Fire Tenders

Fire Tenders

Bureau Of Corrections Muntinlupa City Metro Manila Tender

Food Products
Philippines
Details: Description Republic Of The Philippines Department Of Justice Bureau Of Corrections Muntinlupa City Philippine Bidding Documents Food Subsistence For Pdl Confined At Bureau Of Corrections 2025 (epa) (procurement/contract No. 2025-03-epa) Sixth Edition July 2020 Bids And Awards Committee 2024 Table Of Contents Section I. Invitation To Bid 3 Section Ii. Instructions To Bidders 8 Section Iii. Bid Data Sheet 18 Section Iv. General Conditions Of Contract 20 Section V. Special Conditions Of Contract 23 Section Vi. Schedule Of Requirements 27 Section Vii. Technical Specifications 29 Section Viii. Checklist Of Technical And Financial Documents 49 Section I. Invitation To Bid Republic Of The Philippines Department Of Justice Bureau Of Corrections Muntinlupa City Invitation To Bid For Food Subsistence For Pdl Confined At Bureau Of Corrections 2025 Epa 1. The Bureau Of Corrections, Through The National Expenditure Program Fy 2025 Intends To Apply The Sum For The Following: Abc (php) Identification Number Lot 1 (nbp) 618,156,700.00 Itb 2025-003a Prospective Bidder Shall Bid Unit Cost Of Food Subsistence/menu/pdl, Based On A 10 Days Cycle Menu. (basis Of Abc: 24,194 X P70.00 X 365 Days) Lot 2 (correctional Institution For Women) 75,653,550.00 Itb 2025-003b Prospective Bidder Shall Bid Unit Cost Of Food Subsistence/menu/pdl, Based On A 10 Days Cycle Menu. (basis Of Abc: 2,961 X P70.00 X 365 Days) Lot 3 (sablayan Prison And Penal Farm) 112,598,850.00 Itb 2025-003c Prospective Bidder Shall Bid Unit Cost Of Food Subsistence/menu/pdl, Based On A 10 Days Cycle Menu. (basis Of Abc: 4,407 X P70.00 X 365 Days) Lot 4 (iwahig Prison And Penal Farm) 130,126,150.00 Itb 2025-003d Prospective Bidder Shall Bid Unit Cost Of Food Subsistence/menu/pdl, Based On A 10 Days Cycle Menu. (basis Of Abc: 5,093 X P70.00 X 365 Days) Lot 5 (leyte Regional Prison) 106,824,550.00 Itb 2025-003e Prospective Bidder Shall Bid Unit Cost Of Food Subsistence/menu/pdl, Based On A 10 Days Cycle Menu. (basis Of Abc: 4,181 X P70.00 X 365 Days) Lot 6 (san Ramon Prison And Penal Farm) 95,659,200.00 Itb 2025-003f Prospective Bidder Shall Bid Unit Cost Of Food Subsistence/menu/pdl, Based On A 10 Days Cycle Menu. (basis Of Abc: 3,744 X P70.00 X 365 Days) Lot 7 (davao Prison And Penal Farm) 265,924,400.00 Itb 2025-003g Prospective Bidder Shall Bid Unit Cost Of Food Subsistence/menu/pdl, Based On A 10 Days Cycle Menu. (basis Of Abc: 10,408 X P70.00 X 365 Days) Being The Abc To Payments Under The Contract For Each Lot. Bids Received In Excess Of The Abc For Each Lot Shall Be Automatically Rejected At Bid Opening. 2. The Contract To Be Awarded Shall Be Subject To Gppb Guidelines On The Implementation Of Early Procurement Activity (gppb Circular 06-2019) Which Provides That This Contract May Only Be Awarded Upon The Approval And Effectivity Of The 2025 Gaa Or The Reenacted Budget And The Abc Therefor Remains Without Any Reduction. In The Event That The Amount Authorized For This Procurement Has Been Reduced, The Project May Still Be Awarded To The Recommended Winning Bidder If The Contract Price Is Within The Amount Authorized In The Gaa Or The Reenacted Budget. 3. The Bureau Of Corrections, Now Invites Bids For The Above Procurement Project. Contract Shall Commence From The Approval Of Contract Agreement And Issuance Of Notice To Proceed Up To December 31, 2025. Bidders Should Have Completed, Within The Last Two (2) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project Equivalent To At Least Fifty Percent (50%) Of The Abc. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii. Instructions To Bidders. 4. 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. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra No. 5183. 5. Prospective Bidders May Obtain Further Information From Bureau Of Corrections And Inspect The Bidding Documents At The Address Given Below During Monday To Friday From 8:00am To 5:00pm. 6. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On _september 18, 2024 (08:00am To 05:00pm) To October 9, 2024 (08:00am To 01:29pm) From The Given Address And Website(s) Below. It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps) And The Website Of The Procuring Entity Bucor.gov.ph, Provided That Bidders Shall Pay The Applicable Fee Given Below For The Bidding Documents Not Later Than The Submission Of Their Bids. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person Or By Facsimile. Lot Number Amount Of Bidding Documents Lot 1 (nbp Maximum Security Compound) ₱75,000.00 Lot 2 (correctional Institution For Women) ₱50,000.00 Lot 3 (sablayan Prison And Penal Farm) ₱50,000.00 Lot 4 (iwahig Prison And Penal Farm) ₱50,000.00 Lot 5 (leyte Regional Prison) ₱25,000.00 Lot 6 (san Ramon Prison And Penal Farm) ₱25,000.00 Lot 7 (davao Prison And Penal Farm) ₱50,000.00 7. The Bureau Of Corrections Will Hold A Pre-bid Conference On _september 26, 2024__1:30pm At Bac Conference Room Nbp Reservation Muntinlupa City, Which Shall Be Open To Prospective Bidders. 8. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated Below, On Or Before _october 9, 2024___,1:29pm. Late Bids Shall Not Be Accepted. 9. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 10. Bid Opening Shall Be On _october 9, 2024_____, 01:30pm At The Given Address Below Bac Conference Room Nbp Reservation Muntinlupa City, Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 11. The Schedule Of Bidding Activities Shall Be As Follows: Activites Date/time Venue 1. Sale And Issuance Of Bid Documents September 18, 2024 (08:00am To 05:00pm) To October 9, 2024 (08:00am To 01:29pm) Bac Conference Room Bureau Of Corrections Muntinlupa City 2. Pre-bid Conference September 26, 2024, 1:30pm Bac Conference Room Bureau Of Corrections Muntinlupa City 3. Submission And Opening Of Bid Documents October 9, 2024, 01:30pm Bac Conference Room Bureau Of Corrections Muntinlupa City 12. The Bureau Of Corrections 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. 12. For Further Information, Please Refer To: Maria Adoracion I. Vinas Office Of The Bac Secretariat General Services Division Office, Bureau Of Corrections, Muntinlupa City Tel # 02-8659-08-33/02-8478-0907 Bacsec2022@gmail.com 13. You May Visit The Following Websites: For Downloading Of Bidding Documents: Bucor.gov.ph Date Of Issue:_______________________ C/csupt Celso S. Bravo Chairperson, Bids And Awards Committee Section Ii. Instructions To Bidders 1. Scope Of Bid The Procuring Entity, Bureau Of Corrections Wishes To Receive Bids For The Food Subsistence For Pdl Confined At Bureau Of Corrections 2025 Epa {[insert, If Applicable:] Under A Framework Agreement}, With Identification Number 2025-001a-g [note: The Project Identification Number Is Assigned By The Procuring Entity Based On Its Own Coding Scheme And Is Not The Same As The Philgeps Reference Number, Which Is Generated After The Posting Of The Bid Opportunity On The Philgeps Website.] The Procurement Project Food Subsistence For Pdl Confined At Bureau Of Corrections 2025 Epa Is Composed Of Seven (7) Lots, The Details Of Which Are Described In Section Vii (technical Specifications). 2. Funding Information The Gop Through The Source Of Funding As Indicated Below For General Appropriations Act (gaa) Of 2025 In The Amount Of Lot 1 618,156,700.00, Lot 2 75,653,550.00, Lot 3 112,598,850.00, Lot 4 130,126,150.00, Lot 5 106,824,550.00, Lot 6 95,659,200.00, Lot 7 265,924,400.00. 2.1. The Source Of Funding Is: A. Nep, Nga, The General Appropriations Act Or Special Appropriations. 3. Bidding Requirements The Bidding For The Project Shall Be Governed By All The Provisions Of Ra No. 9184 And Its 2016 Revised Irr, Including Its Generic Procurement Manuals And Associated Policies, Rules And Regulations As The Primary Source Thereof, While The Herein Clauses Shall Serve As The Secondary Source Thereof. Any Amendments Made To The Irr And Other Gppb Issuances Shall Be Applicable Only To The Ongoing Posting, Advertisement, Or Ib By The Bac Through The Issuance Of A Supplemental Or Bid Bulletin. The Bidder, By The Act Of Submitting Its Bid, Shall Be Deemed To Have Verified And Accepted The General Requirements Of This Project, Including Other Factors That May Affect The Cost, Duration And Execution Or Implementation Of The Contract, Project, Or Work And Examine All Instructions, Forms, Terms, And Project Requirements In The Bidding Documents. 4. Corrupt, Fraudulent, Collusive, And Coercive Practices The Procuring Entity, As Well As The Bidders And Suppliers, Shall Observe The Highest Standard Of Ethics During The Procurement And Execution Of The Contract. They Or Through An Agent Shall Not Engage In Corrupt, Fraudulent, Collusive, Coercive, And Obstructive Practices Defined Under Annex “i” Of The 2016 Revised Irr Of Ra No. 9184 Or Other Integrity Violations In Competing For The Project. 5. Eligible Bidders 5.1. Only Bids Of Bidders Found To Be Legally, Technically, And Financially Capable Will Be Evaluated. 5.2. [select One, Delete Other/s] A. Foreign Ownership Exceeding Those Allowed Under The Rules May Participate Pursuant To: I. When A Treaty Or International Or Executive Agreement As Provided In Section 4 Of The Ra No. 9184 And Its 2016 Revised Irr Allow Foreign Bidders To Participate; Ii. Citizens, Corporations, Or Associations Of A Country, Included In The List Issued By The Gppb, The Laws Or Regulations Of Which Grant Reciprocal Rights Or Privileges To Citizens, Corporations, Or Associations Of The Philippines; Iii. When The Goods Sought To Be Procured Are Not Available From Local Suppliers; Or Iv. When There Is A Need To Prevent Situations That Defeat Competition Or Restrain Trade. B. Foreign Ownership Limited To Those Allowed Under The Rules May Participate In This Project. 5.3. Pursuant To Section 23.4.1.3 Of The 2016 Revised Irr Of Ra No.9184, The Bidder Shall Have An Slcc That Is At Least One (1) Contract Similar To The Project The Value Of Which, Adjusted To Current Prices Using The Psa’s Cpi, Must Be At Least Equivalent To: A. For The Procurement Of Non-expendable Supplies And Services: The Bidder Must Have Completed A Single Contract That Is Similar To This Project, Equivalent To At Least Fifty Percent (50%) Of The Abc. 5.4. The Bidders Shall Comply With The Eligibility Criteria Under Section 23.4.1 Of The 2016 Irr Of Ra No. 9184. 6. Origin Of Goods There Is No Restriction On The Origin Of Goods Other Than Those Prohibited By A Decision Of The Un Security Council Taken Under Chapter Vii Of The Charter Of The Un, Subject To Domestic Preference Requirements Under Itb Clause 18. 7. Subcontracts 7.1. The Bidder May Subcontract Portions Of The Project To The Extent Allowed By The Procuring Entity As Stated Herein, But In No Case More Than Twenty Percent (20%) Of The Project. The Procuring Entity Has Prescribed That: A. Subcontracting Is Not Allowed. 7.2. [if Procuring Entity Has Determined That Subcontracting Is Allowed During The Bidding, State:] The Bidder Must Submit Together With Its Bid The Documentary Requirements Of The Subcontractor(s) Complying With The Eligibility Criteria Stated In Itb Clause 5 In Accordance With Section 23.4 Of The 2016 Revised Irr Of Ra No. 9184 Pursuant To Section 23.1 Thereof. 7.3. [if Subcontracting Is Allowed During The Contract Implementation Stage, State:] The Supplier May Identify Its Subcontractor During The Contract Implementation Stage. Subcontractors Identified During The Bidding May Be Changed During The Implementation Of This Contract. Subcontractors Must Submit The Documentary Requirements Under Section 23.1 Of The 2016 Revised Irr Of Ra No. 9184 And Comply With The Eligibility Criteria Specified In Itb Clause 5 To The Implementing Or End-user Unit. 7.4. Subcontracting Of Any Portion Of The Project Does Not Relieve The Supplier Of Any Liability Or Obligation Under The Contract. The Supplier Will Be Responsible For The Acts, Defaults, And Negligence Of Any Subcontractor, Its Agents, Servants, Or Workmen As Fully As If These Were The Supplier’s Own Acts, Defaults, Or Negligence, Or Those Of Its Agents, Servants, Or Workmen. 8. Pre-bid Conference The Procuring Entity Will Hold A Pre-bid Conference For This Project On The Specified Date And Time And Either At Its Physical Address {[insert If Applicable] And/or Through Videoconferencing/webcasting} As Indicated In Paragraph 6 Of The Ib. 9. Clarification And Amendment Of Bidding Documents Prospective Bidders May Request For Clarification On And/or Interpretation Of Any Part Of The Bidding Documents. Such Requests Must Be In Writing And Received By The Procuring Entity, Either At Its Given Address Or Through Electronic Mail Indicated In The Ib, At Least Ten (10) Calendar Days Before The Deadline Set For The Submission And Receipt Of Bids. 10. Documents Comprising The Bid: Eligibility And Technical Components 10.1. The First Envelope Shall Contain The Eligibility And Technical Documents Of The Bid As Specified In Section Viii (checklist Of Technical And Financial Documents). 10.2. The Bidder’s Slcc As Indicated In Itb Clause 5.3 Should Have Been Completed Within [state Relevant Period As Provided In Paragraph 2 Of The Ib] Prior To The Deadline For The Submission And Receipt Of Bids. 10.3. If The Eligibility Requirements Or Statements, The Bids, And All Other Documents For Submission To The Bac Are In Foreign Language Other Than English, It Must Be Accompanied By A Translation In English, Which Shall Be Authenticated By The Appropriate Philippine Foreign Service Establishment, Post, Or The Equivalent Office Having Jurisdiction Over The Foreign Bidder’s Affairs In The Philippines. Similar To The Required Authentication Above, For Contracting Parties To The Apostille Convention, Only The Translated Documents Shall Be Authenticated Through An Apostille Pursuant To Gppb Resolution No. 13-2019 Dated 23 May 2019. The English Translation Shall Govern, For Purposes Of Interpretation Of The Bid. 11. Documents Comprising The Bid: Financial Component 11.1. The Second Bid Envelope Shall Contain The Financial Documents For The Bid As Specified In Section Viii (checklist Of Technical And Financial Documents). 11.2. If The Bidder Claims Preference As A Domestic Bidder Or Domestic Entity, A Certification Issued By Dti Shall Be Provided By The Bidder In Accordance With Section 43.1.3 Of The 2016 Revised Irr Of Ra No. 9184. 11.3. Any Bid Exceeding The Abc Indicated In Paragraph 1 Of The Ib Shall Not Be Accepted. 11.4. For Foreign-funded Procurement, A Ceiling May Be Applied To Bid Prices Provided The Conditions Are Met Under Section 31.2 Of The 2016 Revised Irr Of Ra No. 9184. 11.5. [include If Framework Agreement Will Be Used:] Financial Proposals For Single Or Multi-year Framework Agreement Shall Be Submitted Before The Deadline Of Submission Of Bids As Prescribed In The Ib. For Multi-year Framework Agreement, Evaluation Of The Financial Proposal During This Stage Is For Purposes Of Determining Eligibility And Whether Or Not Such Financial Proposal Is Within The Abc. 12. Bid Prices 12.1. Prices Indicated On The Price Schedule Shall Be Entered Separately In The Following Manner: A. For Goods Offered From Within The Procuring Entity’s Country: I. The Price Of The Goods Quoted Exw (ex-works, Ex-factory, Ex-warehouse, Ex-showroom, Or Off-the-shelf, As Applicable); Ii. The Cost Of All Customs Duties And Sales And Other Taxes Already Paid Or Payable; Iii. The Cost Of Transportation, Insurance, And Other Costs Incidental To Delivery Of The Goods To Their Final Destination; And Iv. The Price Of Other (incidental) Services, If Any, Listed In E. B. For Goods Offered From Abroad: I. Unless Otherwise Stated In The Bds, The Price Of The Goods Shall Be Quoted Delivered Duty Paid (ddp) With The Place Of Destination In The Philippines As Specified In The Bds. In Quoting The Price, The Bidder Shall Be Free To Use Transportation Through Carriers Registered In Any Eligible Country. Similarly, The Bidder May Obtain Insurance Services From Any Eligible Source Country. Ii. The Price Of Other (incidental) Services, If Any, As Listed In Section Vii (technical Specifications). 12.2. [include If Framework Agreement Will Be Used:] For Framework Agreement, The Following Should Also Apply In Addition To Clause 12.1: A. For A Single Year Framework Agreement, The Prices Quoted By The Bidder Shall Be Fixed During The Bidder’s Performance Of The Contract And Not Subject To Variation Or Escalation On Any Account. Price Schedules Required Under Clause 12.1 Shall Be Submitted With The Bidding Documents. B. For A Multi-year Framework Agreement, The Prices Quoted By The Bidder During Submission Of Eligibility Documents Shall Be The Ceiling And The Price Quoted During Mini-competition Must Not Exceed The Initial Price Offer. The Price Quoted During Call For Mini-competition Shall Be Fixed During The Bidder’s Performance Of That Call-off And Not Subject To Variation Or Escalation On Any Account. Price Schedules Required Under Clause 12.1 Shall Be Submitted With The Bidding Documents. 13. Bid And Payment Currencies 13.1. For Goods That The Bidder Will Supply From Outside The Philippines, The Bid Prices May Be Quoted In The Local Currency Or Tradeable Currency Accepted By The Bsp At The Discretion Of The Bidder. However, For Purposes Of Bid Evaluation, Bids Denominated In Foreign Currencies, Shall Be Converted To Philippine Currency Based On The Exchange Rate As Published In The Bsp Reference Rate Bulletin On The Day Of The Bid Opening. 13.2. Payment Of The Contract Price Shall Be Made In: A. Philippine Pesos. 14. Bid Security 14.1. The Bidder Shall Submit A Bid Securing Declaration Or Any Form Of Bid Security In The Amount Indicated In The Bds, Which Shall Be Not Less Than The Percentage Of The Abc In Accordance With The Schedule In The Bds. 14.2. The Bid And Bid Security Shall Be Valid Until 120 Calendar Days From Receipt Of Bids. Any Bid Not Accompanied By An Acceptable Bid Security Shall Be Rejected By The Procuring Entity As Non-responsive. 14.3. [include If Framework Agreement Will Be Used:] In The Case Of Framework Agreement, Other Than The Grounds For Forfeiture Under The 2016 Revised Irr, The Bid Security May Also Be Forfeited If The Successful Bidder Fails To Sign The Framework Agreement, Or Fails To Furnish The Performance Security Or Performance Securing Declaration. Without Prejudice On Its Forfeiture, Bid Securities Shall Be Returned Only After The Posting Of Performance Security Or Performance Securing Declaration, As The Case May Be, By The Winning Bidder Or Compliant Bidders And The Signing Of The Framework Agreement. 15. Sealing And Marking Of Bids Each Bidder Shall Submit One Copy Of The First And Second Components Of Its Bid. The Procuring Entity May Request Additional Hard Copies And/or Electronic Copies Of The Bid. However, Failure Of The Bidders To Comply With The Said Request Shall Not Be A Ground For Disqualification. If The Procuring Entity Allows The Submission Of Bids Through Online Submission Or Any Other Electronic Means, The Bidder Shall Submit An Electronic Copy Of Its Bid, Which Must Be Digitally Signed. An Electronic Copy That Cannot Be Opened Or Is Corrupted Shall Be Considered Non-responsive And, Thus, Automatically Disqualified. 16. Deadline For Submission Of Bids 16.1. The Bidders Shall Submit On The Specified Date And Time And Either At Its Physical Address Or Through Online Submission As Indicated In Paragraph 7 Of The Ib. 16.2. [include If Framework Agreement Will Be Used:] For Multi-year Framework Agreement, The Submission Of Bids Shall Be For The Initial Evaluation Of Their Technical And Financial Eligibility. Thereafter, Those Declared Eligible During The Said Initial Eligibility Evaluation And Entered Into A Framework Agreement With The Procuring Entity Shall Submit Anew Their Best Financial Offer At The Address And On Or Before The Date And Time Indicated In The Call For Each Mini-competition. 17. Opening And Preliminary Examination Of Bids 17.1. The Bac Shall Open The Bids In Public At The Time, On The Date, And At The Place Specified In Paragraph 9 Of The Ib. The Bidders’ Representatives Who Are Present Shall Sign A Register Evidencing Their Attendance. In Case Videoconferencing, Webcasting Or Other Similar Technologies Will Be Used, Attendance Of Participants Shall Likewise Be Recorded By The Bac Secretariat. In Case The Bids Cannot Be Opened As Scheduled Due To Justifiable Reasons, The Rescheduling Requirements Under Section 29 Of The 2016 Revised Irr Of Ra No. 9184 Shall Prevail. 17.2. The Preliminary Examination Of Bids Shall Be Governed By Section 30 Of The 2016 Revised Irr Of Ra No. 9184. 18. Domestic Preference 18.1. The Procuring Entity Will Grant A Margin Of Preference For The Purpose Of Comparison Of Bids In Accordance With Section 43.1.2 Of The 2016 Revised Irr Of Ra No. 9184. 18.2. [include If Framework Agreement Will Be Used:] For Multi-year Framework Agreement, Determination Of Margin Of Preference Shall Be Conducted Every Call For Mini-competition. 19. Detailed Evaluation And Comparison Of Bids 19.1. The Procuring Bac Shall Immediately Conduct A Detailed Evaluation Of All Bids Rated “passed,” Using Non-discretionary Pass/fail Criteria. The Bac Shall Consider The Conditions In The Evaluation Of Bids Under Section 32.2 Of The 2016 Revised Irr Of Ra No. 9184. [include The Following Options If Framework Agreement Will Be Used:] A. In The Case Of Single-year Framework Agreement, The Lowest Calculated Bid Shall Be Determined Outright After The Detailed Evaluation; B. For Multi-year Framework Agreement, The Determination Of The Eligibility And The Compliance Of Bidders With The Technical And Financial Aspects Of The Projects Shall Be Initially Made By The Bac, In Accordance With Item 7.4.2 Of The Guidelines On The Use Of Framework Agreement. 19.2. If The Project Allows Partial Bids, Bidders May Submit A Proposal On Any Of The Lots Or Items, And Evaluation Will Be Undertaken On A Per Lot Or Item Basis, As The Case Maybe. In This Case, The Bid Security As Required By Itb Clause 15 Shall Be Submitted For Each Lot Or Item Separately. 19.3. The Descriptions Of The Lots Or Items Shall Be Indicated In Section Vii (technical Specifications), Although The Abcs Of These Lots Or Items Are Indicated In The Bds For Purposes Of The Nfcc Computation Pursuant To Section 23.4.2.6 Of The 2016 Revised Irr Of Ra No. 9184. The Nfcc Must Be Sufficient For The Total Of The Abcs For All The Lots Or Items Participated In By The Prospective Bidder. 19.4. The Project Shall Be Awarded As Follows: Option 2 – One Project Having Several Items Grouped Into Several Lots, Which Shall Be Awarded As Separate Contracts Per Lot. 19.5. Except For Bidders Submitting A Committed Line Of Credit From A Universal Or Commercial Bank In Lieu Of Its Nfcc Computation, All Bids Must Include The Nfcc Computation Pursuant To Section 23.4.1.4 Of The 2016 Revised Irr Of Ra No. 9184, Which Must Be Sufficient For The Total Of The Abcs For All The Lots Or Items Participated In By The Prospective Bidder. For Bidders Submitting The Committed Line Of Credit, It Must Be At Least Equal To Ten Percent (10%) Of The Abcs For All The Lots Or Items Participated In By The Prospective Bidder. 20. Post-qualification 20.1. [include If Framework Agreement Will Be Used:] For Multi-year Framework Agreement, All Bidders Initially Determined To Be Eligible And Financially Compliant Shall Be Subject To Initial Post-qualification. The Bac Shall Then Recommend The Execution Of A Framework Agreement Among All Eligible, Technically And Financially Compliant Bidders And The Procuring Entity And Shall Be Issued By Hope A Notice To Execute Framework Agreement. The Determination Of The Lowest Calculated Bid (lcb) Shall Not Be Performed By The Bac Until A Mini-competition Is Conducted Among The Bidders Who Executed A Framework Agreement. When A Call For Mini-competition Is Made, The Bac Shall Allow The Bidders To Submit Their Best Financial Proposals On Such Pre-scheduled Date, Time And Place To Determine The Bidder With The Lcb. 20.2. Within A Non-extendible Period Of Five (5) Calendar Days From Receipt By The Bidder Of The Notice From The Bac That It Submitted The Lowest Calculated Bid, {[include If Framework Agreement Will Be Used:] Or In The Case Of Multi-year Framework Agreement, That It Is One Of The Eligible Bidders Who Have Submitted Bids That Are Found To Be Technically And Financially Compliant,}the Bidder Shall Submit Its Latest Income And Business Tax Returns Filed And Paid Through The Bir Electronic Filing And Payment System (efps) And Other Appropriate Licenses And Permits Required By Law And Stated In The Bds. {[include If Framework Agreement Will Be Used:] For Every Mini-competition In Framework Agreement, The Lcb Shall Likewise Submit The Required Documents For Final Post Qualification.} 21. Signing Of The Contract 21.1. The Documents Required In Section 37.2 Of The 2016 Revised Irr Of Ra No. 9184 Shall Form Part Of The Contract. Additional Contract Documents Are Indicated In The Bds. [include The Following Clauses If Framework Agreement Will Be Used:] 21.2. At The Same Time As The Procuring Entity Notifies The Successful Bidder That Its Bid Has Been Accepted, The Procuring Entity Shall Send The Framework Agreement Form To The Bidder, Which Contract Has Been Provided In The Bidding Documents, Incorporating Therein All Agreements Between The Parties. 21.3. Within Ten (10) Calendar Days From Receipt Of The Notice To Execute Framework Agreement With The Procuring Entity, The Successful Bidder Or Its Duly Authorized Representative Shall Formally Enter Into A Framework Agreement With The Procuring Entity For An Amount Of One Peso To Be Paid To The Procuring Entity As A Consideration For The Option Granted By The Procuring Entity To Procure The Items In The Framework Agreement List When The Need Arises. 21.4. The Procuring Entity Shall Enter Into A Framework Agreement With The Successful Bidder Within The Same Ten (10) Calendar Day Period Provided That All The Documentary Requirements Are Complied With. 21.5. The Following Documents Shall Form Part Of The Framework Agreement: A. Framework Agreement Form; B. Bidding Documents; C. Call-offs; D. Winning Bidder’s Bid, Including The Technical And Financial Proposals, And All Other Documents/statements Submitted (e.g., Bidder’s Response To Request For Clarifications On The Bid), Including Corrections To The Bid, If Any, Resulting From The Procuring Entity’s Bid Evaluation; E. Performance Security Or Performance Securing Declaration, As The Case May Be; F. Notice To Execute Framework Agreement; And G. Other Contract Documents That May Be Required By Existing Laws And/or Specified In The Bds. Section Iii. Bid Data Sheet Bid Data Sheet Itb Clause 5.3 For This Purpose, Contracts Similar To The Project Shall Be: A. Institutional Food Catering Including The Cooking, Preparation And Delivery Of Cooked Food On A Large Scale. B. Completed Within The Last Two (2) Years Equivalent To At Least Fifty Percent (50%) Of The Abc, Prior To The Deadline For The Submission And Receipt Of Bids. 7.1 Subcontracting Is Not Allowed 12 The Price Of The Goods Shall Be Quoted Ddp Bureau Of Corrections Nbp Reservation Muntinlupa City Or The Applicable International Commercial Terms (incoterms) For This Project. 14.1 The Bid Security Shall Be In The Form Of A Bid Securing Declaration, Or Any Of The Following Forms And Amounts: A. The Amount Of Not Less Than Two Percent (2%) Of Abc, If Bid Security Is In Cash, Cashier’s/manager’s Check, Bank Draft/guarantee Or Irrevocable Letter Of Credit; Or B. The Amount Of Not Less Than Five Percent (5%) Of Abc If Bid Security Is In Surety Bond. 19.4 One Project Having Several Items Grouped Into Several Lots, Which Shall Be Awarded As Separate Contracts Per Lot. 20.2 Within A Non-extendible Period Of Five (5) Calendar Days From Receipt By The Bidder Of The Notice From The Bac That It Submitted The Lowest Calculated Bid, The Bidder Shall Submit: 1. Latest Income And Business Tax Returns Filed And Paid Through The Bir Electronic Biling And Payment System (efps) 2. Supporting Documents For The Slcc (sales Invoice Or Official Receipt Or End-users Acceptance With At Least Satisfactory In Rating) 3. Certified True Copy Of Valid And Current Registration Certificate (sec Certificate Of Registration For Corporation Or Dti Certificate Of Registration For Sole Proprietorship Or Cda Certificate Of Registration For Cooperative) From Issuing Agency 4. Valid And Current Mayor’s Or Business Permit 5. Audited Financial Statement 6. Valid And Current Tax Clearance 21.2 No Additional Contract Documents. Section Iv. General Conditions Of Contract 1. Scope Of Contract This Contract Shall Include All Such Items, Although Not Specifically Mentioned, That Can Be Reasonably Inferred As Being Required For Its Completion As If Such Items Were Expressly Mentioned Herein. All The Provisions Of Ra No. 9184 And Its 2016 Revised Irr, Including The Generic Procurement Manual, And Associated Issuances, Constitute The Primary Source For The Terms And Conditions Of The Contract, And Thus, Applicable In Contract Implementation. Herein Clauses Shall Serve As The Secondary Source For The Terms And Conditions Of The Contract. This Is Without Prejudice To Sections 74.1 And 74.2 Of The 2016 Revised Irr Of Ra No. 9184 Allowing The Gppb To Amend The Irr, Which Shall Be Applied To All Procurement Activities, The Advertisement, Posting, Or Invitation Of Which Were Issued After The Effectivity Of The Said Amendment. Additional Requirements For The Completion Of This Contract Shall Be Provided In The Special Conditions Of Contract (scc). 2. Advance Payment And Terms Of Payment 2.1. Advance Payment Of The Contract Amount Is Provided Under Annex “d” Of The Revised 2016 Irr Of Ra No. 9184. 2.2. The Procuring Entity Is Allowed To Determine The Terms Of Payment On The Partial Or Staggered Delivery Of The Goods Procured, Provided Such Partial Payment Shall Correspond To The Value Of The Goods Delivered And Accepted In Accordance With Prevailing Accounting And Auditing Rules And Regulations. The Terms Of Payment Are Indicated In The Scc. [include The Following Clauses If Framework Agreement Will Be Used:] 2.3. For A Single-year Framework Agreement, Prices Charged By The Supplier For Goods Delivered And/or Services Performed Under A Call-off Shall Not Vary From The Prices Quoted By The Supplier In Its Bid. 2.4. For Multi-year Framework Agreement, Prices Charged By The Supplier For Goods Delivered And/or Services Performed Under A Call-off Shall Not Vary From The Prices Quoted By The Supplier During Conduct Of Mini-competition. 3. Performance Security Within Ten (10) Calendar Days From Receipt Of The Notice Of Award By The Bidder From The Procuring Entity But In No Case Later Than Prior To The Signing Of The Contract By Both Parties, The Successful Bidder Shall Furnish The Performance Security In Any Of The Forms Prescribed In Section 39 Of The 2016 Revised Irr Of Ra No. 9184.{[include If Framework Agreement Will Be Used:] In The Case Of Framework Agreement, The Bidder May Opt To Furnish The Performance Security Or A Performance Securing Declaration As Defined Under The Guidelines On The Use Of Framework Agreement.} 4. Inspection And Tests The Procuring Entity Or Its Representative Shall Have The Right To Inspect And/or To Test The Goods To Confirm Their Conformity To The Project {[include If Framework Agreement Will Be Used:] Or Framework Agreement} Specifications At No Extra Cost To The Procuring Entity In Accordance With The Generic Procurement Manual. In Addition To Tests In The Scc, Section Iv (technical Specifications) Shall Specify What Inspections And/or Tests The Procuring Entity Requires, And Where They Are To Be Conducted. The Procuring Entity Shall Notify The Supplier In Writing, In A Timely Manner, Of The Identity Of Any Representatives Retained For These Purposes. All Reasonable Facilities And Assistance For The Inspection And Testing Of Goods, Including Access To Drawings And Production Data, Shall Be Provided By The Supplier To The Authorized Inspectors At No Charge To The Procuring Entity. 5. Warranty 5.1 In Order To Assure That Manufacturing Defects Shall Be Corrected By The Supplier, A Warranty Shall Be Required From The Supplier As Provided Under Section 62.1 Of The 2016 Revised Irr Of Ra No. 9184. 5.2 The Procuring Entity Shall Promptly Notify The Supplier In Writing Of Any Claims Arising Under This Warranty. Upon Receipt Of Such Notice, The Supplier Shall, Repair Or Replace The Defective Goods Or Parts Thereof Without Cost To The Procuring Entity, Pursuant To The Generic Procurement Manual. 6. Liability Of The Supplier The Supplier’s Liability Under This Contract Shall Be As Provided By The Laws Of The Republic Of The Philippines. If The Supplier Is A Joint Venture, All Partners To The Joint Venture Shall Be Jointly And Severally Liable To The Procuring Entity. Section V. Special Conditions Of Contract Special Conditions Of Contract Gcc Clause 1 [list Here Any Additional Requirements For The Completion Of This Contract. The Following Requirements And The Corresponding Provisions May Be Deleted, Amended, Or Retained Depending On Its Applicability To This Contract:] Delivery And Documents – For Purposes Of The Contract, “exw,” “fob,” “fca,” “cif,” “cip,” “ddp” And Other Trade Terms Used To Describe The Obligations Of The Parties Shall Have The Meanings Assigned To Them By The Current Edition Of Incoterms Published By The International Chamber Of Commerce, Paris. The Delivery Terms Of This Contract Shall Be As Follows: The Delivery Terms Applicable To This Contract Are Delivered To Lot 1-nbp, Nbp Reservation Muntinlupa City Lot 2- Correctional Institution For Women, Mandaluyong City Lot 3- Sablayan Prison And Penal Farm, Occidental Mindoro Lot 4- Iwahig Prison And Penal Farm, Palawan City Lot 5- Leyte Regional Prison Lot 6- San Ramon Prison And Penal Farm, Zamboanga City Lot 7- Davao Prison And Penal Farm . Risk And Title Will Pass From The Supplier To The Procuring Entity Upon Receipt And Final Acceptance Of The Goods At Their Final Destination.” Delivery Of The Goods Shall Be Made By The Supplier In Accordance With The Terms Specified In Section Vi (schedule Of Requirements). For Purposes Of This Clause The Procuring Entity’s Representative At The Project Site Is The Superintendent Of Oppf’s. Incidental Services – The Supplier Is Required To Provide All Of The Following Services, Including Additional Services, If Any, Specified In Section Vi. Schedule Of Requirements: The Supplier Shall Carry Sufficient Inventories To Assure Ex-stock Supply Of Consumable Supplies (both Perishable And Non-perishable) And/or Replacements During The Duration Of The Contract Packaging – The Supplier Shall Provide Such Packaging Of The Goods As Is Required To Prevent Their Damage Or Deterioration During Transit To Their Final Destination, As Indicated In This Contract. The Packaging Shall Be Sufficient To Withstand, Without Limitation, Rough Handling During Transit And Exposure To Extreme Temperatures, Salt And Precipitation During Transit, And Open Storage. Packaging Case Size And Weights Shall Take Into Consideration, Where Appropriate, The Remoteness Of The Goods’ Final Destination And The Absence Of Heavy Handling Facilities At All Points In Transit. Transportation – Where The Supplier Is Required Under Contract To Deliver The Goods Cif, Cip, Or Ddp, Transport Of The Goods To The Port Of Destination Or Such Other Named Place Of Destination In The Philippines, As Shall Be Specified In This Contract, Shall Be Arranged And Paid For By The Supplier, And The Cost Thereof Shall Be Included In The Contract Price. Where The Supplier Is Required Under This Contract To Transport The Goods To A Specified Place Of Destination Within The Philippines, Defined As The Project Site, Transport To Such Place Of Destination In The Philippines, Including Insurance And Storage, As Shall Be Specified In This Contract, Shall Be Arranged By The Supplier, And Related Costs Shall Be Included In The Contract Price. Partial Payments To The Winning Supplier For Its Supplies Will Be Made Every 10th Day, 20th Day And Last Day Of The Month Correspond To The Value Of The Goods Delivered And Accepted Based On Actual Population In Accordance With Prevailing Accounting And Auditing Rules And Regulations. Where The Supplier Is Required Under Contract To Deliver The Goods Cif, Cip Or Ddp, Goods Are To Be Transported On Carriers Of Philippine Registry. In The Event That No Carrier Of Philippine Registry Is Available, Goods May Be Shipped By A Carrier Which Is Not Of Philippine Registry Provided That The Supplier Obtains And Presents To The Procuring Entity Certification To This Effect From The Nearest Philippine Consulate To The Port Of Dispatch. In The Event That Carriers Of Philippine Registry Are Available But Their Schedule Delays The Supplier In Its Performance Of This Contract The Period From When The Goods Were First Ready For Shipment And The Actual Date Of Shipment The Period Of Delay Will Be Considered Force Majeure. The Procuring Entity Accepts No Liability For The Damage Of Goods During Transit Other Than Those Prescribed By Incoterms For Ddp Deliveries. In The Case Of Goods Supplied From Within The Philippines Or Supplied By Domestic Suppliers Risk And Title Will Not Be Deemed To Have Passed To The Procuring Entity Until Their Receipt And Final Acceptance At The Final Destination. Intellectual Property Rights – The Supplier Shall Indemnify The Procuring Entity Against All Third-party Claims Of Infringement Of Patent, Trademark, Or Industrial Design Rights Arising From Use Of The Goods Or Any Part Thereof. The Inspections That Will Be Conducted Are: Based On The Actual Physical Condition Of The Food Subsistence That Will Be Inspected By The Inspection And Acceptance Committee Which Includes Representatives From Bucor Assigned At The Concerned Facilities As Well As From The Pdl Representatives Based On The Approved Menu Cycle. Any Defects In The Foods Prepared/delivered Shall Be Replaced Immediately. Notice Will Be Issued To The Supplier For The Non-acceptance Food Due To Defects (unfit For Human Consumption Food Poisoning Or Other Similar Complaint) Based On A Substantial Verified Complaint/s By The End-user Submitted To The Supply Division For Subsequent Recommendation For The Termination Of Contract Subject To The Approval Of The Hope. 2.2 No Further Instruction 4 The Inspections That Will Be Conducted Are: Based On The Actual Physical Condition Of The Food Subsistence That Will Be Inspected By The Inspection And Acceptance Committee Which Includes Representatives From Bucor Assigned At The Concerned Facilities As Well As From The Pdl Representatives Based On The Approved Menu Cycle. In Case Of Non-compliance With The Requirements Under The Food Subsistence Agreement (fsa), The Winning Bidder Shall Suffer Penalty Under Rule Xxii-civil Liability Of The 2016 Implementing Rules And Regulations Of Republic Act 9184. Should There Be Any Violations In The Fsa That Are Deemed Detrimental To The Delivery Of Food Subsistence, The Bureau Of Corrections Reserves Its Right To Subject The Contract To Review And Termination Under “annex I” Guidelines On Termination Of Contracts. Thereafter, The Bureau Of Corrections Shall Proceed With The Take Over Contract In Compliance With Section 53 (c) Of The 2016 Irr Of Ra 9184. Section Vi. Schedule Of Requirements Republic Of The Philippines Department Of Justice Bureau Of Corrections Muntinlupa City Section Vi. Schedule Of Requirements Food Subsistence For Pdl Confined At Bureau Of Corrections 2025 Epa Description Total Quantity Based On The Ten (10) Days Cycle Menu Breakfast: Daily Distribution To Pdl On The Project Site Shall Not Be Earlier Than 5:30 Am But Not Later Than 6:30 Am. Lunch: Daily Distribution To Pdl On The Project Site Shall Not Be Earlier Than 9:30 Am But Not Later Than 11:00 Am. Dinner: Daily Distribution To Pdl On The Project Site Shall Not Be Earlier Than 2:30 Pm But Not Later Than 3:30 Pm. Based On The Actual Population Of Pdl Based On The Actual Population Of Pdl Based On The Actual Population Of Pdl I/we Hereby Commit To Comply And Deliver The Entire Requirement In Accordance With The Above Stated Schedule. Conforme: Name Of Company In Print Signature Over Printed Name Of Authorized Representative Date Section Vii. Technical Specifications Republic Of The Philippines Department Of Justice Bureau Of Corrections Muntinlupa City Food Subsistence For Pdl Confined At Bureau Of Corrections 2025 Epa (please Use This Form And Do Not Retype Or Alter) Specification Item Specification Statement Of Compliance (state “comply” Or “not Comply”) I. Food And Related Technical Specifications Ii. 10 Days Cycle Menu Plan, Weekly Ration, Guide To Serving Portion For The Menu And Hospital Iii. Technical And Logistics Competence Iv. Other Technical Specifications Bidders Must State In The Statement Of Compliance Either “comply” Or “not Comply” Against Each Of The Individual Parameters Of Each Specification. Conforme: Name Of Company In Print Signature Over Printed Name Of Authorized Representative Date Republic Of The Philippines Department Of Justice Bureau Of Corrections Muntinlupa City I. Food And Related Technical Specifications 1. Nutritional Value, Composition, Meal Plan  The Winning Bidder Shall Comply With The Agency, Prepared Menu As Provided In The Ten Day Cycle Menu Of These Bidding Documents And Technical Specifications.  