta Laserjet Cart 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 4,063.28 0.00 81 44103103-hp-b63 Toner Cartridge, Hp Cf410a (hp410a), Black Cart 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 4,328.48 0.00 82 44103103-hp-c63 Toner Cartridge, Hp Cf411a (hp410a), Cyan Cart 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 5,592.08 0.00 83 44103103-hp-y63 Toner Cartridge, Hp Cf412a (hp410a), Yellow Cart 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 5,592.08 0.00 84 44103103-hp-m63 Toner Cartridge, Hp Cf413a (hp410a), Magenta Cart 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 5,592.08 0.00 85 44103103-hp-b34 Toner Cartridge, Hp Q2612a, Black Cart 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 4,155.84 0.00 86 44103103-hp-b48 Toner Cartridge, Hp Q7553a, Black Cart 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 4,680.00 0.00 Software 1 43231513-sft-001 Business Function Specific Software License 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0.00 0.00 2 43231602-sft-002 Finance Accounting And Enterprise Resource Planning Erp Software License 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0.00 0.00 3 43232004-sft-003 Computer Game Or Entertainment Software License 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0.00 0.00 4 43232107-sft-004 Content Authoring And Editing Software License 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0.00 0.00 5 43232202-sft-005 Content Management Software License 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0.00 0.00 6 43232304-sft-006 Data Management And Query Software License 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0.00 0.00 7 43232402-sft-007 Development Software License 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0.00 0.00 8 43232505-sft-008 Educational Or Reference Software License 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0.00 0.00 9 43232603-sft-009 Industry Specific Software License 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0.00 0.00 10 43233501-sft-016 Information Exchange Software License 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0.00 0.00 11 43232701-sft-010 Network Applications Software License 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0.00 0.00 12 43232802-sft-011 Network Management Software License 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0.00 0.00 13 43232905-sft-012 Networking Software License 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0.00 0.00 14 43233004-sft-013 Operating Environment Software License 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0.00 0.00 15 43233205-sft-014 Security And Protection Software License 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0.00 0.00 16 43233405-sft-015 Utility And Device Driver Software License 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0.00 0.00 Part Ii. Other Items Not Available At Ps-dbm But Are Regularly Purchased From Other Sources (note: Please Indicate Price Of Items) 1 80141505-ts-001 Ballpen Piece 100 100 100 300 3,900.00 100 100 100 300 3,900.00 100 100 100 300 3,900.00 100 100 100 300 3,900.00 1200 13.00 15,600.00 2 80141505-ts-002 Multifunction Printer Unit 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0.00 0.00 3 80141505-ts-003 Laminating Film Pack 5 5 5 15 6,000.00 5 5 5 15 6,000.00 5 5 5 15 6,000.00 5 5 5 15 6,000.00 60 400.00 24,000.00 Item & Specifications Unit Of Measure Monthly Quantity Requirement Total Quantity For The Year Price Total Amount For The Year Jan Feb Mar Q1 Q1 Amount April May June Q2 Q2 Amount July Aug Sept Q3 Q3 Amount Oct Nov Dec Q4 Q4 Amount 4 80141505-ts-004 Sticker Paper Pack 0 0 10 10 600.00 0 0 10 10 600.00 0 0 10 10 600.00 0 0 10 10 600.00 40 60.00 2,400.00 5 80141505-ts-005 Double Sided Tape Roll 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0.00 0.00 6 80141505-ts-006 Photo Paper Pack 0 0 10 10 1,900.00 0 0 10 10 1,900.00 0 0 10 10 1,900.00 0 0 10 10 1,900.00 40 190.00 7,600.00 7 80141505-ts-007 Bleaching Solution Bottle 0 0 0 0 0.00 0 0 50 50 12,000.00 0 0 0 0 0.00 0 0 50 50 12,000.00 100 240.00 24,000.00 8 80141505-ts-008 Certificate Frame Piece 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0.00 0.00 9 80141505-ts-009 Certificate Holder Piece 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0.00 0.00 10 80141505-ts-010 Uninterruptible Power Supply Unit 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0.00 0.00 11 80141505-ts-011 Air Conditioning Unit Unit 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0.00 0.00 12 80141505-ts-012 Smart Television Unit 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0.00 0.00 13 80141505-ts-013 White Board Piece 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0.00 0.00 14 80141505-ts-014 Microphone Unit 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0.00 0.00 15 80141505-ts-015 Medal Piece 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0.00 0.00 16 80141505-ts-016 Dishwashing Liquid Bottle 10 10 10 30 9,900.00 10 10 10 30 9,900.00 10 10 10 30 9,900.00 10 10 10 30 9,900.00 120 330.00 39,600.00 17 80141505-ts-017 Plastic Fastener Box 10 10 10 30 1,410.00 10 10 10 30 1,410.00 10 10 10 30 1,410.00 10 10 10 30 1,410.00 120 47.00 5,640.00 18 80141505-ts-018 Steel Filing Cabinet Piece 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0.00 0.00 19 80141505-ts-019 Vellum Board Paper Pack 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0.00 0.00 20 80141505-ts-020 Extension Cord Piece 0 0 0 0 0.00 5 5 5 15 18,000.00 0 0 0 0 0.00 5 5 5 15 18,000.00 30 1,200.00 36,000.00 21 80141505-ts-021 Paint Gallon 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0.00 0.00 22 80141505-ts-022 Colored Paper Pack 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0.00 0.00 23 80141505-ts-023 Bond Paper Ream 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0.00 0.00 24 80141505-ts-024 Push Pin Pack 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0.00 0.00 25 80141505-ts-025 Door Mat Piece 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0.00 0.00 26 80141505-ts-026 Glue Stick (paste) Piece 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0.00 0.00 27 80141505-ts-027 Glue Stick (for Glue Gun) Pack 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0.00 0.00 28 80141505-ts-028 Deodorant Cake Piece 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0.00 0.00 29 80141505-ts-029 Disposable Gloves Box 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0.00 0.00 30 80141505-ts-030 Office Chair Piece 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0.00 0.00 31 80141505-ts-031 Manila Paper Pack 0 0 10 10 800.00 0 0 0 0 0.00 0 0 10 10 800.00 0 0 0 0 0.00 20 80.00 1,600.00 32 80141505-ts-032 Automotive Batteries Piece 0 1 0 1 7,500.00 0 1 0 1 7,500.00 0 1 0 1 7,500.00 0 1 0 1 7,500.00 4 7,500.00 30,000.00 33 80141505-ts-033 Padlock Piece 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0.00 0.00 34 80141505-ts-034 Mobile Phone Unit 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0.00 0.00 35 80141505-ts-035 Compact Disc Piece 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0.00 0.00 36 80141505-ts-036 Amplifier Unit 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0.00 0.00 37 80141505-ts-037 Storage Box Piece 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0.00 0.00 38 80141505-ts-038 Plastic Envelope Piece 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0.00 0.00 39 80141505-ts-039 Document Scanner Unit 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0.00 0.00 40 80141505-ts-040 Water Dispenser Unit 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0.00 0.00 41 80141505-ts-041 Paracetamol Pack 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0.00 0.00 42 80141505-ts-042 Glue Gun Unit 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0.00 0.00 43 80141505-ts-043 Inkjet Printer Unit 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0.00 0.00 44 80141505-ts-044 Speakers Unit 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0.00 0.00 45 80141505-ts-045 Povidone Iodine Bottle 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0.00 0.00 46 80141505-ts-046 Keyboard Unit 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0.00 0.00 47 80141505-ts-047 Dslr Camera Unit 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0.00 0.00 48 80141505-ts-048 Steel Rack Set 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0.00 0.00 49 80141505-ts-049 Laminating Machine Unit 0 0 1 1 5,000.00 0 0 0 0 0.00 0 0 1 1 5,000.00 0 0 0 0 0.00 2 5,000.00 10,000.00 50 80141505-ts-050 Fuel Filters Piece 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0.00 0.00 51 80141505-ts-051 Airline Tickets (domestic) Ticket 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0.00 0.00 52 80141505-ts-052 Airline Tickets (international) Ticket 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0.00 0.00 Item & Specifications Unit Of Measure Monthly Quantity Requirement Total Quantity For The Year Price Total Amount For The Year Jan Feb Mar Q1 Q1 Amount April May June Q2 Q2 Amount July Aug Sept Q3 Q3 Amount Oct Nov Dec Q4 Q4 Amount 53 80141505-ts-053 Car (sedan Or Hatchback) Unit 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0.00 0.00 46 80141505-ts-054 Multi-purpose Vehicle (mpv) Unit 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0.00 0.00 47 80141505-ts-055 Sports Utility Vehicle (suv) Unit 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0.00 0.00 48 80141505-ts-056 Passenger Van Unit 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0.00 0.00 49 80141505-ts-057 Van Unit 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0.00 0.00 50 80141505-ts-058 Tri-wheel Vehicle Unit 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0.00 0.00 51 80141505-ts-059 Pick-up Truck Unit 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0.00 0.00 52 80141505-ts-060 All-terrain Vehicle (atv) Unit 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0.00 0.00 53 80141505-ts-061 Assembled Owner-type Jeep Unit 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0.00 0.00 50 80141505-ts-062 Assembled Passenger Jeepney-type Vehicle Unit 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0.00 0.00 51 80141505-ts-063 Motorcycle Unit 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0.00 0.00 52 80141505-ts-064 Bus Unit 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0.00 0.00 53 80141505-ts-065 Mini Bus Unit 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0 0 0 0.00 0 0.00 0.00 A. Total ₱ 2,576,442.32 B. Additional Provision For Inflation (10% Of Total) ₱ 257,644.23 C. Additional Provision For Transport And Freight Cost (if Applicable) ₱ - D. Grand Total (a + B+ C) ₱ 2,834,086.55 E. Approved Budget By The Agency Head In Figures And Words: We Hereby Warrant That The Total Amount Reflected In This Annual Procurement Plan To Procure The Listed Common-use Supplies, Materials, And Equipment Has Been Included In Or Is Within Our Approved Budget For The Year. Prepared By: Certified Funds Available / Certified Appropriate Funds Available: Approved By: Property/supply Officer Date Prepared: Accountant / Budget Officer Head Of Office/agency
