Earthwork Tenders

Earthwork Tenders

BARANGAY RIOTUBA, BATARAZA, PALAWAN Tender

Civil And Construction...+1Civil Works Others
Philippines
Closing Date5 Feb 2025
Tender AmountPHP 1 Million (USD 17.1 K)
Details: Description Description Of Works: Item I. Earthworks/preparation: • Demolition Works A. Materials : ----none---- B. Equipment Rental :----none---- C. Manpower : Seven (7) Laborers • Clearing/flushing Of Existing Canal A. Materials : ----none---- B. Equipment Rental : ----none---- C. Manpower : Four (4) Laborers Item Ii. Fabrication Works A. Materials: 36 Pcs G.i Plain Sheet Gauge16 1000 Pcs Tex Screw 5 Pcs Tex Screw Adaptor 15 Pcs Fiber Cement Board (fascia Board) 20 Kgs Cwn Assorted 240 Bd.ft. Good Lumber, 2"x2"x12'=60pcs 15 Pcs Ridge Roll, 8' 15 Pcs Flashing 1 Gal Roof Sealant 4 Boxes Blind Rivet, 5/32x1/2 4 Boxes Blind Rivet, 5/32x1 3 Pcs Metal Drill Bit, 5/32ø B. Labor: One (1) Foreman Two (2) Mason/carpenter Six (6) Laborers Item Iii. Formworks And Scaffolding A. Materials: 30 Pcs 1/4" Thk. Marine Plywood 25 Kgs Cwn Assorted 400 Bd.ft. Coco Lumber, 2"x2"x12'=100pcs B. Labor: One (1) Foreman One (1) Mason/carpenter Five (5) Laborers Item Iv. Concrete Works (canal W/ Cover) A. Materials: 330 Bags 40 Kg. Portland Cement 38 Cu.m. Washed Gravel (3/4") 24 Cu.m. Screen Sand 255 Pcs 10mmø-6.00 L.m. 1350 Pcs Chb #6 89 Pcs 2" Pvc Pipe S600 25 Kgs Tie Wire # 16 10 Pcs Hacksaw Blade 12 Pcs Cutting Disc 890 Bd.ft. Coco Lumber, 2"x2"x12'=200pcs 40 Kgs Cwn Assorted B. Labor: One (1) Foreman Eight (8) Laborers Item V. Roofing Works A. Materials: 36 Pcs 12ft. Corrugated Roofing Sheets (6mm) 12 Pcs 2 X 2 X 1/8 Angle Bar 250 Bd.ft. Good Lumber, 2"x2"x12'=60pcs 22 Kgs Umbrella Nail 28 Kgs Cwn Assorted B. Labor: One (1) Foreman Eight (8) Laborers

BARANGAY ARIDOWEN STA TERESITA CAGAYAN Tender

Civil And Construction...+1Drainage Work
Corrigendum : Closing Date Modified
Philippines
Closing Date29 Jan 2025
Tender AmountPHP 326.1 K (USD 5.5 K)
Details: Description Republic Of The Philippines Municipality Of Santa Teresita Province Of Cagayan Barangay Aridowen Office Of The Bids And Award Committee Invitation To Apply For Eligibility And To Bid The Barangay Aridowen , Santa Teresita, Cagayan Through Its Bids And Awards Committee (bac) Invites Contractors To Apply For Eligibility And It Found Eligible, To Bid For The Hereunder Contract: Name Of Contract : Construction Of Drainage Canal Location : Barangay Aridowen , Santa Teresita, Cagayan Item Number Description Unit Quantity I Project Billboard/signboard Lot 1.00 Ii Earthworks Cu.m 79.00 Iii.concrete Works Cu,m 16.00 Iv. Plastering Works Sq.m 120.00 V. Formworks Sq.m 45.72 Vi Mansory Sq.m 79.00 Approved Budget For The Contract (abc): Php 326,158.00 Source Of Funding : Financial Asistance Contract Duration : 90 Calendar Days Prospective Bidders Should Have Experience In Undertaking A Similar Project Within The Last (5) Years With An Amount Of At Least 50% Of The Proposed Project. The Eligibility Check Screening As Well As The Preliminary Examination Of Bids Shall Use Non-discretionary “pass/fail” Criteria. Post Qualification Of The Lowest Calculated Bid Shall Be Conducted. All Participants Relative To Eligibility Statement And Screening Bid Security, Performance Security, Pre-bidding Conference, Evaluation Of Bids, Post Qualification And Award Of Contract Shall Be Governed By The Pertinent Provisions Of R.a 9184 And Its Implementing Rules And Regulations (irr). Activities Schedule Advertisement/posting Of Invitation To Bid = January 22,2025 Issuance Of Bids =january 22,2025-january 29,2025 – 10:00 Am To 4:00 Pm Pre-bid Conference = January 29, 2025 -10: 15 Am Deadline Of Submission Of Bids = January 29,2025 ; 10: 00 Am Opening Of Bids = January 29, 2025; 1:00 Pm Post Qualification = January 29,2025 Bid Documents Will Be Available Only To Prospective Bidders Upon Payment Of Non-refundable Amount Of Five Hundred Pesos Only (p500.00) The Barangay Aridowen , Santa Teresita, Cagayan Reserves The Right To Accept Or Reject Any Bid, To Annul The Bidding Process, And To Reject All Bids At Any Time Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. For Further Information, Please Refer To: Analiza C. Cabang Bac Secretariat Jhony Corpuz Chairperson