The Winning Bidder Shall Comply To The Agency Prepared Menu For Pdl With Special Dietary Requirements (e.g. Diabetic, Ptb Patients And Others) 2. Meal Schedule And Distribution • Meals Should Be Delivered And Distributed As Follows:  Breakfast: Daily Distribution To Pdl On The Project Site Shall Not Be Earlier Than 5:30 Am But Not Later Than 6:30 Am.  Lunch: Daily Distribution To Pdl On The Project Site Shall Not Be Earlier Than 9:30 Am But Not Later Than 11:00 Am.  Dinner: Daily Distribution To Pdl On The Project Site Shall Not Be Earlier Than 2:30 Pm But Not Later Than 3:30 Pm. 3. Packaging  The Winning Bidder Shall Ensure That Damage/spoilage Or Deterioration Of Cooked Food Is Prevented During Transit To Their Final Destination. Sufficient And Sanitary Packaging Shall Be Provided For This Purpose. The Packaging Of The Food Products Shall Be Such That They Can Withstand Rough Handling And Exposure To The Elements. I/we Hereby Commit To Comply And Deliver The Entire Requirement In Accordance With The Above Stated Schedule. Conforme: _______________________________________________ Name Of Company In Print ________________________________________________ Signature Over Printed Name Of Authorized Representative _______________________________________________ Date Republic Of The Philippines Department Of Justice Bureau Of Corrections Muntinlupa City I. Food And Related Technical Specifications 4. Inventory  The Winning Bidder Shall At Any Time, Have A One (1) Week Inventory Stock Of Non-perishable Items And Three (3) Days Inventory Stock Of Perishable Items As Guarantee Against Any Eventuality Or Unforeseen Event That May Affect The Availability Of Food Subsistence Of Pdl. 5. Delivery  The Winning Bidder Shall See To It That Foods Shall Be In Hygienic Food Containers And Sufficient Number Of Delivery Truck/s Be Available For Timely And Prompt Delivery Of Foods. 6. Delivery Of Cooked Food  The Winning Bidder Shall Deliver The Food For The Pdl On The Exact Commencing Date And Time As Stated On The Schedule Of Requirements. The Project Shall Be Strictly In Compliance With The Submitted Menu And In Accordance With Terms And Conditions Of The Bidding Documents, To Prevent Disruption Of The Pdl Feeding Program. Request For Substitution Of Items In The Menu May Be Allowed Three (3) Days Prior To The Scheduled Delivery, But Subject For The Approval Of The Superintendent Of Operating Prisons And Penal Farm Or Duly Authorized Representative. Three-day Period However May Be Shortened, In Case Of Fortuitous Events. The Maximum Allowable Number Of Food Substitution Is Four Times A Month. 7. Quantity Of Cooked Food  The Winning Bidder Shall Deliver The Cooked Food For The Pdl In Exact Quantity Of Food Based On The 10-day Cycle Menu. 8. Quality Of Cooked Food  The Winning Bidder Shall Ensure That The Portion Sizes Of Food Being Served Is Balanced And Nutritionally Adequate In Terms Of Kilocalories, Carbohydrates, Fats And Proteins 9. Raw Ration  Should The Particular Camp Or Specific Group Of Pdl Request For Raw Ration, The Same Shall Be Complied With Upon Approval Of The Oppf Superintendent Or His/her Duly Authorized Representative. 10. Farmer’s Cooperative  The Winning Bidder Shall Buy, Procure, Acquire Farm Products From The Farmers’ Cooperative Within The Localities Of Oppfs. The List Of The Farmers’ Cooperative Must Come From The Local Government Within The Territorial Location Of The Oppf. I/we Hereby Commit To Comply And Deliver The Entire Requirement In Accordance With The Above Stated Schedule. Conforme: ____________________________________________ Name Of Company In Print _____________________________________________ Signature Over Printed Name Of Authorized Representative ___________________________________ Date Republic Of The Philippines Department Of Justice Bureau Of Corrections Ii. A.1 10 Day Cycle Menu. Guide To Serving Portions For The Menu General Population Day Meal Menu Qty Kcal Total Kcal Per Day 1 Breakfast Bread 1 Pc / 75 G 210 1993.8 Brewed Coffee 1 Cup 80 Lunch Steamed Rice 400 G 500 Chicken Adobo 80 G Raw 242.8 Dinner Steamed Rice 400 G 500 Pancit Bihon With Meat 200 G Cooked 461 2 Breakfast Steamed Rice 400 G 500 2174.15 Hotdog 50 G Raw 270.5 Lunch Steamed Rice 400 G 500 Sauteed Upo With Meat 200g 211.65 Dinner Steamed Rice 400 G 500 Fish In Sweet & Sour Sauce 70 G Raw 192 3 Breakfast Champorado 200 G 500 2165.25 Tuyo 25 G Raw 186.25 Lunch Steamed Rice 400 G 500 Chicken Sotanghon 200g Cooked 291 Dinner Steamed Rice 400 G 500 Fish Paksiw 70 G Raw 188 4 Breakfast Bread 1 Pc / 75 G 210 2026.4 Brewed Coffee 1 Cup 80 Banana 1 Pc 40 Lunch Steamed Rice 400 G 500 Pork Sinigang 80 G Raw 405 Dinner Steamed Rice 400 G 500 Sauteed Sayote With Sardines 200 G 291.4 5 Breakfast Steamed Rice 400 G 500 2016.1 Squidroll In Sweet & Sour Sauce 50 G Raw 146 Lunch Steamed Rice 400 G 500 Monggo Guisado With Meat 200 G Cooked 178.9 Dinner Steamed Rice 400 G 500 Beef Loaf Or Meat Loaf 75 G 191.2 6 Breakfast Steamed Rice 400 G 500 2056.65 Longganisa 50 G Raw 212 Lunch Steamed Rice 400 G 500 Vegetable Adobo With Meat 200 G Cooked 203.4 Dinner Steamed Rice 400 G 500 Dried Daing 25 G Raw 141.25 7 Breakfast Chicken Arroz Caldo 200 G Cooked 426 2006.4 Boiled Egg 55 G Raw Lunch Steamed Rice 400 G 500 Fish Tinola 70 G Raw 328.4 Banana 1 Pc 40 Day Meal Menu Qty Kcal Total Kcal Per Day Dinner Steamed Rice 400 G 500 Sardines In Tomato Sauce 77.5 G 212 8 Breakfast Bread 1 Pc / 75 G 210 2038.4 Brewed Coffee 1 Cup 80 Lunch Steamed Rice 400 G 500 Mixed Veg With Meat 200 G Cooked 246.4 Dinner Steamed Rice 400 G 500 Chicken Lomi 200 G Cooked 502 9 Breakfast Steamed Rice 400 G 500 2255.73 Dried Fish 25 G Raw 141.25 Lunch Steamed Rice 400 G 500 Pork & Tofu In Black Bean Sauce 80 G Raw 255.98 Dinner Steamed Rice 400 G 500 Misua Patola With Meat 200 G Cooked 358.5 10 Breakfast Steamed Rice 400 G 500 2346.4 Conforme: Name Of Company In Print ________________________________________________ Signature Printed Name Of Authorized Representative _______________________________________________ Date Ii. A.2 10 Day Cycle Menu. Guide To Serving Portions For The Menu For Muslims And Seventh Day Adventist Day Meal Menu Qty Ingredients Raw Hhm Raw Weight In Grams 1 Breakfast Bread 1 Pc / 75 G Bread 1 Pc 75 Brewed Coffee 1 Cup Coffee 1/2 Tsp 2.5 Sugar 1 Tbsp 15 Lunch Steamed Rice 400 G Rice 2 Cups 133 Chicken Adobo 80 G Raw Chicken 15 G 15 Camote 2 Tbps 30 Dinner Steamed Rice 400 G Rice 2 Cups 133 Pancit Bihon With Chicken 200 G Cooked Bihon 1 Cup 100 Chicken 15 G 15 Cabbage 2 Tbsp 30 Carrots 2 Tbsp 30 Beans 2 Tbsp 30 Soy Sauce 2 Tbsp 30 Onion 1 Tsp 5 Garlic 1 Tsp 5 Oil 1 Tsp 5 2 Breakfast Steamed Rice 400 G Rice 2 Cups 133 Steamed Chicken Hotdog 50 G Raw Hotdog 1 Pc 50 Lunch Steamed Rice 400 G Rice 200 G 133 Sauteed Upo With Meat 200g Upo 1 Cup 80 Pork 15 G 15 Onion 1 Tsp 5 Garlic 1 Tsp 5 Oil 1 Tsp 5 Patis 1 Tsp 5 Dinner Steamed Rice 400 G Rice 2 Cups 133 Fish In Sweet & Sour Sauce 70 G Raw Fish 2 Pcs 70 Carrots 1 Tbsp 15 Bell Pepper 1 Tbsp 15 Corn Starch 1/2 Tsp 2.5 Soy Sauce 1 Tbsp 15 Sugar 1/2 Tsp 2.5 Oil 1 Tsp 5 3 Breakfast Champorado 200 G Malagkit 1 Cup 50 Cocoa 3 Tbsp 45 Sugar 2 Tbsp 30 Tuyo 25 G Raw Tuyo 2 Pcs 25 Oil 1 Tsp 5 Lunch Steamed Rice 400 G Rice 2 Cups 133 Chicken Sotanghon 200g Cooked Sotanghon 1 Cup 100 Chicken 15 G 15 Carrots 1 Tbsp 15 Onion 1 Tsp 5 Day Meal Menu Qty Ingredients Raw Hhm Raw Weight In Grams Garlic 1 Tsp 5 Oil 1 Tsp 5 Patis 1 Tsp 5 Dinner Steamed Rice 400 G Rice 2 Cups 133 Fish Paksiw 70 G Raw Fish 2 Pcs 70 Vinegar 2 Tbsp 15 Luya 1 Tsp 5 Onion 1 Tsp 5 Pepper 1/4 Tsp 1.25 4 Breakfast Bread 1 Pc / 75 G Bread 1 Pc 75 G Brewed Coffee 1 Cup Coffee 1/2 Tsp 2.5 Sugar 1 Tbsp 15 Banana 1 Pc Banana 1 Pc 140 Lunch Steamed Rice 400 G Rice 2 Cups 133 Kinamatisang Manok 80 G Raw Chicken 15 G 15 Kangkong 2 Tbsp 30 Kamatis 1 Tsp 5 Patis 1/2 Tsp 2.5 Dinner Steamed Rice 400 G Rice 2 Cups 133 Sauteed Sayote 200 G Sayote 1 Cup 80 With Sardines Sardines 1.5 Tbsp 22.5 Onion 1 Tsp 5 Garlic 1 Tsp 5 Patis 1 Tsp 5 Oil 1 Tsp 5 5 Breakfast Steamed Rice 400 G Rice 2 Cups 133 Squidroll In Sweet 50 G Raw Squidroll 50 G 50 & Sour Sauce Carrots 1 Tbsp 15 Bell Pepper 1 Tbsp 15 Corn Starch 1/2 Tsp 2.5 Soy Sauce 1/2 Tsp 2.5 Sugar 1/2 Tsp 2.5 Oil 1/2 Tsp 2.5 Lunch Steamed Rice 400 G Rice 2 Cups 133 Monggo Guisado 200 G Cooked Monggo 1/2 C 75 With Tinapa Tinapa 15 G 15 Malunggay 2 Tbsp 30 Kalabasa 2 Tbsp 30 Onion 1 Tsp 5 Garlic 1 Tsp 5 Oil 1 Tsp 5 Patis 1 Tsp 5 Dinner Steamed Rice 400 G Rice 2 Cups 133 Beef Loaf Or Meat Loaf 75 G Beef Loaf Or Meat Loaf 75 G 75 Oil 1 Tsp 5 Day Meal Menu Qty Ingredients Raw Hhm Raw Weight In Grams 6 Breakfast Steamed Rice 400 G Rice 2 Cups 133 Longganisa 50 G Raw Longganisa 50 G 50 Oil 1 Tsp 5 Lunch Steamed Rice 400 G Rice 2 Cups 133 Vegetable Adobo 200 G Cooked Sitaw 2 Tbsp 30 With Meat Kalabasa 2 Tbsp 30 Pork 15 G 15 Soy Sauce 1 Tbsp 15 Vinegar 1/2 Tbsp 7.5 Onion 1 Tsp 5 Garlic 1 Tsp 5 Oil 1 Tsp 5 Dinner Steamed Rice 400 G Rice 2 Cups 133 Dried Daing 25 G Raw Dried Fish 25 G 25 Oil 1 Tsp 5 7 Breakfast Chicken Arroz Caldo 200 G Cooked Rice 1 Cup 50 Chicken 15 G 15 Ginger 1/2 Tsp 2.5 Onion 1 Tsp 5 Garlic 1 Tsp 5 Oil 1 Tsp 5 Patis 1 Tsp 5 Pepper 1/4 Tsp 1.25 Boiled Egg 55 G Raw Egg 1 Pc 55 Lunch Steamed Rice 400 G Rice 2 Cups 133 Fish Tinola 70 G Raw Fish 70 G 70 Malunggay 2 Tbsp 30 Sayote 2 Tbsp 30 Ginger 1/2 Tsp 2.5 Onion 1 Tsp 5 Garlic 1 Tsp 5 Oil 1 Tsp 5 Patis 1 Tsp 5 Pepper 1/4 Tsp 1.25 Banana 1 Pc Banana 1 Pc 140 Dinner Steamed Rice 400 G Rice 2 Cups 133 Sardines In Tomato Sauce 77.5 G Sardines 1/2 Can 77.5 8 Breakfast Bread 1 Pc / 75 G Bread 1 Pc 75 Brewed Coffee 1 Cup Coffee 1/2 Tsp 2.5 Sugar 1 Tbsp 15 Lunch Steamed Rice 400 G Rice 2 Cups 133 Mixed Veg With Meat 200 G Cooked Sayote 2 Tbsp 30 Carrots 2 Tbsp 30 Bagiuo Beans 2 Tbsp 30 Cabbage 2 Tbsp 30 Day Meal Menu Qty Ingredients Raw Hhm Raw Weight In Grams Chicken 15 G 15 Onion 1 Tsp 5 Garlic 1 Tsp 5 Oil 1 Tsp 5 Pepper 1/4 Tsp 1.25 Patis 1 Tsp 5 Dinner Steamed Rice 400 G Rice 2 Cups 133 Chicken Lomi 200 G Cooked Lomi Noodles 1 Cup 100 Chicken 15 G 15 Sayote 2 Tbsp 30 Carrots 2 Tbsp 30 Bagiuo Beans 2 Tbsp 30 Cabbage 2 Tbsp 30 Onion 1 Tsp 5 Garlic 1 Tsp 5 Oil 1 Tsp 5 Pepper 1/4 Tsp 1.25 Patis 1 Tsp 5 9 Breakfast Steamed Rice 400 G Rice 2 Cups 133 Dried Fish 25 G Raw Dried Fish 25 G 25 Oil 1 Tsp 5 Lunch Steamed Rice 400 G Rice 2 Cups 133 Chicken & Tofu In 80 G Raw Chicken 15 G 15 Black Bean Sauce Tofu 45 G 45 Oil 1 Tsp 5 Black Bean Sauce 1/2 Tbsp 7.5 Corn Starch 1/2 Tsp 2.5 Carrots 1 Tbsp 15 Dinner Steamed Rice 400 G Rice 2 Cups 133 Misua Patola With Meat 200 G Cooked Chicken 15 G 15 Misua 1/2 Cup 50 Patola 2 Tbsp 30 Onion 1 Tsp 5 Garlic 1 Tsp 5 Oil 1 Tsp 5 Patis 1 Tsp 5 Pepper 1/4 Tsp 1.25 10 Breakfast Steamed Rice 400 G Rice 2 Cups 133 Macaroni Soup 200 G Cooked Chicken 15 G 15 Macaroni 1/2 Cup 35 Carrots 1 Tbsp 15 Cabbage 1 Tbsp 15 Milk 2 Tbsp 30 Onion 1 Tsp 5 Garlic 1 Tsp 5 Day Meal Menu Qty Ingredients Raw Hhm Raw Weight In Grams Oil 1 Tsp 5 Patis 1 Tsp 5 Pepper 1/4 Tsp 1.25 Lunch Steamed Rice 400 G Rice 2 Cups 133 Pinakbet With Meat 200 G Cooked Pork 15 G 15 Kalabasa 2 Tbsp 30 Sitaw 2 Tbsp 30 Eggplant 2 Tbsp 30 Okra 2 Tbsp 30 Onion 1 Tsp 5 Garlic 1 Tsp 5 Oil 1 Tsp 5 Patis 1 Tsp 5 Dinner Steamed Rice 400 G Rice 2 Cups 133 Fish Adobo 70 G Raw Fish 1 Pc 70 Onion 1 Tsp 5 Garlic 1 Tsp 5 Soy Sauce 1 Tbsp 15 Vinegar 1 Tbsp 15 Oil 1 Tsp 5 Name Of Company In Print ________________________________________________ Signature Printed Name Of Authorized Representative _______________________________________________ Date Ii. B. Weekly Raw Ration Week 1 And 3 Saturday Distribution Rice 4 Kg Sardines 3 Cans 155g/can Beef Loaf/ Meat Loaf/tuna 2 Cans 150g/can Corned Beef 2 Cans 150g/can Egg 5 Pcs Medium Size Milk 2 Sachet 33grams Per Sachet Dried Fish 100g Hotdog/longganisa 2 Pcs Instant Noodles 2 Packs 55g/pack Chicken/beef/pork Meat 500g Salt 100g Coffee 30g Sugar 250g Soy Sauce 100ml Vinegar 100ml Cooking Oil 250ml Week 2 And 4 Saturday Distribution Rice 4 Kg Sardines 3 Cans 155g/can Beef Loaf/ Meat Loaf/tuna 2 Cans 150g/can Corned Beef 2 Cans 150g/can Egg 5 Pcs Medium Size Milk 2 Sachet 33grams Per Sachet Dried Fish 100g Hotdog/longganisa 2 Pcs Instant Noodles 2 Packs 55g/pack Fresh Fish 500g Monggo 200g Conforme: ________________________________________________ Name Of Company In Print ________________________________________________ Signature Printed Name Of Authorized Representative _______________________________________________ Date Republic Of The Philippines Department Of Justice Bureau Of Corrections Muntinlupa City Ii C. Guide To Serving Portions For The Menu Regular Population ( Standard Measuring Tools) Menu Male Female 1 Steamed Rice Porridge/oatmeal/congee 2 Cups (320-400g) 200g 1 ½ Cup (240g-320g) 200g 2 For Meat Menus Pork- 70g Cooked Beef- 70g Cooked Chicken-90 G (no “palong”, “siko”, Or “paa”) Pork Liver- 90 G Pork- 70g Cooked Beef- 70g Cooked Chicken-90 G (no “palong”, “siko”, Or “paa”) Pork Liver- 90 G 3 For Fish Menus- Should Be Common In The Market (except For Fresh Tamban, Asohos, Tursilyo) Fresh -90-100g Dried Fish -35g Fresh -90-100g Dried Fish -35g 4 For Menus Where Meat, Chicken, Pork As Adjunct To The Vegetable Or Noodle Dishes 1.5 - 2 Tablespoon 1.5 - 2 Tablespoon 5 Meat Products Longganisa - 75g (1 Pc) Meat/beef Loaf - 75g Hotdog/chix Hotdog - 75 G (2 Pcs) Longganisa- 75g (1 Pc) Meat/beef Loaf - 75g Hotdog-75 G (2 Pcs) 6 For Menus That Are Broth-based/noodles 2 C Noodles/ 1 C Or More For Broth 2 C Noodles/ 1 C Or More For Broth 7 Sauces For Adobo, Asado, Hamonado, Mechado, Menudo, Medium To Thick Consistency (at Least ½ C) Medium To Thick Consistency (at Least ½ C) 8 For Vegetable Main Dish 200g 200g 9 For Vegetable As Add-on To The Dish Cubed Camote/potato/squash- 25g Sayote/papaya-25g Carrots/cabbage Strips-5g Sili Leaves/malunggay/pechay- 1.5 – 2 Tablespoon Sitaw/okra/baguio Beans- 10-15g Bottle Gourd -5-10g Saba-20g Tomato- 1 Pc (40-50g) If In Season Or 25g (if Not In Season) Camote/potato/squash- 25g Sayote/papaya-25g Carrots/cabbage-10-15g Sili Leaves/malunggay/pechay- 1.5 Tablespoon Sitaw/okra- 10-15g Bottle Gourd -10g Saba- Saba-20g Tomato- 1 Pc (50g) If In Season Or 25g (if Not In Season) 10 Banana(saba/lakatan/latundan) 50-60g 50-60g 11 Egg – Refers To Chicken Egg 50g Or More (as Purchase Weight) 50g Or More 12 Milk 33grams Per Sachet 33grams Per Sachet A. Hospital Inmates With Requisite Dietary Regimen, As Prescribed By The Medical Officer/specialist, Shall Be Given What Is Served With The General Population: Except For The Following:  Dried Fish Be Substituted With Meat Products, Egg  Meats Must Have Lesser Visible Fats  Admitted Inmate-patients With Higher Caloric Requirement Such As Tb, Diabetes, Mentally-challenged, Be Given 25% More Of The Regular Serving The Rice  Routine Hospital Diets Should Also Be Provided (soft Diet, Liquid Diet, Osterized Feeding, High-fiber, Hypoallergenic) As Per Psa. B. Raw Rations 1. Muslim/sda Pdl’s/other Recognized Health Club Organizations Rice Should Be 150 G Per Meal X 3 = 450 G/day 2. Dried Fish Must Be “daing”- Dried Butterflied Fish And Not The ‘tuyo”- Dried Tunsoy, Tamban Or Salinas. Conforme: ________________________________________________ Name Of Company In Print ________________________________________________ Signature Printed Name Of Authorized Representative _______________________________________________ Date Republic Of The Philippines Department Of Justice Bureau Of Corrections Muntinlupa City Guide To Serving Portions For The Menu Ii D. Hospital: • All Modified Diets Form Nbph Must Contain The Proper Tagging Which Indicates The Following; Patient’s Name Type Of Diet Ward: Menu: • Pdl With Requisite Dietary Regimen, As Prescribed By The Medical Officer/specialist, Shall Be Given With What Is Served With The General Population: Except For The Following:  Dried Fish Be Substituted With Meat Products, Egg  Meats Must Have Lesser Visible Fats  Admitted Pdl-patients And Out-patients With Higher Caloric Requirement With Chronic Medical Conditions Such As Tb, Mentally-challenged, Be Given 25% More Of The Regular Serving Of Rice  Routine Hospital Diets Should Also Be Provided (soft Diet, Liquid Diet, Osterized Feeding, High-fiber, Hypoallergenic, Etc.) C. Others:  Seventh Day Adventist/ Muslim Population And Others, Shall Be Given Food In Accordance With Their Relegious Practice Specified Such As Halal Certified Products And To Be Delivered In A Separate Container From The Regular Foods.” Conforme: ________________________________________________ Name Of Company In Print ________________________________________________ Signature Printed Name Of Authorized Representative ______________________________________________ Date Republic Of The Philippines Department Of Justice Bureau Of Corrections Muntinlupa City Iii. Technical, Logistics And Organizational Competence 1. Food Inspection And Acceptance  To Inspect And Take Samples Regularly, If The Food Being Delivered Is In Accordance With The Minimum Dietary Requirements In Relation To The 10-day Cycle Menu And The Quality Of Food To Be Served Which Is Commensurate In Accordance With The Provisions Of The General Appropriations Act On Food Subsistence For Pdl. The Acceptance Form Shall Be Signed Within The Day (preferably During Afternoon) After All The Meals Have Been Fully Delivered. 2. Registered Nutritionist Dietitian  All Participating Bidders Must Have Employed During The Implementation Of The Contract A Registered Nutritionist-dietitian With Experience In The Field Of Institutional Catering Service To Ensure Nutritious And Safe Food. The Winning Bidder Shall Ensure That There Shall Be Stationed At Least One Per Kitchen (1) 3. Food Safety Compliance Officer  In View Of The Scale Of The Catering Project And The Ever-urgent Need To Ensure Safe Food, All Participating Bidders Must Have Employed During The Implementation Of The Contract At Least One (1) Food Safety Compliance Officer To Ensure Compliance With Ra 10600, Otherwise Known As The Food Safety Act Of 2013. I/we Hereby Commit To Comply And Deliver The Entire Requirement In Accordance With The Above Stated Schedule. Conforme:_______________________________________________ Name Of Company In Print ________________________________________________ Signature Printed Name Of Authorized Representative ___________________________ Date Republic Of The Philippines Department Of Justice Bureau Of Corrections Muntinlupa City Iii. Technical, Logistics And Organizational Competence  Under Irr Of Republic Act No. 10611, Otherwise Known As “food Safety Act 2013”, Food Safety Officer Refers To “a Professionally Qualified And Properly Trained Officer Appointed By A Food Safety Regulatory Agency Or By Local Government Units (lgus) In Accordance With The Appropriate Civil Service Rules And Regulations.”  Under Rule 14a.1.3- Large And Medium Scale Food Businesses Engaged In The Manufacture Of Processed And Prepackaged Food Shall Designate A Fsco Who Is Preferably A Graduate Of Food-related Courses Including But Not Limited To Food Technology, Food And Nutrition, Chemistry, Microbiology, Chemical/sanitary Engineering, Veterinary Medicine, Fisheries, Agriculture. Graduates Of Other Courses Must Have Work Experience On Food Safety.  Under Rule 14a.1 All Food Businesses Shall Designate A Food Safety Compliance Officer (fsco) Who Has Passed A Prescribed Training Course For Fsco Recognized By The Da And/or The Doh. 4. Cold Storage System  Notwithstanding The Cold Storage/freezer Of The Procuring Entity, All Participating Bidders Must Have Cold Storage System Of Their Own.  I/we Hereby Commit To Comply And Deliver The Entire Requirement In Accordance With The Above Stated Schedule. Conforme:_______________________________________________ Name Of Company In Print________________________________________________ Signature Printed Name Of Authorized Representative___________________________ Date Republic Of The Philippines Department Of Justice Bureau Of Corrections Muntinlupa City Iv. Other Technical Specifications 1. Rental  The Winning Bidder May Be Allowed To Use The Kitchen Inside The Respective Camps Subject To Reasonable Rent And Payment Of Incidental Expenses Such As Water And Electricity. 2. Electricity  Electricity Consumption Will Be Charged To The Account Of The Winning Bidder And Will Be Billed On A Monthly Basis. Payment For Monthly Billing Of Energy Consumption Will Be Payable At The Cashier’s Office.  Bucor Shall Install A Kilowatt Hour Meter With Erc Seal And Meter Test Report To Determine Actual Energy Consumption Including Wiring Components (wires & Conduits, Fitting Accessories, Switches, Etc.). Electric Meter Installed Will Be Property Of Bucor. 3. Water  Water Consumption Will Be Charged To The Account Of The Winning Bidder And Will Be Billed On A Monthly Basis. Payment For Monthly Billing Of Water Consumption Will Be Payable At The Cashier’s Office.  Bucor Shall Provide A Water Meter To Determine Actual Water Consumption.  The Winning Bidder Shall Secure Analysis Of Water On A Monthly Basis Or As May Be Reasonably Required And To Be Inspected By The Bucor Sanitary Inspector And Tested At The City/municipality Health Office At The Expense Of The Winning Bidder. 4. Fuel  Fuel For Cooking Shall Be On The Winning Bidder’s Discretion Subject To Usual Prison Rules And Regulations.  Adequate Safety Measures/equipment Such As Fire Extinguishers Should Be Provided. I/we Hereby Commit To Comply And Deliver The Entire Requirement In Accordance With The Above Stated Schedule. Conforme:______________________________________________ Name Of Company In Print ____________________________________________ Signature Printed Name Of Authorized Representative____________________________________________ Date Republic Of The Philippines Department Of Justice Bureau Of Corrections Muntinlupa City Iv. Other Technical Specifications 5. Sanitary  The Winning Bidder Shall Secure Sanitary Permits From The City/municipality Health Office.  The Winning Bidder Shall Secure Health Certificate Of Food Handlers From The City/municipality Health Office.  The Winning Bidder Shall Provide Cleaning Supplies Necessary For The Cleanliness And Sanitation Of The Working Area, Kitchen Equipment & Utensils.  The Winning Bidder Shall Provide Their Personnel With Individual Pantry Kit Such As Hair Net, Gloves, Aprons, Masks And Rubber Boots.  The Winning Bidder Shall Ensure That The General Area Used For Food Preparation And Storage Is Free From Vermin And Other Harmful Insects. Fumigation And Pest Control Shall Be At Least Twice A Year.  The Winning Bidder Shall Provide Proper System For Disposal Of Garbage. 6. Security Precautions  The Winning Bidder Shall Strictly Follow All Existing Prison Rules, Regulations, And Security Guidelines As Issued By The Command Group, Directorial Staff Group And Oppf Superintendents.  Personnel Of The Bidder Who Found Liable In Violating Prison Rules & Regulations Must Be The Liability Of The Bidder. I/we Hereby Commit To Comply And Deliver The Entire Requirement In Accordance With The Above Stated Schedule. Conforme:______________________________________________ Name Of Company In Print________________________________________________ Signature Printed Name Of Authorized Representative________________________________________________ Date Republic Of The Philippines Department Of Justice Bureau Of Corrections Muntinlupa City Iv. Other Technical Specifications 7. Use Of Kitchen Facility  Winning Bidder May Be Allowed To Use The Kitchen Inside The Respective Camps Provided That The Winning Bidder Shall Renovate The Existing Kitchen And Upgrade (modernize) The Kitchen Facilities In Compliance To Existing Hygienic And Security Protocols Of Respective Oppfs. (for Lots 4-8 Only) 8. Pdl Hired As Kitchen Helpers For Preparation Or Distribution Of Food  Pdl Food Helpers May Be Hired By The Winning Bidder Upon Request To Those Pdl Who Shall Be Properly Selected With Medical Certificate (to Be Borne By The Winning Bidder) And Corresponding Order Issued By The Respective Camp Commander. Any Violations Of Prison Rules And Regulations May Result In Revocation Of Issued Order.  Inmate’s Food/kitchen Helpers Shall Receive Allowance Of Not Less Than Php 2,000.00 Per Month From The Winning Bidder. I/we Hereby Commit To Comply And Deliver The Entire Requirement In Accordance With The Above Stated Schedule. Conforme: _______________________________________________ Name Of Company In Print ________________________________________________ Signature Printed Name Of Authorized Representative ________________________________________________ Date Section Viii. Checklist Of Technical And Financial Documents Checklist Of Technical And Financial Documents I. Technical Component Envelope Class “a” Documents Legal Documents ⬜ (a) Valid Philgeps Registration Certificate (platinum Membership) (all Pages); And Technical Documents ⬜ (b) Statement Of The Prospective Bidder Of All Its Ongoing Government And Private Contracts, Including Contracts Awarded But Not Yet Started, If Any, Whether Similar Or Not Similar In Nature And Complexity To The Contract To Be Bid; And ⬜ (f) Statement Of The Bidder’s Single Largest Completed Contract (slcc) Similar To The Contract To Be Bid, Except Under Conditions Provided For In Sections 23.4.1.3 And 23.4.2.4 Of The 2016 Revised Irr Of Ra No. 9184, Within The Relevant Period As Provided In The Bidding Documents; And ⬜ Conformity With The Technical Specifications, Which May Include Production/delivery Schedule, Manpower Requirements, And/or After-sales/parts, If Applicable; And ⬜ (g) Original Copy Of Bid Security. If In The Form Of A Surety Bond, Submit Also A Certification Issued By The Insurance Commission; Or Original Copy Of Notarized Bid Securing Declaration; And (h) Conformity With The Schedule Of Requirements; And ⬜ (i) Conformity With The Technical Specifications, Which May Include Production/delivery Schedule, Manpower Requirements, And/or After-sales/parts, If Applicable; And ⬜ (j) Original Duly Signed Omnibus Sworn Statement (oss); And If Applicable, Original Notarized Secretary’s Certificate In Case Of A Corporation, Partnership, Or Cooperative; Or Original Special Power Of Attorney Of All Members Of The Joint Venture Giving Full Power And Authority To Its Officer To Sign The Oss And Do Acts To Represent The Bidder. Financial Documents ⬜ (k) The Prospective Bidder’s Computation Of Net Financial Contracting Capacity (nfcc); Or A Committed Line Of Credit From A Universal Or Commercial Bank In Lieu Of Its Nfcc Computation. Class “b” Documents ⬜ (l) If Applicable, A Duly Signed Joint Venture Agreement (jva) In Case The Joint Venture Is Already In Existence; Or Duly Notarized Statements From All The Potential Joint Venture Partners Stating That They Will Enter Into And Abide By The Provisions Of The Jva In The Instance That The Bid Is Successful. Ii. Financial Component Envelope ⬜ (m) Original Of Duly Signed And Accomplished Financial Bid Form; And ⬜ (n) Original Of Duly Signed And Accomplished Price Schedule(s). Bidding Forms Company Letterhead Statement Of Ongoing Government & Private Contracts Food Subsistence For Pdl Confined At Bureau Of Corrections 2025 Epa Statement Of All Its Ongoing Government And Or Private Contracts Including Contracts Awarded But Not Yet Started, If Any Whether Similar Or Not Similar In Nature. Name Of Contract Date Of Contract Contract Duration Owner’s Name And Address Kind Of Goods Amount Of Contract Value Of Outstanding Contract Total Value Of Outstanding Contract: Certified Correct: Name And Signature Of Authorized Representative Position Date Company Letterhead Statement Of Single Largest Completed Contract Food Subsistence For Pdl Confined At Bureau Of Corrections 2025 Epa Statement Of Single (1) Largest Completed Contract Of Similar In Nature Within The Last Two (2) Years From The Date Of Submission And Receipt Of Bids Amounting To At Least Fifty Percent (50%) Of The Approved Budget Of The Contract (abc) Name Of Contract Date Of Contract Contract Duration Owner’s Name And Address Kind Of Goods Amount Of Contract Amount Of Completed Contracts, Adjusted By The Bidder To Current Prices Using Psa’s Consumer Price Index, If Necessary Date Of Delivery Certified Correct: Name And Signature Of Authorized Representative Position Date Company Letterhead Food Subsistence For Pdl Confined At Bureau Of Corrections 2025 Epa Republic Of The Philippines) City Of _______________________) S.s. X------------------------------------------------------x Bid Securing Declaration Invitation To Bid: [insert Reference Number] To: Bureau Of Corrections I/we, The Undersigned, Declare That: 1. I/we Understand That, According To Your Conditions, Bids Must Be Supported By A Bid Security, Which May Be In The Form Of A Bid-securing Declaration. 2. I/we Accept That: (a) I/we Will Be Automatically Disqualified From Bidding For Any Contract With Any Procuring Entity For A Period Of Two (2) Years Upon Receipt Of Your Blacklisting Order; And, (b) I/we Will Pay The Applicable Fine Provided Under Section 6 Of The Guidelines On The Use Of Bid Securing Declaration, Within Ten (10) Days From Receipt Of The Written Demand By The Procuring Entity For The Commission Of Acts Resulting To The Enforcement Of The Bid Securing Declaration Under Sections 23.1(b), 34.2, 40.1 And 69.1, Except 69.1(f), Of The Irr Of Ra 9184; Without Prejudice To Other Legal Action The Government May Undertake. 3. I/we Understand That This Bid Securing Declaration Shall Cease To Be Valid On The Following Circumstances: (a) Upon Expiration Of The Bid Validity Period, Or Any Extension Thereof Pursuant To Your Request; (b) I Am/we Are Declared Ineligible Or Post-disqualified Upon Receipt Of Your Notice To Such Effect, And (i) I/we Failed To Timely File A Request For Reconsideration Or (ii) I/we Filed A Waiver To Avail Of Said Right; (c) I Am/we Are Declared The Bidder With The Lowest Calculated Responsive Bid, And I/we Have Furnished The Performance Security And Signed The Contract. In Witness Whereof, I/we Have Hereunto Set My/our Hand/s This ____ Day Of [month] [year] At [place Of Execution]. ______________________________________________________ [insert Name Of Bidder’s Authorized Representative] _____________________________ [insert Signatory’s Legal Capacity] Affiant Subscribed And Sworn To Before Me This ___ Day Of [month] [year] At [place Of Execution], Philippines. Affiant/s Is/are Personally Known To Me And Was/were Identified By Me Through Competent Evidence Of Identity As Defined In The 2004 Rules On Notarial Practice (a.m. No. 02-8-13-sc). Affiant/s Exhibited To Me His/her [insert Type Of Government Identification Card Used], With His/her Photograph And Signature Appearing Thereon, With No. ____________ Issued On ______________ At ___________________________________. Witness My Hand And Seal This ___ Day Of [month] [year]. Name Of Notary Public Serial No. Of Commission _______________ Notary Public For _______ Until __________ Roll Of Attorneys No. __________________ Ptr No. ______ [date Issued], [place Issued] Ibp No. ______ [date Issued], [place Issued] Doc. No. _____ Page No. _____ Book No. _____ Series Of _____ Company Letterhead Food Subsistence For Pdl Confined At Bureau Of Corrections 2025 Epa Omnibus Sworn Statement Republic Of The Philippines ) City/municipality Of ______ ) S.s. Affidavit I, [name Of Affiant], Of Legal Age, [civil Status], [nationality], And Residing At [address Of Affiant], After Having Been Duly Sworn In Accordance With Law, Do Hereby Depose And State That: 1. Select One, Delete The Other: If A Sole Proprietorship: I Am The Sole Proprietor Or Authorized Representative Of [name Of Bidder] With Office Address At [address Of Bidder]; If A Partnership, Corporation, Cooperative, Or Joint Venture: I Am The Duly Authorized And Designated Representative Of [name Of Bidder] With Office Address At [address Of Bidder]; 2. Select One, Delete The Other: A) 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 Food Subsistence For Pdl Confined At Bureau Of Corrections 2025 Epa Of The Bureau Of Corrections, As Shown In The Attached Duly Notarized Special Power Of Attorney; B) 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 Food Subsistence For Pdl Confined At Bureau Of Corrections 2025 Epa Of The Bureau Of Corrections, As Shown In The Attached [state Title Of Attached Document Showing Proof Of Authorization (e.g., Duly Notarized Secretary’s Certificate, Board/partnership Resolution, Or Special Power Of Attorney, Whichever Is Applicable;)]; 3. [name Of Bidder] Is Not “blacklisted” Or Barred From Bidding By The Government Of The Philippines Or Any Of Its Agencies, Offices, Corporations, Or Local Government Units, Foreign Government/foreign Or International Financing Institution Whose Blacklisting Rules Have Been Recognized By The Government Procurement Policy Board By Itself Or By Relation, Membership, Association, Affiliation, Or Controlling Interest With Another Blacklisted Person Or Entity As Defined And Provided For In The Uniform Guidelines On Blacklisting ; 4. Each Of The Documents Submitted In Satisfaction Of The Bidding Requirements Is An Authentic Copy Of The Original, Complete, And All Statements And Information Provided Therein Are True And Correct; 5. [name Of Bidder]is Authorizing The Head Of The Procuring Entity Or Its Duly Authorized Representative(s) To Verify All The Documents Submitted; 6. Select One, Delete The Rest: If A Sole Proprietorship: The Owner Or Sole Proprietor Is Not Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; If A Partnership Or Cooperative: None Of The Officers And Members Of [name Of Bidder] Is Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; If A Corporation Or Joint Venture: None Of The Officers, Directors, And Controlling Stockholders Of [name Of Bidder] Is Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; 7. [name Of Bidder] Complies With Existing Labor Laws And Standards; And 8. [name Of Bidder] Is Aware Of And Has Undertaken The Following Responsibilities As A Bidder: A) Carefully Examine All Of The Bidding Documents; B) Acknowledge All Conditions, Local Or Otherwise, Affecting The Implementation Of The Contract; C) Made An Estimate Of The Facilities Available And Needed For The Contract To Be Bid, If Any; And D) Inquire Or Secure Supplemental/bid Bulletin(s) Issued For The Food Subsistence For Pdl Confined At Bureau Of Corrections 2025 Epa. 9. [name Of Bidder] Did Not Give Or Pay Directly Or Indirectly, Any Commission, Amount, Fee, Or Any Form Of Consideration, Pecuniary Or Otherwise, To Any Person Or Official, Personnel Or Representative Of The Government In Relation To Any Procurement Project Or Activity. 