BARANGAY STA ROSA, BALANGIGA EASTERN SAMAR Tender
Civil And Construction...+1Civil Works Others
Philippines
Closing Date12 Feb 2025
Tender AmountPHP 500 K (USD 8.6 K)
Details: Description S P E C I F I C A T I O N S B.5 Project Billboard The Contractor Shall Install One (1) Billboard Measuring 8 Ft. X 8 Ft. Tarpaulin, In Front Of The Project Site. Project Billboard Shall Be Installed For Government Information Projects To Inform The Public Of The Implementation Of The Project And To Advise The Road Users Of The On-going Construction. Upon Completion Of The Work, All Signs Installed Shall Be Removed From The Site. 102(1) Roadway Excavation Removal Of Unsuitable Material Where The Plans Show The Top Portion Of The Roadbed To Be Selected Topping, All Unsuitable Materials Shall Be Excavated To The Depth Necessary For Replacement Of The Selected Topping To The Required Compacted Thickness. Where Excavation To The Finished Graded Section Results In A Subgrade Or Slopes Of Unsuitable Soil, The Engineer May Require The Contractor To Remove The Unsuitable Material And Backfill To The Finished Graded Section With Approved Material. The Contractor Shall Conduct His Operations In Such A Way That The Engineer Can Take The Necessary Cross-sectional Measurements Before The Backfill Is Placed. The Excavation Of Muck Shall Be Handled In A Manner That Will Not Permit The Entrapment Of Muck Within The Backfill. The Material Used For Backfilling Up To The Ground Line Or Water Level, Whichever Is Higher, Shall Be Rock Or Other Suitable Granular Material Selected From The Roadway Excavation, If Available. If Not Available, Suitable Material Shall Be Obtained From Other Approved Sources. Unsuitable Material Removed Shall Be Disposed Off In Designated Areas Shown On The Plans Or Approved By The Engineer. Item 201 – Aggregate Base Course 201.1 Description This Item Shall Consist Of Furnishing, Placing And Compacting An Aggregate Base Course On A Prepared Sub-grade/sub-base In Accordance With This Specification And The Lines, Grades, Thickness And Typical Cross-sections Shown On The Plans, Or As Established By The Lgu Project Engineer. 201.2 Material Requirements Aggregate For Base Course Shall Consist Of Hard, Durable Particles Or Fragments Of Crushed Stone, Crushed Slag Or Crushed Or Natural Gravel And Filler Of Natural Or Crushed Sand Or Other Finely Divided Mineral Matter. The Composite Material Shall Be Free From Vegetable Matter And Lumps Or Balls Of Clay, And Shall Be Of Such Nature That It Can Be Compacted Readily To Form A Firm, Stable Base. In Some Areas Where The Conventional Base Course Materials Are Scarce Or Non-available, The Use Of 40% Weathered Limestone Blended With 60% Crushed Stones Or Gravel Shall Be Allowed, Provided That The Blended Materials Meet The Requirements Of This Item. The Base Course Material Shall Conform To Table 201.1, Whichever Is Called For In The Bill Of Quantities Table 201.1 – Grading Requirements Sieve Designation Mass Percent Passing Standard, Mm Alternate Us Standard Grading A Grading B 50 2” 100 37.5 1-1/2” - 100 25.0 1” 60 – 85 - 19.0 ¾” - 60 – 85 12.5 ½” 35 – 65 - 4.75 No. 4 20 – 50 30 – 55 0.425 No. 40 5 – 20 8 – 25 0.075 No. 200 0 – 12 2 – 14 The Fraction Passing The 0.075 Mm (no. 200) Sieve Shall Not Be Greater Than 0.66 (two Thirds) Of The Fraction Passing The 0.425 Mm (no. 40) Sieve. The Fraction Passing The 0.425 Mm (no. 40) Sieve Shall Have A Liquid Limit Not Greater Than 25 And Plasticity Index Not Greater Than 6 As Determined By Aashto T 89 And T 90, Respectively. The Coarse Portion, Retained On A 2.00 Mm (no. 10) Sieve Shall Have A Mass Percent Of Wear Not Exceeding 50 By The Los Angeles Abrasion Test Determined By Aashto T 96. The Material Passing The 19 Mm (3/4 Inch) Sieve Shall Have A Soaked Cbr Value Of Not Less Than 80% As Determined By Aashto T 193. The Cbr Value Shall Be Obtained At The Maximum Dry Density (mdd) As Determined By Aashto T 180, Method D. If Filler, In Addition To That Naturally Present, Is Necessary For Meeting The Grading Requirements Or For Satisfactory Bonding, It Shall Be Uniformly Blended With The Base Course Material On The Road Or In A Pug Mill Unless Otherwise Specified Or Approved. Filler Shall Be Taken From Sources Approved By The Lgu Project Engineer, Shall Be Free From Hard Lumps And Shall Not Contain More Than 15 Percent Of Material Retained On The 4.75 Mm (no. 4) Sieve. 201.3 Construction Requirements 201.3.1 Preparation Of Existing Surface The Existing Surface Shall Be Graded And Finished As Provided Under Item 105, Sub-grade Preparation, Before Placing The Base Material. 201.3.2 Placing It Shall Be In Accordance With All The Requirements Of Subsection 200.3.2, Placing. 201.3.3 Spreading And Compacting It Shall Be In Accordance With All The Requirements Of Subsection 200.3.3, Spreading And Compacting. 201.3.4 Additional Filler Additional Filler, When Required And When Not Added At The Screening Plant, Shall Be Spread In A Uniform Layer Over The Loosely Spread Base Material As Specified By The Lgu Project Engineer, Scarified By Appropriate Heavy Equipment And Then Watered And Mixed As Described Above. These Materials Are Incidental To The Work And No Payment Shall Be Made By The Project To The Contractor. 201.3.5 Trial Sections Trial Sections Shall Conform In All Respects To The Requirements Specified In Subsection 200.3.4. 201.3.6 Tolerances The Aggregate Base Course Shall Be Laid To The Designed Level And Transverse Slopes Shown On The Plans. The Allowable Tolerances Shall Be In Accordance With Following: Permitted Variation From Design Thickness Of Layer ± 10 Mm Permitted Variation From Design Level Of Surface + 5 Mm -10 Mm Permitted Surface Irregularity Measured By 3-m Straight-edge 5 Mm Permitted Variation From Design Crossfall Or Camber ± 0.2% Permitted Variation From Design Longitudinal Grade Over 25 M In Length ± 0.1% 201.4 Environmental Measures During The Course Of Hauling Operations, The Contractor Must At All Times Provide The Necessary Cover For The Dump Body Of The Hauling Equipment To Prevent Accidental Spoilage Of Earth Materials That Will Injure The Travelling Public Or People Living Near By. The Travel Route Of The Hauling Equipment’s Must Always Be Moist To Prevent Blowing Up Of Dusts Particles. Likewise, The Contractor Must Always Observe The Noise Level Of The Exhaust Mufflers Of The Heavy Equipment’s To Be At Minimum. Otherwise, Exhaust Muffler Must Be Provided With Silencers To Reduce Noise Levels Of The Hauling Equipment’s. Travelling Speed Of All Hauling Equipment’s Must Be Reduce When Passing Populated Areas Or At The School Site During School Days. Item 311 – Portland Cement Concrete Pavement 311.1 Description This Item Shall Consist Of Pavement Of Portland Cement Concrete, With Or Without Reinforcement, Constructed On The Prepared Base In Accordance With This Specification And In Conformity With Lines, Grades, Thickness And Typical Cross-section Shown On The Plans. 311.2 Material Requirements 311.2.1 Portland Cement Only Type I Portland Cement Shall Be Used Unless Otherwise Provided For In The Special Provisions. Different Brands Or The Same Brands From Different Mills Shall Not Be Mixed Nor Shall They Be Used Alternately Unless The Mix Is Approved By The Lgu Project Engineer. Cement Which For Any Reason Has Become Partially Set Or Which Contains Lumps Of Caked Cement Will Be Rejected. Cement Salvaged From Discarded Or Used Bags Shall Not Be Used. Samples Of Cement Shall Be Obtained In Accordance With Aashto T 127. 311.2.2 Fine Aggregate It Shall Consist Of Natural Sand, Stone Screenings Or Other Inert Materials With Similar Characteristics, Or Combinations Thereof, Having Hard, Strong And Durable Particles. Fine Aggregate From Different Sources Of Supply Shall Not Be Mixed Or Stored In The Same Pile Nor Used Alternately In The Same Class Of Concrete Without The Approval Of The Lgu Project Engineer. It Shall Not Contain More Than Three (3) Mass Percent Of Material Passing The 0.075 Mm (no. 200 Sieve) By Washing Nor More Than One (1) Mass Percent Each Of Clay Lumps Or Shale. The Use Of Beach Sand Will Not Be Allowed Without The Approval Of The Lgu Project Engineer. If The Fine Aggregate Is Subjected To Five (5) Cycles Of The Sodium Sulfate Soundness Test, The Weighted Loss Shall Not Exceed 10 Mass Percent. The Fine Aggregate Shall Be Free From Injurious Amounts Of Organic Impurities. If Subjected To The Colorimetric Test For Organic Impurities And A Color Darker Than The Standard Is Produced, It Shall Be Rejected. However, When Tested For The Effect Of Organic Impurities Of Strength Of Mortar By Aashto T 71, The Fine Aggregate May Be Used If The Relative Strength At 7 And 28 Days Is Not Less Than 95 Mass Percent. The Fine Aggregate Shall Be Well-graded From Coarse To Fine And Shall Conform To Table 311.1 Table 311.1 – Grading Requirements For Fine Aggregate Sieve Designation Mass Percent Passing 9.5 Mm (3/8 In) 100 4.75 Mm (no. 4) 95 – 100 2.36 Mm (no. 8) - 1.18 Mm (no. 16) 45 – 80 0.600 Mm (no. 30) - 0.300 Mm (no. 50) 5 – 30 0.150 Mm (no. 100) 0 – 10 311.2.3 Coarse Aggregate It Shall Consist Of Crushed Stone, Gravel, Blast Furnace Slag, Or Other Approved Inert Materials Of Similar Characteristics, Or Combinations Thereof, Having Hard, Strong, Durable Pieces And Free From Any Adherent Coatings. It Shall Contain Not More Than One (1) Mass Percent Of Material Passing The 0.075 Mm (no. 200) Sieve, Not More Than 0.25 Mass Percent Of Clay Lumps, Nor More Than 3.5 Mass Percent Of Soft Fragments. If The Coarse Aggregate Is Subjected To Five (5) Cycles Of The Sodium Sulfate Soundness Test, The Weighted Loss Shall Not Exceed 12 Mass Percent. It Shall Have A Mass Percent Of Wear Not Exceeding 40 When Tested By Aashto T 96. If The Slag Is Used, Its Density Shall Not Be Less Than 1120 Kg/m3 (70 Lb./cu. Ft.). The Gradation Of The Coarse Aggregate Shall Conform To Table 311.2. Only One Grading Specification Shall Be Used From Any One Source. Table 311.2 – Grading Requirement For Coarse Aggregate Sieve Designation Mass Percent Passing Standard Mm Alternate U. S. Standard Grading A Grading B Grading C 75.00 3 In. 100 - - 63.00 2-1/2 In. 90-100 100 100 50.00 2 In. - 90-100 95-100 37.5 1-1/2 In. 25-60 35-70 - 25.0 1 In. - 0-15 35-70 19.0 ¾ In. 0-10 - - 12.5 ½ In. 0-5 0-5 10-30 4.75 No. 4 - - 0-5 311.2.4 Water Water Used In Mixing, Curing Or Other Designated Application Shall Be Reasonably Clean And Free Of Oil, Salt, Acid, Alkali, Grass Or Other Substances Injurious To The Finished Product. Water Will Be Tested In Accordance With And Shall Meet The Requirements Of Item 714, Water. Water Which Is Drinkable May Be Used Without Test. Where The Source Of Water Is Shallow, The Intake Shall Be So Enclosed As To Exclude Silt, Mud, Grass Or Other Foreign Materials. 