Municipality Of Calayan, Cagayan Tender

Civil And Construction...+1Construction Material
Corrigendum : Closing Date Modified
Philippines
Closing Date17 Jan 2025
Tender AmountPHP 1.1 Million (USD 20.1 K)
Details: Description Province Of Cagayan Municipality Of Calayan` Bids And Awards Committee Open Quotation The Local Government Of Calayan Through Its Competitive Bidding Will Undertake A Negotiated Procurement Section 53.1 Of The Irr 9184 Transaction: Title: Rehabilitation Of Damaged Infrastructures And Facilities - Rehabilitation Of Don Rufino Road (slope Protection) At Poblacion Sagpat, Calayan, Cagayan Project Id No. ____________________ Company Name: ___________________________________________________________ Company Address: ___________________________________________________________ Contact Person:______________________________________________________________ Contact Number:_____________________________________________________________ In Line With With The Above, Please Quote Your Lowest Price On The Item/s Listed Below And Submit Your Quotation Duly Signed By You Or Your Authorized Representative Subject To The General Conditions Specified Below At The Office Of Bids And Awards Committee (bac) Municipal Hall, Calayan, Cagayan. Item No. Description Quantity Unit Estimated Direct Cost (1) (2) (3) (4) (5) Project Rehabilitation Of Damaged Infrastructures Facilities And Facilities - Rehabilitation Of Don Rufino Road(slope Protection) At Poblacion Sagpat Calayan Cagayan Location Barangay Poblacion, Calayan, Cagayan Description Part A Facilities For The Engineer 1.1.1 Offices And Laboratory For The Engineer Total Of Part A Part B Other General Requirements B.5 Fab./inst. Of Billboards B.7 Occupational Safety And Health Total Of Part B Part C Earthworks 100(1) Clearing & Grubbing (with Stripping) 104(1)a Embankment (from Borrow) Excavation (surplus Common) Total Of Part C Part F Construction Of Slope Protection And Retaining Wall 40(7) Reinforcing Steel Bar, Grade 40 (slope Protection And Retaining Wall) 405(1)b3 Structural Concrete Class A (slope Protection And Retaining Wall) Total Of Part F Grand Total Bid Cost ________________________ General Conditions: 1. All Entries Must Be Signed By The Bidder Or Authorized Representative. 2. All Supporting Documents Must Be Certified True Copy By The Bidder. 3. Delivery Location: Calayan, Cagayan 4. Work Completion: One Hundred Eighty Calendar Days (180) 5. Warranty Shall Be For A Period Of Six(6) Months For Supplies And Materials, One(1) Year For Equipment, From Date Of Acceptance By The Procuring Entity; 6. Price Validity Shall Be For A Period Of One Hundred Twenty (120) Calendar Days; And 7. The Supplier With The Lowest Quotation Shall Submit The Following Documents, To Wit: A. Sec/dti Registration B. Business/mayor’s Permit C. Bir Registration Certificate D. Philgeps Registration Certificate Vincent A. Tan ___________________________ Bac Chairman Signature Over Printed Name Name Of Bidder/supplier