10. In Case Advance Payment Was Made Or Given, Failure To Perform Or Deliver Any Of The Obligations And Undertakings In The Contract Shall Be Sufficient Grounds To Constitute Criminal Liability For Swindling (estafa) Or The Commission Of Fraud With Unfaithfulness Or Abuse Of Confidence Through Misappropriating Or Converting Any Payment Received By A Person Or Entity Under An Obligation Involving The Duty To Deliver Certain Goods Or Services, To The Prejudice Of The Public And The Government Of The Philippines Pursuant To Article 315 Of Act No. 3815 S. 1930, As Amended, Or The Revised Penal Code. In Witness Whereof, I Have Hereunto Set My Hand This __ Day Of ___, 2024 At ____________, Philippines. _____________________________________ Bidder’s Representative/authorized Signatory Subscribed And Sworn To Before Me This ___ Day Of [month] [year] At [place Of Execution], Philippines. Affiant/s Is/are Personally Known To Me And Was/were Identified By Me Through Competent Evidence Of Identity As Defined In The 2004 Rules On Notarial Practice (a.m. No. 02-8-13-sc). Affiant/s Exhibited To Me His/her [insert Type Of Government Identification Card Used], With His/her Photograph And Signature Appearing Thereon, With No. ____________ And Issued On ____________________ At _____________________. Witness My Hand And Seal This ___ Day Of [month] [year]. Name Of Notary Public Serial No. Of Commission _______________ Notary Public For _______ Until __________ Roll Of Attorneys No. __________________ Ptr No. ______ [date Issued], [place Issued] Ibp No. ______ [date Issued], [place Issued] Doc. No. _____ Page No. _____ Book No. _____ Series Of _____ Company Letterhead Food Subsistence For Pdl Confined At Bureau Of Corrections 2025 Epa Certificate Of Net Financial Contracting Capacity (please Show Figures At How You Arrived At The Nfcc) This Is To Certify That Our Net Financial Contracting Capacity (nfcc) Is _____________________ (p____________) Which Is At Least Equal To The Total Ceiling Price We Are Bidding. The Amount Is Computed As Follows: (please Show Computation Of Nfcc) Nfcc = (ca-cl) (15) – C Where: Ca = Current Assets Cl = Current Liabilities C = Value Of All Outstanding Or Uncompleted Portions Of The Projects Under Going Contracts, Including Awarded Contracts Yet To Be Started Coinciding With The Contract For This Project Note: The Values Of The Bidder’s Current Assets And Current Liabilities Shall Be Based On The Audited Financial Statement Submitted To The Bir. Issued This _________________day Of ________________, 2024 _______________________________________________ Name & Signature Of Authorized Representative ____________________ Position_______________ Date Company Letterhead Food Subsistence For Pdl Confined At Bureau Of Corrections 2025 Epa Bid Form Date: Invitation To Bid No: [insert Identification Number] To: Bids And Awards Committee Bureau Of Corrections Nbp Reservation Muntinlupa City Gentlemen And/or Ladies: Having Examined The Bidding Documents Including Bid Bulletin Numbers [insert Numbers], The Receipt Of Which Is Hereby Duly Acknowledged, We, The Undersigned, Offer To Food Subsistence For Pdl Confined At Bureau Of Corrections 2025 Epa In Conformity With The Said Bidding Documents For The Sum Of ________________________________________₱_________________ Or Such Other Sums As May Be Ascertained In Accordance With The Schedule Of Prices Attached Herewith And Made Part Of This Bid. We Undertake, If Our Bid Is Accepted, To Deliver The Goods In Accordance With The Delivery Schedule Specified In The Schedule Of Requirements. If Our Bid Is Accepted, We Undertake To Provide A Performance Security In The Form, Amounts, And Within The Times Specified In The Bidding Documents. We Agree To Abide By This Bid For The Bid Validity Period Specified In Bds Provision For Itb Clause 17.1 And It Shall Remain Binding Upon Us And May Be Accepted At Any Time Before The Expiration Of That Period. Commissions Or Gratuities, If Any, Paid Or To Be Paid By Us To Agents Relating To This Bid, And To Contract Execution If We Are Awarded The Contract, Are Listed Below: Name And Address Of Agent Amount And Currency Purpose Of Commission Or Gratuity (if None, State “none”) Until A Formal Contract Is Prepared And Executed, This Bid, Together With Your Written Acceptance Thereof And You’re Notice Of Award, Shall Be Binding Upon Us. We Understand That You Are Not Bound To Accept The Lowest Calculated Bid Or Any Bid You May Receive. We Certify/confirm That We Comply With The Eligibility Requirements As Per Itb Clause 5 Of The Bidding Documents. We Likewise Certify/confirm That The Undersigned, [for Sole Proprietorships, Insert: As The Owner And Sole Proprietor Or Authorized Representative Of Name Of Bidder, Has The Full Power And Authority To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract, On The Latter’s Behalf For The Food Subsistence For Pdl Confined At Bureau Of Corrections 2025 Epa Of The Bureau Of Corrections. [for Partnerships, Corporations, Cooperatives, Or Joint Ventures, Insert: Is Granted Full Power And Authority By The Name Of Bidder, To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract On The Latter’s Behalf For Food Subsistence For Pdl Confined At Bureau Of Corrections 2025 Epa Of The Bureau Of Corrections. We Acknowledge That Failure To Sign Each And Every Page Of This Bid Form, Shall Be A Ground For The Rejection Of Our Bid. Dated This ________________ Day Of ________________ 2024. [signature Over Printed Name] [in The Capacity Of] Duly Authorized To Sign Bid For And On Behalf Of ____________________________ Republic Of The Philippines Department Of Justice Bureau Of Corrections Muntinlupa City Schedule Of Prices Food Subsistence For Pdl Confined At Bureau Of Corrections 2025 Epa (nbp Lot-1) Estimated Population Number Of Days Agency Specification Abc Unit Price Total Bid Price Inclusive Of Vat 24,194 365 Food Subsistence/pdl, Based On A 10 Days Cycle Menu. ₱ 618,156,700.00 Total Bid Price Inclusive Of Vat In Words [signature Over Printed Name] [in The Capacity Of] Duly Authorized To Sign Bid For And On Behalf Of _______________________________ Republic Of The Philippines Department Of Justice Bureau Of Corrections Muntinlupa City Schedule Of Prices Food Subsistence For Pdl Confined At Bureau Of Corrections 2025 Epa (correctional Institution For Women Lot-2) Estimated Population Number Of Days Agency Specification Abc Unit Price Total Bid Price Inclusive Of Vat 2,961 365 Food Subsistence, Based On A 10 Days Cycle Menu. ₱75,653,550.00 Total Bid Price Inclusive Of Vat In Words [signature Over Printed Name] [in The Capacity Of] Duly Authorized To Sign Bid For And On Behalf Of _______________________________ Republic Of The Philippines Department Of Justice Bureau Of Corrections Muntinlupa City Schedule Of Prices Food Subsistence For Pdl Confined At Bureau Of Corrections 2025 Epa (sablayan Prison And Penal Farm Lot-3) Estimated Population Number Of Days Agency Specification Abc Unit Price Total Bid Price Inclusive Of Vat 4,407 365 Food Subsistence, Based On A 10 Days Cycle Menu. ₱112,598,850.00 Total Bid Price Inclusive Of Vat In Words [signature Over Printed Name] [in The Capacity Of] Duly Authorized To Sign Bid For And On Behalf Of ______________________________ Republic Of The Philippines Department Of Justice Bureau Of Corrections Muntinlupa City Schedule Of Prices Food Subsistence For Pdl Confined At Bureau Of Corrections 2025 Epa (iwahig Prison And Penal Farm Lot-4) Estimated Population Number Of Days Agency Specification Abc Unit Price Total Bid Price Inclusive Of Vat 5,093 365 Food Subsistence, Based On A 10 Days Cycle Menu. ₱130,126,150.00 Total Bid Price Inclusive Of Vat In Words [signature Over Printed Name] [in The Capacity Of] Duly Authorized To Sign Bid For And On Behalf Of _______________________________ Republic Of The Philippines Department Of Justice Bureau Of Corrections Muntinlupa City Schedule Of Prices Food Subsistence For Pdl Confined At Bureau Of Corrections 2025 Epa (leyte Regional Prison Lot-5) Estimated Population Number Of Days Agency Specification Abc Unit Price Total Bid Price Inclusive Of Vat 4,181 365 Food Subsistence, Based On A 10 Days Cycle Menu. ₱ 106,824,550.00 Total Bid Price Inclusive Of Vat In Words [signature Over Printed Name] [in The Capacity Of] Duly Authorized To Sign Bid For And On Behalf Of _______________________________ Republic Of The Philippines Department Of Justice Bureau Of Corrections Muntinlupa City Schedule Of Prices Food Subsistence For Pdl Confined At Bureau Of Corrections 2025 Epa (san Ramon Prison And Penal Farm Lot-6) Estimated Population Number Of Days Agency Specification Abc Unit Price Total Bid Price Inclusive Of Vat 3,744 365 Food Subsistence, Based On A 10 Days Cycle Menu. ₱95,659,200.00 Total Bid Price Inclusive Of Vat In Words [signature Over Printed Name] [in The Capacity Of] Duly Authorized To Sign Bid For And On Behalf Of _______________________________ Republic Of The Philippines Department Of Justice Bureau Of Corrections Muntinlupa City Schedule Of Prices Food Subsistence For Pdl Confined At Bureau Of Corrections 2025 Epa (davao Prison And Penal Farm, And Ciw Mindanao Lot-7) Estimated Population Number Of Days Agency Specification Abc Unit Price Total Bid Price Inclusive Of Vat 10,408 365 Food Subsistence, Based On A 10 Days Cycle Menu. ₱265,924,400.00 At Bureau [signature Over Printed Name] [in The Capacity Of] Duly Authorized To Sign Bid For And On Behalf Of _______________________________ Sixth Edition July 2020 Bids And Awards Committee 2024
Closing Date9 Oct 2024
Tender AmountPHP 1.4 Billion (USD 25.1 Million)

Consumer Protection And Government Services Tender

Canada
Details: Manitoba Reference Number: Mb-mbpb-aas-00546 Issuing Department: Procurement And Supply Chain Date Issued: 06/09/2024 Issued By: Gom Psc Telephone: 204 945-6361 The Province Of Manitoba Is Requesting Submissions For The Supply And Delivery Of Medical Equipment On An "as And When" Requested Basis For A 2 Year-period From November 1, 2024, To July 31, 2026, With Two (2) Optional One (1) Year Extensions. This Will Be For A 2-year Term Contract For Materials Distribution Agency (mda), Government Of Manitoba For The Stated Contract Period. Note: # All Bids Must Be Submitted On Or Before The Deadline Date And Cut-off Time Of 4:00pm (cdt). # All Bids Must Be Signed By A Representative Of The Bidder With The Authority To Bind The Bidder. Enquiry Deadline: # 5 Business Days Prior To Submission Deadline. Addendum Issuing Deadline: # 3 Business Days Prior To Submission Deadline. Procurement Officer: Raymond Olatokun Email: Bids@gov.mb.ca (enquiry Only) Please Contact The Individual Noted Above If Additional Information Or Clarification Is Required. Vendors And Their Representatives Are Not Permitted To Contact Any Employees, Officers, Agents, Elected Or Appointed Officials, Or Other Representatives Of Manitoba, Other Than The Solicitation Contact, Concerning Matters Regarding This Solicitation. Failure To Adhere To This Rule May Result In The Disqualification Of The Vendor And The Rejection Of The Vendor#s Submission. The Delivery Date (if Shown) Is Actually The End Of The Contract. To Be Delivered Fob Destination, Freight Prepaid To: Delivery Address: Materials Distribution Agency Unit 7 # 1715 St. James Street Door 10 Winnipeg, Mb R3h 1h3 (unit Prices Include All Necessary Charges E.g. Freight, Insurance, Handling Etc.). Expiry Dates On Products Must Be At Least 18 Months From Time Of Shipment Unless Authorized By Mda. This Rfq Is Subject To The Manitoba General Terms And Conditions: Https://www.gov.mb.ca/central/psc/pubs/form/mb_terms_conditions.pdf The Purchase Order To Be Issued To The Top Ranked Vendor(s) Is Subject To The Manitoba Purchase Order Terms And Conditions: Https://www.gov.mb.ca/central/psc/pubs/form/manitoba_po_terms_conditions .pdf Submission Terms And Conditions: The Bid Must Be Signed By A Representative Of The Bidder With The Authority To Bind The Bidder. The Name And Title Of The Representative Signing The Bid Should Also Be Printed Below Their Signature. Bids Must Be Received At The Submission Address No Later Than The Closing Date And Time. Vendor's E-mail Address: (if Available) ____________________ Quantity Clarification: Quantity Listed Contains 2 Or 3 Decimals. _________________________________________________________________________ Item Qty Description Delivery No. Date ======================================================== Item 10 31/07/2026 200.00 Each Gsin: N6500material: 47754 Belt, Transfer, Large, Waist Size 32 - 54 Inches, 10 Cm Wide (4 In), With Quick Release Buckle And Six Handles, Washable, Sunnyfield #2000 No Substitution A) Minimum Release Quantity: 50 B) Lead Time For Minimum Release Quantity-number Of Business Days:____ Please Indicate: Manufacturer Name __________________________ Brand Name _________________________________ Manufacturer Stock Number ___________________ Vendor Stock Number _________________________ Identify: Product Package Quantity _______________ Case Quantity _________________________ Medical Device License # (if Applicable) ________________________________ Please Quote Firm Price Based On The Unit Of Measure (i.e. Packaging) Requested E.g. Price Per Package Or Per Case Etc. If Your Pricing Is Based On A Different Unit Than Requested Please Ensure You Indicate That Change Clearly Below. Please Quote Firm Unit Prices For Year 1 And 2 As Follows: Year 1 $ _____________ August 1, 2024 To July 31, 2025 Year 2 $ _____________ August 1, 2025 To July 31, 2026 ======================================================== Item 20 31/07/2026 400.00 Each Gsin: N6500material: 47753 Belt, Transfer, Medium, Waist Size 26 - 46 Inches, 10 Cm Wide (4 In), With Quick Release Buckle And Six Handles, Washable, Sunnyfield #2000 No Substitution A) Minimum Release Quantity: 100 B) Lead Time For Minimum Release Quantity-number Of Business Days:____ Please Indicate: Manufacturer Name __________________________ Brand Name _________________________________ Manufacturer Stock Number ___________________ Vendor Stock Number _________________________ Identify: Product Package Quantity _______________ Case Quantity _________________________ Medical Device License # (if Applicable) ________________________________ Please Quote Firm Price Based On The Unit Of Measure (i.e. Packaging) Requested E.g. Price Per Package Or Per Case Etc. If Your Pricing Is Based On A Different Unit Than Requested Please Ensure You Indicate That Change Clearly Below. Please Quote Firm Unit Prices For Year 1 And 2 As Follows: Year 1 $ _____________ August 1, 2024 To July 31, 2025 Year 2 $ _____________ August 1, 2025 To July 31, 2026 ======================================================== Item 30 31/07/2026 200.00 Each Gsin: N6500material: 47752 Belt, Transfer, Small, Waist Size 22 - 35 Inches, 10 Cm Wide (4 In), With Quick Release Buckle And Six Handles, Washable, Sunnyfield #2000 No Substitution A) Minimum Release Quantity: 50 B) Lead Time For Minimum Release Quantity-number Of Business Days:____ Please Indicate: Manufacturer Name __________________________ Brand Name _________________________________ Manufacturer Stock Number ___________________ Vendor Stock Number _________________________ Identify: Product Package Quantity _______________ Case Quantity _________________________ Medical Device License # (if Applicable) ________________________________ Please Quote Firm Price Based On The Unit Of Measure (i.e. Packaging) Requested E.g. Price Per Package Or Per Case Etc. If Your Pricing Is Based On A Different Unit Than Requested Please Ensure You Indicate That Change Clearly Below. Please Quote Firm Unit Prices For Year 1 And 2 As Follows: Year 1 $ _____________ August 1, 2024 To July 31, 2025 Year 2 $ _____________ August 1, 2025 To July 31, 2026 ======================================================== Item 40 31/07/2026 80.00 Each Gsin: N6500material: 47755 Belt, Transfer, X-large, Waist Size 35 - 62 Inches, 10 Cm Wide (4 In), With Quick Release Buckle And Six Handles, Washable, Sunnyfield #2000 No Substitution A) Minimum Release Quantity: 20 B) Lead Time For Minimum Release Quantity-number Of Business Days:____ Please Indicate: Manufacturer Name __________________________ Brand Name _________________________________ Manufacturer Stock Number ___________________ Vendor Stock Number _________________________ Identify: Product Package Quantity _______________ Case Quantity _________________________ Medical Device License # (if Applicable) ________________________________ Please Quote Firm Price Based On The Unit Of Measure (i.e. Packaging) Requested E.g. Price Per Package Or Per Case Etc. If Your Pricing Is Based On A Different Unit Than Requested Please Ensure You Indicate That Change Clearly Below. Please Quote Firm Unit Prices For Year 1 And 2 As Follows: Year 1 $ _____________ August 1, 2024 To July 31, 2025 Year 2 $ _____________ August 1, 2025 To July 31, 2026 ======================================================== Item 50 31/07/2026 4.00 Each Gsin: N7330material: 47666 Board, Cutting, Combination, With Attached Chef Knife That Can Be Used In A Chopping Motion, Black Plastic Handle That Is Removable For Cleaning And Sharpening, Board Is Mounted On Four Suction Cups And Has Three Stainless Steel Spikes For Securing Food, 1.2 Cm (1/2 Inch) High Corner Guards, 40 Cm X 30 Cm (16 Inches X 12 Inches), Parsons #16k016 No Substitution A) Minimum Release Quantity: 1 B) Lead Time For Minimum Release Quantity-number Of Business Days:____ Please Indicate: Manufacturer Name __________________________ Brand Name _________________________________ Manufacturer Stock Number ___________________ Vendor Stock Number _________________________ Identify: Product Package Quantity _______________ Case Quantity _________________________ Medical Device License # (if Applicable) ________________________________ Please Quote Firm Price Based On The Unit Of Measure (i.e. Packaging) Requested E.g. Price Per Package Or Per Case Etc. If Your Pricing Is Based On A Different Unit Than Requested Please Ensure You Indicate That Change Clearly Below. Please Quote Firm Unit Prices For Year 1 And 2 As Follows: Year 1 $ _____________ August 1, 2024 To July 31, 2025 Year 2 $ _____________ August 1, 2025 To July 31, 2026 ======================================================== Item 60 31/07/2026 4.00 Each Gsin: N7330material: 47665 Board, Cutting, Polyethylene, Colour White, With Stainless Spikes To Hold Food, 1.2 Cm (1/2 Inch) High Corner Guards, Mounted On 4 Suction Cups For Secure Anchoring, Parsons #16k013, Sammons Preston #3099 No Substitution A) Minimum Release Quantity: 1 B) Lead Time For Minimum Release Quantity-number Of Business Days:____ Please Indicate: Manufacturer Name __________________________ Brand Name _________________________________ Manufacturer Stock Number ___________________ Vendor Stock Number _________________________ Identify: Product Package Quantity _______________ Case Quantity _________________________ Medical Device License # (if Applicable) ________________________________ Please Quote Firm Price Based On The Unit Of Measure (i.e. Packaging) Requested E.g. Price Per Package Or Per Case Etc. If Your Pricing Is Based On A Different Unit Than Requested Please Ensure You Indicate That Change Clearly Below. Please Quote Firm Unit Prices For Year 1 And 2 As Follows: Year 1 $ _____________ August 1, 2024 To July 31, 2025 Year 2 $ _____________ August 1, 2025 To July 31, 2026 ======================================================== Item 70 31/07/2026 4.00 Each Gsin: N7350material: 70003 Bumper, Food, Plastic, Snap On, For Self Feeding For Visually Impared, Fits 8 Inch To 11 Inch Plates, Microwave And Dishwasher Safe, Colour Blue, Parsons #16t070bl No Substitution A) Minimum Release Quantity: 1 B) Lead Time For Minimum Release Quantity-number Of Business Days:____ Please Indicate: Manufacturer Name __________________________ Brand Name _________________________________ Manufacturer Stock Number ___________________ Vendor Stock Number _________________________ Identify: Product Package Quantity _______________ Case Quantity _________________________ Medical Device License # (if Applicable) ________________________________ Please Quote Firm Price Based On The Unit Of Measure (i.e. Packaging) Requested E.g. Price Per Package Or Per Case Etc. If Your Pricing Is Based On A Different Unit Than Requested Please Ensure You Indicate That Change Clearly Below. Please Quote Firm Unit Prices For Year 1 And 2 As Follows: Year 1 $ _____________ August 1, 2024 To July 31, 2025 Year 2 $ _____________ August 1, 2025 To July 31, 2026 ======================================================== Item 80 31/07/2026 4.00 Each Gsin: N9900material: 47645 Button, Hook, Deluxe, Large Handle With Comfort Grips, Parsons #16d021 No Substitution A) Minimum Release Quantity: 1 B) Lead Time For Minimum Release Quantity-number Of Business Days:____ Please Indicate: Manufacturer Name __________________________ Brand Name _________________________________ Manufacturer Stock Number ___________________ Vendor Stock Number _________________________ Identify: Product Package Quantity _______________ Case Quantity _________________________ Medical Device License # (if Applicable) ________________________________ Please Quote Firm Price Based On The Unit Of Measure (i.e. Packaging) Requested E.g. Price Per Package Or Per Case Etc. If Your Pricing Is Based On A Different Unit Than Requested Please Ensure You Indicate That Change Clearly Below. Please Quote Firm Unit Prices For Year 1 And 2 As Follows: Year 1 $ _____________ August 1, 2024 To July 31, 2025 Year 2 $ _____________ August 1, 2025 To July 31, 2026 ======================================================== Item 90 31/07/2026 4.00 Each Gsin: N6515material: 58486 Cuff, Blood Pressure, Replacement, Size Medium, Life Source #ua04607 No Substitution A) Minimum Release Quantity: 1 B) Lead Time For Minimum Release Quantity-number Of Business Days:____ Please Indicate: Manufacturer Name __________________________ Brand Name _________________________________ Manufacturer Stock Number ___________________ Vendor Stock Number _________________________ Identify: Product Package Quantity _______________ Case Quantity _________________________ Medical Device License # (if Applicable) ________________________________ Please Quote Firm Price Based On The Unit Of Measure (i.e. Packaging) Requested E.g. Price Per Package Or Per Case Etc. If Your Pricing Is Based On A Different Unit Than Requested Please Ensure You Indicate That Change Clearly Below. Please Quote Firm Unit Prices For Year 1 And 2 As Follows: Year 1 $ _____________ August 1, 2024 To July 31, 2025 Year 2 $ _____________ August 1, 2025 To July 31, 2026 ======================================================== Item 100 31/07/2026 4.00 Each Gsin: N6515material: 58485 Cuff, Blood Pressure, Replacement, Size Small, Life Source #ua01154 No Substitution A) Minimum Release Quantity: 1 B) Lead Time For Minimum Release Quantity-number Of Business Days:____ Please Indicate: Manufacturer Name __________________________ Brand Name _________________________________ Manufacturer Stock Number ___________________ Vendor Stock Number _________________________ Identify: Product Package Quantity _______________ Case Quantity _________________________ Medical Device License # (if Applicable) ________________________________ Please Quote Firm Price Based On The Unit Of Measure (i.e. Packaging) Requested E.g. Price Per Package Or Per Case Etc. If Your Pricing Is Based On A Different Unit Than Requested Please Ensure You Indicate That Change Clearly Below. Please Quote Firm Unit Prices For Year 1 And 2 As Follows: Year 1 $ _____________ August 1, 2024 To July 31, 2025 Year 2 $ _____________ August 1, 2025 To July 31, 2026 ======================================================== Item 110 31/07/2026 4.00 Each Gsin: N7340material: 47717 Cutlery, Set, Comfort Grip, Soft Vinyl Coating With Finger Indentations 7/8 In Wide, Set Includes One Knife, One Fork, One Soup Spoon, And 1 Teaspoon, Dishwasher Safe, Latex Free, Parsons #16t090 No Substitution A) Minimum Release Quantity: 1 B) Lead Time For Minimum Release Quantity-number Of Business Days:____ Please Indicate: Manufacturer Name __________________________ Brand Name _________________________________ Manufacturer Stock Number ___________________ Vendor Stock Number _________________________ Identify: Product Package Quantity _______________ Case Quantity _________________________ Medical Device License # (if Applicable) ________________________________ Please Quote Firm Price Based On The Unit Of Measure (i.e. Packaging) Requested E.g. Price Per Package Or Per Case Etc. If Your Pricing Is Based On A Different Unit Than Requested Please Ensure You Indicate That Change Clearly Below. Please Quote Firm Unit Prices For Year 1 And 2 As Follows: Year 1 $ _____________ August 1, 2024 To July 31, 2025 Year 2 $ _____________ August 1, 2025 To July 31, 2026 ======================================================== Item 120 31/07/2026 4.00 Each Gsin: N7340material: 47798 Cutlery, Set, Featherlite, Weighs 1.7 Oz, Handle 1 Inch Diameter Slight Tapered And Textured, Sealed To Prevent Water Seepage, Set Includes One Knife, One Fork, One Soup Spoon, And 1 Teaspoon, Straight Only, Dishwasher Safe, Parsons #16t090-2 No Substitution A) Minimum Release Quantity: 1 B) Lead Time For Minimum Release Quantity-number Of Business Days:____ Please Indicate: Manufacturer Name __________________________ Brand Name _________________________________ Manufacturer Stock Number ___________________ Vendor Stock Number _________________________ Identify: Product Package Quantity _______________ Case Quantity _________________________ Medical Device License # (if Applicable) ________________________________ Please Quote Firm Price Based On The Unit Of Measure (i.e. Packaging) Requested E.g. Price Per Package Or Per Case Etc. If Your Pricing Is Based On A Different Unit Than Requested Please Ensure You Indicate That Change Clearly Below. Please Quote Firm Unit Prices For Year 1 And 2 As Follows: Year 1 $ _____________ August 1, 2024 To July 31, 2025 Year 2 $ _____________ August 1, 2025 To July 31, 2026 ======================================================== Item 130 31/07/2026 4.00 Each Gsin: N7340material: 47758 Cutlery, Set, Weighted, Weighs 8 Oz, Comfort Grip, Set Includes One Knife, One Fork, One Soup Spoon, And 1 Teaspoon, Straight Only Latex Free, Parsons #16t090-3 No Substitution A) Minimum Release Quantity: 1 B) Lead Time For Minimum Release Quantity-number Of Business Days:____ Please Indicate: Manufacturer Name __________________________ Brand Name _________________________________ Manufacturer Stock Number ___________________ Vendor Stock Number _________________________ Identify: Product Package Quantity _______________ Case Quantity _________________________ Medical Device License # (if Applicable) ________________________________ Please Quote Firm Price Based On The Unit Of Measure (i.e. Packaging) Requested E.g. Price Per Package Or Per Case Etc. If Your Pricing Is Based On A Different Unit Than Requested Please Ensure You Indicate That Change Clearly Below. Please Quote Firm Unit Prices For Year 1 And 2 As Follows: Year 1 $ _____________ August 1, 2024 To July 31, 2025 Year 2 $ _____________ August 1, 2025 To July 31, 2026 ======================================================== Item 140 31/07/2026 4.00 Each Gsin: N7350material: 47705 Dish, Scoop, Round, 23 Cm, (9 In), Extra Thick White Melamine Plastic, With Reinforced Rim And Base, Grooved Lip, Non-skid Bottom, Dishwasher Safe, Latex Free, Parsons #16t115 No Substitution A) Minimum Release Quantity: 1 B) Lead Time For Minimum Release Quantity-number Of Business Days:____ Please Indicate: Manufacturer Name __________________________ Brand Name _________________________________ Manufacturer Stock Number ___________________ Vendor Stock Number _________________________ Identify: Product Package Quantity _______________ Case Quantity _________________________ Medical Device License # (if Applicable) ________________________________ Please Quote Firm Price Based On The Unit Of Measure (i.e. Packaging) Requested E.g. Price Per Package Or Per Case Etc. If Your Pricing Is Based On A Different Unit Than Requested Please Ensure You Indicate That Change Clearly Below. Please Quote Firm Unit Prices For Year 1 And 2 As Follows: Year 1 $ _____________ August 1, 2024 To July 31, 2025 Year 2 $ _____________ August 1, 2025 To July 31, 2026 ======================================================== Item 150 31/07/2026 4.000 Pair Gsin: N8415material: 47693 Glove, Wheelchair, Female, Half Finger, Open Mesh Back, Padded Palm With No Slip Grip, Velcro Wrist Straps, Colour Tan, Size Medium, Parsons #16c017am No Substitution A) Minimum Release Quantity: 1 B) Lead Time For Minimum Release Quantity-number Of Business Days:____ Please Indicate: Manufacturer Name __________________________ Brand Name _________________________________ Manufacturer Stock Number ___________________ Vendor Stock Number _________________________ Identify: Product Package Quantity _______________ Case Quantity _________________________ Medical Device License # (if Applicable) ________________________________ Please Quote Firm Price Based On The Unit Of Measure (i.e. Packaging) Requested E.g. Price Per Package Or Per Case Etc. If Your Pricing Is Based On A Different Unit Than Requested Please Ensure You Indicate That Change Clearly Below. Please Quote Firm Unit Prices For Year 1 And 2 As Follows: Year 1 $ _____________ August 1, 2024 To July 31, 2025 Year 2 $ _____________ August 1, 2025 To July 31, 2026 ======================================================== Item 160 31/07/2026 4.000 Pair Gsin: N8415material: 47694 Glove, Wheelchair, Male, Half Finger, Open Mesh Back, Padded Palm With No Slip Grip, Velcro Wrist Straps, Colour Tan, Size Large, Parsons #16c017al No Substitution A) Minimum Release Quantity: 1 B) Lead Time For Minimum Release Quantity-number Of Business Days:____ Please Indicate: Manufacturer Name __________________________ Brand Name _________________________________ Manufacturer Stock Number ___________________ Vendor Stock Number _________________________ Identify: Product Package Quantity _______________ Case Quantity _________________________ Medical Device License # (if Applicable) ________________________________ Please Quote Firm Price Based On The Unit Of Measure (i.e. Packaging) Requested E.g. Price Per Package Or Per Case Etc. If Your Pricing Is Based On A Different Unit Than Requested Please Ensure You Indicate That Change Clearly Below. Please Quote Firm Unit Prices For Year 1 And 2 As Follows: Year 1 $ _____________ August 1, 2024 To July 31, 2025 Year 2 $ _____________ August 1, 2025 To July 31, 2026 ======================================================== Item 170 31/07/2026 4.00 Each Gsin: N7330material: 47650 Holder, Utensil, Heavy Duty, Cuff, Durable 1 Inch Wide Nylon Webbing, Velcro Closure With D Ring, Washable, Latex Free, Parson #16t062 No Substitution A) Minimum Release Quantity: 1 B) Lead Time For Minimum Release Quantity-number Of Business Days:____ Please Indicate: Manufacturer Name __________________________ Brand Name _________________________________ Manufacturer Stock Number ___________________ Vendor Stock Number _________________________ Identify: Product Package Quantity _______________ Case Quantity _________________________ Medical Device License # (if Applicable) ________________________________ Please Quote Firm Price Based On The Unit Of Measure (i.e. Packaging) Requested E.g. Price Per Package Or Per Case Etc. If Your Pricing Is Based On A Different Unit Than Requested Please Ensure You Indicate That Change Clearly Below. Please Quote Firm Unit Prices For Year 1 And 2 As Follows: Year 1 $ _____________ August 1, 2024 To July 31, 2025 Year 2 $ _____________ August 1, 2025 To July 31, 2026 ======================================================== Item 180 31/07/2026 4.00 Each Gsin: N7350material: 70001 Lid, Drinking Spout, For Double Handled Mug, Spout Can Be Used For Drinking Or A Straw Can Be Inserted, Air Hole To Regulate Flow, Dishwasher Safe, Parsons #16t163 No Substitution A) Minimum Release Quantity: 1 B) Lead Time For Minimum Release Quantity-number Of Business Days:____ Please Indicate: Manufacturer Name __________________________ Brand Name _________________________________ Manufacturer Stock Number ___________________ Vendor Stock Number _________________________ Identify: Product Package Quantity _______________ Case Quantity _________________________ Medical Device License # (if Applicable) ________________________________ Please Quote Firm Price Based On The Unit Of Measure (i.e. Packaging) Requested E.g. Price Per Package Or Per Case Etc. If Your Pricing Is Based On A Different Unit Than Requested Please Ensure You Indicate That Change Clearly Below. Please Quote Firm Unit Prices For Year 1 And 2 As Follows: Year 1 $ _____________ August 1, 2024 To July 31, 2025 Year 2 $ _____________ August 1, 2025 To July 31, 2026 ======================================================== Item 190 31/07/2026 16.00 Each Gsin: N7220material: 70002 Mat, Fall, Grey, Beveled Edges, 70 Inch X 24 Inch X .07 Inch, Vinyl Polymer, Impact Resistant, Low Profile Design, Tapered Edge To Equipment Access, Non-skid Bottom, Anti-fatigue Properties For Extra Comfort, High Tear Resistance, Durable, Anti-microbial, Anti-bacterial, Wipes Clean, Proactive Medical Products (proteckt) #51001gr, Drive #pm20ga No Substitution A) Minimum Release Quantity: 4 B) Lead Time For Minimum Release Quantity-number Of Business Days:____ Please Indicate: Manufacturer Name __________________________ Brand Name _________________________________ Manufacturer Stock Number ___________________ Vendor Stock Number _________________________ Identify: Product Package Quantity _______________ Case Quantity _________________________ Medical Device License # (if Applicable) ________________________________ Please Quote Firm Price Based On The Unit Of Measure (i.e. Packaging) Requested E.g. Price Per Package Or Per Case Etc. If Your Pricing Is Based On A Different Unit Than Requested Please Ensure You Indicate That Change Clearly Below. Please Quote Firm Unit Prices For Year 1 And 2 As Follows: Year 1 $ _____________ August 1, 2024 To July 31, 2025 Year 2 $ _____________ August 1, 2025 To July 31, 2026 ======================================================== Item 200 31/07/2026 30.00 Each Gsin: N6515material: 58483 Monitor, Blood Pressure, With Ac Adaptor And Medium Size Cuff, Easy To Use, One Button Operation, Fully Automatic, Life Source #ua767pcnac No Substitution A) Minimum Release Quantity: 6 B) Lead Time For Minimum Release Quantity-number Of Business Days:____ Please Indicate: Manufacturer Name __________________________ Brand Name _________________________________ Manufacturer Stock Number ___________________ Vendor Stock Number _________________________ Identify: Product Package Quantity _______________ Case Quantity _________________________ Medical Device License # (if Applicable) ________________________________ Please Quote Firm Price Based On The Unit Of Measure (i.e. Packaging) Requested E.g. Price Per Package Or Per Case Etc. If Your Pricing Is Based On A Different Unit Than Requested Please Ensure You Indicate That Change Clearly Below. Please Quote Firm Unit Prices For Year 1 And 2 As Follows: Year 1 $ _____________ August 1, 2024 To July 31, 2025 Year 2 $ _____________ August 1, 2025 To July 31, 2026 ======================================================== Item 210 31/07/2026 4.00 Each Gsin: N6515material: 58482 Monitor, Blood Pressure, With Ac Adaptor And Small Size Cuff, Easy To Use, One Button Operation, Fully Automatic, Life Source #ua767pcnsac No Substitution A) Minimum Release Quantity: 2 B) Lead Time For Minimum Release Quantity-number Of Business Days:____ Please Indicate: Manufacturer Name __________________________ Brand Name _________________________________ Manufacturer Stock Number ___________________ Vendor Stock Number _________________________ Identify: Product Package Quantity _______________ Case Quantity _________________________ Medical Device License # (if Applicable) ________________________________ Please Quote Firm Price Based On The Unit Of Measure (i.e. Packaging) Requested E.g. Price Per Package Or Per Case Etc. If Your Pricing Is Based On A Different Unit Than Requested Please Ensure You Indicate That Change Clearly Below. Please Quote Firm Unit Prices For Year 1 And 2 As Follows: Year 1 $ _____________ August 1, 2024 To July 31, 2025 Year 2 $ _____________ August 1, 2025 To July 31, 2026 ======================================================== Item 220 31/07/2026 8.00 Each Gsin: N7350material: 70000 Mug, Double Handled, No Lid, Clear Plastic, Wide Base, Dishwasher And Microwave Safe, 10 Oz Capacity, Parsons #16t126 No Substitution A) Minimum Release Quantity: 2 B) Lead Time For Minimum Release Quantity-number Of Business Days:____ Please Indicate: Manufacturer Name __________________________ Brand Name _________________________________ Manufacturer Stock Number ___________________ Vendor Stock Number _________________________ Identify: Product Package Quantity _______________ Case Quantity _________________________ Medical Device License # (if Applicable) ________________________________ Please Quote Firm Price Based On The Unit Of Measure (i.e. Packaging) Requested E.g. Price Per Package Or Per Case Etc. If Your Pricing Is Based On A Different Unit Than Requested Please Ensure You Indicate That Change Clearly Below. Please Quote Firm Unit Prices For Year 1 And 2 As Follows: Year 1 $ _____________ August 1, 2024 To July 31, 2025 Year 2 $ _____________ August 1, 2025 To July 31, 2026 ======================================================== Item 230 31/07/2026 4.00 Each Gsin: N7350material: 70009 Mug, Weighted 10 Oz Base, Double Handled, With Lid, Clear Plastic, Not Submergeable, 10 Oz Capacity, Parsons #16t127 No Substitution A) Minimum Release Quantity: 1 B) Lead Time For Minimum Release Quantity-number Of Business Days:____ Please Indicate: Manufacturer Name __________________________ Brand Name _________________________________ Manufacturer Stock Number ___________________ Vendor Stock Number _________________________ Identify: Product Package Quantity _______________ Case Quantity _________________________ Medical Device License # (if Applicable) ________________________________ Please Quote Firm Price Based On The Unit Of Measure (i.e. Packaging) Requested E.g. Price Per Package Or Per Case Etc. If Your Pricing Is Based On A Different Unit Than Requested Please Ensure You Indicate That Change Clearly Below. Please Quote Firm Unit Prices For Year 1 And 2 As Follows: Year 1 $ _____________ August 1, 2024 To July 31, 2025 Year 2 $ _____________ August 1, 2025 To July 31, 2026 ======================================================== Item 240 31/07/2026 10.00 Each Gsin: N7330material: 47646 Opener, Can, Electric, Bladeless, Designed For One Handed User, Ergonomically Shaped Handles, Latex Free, One Touch #lf388 No Substitution A) Minimum Release Quantity: 3 B) Lead Time For Minimum Release Quantity-number Of Business Days:____ Please Indicate: Manufacturer Name __________________________ Brand Name _________________________________ Manufacturer Stock Number ___________________ Vendor Stock Number _________________________ Identify: Product Package Quantity _______________ Case Quantity _________________________ Medical Device License # (if Applicable) ________________________________ Please Quote Firm Price Based On The Unit Of Measure (i.e. Packaging) Requested E.g. Price Per Package Or Per Case Etc. If Your Pricing Is Based On A Different Unit Than Requested Please Ensure You Indicate That Change Clearly Below. Please Quote Firm Unit Prices For Year 1 And 2 As Follows: Year 1 $ _____________ August 1, 2024 To July 31, 2025 Year 2 $ _____________ August 1, 2025 To July 31, 2026 ======================================================== Item 250 31/07/2026 4.00 Each Gsin: N7330material: 49736 Opener, Jar, Hand Held, Soft Rubber Grips That Will Not Slip Even When Wet, Stainless Steel, Dishwasher Safe, Parsons (good Grip) #16k205a Or Equivalent No Substitution A) Minimum Release Quantity: 1 B) Lead Time For Minimum Release Quantity-number Of Business Days:____ Please Indicate: Manufacturer Name __________________________ Brand Name _________________________________ Manufacturer Stock Number ___________________ Vendor Stock Number _________________________ Identify: Product Package Quantity _______________ Case Quantity _________________________ Medical Device License # (if Applicable) ________________________________ Please Quote Firm Price Based On The Unit Of Measure (i.e. Packaging) Requested E.g. Price Per Package Or Per Case Etc. If Your Pricing Is Based On A Different Unit Than Requested Please Ensure You Indicate That Change Clearly Below. Please Quote Firm Unit Prices For Year 1 And 2 As Follows: Year 1 $ _____________ August 1, 2024 To July 31, 2025 Year 2 $ _____________ August 1, 2025 To July 31, 2026 ======================================================== Item 260 31/07/2026 4.00 Each Gsin: N9999material: 49752 Protector, Clothing, Protects From Neck To Lap, Front Velcro Fastener, Polyester Cotton Front Lined With 100% Waterproof Nylon, 51 Cm W X 91 Cm L (20 In X 36 In), Machine Wash And Dry, Latex Free, Sammons Preston #c9205-54 No Substitution A) Minimum Release Quantity: 1 B) Lead Time For Minimum Release Quantity-number Of Business Days:____ Please Indicate: Manufacturer Name __________________________ Brand Name _________________________________ Manufacturer Stock Number ___________________ Vendor Stock Number _________________________ Identify: Product Package Quantity _______________ Case Quantity _________________________ Medical Device License # (if Applicable) ________________________________ Please Quote Firm Price Based On The Unit Of Measure (i.e. Packaging) Requested E.g. Price Per Package Or Per Case Etc. If Your Pricing Is Based On A Different Unit Than Requested Please Ensure You Indicate That Change Clearly Below. Please Quote Firm Unit Prices For Year 1 And 2 As Follows: Year 1 $ _____________ August 1, 2024 To July 31, 2025 Year 2 $ _____________ August 1, 2025 To July 31, 2026 ======================================================== Item 270 31/07/2026 8.00 Each Gsin: N6515material: 47706 Rail, Bedside, Height Adjustable, Light Weight, Handle Rotates 360 Degrees, No Tools Required To Attach, Fits Angle Iron Bed Frames, Parsons (arcorail) #16h400a No Substitution A) Minimum Release Quantity: 2 B) Lead Time For Minimum Release Quantity-number Of