311.2.5 Reinforcing Steel It Shall Conform To The Requirements Of Item 404, Reinforcing Steel. Dowels And Tie Bars Shall Conform To The Requirements Of Aashto M 31 Or M 42, Except That Rail Steel Shall Not Be Used For Tie Bars That Are To Be Bent And Re-straightened During Construction. Tie Bars Shall Be Deformed Bars. Dowels Shall Be Plain Round Bars. Before Delivery To The Site Of Work, One-half Of The Length Of Each Dowel Shall Be Painted With One Coat Of Approved Lead Or Tar Paint. The Sleeves For Dowel Bars Shall Be Metal Of Approved Design To Cover 50 Mm ( 2 Inches), Plus Or Minus 5 Mm (1/4 Inch) Of The Dowel, With A Closed End, And With A Suitable Stop To Hold The End Of The Sleeve At Least 25 Mm (1 Inch) From The End Of The Dowel. Sleeves Shall Be Of Such Design That They Do Not Collapse During Construction. 311.2.6 Joint Fillers Poured Joint Fillers Shall Be Mixed Asphalt And Mineral Or Rubber Filler. Preformed Joint Filler Shall Conform To The Applicable Requirements. It Shall Be Punched To Admit The Dowels Where Called For In The Plans. The Filler For Each Joint Shall Be Furnished In A Single Piece For The Full Depth And Width Required For The Joint. 311.2.7 Admixtures Air-entraining Admixture Shall Conform To The Requirements Of Aashto M 154. Chemical Admixtures, If Specified Or Permitted, Shall Conform To The Requirements Of Aashto M 194. Fly Ash, If Specified Or Permitted As A Mineral Admixture And As 20% Partial Replacement Of Portland Cement In Concrete Mix Shall Conform To The Requirements Of Astm C 618. Admixture Should Be Added Only To The Concrete Mix To Produce Some Desired Modifications To The Properties Of Concrete Where Necessary, But Not As Partial Replacement Of Cement. 311.2.8 Curing Materials Curing Materials Shall Conform To The Following Requirements As Specified; A) Burlap Cloth - Aashto M 182 B) Liquid Membrane Forming Compounds - Aashto M 148 C) Sheeting (film) Materials - Aashto M 171 Cotton Mats And Water-proof Paper Can Be Used. 311.2.9 Calcium Chloride/calcium Nitrate It Shall Conform To Aashto M 144, If Specified Or Permitted By The Lgu Project Engineer, As Accelerator. 311.2.10 Storage Of Cement And Aggregate All Cement Shall Be Stored, Immediately Upon Delivery At The Site, In Weatherproof Building Which Will Protect The Cement From Dampness. The Floor Shall Be Raised From The Ground. The Buildings Shall Be Placed In Locations Approved By The Lgu Project Engineer. Provisions For Storage Shall Be Ample, And The Shipments Of Cement As Received Shall Be Separately Stored In Such A Manner As To Allow The Earliest Deliveries To Be Used First And To Provide Easy Access For Identification And Inspection Of Each Shipment. Storage Buildings Shall Have Capacity For Storage Of A Sufficient Quantity Of Cement To Allow Sampling At Least Twelve (12) Days Before The Cement Is To Be Used. Bulk Cement, If Used, Shall Be Transferred To Elevated Air Tight And Weatherproof Bins. Stored Cement Shall Meet The Test Requirements At Any Time After Storage When Retest Is Ordered By The Lgu Project Engineer. At The Time Of Use, All Cement Shall Be Free-flowing And Free Of Lumps. The Handling And Storing Of Concrete Aggregates Shall Be Such As To Prevent Segregation Or The Inclusion Of Foreign Materials. The Lgu Project Engineer May Require That Aggregates Be Stored On Separate Platforms At Satisfactory Locations. In Order To Secure Greater Uniformity Of Concrete Mix, The Lgu Project Engineer May Require That The Coarse Aggregate Be Separated Into Two Or More Sizes. Different Sizes Of Aggregate Shall Be Stored In Separate Bins Or In Separate Stockpiles Sufficiently Removed From Each Other To Prevent The Material At The Edges Of The Piles From Becoming Intermixed. 311.2.11 Proportioning, Consistency And Strength Of Concrete The Contractor Shall Prepare The Design Mix Based On The Absolute Volume Method As Outlined In The American Concrete Institute (aci) Standard 211.1, “recommended Practice For Selecting Proportions For Normal And Heavyweight Concrete”. It Is The Intent Of This Specification To Require At Least 364 Kg Of Cement Per Cubic Meter Of Concrete To Meet The Minimum Strength Requirements. The Lgu Project Engineer Shall Determine From Laboratory Tests Of The Materials To Be Used, The Cement Content And The Proportions Of Aggregate And Water That Will Produce Workable Concrete Having A Slump Of Between 40 And 75 Mm (1-1/2 And 3 Inches) If Not Vibrated Or Between 10 And 40 Mm (1/2 And 1-1/2 Inches) If Vibrated, And A Flexural Strength Of Not Less Than 3.8 Mpa (550 Psi) When Tested By The Third-point Method Or 4.5 Mps (650 Psi) When Tested By The Mid-point Method At Fourteen (14) Days In Accordance With Aashto T97 And T177, Respectively; Or A Compressive Strength Of 24.1 Mps (3500 Psi) For Cores Taken At Fourteen (14) Days And Tested In Accordance With Aashto T24. Slump Shall Be Determined Using Aashto T 119. The Designer Shall Consider The Use Of Lean Concrete (econcrete) Mixtures Using Local Materials Or Specifically Modified Conventional Concrete Mixes In Base Course And In The Lower Course Composite, Monolithic Concrete Pavements Using A Minimum Of 75 Mm (3 Inches) Of Conventional Concrete As The Surface Course. The Mix Design Shall Be Submitted To The Lgu Project Engineer For Approval And Shall Be Accompanied With Certified Test Data From An Approved Laboratory Demonstrating The Adequacy Of The Mix Design. A Change In The Source Of Materials During The Progress Of Work May Necessitate A New Design Mix. 311.3 Construction Requirements 311.3.1 Quality Control Of Concrete 1. General The Contractor Shall Be Responsible For The Quality Control Of All Materials During The Handling, Blending, And Mixing And Placement Operations. 2. Quality Control Plan The Contractor Shall Furnish The Lgu Project Engineer A Quality Control Plan Detailing His Production Control Procedures And The Type And Frequency Of Sampling And Testing To Insure That The Concrete Produces Complies With The Specifications. The Lgu Project Engineer Shall Be Provided Free Access To Recent Plant Production Records, And If Requested, Informational Copies Of Mix Design, Materials Certifications And Sampling And Testing Reports. 3. Qualification Of Workmen Experienced And Qualified Personnel Shall Perform All Batching Or Mixing Operation For The Concrete Mix, And Shall Be Present At The Plant And Job Site To Control The Concrete Productions Whenever The Plant Is In Operation. They Shall Be Identified And Duties Defined As Follows: A. Concrete Batcher. The Person Performing The Batching Or Mixing Operation Shall Be Capable Of Accurately Conducting Aggregate Surface Moisture Determination And Establishing Correct Scale Weights For Concrete Materials. He Shall Be Capable Of Assuring That The Proportioned Batch Weights Of Materials Are In Accordance With The Mix Design. B. Concrete Technician. The Person Responsible For Concrete Production Control And Sampling And Testing For Quality Control Shall Be Proficient In Concrete Technology And Shall Have A Sound Knowledge Of The Specifications As They Relate To Concrete Production. He Shall Be Capable Of Conducting Tests On Concrete And Concrete Materials In Accordance With These Specifications. He Shall Be Capable Of Adjusting Concrete Mix Designs For Improving Workability And Specification Compliance And Preparing Trial Mix Designs. He Shall Be Qualified To Act As The Concrete Batcher In The Batcher’s Absence. 4. Quality Control Testing The Contractor Shall Perform All Sampling, Testing And Inspection Necessary To Assure Quality Control Of The Component Materials And The Concrete. The Contractor Shall Be Responsible For Determining The Gradation Of Fine And Coarse Aggregates And For Testing The Concrete Mixture For Slump, Air Content, Water-cement Ratio And Temperature. He Shall Conduct His Operations So As To Produce A Mix Conforming To The Approved Mix Design. 5. Documentation The Contractor Shall Maintain Adequate Records Of All Inspections And Tests. The Records Shall Indicate The Nature And Number Of Observations Made, The Number And Type Of Deficiencies Found, The Quantities Approved And Rejected, And Nature Of Any Corrective Action Taken. The Lgu Project Engineer May Take Independent Assurance Samples At Random Location For Acceptance Purposes As He Deems Necessary. 311.3.2 Equipment Equipment And Tools Necessary For Handling Materials And Performing All Parts Of The Work Shall Be Approved By The Lgu Project Engineer As To Design, Capacity And Mechanical Condition. The Equipment Shall Be At The Jobsite Sufficiently Ahead Of The Start Of Construction Operations To Be Examined Thoroughly And Approved. 1. Batching Plant And Equipment A. General. The Batching Shall Include Bins, Weighing Hoppers, And Scales For The Fine Aggregate And For Each Size Of Coarse Aggregate. If Cement Is Used In Bulk, A Bin, A Hopper, And Separate Scale For Cement Shall Be Included. The Weighing Hopper Shall Be Properly Sealed And Vented To Preclude Dusting Operation. The Batch Plant Shall Be Equipped With A Suitable Non-resettable Batch Counter Which Will Correctly Indicate The Number Of Batches Proportioned. B. Bins And Hoppers. Bins With Adequate Separate Compartments For Fine Aggregate And For Each Size Of Coarse Aggregate Shall Be Provided In The Batching Plant. C. Scales. Scales For Weighing Aggregates And Cement Shall Be Of Either The Beam Type Or The Spring-less-dial Type. They Shall Be Accurate Within One-half Percent (0.5%) Throughout The Range Of Use. Poises Shall Be Designed To Be Locked In Any Position And To Prevent Unauthorized Change. Scales Shall Be Inspected And Sealed As Often As The Lgu Project Engineer May Deem Necessary To Assure Their Continued Accuracy. D. Automatic Weighing Devices. Unless Otherwise Allowed On The Contract, Batching Plants Shall Be Equipped With Automatic Weighing Devices Of An Approved Type To Proportion Aggregates And Bulk Cement. 2. Mixers. A. General. Concrete May Be Mixed At The Site Of Construction Or At A Central Plant, Or Wholly Or In Part In Truck Mixers. Each Mixer Shall Have A Manufacturer’s Plate Attached In A Prominent Place Showing The Capacity Of The Drum In Terms Of Volume Of Mixed Concrete And The Speed Of Rotation Of The Mixing Drum Or Blades. B. Mixers At Site Of Construction. Mixing Shall Be Done In An Approved Mixer Capable Of Combining The Aggregates, Cement And Water Into A Thoroughly Mixed And Uniform Mass Within The Specified Mixing Period And Discharging And Distributing The Mixture Without Segregation On The Prepared Grade. The Mixer Shall Be Equipped With An Approved Timing Device Which Will Automatically Lock The Discharge Lever When The Drum Has Been Charged And Released It At The End Of The Mixing Period. In Case Of Failure Of The Timing Device, The Mixer May Be Used For The Balance Of The Day While It Is Being Repaired, Provided That Each Batch Is Mixed 90 Seconds. The Mixer Shall Be Equipped With A Suitable Non-resettable Batch Counter Which Shall Correctly Indicate The Number Of The Batches Mixed. C. Truck Mixer And Truck Agitators. Truck Mixers Used For Mixing And Hauling Concrete, And Truck Agitators Used For Hauling Central-mixed Concrete, Shall Conform To The Requirements Of Aashto M 157. D. Non-agitator Truck. Bodies Of Non-agitating Hauling Equipment For Concrete Shall Be Smooth, Mortar-tight Metal Containers And Shall Be Capable Of Discharging The Concrete At A Satisfactory Controlled Rate Without Segregation. 