DEPT OF THE AIR FORCE USA Tender

Civil And Construction...+2Others, Building Construction
United States
Closing Date7 Jan 2025
Tender AmountRefer Documents 
Details: Joint Base Langley-eustis Afb Saber Sources Sought Questionaire 17 December 2024 sources Sought: This Is Not A Notice Of Request For Quotation But Information And Planning Purposes Only! This Notice Does Not Constitute A Commitment By The Government. All Information Submitted In Response To This Announcement Is Voluntary And The Government Will Not Pay For Information Requested Nor Will It Compensate Any Respondent For Any Cost Incurred In Developing Information Provided To The Government. the 633 Contracting Squadron, Located On Joint Base Langley-eustis (jble), Virginia, Is Conducting Market Research For The Next Award Of Its Simplified Acquisition Of Base Engineer Requirements (saber) Indefinite Delivery Indefinite Quantity (idiq) Contract That Will Be Competed As An 8(a) Set Aside For Small Businesses. The Last Day For Ordering On The Current Jble Saber Idiq Is 31 August 2026. The Government Requests Industry Input On The Questions Listed On The Attached Questionnaire (atch 1_market Research Questionnaire_17 Dec 24) And On The Attached General Provisions (atch 2_saber General Provisions_17 Dec 24_redacted), No Later Than 4:30 P.m. Et On 7 January 2025. Request Industry Include All Comments And Any Additional Questions On Atch 1_market Research Questionnaire When Responding To This Announcement. The North American Industry Classification Systems (naics) Code Proposed 236220 “commercial And Institutional Building Construction”. The Size Standard For Naics Is $45.0 Million. the Requirements Include, But Are Not Limited To, New Construction And Interior/exterior Remodeling/renovation/repairs. project Disciplines May Include, But Not Be Limited To, One Or More Of The Following: civil, Structural, Architectural, Mechanical, Plumbing, Communications, Intrusion/detection Audio/visual Systems, And Electrical Disciplines, Petroleum/oil/lubricants Systems, Asphalt And Concrete Pavements, Masonry, Various Roofing Systems, Earthworks And Landscaping, Environmental And Hazardous Abatements, Aerial And Underground Utilities, Power And Heat Generation. include In Your Capabilities Package Your Uei, Cage Code, System For Award Management Expiration Date. please Note: All Contractors Doing Business With The Federal Government Must Be Registered In The System For Award Management (sam) Database. The Website For Registration Is Www.sam.gov. responses May Be Submitted Electronically To The Following E-mail Address: Yvonne.flores.1@us.af.mil And M.de_lande@us.af.mil. Telephone Responses Will Not Be Accepted. responses Are Due No Later Than 07 January 2025 At 04:30 P.m. Est. atch 1_market Research_questionaire Must Be Included With All Repsonses.

MUNICIPALITY OF CAGWAIT, SURIGAO DEL SUR Tender

Civil And Construction...+1Civil Works Others
Philippines
Closing Date6 Feb 2025
Tender AmountPHP 1.1 Million (USD 19.8 K)
Details: Description Part A General Requirements B.5 Project Billboard 1.00 Each Part B Earthworks 803(1)a Structure Excavation (common Soil) 17.36 Cu.m 804(1)a Embankment From Structure Excavation 14.07 Cu.m 804(1)b Embankment From Borrow By Equipment 85.40 Cu.m 804(4) Gravel Bedding 6.09 Cu.m Part C Plain And Reinforced Concrete Work 900(1) Structural Concrete For Footing Tie Beam, Column, Suspended Slab, Girder 4.52 Cu.m 900(1)c2 Structural Concrete Footing And Slab On Fill(class A, 28 Days) 17.68 Cu.m 902(1)a Reinforcing Steel (deformed) Grade 40/grade 60 1,286.00 Kgs 903(2) Formworks And Falseworks (for One-storey Building 21.69 Sq.m Part D Finishings And Other Civil Works 1003(1)a 4.5mm Marine Plywood On Wood Framing Ceiling 9.00 Sq.m 1003(2)a Thermoplastic Wall Clading On Metal Framing 21.44 Sq.m 1010(2)a Solid Panel Door (hardwood) 8.82 Sq.m 1018 Unglazed Tiles 4.50 Sq.m 1018(1) Glazed Tiles And Trims 15.75 Sq.m 1027(1) Cement Plaster Finish 591.14 Sq.m 1032(1)a Painting Works (masonry Painting) 246.08 Sq.m 1032(1)b Painting Works (wood Painting) 9.00 Sq.m 1043(1) Pvc Doors And Frames 2.94 Sq.m 1046 100mm Chb Non Load Bearing/load Bearing (including Reinforcing Steel) 343.26 Sq.m Part E Electrical Works 1100(10) Conduits, Boxes, And Fittings (conduit Works/ Coduit Rough-in) 1.00 L.s 1101(33) Wires And Wiring Devices 1.00 L.s 1102(1) Panelboard With Main & Branch Breakers 1.00 L.s 1103(1) Lighting Fixtures And Lamps 1.00 L.s Part F Plumbing Works 1001(8) Sewer Line Works 1.00 L.s 1002(4) Plumbing Fixtures 1.00 L.s 1002(24) Cold Water Lines 1.00 L.s