Business Days:____ Please Indicate: Manufacturer Name __________________________ Brand Name _________________________________ Manufacturer Stock Number ___________________ Vendor Stock Number _________________________ Identify: Product Package Quantity _______________ Case Quantity _________________________ Medical Device License # (if Applicable) ________________________________ Please Quote Firm Price Based On The Unit Of Measure (i.e. Packaging) Requested E.g. Price Per Package Or Per Case Etc. If Your Pricing Is Based On A Different Unit Than Requested Please Ensure You Indicate That Change Clearly Below. Please Quote Firm Unit Prices For Year 1 And 2 As Follows: Year 1 $ _____________ August 1, 2024 To July 31, 2025 Year 2 $ _____________ August 1, 2025 To July 31, 2026 ======================================================== Item 280 31/07/2026 32.00 Each Gsin: N6500material: 49703 Reacher, 24 Inch Long, Standard Handi-reacher, Hand Trigger, Light Weight Aluminum, Slip Resistant Jaws, Magnetic Tip, And Dressing Hook, Parsons #aa8054y No Substitution A) Minimum Release Quantity: 8 B) Lead Time For Minimum Release Quantity-number Of Business Days:____ Please Indicate: Manufacturer Name __________________________ Brand Name _________________________________ Manufacturer Stock Number ___________________ Vendor Stock Number _________________________ Identify: Product Package Quantity _______________ Case Quantity _________________________ Medical Device License # (if Applicable) ________________________________ Please Quote Firm Price Based On The Unit Of Measure (i.e. Packaging) Requested E.g. Price Per Package Or Per Case Etc. If Your Pricing Is Based On A Different Unit Than Requested Please Ensure You Indicate That Change Clearly Below. Please Quote Firm Unit Prices For Year 1 And 2 As Follows: Year 1 $ _____________ August 1, 2024 To July 31, 2025 Year 2 $ _____________ August 1, 2025 To July 31, 2026 ======================================================== Item 290 31/07/2026 20.00 Each Gsin: N6500material: 46737 Reacher, 26 Inch Long, Magnetic Tip, Lightweight Aluminum, Rustproof And Waterproof, Weighs 6 Oz, Parsons #16h040 No Substitution A) Minimum Release Quantity: 5 B) Lead Time For Minimum Release Quantity-number Of Business Days:____ Please Indicate: Manufacturer Name __________________________ Brand Name _________________________________ Manufacturer Stock Number ___________________ Vendor Stock Number _________________________ Identify: Product Package Quantity _______________ Case Quantity _________________________ Medical Device License # (if Applicable) ________________________________ Please Quote Firm Price Based On The Unit Of Measure (i.e. Packaging) Requested E.g. Price Per Package Or Per Case Etc. If Your Pricing Is Based On A Different Unit Than Requested Please Ensure You Indicate That Change Clearly Below. Please Quote Firm Unit Prices For Year 1 And 2 As Follows: Year 1 $ _____________ August 1, 2024 To July 31, 2025 Year 2 $ _____________ August 1, 2025 To July 31, 2026 ======================================================== Item 300 31/07/2026 8.00 Each Gsin: N6500material: 46738 Reacher, 30 Inch Long, Locking Jaw, Full Hand Trigger, Lightweight Aluminum, Rustproof And Waterproof, Flexible Rubber Tip, Parsons #16h350a No Substitution A) Minimum Release Quantity: 2 B) Lead Time For Minimum Release Quantity-number Of Business Days:____ Please Indicate: Manufacturer Name __________________________ Brand Name _________________________________ Manufacturer Stock Number ___________________ Vendor Stock Number _________________________ Identify: Product Package Quantity _______________ Case Quantity _________________________ Medical Device License # (if Applicable) ________________________________ Please Quote Firm Price Based On The Unit Of Measure (i.e. Packaging) Requested E.g. Price Per Package Or Per Case Etc. If Your Pricing Is Based On A Different Unit Than Requested Please Ensure You Indicate That Change Clearly Below. Please Quote Firm Unit Prices For Year 1 And 2 As Follows: Year 1 $ _____________ August 1, 2024 To July 31, 2025 Year 2 $ _____________ August 1, 2025 To July 31, 2026 ======================================================== Item 310 31/07/2026 16.00 Each Gsin: N6500material: 46736 Reacher, 32 Inch Long, Magnetic Tip, Lightweight Aluminum, Rustproof And Waterproof, Weighs 8 Oz, Parsons #16h041 No Substitution A) Minimum Release Quantity: 4 B) Lead Time For Minimum Release Quantity-number Of Business Days:____ Please Indicate: Manufacturer Name __________________________ Brand Name _________________________________ Manufacturer Stock Number ___________________ Vendor Stock Number _________________________ Identify: Product Package Quantity _______________ Case Quantity _________________________ Medical Device License # (if Applicable) ________________________________ Please Quote Firm Price Based On The Unit Of Measure (i.e. Packaging) Requested E.g. Price Per Package Or Per Case Etc. If Your Pricing Is Based On A Different Unit Than Requested Please Ensure You Indicate That Change Clearly Below. Please Quote Firm Unit Prices For Year 1 And 2 As Follows: Year 1 $ _____________ August 1, 2024 To July 31, 2025 Year 2 $ _____________ August 1, 2025 To July 31, 2026 ======================================================== Item 320 31/07/2026 4.00 Each Gsin: N6500material: 49704 Reacher, 40 Inch Long, Full Hand Trigger, Light Weight Aluminum, Rustproof And Waterproof, Flexible Rubber Tip, Parsons #16h349a No Substitution A) Minimum Release Quantity: 1 B) Lead Time For Minimum Release Quantity-number Of Business Days:____ Please Indicate: Manufacturer Name __________________________ Brand Name _________________________________ Manufacturer Stock Number ___________________ Vendor Stock Number _________________________ Identify: Product Package Quantity _______________ Case Quantity _________________________ Medical Device License # (if Applicable) ________________________________ Please Quote Firm Price Based On The Unit Of Measure (i.e. Packaging) Requested E.g. Price Per Package Or Per Case Etc. If Your Pricing Is Based On A Different Unit Than Requested Please Ensure You Indicate That Change Clearly Below. Please Quote Firm Unit Prices For Year 1 And 2 As Follows: Year 1 $ _____________ August 1, 2024 To July 31, 2025 Year 2 $ _____________ August 1, 2025 To July 31, 2026 ======================================================== Item 330 31/07/2026 24.000 Package Gsin: N7210material: 59571 Riser, Furniture, 2 To 3 Inch Height, Sturdy Blocks Made Of Multi-laminated Plywood, 5 Inches Square, Parsons #16h182-2 No Substitution A) Minimum Release Quantity: 6 B) Lead Time For Minimum Release Quantity-number Of Business Days:____ Please Indicate: Manufacturer Name __________________________ Brand Name _________________________________ Manufacturer Stock Number ___________________ Vendor Stock Number _________________________ Identify: Product Package Quantity _______________ Case Quantity _________________________ Medical Device License # (if Applicable) ________________________________ Please Quote Firm Price Based On The Unit Of Measure (i.e. Packaging) Requested E.g. Price Per Package Or Per Case Etc. If Your Pricing Is Based On A Different Unit Than Requested Please Ensure You Indicate That Change Clearly Below. Please Quote Firm Unit Prices For Year 1 And 2 As Follows: Year 1 $ _____________ August 1, 2024 To July 31, 2025 Year 2 $ _____________ August 1, 2025 To July 31, 2026 ======================================================== Item 340 31/07/2026 40.00 Each Gsin: N7210material: 47707 Riser, Furniture, 3 To 6 Inch Height, Sturdy Blocks Made Of Multi-laminated Plywood, 5 Inches Square, Parsons #16h182a No Substitution A) Minimum Release Quantity: 10 B) Lead Time For Minimum Release Quantity-number Of Business Days:____ Please Indicate: Manufacturer Name __________________________ Brand Name _________________________________ Manufacturer Stock Number ___________________ Vendor Stock Number _________________________ Identify: Product Package Quantity _______________ Case Quantity _________________________ Medical Device License # (if Applicable) ________________________________ Please Quote Firm Price Based On The Unit Of Measure (i.e. Packaging) Requested E.g. Price Per Package Or Per Case Etc. If Your Pricing Is Based On A Different Unit Than Requested Please Ensure You Indicate That Change Clearly Below. Please Quote Firm Unit Prices For Year 1 And 2 As Follows: Year 1 $ _____________ August 1, 2024 To July 31, 2025 Year 2 $ _____________ August 1, 2025 To July 31, 2026 ======================================================== Item 350 31/07/2026 8.00 Each Gsin: N7210material: 49779 Sheet, Constructed Like A Tube, Lightweight Fabric, Single Bed Size, Ergonomic Handles Enables Low Friction Transfer, Bacteria Resistant, Machine Washable, Color Blue, Arjo (maxitransfer) #nsa00700 No Substitution A) Minimum Release Quantity: 4 B) Lead Time For Minimum Release Quantity-number Of Business Days:____ Please Indicate: Manufacturer Name __________________________ Brand Name _________________________________ Manufacturer Stock Number ___________________ Vendor Stock Number _________________________ Identify: Product Package Quantity _______________ Case Quantity _________________________ Medical Device License # (if Applicable) ________________________________ Please Quote Firm Price Based On The Unit Of Measure (i.e. Packaging) Requested E.g. Price Per Package Or Per Case Etc. If Your Pricing Is Based On A Different Unit Than Requested Please Ensure You Indicate That Change Clearly Below. Please Quote Firm Unit Prices For Year 1 And 2 As Follows: Year 1 $ _____________ August 1, 2024 To July 31, 2025 Year 2 $ _____________ August 1, 2025 To July 31, 2026 ======================================================== Item 360 31/07/2026 10.00 Each Gsin: N7210material: 51658 Sheet, Transfer Tube Slide, 23 In X 17 In, Durable Lightweight Fabric, Non-absorbant, Low Friction Inner And Outer Surfaces, Hand Or Machine Washable, Color Orange, Arjo (maxislide) # Nsa0600 No Substitution A) Minimum Release Quantity: 4 B) Lead Time For Minimum Release Quantity-number Of Business Days:____ Please Indicate: Manufacturer Name __________________________ Brand Name _________________________________ Manufacturer Stock Number ___________________ Vendor Stock Number _________________________ Identify: Product Package Quantity _______________ Case Quantity _________________________ Medical Device License # (if Applicable) ________________________________ Please Quote Firm Price Based On The Unit Of Measure (i.e. Packaging) Requested E.g. Price Per Package Or Per Case Etc. If Your Pricing Is Based On A Different Unit Than Requested Please Ensure You Indicate That Change Clearly Below. Please Quote Firm Unit Prices For Year 1 And 2 As Follows: Year 1 $ _____________ August 1, 2024 To July 31, 2025 Year 2 $ _____________ August 1, 2025 To July 31, 2026 ======================================================== Item 370 31/07/2026 20.00 Each Gsin: N7210material: 56545 Sheet, Transfer Tube Slide, 23 In X 17 In, Durable Lightweight Fabric, Non-absorbant, Low Friction Inner And Outer Surfaces, Hand Or Machine Washable, Color Orange, Arjo (maxislide) # Nsa1400-int1 No Substitution A) Minimum Release Quantity: 5 B) Lead Time For Minimum Release Quantity-number Of Business Days:____ Please Indicate: Manufacturer Name __________________________ Brand Name _________________________________ Manufacturer Stock Number ___________________ Vendor Stock Number _________________________ Identify: Product Package Quantity _______________ Case Quantity _________________________ Medical Device License # (if Applicable) ________________________________ Please Quote Firm Price Based On The Unit Of Measure (i.e. Packaging) Requested E.g. Price Per Package Or Per Case Etc. If Your Pricing Is Based On A Different Unit Than Requested Please Ensure You Indicate That Change Clearly Below. Please Quote Firm Unit Prices For Year 1 And 2 As Follows: Year 1 $ _____________ August 1, 2024 To July 31, 2025 Year 2 $ _____________ August 1, 2025 To July 31, 2026 ======================================================== Item 380 31/07/2026 10.00 Each Gsin: N7210material: 56546 Sheet, Transfer, Lateral Slide Device, 57 1/2 In X 78 3/4 In, Low Friction Ergonomic Handles For Optimum Support For A Wide Variety Of Manoeuvers For Residents, Size Xxl, Arjo (maxislide Sheet) # Nsa1500-int1 No Substitution A) Minimum Release Quantity: 4 B) Lead Time For Minimum Release Quantity-number Of Business Days:____ Please Indicate: Manufacturer Name __________________________ Brand Name _________________________________ Manufacturer Stock Number ___________________ Vendor Stock Number _________________________ Identify: Product Package Quantity _______________ Case Quantity _________________________ Medical Device License # (if Applicable) ________________________________ Please Quote Firm Price Based On The Unit Of Measure (i.e. Packaging) Requested E.g. Price Per Package Or Per Case Etc. If Your Pricing Is Based On A Different Unit Than Requested Please Ensure You Indicate That Change Clearly Below. Please Quote Firm Unit Prices For Year 1 And 2 As Follows: Year 1 $ _____________ August 1, 2024 To July 31, 2025 Year 2 $ _____________ August 1, 2025 To July 31, 2026 ======================================================== Item 390 31/07/2026 300.000 Kit Gsin: N7210material: 51501 Sheet, With Pull Straps, Double Width Sliding, Orange Tube, Maxitransferand A Cd Rom, Color Purple, Arjo (maxislide) #nsa0500 No Substitution A) Minimum Release Quantity: 50 B) Lead Time For Minimum Release Quantity-number Of Business Days:____ Please Indicate: Manufacturer Name __________________________ Brand Name _________________________________ Manufacturer Stock Number ___________________ Vendor Stock Number _________________________ Identify: Product Package Quantity _______________ Case Quantity _________________________ Medical Device License # (if Applicable) ________________________________ Please Quote Firm Price Based On The Unit Of Measure (i.e. Packaging) Requested E.g. Price Per Package Or Per Case Etc. If Your Pricing Is Based On A Different Unit Than Requested Please Ensure You Indicate That Change Clearly Below. Please Quote Firm Unit Prices For Year 1 And 2 As Follows: Year 1 $ _____________ August 1, 2024 To July 31, 2025 Year 2 $ _____________ August 1, 2025 To July 31, 2026 ======================================================== Item 400 31/07/2026 30.00 Each Gsin: N8530material: 47711 Shoehorn, Plastic, 18 In Long, With Hang Up Hole, Durable And Lightweight, Parsons #16d019 Or Substitute Drive Rtl2046 A) Minimum Release Quantity: 5 B) Lead Time For Minimum Release Quantity-number Of Business Days:____ Please Indicate: Manufacturer Name __________________________ Brand Name _________________________________ Manufacturer Stock Number ___________________ Vendor Stock Number _________________________ Identify: Product Package Quantity _______________ Case Quantity _________________________ Medical Device License # (if Applicable) ________________________________ Please Quote Firm Price Based On The Unit Of Measure (i.e. Packaging) Requested E.g. Price Per Package Or Per Case Etc. If Your Pricing Is Based On A Different Unit Than Requested Please Ensure You Indicate That Change Clearly Below. Please Quote Firm Unit Prices For Year 1 And 2 As Follows: Year 1 $ _____________ August 1, 2024 To July 31, 2025 Year 2 $ _____________ August 1, 2025 To July 31, 2026 ======================================================== Item 410 31/07/2026 4.000 Pair Gsin: N8335material: 49712 Shoelace, Elastic, Black, 37 In Long, Allow Shoes To Be Pre-tied And Slipped On And Off, Also Allows Tired Feet To Swell Without Restricting Circulation, 2 Pair Per Package, Parsons #16d004-1 No Substitution A) Minimum Release Quantity: 1 B) Lead Time For Minimum Release Quantity-number Of Business Days:____ Please Indicate: Manufacturer Name __________________________ Brand Name _________________________________ Manufacturer Stock Number ___________________ Vendor Stock Number _________________________ Identify: Product Package Quantity _______________ Case Quantity _________________________ Medical Device License # (if Applicable) ________________________________ Please Quote Firm Price Based On The Unit Of Measure (i.e. Packaging) Requested E.g. Price Per Package Or Per Case Etc. If Your Pricing Is Based On A Different Unit Than Requested Please Ensure You Indicate That Change Clearly Below. Please Quote Firm Unit Prices For Year 1 And 2 As Follows: Year 1 $ _____________ August 1, 2024 To July 31, 2025 Year 2 $ _____________ August 1, 2025 To July 31, 2026 ======================================================== Item 420 31/07/2026 20.00 Each Gsin: N8530material: 54063 Sock Aid, Folding, Covered With Non-slip Terry Towel, Two 28 1/2 Inch Loop Handles, Nylon Coated, Latex Free, Sammons #2087 No Substitution A) Minimum Release Quantity: 5 B) Lead Time For Minimum Release Quantity-number Of Business Days:____ Please Indicate: Manufacturer Name __________________________ Brand Name _________________________________ Manufacturer Stock Number ___________________ Vendor Stock Number _________________________ Identify: Product Package Quantity _______________ Case Quantity _________________________ Medical Device License # (if Applicable) ________________________________ Please Quote Firm Price Based On The Unit Of Measure (i.e. Packaging) Requested E.g. Price Per Package Or Per Case Etc. If Your Pricing Is Based On A Different Unit Than Requested Please Ensure You Indicate That Change Clearly Below. Please Quote Firm Unit Prices For Year 1 And 2 As Follows: Year 1 $ _____________ August 1, 2024 To July 31, 2025 Year 2 $ _____________ August 1, 2025 To July 31, 2026 ======================================================== Item 430 31/07/2026 6.00 Each Gsin: N8530material: 49733 Sock Aid, Folding, Double Hinged Blade Which Allow Wings To Fold, Centre Panel Has Raised Pebbled Slide Strip To Reduce Friction, Outside Edges Has Large Bead Running Around Them To Protect Stockings, Wide Web Strap Pulls, Tip Can Be Used On A Long Shoehorn, Parsons #16d030 No Substitution A) Minimum Release Quantity: 2 B) Lead Time For Minimum Release Quantity-number Of Business Days:____ Please Indicate: Manufacturer Name __________________________ Brand Name _________________________________ Manufacturer Stock Number ___________________ Vendor Stock Number _________________________ Identify: Product Package Quantity _______________ Case Quantity _________________________ Medical Device License # (if Applicable) ________________________________ Please Quote Firm Price Based On The Unit Of Measure (i.e. Packaging) Requested E.g. Price Per Package Or Per Case Etc. If Your Pricing Is Based On A Different Unit Than Requested Please Ensure You Indicate That Change Clearly Below. Please Quote Firm Unit Prices For Year 1 And 2 As Follows: Year 1 $ _____________ August 1, 2024 To July 31, 2025 Year 2 $ _____________ August 1, 2025 To July 31, 2026 ======================================================== Item 440 31/07/2026 12.00 Each Gsin: N7920material: 47725 Sponge, Long Handled Epoxy Coated Aluminum With Vinyl Hand Grips, Handle Length 76 Cm (30 In), Parsons #16b125 No Substitution A) Minimum Release Quantity: 3 B) Lead Time For Minimum Release Quantity-number Of Business Days:____ Please Indicate: Manufacturer Name __________________________ Brand Name _________________________________ Manufacturer Stock Number ___________________ Vendor Stock Number _________________________ Identify: Product Package Quantity _______________ Case Quantity _________________________ Medical Device License # (if Applicable) ________________________________ Please Quote Firm Price Based On The Unit Of Measure (i.e. Packaging) Requested E.g. Price Per Package Or Per Case Etc. If Your Pricing Is Based On A Different Unit Than Requested Please Ensure You Indicate That Change Clearly Below. Please Quote Firm Unit Prices For Year 1 And 2 As Follows: Year 1 $ _____________ August 1, 2024 To July 31, 2025 Year 2 $ _____________ August 1, 2025 To July 31, 2026 ======================================================== Item 450 31/07/2026 12.00 Each Gsin: N7920material: 47724 Sponge, Long Handled Epoxy Coated Aluminum With Vinyl Hand Grips, Handle Length 53 Cm (21 In), Parsons #16b122 No Substitution A) Minimum Release Quantity: 3 B) Lead Time For Minimum Release Quantity-number Of Business Days:____ Please Indicate: Manufacturer Name __________________________ Brand Name _________________________________ Manufacturer Stock Number ___________________ Vendor Stock Number _________________________ Identify: Product Package Quantity _______________ Case Quantity _________________________ Medical Device License # (if Applicable) ________________________________ Please Quote Firm Price Based On The Unit Of Measure (i.e. Packaging) Requested E.g. Price Per Package Or Per Case Etc. If Your Pricing Is Based On A Different Unit Than Requested Please Ensure You Indicate That Change Clearly Below. Please Quote Firm Unit Prices For Year 1 And 2 As Follows: Year 1 $ _____________ August 1, 2024 To July 31, 2025 Year 2 $ _____________ August 1, 2025 To July 31, 2026 ======================================================== Item 460 31/07/2026 6.00 Each Gsin: N8530material: 47727 Stick, Dressing, Push-pull Hook At One End And A Zipper Pull At The Other End, Wooden Shaft, 30 Inch Length, Parsons #16d013, Sammons Preston #ca698-3 No Substitution A) Minimum Release Quantity: 2 B) Lead Time For Minimum Release Quantity-number Of Business Days:____ Please Indicate: Manufacturer Name __________________________ Brand Name _________________________________ Manufacturer Stock Number ___________________ Vendor Stock Number _________________________ Identify: Product Package Quantity _______________ Case Quantity _________________________ Medical Device License # (if Applicable) ________________________________ Please Quote Firm Price Based On The Unit Of Measure (i.e. Packaging) Requested E.g. Price Per Package Or Per Case Etc. If Your Pricing Is Based On A Different Unit Than Requested Please Ensure You Indicate That Change Clearly Below. Please Quote Firm Unit Prices For Year 1 And 2 As Follows: Year 1 $ _____________ August 1, 2024 To July 31, 2025 Year 2 $ _____________ August 1, 2025 To July 31, 2026 ======================================================== Item 470 31/07/2026 6.00 Each Gsin: N8530material: 47726 Stick, Dressing, Push-pull Up S-hook At One End And Long Handled Shoe Horn At The Other End, Foam Grip Along Entire Handle, 30 Inch Length, Latex Free, Parsons (dress Ez) #16d060a, Sammons Preston #c2102 No Substitution A) Minimum Release Quantity: 2 B) Lead Time For Minimum Release Quantity-number Of Business Days:____ Please Indicate: Manufacturer Name __________________________ Brand Name _________________________________ Manufacturer Stock Number ___________________ Vendor Stock Number _________________________ Identify: Product Package Quantity _______________ Case Quantity _________________________ Medical Device License # (if Applicable) ________________________________ Please Quote Firm Price Based On The Unit Of Measure (i.e. Packaging) Requested E.g. Price Per Package Or Per Case Etc. If Your Pricing Is Based On A Different Unit Than Requested Please Ensure You Indicate That Change Clearly Below. Please Quote Firm Unit Prices For Year 1 And 2 As Follows: Year 1 $ _____________ August 1, 2024 To July 31, 2025 Year 2 $ _____________ August 1, 2025 To July 31, 2026 ======================================================== Item 480 31/07/2026 16.00 Each Gsin: N8530material: 47729 Stocking Aid, Standard, Flexible With Nylon Webbing Straps, Curved Shape Holds Stocking On The Aid While Pulling Up The Leg, Parsons #16d005, Sammons Preston #c2086 No Substitution A) Minimum Release Quantity: 4 B) Lead Time For Minimum Release Quantity-number Of Business Days:____ Please Indicate: Manufacturer Name __________________________ Brand Name _________________________________ Manufacturer Stock Number ___________________ Vendor Stock Number _________________________ Identify: Product Package Quantity _______________ Case Quantity _________________________ Medical Device License # (if Applicable) ________________________________ Please Quote Firm Price Based On The Unit Of Measure (i.e. Packaging) Requested E.g. Price Per Package Or Per Case Etc. If Your Pricing Is Based On A Different Unit Than Requested Please Ensure You Indicate That Change Clearly Below. Please Quote Firm Unit Prices For Year 1 And 2 As Follows: Year 1 $ _____________ August 1, 2024 To July 31, 2025 Year 2 $ _____________ August 1, 2025 To July 31, 2026 ======================================================== Item 490 31/07/2026 12.00 Each Gsin: N6515material: 51045 Strap, Leg Lift, 35 Inches Long With A 6 1/2 Inch Loop At Each End, Centre Section Has Rigid Aluminum Slat Inside, Made Of 2 Inch Wide Webbinb, Parsons #16d045 No Substitution A) Minimum Release Quantity: 3 B) Lead Time For Minimum Release Quantity-number Of Business Days:____ Please Indicate: Manufacturer Name __________________________ Brand Name _________________________________ Manufacturer Stock Number ___________________ Vendor Stock Number _________________________ Identify: Product Package Quantity _______________ Case Quantity _________________________ Medical Device License # (if Applicable) ________________________________ Please Quote Firm Price Based On The Unit Of Measure (i.e. Packaging) Requested E.g. Price Per Package Or Per Case Etc. If Your Pricing Is Based On A Different Unit Than Requested Please Ensure You Indicate That Change Clearly Below. Please Quote Firm Unit Prices For Year 1 And 2 As Follows: Year 1 $ _____________ August 1, 2024 To July 31, 2025 Year 2 $ _____________ August 1, 2025 To July 31, 2026 ======================================================== Item 500 31/07/2026 12.00 Each Gsin: N8530material: 47734 Strip, Safety, Textured, Approximate Size 3/4 In X 17 In, White, Parsons #16b085, Sammons Preston #ca830-600 No Substitution A) Minimum Release Quantity: 3 B) Lead Time For Minimum Release Quantity-number Of Business Days:____ Please Indicate: Manufacturer Name __________________________ Brand Name _________________________________ Manufacturer Stock Number ___________________ Vendor Stock Number _________________________ Identify: Product Package Quantity _______________ Case Quantity _________________________ Medical Device License # (if Applicable) ________________________________ Please Quote Firm Price Based On The Unit Of Measure (i.e. Packaging) Requested E.g. Price Per Package Or Per Case Etc. If Your Pricing Is Based On A Different Unit Than Requested Please Ensure You Indicate That Change Clearly Below. Please Quote Firm Unit Prices For Year 1 And 2 As Follows: Year 1 $ _____________ August 1, 2024 To July 31, 2025 Year 2 $ _____________ August 1, 2025 To July 31, 2026 ======================================================== Item 510 31/07/2026 16.00 Each Gsin: N9999material: 62423 Toilet Aid, 15 Inches Long, Rounded Soft Smooth Design, Latex Free, Ergonomic Shape For People With Limited Dexterity, Carrying Case Included, Parsons (buchingham Easy Wipe) #16b082a, Sammons Preston #081584226 No Substitution A) Minimum Release Quantity: 4 B) Lead Time For Minimum Release Quantity-number Of Business Days:____ Please Indicate: Manufacturer Name __________________________ Brand Name _________________________________ Manufacturer Stock Number ___________________ Vendor Stock Number _________________________ Identify: Product Package Quantity _______________ Case Quantity _________________________ Medical Device License # (if Applicable) ________________________________ Please Quote Firm Price Based On The Unit Of Measure (i.e. Packaging) Requested E.g. Price Per Package Or Per Case Etc. If Your Pricing Is Based On A Different Unit Than Requested Please Ensure You Indicate That Change Clearly Below. Please Quote Firm Unit Prices For Year 1 And 2 As Follows: Year 1 $ _____________ August 1, 2024 To July 31, 2025 Year 2 $ _____________ August 1, 2025 To July 31, 2026 ======================================================== Item 520 31/07/2026 4.00 Each Gsin: N9900material: 47736 Tubing, Foam, Closed Cell, Inside Hole 3/8 In, Outside Diameter 1 3/8 In Used To Build Up Handles Of Utensils, Parsons #16t045, Sammons Preston #c6252 No Substitution A) Minimum Release Quantity: 1 B) Lead Time For Minimum Release Quantity-number Of Business Days:____ Please Indicate: Manufacturer Name __________________________ Brand Name _________________________________ Manufacturer Stock Number ___________________ Vendor Stock Number _________________________ Identify: Product Package Quantity _______________ Case Quantity _________________________ Medical Device License # (if Applicable) ________________________________ Please Quote Firm Price Based On The Unit Of Measure (i.e. Packaging) Requested E.g. Price Per Package Or Per Case Etc. If Your Pricing Is Based On A Different Unit Than Requested Please Ensure You Indicate That Change Clearly Below. Please Quote Firm Unit Prices For Year 1 And 2 As Follows: Year 1 $ _____________ August 1, 2024 To July 31, 2025 Year 2 $ _____________ August 1, 2025 To July 31, 2026 ======================================================== Item 530 31/07/2026 4.00 Each Gsin: N7330material: 49740 Turner, Stove Knob, 15 In Long, Lightweight, Aluminum Rod, Used To Reach Over Pots Or To Turn Stove Knobs, Parsons #16k023 Or Equivalent No Substitution A) Minimum Release Quantity: 1 B) Lead Time For Minimum Release Quantity-number Of Business Days:____ Please Indicate: Manufacturer Name __________________________ Brand Name _________________________________ Manufacturer Stock Number ___________________ Vendor Stock Number _________________________ Identify: Product Package Quantity _______________ Case Quantity _________________________ Medical Device License # (if Applicable) ________________________________ Please Quote Firm Price Based On The Unit Of Measure (i.e. Packaging) Requested E.g. Price Per Package Or Per Case Etc. If Your Pricing Is Based On A Different Unit Than Requested Please Ensure You Indicate That Change Clearly Below. Please Quote Firm Unit Prices For Year 1 And 2 As Follows: Year 1 $ _____________ August 1, 2024 To July 31, 2025 Year 2 $ _____________ August 1, 2025 To July 31, 2026 ======================================================== Item 540 31/07/2026 4.00 Each Gsin: N6515material: 47814 Wedge, Bed, 10 Inches High, 23 Degree Angle, 24 In X 24 In Pillow Case Included, For Head, Back Or Leg Elevation, Parsons #18h022a No Substitution A) Minimum Release Quantity: 1 B) Lead Time For Minimum Release Quantity-number Of Business Days:____ Please Indicate: Manufacturer Name __________________________ Brand Name _________________________________ Manufacturer Stock Number ___________________ Vendor Stock Number _________________________ Identify: Product Package Quantity _______________ Case Quantity _________________________ Medical Device License # (if Applicable) ________________________________ Please Quote Firm Price Based On The Unit Of Measure (i.e. Packaging) Requested E.g. Price Per Package Or Per Case Etc. If Your Pricing Is Based On A Different Unit Than Requested Please Ensure You Indicate That Change Clearly Below. Please Quote Firm Unit Prices For Year 1 And 2 As Follows: Year 1 $ _____________ August 1, 2024 To July 31, 2025 Year 2 $ _____________ August 1, 2025 To July 31, 2026 ======================================================== Item 550 31/07/2026 4.00 Each Gsin: N6515material: 47815 Wedge, Bed, 12 Inches High, 27 Degree Angle, 24 In X 24 In Pillow Case Included, For Head, Back Or Leg Elevation, Parsons #18h024a No Substitution A) Minimum Release Quantity: 1 B) Lead Time For Minimum Release Quantity-number Of Business Days:____ Please Indicate: Manufacturer Name __________________________ Brand Name _________________________________ Manufacturer Stock Number ___________________ Vendor Stock Number _________________________ Identify: Product Package Quantity _______________ Case Quantity _________________________ Medical Device License # (if Applicable) ________________________________ Please Quote Firm Price Based On The Unit Of Measure (i.e. Packaging) Requested E.g. Price Per Package Or Per Case Etc. If Your Pricing Is Based On A Different Unit Than Requested Please Ensure You Indicate That Change Clearly Below. Please Quote Firm Unit Prices For Year 1 And 2 As Follows: Year 1 $ _____________ August 1, 2024 To July 31, 2025 Year 2 $ _____________ August 1, 2025 To July 31, 2026 ======================================================== Item 560 31/07/2026 4.00 Each Gsin: N6515material: 47813 Wedge, Bed, 7 Inches High, 15 Degree Angle, 24 In X 24 In Pillow Case Included, For Head, Back Or Leg Elevation, Parsons #18h020a No Substitution A) Minimum Release Quantity: 1 B) Lead Time For Minimum Release Quantity-number Of Business Days:____ Please Indicate: Manufacturer Name __________________________ Brand Name _________________________________ Manufacturer Stock Number ___________________ Vendor Stock Number _________________________ Identify: Product Package Quantity _______________ Case Quantity _________________________ Medical Device License # (if Applicable) ________________________________ Please Quote Firm Price Based On The Unit Of Measure (i.e. Packaging) Requested E.g. Price Per Package Or Per Case Etc. If Your Pricing Is Based On A Different Unit Than Requested Please Ensure You Indicate That Change Clearly Below. Please Quote Firm Unit Prices For Year 1 And 2 As Follows: Year 1 $ _____________ August 1, 2024 To July 31, 2025 Year 2 $ _____________ August 1, 2025 To July 31, 2026 ======================================================== Item 570 31/07/2026 6.00 Each Gsin: N6515material: 53921 Wedge, Body, Flame Retardant Foam, Segmented Surface Provides Pressure Dispersion While Supporting Trunk At A 30 Degree Angle, Can Be Used To Support Arm Or Leg In Side Lying Or At The Foot Of The Bed To Prevent Sliding In Supine Or Gatched Position, Size 7 3/8 In X 11 5/8 In X 20 In, Span America (geo-matt) #50960-301 No Substitution A) Minimum Release Quantity: 2 B) Lead Time For Minimum Release Quantity-number Of Business Days:____ Please Indicate: Manufacturer Name __________________________ Brand Name _________________________________ Manufacturer Stock Number ___________________ Vendor Stock Number _________________________ Identify: Product Package Quantity _______________ Case Quantity _________________________ Medical Device License # (if Applicable) ________________________________ Please Quote Firm Price Based On The Unit Of Measure (i.e. Packaging) Requested E.g. Price Per Package Or Per Case Etc. If Your Pricing Is Based On A Different Unit Than Requested Please Ensure You Indicate That Change Clearly Below. Please Quote Firm Unit Prices For Year 1 And 2 As Follows: Year 1 $ _____________ August 1, 2024 To July 31, 2025 Year 2 $ _____________ August 1, 2025 To July 31, 2026 ======================================================== Item 580 31/07/2026 340.00 Each Gsin: N6515material: 28665 Bedpan, Adult, Disposable, Wrapped Individually, (bulk Pkg 20/cs), Medegen #h120-05 No Substitution A) Minimum Release Quantity: 80 B) Lead Time For Minimum Release Quantity-number Of Business Days:____ Please Indicate: Manufacturer Name __________________________ Brand Name _________________________________ Manufacturer Stock Number ___________________ Vendor Stock Number _________________________ Identify: Product Package Quantity _______________ Case Quantity _________________________ Medical Device License # (if Applicable) ________________________________ Please Quote Firm Price Based On The Unit Of Measure (i.e. Packaging) Requested E.g. Price Per Package Or Per Case Etc. If Your Pricing Is Based On A Different Unit Than Requested Please Ensure You Indicate That Change Clearly Below. Please Quote Firm Unit Prices For Year 1 And 2 As Follows: Year 1 $ _____________ August 1, 2024 To July 31, 2025 Year 2 $ _____________ August 1, 2025 To July 31, 2026 ======================================================== Item 590 31/07/2026 40.00 Each Gsin: N6515material: 28666 Bedpan, Fracture, With Handle, Wrapped Individually, Disposable, Medegen #h100-05-x No Substitution A) Minimum Release Quantity: 10 B) Lead Time For Minimum Release Quantity-number Of Business Days:____ Please Indicate: Manufacturer Name __________________________ Brand Name _________________________________ Manufacturer Stock Number ___________________ Vendor Stock Number _________________________ Identify: Product Package Quantity _______________ Case Quantity _________________________ Medical Device License # (if Applicable) ________________________________ Please Quote Firm Price Based On The Unit Of Measure (i.e. Packaging) Requested E.g. Price Per Package Or Per Case Etc. If Your Pricing Is Based On A Different Unit Than Requested Please Ensure You Indicate That Change Clearly Below. Please Quote Firm Unit Prices For Year 1 And 2 As Follows: Year 1 $ _____________ August 1, 2024 To July 31, 2025 Year 2 $ _____________ August 1, 2025 To July 31, 2026 ======================================================== Item 600 31/07/2026 500.00 Each Gsin: N7310material: 26106 Pail, Plastic, 13.6 Litre Capacity, With Lid, For Use With All Mda Commodes, (#58122 Excluded), 12 Per Case, Invacare #6317 No Substitution A) Minimum Release Quantity: 60 B) Lead Time For Minimum Release Quantity-number Of Business Days:____ Please Indicate: Manufacturer Name __________________________ Brand Name _________________________________ Manufacturer Stock Number ___________________ Vendor Stock Number _________________________ Identify: Product Package Quantity _______________ Case Quantity _________________________ Medical Device License # (if Applicable) ________________________________ Please Quote Firm Price Based On The Unit Of Measure (i.e. Packaging) Requested E.g. Price Per Package Or Per Case Etc. If Your Pricing Is Based On A Different Unit Than Requested Please Ensure You Indicate That Change Clearly Below. Please Quote Firm Unit Prices For Year 1 And 2 As Follows: Year 1 $ _____________ August 1, 2024 To July 31, 2025 Year 2 $ _____________ August 1, 2025 To July 31, 2026 ======================================================== Item 610 31/07/2026 20.00 Each Gsin: N6515material: 28826 Sitz-bath, With Water Bag, 2000 Cc., Tubing And Shutoff Clip, Medegen #h990-10 (dusty Rose)/h990-05 (gold) No Substitution A) Minimum Release Quantity: 5 B) Lead Time For Minimum Release Quantity-number Of Business Days:____ Please Indicate: Manufacturer Name __________________________ Brand Name _________________________________ Manufacturer Stock Number ___________________ Vendor Stock Number _________________________ Identify: Product Package Quantity _______________ Case Quantity _________________________ Medical Device License # (if Applicable) ________________________________ Please Quote Firm Price Based On The Unit Of Measure (i.e. Packaging) Requested E.g. Price Per Package Or Per Case Etc. If Your Pricing Is Based On A Different Unit Than Requested Please Ensure You Indicate That Change Clearly Below. Please Quote Firm Unit Prices For Year 1 And 2 As Follows: Year 1 $ _____________ August 1, 2024 To July 31, 2025 Year 2 $ _____________ August 1, 2025 To July 31, 2026 ======================================================== Item 620 31/07/2026 4.00 Each Gsin: N6515material: 28722 Urinal, Female, Plastic, Reusable, Disposable, Non-autoclavable, W/handle But Without Cover, 12 In X 3 1/2 In, 1000 Cc (1 Qt), Medegen #h145-01 No Substitution A) Minimum Release Quantity: 1 B) Lead Time For Minimum Release Quantity-number Of Business Days:____ Please Indicate: Manufacturer Name __________________________ Brand Name _________________________________ Manufacturer Stock Number ___________________ Vendor Stock Number _________________________ Identify: Product Package Quantity _______________ Case Quantity _________________________ Medical Device License # (if Applicable) ________________________________ Please Quote Firm Price Based On The Unit Of Measure (i.e. Packaging) Requested E.g. Price Per Package Or Per Case Etc. If Your Pricing Is Based On A Different Unit Than Requested Please Ensure You Indicate That Change Clearly Below. Please Quote Firm Unit Prices For Year 1 And 2 As Follows: Year 1 $ _____________ August 1, 2024 To July 31, 2025 Year 2 $ _____________ August 1, 2025 To July 31, 2026 ======================================================== Item 630 31/07/2026 600.00 Each Gsin: N6515material: 28664 Urinal, Male, Graduated Plastic, Disposable, W/cover And Hanging Handle ,wrapped Individually, Translucent W/gold Cover, 10 In X 4 In, 1000 Cc (1 Qt), Medegen #193-h141-01 No Substitution A) Minimum Release Quantity: 150 B) Lead Time For Minimum Release Quantity-number Of Business Days:____ Please Indicate: Manufacturer Name __________________________ Brand Name _________________________________ Manufacturer Stock Number ___________________ Vendor Stock Number _________________________ Identify: Product Package Quantity _______________ Case Quantity _________________________ Medical Device License # (if Applicable) ________________________________ Please Quote Firm Price Based On The Unit Of Measure (i.e. Packaging) Requested E.g. Price Per Package Or Per Case Etc. If Your Pricing Is Based On A Different Unit Than Requested Please Ensure You Indicate That Change Clearly Below. Please Quote Firm Unit Prices For Year 1 And 2 As Follows: Year 1 $ _____________ August 1, 2024 To July 31, 2025 Year 2 $ _____________ August 1, 2025 To July 31, 2026 ======================================================== Item 640 31/07/2026 8.00 Each Gsin: N7210material: 25204 Pad, Bed, Decubitus, Polyester Pile, (sheepskin) Hypoallergenic, Machine Washable, C/w Instructions, Individually Wrapped, Smooth Cut Or Stitched Edges, 30 In X 40 In, Pcp Champion #6262 No Substitution A) Minimum Release Quantity: 2 B) Lead Time For Minimum Release Quantity-number Of Business Days:____ Please Indicate: Manufacturer Name __________________________ Brand Name _________________________________ Manufacturer Stock Number ___________________ Vendor Stock Number _________________________ Identify: Product Package Quantity _______________ Case Quantity _________________________ Medical Device License # (if Applicable) ________________________________ Please Quote Firm Price Based On The Unit Of Measure (i.e. Packaging) Requested E.g. Price Per Package Or Per Case Etc. If Your Pricing Is Based On A Different Unit Than Requested Please Ensure You Indicate That Change Clearly Below. Please Quote Firm Unit Prices For Year 1 And 2 As Follows: Year 1 $ _____________ August 1, 2024 To July 31, 2025 Year 2 $ _____________ August 1, 2025 To July 31, 2026 ======================================================== Item 650 31/07/2026 12.000 Pair Gsin: N6515material: 28686 Protector, Heel And Elbow, One Pair, 100 Percent Polyester, Velcro Closure, Machine Washable, Autoclavable, Fire Retardant, (bulk Pkg 18 Pair/case), Scott #57-0210 (stevens #057-210-00), Posey #220, Baxter # Dn30210, Tecnol #36200 No Substitution A) Minimum Release Quantity: 3 B) Lead Time For Minimum Release Quantity-number Of Business Days:____ Please Indicate: Manufacturer Name __________________________ Brand Name _________________________________ Manufacturer Stock Number ___________________ Vendor Stock Number _________________________ Identify: Product Package Quantity _______________ Case Quantity _________________________ Medical Device License # (if Applicable) ________________________________ Please Quote Firm Price Based On The Unit Of Measure (i.e. Packaging) Requested E.g. Price Per Package Or Per Case Etc. If Your Pricing Is Based On A Different Unit Than Requested Please Ensure You Indicate That Change Clearly Below. Please Quote Firm Unit Prices For Year 1 And 2 As Follows: Year 1 $ _____________ August 1, 2024 To July 31, 2025 Year 2 $ _____________ August 1, 2025 To July 31, 2026 ======================================================== Quotation Evaluation: Generally, The Lowest Overall Price Of An Acceptable Item(s) In Accordance With The Terms & Conditions Of The Rfq Will Be Awarded The Order. Quotations Will Be Evaluated Based On Suitability Of Unit Offered: Evaluation Will Be Based On: 1.,,products Approved By Mda For Their Use<(>,<)> 2.,,product Offered Compared To Product Description/specifications Requested<(>,<)> 3.,,price<(>,<)> 4.,,delivery Lead-times<(>,<)> 5.,,quality Of The Bidder's Performance In Past Awards<(>,<)> 6.,,quality Of The Proposed Products In Past Awards<(>,<)> 7.,,return And Refund Policies, And 8.,,any Other Terms & Conditions Indicated On This Rfq. Each Product Offered Will Be Considered Individually, Which May Result In More Than One Award Created From This Rfq. However, The Intent Is To Award This Rfq To One Supplier In Total (if Possible And Economic To Manitoba) Therefore Bidders Should Quote On All Items If Possible. (economic Evaluation To Be At Manitoba's Sole Discretion) Failure To Provide Adequate Information To Evaluate The Item Offered May Be Cause For Rejection Of Your Quote By The Manitoba Government (manitoba). Sample Products: Bidders May Be Required To Provide Samples As Part Of The Evaluation Process. Manitoba Will Notify The Bidder(s) When Samples May Be Required. Samples Shall Be Supplied At No Charge And Delivered Fob Destination Freight Prepaid To Winnipeg, Manitoba. Alternative Products: Alternate Brands May Be Considered Only If An Item Is Discontinued And May Require Testing And Evaluation By Mda. Acceptance Of New Product Brand(s) Will Be At Mda's Discretion. Vendors Wishing To Offer Alternative Product For Future Tenders Are Invited To Submit Samples For Long Term Testing And Evaluation By Contacting Mda. All Samples Become The Property Of Mda And Will Not Be Returned. Special Note To Bidders: Bidders Must Indicate The Following On Each Item Offered: A) Health Canada Medical Device License # (if Applicable) _____________________________ B) Manufacturer's Name C) Brand Name D) Product Code # Items Not Indicating A Brand Name May Not Be Considered. # Bidders To Quote A Single Price For Each Item Offered. # Bidders May Quote On One Or More Of The Approved Products Listed, However, Bidders Shall Quote Only One Price For Each Approved (brand/manufacturer) Product Listed. # Bidders Not Detailing Lead-times May Result In That Item(s) Being Rejected From Their Quotation. # Bidders Offering Items Which Deviate From The Requested Pack Size, Case Quantity, Etc. Must Detail The Deviations On The Return Tender. # Pricing Unit Must Be The Same As Requested (i.e. Per Package, Per Case, Etc.). # If Your Pricing Is Based On A Different Unit Than Requested, You Must Clearly Identify The Change On That Item Offered. # Bids Are Requested From Competing Bidders In Accordance With Manitoba Policies. Manitoba Reserves The Right To Revise/cancel Rfq's As Well As Accept/reject Bids Either In Whole Or In Part, Whichever Is In The Best Interests Of Manitoba. Lowest Or Any Bid Not Necessarily Accepted. # Bids Must Be Submitted On The Form Provided Unless Otherwise Stipulated Or As Directed. Failure To Complete The Bid Submission Or Include All Information And Documents Requested May Result In Rejection Of A Bid Submission. # All Bid Submissions Should Be Prepared In A Legible Manner. Non Legible Bids May Result In Rejection Of Your Bid Submission. # Bids Shall Be Considered Firm Until Awarded, Unless Otherwise Indicated. Any Exchange Of Information With Manitoba Personnel Prior To The Issuance Of An Rfq Is Not A Valid Response To The Rfq And Shall Not Be Considered. The Words "must" "shall" And "will" Mean A Requirement Is Mandatory And Must Be Met In Order For The Bid To Receive Consideration. Pricing: Pricing Is To Remain Firm For Duration Of The Contract. Quantity: The Quantity Shown Is Approximate And May Vary More Or Less It Should Be Noted That There Is No Guarantee Of Any Business. Any Unused Portion As Of The End Of The Contract Will Be Considered Cancelled. Orders/releases: The Vendor Is Not To Ship Any Item Until Specifically Requested By Manitoba, Unless A Delivery Schedule Is Shown On The Contract For Any Of The Items. The Request For Product May Be Placed Verbally, By Fax Or By Email And Will Indicate The Specific Items And Quantities Required. Mda Reserves The Right To Change Quantities On A Release Order, If Required, Or To Cancel An Individual Release Order In Part Or In Total If Necessitated By Program Changes/client Demand Or Vendor Failing To Deliver Products Within Tender Stated Time Frames. Quality / Acceptability: Any Product Supplied Must Be New, Unused, First Quality. All Goods Delivered Are Subject To Inspection Prior To Delivery Acceptance. Signing Of Any Delivery Slip Should Not Be Construed As Acceptance Of The Product Delivered. Manitoba Reserves The Right To Reject Any Product, After Final Inspection That Does Not Meet The Specification Or Product Description Requested. Manitoba Reserves The Right To Reject Any Product Supplied, Which Upon Inspection Or Use, Is Deemed By The Using Department To Be Unacceptable For Their Intended Use. Products To Be Supplied As Specified On The Contract/purchase Order. Any Substitutes Shipped Without Prior Written Approval Will Be Rejected At Time Of Delivery Or Held At Shipper's Risk Pending Return Instructions. Products Rejected By The Using Department Will Be Returned To The Vendor For Full Credit Or Replacement Product At No Cost To Manitoba Or The Contract May Be Cancelled. Manufacturer's Warranty: State Warranty Of Units Offered (as Applicable To Manitoba's Use) (manitoba's Use Would Usually Be Considered Commercial Application Not Consumer) _________ Months Or _______ Years Please Note: During The Period Of The Warranty Offered, All Labour, Transportation, Parts, Surcharges Including Shipping And Brokerage Will Be Included. The Province Of Manitoba Will Not Pay Additional Charges While The Item(s) Offered Are Under The Above Stated Warranty. Potential Costs Associated With The Location Of Warranty Service Might Be Used In The Evaluation Of This Quote If The Warranty Offered Is The Vendor's Warranty In Combination With Or In Place Of The Manufacturer's Warranty Then A Complete Explanation Must Be Provided. Vendor To Address Warranty Issues Within 48 Hours Of Receiving Emailed Documentation From Manitoba. Vendor Must Provide Copy(s) Of Warranty Documentation To Manitoba On Request, After The Contract Is Awarded. Contract Extension Or Additional Products: By Written Agreement Between Manitoba And The Vendor, The Contract May Be Amended To Include Additional Products Or Locations And/or The Duration Of The Contract May Be Extended To Continue Past The Expiry Date Specified Above. Packaging: All Goods Must Be Packed Or Crated Suitable For Protection In Storage Or Shipment. If Pallets Required, Pallet Size To Be 42 Inches Width By 48 Inches Depth, Loaded To A Maximum Height Of 53 Inches. All Goods Delivered Must Be Suitably Marked With Proper Documentation Such As Packing Slip, Contract Number, Etc. Delivery: The Normal Delivery Lead Time Is Within 7 Calendar Day From Receipt Of Order, Unless Otherwise Indicated By Bidders Below: Delivery Within ________ Business Days When Calculating Lead Time, Bidders Should Take Into Consideration All Delivery Components Such As; Your Order Desk Requirements, Delivery Practices, If The Item Is From Your Stock Etc. If The Item Must Come From Your Manufacturer/distributor Then Include The Manufacturer/carrier's Shipping Times In Your Calculation. Bidder Should Indicate A Lead Time For The Minimum Release Quantity. Please Show Lead Time As A Specific Number, Not A Range (e.g. 3 Days Or 5 Days, Not 3-5 Days). Lead Time Will Be A Factor For Consideration In The Tender Evaluation. Lead Times Indicated Are To Be Calculated From The Date/time That A Purchase Order Is Issued To The Time The Goods Will Be Received At Mda Or Mda's Client Destination. The Length Of Delivery Time And Overall Service To The End User Is Important And May Be Monitored. Failure To Provide Acceptable Delivery And/or Service May Result In The Cancellation Of The Balance Of The Contract. Deliveries To Mda Will Be Accepted Monday To Friday Between The Hours Of: 8:00 Am To 3:00 Pm. Vendor Must Notify Mda Immediately In Writing (by Email) Of Any Delays Of Scheduled Shipments. Minimum Order Requirement: Is There A Minimum Order/shipment Value For Fob Destination Freight Prepaid Pricing? Yes _____ No _____ If Yes, Indicate The Minimum Order/shipment Value $_____________ Should An Order Be Placed Under The Minimum Order/shipment Value, Is A Delivery Charge Applicable? Yes _____ No _____ If Yes, Identify The Delivery Charge: $_________________________ Freight Charges Will Not Be Allowed On Back Order Quantities. Returns / Refunds: Any Product Supplied Deemed Unacceptable By The End-user/customer Will Be Immediately Replaced With New Product/unit At No Charge To Mda? Yes ____ No _____ Initial __________ Mda Requires Complete Details Of Your Return/replacement/refund Policy. The Bidder Shall Identify The Exact Detail As To What Is Covered In Terms Of Responsibility For Repair/replacement/refund Of Product: ________________________________________________________________ ________________________________________________________________ ________________________________________________________________ Any/all Costs Associated With The Return/replacement/refund Of Defective Products Will Be The Responsibility Of The Vendor? Yes ____ No _____ Initial __________ All Defective Products Are Requested To Be Replaced Within Five (5) Working Days Of Notification/request. Yes ____ No _____ Initial __________ If Five (5) Working Days Is Not Sufficient Time For Replacement, The Bidder Shall State The Number Of Days Required: ______________ Authorized Vendor: Manitoba Reserves The Right, Prior To Any Contract Award, To Secure Evidence To Manitoba's Satisfaction That Any Bidder Is The Manufacturer Or An Authorized Distributor, Dealer Or Retailer Of The Goods Offered And Is Authorized To Sell These Goods In Manitoba, Canada And Upon Request Will Provide Manitoba With Written Evidence Thereof. Manitoba Reserves The Right To Secure Evidence To The Manitoba's Satisfaction That Any Bidder Is Able To Provide The Goods Or Services And To Require The Successful Bidder To Furnish Security, Free Of Any Expense To Manitoba, To Guarantee Faithful Performance Of The Contract. Canadian Funds: Manitoba Prefers To Receive Quotations In Canadian Funds. If The Pricing Offered Is Quoted In A Currency Other Than Canadian, Then The Currency Is To Be Clearly Identified On The Quote Document. Accounts Receivable Address: Due To Our Computerized Accounts Payable System Please Advise If Your Invoice Address (accounts Receivable) Is The Same As The Address For Orders / Quotes Shown Above Yes ____ Or No ______ If No Provide Complete Details I.e. Box #, Street Address, City Province, Postal Code, Etc. _________________ Manitoba's Retail Sales Tax License: Are You Licensed By Manitoba Finance To Collect And Remit Manitoba's Retail Sales Tax Yes_____ Or No_____ If No Disregard The Following Paragraph. Manitoba's Retail Sales Tax: Is The Product(s) Offered Subject To Manitoba's Retail Sales Tax Yes____ Or No _____ If The Quote Consists Of Both Taxable (t) And Non-taxable ( Nt) Items Please Indicate T Or Nt Opposite Each Item Offered. These Goods Are For "resale" And Therefore "pst Exempt". Mda's Pst Number Is 085981-9. Mda Is Also Gst Exempt And Their Number Is 107863847. Payment Terms: Manitoba Will Consider Early Payment Terms. Manitoba's Standard Payment Term Is Net Thirty (30) Days. The Bidder Shall Specify Their Standard Invoice Term: _____________________________ Is There Any Applicable Discounts For Early Payment? Yes _____ No _____ Initial __________ If Yes, Please Specify: _____________________________________________________ Does Your Early Payment Clause Appear On Your Invoice? Yes _____ No _____ Initial __________ Your Quotation Reference # (if Applicable)___________ Proposed Delivery Address: Delivery Address: Materials Distribution Agency Unit 7 # 1715 St. James Street Door 10 Winnipeg, Mb R3h 1h3 Tenders To Be Returned To: Merx Electronic Bid Submission Www.merx.com
Closing Soon27 Sep 2024
Tender AmountRefer Documents 

Province Of Iloilo Tender

Civil And Construction...+1Road Construction
Philippines
Details: Description Philippine Bidding Documents (as Harmonized With Development Partners) Road Opening Project At Brgy. Aguingay, Janiuay, Iloilo Bid No. Agr-24-1186-b Iloilo Provincial Government Sixth Edition Table Of Contents Glossary Of Terms, Abbreviations, And Acronyms 4 Section I. Invitation To Bid 7 Section Ii. Instructions To Bidders 9 1. Scope Of Bid 9 2. Funding Information 9 3. Bidding Requirements 9 4. Corrupt, Fraudulent, Collusive, Coercive, And Obstructive Practices 9 5. Eligible Bidders 10 6. Origin Of Associated Goods 10 7. Subcontracts 10 8. Pre-bid Conference 10 9. Clarification And Amendment Of Bidding Documents 10 10. Documents Comprising The Bid: Eligibility And Technical Components 11 11. Documents Comprising The Bid: Financial Component 11 12. Alternative Bids 11 13. Bid Prices 12 14. Bid And Payment Currencies 12 15. Bid Security 12 16. Sealing And Marking Of Bids 12 17. Deadline For Submission Of Bids 12 18. Opening And Preliminary Examination Of Bids 13 19. Detailed Evaluation And Comparison Of Bids 13 20. Post Qualification 13 21. Signing Of The Contract 13 Section Iii. Bid Data Sheet 14 Section Iv. General Conditions Of Contract 16 1. Scope Of Contract 16 2. Sectional Completion Of Works 16 3. Possession Of Site 16 4. The Contractor’s Obligations 16 5. Performance Security 17 6. Site Investigation Reports 17 7. Warranty 17 8. Liability Of The Contractor 17 9. Termination For Other Causes 17 10. Dayworks 18 11. Program Of Work 18 12. Instructions, Inspections And Audits 18 13. Advance Payment 18 14. Progress Payments 18 15. Operating And Maintenance Manuals 18 Section V. Special Conditions Of Contract 19 Section Vi. Specifications 20 Section Vii. Drawings 28 Section Viii. Bill Of Quantities 69 Section Ix. Checklist Of Technical And Financial Documents 73 Glossary Of Terms, Abbreviations, And Acronyms Abc – Approved Budget For The Contract. Arcc – Allowable Range Of Contract Cost. Bac – Bids And Awards Committee. Bid – A Signed Offer Or Proposal To Undertake A Contract Submitted By A Bidder In Response To And In Consonance With The Requirements Of The Bidding Documents. Also Referred To As Proposal And Tender. (2016 Revised Irr, Section 5[c]) Bidder – Refers To A Contractor, Manufacturer, Supplier, Distributor And/or Consultant Who Submits A Bid In Response To The Requirements Of The Bidding Documents. (2016 Revised Irr, Section 5[d]) Bidding Documents – The Documents Issued By The Procuring Entity As The Bases For Bids, Furnishing All Information Necessary For A Prospective Bidder To Prepare A Bid For The Goods, Infrastructure Projects, And/or Consulting Services Required By The Procuring Entity. (2016 Revised Irr, Section 5[e]) Bir – Bureau Of Internal Revenue. Bsp – Bangko Sentral Ng Pilipinas. Cda – Cooperative Development Authority. Consulting Services – Refer To Services For Infrastructure Projects And Other Types Of Projects Or Activities Of The Gop Requiring Adequate External Technical And Professional Expertise That Are Beyond The Capability And/or Capacity Of The Gop To Undertake Such As, But Not Limited To: (i) Advisory And Review Services; (ii) Pre-investment Or Feasibility Studies; (iii) Design; (iv) Construction Supervision; (v) Management And Related Services; And (vi) Other Technical Services Or Special Studies. (2016 Revised Irr, Section 5[i]) Contract – Refers To The Agreement Entered Into Between The Procuring Entity And The Supplier Or Manufacturer Or Distributor Or Service Provider For Procurement Of Goods And Services; Contractor For Procurement Of Infrastructure Projects; Or Consultant Or Consulting Firm For Procurement Of Consulting Services; As The Case May Be, As Recorded In The Contract Form Signed By The Parties, Including All Attachments And Appendices Thereto And All Documents Incorporated By Reference Therein. Contractor – Is A Natural Or Juridical Entity Whose Proposal Was Accepted By The Procuring Entity And To Whom The Contract To Execute The Work Was Awarded. Contractor As Used In These Bidding Documents May Likewise Refer To A Supplier, Distributor, Manufacturer, Or Consultant. Cpi – Consumer Price Index. Dole – Department Of Labor And Employment. Dti – Department Of Trade And Industry. Foreign-funded Procurement Or Foreign-assisted Project – Refers To Procurement Whose Funding Source Is From A Foreign Government, Foreign Or International Financing Institution As Specified In The Treaty Or International Or Executive Agreement. (2016 Revised Irr, Section 5[b]). Gfi – Government Financial Institution. Gocc – Government-owned And/or –controlled Corporation. Goods – Refer To All Items, Supplies, Materials And General Support Services, Except Consulting Services And Infrastructure Projects, Which May Be Needed In The Transaction Of Public Businesses Or In The Pursuit Of Any Government Undertaking, Project Or Activity, Whether In The Nature Of Equipment, Furniture, Stationery, Materials For Construction, Or Personal Property Of Any Kind, Including Non-personal Or Contractual Services Such As The Repair And Maintenance Of Equipment And Furniture, As Well As Trucking, Hauling, Janitorial, Security, And Related Or Analogous Services, As Well As Procurement Of Materials And Supplies Provided By The Procuring Entity For Such Services. The Term “related” Or “analogous Services” Shall Include, But Is Not Limited To, Lease Or Purchase Of Office Space, Media Advertisements, Health Maintenance Services, And Other Services Essential To The Operation Of The Procuring Entity. (2016 Revised Irr, Section 5[r]) Gop – Government Of The Philippines. Infrastructure Projects – Include The Construction, Improvement, Rehabilitation, Demolition, Repair, Restoration Or Maintenance Of Roads And Bridges, Railways, Airports, Seaports, Communication Facilities, Civil Works Components Of Information Technology Projects, Irrigation, Flood Control And Drainage, Water Supply, Sanitation, Sewerage And Solid Waste Management Systems, Shore Protection, Energy/power And Electrification Facilities, National Buildings, School Buildings, Hospital Buildings, And Other Related Construction Projects Of The Government. Also Referred To As Civil Works Or Works. (2016 Revised Irr, Section 5[u]) Lgus – Local Government Units. Nfcc – Net Financial Contracting Capacity. Nga – National Government Agency. Pcab – Philippine Contractors Accreditation Board. Philgeps - Philippine Government Electronic Procurement System. Procurement Project – Refers To A Specific Or Identified Procurement Covering Goods, Infrastructure Project Or Consulting Services. A Procurement Project Shall Be Described, Detailed, And Scheduled In The Project Procurement Management Plan Prepared By The Agency Which Shall Be Consolidated In The Procuring Entity's Annual Procurement Plan. (gppb Circular No. 06-2019 Dated 17 July 2019) Psa – Philippine Statistics Authority. Sec – Securities And Exchange Commission. Slcc – Single Largest Completed Contract. Un – United Nations. Republic Of The Philippines Iloilo Provincial Government Section I. Invitation To Bid For Road Opening Project At Brgy. Aguingay, Janiuay, Iloilo Bid No. Agr-24-1186-b The Iloilo Provincial Government, Through The General Fund Fy 2023-capital Outlay-road Networks Intends To Apply The Sum Of Eight Million Three Hundred Thousand Pesos (p8,300,000.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Agr-24-1186-b For The Road Opening Project At Brgy. Aguingay, Janiuay, Iloilo For The Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. The Iloilo Provincial Government Now Invites Bids For The Above Procurement Project. Completion Of The Works Is Required One Hundred Fifty (150) Calendar Days. Bidders Should Have Completed A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 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. Interested Bidders May Obtain Further Information From The Bids And Awards Committee Secretariat, 5th Floor, New Iloilo Provincial Capitol, Bonifacio Drive, Iloilo City, Philippines And Inspect The Bidding Documents At The Address Given Below From 8:00am To 5:00pm. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On September 10, 2024 From Given Address And Website/s Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Five Thousand Pesos (p5, 000.00). The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person. The Iloilo Provincial Government Will Hold A Pre-bid Conference On September 17, 2024, 9:00 A.m. At Bids And Awards Committee Secretariat, 5th Floor, New Iloilo Provincial Capitol, Bonifacio Drive, Iloilo City, Philippines, And/or Through Videoconferencing/webcasting Via Zoom Conference Which Shall Be Open To Prospective Bidders. The Default Meeting Id And Password Shall Be: Meeting Id: 4340851724 // Password: 0922 Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address At Bids And Awards Committee Secretariat, 5th Floor, New Iloilo Provincial Capitol, Bonifacio Drive, Iloilo City On Or Before October 01, 2024, 9:00 A.m. Late Bids Shall Not Be Accepted. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 16. Bid Opening Shall Be October 01, 2024, 9:00 A.m. At Bids And Awards Committee Secretariat, 5th Floor, New Iloilo Provincial Capitol, Bonifacio Drive, Iloilo City, Philippines. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. The Iloilo Provincial Government Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Implementing Rules And Regulations (irr) Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. For Further Information, Please Refer To: Atty. Raemman M. Lagrada Head, Bac Secretariat 5f New Iloilo Provincial Capitol Bonifacio Drive, Iloilo City Tel. No. (33) 336-0736 Fax No. (33) 337-7731 Email: Ipg_bacs@yahoo.com You May Visit The Following Websites: For Downloading Of Bidding Documents: Www.iloilo.gov.ph August 28, 2024 Atty. Dennis T. Ventilacion Bac Chairperson Section Ii. Instructions To Bidders Scope Of Bid The Procuring Entity, Iloilo Provincial Government Invites Bids For The Road Opening Project At Brgy. Aguingay, Janiuay, Iloilo With Project Identification Number Agr-24-1186-b. The Procurement Project (referred To Herein As “project”) Is For The Construction Of Works, As Described In Section Vi (specifications). Funding Information The Gop Through The Source Of Funding As Indicated Below For 2023 In The Amount Of Eight Million Three Hundred Thousand Pesos (p8,300,000.00) The Source Of Funding Is: A. General Fund Fy 2023-capital Outlay-road Networks Bidding Requirements The Bidding For The Project Shall Be Governed By All The Provisions Of Ra No. 9184 And Its 2016 Revised Irr, Including Its Generic Procurement Manual And Associated Policies, Rules And Regulations As The Primary Source Thereof, While The Herein Clauses Shall Serve As The Secondary Source Thereof. Any Amendments Made To The Irr And Other Gppb Issuances Shall Be Applicable Only To The Ongoing Posting, Advertisement, Or Invitation To Bid By The Bac Through The Issuance Of A Supplemental Or Bid Bulletin. The Bidder, By The Act Of Submitting Its Bid, Shall Be Deemed To Have Inspected The Site, Determined The General Characteristics Of The Contracted Works And The Conditions For This Project, Such As The Location And The Nature Of The Work; (b) Climatic Conditions; (c) Transportation Facilities; (c) Nature And Condition Of The Terrain, Geological Conditions At The Site Communication Facilities, Requirements, Location And Availability Of Construction Aggregates And Other Materials, Labor, Water, Electric Power And Access Roads; And (d) Other Factors That May Affect The Cost, Duration And Execution Or Implementation Of The Contract, Project, Or Work And Examine All Instructions, Forms, Terms, And Project Requirements In The Bidding Documents. Corrupt, Fraudulent, Collusive, Coercive, And Obstructive Practices The Procuring Entity, As Well As The Bidders And Contractors, Shall Observe The Highest Standard Of Ethics During The Procurement And Execution Of The Contract. They Or Through An Agent Shall Not Engage In Corrupt, Fraudulent, Collusive, Coercive, And Obstructive Practices Defined Under Annex “i” Of The 2016 Revised Irr Of Ra No. 9184 Or Other Integrity Violations In Competing For The Project. Eligible Bidders Only Bids Of Bidders Found To Be Legally, Technically, And Financially Capable Will Be Evaluated. The Bidder Must Have An Experience Of Having Completed A Single Largest Completed Contract (slcc) That Is Similar To This Project, Equivalent To At Least Fifty Percent (50%) Of The Abc Adjusted, If Necessary, By The Bidder To Current Prices Using The Psa’s Cpi, Except Under Conditions Provided For In Section 23.4.2.4 Of The 2016 Revised Irr Of Ra No. 9184. A Contract Is Considered To Be “similar” To The Contract To Be Bid If It Has The Major Categories Of Work Stated In The Bds. For Foreign-funded Procurement, The Procuring Entity And The Foreign Government/foreign Or International Financing Institution May Agree On Another Track Record Requirement, As Specified In The Bidding Document Prepared For This Purpose. The Bidders Shall Comply With The Eligibility Criteria Under Section 23.4.2 Of The 2016 Irr Of Ra No. 9184. Origin Of Associated Goods There Is No Restriction On The Origin Of Goods Other Than Those Prohibited By A Decision Of The Un Security Council Taken Under Chapter Vii Of The Charter Of The Un. Subcontracts The Bidder May Subcontract Portions Of The Project To The Extent Allowed By The Procuring Entity As Stated Herein, But In No Case More Than Fifty Percent (50%) Of The Project. The Procuring Entity Has Prescribed That: Subcontracting Is Not Allowed. Pre-bid Conference The Procuring Entity Will Hold A Pre-bid Conference For This Project On The Specified Date And Time And Either At Its Physical Address At Bac Office, 5th Floor, New Iloilo Provincial Capitol, Iloilo City And/or Through Videoconferencing As Indicated In Paragraph 6 Of The Ib. Clarification And Amendment Of Bidding Documents Prospective Bidders May Request For Clarification On And/or Interpretation Of Any Part Of The Bidding Documents. Such Requests Must Be In Writing And Received By The Procuring Entity, Either At Its Given Address Or Through Electronic Mail Indicated In The Ib, At Least Ten (10) Calendar Days Before The Deadline Set For The Submission And Receipt Of Bids. Documents Comprising The Bid: Eligibility And Technical Components The First Envelope Shall Contain The Eligibility And Technical Documents Of The Bid As Specified In Section Ix. Checklist Of Technical And Financial Documents. If The Eligibility Requirements Or Statements, The Bids, And All Other Documents For Submission To The Bac Are In Foreign Language Other Than English, It Must Be Accompanied By A Translation In English, Which Shall Be Authenticated By The Appropriate Philippine Foreign Service Establishment, Post, Or The Equivalent Office Having Jurisdiction Over The Foreign Bidder’s Affairs In The Philippines. For Contracting Parties To The Apostille Convention, Only The Translated Documents Shall Be Authenticated Through An Apostille Pursuant To Gppb Resolution No. 13-2019 Dated 23 May 2019. The English Translation Shall Govern, For Purposes Of Interpretation Of The Bid. In Joint Ventures, A Special Pcab License, And Registration For The Type And Cost Of The Contract For This Project, Shall Be Required. Any Additional Type Of Contractor License Or Permit Shall Be Indicated In The Bds. A List Of Contractor’s Key Personnel (e.g., Project Manager, Project Engineers, Materials Engineers, And Foremen) Assigned To The Contract To Be Bid, With Their Complete Qualification And Experience Data Shall Be Provided. These Key Personnel Must Meet The Required Minimum Years Of Experience Set In The Bds. A List Of Contractor’s Major Equipment Units, Which Are Owned, Leased, And/or Under Purchase Agreements, Supported By Proof Of Ownership, Certification Of Availability Of Equipment From The Equipment Lessor/vendor For The Duration Of The Project, As The Case May Be, Must Meet The Minimum Requirements For The Contract Set In The Bds. Documents Comprising The Bid: Financial Component The Second Bid Envelope Shall Contain The Financial Documents For The Bid As Specified In Section Ix. Checklist Of Technical And Financial Documents. Any Bid Exceeding The Abc Indicated In Paragraph 1 Of The Ib Shall Not Be Accepted. For Foreign-funded Procurement, A Ceiling May Be Applied To Bid Prices Provided The Conditions Are Met Under Section 31.2 Of The 2016 Revised Irr Of Ra No. 9184. Alternative Bids Bidders Shall Submit Offers That Comply With The Requirements Of The Bidding Documents, Including The Basic Technical Design As Indicated In The Drawings And Specifications. Unless There Is A Value Engineering Clause In The Bds, Alternative Bids Shall Not Be Accepted. Bid Prices All Bid Prices For The Given Scope Of Work In The Project As Awarded Shall Be Considered As Fixed Prices, And Therefore Not Subject To Price Escalation During Contract Implementation, Except Under Extraordinary Circumstances As Determined By The Neda And Approved By The Gppb Pursuant To The Revised Guidelines For Contract Price Escalation Guidelines. Bid And Payment Currencies Bid Prices May Be Quoted In The Local Currency Or Tradeable Currency Accepted By The Bsp At The Discretion Of The Bidder. However, For Purposes Of Bid Evaluation, Bids Denominated In Foreign Currencies Shall Be Converted To Philippine Currency Based On The Exchange Rate As Published In The Bsp Reference Rate Bulletin On The Day Of The Bid Opening. Payment Of The Contract Price Shall Be Made In: Philippine Pesos. Bid Security The Bidder Shall Submit A Bid Securing Declaration Or Any Form Of Bid Security In The Amount Indicated In The Bds, Which Shall Be Not Less Than The Percentage Of The Abc In Accordance With The Schedule In The Bds. The Bid And Bid Security Shall Be Valid Until January 29, 2025. Any Bid Not Accompanied By An Acceptable Bid Security Shall Be Rejected By The Procuring Entity As Non-responsive. Sealing And Marking Of Bids Each Bidder Shall Submit One Copy Of The First And Second Components Of Its Bid. The Procuring Entity May Request Additional Hard Copies And/or Electronic Copies Of The Bid. However, Failure Of The Bidders To Comply With The Said Request Shall Not Be A Ground For Disqualification. If The Procuring Entity Allows The Submission Of Bids Through Online Submission To The Given Website Or Any Other Electronic Means, The Bidder Shall Submit An Electronic Copy Of Its Bid, Which Must Be Digitally Signed. An Electronic Copy That Cannot Be Opened Or Is Corrupted Shall Be Considered Non-responsive And, Thus, Automatically Disqualified. Deadline For Submission Of Bids The Bidders Shall Submit On The Specified Date And Time And Either At Its Physical Address Or Through Online Submission As Indicated In Paragraph 7 Of The Ib. Opening And Preliminary Examination Of Bids The Bac Shall Open The Bids In Public At The Time, On The Date, And At The Place Specified In Paragraph 9 Of The Ib. The Bidders’ Representatives Who Are Present Shall Sign A Register Evidencing Their Attendance. In Case Videoconferencing, Webcasting Or Other Similar Technologies Will Be Used, Attendance Of Participants Shall Likewise Be Recorded By The Bac Secretariat. In Case The Bids Cannot Be Opened As Scheduled Due To Justifiable Reasons, The Rescheduling Requirements Under Section 29 Of The 2016 Revised Irr Of Ra No. 9184 Shall Prevail. The Preliminary Examination Of Bids Shall Be Governed By Section 30 Of The 2016 Revised Irr Of Ra No. 9184. Detailed Evaluation And Comparison Of Bids The Procuring Entity’s Bac Shall Immediately Conduct A Detailed Evaluation Of All Bids Rated “passed” Using Non-discretionary Pass/fail Criteria. The Bac Shall Consider The Conditions In The Evaluation Of Bids Under Section 32.2 Of 2016 Revised Irr Of Ra No. 9184. If The Project Allows Partial Bids, All Bids And Combinations Of Bids As Indicated In The Bds Shall Be Received By The Same Deadline And Opened And Evaluated Simultaneously So As To Determine The Bid Or Combination Of Bids Offering The Lowest Calculated Cost To The Procuring Entity. Bid Security As Required By Itb Clause 16 Shall Be Submitted For Each Contract (lot) Separately. In All Cases, The Nfcc Computation Pursuant To Section 23.4.2.6 Of The 2016 Revised Irr Of Ra No. 9184 Must Be Sufficient For The Total Of The Abcs For All The Lots Participated In By The Prospective Bidder. Post Qualification Within A Non-extendible Period Of Five (5) Calendar Days From Receipt By The Bidder Of The Notice From The Bac That It Submitted The Lowest Calculated Bid, The Bidder Shall Submit Its Latest Income And Business Tax Returns Filed And Paid Through The Bir Electronic Filing And Payment System (efps), And Other Appropriate Licenses And Permits Required By Law And Stated In The Bds. Signing Of The Contract The Documents Required In Section 37.2 Of The 2016 Revised Irr Of Ra No. 9184 Shall Form Part Of The Contract. Additional Contract Documents Are Indicated In The Bds. Section Iii. Bid Data Sheet Itb Clause 5.2 For This Purpose, Contracts Similar To The Project Refer To Contracts Which Have The Same Major Categories Of Work, Which Shall Be: Road Works/land Improvement 7.1 The Procuring Entity Has Prescribed That Subcontracting Is Not Allowed. 10.3 [specify If Another Contractor License Or Permit Is Required.] 10.4 The Key Personnel Must Meet The Required Minimum Years Of Experience Set Below: Key Personnel General Experience Relevant Experience 1-project Engineer 1 Year 1 Year 1-material Engineer 1 Year 1 Year 1-foreman 1 Year 1 Year 10.5 The Minimum Major Equipment Requirements Are The Following: Equipment Capacity Number Of Units Bar Cutter - 1 Heavy Equipment Prime Mover - 1 Dump Truck - 1 Plate Compactor - 1 Motorized Road Grader - 1 One Bagger Mixer - 1 Concrete Vibrator - 1 Backhoe - 1 Vibratory Roller - 1 Water Truck - 1 Bar Bender - 1 12 Alternative Bids Are Not Allowed 15.1 The Bid Security Shall Be In The Form Of A Bid Securing Declaration Or Any Of The Following Forms And Amounts: The Amount Of Not Less Than Two Percent (2%) Of Abc, If Bid Security Is In Cash, Cashier’s/manager’s Check, Bank Draft/guarantee Or Irrevocable Letter Of Credit; The Amount Of Not Less Than Five Percent (5%) Of Abc If Bid Security Is In Surety Bond. 19.2 Partial Bid Is Not Allowed 20 No Further Instructions. 