3. Paving And Finishing Equipment The Concrete Shall Be Placed With An Approved Paver Designed To Spread, Consolidate, Screed And Float Finish The Freshly Placed Concrete In One Complete Pass Of The Machine In Such A Manner That A Minimum Of Hand Finishing Will Be Necessary To Provide A Dense And Homogeneous Pavement In Conformance With The Plans And Specifications. The Finishing Machine Shall Be Equipped With At Least Two (2) Oscillating Type Transverse Screed. Vibrators Shall Operate At A Frequency Of 8,300 To 9,600 Impulses Per Minute Under Load At A Maximum Spacing Of 60 Cm. 4. Concrete Saw The Contractor Shall Provide Sawing Equipment In Adequate Number Of Units And Power To Complete The Sawing With Water-cooled Diamond Edge Saw Blade Or An Abrasive Wheel To The Required Dimensions And At The Required Rate. He Shall Provide At Least One (1) Stand-by Saw In Good Working Condition And With An Ample Supply Of Saw Blades. 5. Forms Forms Shall Be Of Steel, Of An Approved Section, And Of Depth Equal To The Thickness Of The Pavement At The Edge. The Base Of The Forms Shall Be Of Sufficient Width To Provide Necessary Stability In All Directions. The Flange Braces Must Extend Outward On The Base To Not Less Than 2/3 The Height Of The Form. All Forms Shall Be Rigidly Supported On Bed Of Thoroughly Compacted Material During The Entire Operation Of Placing And Finishing The Concrete. Forms Shall Be Provided With Adequate Devices For Secure Setting So That When In Place, They Will Withstand, Without Visible Spring Or Settlement, The Impact And Vibration Of The Consolidation And Finishing Or Paving Equipment. 311.3.3 Preparation Of Grade After The Sub-grade Of Base Has Been Placed And Compacted To The Required Density, The Areas Which Will Support The Paving Machine And The Grade On Which The Pavement Is To Be Constructed Shall Be Trimmed To The Proper Elevation By Means Of A Properly Designed Machine Extending The Prepared Work Areas Compacted At Least 60 Cm Beyond Each Edge Of The Proposed Concrete Pavement. If Loss Of Density Results From The Trimming Operations, It Shall Be Restored By Additional Compaction Before Concrete Is Placed. If Any Traffic Is Allowed To Use The Prepared Sub-grade Or Base, The Surface Shall Be Checked And Corrected Immediately Ahead Of The Placing Concrete. The Sub-grade Or Base Shall Be Uniformly Moist When The Concrete Is Placed. 311.3.4 Setting Forms 1. Base Support. The Foundation Under The Forms Shall Be Hard And True To Grade So That The Form When Set Will Be Firmly In Contact For Its Whole Length And At The Specified Grade. (any Roadbed, Which At The Form Line Is Found Below Established Grade, Shall Be Filled With Approved Granular Materials To Grade In Lifts Of Three (3) Cm Or Less, And Thoroughly Re-rolled Or Tamped.) Imperfections Or Variations Above Grade Shall Be Corrected By Tamping Or By Cutting As Necessary. 2. Form Setting Forms Shall Be Set Sufficiently In Advance Of The Point Where Concrete Is Being Placed. After The Forms Have Been Set To Correct Grade, The Grade Shall Be Thoroughly Tamped, Mechanically Or By Hand, At Both The Inside And Outside Edges Of The Base Of The Forms. The Forms Shall Not Deviate From True Line Bv More Than One (1) Cm At Any Point. 3. Grade And Alignment The Alignment And Grade Elevations Of The Forms Shall Be Checked And Corrections Made By The Contractor Immediately Before Placing The Concrete. Testing As To Crown And Elevation, Prior To Placing Of Concrete Can Be Made By Means Of Holding An Approved Template In A Vertical Position And Moved Backward And Forward On The Forms. When Any Form Has Been Disturbed Or Any Grade Has Become Unstable, The Form Shall Be Reset And Rechecked. 311.3.5 Conditioning Of Sub-grade Or Base Course When Side Forms Have Been Securely Set To Grade, The Sub-grade Or Base Course Shall Be Brought To Proper Cross-section. High Areas Shall Be Trimmed To Proper Elevation. Low Areas Shall Be Filled And Compacted To A Condition Similar To That Of Surrounding Grade. The Finished Grade Shall Be Maintained In A Smooth And Compacted Condition Until The Pavement Is Placed. Unless Waterproof Sub-grade Or Base Course Cover Material Is Specified, The Sub-grade Or Base Course Shall Be Uniformly Moist When The Concrete Is Placed. If It Subsequently Becomes Too Dry, The Sub-grade Or Base Course Shall Be Sprinkled, But The Method Of Sprinkling Shall Not Be Such As To Form Mud Or Pools Of Water. 311.3.6 Handling, Measuring And Batching Materials The Batch Plant Site, Layout, Equipment And Provisions For Transporting Material Shall Be Such As To Assure A Continuous Supply Of Material To The Work. Stockpiles Shall Be Built Up In Layers Of Not More Than One (1) Meter In Thickness. Each Layer Shall Be Completely In Place Before Beginning The Next Which Shall Not Be Allowed To “cone” Down Over The Next Lower Layer. Aggregates From Different Sources And Of Different Grading Shall Not Be Stockpiled Together. All Washed Aggregates And Aggregates Produced Or Handled By Hydraulic Methods, Shall Be Stockpiled Or Binned For Draining At Least Twelve (12) Hours Before Being Batched. When Mixing Is Done At The Side Of The Work, Aggregates Shall Be Transported From The Batching Plant To The Mixer In Batch Boxes, Vehicle Bodies, Or Other Containers Of Adequate Capacity And Construction To Properly Carry The Volume Required. Partitions Separating Batches Shall Be Adequate And Effective To Prevent Spilling From One Compartment To Another While In Transit Or Being Dumped. When Bulk Cement Is Used, The Contractor Shall Use A Suitable Method Of Handling The Cement From Weighing Hopper To Transporting Container Or Into The Batch Itself For Transportation To The Mixer, With Chute, Boot Or Other Approved Device, To Prevent Loss Of Cement, And To Provide Positive Assurance Of The Actual Presence In Each Batch Of The Entire Cement Content Specified. Bulk Cement Shall Be Transported To The Mixer In Tight Compartments Carrying The Full Amount Of Cement Required For The Batch. However, If Allowed In The Special Provisions, It May Be Transported Between The Fine And Coarse Aggregate. When Cement Is Placed In Contact With The Aggregates, Batches May Be Rejected Unless Mixed Within 1-1/2 Hours Of Such Contact. Cement In Original Shipping Packages May Be Transported On Top Of The Aggregates, Each Batch Containing The Number Of Sacks Required By The Job Mix. The Mixer Shall Be Charged Without Loss Of Cement. Batching Shall Be So Conducted As To Result In The Weight To Each Material Required Within A Tolerance Of One (1) Percent For The Cement And Two (2) Percent For Aggregates. Water May Be Measured Either By Volume Or By Weight. The Accuracy Of Measuring The Water Shall Be Within A Range Of Error Of Not Over Than One (1) Percent. Unless The Water Is To Be Weighed, The Water-measuring Equipment Shall Include An Auxiliary Tank From Which The Measuring Tank Shall Be Equipped With An Outside Tap And Valve To Provide Checking The Setting, Unless Other Means Are Provided For Readily And Accurately Determining The Amount Of Water In The Tank. The Volume Of The Auxiliary Tank Shall Be At Least Equal To That Of The Measuring Tank. 311.3.7 Mixing Concrete The Concrete May Be Mixed At The Site Of The Work In A Central-mix Plant, Or In Truck Mixers. The Mixer Shall Be Of An Approved Type And Capacity. Mixing Time Will Be Measured From The Time All Materials, Except Water, Are In The Drum. Ready-mixed Concrete Shall Be Mixed And Delivered In Accordance With Requirements Of Aashto M 157, Except That The Minimum Required Revolutions At The Mixing Speed For Transit-mixed Concrete May Be Reduced To Not Less Than That Recommended By The Mixer Manufacturer. The Number Of Revolutions Recommended By The Mixer Manufacturer Shall Be Indicated On The Manufacturer’s Serial Plate Attached To The Mixer. The Contractor Shall Furnish Test Data Acceptable To The Lgu Project Engineer Verifying That The Make And Model Of The Mixer Will Produce Uniform Concrete Conforming To The Provision Of Aashto M 157 At The Reduced Number Of Revolutions Shown On The Serial Plate. When Mixed At The Site Or In A Central Mixing Plant, The Mixing Time Shall Not Be Less Than Fifty (50) Seconds Nor More Than Ninety (90) Seconds, Unless Mixer Performance Tests Prove Adequate Mixing Of The Concrete Is A Shorter Time Period. Four (4) Seconds Shall Be Added To The Specified Mixing Time If Timing Starts At The Instant The Skip Reaches Its Maximum Raised Positions. Mixing Time Ends When The Discharge Chute Opens. Transfer Time In Multiple Drum Mixers Is Included In Mixing Time. The Contents Of An Individual Mixer Drum Shall Be Removed Before A Succeeding Batch Is Emptied Therein. The Mixer Shall Be Operated At The Drum Speed As Shown On The Manufacturer’s Name Plate Attached On The Mixer. Any Concrete Mixed Less Than The Specified Time Shall Be Discarded And Disposed Off By The Contractor At His Expense. The Volume Of Concrete Mixed Per Batch Shall Not Exceed The Mixer’s Nominal Capacity In Cubic Metre, As Shown On The Manufacturer’s Standard Rating Plate On The Mixer, Except That An Overload Up To Ten (10) Percent Above The Mixer’s Nominal Capacity May Be Permitted Provided Concrete Test Data For Strength, Segregation, And Uniform Consistency Are Satisfactory, And Provided No Spillage Of Concrete Takes Place. The Batches Shall Be So Charged Into The Drum That A Portion Of The Mixing Water Shall Be Entered In Advance Of The Cement And Aggregates. The Flow Of Water Shall Be Uniform And All Water Shall Be In The Drum By The End Of The First Fifteen (15) Seconds Of The Mixing Period. The Throat Of The Drum Shall Be Kept Free Of Such Accumulations As May Restrict The Free Flow Of Materials Into The Drum. Mixed Concrete From The Central Mixing Plant Shall Be Transported In Truck Mixers, Truck Agitators Or Non-agitating Truck Specified In Subsection 311.3.2, Equipment. The Time Elapsed From The Time Water Is Added To The Mix Until The Concrete Is Deposited In Place At The Site Shall Not Exceed Forty Five (45) Minutes When The Concrete Is Hauled In Non-agitating Trucks, Nor Ninety (90) Minutes When Hauled In Truck Mixers Or Truck Agitators, Except That In Hot Weather Or Under Other Conditions Contributing To Quick Hardening Of The Concrete, The Maximum Allowable Time May Be Reduced By The Lgu Project Engineer. In Exceptional Cases And When Volumetric Measurements Are Authorized For Small Project Requiring Less Than 75 Cu.m. Of Concrete Per Day Of Pouring, The Weight Proportions Shall Be Converted To Equivalent Volumetric Proportions. In Such Cases, Suitable Allowance Shall Be Made For Variations In The Moisture Condition Of The Aggregates, Including The Bulking Effect In The Fine Aggregate. Batching And Mixing Shall Be In Accordance With Astm C 685, Section 6 Through 9. Concrete Mixing By Chute Is Allowed Provided That A Weighing Scale For Determining The Batch Weight Will Be Used. Retendering Concrete By Adding Water Or By Other Means Shall Not Be Permitted, Except That When Concrete Is Delivered In Truck Mixers, Additional Water May Be Added To The Batch Materials And Additional Mixing Performed To Increase The Slump To Meet The Specified Requirements, If Permitted By The Lgu Project Engineer, Provided All These Operations Are Performed Within Forty-five (45) Minutes After The Initial Mixing Operation And The Water-cement Ratio Is Not Exceeded. Concrete That Is Not Within The Specified Slump Limits At The Time Of Placement Shall Not Be Used. Admixtures For Increasing The Workability Or For Accelerating The Setting Of The Concrete Will Be Permitted Only When Specifically Approved By The Lgu Project Engineer. 