Municipality Of New Bataan, Compostela Valley Tender

Civil And Construction...+1Civil Works Others
Philippines
Closing Date5 Feb 2025
Tender AmountPHP 8.1 Million (USD 140.1 K)
Details: Description Item Quantity Unit Of Item Code Item Description Estimated Estimated No. Issued Unit Cost Total Cost B. Other General Requirements 1 1 L.s B.4(1) Provision Of Survey Equipment For The Assistance To The Engineer 37,800.00 37,800.00 2 1 Each B.5 Project Billboard/signboard Specifications: - Printed Tarpaulin 8' X 8 - Coco Lumber - Cw Nails 4" 7,785.54 7,785.54 3 1 L.s B.7(1) Occupational Safety & Health Program 100,000.00 100,000.00 4 1 L.s B.9 Mobilization/demobilization 63,037.85 63,037.85 C. Earthworks 5 2,831 Sq.m 100(1) Clearing & Grubbing (with Stripping) 20.31 57,497.61 6 8,761.38 Cu.m 102(2)b Roadway Excavation (surplus Common) 180.61 1,582,392.84 7 4,557 Cu.m 102(3)c Roadway Excavation (surplus Hardrock) 1,125.24 5,127,718.68 8 32 Cu.m 103(1)a Structure Excavation (common Soil) 288.44 9,230.08 9 37 Cu.m 103(3) Foundation Fill 1,284.19 47,515.03 10 876 Cu.m 104(1)b Embankment Of Roadway Excavation 291.39 255,257.64 11 2,194 Sq.m 105(1) Subgrade Preparation (common Material) 20.48 44,933.12 D. Surface Course 12 580.66 Cu.m 200 Aggregate Subbase Course 847.35 492,022.25 G. Drainage And Slope Protection 13 720 Kg 404 Reinforcing Steel Bar, Grade 40 (minor Structures) 71.37 51,386.40 14 29 Cu.m 405 Structural Concrete Class A (minor Structures) 8,077.36 234,243.44 15 8 M 500(1)f Pipe Culverts, 1520mm (60"ø) 10,422.69 83,381.52 Grandtotal: 8,194,202.00