21 The Additional Contract Documents Relevant To The Project That Are Required By The Procuring Entity Are: A. Construction Schedule And S-curve; B. Manpower Schedule; C. Construction Methods; D. Equipment Utilization Schedule; E. Construction Safety And Health Program Approved By The Department Of Labor And Employment; And F. Pert/cpm Section Iv. General Conditions Of Contract Scope Of Contract This Contract Shall Include All Such Items, Although Not Specifically Mentioned, That Can Be Reasonably Inferred As Being Required For Its Completion As If Such Items Were Expressly Mentioned Herein. All The Provisions Of Ra No. 9184 And Its 2016 Revised Irr, Including The Generic Procurement Manual, And Associated Issuances, Constitute The Primary Source For The Terms And Conditions Of The Contract, And Thus, Applicable In Contract Implementation. Herein Clauses Shall Serve As The Secondary Source For The Terms And Conditions Of The Contract. This Is Without Prejudice To Sections 74.1 And 74.2 Of The 2016 Revised Irr Of Ra No. 9184 Allowing The Gppb To Amend The Irr, Which Shall Be Applied To All Procurement Activities, The Advertisement, Posting, Or Invitation Of Which Were Issued After The Effectivity Of The Said Amendment. Sectional Completion Of Works If Sectional Completion Is Specified In The Special Conditions Of Contract (scc), References In The Conditions Of Contract To The Works, The Completion Date, And The Intended Completion Date Shall Apply To Any Section Of The Works (other Than References To The Completion Date And Intended Completion Date For The Whole Of The Works). Possession Of Site The Procuring Entity Shall Give Possession Of All Or Parts Of The Site To The Contractor Based On The Schedule Of Delivery Indicated In The Scc, Which Corresponds To The Execution Of The Works. If The Contractor Suffers Delay Or Incurs Cost From Failure On The Part Of The Procuring Entity To Give Possession In Accordance With The Terms Of This Clause, The Procuring Entity’s Representative Shall Give The Contractor A Contract Time Extension And Certify Such Sum As Fair To Cover The Cost Incurred, Which Sum Shall Be Paid By Procuring Entity. If Possession Of A Portion Is Not Given By The Above Date, The Procuring Entity Will Be Deemed To Have Delayed The Start Of The Relevant Activities. The Resulting Adjustments In Contract Time To Address Such Delay May Be Addressed Through Contract Extension Provided Under Annex “e” Of The 2016 Revised Irr Of Ra No. 9184. The Contractor’s Obligations The Contractor Shall Employ The Key Personnel Named In The Schedule Of Key Personnel Indicating Their Designation, In Accordance With Itb Clause 10.3 And Specified In The Bds, To Carry Out The Supervision Of The Works. The Procuring Entity Will Approve Any Proposed Replacement Of Key Personnel Only If Their Relevant Qualifications And Abilities Are Equal To Or Better Than Those Of The Personnel Listed In The Schedule. Performance Security Within Ten (10) Calendar Days From Receipt Of The Notice Of Award From The Procuring Entity But In No Case Later Than The Signing Of The Contract By Both Parties, The Successful Bidder Shall Furnish The Performance Security In Any Of The Forms Prescribed In Section 39 Of The 2016 Revised Irr. The Contractor, By Entering Into The Contract With The Procuring Entity, Acknowledges The Right Of The Procuring Entity To Institute Action Pursuant To Ra No. 3688 Against Any Subcontractor Be They An Individual, Firm, Partnership, Corporation, Or Association Supplying The Contractor With Labor, Materials And/or Equipment For The Performance Of This Contract. Site Investigation Reports The Contractor, In Preparing The Bid, Shall Rely On Any Site Investigation Reports Referred To In The Scc Supplemented By Any Information Obtained By The Contractor. Warranty In Case The Contractor Fails To Undertake The Repair Works Under Section 62.2.2 Of The 2016 Revised Irr, The Procuring Entity Shall Forfeit Its Performance Security, Subject Its Property(ies) To Attachment Or Garnishment Proceedings, And Perpetually Disqualify It From Participating In Any Public Bidding. All Payables Of The Gop In His Favor Shall Be Offset To Recover The Costs. The Warranty Against Structural Defects/failures, Except That Occasioned-on Force Majeure, Shall Cover The Period From The Date Of Issuance Of The Certificate Of Final Acceptance By The Procuring Entity. Specific Duration Of The Warranty Is Found In The Scc. Liability Of The Contractor Subject To Additional Provisions, If Any, Set Forth In The Scc, The Contractor’s Liability Under This Contract Shall Be As Provided By The Laws Of The Republic Of The Philippines. If The Contractor Is A Joint Venture, All Partners To The Joint Venture Shall Be Jointly And Severally Liable To The Procuring Entity. Termination For Other Causes Contract Termination Shall Be Initiated In Case It Is Determined Prima Facie By The Procuring Entity That The Contractor Has Engaged, Before, Or During The Implementation Of The Contract, In Unlawful Deeds And Behaviors Relative To Contract Acquisition And Implementation, Such As, But Not Limited To Corrupt, Fraudulent, Collusive, Coercive, And Obstructive Practices As Stated In Itb Clause 4. Dayworks Subject To The Guidelines On Variation Order In Annex “e” Of The 2016 Revised Irr Of Ra No. 9184, And If Applicable As Indicated In The Scc, The Dayworks Rates In The Contractor’s Bid Shall Be Used For Small Additional Amounts Of Work Only When The Procuring Entity’s Representative Has Given Written Instructions In Advance For Additional Work To Be Paid For In That Way. Program Of Work The Contractor Shall Submit To The Procuring Entity’s Representative For Approval The Said Program Of Work Showing The General Methods, Arrangements, Order, And Timing For All The Activities In The Works. The Submissions Of The Program Of Work Are Indicated In The Scc. The Contractor Shall Submit To The Procuring Entity’s Representative For Approval An Updated Program Of Work At Intervals No Longer Than The Period Stated In The Scc. If The Contractor Does Not Submit An Updated Program Of Work Within This Period, The Procuring Entity’s Representative May Withhold The Amount Stated In The Scc From The Next Payment Certificate And Continue To Withhold This Amount Until The Next Payment After The Date On Which The Overdue Program Of Work Has Been Submitted. Instructions, Inspections And Audits The Contractor Shall Permit The Gop Or The Procuring Entity To Inspect The Contractor’s Accounts And Records Relating To The Performance Of The Contractor And To Have Them Audited By Auditors Of The Gop Or The Procuring Entity, As May Be Required. Advance Payment The Procuring Entity Shall, Upon A Written Request Of The Contractor Which Shall Be Submitted As A Contract Document, Make An Advance Payment To The Contractor In An Amount Not Exceeding Fifteen Percent (15%) Of The Total Contract Price, To Be Made In Lump Sum, Or At The Most Two Installments According To A Schedule Specified In The Scc, Subject To The Requirements In Annex “e” Of The 2016 Revised Irr Of Ra No. 9184. Progress Payments The Contractor May Submit A Request For Payment For Work Accomplished. Such Requests For Payment Shall Be Verified And Certified By The Procuring Entity’s Representative/project Engineer. Except As Otherwise Stipulated In The Scc, Materials And Equipment Delivered On The Site But Not Completely Put In Place Shall Not Be Included For Payment. Operating And Maintenance Manuals If Required, The Contractor Will Provide “as Built” Drawings And/or Operating And Maintenance Manuals As Specified In The Scc. If The Contractor Does Not Provide The Drawings And/or Manuals By The Dates Stated Above, Or They Do Not Receive The Procuring Entity’s Representative’s Approval, The Procuring Entity’s Representative May Withhold The Amount Stated In The Scc From Payments Due To The Contractor. Section V. Special Conditions Of Contract Gcc Clause 2 As Per Construction Schedule/contract Period 3.1 The Procuring Entity Shall Give Possession Of All Parts Of The Site To The Contractor Upon Effectivity Of The Contracts. 6 No Further Instructions 7.2 [select One, Delete The Other.] [in Case Of Permanent Structures, Such As Buildings Of Types 4 And 5 As Classified Under The National Building Code Of The Philippines And Other Structures Made Of Steel, Iron, Or Concrete Which Comply With Relevant Structural Codes (e.g., Dpwh Standard Specifications), Such As, But Not Limited To, Steel/concrete Bridges, Flyovers, Aircraft Movement Areas, Ports, Dams, Tunnels, Filtration And Treatment Plants, Sewerage Systems, Power Plants, Transmission And Communication Towers, Railway System, And Other Similar Permanent Structures:] Fifteen (15) Years. [in Case Of Semi-permanent Structures, Such As Buildings Of Types 1, 2, And 3 As Classified Under The National Building Code Of The Philippines, Concrete/asphalt Roads, Concrete River Control, Drainage, Irrigation Lined Canals, River Landing, Deep Wells, Rock Causeway, Pedestrian Overpass, And Other Similar Semi-permanent Structures:] Five (5) Years. [in Case Of Other Structures, Such As Bailey And Wooden Bridges, Shallow Wells, Spring Developments, And Other Similar Structures:] Two (2) Years. 10 Dayworks Are Applicable At The Rate Shown In The Contractor’s Original Bid. 11.1 No Further Instructions 11.2 No Further Instructions 13 The Amount Of The Advance Shall Not Exceed 15% Of The Total Contract Price. 14 Materials And Equipment Delivered On The Site But Not Completely Installed Or Constructed Shall Not Be Included For Payment. 15.1 The Date By Which Operating And Maintenance Manuals Are Required Shall Be At Least 5 Days Before The Testing And Commissioning. The Date By Which “as Built” Drawings Are Required Prior To The Final Billing. 15.2 The Amount To Be Withheld For Failing To Produce “as Built” Drawings And/or Operating And Maintenance Manuals By The Date Required Is 1% Of The Final Contract Amount. Section Vi. Specification Part B – Other General Requirements B.1 Mobilization And Demobilization The Work Consists Of The Mobilization And Demobilization Of The Contractor's Forces And Equipment Necessary For Performing The Work Required Under The Contract. It Does Not Include Mobilization And Demobilization For Specific Items Of Work For Which Payment Is Provided Elsewhere In The Contract. Mobilization Will Not Be Considered As Work In Fulfilling The Contract Requirements For Commencement Of Work. B.1.1 Equipment And Material Mobilization Shall Include All Activities And Associated Costs For Transportation Of Contractor's Personnel, Equipment, And Operating Supplies To The Site; Establishment Of Offices, Buildings, And Other Necessary General Facilities For The Contractor's Operations At The Site B.1.2 Demobilization Demobilization Shall Include All Activities And Costs For Transportation Of Personnel, Equipment, And Supplies Not Required Or Included In The Contract From The Site; Including The Disassembly, Removal, And Site Cleanup Of Offices, Buildings, And Other Facilities Assembled On The Site Specifically For This Contract. B.2 Offices, Shops, Stores And Workmen’s Accommodation For Contractor The Contractor Shall Provide And Maintain Such Offices, Stores, Workshops Latrines, Housing And Messing Accommodations As Are Necessary. These Shall Be Located In The Contractor's Compound, Distinct And Separate From The Engineer's Compound. The Location, Dimensions And Layout Of Such Buildings And Places Shall Be Subject To The Approval Of The Engineer. The Contractor Shall Not Be Permitted To Erect Temporary Buildings Or Structures On The Site Without The Specific Permission In Writing Of The Engineer Including Approval Of The Dimensions Of Such Buildings Or Structures. Before The Commencement Of The Period Of Warranty, The Contractor Shall Fence Off The Contractor's Store Area From The Rest Of The Site. By The End Of The Period Of Warranty, The Contractor Shall Remove This Fence, Clear All The Buildings And Grade The Area As Required By The Engineer. B.2.1 Measurement And Payment Work Prescribed In Section B.2 Shall Not Be Measured And Paid Separately; Same Shall Be Deemed To Be Included In Pay Items For Other Items For Work. B.3 Medical Room And First Aid Facilities 1. The Contractor Shall Provide And Maintain Throughout The Duration Of The Contract A Medical Room Together With All Necessary Supplies To Be Sited In The Contractor's Main Area. The Medical Room Shall Be Waterproof; It Could Be A Building Or Room Designated And Used Exclusively For The Purpose. It Shall Have A Floor Area Of At Least 15 Square Meters And A Glazed Window Area Of At Least 2 Square Meters. 2. The Contractor Shall Employ Permanently On The Site A Fully Trained Medical Aide, Who Shall Be Engaged Solely On Medical Duties. 3. The Location Of The Medical Room And Any Other Arrangements Shall Be Made Known To All Employees By Posting On Prominent Locations Suitable Notices In The Site. 4. The Contractor's Arrangement To Comply With This Section Shall Be Subject To The Approval Of The Engineer And Also To The Approval Of Any Qualified Medical Officer Designated By The Government To Supervise Medical Arrangements On The Site. B.4 - Construction Survey And Staking B.4.1 Description This Item Shall Consist Of Furnishing The Necessary Equipment And Material To Survey, Stake, Calculate, And Record Data For The Control Of Work In Accordance With This Specification And In Conformity With The Lines, Grades And Dimensions Shown On The Plans Or As Established By The Engineer. B.4.2 Construction Requirements B.4.2.1 General Staking Activities Shall Be Included In The Construction Schedule To Be Submitted By The Contractor. Dates And Sequence Of Each Staking Activity Shall Be Included. The Engineer Shall Set Initial Reference Lines, Horizontal And Vertical Control Points, And Shall Furnish The Data For Use In Establishing Control For The Completion Of Each Element Of The Work. Data Relating To Horizontal And Vertical Alignments, Theoretical Slope Stake Catch Points, And Other Design Data Shall Be Furnished. The Contractor Shall Be Responsible For The True Settling Of The Works Or Improvements And For Correctness Of Positions, Levels, Dimensions And Alignment Of All Parts Of The Works. He Shall Provide All Necessary Instruments, Appliances, Materials And Supplies, And Labor In Connection Therewith. The Contractor Shall Provide A Survey Crew Supervisor At The Project Site Whenever Surveying/staking Activity Is In Progress. Prior To Construction, The Engineer Shall Be Notified Of Any Missing Initial Reference Lines, Controls, Points, Or Stakes. The Engineer Shall Reestablish Missing Initial Reference Lines, Controls, Points, Or Stakes. The Contractor For Convenient Use Of Government-furnished Data Shall Perform Additional Calculations. Immediate Notification Of Apparent Errors In The Initial Staking Or In The Furnished Data Shall Be Provided. All Initial Reference And Control Points Shall Be Preserved. At The Start Of Construction, All Destroyed Or Disturbed Initial Reference Or Control Points Necessary To The Work Shall Be Replaced. Before Surveying And Staking, The Contractor Shall Discuss And Coordinate The Following With The Engineer: 1. Surveying And Staking Methods 2. Stake Marking/concrete Monuments 3. Grade Control For Courses Of Material 4. Referencing 5. Structure Control 6. Any Other Procedures And Controls Necessary For The Work Established Controls Shall Be Within The Tolerances Shown In Table 1. Table 1: Construction Survey And Staking Tolerances (1) Staking Phase Horizontal Vertical Existing Government Network Control Points ±20mm ±8mm X √k ² Local Supplemental Control Points Set From Existing Government Network Points ±10mm ±3mm X √n³ Centerline Points (4) - (pc), (pt), (pot), And (pac) Including References ±10mm ±10mm Other Centerline Points ±50mm ±50mm Cross-section Points And Slope Stakes (5) ±50mm ±50mm Slope Stakes References ±50mm ±50mm Culverts, Ditches, And Minor Drainage Structures ±50mm ±20mm Retaining Walls And Curb And Gutter ±20mm ±10mm Bridge Substructures ±10mm (6) ±10mm Bridge Superstructures ±10mm (6) ±10mm Clearing And Grubbing Limits ±500mm Roadway Subgrade Finish Stakes (7) ±50mm ±10mm Roadway Finish Grade Stakes (7) ±50mm ±10mm (1) At 95% Confidence Level. Tolerances Are Relative To Existing Government Network Control Points. (2) K Is The Distance In Kilometers. (3) N Is The Number Of Instrument Setups. (4) Centerline Points: Pc - Point Of Curve, Pt - Point Of Tangent, Pot - Point On Tangent, Poc - Point On Curve (5) Take The Cross-sections Normal To The Centerline + 1 Degree. (6) Bridge Control Is Established As Local Network And The Tolerances Are Relative To That Network. (7) Include Pave Ditches. The Contractor Shall Prepare Field Notes In An Approved Format. All Field Notes And Supporting Documentation Shall Become The Property Of The Government Upon Completion Of The Work. Work Shall Only Be Started After Staking For The Affected Work Is Accepted. The Construction Survey And Staking Work May Be Spot-checked By The Engineer For Accuracy, And Unacceptable Portions Of Work May Be Rejected. Rejected Work Shall Be Resurveyed, And Work That Is Not Within The Tolerances Specified In Table 1 Shall Be Corrected. Acceptance Of The Construction Staking Shall Not Relieve The Contractor Of Responsibility For Correcting Errors Discovered During The Work And For Bearing All Additional Costs Associated With The Error, Unless Such Error Is Based On Incorrect Data Supplied In Writing By The Engineer, In Which Case, The Expense In Rectifying The Same Shall Be At The Expense Of The Government. In The Case Of "change" Or "changed Conditions" Which Involve Any Change In Stakeout, The Contractor Shall Coordinate With The Engineer And Facilitate The Prompt Reestablishment Of The Field Control For The Altered Or Adjusted Work. All Flagging, Lath, Stakes, And Other Staking Materials Shall Be Removed And Disposed After The Project Is Completed. B.4.2.2 Equipment Survey Instruments And Supporting Equipment Capable Of Achieving The Specified Tolerances Shall Be Furnished. Acceptable Tools, Supplies, And Stakes Of The Type And Quality Normally Used In Highway Survey Work And Suitable For The Intended Use Shall Be Furnished. Stakes And Hubs Of Sufficient Length To Provide A Solid Set In The Ground With Sufficient Surface Area Above Ground For Necessary Legible Markings Shall Also Be Furnished. B.4.2.3 Survey And Staking Requirements All Survey, Staking, Recording Of Data, And Calculations Necessary To Construct The Project From The Initial Layout To Final Completion Shall Be Performed. Stakes Shall Be Reset As Many Times As Necessary To Construct The Work. 1. Control Points Established Initial Horizontal And Vertical Control Points In Conflict With Construction Shall Be Relocated To Areas That Will Not Be Disturbed By Construction Operations. The Coordinates And Elevations For The Relocated Points Shall Be Furnished Before The Initial Points Are Disturbed. 2. Roadway Cross-sections Roadway Cross-sections Shall Be Taken Normal Or Perpendicular To The Centerline. When The Centerline Horizontal Curve Radius Is Less Than Or Equal To 150 Meters And Vertical Parabolic Curve Radius Is Less Than Or Equal To 100 Meters, Cross-sections Shall Be Taken At A Maximum Centerline Spacing Of 10 Meters. When The Centerline Horizontal Curve Radius Is Greater Than 150 Meters And Vertical Parabolic Curve Radius Is Greater Than 100 Meters, Cross-sections Shall Be Taken At A Maximum Centerline Spacing Of 20 Meters. Additional Cross-sections Shall Be Taken At Significant Breaks In Topography And At Changes In The Typical Roadway Section Including Transition Change To Super Elevated Sections. Along Each Cross-section, Points Shall Be Measured And Recorded At Breaks In Topography And At Changes In Typical Roadway Section Including Transition Change To Super Elevated Sections And Shall Be No Further Apart Than 5 Meters. Points Shall Be Measured And Recorded To At Least The Anticipated Slope Stake And Reference Locations. All Cross-section Distances Shall Be Reduced To Horizontal Distances From Centerline. 3. Slope Stakes And References Slope Stakes And References Shall Be Set On Both Sides Of Centerline At The Cross-section Locations. Slope Stakes Shall Be Established In The Field As The Actual Point Of Intersection Of The Design Roadway Slope With The Natural Ground Line. Slope Stake References Shall Be Set Outside The Clearing Limits. All Reference Point And Slope Stake Information Shall Be Included On The Reference Stakes. When Initial References Are Provided, Slope Stakes May Be Set From These Points With Verification Of The Slope Stake Location With Field Measurements. Slope Stakes On Any Section That Do Not Match With The Staking Report Within The Tolerances Established In Table 1 Shall Be Reached. Roadway Cross-section Data Shall Be Taken Between Centerline And The New Slope Stake Location. Additional References Shall Be Set Even When The Initial References Are Provided. 4. Clearing And Grubbing Limits Clearing And Grubbing Limits Shall Be Set On Both Sides Of Centerline At Roadway Cross-section Locations, Extending One (1) Meter Beyond The Toe Of The Fill Slopes Or Beyond Rounding Of Cut Slopes As The Case Maybe For The Entire Length Of The Project Unless Otherwise Shown On The Plans Or As Directed By The Engineer. 5. Centerline Reestablishment Centerline Shall Be Reestablished From Instrument Control Points. The Maximum Spacing Between Centerline Points Shall Be 10 Meters When The Centerline Horizontal Curve Radius Is Less Than Or Equal To 150 Meters And Vertical Parabolic Curve Radius Is Less Than Or Equal To 100 Meters. When The Centerline Horizontal Curve Radius Is Greater Than 150 Meters And Vertical Parabolic Curve Radius Is Greater Than 100 Meters, The Maximum Distance Between Centerline Points Shall Be 20 Meters. 6. Grade Finishing Stakes Grade Finishing Stakes Shall Be Set For Grade Elevations And Horizontal Alignment, At The Centerline And At Each Shoulder Of Roadway Cross-section Locations. Stakes Shall Be Set At The Top Of Subgrade And The Top Of Each Aggregate Course. Where Turnouts Are Constructed, Stakes Shall Be Set At The Centerline, At Each Normal Shoulder, And At The Shoulder Of The Turnout. In Parking Areas, Hubs Shall Be Set At The Center And Along The Edges Of The Parking Area. Stakes Shall Be Set At All Ditches To Be Paved. The Maximum Longitudinal Spacing Between Stakes Shall Be 10 Meters When The Centerline Horizontal Curve Radius Is Less Than Or Equal To 150 Meters And Vertical Parabolic Curve Radius Is Less Than Or Equal To 100 Meters. When The Centerline Horizontal Curve Radius Is Greater Than 150 Meters And Vertical Parabolic Curve Radius Is Greater Than 100 Meters, The Maximum Longitudinal Spacing Between Stakes Shall Be 20 Meters. The Maximum Transverse Spacing Between Stakes Shall Be 5 Meters. Brushes Or Guard Stakes Shall Be Used At Each Stake. 7. Culverts Culverts Shall Be Staked To Fit Field Conditions. The Location Of Culverts May Differ From The Plans. The Following Shall Be Performed: A. Survey And Record The Ground Profile Along The Culvert Centerline Including Inlet And Outlet Channel Profile Of At Least 10 Meters And As Additionally Directed By The Engineer So As To Gather All Necessary Data For The Preparation Of Pipe Projection Plan. B. Determine The Slope Catch Points At The Inlet And Outlet. C. Set The Reference Points And Record Information Necessary To Determine Culvert Length And End Treatments. D. Plot Into Scale The Profile Along The Culvert Centerline Reflecting The Natural Ground Elevation, Invert Elevation, The Flow Line, The Roadway Section, And The Size, Length And The Degree Of Elbow Of Culvert, End Treatments, Grade And Other Appurtenances. E. Plot Into Scale The Cross-section Of Inlet And Outlet Channel At Not More Than 5 Meters Interval. F. Submit The Plotted Pipe Projection Plan For Approval Of Final Culvert Length, Alignment And Headwall. G. When The Pipe Projection Plan Has Been Approved, Set Drainage Culvert Structure Survey And Reference Stakes, And Stake Inlet And Outlet To Make The Structure Functional. 8. Retaining Walls And Other Types Of Slope Protection Works Profile Measurements Along The Face Of The Proposed Wall And 2 Meters In Front Of The Wall Face Shall Be Surveyed And Recorded. Cross-sections Shall Be Taken Within The Limits Designated By The Engineer At Every 5 Meters Along The Length Of The Wall And All Major Breaks In Terrain. For Each Cross-section, Points Shall Be Measured And Recorded Every 5 Meters And At All Major Breaks In Terrain. Adequate References And Horizontal And Vertical Control Points Shall Be Set. 9. Borrow And Waste Sites The Work Essential For Initial Layout And Measurement Of The Borrow Or Waste Site Shall Be Performed. A Referenced Baseline, Site Limits, And Clearing Limits Shall Be Established. Initial And Final Cross-sections Shall Be Surveyed And Recorded. 10. Permanent Monuments And Markers All Survey And Staking Necessary To Establish Permanent Monuments And Markers Shall Be Performed. 11. Miscellaneous Survey And Staking All Surveying, Staking, And Recording Of Data Essential For Establishing The Layout And Control Of The Following Shall Be Performed, As Applicable: A. Approach Roads And Trails B. Road Right Of Way And Construction Limit In Accordance With The Approved Parcellary Plan. C. Curb And Gutter D. Guardrail E. Parking Areas F. Paved Waterways And Outfall Structures G. Lined Canals And Other Ditches H. Chutes And Spillways I. Turf Establishment J. Utilities K. Signs, Delineators, And Object Markers I. Pavement Markings B.4.3 Method Of Measurement Construction Survey And Staking Shall Be Measured By The Kilometer. Slope, Reference, And Clearing And Grubbing Stakes Shall Be Measured By The Kilometer. Centerline Establishment Shall Be Measured By The Kilometer. Centerline Reestablishment Shall Be Measured Only One Time. Culvert Survey And Staking Shall Be Measured By The Each. Grade Finishing Stakes Shall Be Measured By The Kilometer. Subgrade Shall Be Measured One Time And Each Aggregate Course Shall Also Be Measured One Time. Permanent Monuments And Markers Shall Be Measured By Each Unit Placed And Installed At The Proper Locations. Miscellaneous Survey And Staking Shall Be Measured By The Hour Of Survey Work Ordered Or By The Lump Sum. For Miscellaneous Survey And Staking Paid By The Hour, The Minimum Survey Crew Size Shall Be 2 Persons. Time Spent In Making Preparations, Travelling To And From The Project Site, Performing Calculations, Plotting Cross Sections And Other Data, Processing Computer Data, And Other Efforts Necessary To Successfully Accomplish Construction Survey And Staking Shall Not Be Measured Separately But Deemed Included As Subsidiary For Each Of The Pay Item. B.5 Project Billboard/signboard The Contractor Shall Ensure That The Project Site Is Identified With Information Billboard Which Shall Be Erected At The Beginning And Ending Of The Proposed Subproject. The Layout Of The Billboard Is Cited Below. It Shall Accord To The Specifications Pursuant To The Commission On Audit (coa) Circular No. 2013-004 Issued On January 30, 2013. Annex 14 Coa Billboard Pao Billboard The Billboard’s Specifications Shall Conform To The Following Requirements: Tarpaulin, White, 8ft X 8ft (coa) And 4ft X 8ft (pao): Resolution: 70 Dpi; Font: Helvetica; Font Size: Main Information – 3”; Sub-information – 1”; Font Color: Black; Suitable Frame: Rigid Wood Or Steel Frame With Post; And, Posting: Outside Display At The Project Location After Award Has Been Made. I.1 Measurement The Supply And Erection Of Project Billboard Shall Be In Accordance With Provisions Of This Specification And Shall Be Measured For Payment. I.2 Basis Of Payment Payment Shall Be In Accordance With All The Cost Associated With The Compliance Of This Specification And Shall Be Included In The Contractor’s Bid Price. No Additional Or Separate Payment Will Be Made In This Regard As Well As For The Maintenance Of The Billboard. Pay Item Number Description Unit Of Measurement B.5 Project Billboard Each B.8 Traffic Management This Item Shall Provide The Planning And Implementation Of Traffic Plans, This Refers To The Direction, Control And Supervision Of All Vehicular And Pedestrian Traffic Around A Construction Zone, To Ensure The Safety Of Construction Workers And General Public. Traffic Control Measures Shall Include Posting Of Traffic Controllers, Road Closure, Footpath Closure, Detours, Signing/speed Reduction And Other Warnings/ Directional Signage. Part C – Earthwork Item 100 – Clearing And Grubbing 100.1 Description This Item Shall Consist Of Clearing, Grubbing, Removing And Disposing All Vegetation And Debris As Designated In The Contract, Except Those Objects That Are Designated To Remain In Place Or Are To Be Removed In Consonance With Other Provisions Of This Specification. The Work Shall Also Include The Preservation From Injury Or Defacement Of All Objects Designated To Remain. 100.2 Construction Requirements 100.2.1 General The Engineer Will Establish The Limits Of Work And Designate All Trees, Shrubs, Plants And Other Things To Remain. The Contractor Shall Preserve All Objects Designated To Remain. Paint Required For Cut Or Scarred Surface Of Trees Or Shrubs Selected For Retention Shall Be An Approved Asphaltum Base Paint Prepared Especially For Tree Surgery. Clearing Shall Extend One (1) Meter Beyond The Toe Of The Fill Slopes Or Beyond Rounding Of Cut Slopes As The Case Maybe For The Entire Length Of The Project Unless Otherwise Shown On The Plans Or As Directed By The Engineer And Provided It Is Within The Right Of Way Limits Of The Project, With The Exception Of Trees Under The Jurisdiction Of The Forest Management Bureau (fmb). 100.2.2 Clearing And Grubbing All Surface Objects And All Trees, Stumps, Roots And Other Protruding Obstructions, Not Designated To Remain, Shall Be Cleared And/or Grubbed, Including Mowing As Required, Except As Provided Below: (1) Removal Of Undisturbed Stumps And Roots And Nonperishable Solid Objects With A Minimum Depth Of One (1) Meter Below Subgrade Or Slope Of Embankment Will Not Be Required. (2) In Areas Outside Of The Grading Limits Of Cut And Embankment Areas, Stumps And Nonperishable Solid Objects Shall Be Cut Off Not More Than 150 Mm (6 Inches) Above The Ground Line Or Low Water Level. (3) In Areas To Be Rounded At The Top Of Cut Slopes, Stumps Shall Be Cut Off Flush With Or Below The Surface Of The Final Slope Line. (4) Grubbing Of Pits, Channel Changes And Ditches Will Be Required Only To The Depth Necessitated By The Proposed Excavation Within Such Areas. (5) In Areas Covered By Cogon/talahib, Wild Grass And Other Vegetations, Top Soil Shall Be Cut To A Maximum Depth Of 150 Mm Below The Original Ground Surface Or As Designated By The Engineer, And Disposed Outside The Clearing And Grubbing Limits As Indicated In The Typical Roadway Section. Except In Areas To Be Excavated, Stump Holes And Other Holes From Which Obstructions Are Removed Shall Be Backfilled With Suitable Material And Compacted To The Required Density. If Perishable Material Is Burned, It Shall Be Burned Under The Constant Care Of Component Watchmen At Such Times And In Such A Manner That The Surrounding Vegetation, Other Adjacent Property, Or Anything Designated To Remain On The Right Of Way Will Not Be Jeopardized. If Permitted, Burning Shall Be Done In Accordance With Applicable Laws, Ordinances, And Regulation. The Contractor Shall Use High Intensity Burning Procedures, (i.e., Incinerators, High Stacking Or Pit And Ditch Burning With Forced Air Supplements) That Produce Intense Burning With Little Or No Visible Smoke Emission During The Burning Process. At The Conclusion Of Each Burning Session, The Fire Shall Be Completely Extinguished So That No Smoldering Debris Remains. In The Event That The Contractor Is Directed By The Engineer Not To Start Burning Operations Or To Suspend Such Operations Because Of Hazardous Weather Conditions, Material To Be Burned Which Interferes With Subsequent Construction Operations Shall Be Moved By The Contractor To Temporary Locations Clear Of Construction Operations And Later, If Directed By The Engineer, Shall Be Placed On A Designated Spot And Burned. Materials And Debris Which Cannot Be Burned And Perishable Materials May Be Disposed Off By Methods And At Locations Approved By The Engineer, On Or Off The Project. If Disposal Is By Burying, The Debris Shall Be Placed In Layers With The Material So Disturbed To Avoid Nesting. Each Layer Shall Be Covered Or Mixed With Earth Material By The Land-fill Method To Fill All Voids. The Top Layer Of Material Buried Shall Be Covered With At Least 300 Mm (12 Inches) Of Earth Or Other Approved Material And Shall Be Graded, Shaped And Compacted To Present A Pleasing Appearance. If The Disposal Location Is Off The Project, The Contractor Shall Make All Necessary Arrangements With Property Owners In Writing For Obtaining Suitable Disposal Locations Which Are Outside The Limits Of View From The Project. The Cost Involved Shall Be Included In The Unit Bid Price. A Copy Of Such Agreement Shall Be Furnished To The Engineer. The Disposal Areas Shall Be Seeded, Fertilized And Mulched At The Contractor’s Expense. Woody Material May Be Disposed Off By Chipping. The Wood Chips May Be Used For Mulch, Slope Erosion Control Or May Be Uniformly Spread Over Selected Areas As Directed By The Engineer. Wood Chips Used As Mulch For Slope Erosion Control Shall Have A Maximum Thickness Of 12 Mm (1/2 Inch) And Faces Not Exceeding 3900 Mm2 (6 Square Inches) On Any Individual Surface Area. Wood Chips Not Designated For Use Under Other Sections Shall Be Spread Over The Designated Areas In Layers Not To Exceed 75 Mm (3 Inches) Loose Thickness. Diseased Trees Shall Be Buried Or Disposed Of As Directed By The Engineer. All Merchantable Timber In The Clearing Area Which Has Not Been Removed From The Right Of Way Prior To The Beginning Of Construction, Shall Become The Property Of The Contractor, Unless Otherwise Provided. Low Hanging Branches And Unsound Or Unsightly Branches On Trees Or Shrubs Designated To Remain Shall Be Trimmed As Directed. Branches Of Trees Extending Over The Roadbed Shall Be Trimmed To Give A Clear Height Of 6 M (20 Feet) Above The Roadbed Surface. All Trimming Shall Be Done By Skilled Workmen And In Accordance With Good Tree Surgery Practices. Timber Cut Inside The Area Staked For Clearing Shall Be Felled Within The Area To Be Cleared. 100.2.3 Individual Removal Of Trees Or Stumps Individual Trees Or Stumps Designated By The Engineer For Removal And Located In Areas Other Than Those Established For Clearing And Grubbing And Roadside Cleanup Shall Be Removed And Disposed Off As Specified Under Subsection 100.2.2 Except Trees Removed Shall Be Cut As Nearly Flush With The Ground As Practicable Without Removing Stumps. 100.3 Method Of Measurement Measurement Will Be By One Or More Of The Following Alternate Methods: 1. Area Basis. The Work To Be Paid For Shall Be The Number Of Hectares And Fractions Thereof Acceptably Cleared And Grubbed Within The Limits Indicated On The Plans Or As May Be Adjusted In Field Staking By The Engineer. Areas Not Within The Clearing And Grubbing Limits Shown On The Plans Or Not Staked For Clearing And Grubbing Will Not Be Measured For Payment. 2. Lump-sum Basis. When The Bill Of Quantities Contains A Clearing And Grubbing Lump-sum Item, No Measurement Of Area Will Be Made For Such Item. 3. Individual Unit Basis (selective Clearing). The Diameter Of Trees Will Be Measured At A Height Of 1.4 M (54 Inches) Above The Ground. Trees Less Than 150 Mm (6 Inches) In Diameter Will Not Be Measured For Payment. When Bill Of Quantities Indicates Measurement Of Trees By Individual Unit Basis, The Units Will Be Designated And Measured In Accordance With The Following Schedule Of Sizes: Diameter At Height Of 1.4 M Pay Item Designation Over 150 Mm To 900 Mm Small Over 900 Mm Large 100.4 Basis Of Payment The Accepted Quantities, Measured As Prescribed In Section 100.3, Shall Be Paid For At The Contract Unit Price For Each Of The Pay Items Listed Below That Is Included In The Bill Of Quantities, Which Price And Payment Shall Be Full Compensation For Furnishing All Labor, Equipment, Tools And Incidentals Necessary To Complete The Work Prescribed In This Item. Payment Will Be Made Under: Pay Item Number Description Unit Of Measurement 100 (1) Clearing And Grubbing Hectare 100 (2) Clearing And Grubbing Lump Sum 100 (3) Individual Removal Of Trees, Small Each 100 (4) Individual Removal Of Trees, Large Each Item 101 – Removal Of Structures And Obstructions 101.1 Description This Item Shall Consist Of The Removal Wholly Or In Part, And Satisfactory Disposal Of All Buildings, Fences, Structures, Old Pavements, Abandoned Pipe Lines, And Any Other Obstructions Which Are Not Designated Or Permitted To Remain, Except For The Obstructions To Be Removed And Disposed Off Under Other Items In The Contract. It Shall Also Include The Salvaging Of Designated Materials And Backfilling The Resulting Trenches, Holes, And Pits. 101.2 Construction Requirements 101.2.1 General The Contractor Shall Perform The Work Described Above, Within And Adjacent To The Roadway, On Government Land Or Easement, As Shown On The Plans Or As Directed By The Engineer. All Designated Salvable Material Shall Be Removed, Without Unnecessary Damage, In Sections Or Pieces Which May Be Readily Transported, And Shall Be Stored By The Contractor At Specified Places On The Project Or As Otherwise Shown In The Special Provisions. Perishable Material Shall Be Handled As Designated In Subsection 100.2.2 Nonperishable Material May Be Disposed Off Outside The Limits Of View From The Project With Written Permission Of The Property Owner On Whose Property The Material Is Placed. Copies Of All Agreements With Property Owners Are To Be Furnished To The Engineer. Basements Or Cavities Left By The Structure Removal Shall Be Filled With Acceptable Material To The Level Of The Surrounding Ground And, If Within The Prism Of Construction, Shall Be Compacted To The Required Density. 101.2.2 Removal Of Existing Bridges, Culverts, And Other Drainage Structures All Existing Bridges, Culverts And Other Drainage Structures In Use By Traffic Shall Not Be Removed Until Satisfactory Arrangements Have Been Made To Accommodate Traffic. The Removal Of Existing Culverts Within Embankment Areas Will Be Required Only As Necessary For The Installation Of New Structures. Abandoned Culverts Shall Be Broken Down, Crushed And Sealed Or Plugged. All Retrieved Culvert For Future Use As Determined By The Engineer Shall Be Carefully Removed And All Precautions Shall Be Employed To Avoid Breakage Or Structural Damage To Any Of Its Part. All Sections Of Structures Removed Which Are Not Designated For Stockpiling Or Re-laying Shall Become The Property Of The Government And Be Removed From The Project Or Disposed Off In A Manner Approved By The Engineer. Unless Otherwise Directed, The Substructures Of Existing Structures Shall Be Removed Down To The Natural Stream Bottom And Those Parts Outside Of The Stream Shall Be Removed Down To At Least 300 Mm (12 Inches) Below Natural Ground Surface. Where Such Portions Of Existing Structures Lie Wholly Or In Part Within The Limits For A New Structure, They Shall Be Removed As Necessary To Accommodate The Construction Of The Proposed Structure. Steel Bridges And Wood Bridges When Specified To Be Salvaged Shall Be Carefully Dismantled Without Damaged. Steel Members Shall Be Match Marked Unless Such Match Marking Is Waived By The Engineer. All Salvaged Material Shall Be Stored As Specified In Subsection 101.2.1. Structures Designated To Become The Property Of The Contractor Shall Be Removed From The Right-of-way. Blasting Or Other Operations Necessary For The Removal Of An Existing Structure Or Obstruction, Which May Damage New Construction, Shall Be Completed Prior To Placing The New Work, Unless Otherwise Provided In The Special Provisions. 