311.3.8 Limitation Of Mixing No Concrete Shall Be Mixed, Placed Or Finished When Natural Light Is Insufficient, Unless An Adequate And Approved Artificial Lighting System Is Operated. During Hot Weather, The Lgu Project Engineer Shall Require That Steps Be Taken To Prevent The Temperature Of Mixed Concrete From Exceeding A Maximum Temperature Of (900f 320c). Concrete Not In Place Within Ninety (90) Minutes From The Time The Ingredients Were Charged Into The Mixing Drum Or That Has Developed Initial Set Shall Not Be Used. Retendering Of Concrete Or Mortar Which Has Partially Hardened, That Is Remixing With Or Without Additional Cement, Aggregate, Or Water, Shall Not Be Permitted. In Order That The Concrete May Be Properly Protected Against The Effects Of Rain Before The Concrete Is Sufficiently Hardened, The Contractor Will Be Required To Have Available At All Times Materials For The Protection Of The Edges And Surface Of The Unhardened Concrete. 311.3.9 Placing Concrete Concrete Shall Be Deposited In Such A Manner To Require Minimal Rehandling. Unless Truck Mixers Or Non-agitating Hauling Equipment Are Equipped With Means To Discharge Concrete Without Segregation Of The Materials, The Concrete Shall Be Unloaded Into An Approved Spreading Device And Mechanically Spread On The Grade In Such A Manner As To Prevent Segregation. Placing Shall Be Continuous Between Transverse Joints Without The Use Of Intermediate Bulkheads. Necessary Hand Spreading Shall Be Done With Shovels, Not Rakes. Workmen Shall Not Be Allowed To Walk In The Freshly Mixed Concrete With Boots Or Shoes Coated With Earth Or Foreign Substances. When Concrete Is To Be Placed Adjoining A Previously Constructed Lane And Mechanical Equipment Will Be Operated Upon The Existing Lane, That Previously Constructed Lane Shall Have Attained The Strength For Fourteen (14) Day Concrete. If Only Finishing Equipment Is Carried On The Existing Lane, Paving In Adjoining Lanes May Be Permitted After Three (3) Days. Concrete Shall Be Thoroughly Consolidated Against And Along The Faces Of All Forms And Along The Full Length And On Both Sides Of All Joint Assemblies, By Means Of Vibrators Inserted In The Concrete. Vibrators Shall Not Be Permitted To Come In Contact With A Joint Assembly, The Grade, Or A Side Form. In No Case Shall The Vibrator Be Operated Longer Than Fifteen (15) Seconds In Any One Location. Concrete Shall Be Deposited As Near As Possible To The Expansion And Contraction Joints Without Disturbing Them, But Shall Not Be Dumped From The Discharge Bucket Or Hopper Into A Joint Assembly Unless The Hopper Is Well Centered On The Joint Assembly. Should Any Concrete Material Fall On Or Be Worked Into The Surface Of A Complete Slab, It Shall Be Removed Immediately. 311.3.10 Test Specimens As Work Progresses, At Least One (1) Set Consisting Of Three (3) Concrete Beam Test Specimens, 150 Mm X 150 Mm X 525 Mm Or 900 Mm Shall Be Taken From Each 330 M2 Of Pavement, 230 Mm Depth, Or Fraction Thereof Placed Each Day. Test Specimens Shall Be Made Under The Supervision Of The Lgu Project Engineer, And The Contractor Shall Provide All Concrete And Other Facilities Necessary In Making The Test Specimens And Shall Protect Them From Damage By Construction Operations. Cylinder Samples Shall Not Be Used As Substitute For Determining The Adequacy Of The Strength Of Concrete. The Beams Shall Be Made, Cured, And Tested In Accordance With Aashto T 23 And T 97. 311.3.11 Strike-off Of Concrete And Placement Of Reinforcement Following The Placing Of The Concrete, It Shall Be Struck Off To Conform To The Cross-section Shown On The Plans And To An Elevation Such That When The Concrete Is Properly Consolidated And Finished, The Surface Of The Pavement Will Be At The Elevation Shown On The Plans. When Reinforced Concrete Pavement Is Placed In Two (2) Layers, The Bottom Layer Shall Be Struck Off And Consolidated To Such Length And Depth That The Sheet Of Fabric Or Bar Mat May Be Laid Full Length On The Concrete In Its Final Position Without Further Manipulation. The Reinforcement Shall Then Be Placed Directly Upon The Concrete, After Which The Top Layer Of The Concrete Shall Be Placed, Struck Off And Screened. Any Portion Of The Bottom Layer Of Concrete Which Has Been Placed More Than 30 Minutes Without Being Covered With The Top Layer Shall Be Removed And Replaced With Freshly Mixed Concrete At The Contractor’s Expense. When Reinforced Concrete Is Placed In One Layer, The Reinforcement May Be Firmly Positioned In Advance Of Concrete Placement Or It May Be Placed At The Depth Shown On The Plans In Plastic Concrete, After Spreading By Mechanical Or Vibratory Means. Reinforcing Steel Shall Be Free From Dirt, Oil, Paint, Grease, Mill Scale And Loose Or Thick Rust Which Could Impair Bond Of The Steel With The Concrete. 311.3.12 Joints Joints Shall Be Constructed Of The Type And Dimensions, And At The Locations Required By The Plans Or Special Provisions. All Joints Shall Be Protected From The Intrusion Of Injurious Foreign Material Until Sealed. 1. Longitudinal Joint Deformed Steel Tie Bars Of Specified Length, Size, Spacing And Materials Shall Be Placed Perpendicular To The Longitudinal Joints, They Shall Be Placed By Approved Mechanical Equipment Or Rigidly Secured By Chair Or Other Approved Supports To Prevent Displacement. Tie Bars Shall Not Be Painted Or Coated With Asphalt Or Other Materials Or Enclosed In Tubes Or Sleeves. When Shown On The Plans And When Adjacent Lanes Of Pavement Are Constructed Separately, Steel Side Forms Shall Be Used Which Will Form A Keyway Along The Construction Joint. Tie Bars, Except Those Made Of Rail Steel, May Be Bent At Right Angles Against The Form Of The First Lane Constructed And Straightened Into Final Position Before The Concrete Of The Adjacent Lane Is Placed, Or In Lieu Of Bent Tie Bars, Approved Two-piece Connectors May Be Used. Longitudinal Formed Joints Shall Consist Of A Groove Or Cleft, Extending Downward From And Normal To, The Surface Of The Pavement. These Joints Shall Be Effected Or Formed By An Approved Mechanically Or Manually Operated Device To The Dimensions And Line Indicated On The Plans And While The Concrete Is In A Plastic State. The Groove Or Cleft Shall Be Filled With Either A Premolded Strip Or Poured Material As Required. The Longitudinal Joints Shall Be Continuous, There Shall Be No Gaps In Either Transverse Or Longitudinal Joints At The Intersection Of The Joints. Longitudinal Sawed Joints Shall Be Cut By Means Of Approved Concrete Saws To The Depth, Width And Line Shown On The Plans. Suitable Guide Lines Or Devices Shall Be Used To Assure Cutting The Longitudinal Joint On The True Line. The Longitudinal Joint Shall Be Sawed Before The End Of The Curing Period Or Shortly Thereafter And Before Any Equipment Or Vehicles Are Allowed On The Pavement. The Sawed Area Shall Be Thoroughly Cleaned And, If Required, The Joint Shall Immediately Be Filled With Sealer. Longitudinal Pavement Insert Type Joints Shall Be Formed By Placing A Continuous Strip Of Plastic Materials Which Will Not React Adversely With The Chemical Constituent Of The Concrete. 2. Transverse Expansion Joint The Expansion Joint Filler Shall Be Continuous From Form To Form, Shaped To Sub-grade And To The Keyway Along The Form. Preformed Joint Filler Shall Be Furnished In Lengths Equal To The Pavement Width Or Equal To The Width Of One Lane. Damaged Or Repaired Joint Filler Shall Not Be Used. The Expansion Joint Filler Shall Be Held In A Vertical Position. An Approved Installing Bar, Or Other Device, Shall Be Used If Required To Secure Preformed Expansion Joint Filler At The Proper Grade And Alignment During Placing And Finishing Of The Concrete. Finished Joint Shall Not Deviate More Than 6 Mm From A Straight Line. If Joint Fillers Are Assembled In Sections, There Shall Be No Offsets Between Adjacent Units. No Plugs Of Concrete Shall Be Permitted Anywhere Within The Expansion Space. 3. Transverse Contraction Joint/weakened Joint When Shown On The Plans, It Shall Consist Of Planes Of Weakness Created By Forming Or Cutting Grooves In The Surface Of The Pavement And Shall Include Load Transfer Assemblies. The Depth Of The Weakened Plane Joint Should At All Times Not Be Less Than 50 Mm, While The Width Should Not Be More Than 6 Mm. A. Transverse Strip Contraction Joint. It Shall Be Formed By Installing A Parting Strip To Be Left In Place As Shown On The Plans. B. Formed Groove. It Shall Be Made By Depressing An Approved Tool Or Device Into The Plastic Concrete. The Tool Or Device Shall Remain In Place At Least Until The Concrete Has Attained Its Initial Set And Shall Then Be Removed Without Disturbing The Adjacent Concrete, Unless The Device Is Designed To Remain In The Joint. C. Sawed Contraction Joint. It Shall Be Created By Sawing Grooves In The Surface Of The Pavement Of The Width Not More Than 6 Mm, Depth Should At All Times Not Be Less Than 50 Mm, And At The Spacing And Lines Shown On The Plans, With An Approved Concrete Saw. After Each Joint Is Sawed, It Shall Be Thoroughly Cleaned Including The Adjacent Concrete Surface. Sawing Of The Joint Shall Commence As Soon As The Concrete Has Hardened Sufficiently To Permit Sawing Without Excessive Raveling, Usually 4 To 24 Hours. All Joints Shall Be Sawed Before Uncontrolled Shrinkage Cracking Takes Place. If Necessary, The Sawing Operations Shall Be Carried On During The Day Or Night, Regardless Of Weather Conditions. The Sawing Of Any Joint Shall Be Omitted If Crack Occurs At Or Near The Joint Location Prior To The Time Of Sawing. Sawing Shall Be Discounted When A Crack Develops Ahead Of The Saw. In General, All Joints Should Be Sawed In Sequence. If Extreme Condition Exist Which Make It Impractical To Prevent Erratic Cracking By Early Sawing, The Contraction Joint Groove Shall Be Formed Prior To Initial Set Of Concrete As Provided Above. 4. Transverse Construction Joint It Shall Be Constructed When There Is An Interruption Of More Than 30 Minutes In The Concreting Operations. No Transverse Joint Shall Be Constructed Within 1.50 M Of An Expansion Joint, Contraction Joint, Or Plane Of Weakness. If Sufficient Concrete Has Been Mixed At The Time Of Interruption To Form A Slab Of At Least 1.5 M Long, The Excess Concrete From The Last Preceding Joint Shall Be Removed And Disposed Off As Directed. 