DEPT OF THE ARMY USA Tender

Others
United States
Closing Date28 Jan 2025
Tender AmountRefer Documents 
Description: Pla Survey Identification Number: W9128f25sm017 the Corps Of Engineers Omaha District Is Soliciting Comments From The Construction Community Addressing The Potential Use Of Project Labor Agreements (pla) For Large Scale Construction Projects (exceeding $35 Million) Within Ellsworth Air Force Base (rapid City), South Dakota Area. pla Survey Responses Are To Be Sent Via Email To James.r.willett@usace.army.mil And Courtesy Copy Brittany.c.gull@usace.army.mil No Later Than 2:00 P.m. Cst, 28 January 2025. Ensure Your Response Is Limited To 5 Pages And The Subject Line Of Your Response Includes “pla Survey – Fy26 Eafb B-21 Alert Facility” And The Pla Id Number: W9128f25sm017. Please Provide Your Contact Information In The Body Of The Email. a Pla Is Defined As A Pre-hire Collective Bargaining Agreement Between A Prime Contractor And One Or More Labor Organizations That Establishes The Terms And Conditions Of Employment For A Specific Construction Project And Is An Agreement Described In 29 U.s. C. 158(f). federal Acquisition Regulation (far 22.503) Policy Provides That: (a) Executive Order (e.o.) 14063, Use Of Project Labor Agreements For Federal Construction Projects, Requires Agencies To Use Project Labor Agreements In Large-scale Construction Projects To Promote Economy And Efficiency In The Administration And Completion Of Federal Construction Projects. (b) When Awarding A Contract In Connection With A Large-scale Construction Project (see 22.502), Agencies Shall Require Use Of Project Labor Agreements For Contractors And Subcontractors Engaged In Construction On The Project, Unless An Exception At 22.504(d) Applies. (c) An Agency May Require The Use Of A Project Labor Agreement On Projects Where The Total Cost To The Federal Government Is Less Than That For A Large-scale Construction Project, If Appropriate. (1) An Agency May, If Appropriate, Require That Every Contractor And Subcontractor Engaged In Construction On The Project Agree, For That Project, To Negotiate Or Become A Party To A Project Labor Agreement With One Or More Labor Organizations If The Agency Decides That The Use Of Project Labor Agreements Will— (i) Advance The Federal Government's Interest In Achieving Economy And Efficiency In Federal Procurement, Producing Labor-management Stability, And Ensuring Compliance With Laws And Regulations Governing Safety And Health, Equal Employment Opportunity, Labor And Employment Standards, And Other Matters; And (ii) Be Consistent With Law. (2) Agencies May Consider The Following Factors In Deciding Whether The Use Of A Project Labor Agreement Is Appropriate For A Construction Project Where The Total Cost To The Federal Government Is Less Than That For A Large-scale Construction Project: (i) The Project Will Require Multiple Construction Contractors And/or Subcontractors Employing Workers In Multiple Crafts Or Trades. (ii) There Is A Shortage Of Skilled Labor In The Region In Which The Construction Project Will Be Sited. (iii) Completion Of The Project Will Require An Extended Period Of Time. (iv) Project Labor Agreements Have Been Used On Comparable Projects Undertaken By Federal, State, Municipal, Or Private Entities In The Geographic Area Of The Project. (v) A Project Labor Agreement Will Promote The Agency's Long Term Program Interests, Such As Facilitating The Training Of A Skilled Workforce To Meet The Agency's Future Construction Needs. (vi) Any Other Factors That The Agency Decides Are Appropriate[lbpcuc(1] please Incorporate Responses To The Following Questions Within Your Submission: (1) Do You Have Knowledge That A Pla Has Been Used In The Local Area On Projects Of This Kind? If So, Please Provide Supporting Documentation. (2) Are You Aware Of Skilled Labor Shortages In The Area For Those Crafts That Will Be Needed To Complete The Reference Project? If So, Please Elaborate And Provide Supporting Documentation Where Possible. (3) Are You Aware Of Time Sensitive Issues/scheduling Requirements That Would Affect The Rate At Which The Referenced Project Should Be Completed? If So, Please Elaborate And Provide Supporting Documentation Where Possible. (4) Identify Specific Reasons Why Or How You Believe A Pla Would Advance The Federal Government’s Interest In Achieving Economy And Efficiency In Federal Procurement. (5) Identify Specific Reasons Why You Do Not Believe A Pla Would Advance The Federal Government’s Interest In Achieving Economy And Efficiency In Federal Procurement. (6) Identify Any Additional Information You Believe Should Be Considered On The Use Of A Pla On The Referenced Project. (7) Identify Any Additional Information You Believe Should Be Considered On The Non-use Of A Pla On The Referenced Project. 8) Will The Inclusion Of The Pla Requirement Affect Industry Proposal Submission Timeliness? Please Provide Anticipated Time Required To Draft And Include A Pla With A Proposal Package. . 9) How Would A Pla On This Project Impact Small Business Participation? Include Any Relevant Information Regarding Small Business Prime And/or Subcontractors Who May Or May Not Be Non-signatory To A Pla Concurrently Working A Separate Contract On The Same Project Site. 10) How Would A Pla Impact Costs, Schedule, And Overall Execution Of The Contract? the Information Gathered In This Survey Should Include The Following Information On Projects Completed In The Last 2 – 5 Years: 1. Project Name And Location 2. Detailed Project Description 3. Initial Cost Estimate Vs. Actual Final Cost 4. Was The Project Completed On Time? 5. Number Of Craft Trades Present On The Project 6. Was A Pla Used? 7. Were There Any Challenges Experienced During The Project? project Location And Description: Ellsworth Afb, Sd this Upcoming Solicitation Will Be Executed Using A Design-bid-build (dbb) Project Delivery Method, Which Will Require The Contractor To Provide The Government With A Complete Facility And Warranty Based On The Request For Proposal (rfp). this Project Will Provide A 22,000 Sq Ft, Single-story Lodging & Readiness Facility For B-21 Air Crews On Alert Status, As Well As An Aerospace Ground Equipment Warm Storage Facility To Support The Alert Apron Aircraft. This Project Is Located Directly Adjacent To And Required To Coordinate With A Variety Of Other B-21 Construction Projects. construction Includes Demolition Of Existing Facility And Construction Of New Drilled Pier Concrete Foundation, Steel Frame Structure, Masonry Walls, Standing Seam Metal Roof, Utilities, Painting & Surface Prep. Special Foundation Due To Local Soils. Utilities Include Domestic & Fire Protection Water, Electrical, Sewer, Gas & Stormwater Drainage. Site Improvements Include Earthwork Landscaping & Exterior Lighting. Pavements Include Parking, Sidewalks & Access Drives. facilities Will Be Designed As Permanent Construction In Accordance With The Dod Unified Facilities Criteria (ufc) 1-200-01, General Building Requirements And Ufc 1-200-02, High Performance And Sustainable Building Requirements. Each Facility Must Be Compatible With Applicable Dod, Air Force, Aircraft, And Base Design Standards. In Addition, Sustainable (green) Construction Materials And Techniques Shall Be Used Where Cost Effective And/or Where Specified. This Project Will Comply With Dod Antiterrorism/force Protection Requirements Per Unified Facilities Criteria. special Construction And Functional Requirements: The Project Will Be Constructed On / Near The Existing Alert Apron At Eafb. As Such, The Project Will Be Constructed Adjacent To – And May Be Required To Integrate With Active Airfield Operations. It Will Also Be Constructed Adjacent To Other Active B-21 Facility Construction Sites. Demolition Of Existing Facilities, Utilities, And Infrastructure – To Include Hazardous Materials Contaminated Apron And Soils May Be Required. small Businesses Are Reminded Under Far 52.219-14© (1), Limitations On Subcontracting Services. At Least 50 Percent Of The Cost Of Contract Performance Incurred For Personnel Shall Be Expended For Employees Of The Concern. Prior Government Contract Work Is Not Required For Submitting A Response To This Sources Sought Synopsis. magnitude Of Construction: disclosure Of The Magnitude Of Construction, As Prescribed In Far 36.204 And Dfars 236.204, Is Between $25m And $100m. This Project Will Be Primarily Funded With Milcon-appropriated Dollars. project Period Of Performance: 800 Calendar Days From Construction Ntp. estimated Construction Contract Award Will Be Second Quarter Of Fiscal Year 2026. pla Survey Responses Are To Be Sent Via Email To James.r.willett@usace.army.mil And Courtesy Copy Brittany.c.gull@usace.army.mil No Later Than 2:00 P.m. Cdt, 28 January 2025. [lbpcuc(1]all Of This Has Been Updated To The Current Version Of Far 22.503.