101.2.3 Removal Of Pipes Other Than Pipe Culverts Unless Otherwise Provided, All Pipes Shall Be Carefully Removed And Every Precaution Taken To Avoid Breakage Or Damaged. Pipes To Be Re-laid Shall Be Removed And Stored When Necessary, So That There Will Be No Loss Of Damage Before Re-laying. The Contractor Shall Replace Sections Lost From Storage Or Damage By Negligence, At His Own Expense. 101.2.4 Removal Of Existing Pavement, Sidewalks, Curbs, Etc. All Concrete Pavement, Base Course, Sidewalks, Curbs, Gutters, Etc., Designated For Removal, Shall Be: (1) Broken Into Pieces And Used For Riprap On The Project, Or (2) Broken Into Pieces, The Size Of Which Shall Not Exceed 300 Mm (12 Inches) In Any Dimension And Stockpiled At Designated Locations On The Project For Use By The Government, Or (3) Otherwise Demolished And Disposed Of As Directed By The Engineer. When Specified, Ballast, Gravel, Bituminous Materials Or Other Surfacing Or Pavement Materials Shall Be Removed And Stockpiled As Required In Subsection 101.2.1, Otherwise Such Materials Shall Be Disposed Of As Directed. There Will Be No Separate Payment For Excavating For Removal Of Structures And Obstructions Or For Backfilling And Compacting The Remaining Cavity. 101.3 Method Of Measurement When The Contract Stipulates That Payment Will Be Made For Removal Of Obstructions On Lump-sum Basis, The Pay Item Will Include All Structures And Obstructions Encountered Within The Roadway. Where The Contract Stipulates That Payment Will Be Made For The Removal Of Specific Items On A Unit Basis, Measurement Will Be Made By The Unit Stipulated In The Contract. Whenever The Bill Of Quantities Does Not Contain An Item For Any Aforementioned Removals, The Work Will Not Be Paid For Directly, But Will Be Considered As A Subsidiary Obligation Of The Contractor Under Other Contract Items. 101.4 Basis Of Payment The Accepted Quantities, Measured As Prescribed In Section 101.3, Shall Be Paid For At The Contract Unit Price Or Lump Sum Price Bid For Each Of The Pay Items Listed Below That Is Included In The Bill Of Quantities Which Price And Payment Shall Be Full Compensation For Removing And Disposing Of Obstructions, Including Materials, Labor, Equipment’s, Tools And Incidentals Necessary To Complete The Work Prescribed In This Item. The Price Shall Also Include Backfilling, Salvage Of Materials Removed, Their Custody, Preservation, Storage On The Right-of-way And Disposal As Provided Herein. Payment Will Be Made Under: Pay Item Number Description Unit Of Measurement 101 (1) Removal Of Structures And Obstruction Lump Sum 101 (2) Removal Of Each 101 (3) Removal Of Square Meter 101 (4) Removal Of Linear Meter Item 103 – Structure Excavation 103.1 Description This Item Shall Consist Of The Necessary Excavation For Foundation Of Bridges, Culverts, Underdrains, And Other Structures Not Otherwise Provided For In The Specifications. Except As Otherwise Provided For Pipe Culverts, The Backfilling Of Completed Structures And The Disposal Of All Excavated Surplus Materials, Shall Be In Accordance With These Specifications And In Reasonably Close Conformity With The Plans Or As Established By The Engineer. This Item Shall Include Necessary Diverting Of Live Streams, Bailing, Pumping, Draining, Sheeting, Bracing, And The Necessary Construction Of Cribs And Cofferdams, And Furnishing The Materials Therefore, And The Subsequent Removal Of Cribs And Cofferdams And The Placing Of All Necessary Backfill. It Shall Also Include The Furnishing And Placing Of Approved Foundation Fill Material To Replace Unsuitable Material Encountered Below The Foundation Elevation Of Structures. No Allowance Will Be Made For Classification Of Different Types Of Material Encountered. 103.2 Construction Requirements 103.2.1 Clearing And Grubbing Prior To Starting Excavation Operations In Any Area, All Necessary Clearing And Grubbing In That Area Shall Have Been Performed In Accordance With Item 100, Clearing And Grubbing. 103.2.2 Excavation (1) General, All Structures. The Contractor Shall Notify The Engineer Sufficiently In Advance Of The Beginning Of Any Excavation So That Cross-sectional Elevations And Measurements May Be Taken On The Undisturbed Ground. The Natural Ground Adjacent To The Structure Shall Not Be Disturbed Without Permission Of The Engineer. Trenches Or Foundation Pits For Structures Or Structure Footings Shall Be Excavated To The Lines And Grades Or Elevations Shown On The Plans Or As Staked By The Engineer. They Shall Be Of Sufficient Size To Permit The Placing Of Structures Or Structure Footings Of The Full Width And Length Shown. The Elevations Of The Bottoms Of Footings, As Shown On The Plans, Shall Be Considered As Approximate Only And The Engineer May Order, In Writing, Such Changes In Dimensions Or Elevations Of Footings As May Be Deemed Necessary, To Secure A Satisfactory Foundation. Trenches Or Foundation Pits For Structures Or Structure Footings Shall Be Excavated To The Lines And Grades Or Elevations Shown On The Plans Or As Staked By The Engineer. They Shall Be Of Sufficient Size To Permit The Placing Of Structures Or Structure Footings Of The Full Width And Length Shown. The Elevations Of The Bottoms Of Footings, As Shown On The Plans, Shall Be Considered As Approximate Only And The Engineer May Order, In Writing, Such Changes In Dimensions Or Elevations Of Footings As May Be Deemed Necessary, To Secure A Satisfactory Foundation. (2) Structures Other Than Pipe Culverts. All Rock Or Other Hard Foundation Materials Shall Be Cleaned All Loose Materials, And Cut To A Firm Surface, Either Level, Stepped, Or Serrated As Directed By The Engineer. All Seams Or Crevices Shall Be Cleaned And Grouted. All Loose And Disintegrated Rocks And Thin Strata Shall Be Removed. When The Footing Is To Rest On Material Other Than Rock, Excavation To Final Grade Shall Not Be Made Until Just Before The Footing Is To Be Placed. When The Foundation Material Is Soft Or Mucky Or Otherwise Unsuitable, As Determined By The Engineer, The Contractor Shall Remove The Unsuitable Material And Backfill With Approved Granular Material. This Foundation Fill Shall Be Placed And Compacted In 150 Mm (6 Inches) Layers Up To The Foundation Elevation. When Foundation Piles Are Used, The Excavation Of Each Pit Shall Be Completed Before The Piles Are Driven And Any Placing Of Foundation Fill Shall Be Done After The Piles Are Driven. After The Driving Is Completed, All Loose And Displaced Materials Shall Be Removed, Leaving A Smooth, Solid Bed To Receive The Footing. (3) Pipe Culverts. The Width Of The Pipe Trench Shall Be Sufficient To Permit Satisfactory Jointing Of The Pipe And Thorough Tamping Of The Bedding Material Under And Around The Pipe. Where Rock, Hardpan, Or Other Unyielding Material Is Encountered, It Shall Be Removed Below The Foundation Grade For A Depth Of At Least 300 Mm Or 4 Mm For Each 100 Mm Of Fill Over The Top Of Pipe, Whichever Is Greater, But Not To Exceed Three-quarters Of The Vertical Inside Diameter Of The Pipe. The Width Of The Excavation Shall Be At Least 300 Mm (12 Inches) Greater Than The Horizontal Outside Diameter Of The Pipe. The Excavation Below Grade Shall Be Backfilled With Selected Fine Compressible Material, Such As Silty Clay Or Loam, And Lightly Compacted In Layers Not Over 150 Mm (6 Inches) In Uncompacted Depth To Form A Uniform But Yielding Foundation. Where A Firm Foundation Is Not Encountered At The Grade Established, Due To Soft, Spongy, Or Other Unstable Soil, Such Unstable Soil Under The Pipe And For A Width Of At Least One Diameter On Each Side Of The Pipe Shall Be Removed To The Depth Directed By The Engineer And Replaced With Approved Granular Foundation Fill Material Properly Compacted To Provide Adequate Support For The Pipe, Unless Other Special Construction Methods Are Called For On The Plans. The Foundation Surface Shall Provide A Firm Foundation Of Uniform Density Throughout The Length Of The Culvert And, If Directed By The Engineer, Shall Be Cambered In The Direction Parallel To The Pipe Centerline. Where Pipe Culverts Are To Be Placed In Trenches Excavated In Embankments, The Excavation Of Each Trench Shall Be Performed After The Embankment Has Been Constructed To A Plane Parallel To The Proposed Profile Grade And To Such Height Above The Bottom Of The Pipe As Shown On The Plans Or Directed By The Engineer. 103.2.3 Utilization Of Excavated Materials All Excavated Materials, So Far As Suitable, Shall Be Utilized As Backfill Or Embankment. The Surplus Materials Shall Be Disposed Off In Such Manner As Not To Obstruct The Stream Or Otherwise Impair The Efficiency Or Appearance Of The Structure. No Excavated Materials Shall Be Deposited At Any Time So As To Endanger The Partly Finished Structure. 103.2.4 Cofferdams Suitable And Practically Watertight Cofferdams Shall Be Used Wherever Water-bearing Strata Are Encountered Above The Elevation Of The Bottom Of The Excavation. If Requested, The Contractor Shall Submit Drawings Showing His Proposed Method Of Cofferdam Construction, As Directed By The Engineer. Cofferdams Or Cribs For Foundation Construction Shall In General, Be Carried Well Below The Bottoms Of The Footings And Shall Be Well Braced And As Nearly Watertight As Practicable. In General, The Interior Dimensions Of Cofferdams Shall Be Such As To Give Sufficient Clearance For The Construction Of Forms And The Inspection Of Their Exteriors, And To Permit Pumping Outside Of The Forms. Cofferdams Or Cribs Which Are Tilted Or Moved Laterally During The Process Of Sinking Shall Be Righted Or Enlarged So As To Provide The Necessary Clearance. When Conditions Are Encountered Which, As Determined By The Engineer, Render It Impracticable To Dewater The Foundation Before Placing The Footing, The Engineer May Require The Construction Of A Concrete Foundation Seal Of Such Dimensions As He May Consider Necessary, And Of Such Thickness As To Resist Any Possible Uplift. The Concrete For Such Seal Shall Be Placed As Shown On The Plans Or Directed By The Engineer. The Foundation Shall Then Be Dewatered And The Footing Placed. When Weighted Cribs Are Employed And The Mass Is Utilized To Overcome Partially The Hydrostatic Pressure Acting Against The Bottom Of The Foundation Seal, Special Anchorage Such As Dowels Or Keys Shall Be Provided To Transfer The Entire Mass Of The Crib To The Foundation Seal. When A Foundation Seal Is Placed Under Water, The Cofferdams Shall Be Vented Or Ported At Low Water Level As Directed. Cofferdams Shall Be Constructed So As To Protect Green Concrete Against Damage From Sudden Rising Of The Stream And To Prevent Damage To The Foundation By Erosion. No Timber Or Bracing Shall Be Left In Cofferdams Or Cribs In Such A Way As To Extend Into Substructure Masonry, Without Written Permission From The Engineer. Any Pumping That May Be Permitted From The Interior Of Any Foundation Enclosure Shall Be Done In Such A Manner As To Preclude The Possibility Of Any Portion Of The Concrete Material Being Carried Away. Any Pumping Required During The Placing Of Concrete, Or For A Period Of At Least 24 Hours Thereafter, Shall Be Done From A Suitable Sump Located Outside The Concrete Forms. Pumping To Dewater A Sealed Cofferdam Shall Not Commence Until The Seal Has Set Sufficiently To Withstand The Hydrostatic Pressure. Unless Otherwise Provided, Cofferdams Or Cribs, With All Sheeting And Bracing Involved Therewith, Shall Be Removed By The Contractor After The Completion Of The Substructure. Removal Shall Be Effected In Such Manner As Not To Disturb Or Mar Finished Masonry. 103.2.5 Preservation Of Channel Unless Otherwise Permitted, No Excavation Shall Be Made Outside Of Caissons, Cribs, Cofferdams, Or Sheet Piling, And The Natural Stream Bed Adjacent To Structure Shall Not Be Disturbed Without Permission From The Engineer. If Any Excavation Or Dredging Is Made At The Side Of The Structure Before Caissons, Cribs, Or Cofferdams Are Sunk In Place, The Contractor Shall, After The Foundation Base Is In Place, Backfill All Such Excavations To The Original Ground Surface Or Stream Bed With Material Satisfactory To The Engineer. 103.2.6 Backfill And Embankment For Structures Other Than Pipe Culverts Excavated Areas Around Structures Shall Be Backfilled With Free Draining Granular Material Approved By The Engineer And Placed In Horizontal Layers Not Over 150 Mm (6 Inches) In Thickness, To The Level Of The Original Ground Surface. Each Layer Shall Be Moistened Or Dried As Required And Thoroughly Compacted With Mechanical Tampers. In Placing Backfills Or Embankment, The Material Shall Be Placed Simultaneously In So Far As Possible To Approximately The Same Elevation On Both Sides Of An Abutment, Pier, Or Wall. If Conditions Require Placing Backfill Or Embankment Appreciably Higher On One Side Than On The Opposite Side, The Additional Material On The Higher Side Shall Not Be Placed Until The Masonry Has Been In Place For 14 Days, Or Until Tests Made By The Laboratory Under The Supervision Of The Engineer Establishes That The Masonry Has Attained Sufficient Strength To Withstand Any Pressure Created By The Methods Used And Materials Placed Without Damage Or Strain Beyond A Safe Factor. Backfill Or Embankment Shall Not Be Placed Behind The Walls Of Concrete Culverts Or Abutments Or Rigid Frame Structures Until The Top Slab Is Placed And Cured. Backfill And Embankment Behind Abutments Held At The Top By The Superstructure, And Behind The Sidewalls Of Culverts, Shall Be Carried Up Simultaneously Behind Opposite Abutments Or Sidewalls. All Embankments Adjacent To Structures Shall Be Constructed In Horizontal Layers And Compacted As Prescribed In Subsection 104.3.3 Except That Mechanical Tampers May Be Used For The Required Compaction. Special Care Shall Be Taken To Prevent Any Wedging Action Against The Structure And Slopes Bounding Or Within The Areas To Be Filled Shall Be Benched Or Serrated To Prevent Wedge Action. The Placing Of Embankment And The Benching Of Slopes Shall Continue In Such A Manner That At All Times There Will Be Horizontal Berm Of Thoroughly Compacted Material For A Distance At Least Equal To The Height Of The Abutment Or Wall To The Backfilled Against Except Insofar As Undisturbed Material Obtrudes Upon The Area. Broken Rock Or Coarse Sand And Gravel Shall Be Provided For A Drainage Filter At Weepholes As Shown On The Plans. 103.2.7 Bedding, Backfill, And Embankment For Pipe Culverts Bedding, Backfill And Embankment For Pipe Culverts Shall Be Done In Accordance With Item 500, Pipe Culverts And Storm Drains. 103.3 Method Of Measurement 103.3.1 Structure Excavation The Volume Of Excavation To Be Paid For Will Be The Number Of Cubic Metres Measured In Original Position Of Material Acceptably Excavated In Conformity With The Plans Or As Directed By The Engineer, But In No Case, Except As Noted, Will Any Of The Following Volumes Be Included In The Measurement For Payment: (1) The Volume Outside Of Vertical Planes 450 Mm (18 Inches) Outside Of And Parallel To The Neat Lines Of Footings And The Inside Walls Of Pipe And Pipe-arch Culverts At Their Widest Horizontal Dimensions. (2) The Volume Of Excavation For Culvert And Sections Outside The Vertical Plane For Culverts Stipulated In (1) Above. (3) The Volume Outside Of Neat Lines Of Underdrains As Shown On The Plans, And Outside The Limits Of Foundation Fill As Ordered By The Engineer. (4) The Volume Included Within The Staked Limits Of The Roadway Excavation, Contiguous Channel Changes, Ditches, Etc., For Which Payment Is Otherwise Provided In The Specification. (5) Volume Of Water Or Other Liquid Resulting From Construction Operations And Which Can Be Pumped Or Drained Away. (6) The Volume Of Any Excavation Performed Prior To The Taking Of Elevations And Measurements Of The Undisturbed Ground. (7) The Volume Of Any Material Rehandled, Except That Where The Plans Indicate Or The Engineer Directs The Excavation After Embankment Has Been Placed And Except That When Installation Of Pipe Culverts By The Imperfect Trench Method Specified In Item 500 Is Required, The Volume Of Material Re-excavated As Directed Will Be Included. (8) The Volume Of Excavation For Footings Ordered At A Depth More Than 1.5 M (60 Inches) Below The Lowest Elevation For Such Footings Shown On The Original Contract Plans, Unless The Bill Of Quantities Contains A Pay Item For Excavation Ordered Below The Elevations Shown On The Plans For Individual Footings. 103.3.2 Bridge Excavation The Volume Of Excavation, Designated On The Plans Or In The Special Provisions As “bridge Excavation” Will Be Measured As Described Below And Will Be Kept Separate For Pay Purposes From The Excavation For All Structures. The Volume Of Bridge Excavation To Be Paid Shall Be The Vertical 450 Mm (18 Inches) Outside Of And Parallel To The Neat Lines Of The Footing. The Vertical Planes Shall Constitute The Vertical Faces Of The Volume For Pay Quantities Regardless Of Excavation Inside Or Outside Of These Planes. 103.3.3 Foundation Fill The Volume Of Foundation Fill To Be Paid For Will Be The Number Of Cubic Meters Measures In Final Position Of The Special Granular Material Actually Provided And Placed Below The Foundation Elevation Of Structures As Specified, Complete In Place And Accepted. 103.3.4 Shoring, Cribbing, And Related Work Shoring, Cribbing And Related Work Whenever Included As A Pay Item In Bill Of Quantities Will Be Paid For At The Lump Sum Bid Price. This Work Shall Include Furnishing, Constructing, Maintaining, And Removing Any And All Shoring, Cribbing, Cofferdams, Caissons, Bracing, Sheeting Water Control, And Other Operations Necessary For The Acceptable Completion Of Excavation Included In The Work Of This Section, To A Depth Of 1.5 M Below The Lowest Elevation Shown On The Plans For Each Separable Foundation Structure. 103.3.5 Basis Of Payment The Accepted Quantities, Measured As Prescribed In Section 103.3, Shall Be Paid For At The Contract Unit Price For Each Of The Particular Pay Items Listed Below That Is Included In The Bill Of Quantities. The Payment Shall Constitute Full Compensation For The Removal And Disposal Of Excavated Materials Including All Labor, Equipment, Tools And Incidentals Necessary To Complete The Work Prescribed In This Item, Except As Follows: (1) Any Excavation For Footings Ordered At A Depth More Than 1.5 M Below The Lowest Elevation Shown On The Original Contract Plans Will Be Paid For As Provided In Part K, Measurement And Payment, Unless A Pay Item For Excavation Ordered Below Plan Elevation Appears In The Bill Of Quantities. (2) Concrete Will Be Measured And Paid For As Provided Under Item 405, Structural Concrete. (3) Any Roadway Or Borrow Excavation Required In Excess Of The Quantity Excavated For Structures Will Be Measured And Paid For As Provided Under Item 102. (4) Shoring, Cribbing, And Related Work Required For Excavation Ordered More Than 1.5 M (60 Inches ) Below Plan Elevation Will Be Paid For In Accordance With Part K. Payment Will Be Made Under: Pay Item Number Description Unit Of Measurement 103 (1) Structure Excavation Cubic Meter 103 (2) Bridge Excavation Cubic Meter 103 (3) Foundation Fill Cubic Meter 103 (4) Excavation Ordered Below Plan Elevation Cubic Meter 103 (5) Shoring, Cribbing, And Related Work Lump Sum 103 (6) Pipe Culverts And Drain Excavation Cubic Meter Item 104 – Embankment 104.1 Description This Item Shall Consist Of The Construction Of Embankment In Accordance With This Specification And In Conformity With The Lines, Grades And Dimensions Shown On The Plans Or Established By The Engineer. 104.2 Material Requirements Embankments Shall Be Constructed Of Suitable Materials, In Consonance With The Following Definitions: 1. Suitable Material – Material Which Is Acceptable In Accordance With The Contract And Which Can Be Compacted In The Manner Specified In This Item. It Can Be Common Material Or Rock. Selected Borrow, For Topping – Soil Of Such Gradation That All Particles Will Pass A Sieve With 75 Mm (3 Inches) Square Openings And Not More Than 15 Mass Percent Will Pass The 0.075 Mm (no. 200) Sieve, As Determined By Aashto T 11. The Material Shall Have A Plasticity Index Of Not More Than 6 As Determined By Asshto T 90 And A Liquid Limit Of Not More Than 30 As Determined By Aashto T 89. 2. Unsuitable Material – Material Other Than Suitable Materials Such As: (a) Materials Containing Detrimental Quantities Of Organic Materials, Such As Grass, Roots And Sewerage. (b) Organic Soils Such As Peat And Muck. (c) Soils With Liquid Limit Exceeding 80 And/or Plasticity Index Exceeding 55. (d) Soils With A Natural Water Content Exceeding 100%. Soils With Very Low Natural Density, 800 Kg/m3 Or Lower. Soils That Cannot Be Properly Compacted As Determined By The Engineer. 104.3 Construction Requirements 104.3.1 General Prior To Construction Of Embankment, All Necessary Clearing And Grubbing In That Area Shall Have Been Performed In Conformity With Item 100, Clearing And Grubbing. Embankment Construction Shall Consist Of Constructing Roadway Embankments, Including Preparation Of The Areas Upon Which They Are To Be Placed; The Construction Of Dikes Within Or Adjacent To The Roadway; The Placing And Compacting Of Approved Material Within Roadway Areas Where Unsuitable Material Has Been Removed; And The Placing And Compacting Of Embankment Material In Holes, Pits, And Other Depressions Within The Roadway Area. Embankments And Backfills Shall Contain No Muck, Peat, Sod, Roots Or Other Deleterious Matter. Rocks, Broken Concrete Or Other Solid, Bulky Materials Shall Not Be Placed In Embankment Areas Where Piling Is To Be Placed Or Driven. Where Shown On The Plans Or Directed By The Engineer, The Surface Of The Existing Ground Shall Be Compacted To A Depth Of 150 Mm (6 Inches) And To The Specified Requirements Of This Item. Where Provided On The Plans And Bill Of Quantities The Top Portions Of The Roadbed In Both Cuts And Embankments, As Indicated, Shall Consist Of Selected Borrow For Topping From Excavations. 104.3.2 Methods Of Construction Where There Is Evidence Of Discrepancies On The Actual Elevations And That Shown On The Plans, A Preconstruction Survey Referred To The Datum Plane Used In The Approved Plan Shall Be Undertaken By The Contractor Under The Control Of The Engineer To Serve As Basis For The Computation Of The Actual Volume Of The Embankment Materials. When Embankment Is To Be Placed And Compacted On Hillsides, Or When New Embankment Is To Be Compacted Against Existing Embankments, Or When Embankment Is Built One-half Width At A Time, The Existing Slopes That Are Steeper Than 3:1 When Measured At Right Angles To The Roadway Shall Be Continuously Benched Over Those Areas As The Work Is Brought Up In Layers. Benching Will Be Subject To The Engineer’s Approval And Shall Be Of Sufficient Width To Permit Operation Of Placement And Compaction Equipment. Each Horizontal Cut Shall Begin At The Intersection Of The Original Ground And The Vertical Sides Of The Previous Cuts. Material Thus Excavated Shall Be Placed And Compacted Along With The Embankment Material In Accordance With The Procedure Described In This Section. Unless Shown Otherwise On The Plans Or Special Provisions, Where An Embankment Of Less Than 1.2 M (4 Feet) Below Subgrade Is To Be Made, All Sod And Vegetable Matter Shall Be Removed From The Surface Upon Which The Embankment Is To Be Placed, And The Cleared Surfaced Shall Be Completely Broken Up By Plowing, Scarifying, Or Steeping To A Minimum Depth Of 150 Mm Except As Provided In Subsection 102.2.2. This Area Shall Then Be Compacted As Provided In Subsection 104.3.3. Sod Not Required To Be Removed Shall Be Thoroughly Disc Harrowed Or Scarified Before Construction Of Embankment. Wherever A Compacted Road Surface Containing Granular Materials Lies Within 900 Mm (36 Inches) Of The Subgrade, Such Old Road Surface Shall Be Scarified To A Depth Of At Least 150 Mm (6 Inches) Whenever Directed By The Engineer. These Scarified Materials Shall Then Be Compacted As Provided In Subsection 104.3.3. When Shoulder Excavation Is Specified, The Roadway Shoulders Shall Be Excavated To The Depth And Width Shown On The Plans. The Shoulder Material Shall Be Removed Without Disturbing The Adjacent Existing Base Course Material, And All Excess Excavated Materials Shall Be Disposed Off As Provided In Subsection 102.2.3. If Necessary, The Areas Shall Be Compacted Before Being Backfilled. Roadway Embankment Of Earth Material Shall Be Placed In Horizontal Layers Not Exceeding 200 Mm (8 Inches), Loose Measurement, And Shall Be Compacted As Specified Before The Next Layer Is Placed. However, Thicker Layer Maybe Placed If Vibratory Roller With High Compactive Effort Is Used Provided That Density Requirement Is Attained And As Approved By The Engineer. Trial Section To This Effect Must Be Conducted And Approved By The Engineer. Effective Spreading Equipment Shall Be Used On Each Lift To Obtain Uniform Thickness As Determined In The Trial Section Prior To Compaction. As The Compaction Of Each Layer Progresses, Continuous Leveling And Manipulating Will Be Required To Assure Uniform Density. Water Shall Be Added Or Removed, If Necessary, In Order To Obtain The Required Density. Removal Of Water Shall Be Accomplished Through Aeration By Plowing, Blading, Discing, Or Other Methods Satisfactory To The Engineer. Where Embankment Is To Be Constructed Across Low Swampy Ground That Will Not Support The Mass Of Trucks Or Other Hauling Equipment, The Lower Part Of The Fill May Be Constructed By Dumping Successive Loads In A Uniformly Distributed Layer Of A Thickness Not Greater Than Necessary To Support The Hauling Equipment While Placing Subsequent Layers. When Excavated Material Contains More Than 25 Mass Percent Of Rock Larger Than 150 Mm In Greatest Diameter And Cannot Be Placed In Layers Of The Thickness Prescribed Without Crushing, Pulverizing Or Further Breaking Down The Pieces Resulting From Excavation Methods, Such Materials May Be Placed On The Embankment In Layers Not Exceeding In Thickness The Approximate Average Size Of The Larger Rocks, But Not Greater Than 600 Mm (24 Inches). Even Though The Thickness Of Layers Is Limited As Provided Above, The Placing Of Individual Rocks And Boulders Greater Than 600 Mm In Diameter Will Be Permitted Provided That When Placed, They Do Not Exceed 1200 Mm (48 Inches) In Height And Provided They Are Carefully Distributed, With The Interstices Filled With Finer Material To Form A Dense And Compact Mass. Each Layer Shall Be Leveled And Smoothed With Suitable Leveling Equipment And By Distribution Of Spalls And Finer Fragments Of Earth. Lifts Of Material Containing More Than 25 Mass Percent Of Rock Larger Than 150 Mm In Greatest Dimensions Shall Not Be Constructed Above An Elevation 300 Mm (12 Inches) Below The Finished Subgrade. The Balance Of The Embankment Shall Be Composed Of Suitable Material Smoothed And Placed In Layers Not Exceeding 200 Mm (8 Inches) In Loose Thickness And Compacted As Specified For Embankments. Dumping And Rolling Areas Shall Be Kept Separate, And No Lift Shall Be Covered By Another Until Compaction Complies With The Requirements Of Subsection 104.3.3. Hauling And Leveling Equipment Shall Be So Routed And Distributed Over Each Layer Of The Fill In Such A Manner As To Make Use Of Compaction Effort Afforded Thereby And To Minimize Rutting And Uneven Compaction. 104.3.3 Compaction Compaction Trials Before Commencing The Formation Of Embankments, The Contractor Shall Submit In Writing To The Engineer For Approval His Proposals For The Compaction Of Each Type Of Fill Material To Be Used In The Works. The Proposals Shall Include The Relationship Between The Types Of Compaction Equipment, And The Number Of Passes Required And The Method Of Adjusting Moisture Content. The Contractor Shall Carry Out Full Scale Compaction Trials On Areas Not Less Than 10 M Wide And 50 M Long As Required By The Engineer And Using His Proposed Procedures Or Such Amendments Thereto As May Be Found Necessary To Satisfy The Engineer That All The Specified Requirements Regarding Compaction Can Be Consistently Achieved. Compaction Trials With The Main Types Of Fill Material To Be Used In The Works Shall Be Completed Before Work With The Corresponding Materials Will Be Allowed To Commence. Throughout The Periods When Compaction Of Earthwork Is In Progress, The Contractor Shall Adhere To The Compaction Procedures Found From Compaction Trials For Each Type Of Material Being Compacted, Each Type Of Compaction Equipment Employed And Each Degree Of Compaction Specified. Earth The Contractor Shall Compact The Material Placed In All Embankment Layers And The Material Scarified To The Designated Depth Below Subgrade In Cut Sections, Until A Uniform Density Of Not Less Than 95 Mass Percent Of The Maximum Dry Density Determined By Aashto T 99 Method C, Is Attained, At A Moisture Content Determined By Engineer To Be Suitable For Such Density. Acceptance Of Compaction May Be Based On Adherence To An Approved Roller Pattern Developed As Set Forth In Item 106, Compaction Equipment And Density Control Strips. The Engineer Shall During Progress Of The Work, Make Density Tests Of Compacted Material In Accordance With Aashto T 191, T 205, Or Other Approved Field Density Tests, Including The Use Of Properly Calibrated Nuclear Testing Devices. A Correction For Coarse Particles May Be Made In Accordance With Aashto T 224. If, By Such Tests, The Engineer Determines That The Specified Density And Moisture Conditions Have Not Been Attained, The Contractor Shall Perform Additional Work As May Be Necessary To Attain The Specified Conditions. At Least One Group Of Three In-situ Density Tests Shall Be Carried Out For Each 500 M Of Each Layer Of Compacted Fill. Rock Density Requirements Will Not Apply To Portions Of Embankments Constructed Of Materials Which Cannot Be Tested In Accordance With Approved Methods. Embankment Materials Classified As Rock Shall Be Deposited, Spread And Leveled The Full Width Of The Fill With Sufficient Earth Or Other Fine Material So Deposited To Fill The Interstices To Produce A Dense Compact Embankment. In Addition, One Of The Rollers, Vibrators, Or Compactors Meeting The Requirements Set Forth In Subsection 106.2.1, Compaction Equipment, Shall Compact The Embankment Full Width With A Minimum Of Three Complete Passes For Each Layer Of Embankment. 104.3.4 Protection Of Roadbed During Construction During The Construction Of The Roadway, The Roadbed Shall Be Maintained In Such Condition That It Will Be Well Drained At All Times. Side Ditches Or Gutters Emptying From Cuts To Embankments Or Otherwise Shall Be So Constructed As To Avoid Damage To Embankments By Erosion. 104.3.5 Protection Of Structure If Embankment Can Be Deposited On One Side Only Of Abutments, Wing Walls, Piers Or Culvert Headwalls, Care Shall Be Taken That The Area Immediately Adjacent To The Structure Is Not Compacted To The Extent That It Will Cause Overturning Of, Or Excessive Pressure Against The Structure. When Noted On The Plans, The Fill Adjacent To The End Bent Of A Bridge Shall Not Be Placed Higher Than The Bottom Of The Backfill Of The Bent Until The Superstructure Is In Place. When Embankment Is To Be Placed On Both Sides Of A Concrete Wall Or Box Type Structure, Operations Shall Be So Conducted That The Embankment Is Always At Approximately The Same Elevation On Both Sides Of The Structure. 104.3.6 Rounding And Warping Slopes Rounding-except In Solid Rock, The Tops And Bottoms Of All Slopes, Including The Slopes Of Drainage Ditches, Shall Be Rounded As Indicated On The Plans. A Layer Of Earth Overlaying Rock Shall Be Rounded Above The Rock As Done In Earth Slopes. Warping-adjustments In Slopes Shall Be Made To Avoid Injury In Standing Trees Or Marring Of Weathered Rock, Or To Harmonize With Existing Landscape Features, And The Transition To Such Adjusted Slopes Shall Be Gradual. At Intersections Of Cuts And Fills, Slopes Shall Be Adjusted And Warped To Flow Into Each Other Or Into The Natural Ground Surfaces Without Noticeable Break. 104.3.7 Finishing Roadbed And Slopes After The Roadbed Has Been Substantially Completed, The Full Width Shall Be Conditioned By Removing Any Soft Or Other Unstable Material That Will Not Compact Properly Or Serve The Intended Purpose. The Resulting Areas And All Other Low Sections, Holes Of Depressions Shall Be Brought To Grade With Suitable Selected Material. Scarifying, Blading, Dragging, Rolling, Or Other Methods Of Work Shall Be Performed Or Used As Necessary To Provide A Thoroughly Compacted Roadbed Shaped To The Grades And Cross-sections Shown On The Plans Or As Staked By The Engineer. All Earth Slopes Shall Be Left With Roughened Surfaces But Shall Be Reasonably Uniform, Without Any Noticeable Break, And In Reasonably Close Conformity With The Plans Or Other Surfaces Indicated On The Plans Or As Staked By The Engineer, With No Variations Therefrom Readily Discernible As Viewed From The Road. 104.3.8 Serrated Slopes Cut Slopes In Rippable Material (soft Rock) Having Slope Ratios Between 0.75:1 And 2:1 Shall Be Constructed So That The Final Slope Line Shall Consist Of A Series Of Small Horizontal Steps. The Step Rise And Tread Dimensions Shall Be Shown On The Plans. No Scaling Shall Be Performed On The Stepped Slopes Except For Removal Of Large Rocks Which Will Obviously Be A Safety Hazard If They Fall Into The Ditchline Or Roadway. 104.3.9 Earth Berms When Called For In The Contract, Permanent Earth Berms Shall Be Constructed Of Well Graded Materials With No Rocks Having A Diameter Greater Than 0.25 The Height Of The Berm. When Local Material Is Not Acceptable, Acceptable Material Shall Be Imported, As Directed By The Engineer. Compacted Berm Compacted Berm Construction Shall Consist Of Moistening Or Drying And Placing Material As Necessary In Locations Shown On The Drawings Or As Established By The Engineer. Material Shall Contain No Frozen Material, Roots, Sod, Or Other Deleterious Materials. Contractor Shall Take Precaution To Prevent Material From Escaping Over The Embankment Slope. Shoulder Surface Beneath Berm Will Be Roughened To Provide A Bond Between The Berm And Shoulder When Completed. The Contractor Shall Compact The Material Placed Until At Least 90 Mass Percent Of The Maximum Density Is Obtained As Determined By Aashto T 99, Method C. The Cross-section Of The Finished Compacted Berm Shall Reasonably Conform To The Typical Cross-section As Shown On The Plans. Uncompacted Berm Uncompacted Berm Construction Shall Consist Of Drying, If Necessary And Placing Material In Locations Shown On The Plans Or As Established By The Engineer. Material Shall Contain No Frozen Material, Roots, Sod Or Other Deleterious Materials. Contractor Shall Take Precautions To Prevent Material From Escaping Over The Embankment Slope. 104.4 Method Of Measurement The Quantity Of Embankment To Be Paid For Shall Be The Volume Of Material Compacted In Place, Accepted By The Engineer And Formed With Material Obtained From Any Source. Material From Excavation Per Item 102 Which Is Used In Embankment And Accepted By The Engineer Will Be Paid Under Embankment And Such Payment Will Be Deemed To Include The Cost Of Excavating, Hauling, Stockpiling And All Other Costs Incidental To The Work. Material For Selected Borrow Topping Will Be Measured And Paid For Under The Same Conditions Specified In The Preceding Paragraph. 104.5 Basis Of Payment The Accepted Quantities, Measured As Prescribed In Section 104.4, Shall Be Paid For At The Contract Unit Price For Each Of The Pay Items Listed Below That Is Included In The Bill Of Quantities. The Payment Shall Continue Full Compensation For Placing And Compacting All Materials Including All Labor, Equipment, Tools And Incidentals Necessary To Complete The Work Prescribed In This Item. Payment Will Be Made Under: Pay Item Number Description Unit Of Measurement 104 (1) Embankment Cubic Meter 104 (2) Selected, Borrow For Topping, Case 1 Cubic Meter 104 (3) Selected Borrow For Topping, Case 2 Cubic Meter 104 (4) Earth Berm Meter Item 105 – Subgrade Preparation 105.1 Description This Item Shall Consist Of The Preparation Of The Subgrade For The Support Of Overlying Structural Layers. It Shall Extend To Full Width Of The Roadway. Unless Authorized By The Engineer, Subgrade Preparation Shall Not Be Done Unless The Contractor Is Able To Start Immediately The Construction Of The Pavement Structure. 105.2 Material Requirements Unless Otherwise Stated In The Contract And Except When The Sub Grade Is In Rock Cut, All Materials Below Sub Grade Level To A Depth 150 Mm Or To Such Greater Depth As May Be Specified Shall Meet The Requirements Of Section 104.2, Selected Borrow For Topping. 105.3 Construction Requirements 105.3.1 Prior Works Prior To Commencing Preparation Of The Sub Grade, All Culverts, Cross Drains, Ducts And The Like (including Their Fully Compacted Backfill), Ditches, Drains And Drainage Outlets Shall Be Completed. Any Work On The Preparation Of The Subgrade Shall Not Be Started Unless Prior Work Herein Described Shall Have Been Approved By The Engineer. 105.3.2 Subgrade Level Tolerances The Finished Compacted Surface Of The Subgrade Shall Conform To The Allowable Tolerances As Specified Hereunder: Permitted Variation From + 20 Mm Design Level Of Surface - 30 Mm Permitted Surface Irregularity Measured By 3-m Straight Edge 30 Mm Permitted Variation From Design Crossfall Or Camber + 0.5 % Permitted Variation From Design Longitudinal Grade Over 25 M Length ± 0.1 % 105.3.3 Subgrade In Common Excavation Unless Otherwise Specified, All Materials Below Subgrade Level In Earth Cuts To A Depth 150 Mm Or Other Depth Shown On The Plans Or As Directed By The Engineer Shall Be Excavated. The Material, If Suitable, Shall Be Set Side For Future Use Or, If Unsuitable, Shall Be Disposed Off In Accordance With The Requirements Of Subsection 102.2.9. Where Material Has Been Removed From Below Subgrade Level, The Resulting Surface Shall Be Compacted To A Depth Of 150 Mm And In Accordance With Other Requirements Of Subsection 104.3.3. All Materials Immediately Below Subgrade Level In Earth Cuts To A Depth Of 150 Mm, Or To Such Greater Depth As May Be Specified, Shall Be Compacted In Accordance With The Requirements Of Subsection 104.3.3. 105.3.4 Subgrade In Rock Excavation Surface Irregularities Under The Subgrade Level Remaining After Trimming Of The Rock Excavation Shall Be Leveled By Placing Specified Material And Compacted To The Requirements Of Subsection 104.3.3. 105.3.5 Subgrade On Embankment After The Embankment Has Been Completed, The Full Width Shall Be Conditioned By Removing Any Soft Or Other Unstable Material That Will Not Compacted Properly. The Resulting Areas And All Other Low Sections, Holes, Or Depressions Shall Be Brought To Grade With Suitable Material. The Entire Roadbed Shall Be Shaped And Compacted To The Requirements Of Subsections 104.3.3. Scarifying, Blading, Dragging, Rolling, Or Other Methods Of Work Shall Be Performed Or Used As Necessary To Provide A Thoroughly Compacted Roadbed Shaped To The Cross-sections Shown On The Plans. 