5. Load Transfer Device Dowel, When Used, Shall Be Held In Position Parallel To The Surface And Center Line Of The Slab By A Metal Device That Is Left In The Pavement. The Portion Of Each Dowel Painted With One Coat Of Lead Or Tar, In Conformance With The Requirements Of Item 404, Reinforcing Steel, Shall Be Thoroughly Coated With Approved Bituminous Materials, E.g., Mc-70, Or An Approved Lubricant, To Prevent The Concrete From Binding To That Portion Of The Dowel. The Sleeves For Dowels Shall Be Metal Designed To Cover 50 Mm Plus Or Minus 5 Mm (1/4 Inch), Of The Dowel, With A Watertight Closed End And With A Suitable Stop To Hold The End Of The Sleeves At Least 25 Mm (1 Inch) From The End Of The Dowel. In Lieu Of Using Dowel Assemblies At Contraction Joints, Dowel May Be Placed In The Full Thickness Of Pavement By A Mechanical Device Approved By The Lgu Project Engineer. 311.3.13 Final Strike-off (consolidation And Finishing) 1. Sequence The Sequence Of Operations Shall Be The Strike-off And Consolidation, Floating And Removal Of Laitance, Straight-edging And Final Surface Finish. Work Bridges Or Other Devices Necessary To Provide Access To The Pavement Surface For The Purpose Of Finishing Straight-edging, And Make Corrections As Hereinafter Specified, Shall Be Provided By The Contractor. In General, The Addition Of Water To The Surface Of The Concrete To Assist In Finishing Operations Will Not Be Permitted. If The Application Of Water To The Surface Is Permitted, It Shall Be Applied As Fog Spray By Means Of An Approve Spray Equipment. 2. Finishing Joints The Concrete Adjacent To Joints Shall Be Compacted Or Firmly Placed Without Voids Or Segregation Against The Joint Material Assembly, Also Under And Around All Load Transfer Devices, Joint Assembly Units, And Other Features Designed To Extend Into The Pavement. Concrete Adjacent To Joints Shall Be Mechanically Vibrated As Required In Subsection 311.3.9, Placing Concrete. After The Concrete Has Been Placed And Vibrated Adjacent To The Joints As Required In Subsection 311.3.9, The Finishing Machine Shall Be Brought Forward, Operating In A Manner To Avoid Damage Or Misalignment Of Joints. If Uninterrupted Operation Of The Finishing Machine, To Over And Beyond The Joints Causes Segregation Of Concrete, Damage To, Or Misalignment Of The Joints, The Finishing Machine Shall Be Stopped When The Front Screed Is Approximately 20 Cm (8 Inches) From The Joint. Segregated Concrete Shall Be Removed From In Front Of And Off The Joint. The Front Screed Shall Be Lifted And Set Directly On Top Of The Joint And The Forward Motion Of The Finishing Machine Resumed. When The Second Screed Is Close Enough To Permit The Excess Mortar In Front Of It To Flow Over The Joint, It Shall Be Lifted And Carried Over The Joint. Thereafter, The Finishing Machine May Be Run Over The Joint Without Lifting The Screeds, Provided There Is No Segregated Concrete Immediately Between The Joint And The Screed Or On Top Of The Joint. 3. Machine Finishing A. Non-vibratory Method. The Concrete Shall Be Distributed Or Spread As Soon As Placed. As Soon As The Concrete Has Been Placed, It Shall Be Struck Off And Screwed By An Approved Finishing Machine. The Machine Shall Go Over Each Area Of Pavement As Many Times And At Such Intervals As Necessary To Give The Proper Compaction And Leave A Surface Of Uniform Texture. Excessive Operation Over A Given Area Shall Be Avoided. The Tops Of The Forms Shall Be Kept Clean By An Effective Device Attached To The Machine And The Travel Of The Machine On The Forms Shall Be Maintained True Without Wobbling Or Other Variation Tending To Affect The Precision Finish. During The First Pass Of The Finishing Machine, A Uniform Ridge Of Concrete Shall Be Maintained Ahead Of The Front Screed In Its Entire Length. B. Vibratory Method. When Vibration Is Specified, Vibrators For Full Width Vibration Of Concrete Paving Slabs, Shall Meet The Requirements In Subsection 311.3.2, Equipment. If Uniform And Satisfactory Density Of The Concrete Is Not Obtained By The Vibratory Method At Joints, Along Forms, At Structures, And Throughout The Pavement, The Contractor Will Be Required To Furnish Equipment And Method Which Will Produce Pavement Conforming To The Specifications. All Provisions In Item (a) Above Not In Conflict With The Provisions For The Vibratory Method Shall Govern. 4. Hand Finishing Hand Finishing Methods May Only Be Used Under The Following Conditions: A. In The Event Of Breakdown Of The Mechanical Equipment, Hand Methods May Be Used To Finish The Concrete Already Deposited On The Grade. B. In Narrow Widths Or Areas Of Irregular Dimensions Where Operations Of The Mechanical Equipment Is Impractical, Hand Methods May Be Used. Concrete, As Soon As Placed, Shall Be Struck Off And Screeded. An Approved Portable Screed Shall Be Used. A Second Screed Shall Be Provided For Striking Off The Bottom Layer Of Concrete If Reinforcement Is Used. The Screed For The Surface Shall Be At Least 60 Cm (2 Feet) Longer Than The Maximum Width Of The Slab To Be Struck Off. It Shall Be Of Approved Design, Sufficiently Rigid To Retain Its Shape, And Constructed Either Of Metal Or Other Suitable Material Shod With Metal. Consolidation Shall Be Attained By The Use Of Suitable Vibrator Or Other Approved Equipment. In Operation, The Screed Shall Be Moved Forward On The Forms With A Combined Longitudinal And Transverse Shearing Motion, Moving Always In The Direction In Which The Work Is Progressing And So Manipulated That Neither End Is Raised From The Side Forms During The Striking Off Process. If Necessary, This Shall Be Repeated Until The Surface Is Of Uniform Texture, True To Grade And Cross-section, And Free From Porous Areas. 5. Floating After The Concrete Has Been Struck Off And Consolidated, It Shall Be Further Smoothed, Trued, And Consolidated By Means Of A Longitudinal Float, Either By Hand Or Mechanical Method. A. Hand Method. The Hand-operated Longitudinal Float Shall Be Not Less Than 365 Cm (12 Feet) In Length And 15 Cm (6 Inches) In Width, Properly Stiffened To Prevent Flexibility And Warping. The Longitudinal Float, Operated From Foot Bridges Resting On The Side Forms And Spanning But Not Touching The Concrete, Shall Be Worked With A Sawing Motion While Held In A Floating Position Parallel To The Road Center Line, And Moving Gradually From One Side Of The Pavement To The Other. Movement Ahead Along The Center Line Of The Pavement Shall Be In Successive Advances Of Not More Than One-half The Length Of The Float. Any Excess Water Or Soupy Material Shall Be Wasted Over The Side Forms On Each Pass. B. Mechanical Method. The Mechanical Longitudinal Float Shall Be Of A Design Approved By The Lgu Project Engineer, And Shall Be In Good Working Condition. The Tracks From Which The Float Operates Shall Be Accurately Adjusted To The Required Crown. The Float Shall Be Accurately Adjusted And Coordinated With The Adjustment Of The Transverse Finishing Machine So That A Small Amount Of Mortar Is Carried Ahead Of The Float At All Times. The Forward Screed Shall Be Adjusted So That The Float Will Lap The Distance Specified By The Lgu Project Engineer On Each Transverse Trip. The Float Shall Pass Over Each Areas Of Pavement At Least Two Times, But Excessive Operation Over A Given Area Will Not Be Permitted. Any Excess Water Or Soupy Material Shall Be Wasted Over The Side Forms On Each Pass. C. Alternative Mechanical Method. As An Alternative, The Contractor May Use A Machine Composed Of A Cutting And Smoothing Float Or Floats Suspended From And Guided By A Rigid Frame. The Frame Shall Be Carried By Four Or More Visible Wheels Riding On, And Constantly In Contact With The Side Forms. If Necessary, Following One Of The Preceding Method Of Floating, Long Handled Floats Having Blades Not Less Than 150 Cm (5 Feet) In Length And 15 Cm (6 Inches) In Width May Be Used To Smooth And Fill In Open-textured Areas In The Pavement. Long-handled Floats Shall Not Be Used To Float The Entire Surface Of The Pavement In Lieu Of, Or Supplementing, One Of The Preceding Methods Of Floating. When Strike Off And Consolidation Are Done By The Hand Method And The Crown Of The Pavement Will Not Permit The Use Of The Longitudinal Float, The Surface Shall Be Floated Transversely By Means Of The Long-handled Float. Care Shall Be Taken Not To Work The Crown Out Of The Pavement During The Operation. After Floating, Any Excess Water And Laitance Shall Be Removed From The Surface Of The Pavement By A 3-m Straight-edge Or More In Length. Successive Drags Shall Be Lapped One-half The Length Of The Blade. 6. Straight-edge Testing And Surface Correction After The Floating Has Been Completed And The Excess Water Removed, But While The Concrete Is Still Plastic, The Surface Of The Concrete Shall Be Tested For Trueness With A 300 Cm Long Straight-edge. For This Purpose, The Contractor Shall Furnish And Use An Accurate 300-cm Straight-edge Swung From Handles 100 Cm (3 Feet) Longer Than One-half The Width Of The Slab. The Straight-edge Shall Be Held In Contact With The Surface In Successive Positions Parallel To The Road Center Line And The Whole Area Gone Over From One Side Of The Slab To The Other As Necessary. Advances Along The Road Shall Be In Successive Stages Of Not More Than One-half The Length Of The Straight-edge. Any Depressions Found Shall Be Immediately Filled With Freshly Mixed Concrete, Struck Off, Consolidated And Refinished. High Areas Shall Be Cut Down And Refinished. Special Attention Shall Be Given To Assure That The Surface Across Joints Meets The Requirements For Smoothness. Straight-edge Testing And Surface Corrections Shall Continue Until The Entire Surface Is Found To Be Free From Observable Departures From The Straight-edge And The Slab Conforms To The Required Grade And Cross-section. 