Province Of Misamis Oriental Tender

Civil And Construction...+1Bridge Construction
Philippines
Closing Date6 Feb 2025
Tender AmountPHP 9.4 Million (USD 162.1 K)
Details: Description Invitation To Bid 1. The Provincial Government Of Misamis Oriental, Through The Excise Tax Intends To Apply The Sum Of Nine Million Four Hundred Seventy Eight Thousand Six Hundred Ninety One & 09/100 (php 9,478,691.09) Being The Approved Budget For The Contract Abc To Payments Under The Contract For Construction Of Footbridge Purok 3, Rosario, Balingasag, Misamis Oriental, Under Purchase No. 0019-25 Dated December 23, 2024. Description Of Works Part A General Requirements B.5 Project Billboard/signboard B.7 Occupational Safety And Health Program B.9 Mobilization/demobilization Part C Earthwork 100(1) Clearing & Grubbing (with Stripping) 103(1)b Structure Excavation (soft Rock) 103(2)b Bridge Excavation (soft Rock) 104(1)a Embankment ( From Borrow) 104(5) Boulder Fill 804(4) Gravel Fill Part F Bridge Construction 401(1)a Metal Railings 403(7) Bolts With Nuts And Washers 902(1)a1 Reinforcing Steel (deformed) Grade 40 900(1)a Structural Concrete (class A, 28 Days) 901(1) Lean Concrete 408(1) Steel Bridge 411(2) Paint (steel) 903(2) Formworks & Falseworks 1047(5) Metal Structures Accessories ( Steel Plates) Part G Drainage And Slope Protection Structures 1713(1) Rubble Concrete 1717(2)a1 Steel Sheets Piles (slope Protection) Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Provincial Government Of Misamis Oriental Now Invites Bids For The Above Procurement Project. Completion Of The Works Is Required 64 Calendar Days Bidders Should Have Completed A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instruction To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. 4. Interested Bidders May Obtain Further Information From Bids And Awards Committee Thru The Bac Secretariat At The Procurement Unit, Capitol Building, Cagayan De Oro City And Inspect The Bidding Documents At The Address Given Below During [8:00am-5:00 Pm]. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On [january 16, 2025 To February 05, 2025; 8:00-3:00 Pm] From The Given Address And Website(s) Below Bids And Awards Committee Thru The Bac Secretariat At The Procurement Unit, Capitol Building, Cagayan De Oro City And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of [php10,000.00]. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment. 6. The Provincial Government Of Misamis Oriental Will Hold A Pre-bid Conference On January 23, 2025;10:30am At The Bids And Awards Committee Office, 2nd Floor Capitol Building, Cagayan De Oro City, Which Be Open To Prospective Bidders 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Bids And Awards Committee Office, Conference Room, 2nd Floor, Capitol Building, Cagayan De Oro City On Or Before February 06, 2025;10:00am. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 9. Bid Opening Shall Be On February 06, 2025; 10:30am At The Given Address Bids And Awards Committee Office, Conference Room, 2nd Floor, Capitol Building, Cagayan De Oro City. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The Provincial Government Of Misamis Oriental Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 11. For Further Information, Please Refer To: Ms. Jacquiline M. Noble Head, Bac Secretariat C/o Procurement Unit Capitol Building Cagayan De Oro City. Bacmisamisoriental@gmail.com Www.misamisoriental.gov.ph Filemon R. Aguilar, Jr. Bac, Chairman