7. Final Finish If The Surface Texture Is Broom Finished, It Shall Applied When The Water Sheen Has Practically Disappeared. The Broom Shall Be Drawn From The Center To The Edge Of The Pavement With Adjacent Strokes Slightly Overlapping. The Brooming Operation Should Be So Executed That The Corrugations Produced In The Surface Shall Be Uniform In Appearance And Not More Than 1.5 Mm In Depth. Brooming Shall Be Completed Before The Concrete Is In Such Condition That The Surface Will Be Unduly Roughened By The Operation. The Surface Thus Finished Shall Be Free From Rough And Porous Areas, Irregularities, And Depressions Resulting From Improper Handling Of The Broom. Brooms Shall Be Of The Quality Size And Construction And Be Operated So As To Produce A Surface Finish Meeting The Approval Of The Lgu Project Engineer. Subject To Satisfactory Results Being Obtained And Approval Of The Lgu Project Engineer, The Contractor Will Be Permitted To Substitute Mechanical Brooming In Lieu Of The Manual Brooming Herein Described. If The Surface Texture Is Belt Finished, When Straight-edging Is Complete And Water Sheen Has Practically Disappeared And Just Before The Concrete Becomes Non-plastic, The Surface Shall Be Belted With 2-ply Canvass Belt Not Less Than 20 Cm Wide And At Least 100 Cm Longer Than The Pavement Width. Hand Belts Shall Have Suitable Handles To Permit Controlled, Uniform Manipulation. The Belt Shall Be Operated With Short Strokes Transverse To The Center Line And With A Rapid Advances Parallel To The Center Line. If The Surface Texture Is Drag Finished, A Drag Shall Be Used Which Consists Of A Seamless Strip Of Damp Burlap Or Cotton Fabric, Which Shall Produce A Uniform Of Gritty Texture After Dragging It Longitudinally Along The Full Width Of Pavement. For Pavement 5 M Or More In Width, The Drag Shall Be Mounted On A Bridge Which Travels On The Forms. The Dimensions Of The Drag Shall Be Such That A Strip Of Burlap Or Fabric At Least 100 Cm Wide Is In Contact With The Full Width Of Pavement Surface While The Drag Is Used. The Drag Shall Consist Of Not Less Than 2 Layers Of Burlap With The Bottom Layer Approximately 15 Cm Wider Than The Layer. The Drag Shall Be Maintained In Such Condition That The Resultant Surface Is Of Uniform Appearance And Reasonably Free From Grooves Over 1.5 Mm In Depth. Drag Shall Be Maintained Clean And Free From Encrusted Mortar. Drags That Cannot Be Cleaned Shall Be Discarded And New Drags Be Substituted. Regardless Of The Method Used For Final Finish, The Hardened Surface Of Pavement Shall Have A Coefficient Of Friction Of 0.25 Or More. Completed Pavement That Is Found To Have A Coefficient Of Friction Less Than 0.25 Shall Be Grounded Or Scored By The Contractor At His Expense To Provide The Required Coefficient Of Friction. 8. Edging At Forms And Joints After The Final Finish, But Before The Concrete Has Taken Its Initial Set, The Edges Of The Pavement Along Each Side Of Each Slab, And On Each Side Of Transverse Expansion Joints, Formed Joints, Transverse Construction Joints, And Emergency Construction Joints, Shall Be Worked With An Approved Tool And Rounded To The Radius Required By The Plans. A Well – Defined And Continuous Radius Shall Be Produced And A Smooth, Dense Mortar Finish Obtained. The Surface Of The Slab Shall Not Be Unduly Disturbed By Tilting The Tool During The Use. At All Joints, Any Tool Marks Appearing On The Slab Adjacent To The Joints Shall Be Eliminated By Brooming The Surface. In Doing This, The Rounding Of The Corner Of The Slab Shall Not Be Disturbed. All Concrete On Top Of The Joint Filler Shall Be Completely Removed. All Joints Shall Be Tested With A Straight-edge Before The Concrete Has Set And Correction Made If One Edge Of The Joint Is Higher Than The Other. 311.3.14 Surface Test As Soon As The Concrete Has Hardened Sufficiently, The Pavement Surface Shall Be Tested With A 3-m Straight-edge Or Other Specified Device. Areas Showing High Spots Of More Than 3 Mm But Not Exceeding 12 Mm In 3 M Shall Be Marked And Immediately Ground Down With An Approved Grinding Tool To An Elevation Where The Area Or Spot Will Not Show Surface Deviations In Excess Of 3 Mm When Tested With 3 M Straight-edge. Where The Departure From Correct Cross-section Exceeds 12 Mm, The Pavement Shall Be Removed And Replaced By And At The Expense Of The Contractor. Any Area Or Section So Removed Shall Be Not Less Than 1.5 M In Length And Not Less Than The Full Width Of The Lane Involved. When It Is Necessary To Remove And Replace A Section Of Pavement, Any Remaining Portion Of The Slab Adjacent To The Joints That Is Less Than 1.5 M In Length, Shall Also Be Removed And Replaced. 311.3.15 Curing Immediately After The Finishing Operations Have Been Completed And The Concrete Has Sufficiently Set, The Entire Surface Of The Newly Placed Concrete Shall Be Cured In Accordance With Either One Of The Methods Described Herein. Failure To Provide Sufficient Cover Material Of Whatever Kind The Contractor May Elect To Use, Or The Lack Of Water To Adequately Take Care Of Both Curing And Other Requirements, Shall Be A Cause For Immediate Suspension Of Concreting Operations. The Concrete Shall Not Be Left Exposed For More Than ½ Hour Between Stages Of Curing Or During The Curing Period. In All Congested Places, Concrete Works Should Be Designed So That The Designed Strength Is Attained. 1. Cotton Of Burlap Mats The Surface Of The Pavement Shall Be Entirely Covered With Mats. The Mats Used Shall Be Of Such Length (or Width) That As Laid They Will Extend At Least Twice The Thickness Of The Pavement Beyond The Edges Of The Slab. The Mat Shall Be Placed So That The Entire Surface And The Edges Of The Slab Are Completely Covered. Prior To Being Placed, The Mats Shall Be Saturated Thoroughly With Water. The Mat Shall Be So Placed And Weighted Down So As To Cause Them To Remain In Intimate Contact With The Covered Surface. The Mat Shall Be Maintained Fully Wetted And In Position For 72 Hours After The Concrete Has Been Placed Unless Otherwise Specified. 2. Waterproof Paper The Top Surface And Sides Of The Pavement Shall Be Entirely Covered With Waterproof Paper, The Units Shall Be Lapped At Least 45 Cm. The Paper Shall Be So Placed And Weighted Down So As To Cause It To Remain In Intimate Contact With The Surface Covered. The Paper Shall Have Such Dimension But Each Unit As Laid Will Extend Beyond The Edges Of The Slab At Least Twice The Thickness Of The Pavement, Or At Pavement Width And 60 Cm Strips Of Paper For The Edges. If Laid Longitudinally, Paper Not Manufactured In Sizes Which Will Provide This Width Shall Be Securely Sewed Or Cemented Together, The Joints Being Securely Sealed In Such A Manner That They Do Not Open Up Or Separate During The Curing Period. Unless Otherwise Specified, The Covering Shall Be Maintained In Place For 72 Hours After The Concrete Has Been Placed. The Surface Of The Pavement Shall Be Thoroughly Wetted Prior To The Placing Of The Paper. 3. Straw Curing When This Type Of Curing Is Used, The Pavement Shall Be Cured Initially With Burlap Or Cotton Mats, Until After Final Set Of The Concrete Or, In Any Case, For 12 Hours After Placing The Concrete. As Soon As The Mats Are Removed, The Surface And Sides Of The Pavement Shall Be Thoroughly Wetted And Covered With At Least 20 Cm Of Straw Or Hay, Thickness Of Which Is To Be Measured After Wetting. If The Straw Or Hay Covering Becomes Displaced During The Curing Period, It Shall Be Replaced To The Original Depth And Saturated. It Shall Be Kept Thoroughly Saturated With Water For 72 Hours And Thoroughly Wetted Down During The Morning Of The Fourth Day, And The Cover Shall Remain In Place Until The Concrete Has Attained The Required Strength. 4. Impervious Membrane Method The Entire Surface Of The Pavement Shall Be Sprayed Uniformly With White Pigmented Curing Compound Immediately After The Finishing Of The Surface And Before The Set Of The Concrete Has Taken Place, Or If The Pavement Is Cured Initially With Jute Or Cotton Mats, It May Be Applied Upon Removal Of The Mass. The Curing Compound Shall Not Be Applied During Rain. Curing Compound Shall Be Applied Under Pressure At The Rate 4 L To Not More Than 14 M2 By Mechanical Sprayers. The Spraying Equipment Shall Be Equipped With A Wind Guard. At The Time Of Use, The Compound Shall Be In A Thoroughly Mixed Condition With The Pigment Uniformly Dispersed Throughout The Vehicle. During Application, The Compound Shall Be Stirred Continuously By Effective Mechanical Means. Hand Spraying Of Odd Widths Or Shapes And Concrete Surface Exposed By The Removal Of Forms Will Be Permitted. Curing Compound Shall Not Be Applied To The Inside Faces Of Joints To Be Sealed, But Approved Means Shall Be Used To Insure Proper Curing At Least 72 Hours And To Prevent The Intrusion Of Foreign Material Into The Joint Before Sealing Has Been Completed. The Curing Compound Shall Be Of Such Character That The Film Will Harden Within 30 Minutes After Application. Should The Film Be Damaged From Any Cause Within The 72 Hour Curing Period, The Damaged Portions Shall Be Repaired Immediately With Additional Compound. 5. White Polyethylene Sheet The Top Surface And Sides Of The Pavement Shall Be Entirely Covered With Polyethylene Sheeting. The Units Used Shall Be Lapped At Least 45 Cm. The Sheeting Shall Be So Placed And Weighted Down So As To Cause It To Remain Intimate Contact With The Surface Covered. The Sheeting As Prepared For Use Shall Have Such Dimension That Each Unit As Laid Will Extend Beyond The Edges Of The Slab At Least Twice The Thickness Of The Pavement. Unless Otherwise Specified, The Covering Shall Be Maintained In Place For 72 Hours After The Concrete Has Been Placed. 311.3.16 Removal Of Forms After Forms For Concrete Shall Remain In Place Undisturbed For Not Less Than Twenty Four (24) Hours After Concrete Pouring. In The Removal Of Forms, Crowbars Should Be Used In Pulling Out Nails And Pins. Care Should Be Taken So As Not To Break The Edges Of The Pavement. In Case Portions Of The Concrete Are Spalled, They Shall Be Immediately Repaired With Fresh Mortar Mixed In The Proportion Of One Part Of Portland Cement And Two Parts Fine Aggregates. Major Honeycomb Areas Will Be Considered As Defective Work And Shall Be Removed And Replaced At The Expense Of The Contractor. Any Area Or Section So Removed Shall Not Be Less Than The Distance Between Weakened Plane Joint Nor Less Than The Full Width Of The Lane Involved. 311.3.17 Sealing Joints Joints Shall Be Sealed With Asphalt Sealant Soon After Completion Of The Curing Period And Before The Pavement Is Opened To Traffic, Including The Contractor’s Equipment. Just Prior To Sealing, Each Joint Shall Be Thoroughly Cleaned Of All Foreign Materials Including Membrane Curing Compound And The Joint Faces Shall Be Clean And Surface Dry When The Seal Is Applied. The Sealing Material Shall Be Applied To Each Joint Opening To Conform To The Details Shown On The Plans Or As Directed By The Lgu Project Engineer. Material For Seal Applied Hot Shall Be Stirred During Heating So That Localized Overheating Does Not Occur. The Pouring Shall Be Done In Such A Manner That The Material Will Not Be Spilled On The Exposed Surfaces Of The Concrete. The Use Of Sand Or Similar Material As A Cover For The Seal Will Not Be Permitted. Preformed Elastomeric Gaskets For Sealing Joints Shall Be Of The Cross-sectional Dimensions Shown On The Plans. Seals Shall Be Installed By Suitable Tools, Without Elongation And Secured In Placed With An Approved Lubricant Adhesive Which Shall Cover Both Sides Of The Concrete Joints. The Seals Shall Be Installed In A Compressive Condition And Shall At Time Of Placement Be Below The Level Of The Pavement Surface By Approximately 6 Mm. The Seals Shall Be In One Piece For The Full Width Of Each Transverse Joint. 311.3.18 Protection Of Pavement The Contractor Shall Protect The Pavement And Its Appurtenances Against Both Public Traffic And Traffic Caused By His Own Employees And Agents. This Shall Include Watchmen To Direct Traffic And The Erection Of And Maintenance Of Warning Signs, Lights, Pavement Bridges Or Cross-overs, Etc. The Plans Or Special Provisions Will Indicate The Location And Type Of Device Or Facility Required To Protect The Work And Provide Adequately For Traffic. All Boreholes After Thickness And/or Strength Determinations Of Newly Constructed Asphalt And Concrete Pavements Shall Be Immediately Filled/restored With The Prescribed Concrete/asphalt Mix After Completion Of The Drilling Works. Any Damage To The Pavement, Occurring Prior To Final Acceptance, Shall Be Repaired Or The Pavement Be Replaced. 311.3.19 Concrete Pavement – Slip Form Method If The Contract Calls For The Construction Of Pavement Without The Use Of Fixed Forms, The Following Provisions Shall Apply: 1. Grade After The Grade Or Base Has Been Placed And Compacted To The Required Density, The Areas Which Will Support The Paving Machine Shall Be Cut To The Proper Elevation By Means Of A Properly Designed Machine. The Grade On Which The Pavement Is To Be Constructed Shall Then Be Brought To The Proper Profile By Means Of Properly Designed Machine. If The Density Of The Base Is Disturbed By The Grading Operation, It Shall Be Corrected By Additional Compaction Before Concrete Is Placed. The Grade Should Be Constructed Sufficiently In Advance Of The Placing Of The Concrete. If Any Traffic Is Allowed To Use The Prepared Grade, The Grade Shall Be Checked And Corrected Immediately Before The Placing Of Concrete. 2. Placing Concrete The Concrete Shall Be Placed With An Approved Slip-form Paver Designed To Spread, Consolidate, Screed And Float-finish The Freshly Placed Concrete In One Complete Pass Of The Machine In Such A Manner That A Minimum Of Hand Finish Will Be Necessary To Provide A Dense And Homogenous Pavement In Conformance With The Plans And Specifications. The Machine Shall Vibrate The Concrete For The Full Width And Depth Of The Strip Of Pavement Being Placed. Such Vibration Shall Be Accompanied With Vibrating Tubes Or Arms Working In The Concrete Or With A Vibrating Screed Or Pan Operating On The Surface Of The Concrete. The Sliding Forms Shall Be Rigidly Held Together Laterally To Prevent Spreading Of The Forms. The Forms Shall Trail Behind The Paver For Such A Distance That No Appreciable Slumping Of The Concrete Will Occur, And That Necessary Final Finishing Can Be Accomplished While The Concrete Is Still Within The Forms. Any Edge Slump Of The Pavement, Exclusive Of Edge Rounding, In Excess Of 6 Mm Shall Be Corrected Before The Concrete Has Hardened. The Concrete Shall Be Held At A Uniform Consistency, Having A Slump Of Not More Than 40 Mm (1-12/ Inches). The Slip Form Paver Shall Be Operated With As Nearly As Possible A Continuous Forward Movement And That All Operations Of Mixing, Delivering And Spreading Concrete Shall Be Coordinated So As To Provide Uniform Progress With Stopping And Starting Of The Paver Held To A Minimum. If, For Any Reason, It Is Necessary To Stop The Forward Movement Of The Paver The Vibratory And Tamping Elements Shall Also Be Stopped Immediately. No Tractive Force Shall Be Applied To The Machine, Except That Which Is Controlled From The Machine. 3. Finishing The Surface Smoothness And Texture Shall Meet The Requirements Of Subsections 311.3.13 And 311.3.14. 4. Curing Unless Otherwise Specified, Curing Shall Be Done In Accordance With One Of The Methods Included In Subsection 311.3.15. The Curing Media Shall Be Applied At The Appropriate Time And Shall Be Applied Uniformly And Completely To All Surfaces And Edges Of The Pavement. 5. Joints All Joints Shall Be Constructed In Accordance With Subsection 311.3.12. 6. Protection Against Rain In Order That The Concrete May Be Properly Protected Against Rain Before The Concrete Is Sufficiently Hardened, The Contractor Will Be Required To Have Available At All Times, Materials For The Protection Of The Edges And Surface Of The Unhardened Concrete. Such Protective Materials Shall Consist Of Standard Metal Forms Or Wood Planks Having A Nominal Thickness Of Not Less Than 50 Mm (2 Inches) And A Nominal Width Of Not Less Than The Thickness Of The Pavement At Its Edge For The Protection Of The Pavement Edges, And Covering Material Such As Burlap Or Cotton Mats, Curing Paper Or Plastic Sheeting Materials For The Protection Of The Surface Of The Pavement. When Rain Appears Imminent, All Paving Operations Shall Stop And All Available Personnel Shall Begin Placing Forms Against The Sides Of The Pavement And Covering The Surface Of The Unhardened Concrete With The Protective Covering. 311.3.22 Acceptance Of Concrete The Strength Level Of The Concrete Will Be Considered Satisfactory If The Averages Of All Sets Of Three (3) Consecutive Strength Test Results Equal Or Exceed The Specified Strength, Fc’ And No Individual Strength Test Result Is Deficient By More Than 15% Of The Specified Strength, Fc’. Concrete Deemed To Be Not Acceptable Using The Above Criteria May Be Rejected Unless The Contractor Can Provide Evidence, By Means Of Core Tests, That The Quality Of Concrete Represented By Failed Test Results Is Acceptable In Place. At Least Three (3) Representative Cores Shall Be Taken From Each Member Or Area Of Concrete In Place That Is Considered Deficient. The Location Of Cores Shall Be Determined By The Engineer So That There Will Be At Least Impairment Of Strength Of The Structure. The Obtaining And Testing Of Drilled Cores Shall Be In Accordance With Aashto T 24. Concrete In The Area Represented By The Cores Will Be Considered Adequate If The Average Strength Of The Cores Is Equal To At Least 85% Of, And If No Single Core Is Less Than 75% Of, The Specified Strength, Fc’. If The Strength Of Control Specimens Does Not Meet The Requirements Of This Subsection, And It Is Not Feasible Or Not Advisable To Obtain Cores From The Structure Due To Structural Considerations, Payment Of The Concrete Will Be Made At An Adjusted Price Due To Strength Deficiency Of Concrete Specimens As Specified Hereunder: Deficiency In Strength Of Concrete Specimens, Percent (%) Percent (%) Of Contract Price Allowed Less Than 5 100 5 To Less Than 10 80 10 To Less Than 15 70 15 To Less Than 20 60 20 To Less Than 25 50 25 Or More 0 311.3.23 Opening To Traffic The Engineer Will Decide When The Pavement May Be Opened To Traffic. The Road Will Not Be Opened To Traffic Until Test Specimens Molded And Cured In Accordance With Aashto T 23 Have Attained The Minimum Strength Requirements In Subsection 311.2.11. If Such Tests Are Not Conducted Prior To The Specified Age The Pavement Shall Not Be Operated To Traffic Until 14 Days After The Concrete Was Placed. Before Opening To Traffic, The Pavement Shall Be Cleaned And Joint Sealing Completed. 311.3.24 Tolerance And Pavement Thickness 1. General The Thickness Of The Pavement Will Be Determined By Measurement Of Cores From The Completed Pavement In Accordance With Aashto T 148. The Completed Pavement Shall Be Accepted On A Lot Basis. A Lot Shall Be Considered As 1000 Linear Meters Of Pavement When A Single Traffic Lane Is Poured Or 500 Linear Meters When Two Lanes Are Poured Concurrently. The Last Unit In Each Slab Constitutes A Lot In Itself When Its Length Is At Least ½ Of The Normal Lot Length. If The Length Of The Last Unit Is Shorter Than ½ Of The Normal Lot Length, It Shall Be Included In The Previous Lot. Other Areas Such As Intersections, Entrances, Crossovers, Ramp, Etc., Will Be Grouped Together To Form A Lot. Small Irregular Areas May Be Included With Other Unit Areas To Form A Lot. Each Lot Will Be Divided Into Five (5) Equal Segments And One Core Will Be Obtained From Each Segment In Accordance With Aashto T 24. 2. Pavement Thickness It Is The Intent Of This Specification That The Pavement Has A Uniform Thickness As Called For On The Plans For The Average Of Each Lot As Defined. After The Pavement Has Met All Surface Smoothness Requirements, Cores For Thickness Measurements Will Be Taken. In Calculating The Average Thickness Of The Pavement, Individual Measurements Which Are In Excess Of The Specified Thickness By More Than 5 Mm Will Be Considered As The Specified Thickness Plus 5 Mm And Measurement Which Are Less Than The Specified Thickness By More Than 25 Mm Shall Not Be Included In The Average. When The Average Thickness For The Lot Is Deficient, The Contract Unit Price Will Be Adjusted For Thickness In Accordance With Paragraph (3 Below). Individual Areas Within A Segment Found Deficient In Thickness By More Than 25 Mm Shall Be Evaluated By The Lgu Project Engineer, And If In His Judgment, The Deficient Areas Warrant Removal, They Shall Be Removed And Replaced By The Contractor With Pavement Of The Specified Thickness At His Entire Expense. However, If The Evaluation Of The Lgu Project Engineer Is That The Deficient Area Should Not Be Removed And Replaced, Such Area Will Not Be Paid. When The Measurement Of Any Core Is Less Than The Specified Thickness By More Than 25 Mm, The Actual Thickness Of The Pavement In This Area Will Be Determined By Taking Additional Cores At No Less Than 5 M Intervals Parallel To The Center Line In Each Direction From The Affected Location Until A Core Is Found In Each Direction, Which Is Not Deficient In Thickness By More Than 25 Mm. The Area Of Slab For Which No Payment Will Be Made Shall Be The Product Of The Paving Width Multiplied By The Distance Along The Center Line Of The Road Between Transverse Sections Found Not Deficient In Thickness By More Than 25 Mm. The Thickness Of The Remainder Of The Segment To Be Used To Get The Average Thickness Of Each Lot Shall Be Determined By Taking The Average Thickness Of Additional Cores Which Are Not Deficient By More Than 25 Mm. 3. Adjustment For Thickness When The Average Thickness Of The Pavement Per Lot Is Deficient, Payment For The Lot Shall Be Adjusted As Follows: Deficiency In The Average Thickness Per Lot (mm) Percent (%) Of Contract Price Per Lot 0 – 5 100% Payment 6 – 10 95% Payment 11 – 15 85% Payment 16 – 20 70% Payment 21 – 25 50% Payment More Than 25 Remove And Replace/ No Payment No Acceptance And Final Payment Shall Be Made On Completed Pavement Unless Core Test For Thickness Determination Is Conducted 311.4 Environmental Measures In Loading Cement To The Truck And Unloading It To The Temporary Bodega, And From The Bodega To Batching Plant And During Concrete Work Operation Workers Doing This Job Shall Be Provided With Gears So As To Avoid Inhaling Cement Dust Particles That Could Affect Their Health. Workers In Construction Site Shall Be Provided With Working Gloves, Mask Boots And Clothing To Prevent Workers From Being Contaminated With Concrete Mix. The Contractor Shall See To It That The Noise Level Of The Exhaust Mufflers Of The Equipment Shall Be At The Minimum. Otherwise, The Contractor Must Replace All The Exhaust Mufflers Of The Equipment With A New One And Or Provide Muffler Silencers. All Roads Leading The Construction Site And Batching Plant Shall Be Moist During The Entire Works Operation To Prevent The Blowing Up Of Dust Particles. During Work Operation, Precautionary Signboards Shall Be Provided By The Contractor To Prevent Accidents And Damage To The Freshly Laid Concrete.
6401-6410 of 6405 archived Tenders