Municipality Of Polillo, Quezon Tender

Civil And Construction...+1Road Construction
Philippines
Closing Date13 Jan 2025
Tender AmountPHP 3.9 Million (USD 67.2 K)
Details: Description Republic Of The Philippines Province Of Quezon Municipality Of Polillo Invitation To Bid For Cluster 2: Improvement/ Rehabilitation Of Road Networks – Brgy. Bañadero, Improvement/rehabilitation Of Barangay Road – Brgy. Taluong Brgy. Bañadero & Taluong, Polillo Quezon 1. The Municipality Of Polillo, Through The 20% Development Fund Fy 2025 Intends To Apply The Sum Of Three Million Nine Hundred Thirty Thousand Seven Hundred Sixty-five Pesos And 38/100 (php 3,930,765.38) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Cluster 2: Improvement/ Rehabilitation Of Road Networks – Brgy. Bañadero, Improvement/rehabilitation Of Barangay Road – Brgy. Taluong, Brgy. Bañadero & Taluong, Polillo Quezon And Project Identification Number Itb 2025-002. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Municipality Of Polillo Now Invites Bids For The Above Procurement Project. Completion Of The Works Is Required Ninety (90) Calendar Days. Bidders Should Have Completed A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. 4. Interested Bidders May Obtain Further Information From Municipality Of Polillo And Inspect The Bidding Documents At The Address Given Below From 8:00am To 5:00pm (monday To Friday). 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On December 11, 2024 To January 13, 2025 From Given Address Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Php 5,000.00. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees Will Be Presented In Person, By Facsimile, Or Through Electronic Means. 6. The Municipality Of Polillo Will Hold A Pre-bid Conference On December 18, 2024 2:30pm At Mpdc Office 2nd Floor Municipal Building – Annex, Mabini Street Brgy. Poblacion Polillo, Quezon And/or Through Videoconferencing/webcasting Via Messenger, Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through (i) Manual Submission At The Office Address As Indicated Below, (ii) Online Or Electronic Submission As Indicated Below On Or Before January 13, 2025, 2:30pm. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 16. 9. Bid Opening Shall Be On January 13, 2025, 2:30pm At The Given Address Below And/or Through Messenger. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The Municipality Of Polillo Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Implementing Rules And Regulations (irr) Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 11. For Further Information, Please Refer To: Deborah B. Marasigan Bac Chairperson & Bac Secretariat Mabini St. Poblacion, Polillo, Quezon 4339 Bac.polillo@gmail.com Deborah B. Marasigan Bac Chairperson Item Number Description Unit Quantity Brgy. Bañadero Part A: Facilities For Engineer A.1.1.1(1) Construction Of Field Office For Engineers Lot 1.00 Part B: Other General Requirements B.5 Project Billboard/ Signboard Each 2.00 B.7 Occupational Safety And Health Program Month 3.00 B.9 Mobilization/demobilization Lumpsum 1.00 Part C: Earthworks 100(2) Clearing & Grubbing Lumpsum 1.00 101(3)b1 Removal Of Structures And Obstruction Sq.m. 1,019.50 103(1)a Structure Excavation (common Soil) Cu.m. 10.38 104(2)a Embankment From Borrow (common Soil) Cu.m. 67.50 105(1) Subgrade Preparation (common Material) Sq.m. 1,427.30 Part E: Surface Course 311(1) Pcc Pavement Sq.m 1,019.50 Part G: Drainage And Slope Protection Structures 505(2)a Grouted Riprap (class A) Cu.m. 20.43 Brgy. Taluong B.5 Project Billboard/ Signboard Each 1.00 B.7 Occupational Safety And Health Program Month 2.00 B.9 Mobilization/demobilization Lumpsum 1.00 Part C: Earthworks 101(3)b1 Removal Of Structures And Obstruction Lumpsum 1.00 105(1) Subgrade Preparation (common Material) Sq.m. 355.00 Part E: Surface Course 311(1) Pcc Pavement Sq.m 360.00

City Government Iligan Tender

Civil And Construction...+1Building Construction
Philippines
Closing Date7 Feb 2025
Tender AmountPHP 499.3 K (USD 8.5 K)
Details: Description To Provide Labor, Materials And Equipment For The Construction Of Concrete Comfort Room At Dulag Elementary School, Brgy. Dulag, Iligan City Scope Of Work: • Earthworks - Excavation For Column & Wall Footings, Septic Vaults - Earth Fill And Gravel Bedding For Foundations And Site • Concrete Work, Formwork & Scaffolding - Installation Of Formworks And Scaffoldings For Concreting - Concreting For Column & Wall Footings, Columns, And Flooring • Masonry Work - Chb Walling For Walls • Steel Reinforcement - Installation Of Steel Reinforcement Bars For Concrete And Masonry Works • Steel Works - Installation Of Roof Framing (rafters, Vertical Struts, Girts And Purlins) • Doors & Windows - Fabrication & Installation Of Doors & Windows • Tinsmithry - Installation Of Roofing Sheets • Plumbing -installation Of Plumbing Lines And Fixtures *provide Adequate Construction Safety Signage And Billboards; Clearing; Cleaning & Disposal Of Construction Debris Materials At The Project Site; Proper Turn-over. I. Project Billboard (q = 2.00 Sets) Includes 4’ X 8’ Tarpaulin, 8’ X 8’ Tarpaulin, 2” X 3” X 14” Coco Lumber, 2” X 3” X 10” Coco Lumber, 2” X 2” X 8” Coco Lumber, Assorted Sizes C.w. Nails. Ii. Occupational Safety And Health Program (q = 1.00 L.s.) Includes Safety Shoes, Safety Helmet, Safety Gloves, Specialized Ppe. Iii. Permits And Clearance (q = 1.00 L.s.) Includes Fire Safety Evaluation Fee, Brgy. Clearance For Construction Fee, Professional Fee, White Print (a-3) (5 Sets). Iv. Mobilization / Demobilization (q = 1.00 Lot) V. Earthworks (q = 16.00 Cu.m.) A.) Excavation (q = 11.00 Cu.m.) Includes Volume To Be Excavated. B.) Earth Fill (q = 2.50 Cu.m.) Includes Volume For Earth Fill (includes Compaction), Petrun Soil (for Earth Fill) (w/ Compaction). C.) Gravel Bedding (q = 2.50 Cu.m.) Includes Volume For Gravel Bedding, 1-1/2” Gravel Bedding (0.10m Thk.). Vi. Concrete Work, Formwork & Scaffolding (q = 5.79 Cu.m.) Includes Portland Cement Type 1 Astm C-150 Pns 07, Washed Sand, Washed Gravel (for Formworks And Scaffoldings), Steel Scaffolding (including Accessories), 2” X 2” X 12’ Coco Lumber, Assorted Sizes C.w. Nails. Vii. Masonry Work (q = 58.60 Sq.m.) Includes 4” X 8” X 16” Chb (700psi), Portland Cement Type 1 Astm C-150 Pns 07, Washed Sand. Viii. Steel Reinforcement (q = 669.24 Kgs.) Includes 16mmø X 6000mm Dsb (grade 40), 10mmø X 6000mm Dsb (grade 40), #16 Gi Tie Wire. Ix. Steel Work (q = 32.00 Lengths) Includes 38mm X 38mm X 6mm Thk. Angle Bar (6m/length), 50mm X 100mm X 1.5mm Thk Rectangular Tube (6m/length), 50mm X 100mm X 10mm X 1.2mm Thk. C-purlins (6m/length), 12mm Dia. Deformed Steel Bar, Grade 40 (6m/length), Welding Rod (6011), Grinding Disk, Cutting Disk. X. Doors & Windows (q = 9.00 Units) Includes D1: 1000mm X 2150mm Wood Flush Door W/ Louver, Including Door Jambs, Door Knob, And Accessories; D1: 900mm X 2150mm Wood Flush Door W/ Louver, Including Door Jambs, Door Lock, And Accessories; D2: 700mm X 1800 Wooden Louver Door; Including Door Jambs, Door Lock, And Accessories; W1: 600mm X 600mm Analok Frame Jalousie Window W/ Bronze Glass. Xi. Tinsmithry (q = 78.00 Ln.m) Includes 1.0m X 0.50mm Thk Prepainted Rib-type Roofing, Tek Screw, Vulca Seal. Xii. Plumbing (q = 1.00 Lot) Includes Water Closet W/ Complete Fittings & Accessories; 4” X 4” Floor Drain, Stainless; Faucet, Us Patented; 4” Dia. X 10’ Pvc Pipe, S-1000; 3” Dia. X 10’ Pvc Pipe, S-1000; 2” Dia. X 10’ Pvc Pipe, S-1000; 4” Dia. Pvc Elbow, 1/4 Bend; 4” Dia. Pvc Wye; 4” Dia. Pvc Tee; 4’ Dia. Pvc Cleanout; 4” To 2” Pvc Reducer Tee; 3” Dia. Pvc Tee; 3” Dia. Pvc Wye; 3” Dia. Pvc P-trap; 3” Dia. Pvc Cleanout; 3” Dia. Pvc Elbow, 1/4 Bend; Pvc Cement, 400 Cc; 1/2" Dia. G.i. Elbow; 1/2" Dia. G.i. Tee; 1/2” Dia. G.i. Plug; 1/2” Dia. X 20’ G.i. Pipe, S-40; Teflon Tape (big).
851-860 of 1215 archived Tenders