105.3.6 Subgrade On Existing Pavement Where The New Pavement Is To Be Constructed Immediately Over An Existing Portland Cement Concrete Pavement And If So Specified In The Contract The Slab Be Broken Into Pieces With Greatest Dimension Of Not More Than 500 Mm And The Existing Pavement Material Compacted As Specified In Subsection 104.3.3, As Directed By The Engineer. The Resulting Subgrade Level Shall, As Part Pavement Construction Be Shaped To Conform To The Allowable Tolerances Of Subsection 105.3.2 By Placing And Compacting Where Necessary A Leveling Course Comprising The Material Of The Pavement Course To Be Placed Immediately Above. Where The New Pavement Is To Be Constructed Immediately Over An Existing Asphalt Concrete Pavement Or Gravel Surface Pavement And If So Specified In The Contract The Pavement Shall Be Scarified, Thoroughly Loosened, Reshaped And Recompacted In Accordance With Subsection 104.3.3. The Resulting Subgrade Level Shall Conform To The Allowable Tolerances Of Subsection 105.3.2. 105.3.7 Protection Of Completed Work The Contractor Shall Be Required To Protect And Maintain At His Own Expense The Entire Work Within The Limits Of His Contract In Good Condition Satisfactory To The Engineer From The Time He First Started Work Until All Work Shall Have Been Completed. Maintenance Shall Include Repairing And Recompacting Ruts, Ridges, Soft Spots And Deteriorated Sections Of The Subgrade Caused By The Traffic Of The Contractor’s Vehicle/equipment Or That Of The Public. 105.3.8 Templates And Straight-edges The Contractor Shall Provide For Use Of The Engineer, Approved Templates And Straight-edges In Sufficient Number To Check The Accuracy Of The Work, As Provided In This Specification. 105.4 Method Of Measurement 105.4.1 Measurement Of Items For Payment Shall Be Provided Only For: The Compaction Of Existing Ground Below Subgrade Level In Cuts Of Common Material As Specified In Subsection 105.3.3. The Breaking Up Or Scarifying, Loosening, Reshaping And Recompacting Of Existing Pavement As Specified In Subsection 105.3.6. The Quantity To Be Paid For Shall Be The Area Of The Work Specified To Be Carried Out And Accepted By The Engineer. 105.4.2 Payment For All Work For The Preparation Of The Subgrade, Including Shaping To The Required Levels And Tolerances, Other Than As Specified Above Shall Be Deemed To Be Included In The Pay Item For Embankment. 105.5 Basis Of Payment The Accepted Quantities, Measured As Prescribed In Section 105.4, Shall Be Paid For At The Appropriate Contract Unit Price For Pay Item Listed Below That Is Included In The Bill Of Quantities Which Price And Payment Shall Be Full Compensation For The Placing Or Removal And Disposal Of All Materials Including All Labor, Equipment, Tools And Incidentals Necessary To Complete The Work Prescribed In This Item. Payment Will Be Made Under: Pay Item Number Description Unit Of Measurement 105 (1) Subgrade Preparation (common Material) Square Meter 105 (2) Subgrade Preparation (existing Pavement) Square Meter 105 (3) Subgrade Preparation (unsuitable Material) Square Meter Part D – Subbase And Base Course Item 200 – Aggregate Subbase Course Description This Item Shall Consist Of Furnishing, Placing And Compacting An Aggregate Subbase Course On A Prepared Subgrade In Accordance With This Specification And The Lines, Grades And Cross-sections Shown On The Plans, Or As Directed By The Engineer. Material Requirements Aggregate For Subbase 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 Subbase. The Subbase Material Shall Conform To Table 200.1, Grading Requirements Table 200.1 – Grading Requirements Sieve Designation Mass Percent Passing Standard, Mm Alternate Us Standard 50 2” 100 25 1” 55 – 85 9.5 3/8” 40 – 75 0.075 No. 200 0 - 12 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 35 And Plasticity Index Not Greater Than 12 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 Tests As Determined By Aashto T 96. The Material Shall Have A Soaked Cbr Value Of Not Less Than 25% As Determined By Aashto T 193. The Cbr Value Shall Be Obtained At The Maximum Dry Density And Determined By Aashto T 180, Method D. Construction Requirements Preparation Of Existing Surface The Existing Surface Shall Be Graded And Finished As Provided Under Item 105, Subgrade Preparation, Before Placing The Subbase Material. Placing The Aggregate Subbase Material Shall Be Placed At A Uniform Mixture On A Prepared Subgrade In A Quantity Which Will Provide The Required Compacted Thickness. When More Than One Layer Is Required, Each Layer Shall Be Shaped And Compacted Before The Succeeding Layer Is Placed. The Placing Of Material Shall Begin At The Point Designated By The Engineer. Placing Shall Be From Vehicles Especially Equipped To Distribute The Material In A Continuous Uniform Layer Or Windrow. The Layer Or Windrow Shall Be Of Such Size That When Spread And Compacted The Finished Layer Be In Reasonably Close Conformity To The Nominal Thickness Shown On The Plans. When Hauling Is Done Over Previously Placed Material, Hauling Equipment Shall Be Dispersed Uniformly Over The Entire Surface Of The Previously Constructed Layer, To Minimize Rutting Or Uneven Compaction. Spreading And Compacting When Uniformly Mixed, The Mixture Shall Be Spread To The Plan Thickness, For Compaction. Where The Required Thickness Is 150 Mm Or Less, The Material May Be Spread And Compacted In One Layer. Where The Required Thickness Is More Than 150 Mm, The Aggregate Subbase Shall Be Spread And Compacted In Two Or More Layers Of Approximately Equal Thickness, And The Maximum Compacted Thickness Of Any Layer Shall Not Exceed 150 Mm. All Subsequent Layers Shall Be Spread And Compacted In A Similar Manner. The Moisture Content Of Subbase Material Shall, If Necessary, Be Adjusted Prior To Compaction By Watering With Approved Sprinklers Mounted On Trucks Or By Drying Out, As Required In Order To Obtain The Required Compaction. Immediately Following Final Spreading And Smoothening, Each Layer Shall Be Compacted To The Full Width By Means Of Approved Compaction Equipment. Rolling Shall Progress Gradually From The Sides To The Center, Parallel To The Centerline Of The Road And Shall Continue Until The Whole Surface Has Been Rolled. Any Irregularities Or Depressions That Develop Shall Be Corrected By Loosening The Material At These Places And Adding Or Removing Material Until Surface Is Smooth And Uniform. Along Curbs, Headers, And Walls, And At All Places Not Accessible To The Roller, The Subbase Material Shall Be Compacted Thoroughly With Approved Tampers Or Compactors. If The Layer Of Subbase Material, Or Part Thereof, Does Not Conform To The Required Finish, The Contractor Shall, At His Own Expense, Make The Necessary Corrections. Compaction Of Each Layer Shall Continue Until A Field Density Of At Least 100 Percent Of The Maximum Dry Density Determined In Accordance With Aashto T 180, Method D Has Been Achieved. In-place Density Determination Shall Be Made In Accordance With Aashto T 191. Trial Sections Before Subbase Construction Is Started, The Contractor Shall Spread And Compact Trial Sections As Directed By The Engineer. The Purpose Of The Trial Sections Is To Check The Suitability Of The Materials And The Efficiency Of The Equipment And Construction Method Which Is Proposed To Be Used By The Contractor. Therefore, The Contractor Must Use The Same Material, Equipment And Procedures That He Proposes To Use For The Main Work. One Trial Section Of About 500 M2 Shall Be Made For Every Type Of Material And/or Construction Equipment/procedure Proposed For Use. After Final Compaction Of Each Trial Section, The Contractor Shall Carry Out Such Field Density Tests And Other Tests Required As Directed By The Engineer. If A Trial Section Shows That The Proposed Materials, Equipment Or Procedures In The Engineer’s Opinion Are Not Suitable For Subbase, The Material Shall Be Removed At The Contractor’s Expense, And A New Trial Section Shall Be Constructed. If The Basic Conditions Regarding The Type Of Material Or Procedure Change During The Execution Of The Work, New Trial Sections Shall Be Constructed. Tolerances Aggregate Subbase Shall Be Spread With Equipment That Will Provide A Uniform Layer Which When Compacted Will Conform To The Designed Level And Transverse Slopes As Shown On The Plans. The Allowable Tolerances Shall Be As Specified Hereunder: Permitted Variation From Design Thickness Of Layer ± 20 Mm Permitted Variation From Design Level Of Surface +10 Mm -20 Mm Permitted Surface Irregularity Measured By 3-m Straight-edge 20 Mm Permitted Variation From Design Crossfall Or Camber ±0.3% Permitted Variation From Design Longitudinal Grade Over 25 M In Length ±0.1% Method Of Measurement Aggregate Subbase Course Will Be Measured By The Cubic Meter (m3). The Quantity To Be Paid For Shall Be The Design Volume Compacted In-place As Shown On The Plans, And Accepted In The Completed Course. No Allowance Will Be Given For Materials Placed Outside The Design Limits Shown On The Cross-sections. Trial Sections Shall Not Be Measured Separately But Shall Be Included In The Quantity Of Subbase Herein Measured. Basis Of Payment The Accepted Quantities, Measured As Prescribed In Section 200.4, Shall Be Paid For At The Contract Unit Price For Aggregate Subbase Course Which Price And Payment Shall Be Full Compensation For Furnishings And Placing All Materials, Including All Labor, Equipment, Tools And Incidentals Necessary To Complete The Work Prescribed In This Item. Payment Will Be Made Under: Pay Item Number Description Unit Of Measurement 200 Aggregate Subbase Course Cubic Meter Part F – Bridge Construction Item 404 – Reinforcing Steel Description This Item Shall Consist Of Furnishing, Bending, Fabricating And Placing Of Steel Reinforcement Of The Type, Size, Shape And Grade Required In Accordance With This Specification And In Conformity With The Requirements Shown On The Plans Or As Directed By The Engineer. Material Requirements Reinforcing Steel Shall Meet The Requirements Of Item 710, Reinforcing Steel And Wire Rope. Construction Requirements Order Lists Before Materials Are Ordered, All Order Lists And Bending Diagrams Shall Be Furnished By The Contractor, For Approval Of The Engineer. The Approval Of Order Lists And Bending Diagrams By The Engineer Shall In No Way Relieve The Contractor Of Responsibility For The Correctness Of Such Lists And Diagrams. Any Expense Incident To The Revisions Of Materials Furnished In Accordance With Such Lists And Diagrams To Make Them Comply With The Plans Shall Be Borne By The Contractor. 404.3.2 Protection Of Material Steel Reinforcement Shall Be Stored Above The Surface Of The Ground Upon Platforms, Skids, Or Other Supports And Shall Be Protected As Far As Practicable From Mechanical Injury And Surface Deterioration Caused By Exposure To Conditions Producing Rust. When Placed In The Work, Reinforcement Shall Be Free From Dirt, Detrimental Rust, Loose Scale, Paint, Grease, Oil, Or Other Foreign Materials. Reinforcement Shall Be Free From Injurious Defects Such As Cracks And Laminations. Rust, Surface Seams, Surface Irregularities Or Mill Scale Will Not Be Cause For Rejection, Provided The Minimum Dimensions, Cross Sectional Area And Tensile Properties Of A Hand Wire Brushed Specimen Meets The Physical Requirements For The Size And Grade Of Steel Specified. Bending All Reinforcing Bars Requiring Bending Shall Be Cold-bent To The Shapes Shown On The Plans Or Required By The Engineer. Bars Shall Be Bent Around A Circular Pin Having The Following Diameters (d) In Relation To The Diameter Of The Bar (d): Nominal Diameter, D, Mm Pin Diameter (d) 10 To 20 25 To 28 32 And Greater 6d 8d 10d Bends And Hooks In Stirrups Or Ties May Be Bent To The Diameter Of The Principal Bar Enclosed Therein. Placing And Fastening All Steel Reinforcement Shall Be Accurately Placed In The Position Shown On The Plans Or Required By The Engineer And Firmly Held There During The Placing And Setting Of The Concrete. Bars Shall Be Tied At All Intersections Except Where Spacing Is Less Than 300mm In Each Directions, In Which Case, Alternate Intersections Shall Be Tied. Ties Shall Be Fastened On The Inside. Distance From The Forms Shall Be Maintained By Means Of Stays, Blocks, Ties, Hangers, Or Other Approved Supports, So That It Does Not Vary From The Position Indicated On The Plans By More Than 6mm. Blocks For Holding Reinforcement From Contact With The Forms Shall Be Precast Mortar Blocks Of Approved Shapes And Dimensions. Layers Of Bars Shall Be Separated By Precast Mortar Blocks Or By Other Equally Suitable Devices. The Use Of Pebbles, Pieces Of Broken Stone Or Brick, Metal Pipe And Wooden Blocks Shall Not Be Permitted. Unless Otherwise Shown On The Plans Or Required By The Engineer, The Minimum Distance Between Bars Shall Be 40mm. Reinforcement In Any Member Shall Be Placed And Then Inspected And Approved By The Engineer Before The Placing Of Concrete Begins. Concrete Placed In Violation Of This Provision May Be Rejected And Removal May Be Required. If Fabric Reinforcement Is Shipped In Rolls, It Shall Be Straightened Before Being Placed. Bundled Bars Shall Be Tied Together At Not More Than 1.8m Intervals. Splicing All Reinforcement Shall Be Furnished In The Full Lengths Indicated On The Plans. Splicing Of Bars, Except Were Shown On The Plans, Will Not Be Permitted Without The Written Approval Of The Engineer. Splices Shall Be Staggered As Far As Possible And With A Minimum Separation Of Not Less Than 40 Bar Diameters. Not More Than One-third Of The Bars May Be Spliced In The Same Cross-section, Except Were Shown On The Plans. Unless Otherwise Shown On The Plans, Bars Shall Be Lapped A Minimum Distance Of: Splice Type Grade 40 Min. Lap Grade 60 Min. Lap But Not Less Than Tension 24 Bar Dia 36 Bar Dia 300 Mm Compression 20 Bar Dia 24 Bar Dia 300 Mm In Lapped Splices, The Bars Shall Be Placed In Contact And Wired Together. Lapped Splices Will Not Be Permitted At Locations Where The Concrete Section Is Insufficient To Provide Minimum Clear Distance Of One And One-third The Maximum Size Of Coarse Aggregate Between The Splice And The Nearest Adjacent Bar. Welding Of Reinforcing Steel Shall Be Done Only If Detailed On The Plans Or If Authorized By The Engineer In Writing. Spiral Reinforcement Shall Be Spliced By Lapping At Least One And A Half Turns Or By Butt Welding Unless Otherwise Shown On The Plans. Lapping Of Bar Mat Sheets Of Mesh Or Bar Mat Reinforcement Shall Overlap Each Other Sufficiently To Maintain A Uniform Strength And Shall Be Securely Fastened At The Ends And Edges. The Overlap Shall Not Be Less Than One Mesh In Width. Method Of Measurement The Quantity Of Reinforcing Steel To Be Paid For Will Be The Final Quantity Placed And Accepted In The Completed Structure. No Allowance Will Be Made For Tie-wires, Separators, Wire Chairs And Other Material Used In Fastening The Reinforcing Steel In Place. If Bars Are Substituted Upon The Contractor’s Request And Approved By The Engineer And As A Result Thereof More Steel Is Used Than Specified, Only The Mass Specified Shall Be Measured For Payment. No Measurement Or Payment Will Be Made For Splices Added By The Contractor Unless Directed Or Approved By The Engineer. When There Is No Item For Reinforcing Steel In The Bill Of Quantities, Costs Will Be Considered As Incidental To The Other Items In The Bill Of Quantities. Basis Of Payment The Accepted Quantity, Measured As Prescribed In Section 404.4, Shall Be Paid For At The Contract Unit Price For Reinforcing Steel Which Price And Payment Shall Be Full Compensation For Furnishing And Placing All Materials, Including All Labor, Equipment, Tools And Incidentals Necessary To Complete The Work Prescribed In This Item. Payment Will Be Made Under: Pay Item Number Description Unit Of Measurement 404 Reinforcing Steel Kilogram Item 405 – Structural Concrete Description 405.1.1 Scope This Item Shall Consist Of Furnishing, Bending, Placing And Finishing Concrete In All Structures Except Pavements In Accordance With This Specification And Conforming To The Lines, Grades, And Dimensions Shown On The Plans. Concrete Shall Consist Of A Mixture Of Portland Cement, Fine Aggregate, Coarse Aggregate, Admixture When Specified, And Water Mixed In The Proportions Specified Or Approved By The Engineer. 405.1.2 Classes And Uses Of Concrete Five Classes Of Concrete Are Provided For In This Item, Namely: A, B, C, P And Seal. Each Class Shall Be Used In That Part Of The Structure As Called For On The Plans. The Classes Of Concrete Will Generally Be Used As Follows: Class A – All Superstructures And Heavily Reinforced Substructures. The Important Parts Of The Structure Included Are Slabs, Beams, Girders, Columns, Arch Ribs, Box Culverts, Reinforced Abutments, Retaining Walls, And Reinforced Footings. Class B – Footings, Pedestals, Massive Pier Shafts, Pipe Bedding, And Gravity Walls, Unreinforced Or With Only A Small Amount Of Reinforcement. Class C – Thin Reinforced Sections, Railings, Precast R.c. Piles And Cribbing And For Filler In Steel Grid Floors. Class P – Prestressed Concrete Structures And Members. Seal – Concrete Deposited In Water. Material Requirements Portland Cement It Shall Conform To All The Requirements Of Subsection 311.2.1. Fine Aggregate It Shall Conform To All The Requirements Of Subsection 311.2.2. Coarse Aggregate It Shall Conform All The Requirements Of Subsection 311.2.3 Except That Gradation Shall Conform To Table 405.1. Table 405.1 – Grading Requirements For Coarse Aggregate Sieve Designation Mass Percent Passing Standard Mm Alternate Us Standard Class A Class B Class C Class P Class Seal 63 50 37.5 25 19.0 12.5 9.5 4.75 2-1/2” 2” 1-1/2” 1” ¾” ½” 3/8” No.4 100 95 – 100 - 35 – 70 - 10 – 30 0 - 5 100 95 – 100 - 35 – 70 - 10 – 30 - 0 - 5 100 90 – 100 40 – 70 0 – 15* 100 95 – 100 - 20 – 55 0 – 10* 100 95 – 100 - 25 – 60 - 0 – 10* * The Measured Cement Content Shall Be Within Plus (+) Or Minus (-) 2 Mass Percent Of The Design Cement Content. Water It Shall Conform To The Requirements Of Subsection 311.2.4 Reinforcing Steel It Shall Conform To The Requirements Of Item 710, Reinforcing Steel And Wire Rope. Admixtures Admixtures Shall Conform To The Requirements Of Subsection 311.2.7 Curing Materials Curing Materials Shall Conform To The Requirements Of Subsection 311.2.8. Expansion Joint Materials Expansion Joint Materials Shall Be: Preformed Sponge Rubber And Cork, Conforming To Aashto M 153. Hot-poured Elastic Type, Conforming To Aashto M 173. Preformed Fillers, Conforming To Aashto M 213. Elastomeric Compression Joint Seals These Shall Conform To Aashto M 220. Elastomeric Bearing Pads These Shall Conform To Aashto M 251 Or Item 412 – Elastomeric Bearing Pads. Storage Of Cement And Aggregates Storage Of Cement And Aggregates Shall Conform To All The Requirements Of Subsection 311.2.10. Sampling And Testing Of Structural Concrete As Work Progresses, At Least One (1) Sample Consisting Of Three (3) Concrete Cylinder Test Specimens, 150 X 300mm (6 X 12 Inches), Shall Be Taken From Each Seventy-five (75) Cubic Meters Of Each Class Of Concrete Or Fraction Thereof Placed Each Day. Compliance With The Requirements Of This Section Shall Be Determined In Accordance With The Following Standard Methods Of Aashto: Sampling Of Fresh Concrete Weight Per Cubic Meter And Air Content (gravi-metric) Of Concrete Sieve Analysis Of Fine And Coarse Aggregates Slump Of Portland Cement Concrete Specific Gravity And Absorption Of Fine Aggregate T 141 T 121 T 27 T 119 T 84 Tests For Strength Shall Be Made In Accordance With The Following: Making And Curing Concrete Compressive And Flexural Tests Specimens In The Field Compressive Strength Of Molded Concrete Cylinders T 23 T 22 Production Requirements Proportioning And Strength Of Structural Concrete The Concrete Materials Shall Be Proportioned In Accordance With The Requirements For Each Class Of Concrete As Specified In Table 405.2, Using 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”. Other Methods Of Proportioning May Be Employed In The Mix Design With Prior Approval Of The Engineer. The Mix Shall Either Be Designed Or Approved By The Engineer. A Change In The Source Of Materials During The Progress Of Work May Necessitate A New Mix Design. The Strength Requirements For Each Class Of Concrete Shall Be As Specified In Table 405.2. Table 405.2 - Composition And Strength Of Concrete For Use In Structures Class Of Concrete Minimum Cement Content Per M3 Kg (bag**) Maximum Water/ Cement Ratio Kg/kg Consistency Range In Slump Mm (inch) Designated Size Of Coarse Aggregate Square Opening Std. Mm Minimum Compressive Strength Of 150x300mm Concrete Cylinder Specimen At 28 Days, Mn/m2 (psi) A B C P Seal 360 (9 Bags) 320 (8 Bags) 380 (9.5 Bags) 440 (11 Bags) 380 (9.5 Bags) 0.53 0.58 0.55 0.49 0.58 50 – 100 (2 – 4) 50 – 100 (2 – 4) 50 – 100 (2 – 4) 100 Max. (4 Max.) 100 – 200 (4 - 8) 37.5 – 4.75 (1-1/2” – No. 4) 50 – 4.75 (2” – No. 4) 12.5 – 4.75 (1/2” – No. 4) 19.0 – 4.75 (3/4” – No. 4) 25 – 4.75 (1” – No. 4) 20.7 (3000) 16.5 (2400) 20.7 (3000) 37.7 (5000) 20.7 (3000) * The Measured Cement Content Shall Be Within Plus Or Minus 2 Mass Percent Of The Design Cement Content. ** Based On 40 Kg/bag 405.4.2 Consistency Concrete Shall Have A Consistency Such That It Will Be Workable In The Required Position. It Shall Be Of Such A Consistency That It Will Flow Around Reinforcing Steel But Individual Particles Of The Coarse Aggregate When Isolated Shall Show A Coating Of Mortar Containing Its Proportionate Amount Of Sand. The Consistency Of Concrete Shall Be Gauged By The Ability Of The Equipment To Properly Place It And Not By The Difficulty In Mixing And Transporting. The Quantity Of Mixing Water Shall Be Determined By The Engineer And Shall Not Be Varied Without His Consent. Concrete As Dry As It Is Practical To Place With The Equipment Specified Shall Be Used. Batching Measuring And Batching Of Materials Shall Be Done At A Batching Plant. Portland Cement Either Sacked Or Bulk Cement May Be Used. No Fraction Of A Sack Of Cement Shall Be Used In A Batch Of Concrete Unless The Cement Is Weighed. All Bulk Cement Shall Be Weighed On An Approved Weighing Device. The Bulk Cement Weighing Hopper Shall Be Properly Sealed And Vented To Preclude Dusting Operation. The Discharge Chute Shall Not Be Suspended From The Weighing Hopper And Shall Be So Arranged That Cement Will Neither Be Lodged In It Nor Leak From It. Accuracy Of Batching Shall Be Within Plus (+) Or Minus (-) 1 Mass Percent. Water 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 More Than 1 Percent. Aggregates Stockpiling Of Aggregates Shall Be In Accordance With Subsection 311.2.10. All Aggregates Whether Produced Or Handled By Hydraulic Methods Or Washed, Shall Be Stockpiled Or Binned For Draining For At Least 12 Hours Prior To Batching. Rail Shipment Requiring More Than12 Hours Will Be Accepted As Adequate Binning Only If The Car Bodies Permit Free Drainage. If The Aggregates Contain High Or Non-uniform Moisture Content, Storage Or Stockpile Period In Excess Of 12 Hours May Be Required By The Engineer. Batching Shall Be Conducted As To Result In A 2-mass Percent Maximum Tolerance For The Required Materials. Bins And Scales The Batching Plant Shall Include Separate Bins For Bulk Cement, Fine Aggregate And For Each Size Of Coarse Aggregate, A Weighing Hopper, And Scales Capable Of Determining Accurately The Mass Of Each Component Of The Batch. Scales Shall Be Accurate To One-half (0.5) Percent Throughout The Range Used. Batching When Batches Are Hauled To The Mixer, Bulk Cement Shall Be Transported Either In Waterproof Compartments Or Between The Fine And Coarse Aggregate. When Cement Is Placed In Contact With Moist Aggregates, Batches Will Be Rejected Unless Mixed Within 1-1/2 Hours Of Such Contact. Sacked Cement May Be Transported On Top Of The Aggregates. Batches Shall Be Delivered To The Mixer Separate And Intact. Each Batch Shall Be Dumped Cleanly Into The Mixer Without Loss, And, When More Than One Batch Is Carried On The Truck, Without Spilling Of Material From One Batch Compartment Into Another. Admixtures The Contractor Shall Follow An Approved Procedure For Adding The Specified Amount Of Admixture To Each Batch And Will Be Responsible For Its Uniform Operation During The Progress Of The Work. He Shall Provide Separate Scales For The Admixtures Which Are To Be Proportioned By Weight, And Accurate Measures For Those To Be Proportioned By Volume. Admixtures Shall Be Measured Into The Mixer With An Accuracy Of Plus Or Minus Three (3) Percent. The Use Of Calcium Chloride As An Admixture Will Not Be Permitted. Mixing And Delivery Concrete May Be Mixed At The Site Of Construction, At A Central Point Or By A Combination Of Central Point And Truck Mixing Or By A Combination Of Central Point Mixing And Truck Agitating. Mixing And Delivery Of Concrete Shall Be In Accordance With The Appropriate Requirements Of Aashto M 157 Except As Modified In The Following Paragraphs Of This Section, For Truck Mixing Or A Combination Of Central Point And Truck Mixing Or Truck Agitating. Delivery Of Concrete Shall Be Regulated So That Placing Is At A Continuous Rate Unless Delayed By The Placing Operations. The Intervals Between Delivery Of Batches Shall Not Be So Great As To Allow The Concrete In Place To Harden Partially, And In No Case Shall Such An Interval Exceed 30 Minutes. In Exceptional Cases And When Volumetric Measurements Are Authorized, For Small Project Requiring Less Than 75 Cu.m. 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 Scales For Determining The Batch Weight Will Be Used. For Batch Mixing At The Site Of Construction Or At A Central Point, A Batch Mixer Of An Approved Type Shall Be Used. Mixer Having A Rated Capacity Of Less Than A One-bag Batch Shall Not Be Used. The Volume Of Concrete Mixed Per Batch Shall Not Exceed The Mixer’s Nominal Capacity As Shown On The Manufacturer’s Standard Rating Plate On The Mixer Except That An Overload Up To 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 Batch Shall Be So Charge Into The Drum That A Portion Of The Water Shall Enter 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 15 Seconds Of The Mixing Period. Mixing Time Shall Be Measured From The Time All Materials, Except Water, Are In The Drum. Mixing Time Shall Not Be Less Than 60 Seconds For Mixers Having A Capacity Of 1.5m3 Or Less. For Mixers Having A Capacity Greater Than 1.5m3, The Mixing Time Shall Not Be Less Than 90 Seconds. If Timing Starts, The Instant The Skip Reaches Its Maximum Raised Position, 4 Seconds Shall Be Added To The Specified Mixing Time. Mixing Time Ends When The Discharge Chute Opens. The Mixer Shall Be Operated At The Drum Speed As Shown On The Manufacturer’s Name Plate On The Mixer. Any Concrete Mixed Less Than The Specified Time Shall Be Discarded And Disposed Off By The Contractor At His Own Expenses. The Timing Device On Stationary Mixers Shall Be Equipped With A Bell Or Other Suitable Warning Device Adjusted To Give A Clearly Audible Signal Each Time The Lock Is Released. In Case Of Failure Of The Timing Device, The Contractor Will Be Permitted To Continue Operations While It Is Being Repaired, Provided He Furnishes An Approved Timepiece Equipped With Minute And Second Hands. If The Timing Device Is Not Placed In Good Working Order Within 24 Hours, Further Use Of The Mixer Will Be Prohibited Until Repairs Are Made. Retempering Concrete Will Not Be Permitted. Admixtures For Increasing The Workability, For Retarding The Set, Or For Accelerating The Set Or Improving The Pumping Characteristics Of The Concrete Will Be Permitted Only When Specifically Provided For In The Contract, Or Authorized In Writing By The Engineer. Mixing Concrete: General Concrete Shall Be Thoroughly Mixed In A Mixer Of An Approved Size And Type That Will Insure A Uniform Distribution Of The Materials Throughout The Mass. All Concrete Shall Be Mixed In Mechanically Operated Mixers. Mixing Plant And Equipment For Transporting And Placing Concrete Shall Be Arranged With An Ample Auxiliary Installation To Provide A Minimum Supply Of Concrete In Case Of Breakdown Of Machinery Or In Case The Normal Supply Of Concrete Is Disrupted. The Auxiliary Supply Of Concrete Shall Be Sufficient To Complete The Casting Of A Section Up To A Construction Joint That Will Meet The Approval Of The Engineer. Equipment Having Components Made Of Aluminum Or Magnesium Alloys, Which Would Have Contact With Plastic Concrete During Mixing, Transporting Or Pumping Of Portland Cement Concrete, Shall Not Be Used. Concrete Mixers Shall Be Equipped With Adequate Water Storage And A Device Of Accurately Measuring And Automatically Controlling The Amount Of Water Used. Materials Shall Be Measured By Weighing. The Apparatus Provided For Weighing The Aggregates And Cement Shall Be Suitably Designed And Constructed For This Purpose. The Accuracy Of All Weighing Devices Except That For Water Shall Be Such That Successive Quantities Can Be Measured To Within One Percent Of The Desired Amounts. The Water Measuring Device Shall Be Accurate To Plus Or Minus 0.5 Mass Percent. All Measuring Devices Shall Be Subject To The Approval Of The Engineer. Scales And Measuring Devices Shall Be Tested At The Expense Of The Contractor As Frequently As The Engineer May Deem Necessary To Ensure Their Accuracy. Weighing Equipment Shall Be Insulated Against Vibration Or Movement Of Other Operating Equipment In The Plant. When The Entire Plant Is Running, The Scale Reading At Cut-off Shall Not Vary From The Weight Designated By The Engineer More Than One Mass Percent For Cement, 1-1/2 Mass Percent For Any Size Of Aggregate, Or One (1) Mass Percent For The Total Aggregate In Any Batch. Mixing Concrete At Site Concrete Mixers May Be Of The Revolving Drum Or The Revolving Blade Type And The Mixing Drum Or Blades Shall Be Operated Uniformly At The Mixing Speed Recommended By The Manufacturer. The Pick-up And Throw-over Blades Of Mixers Shall Be Restored Or Replaced When Any Part Or Section Is Worn 20mm Or More Below The Original Height Of The Manufacturer’s Design. Mixers And Agitators Which Have An Accumulation Of Hard Concrete Or Mortar Shall Not Be Used. When Bulk Cement Is Used And Volume Of The Batch Is 0.5m3 Or More, The Scale And Weigh Hopper For Portland Cement Shall Be Separate And Distinct From The Aggregate Hopper Or Hoppers. The Discharge Mechanism Of The Bulk Cement Weigh Hopper Shall Be Interlocked Against Opening Before The Full Amount Of Cement Is In The Hopper. The Discharging Mechanism Shall Also Be Interlocked Against Opening When The Amount Of Cement In The Hopper Is Underweight By More Than One (1) Mass Percent Or Overweight By More Than 3 Mass Percent Of The Amount Specified. When The Aggregate Contains More Water Than The Quantity Necessary To Produce A Saturated Surface Dry Condition, Representative Samples Shall Be Taken And The Moisture Content Determined For Each Kind Of Aggregate. The Batch Shall Be So Charged Into The Mixer That Some Water Will Enter In Advance Of Cement And Aggregate. All Water Shall Be In The Drum By The End Of The First Quarter Of The Specified Mixing Time. Cement Shall Be Batched And Charged Into The Mixer So That It Will Not Result In Loss Of Cement Due To The Effect Of Wind, Or In Accumulation Of Cement On Surface Of Conveyors Or Hoppers, Or In Other Conditions Which Reduce Or Vary The Required Quantity Of Cement In The Concrete Mixture. The Entire Content Of A Batch Mixer Shall Be Removed From The Drum Before Materials For A Succeeding Batch Are Placed Therein. The Materials Composing A Batch Except Water Shall Be Deposited Simultaneously Into The Mixer. All Concrete Shall Be Mixed For A Period Of Not Less Than 1-1/2 Minutes After All Materials, Including Water, Are In The Mixer. During The Period Of Mixing, The Mixer Shall Operate At The Speed For Which It Has Been Designed. Mixers Shall Be Operated With An Automatic Timing Device That Can Be Locked By The Engineer. The Time Device And Discharge Mechanics Shall Be So Interlocked That During Normal Operation No Part Of The Batch Will Be Charged Until The Specified Mixing Time Has Elapsed. The First Batch Of Concrete Materials Placed In The Mixer Shall Contain A Sufficient Excess Of Cement, Sand, And Water To Coat Inside Of The Drum Without Reducing The Required Mortar Content Of The Mix. When Mixing Is To Cease For A Period Of One Hour Or More, The Mixer Shall Be Thoroughly Cleaned. Mixing Concrete At Central Plant Mixing At Central Plant Shall Conform To The Requirements For Mixing At The Site. Mixing Concrete In Truck Truck Mixers, Unless Otherwise Authorized By The Engineer, Shall Be Of The Revolving Drum Type, Water-tight, And So Constructed That The Concrete Can Be Mixed To Insure A Uniform Distribution Of Materials Throughout The Mass. All Solid Materials For The Concrete Shall Be Accurately Measured And Charged Into The Drum At The Proportioning Plant. Except As Subsequently Provided, The Truck Mixer Shall Be Equipped With A Device By Which The Quantity Of Water Added Can Be Readily Verified. The Mixing Water May Be Added Directly To The Batch, In Which Case A Tank Is Not Required. Truck Mixers May Be Required To Be Provided With A Means Of Which The Mixing Time Can Be Readily Verified By The Engineer. The Maximum Size Of Batch In Truck Mixers Shall Not Exceed The Minimum Rated Capacity Of The Mixer As Stated By The Manufacturer And Stamped In Metal On The Mixer. Truck Mixing, Shall, Unless Other-wise Directed Be Continued For Not Less Than 100 Revolutions After All Ingredients, Including Water, Are In The Drum. The Mixing Speed Shall Not Be Less Than 4 Rpm, Nor More Than 6 Rpm. Mixing Shall Begin Within 30 Minutes After The Cement Has Been Added Either To The Water Or Aggregate, But When Cement Is Charged Into A Mixer Drum Containing Water Or Surface Wet Aggregate And When The Temperature Is Above 32oc, This Limit Shall Be Reduced To 15 Minutes. The Limitation In Time Between The Introduction Of The Cement To The Aggregate And The Beginning Of The Mixing May Be Waived When, In The Judgement Of The Engineer, The Aggregate Is Sufficiently Free From Moisture, So That There Will Be No Harmful Effects On The Cement. When A Truck Mixer Is Used For Transportation, The Mixing Time Specified In Subsection 405.4.4 (3) At A Stationary Mixer May Be Reduced To 30 Seconds And The Mixing Completed In A Truck Mixer. The Mixing Time In The Truck Mixer Shall Be As Specified For Truck Mixing. Transporting Mixed Concrete Mixed Concrete May Only Be Transported To The Delivery Point In Truck Agitators Or Truck Mixers Operating At The Speed Designated By The Manufacturers Of The Equipment As Agitating Speed, Or In Non-agitating Hauling Equipment, Provided The Consistency And Workability Of The Mixed Concrete Upon Discharge At The Delivery Point Is Suitable Point For Adequate Placement And Consolidation In Place. Truck Agitators Shall Be Loaded Not To Exceed The Manufacturer’s Guaranteed Capacity. They Shall Maintain The Mixed Concrete In A Thoroughly Mixed And Uniform Mass During Hauling. No Additional Mixing Water Shall Be Incorporated Into The Concrete During Hauling Or After Arrival At The Delivery Point. The Rate Of Discharge Of Mixed Concrete From Truck Mixers Or Agitators Shall Be Controlled By The Speed Of Rotation Of The Drum In The Discharge Direction With The Discharge Gate Fully Open. When A Truck Mixer Or Agitator Is Used For Transporting Concrete To The Delivery Point, Discharge Shall Be Completed Within One Hour, Or Before 250 Revolutions Of The Drum Or Blades, Whichever Comes First, After The Introduction Of The Cement To The Aggregates. Under Conditions Contributing To Quick Stiffening Of The Concrete Or When The Temperature Of The Concrete Is 30oc, Or Above, A Time Less Than One Hour Will Be Required. Delivery Of Mixed Concrete The Contractor Shall Have Sufficient Plant Capacity And Transportation Apparatus To Insure Continuous Delivery At The Rate Required. The Rate Of Delivery Of Concrete During Concreting Operations Shall Be Such As To Provide For The Proper Handling, Placing And Finishing Of The Concrete. The Rate Shall Be Such That The Interval Between Batches Shall Not Exceed 20 Minutes. The Methods Of Delivering And Handling The Concrete Shall Be Such As Will Facilitate Placing Of The Minimum Handling. Method Of Measurement The Quantity Of Structural Concrete To Be Paid For Will Be The Final Quantity Placed And Accepted In The Completed Structure. No Deduction Will Be Made For The Volume Occupied By Pipe Less Than 100mm (4 Inches) In Diameter Or By Reinforcing Steel, Anchors, Conduits, Weep Holes Or Expansion Joint Materials. Basis Of Payment The Accepted Quantities, Measured As Prescribed In Section 405.5, Shall Be Paid For At The Contract Unit Price For Each Of The Pay Item Listed Below That Is Included In The Bill Of Quantities. Payment Shall Constitute Full Compensation For Furnishing, Placing And Finishing Concrete Including All Labor, Equipment, Tools And Incidentals Necessary To Complete The Work Prescribed In The Item. Payment Will Be Made Under: Pay Item Number Description Unit Of Measurement 405 (1) 405 (2) 405 (3) 405 (4) 405 (5) Structural Concrete, Class A Structural Concrete, Class B Structural Concrete, Class C Structural Concrete, Class P Seal Concrete Cubic Meter Cubic Meter Cubic Meter Cubic Meter Cubic Meter Part G – Drainage And Slope Protection Structures Item 500 – Pipe Culverts And Storm Drains Description This Item Shall Consist Of The Construction Or Reconstruction Of Pipe Culverts And Storm Drains, Hereinafter Referred To As “conduit” In Accordance With This Specification And In Conformity With The Lines And Grades Shown On The Plans Or As Established By The Engineer. Material Requirements Material Shall Meet The Requirements Specified In The Following Specifications: Zinc Coated (galvanized) Corrugated Iron Or Steel Culverts And Underdrains Aashto M 36 Cast Iron Culvert Pipe Aashto M 64 Concrete Sewer, Storm Drain And Culvert Pipe Aashto M 86 Reinforced Concrete Culvert, Storm Drain And Sewer Pipe Aashto M 170 Bituminous Coated Corrugated Metal Culvert Pipe And Pipe Arches Aashto M 190 Reinforced Concrete Arch Culvert, Storm Drain And Sewer Pipe Aashto M 206 Reinforced Concrete Elliptical Culvert, Storm Drain And Sewer Pipe Aashto M 207 Asbestos Cement Pipe For Culverts And Storm Drains Aashto M 217 Joint Mortar – Joint Mortar For Concrete Pipes Shall Consist Of 1 Part, By Volume Of Portland Cement And Two (2) Parts Of Approved Sand With Water As Necessary To Obtain The Required Consistency. Portland Cement And Sand Shall Conform To The Requirements Of Item 405, Structural Concrete. Mortar Shall Be Used Within 30 Minutes After Its Preparation. Rubber Gaskets Aashto M 198 Oakum – Oakum For Joints In Bell And Spigot Pipes Shall Be Made From Hemp (cannavis Sativa) Line Or Benares Sunn Fiber Or From A Combination Of These Fibers. The Oakum Shall Be Thoroughly Corded And Finished And Practically Free From Lumps, Dirt And Extraneous Matter. Hot Poured Joint Sealing Compound Aashto M 173 Bedding Material Shall Conform To The Requirements Of Subsection 500.3.2, Bedding. Backfill Material Shall Conform To The Requirements Of Subsection 500.3.6, Backfilling. When The Location Of Manufacturing Plants Allow, The Plants Will Be Inspected Periodically For Compliance With Specified Manufacturing Methods, And Material Samples Will Be Obtained For Laboratory Testing For Compliance With Materials Quality Requirements. This Shall Be The Basis For Acceptance Of Manufacturing Lots As To Quality. Prior To And During Incorporation Of Materials In The Work, These Materials Will Be Subjected To The Latest Inspection And Approval Of The Engineer. Construction Requirements Trenches Excavation Trenches Shall Be Excavated In Accordance With The Requirement Of Item 103, Structure Excavation, To A Width Sufficient To Allow For Proper Jointing Of The Conduit And Thorough Compaction Of The Bedding And Backfill Materials Under And Around The Conduit. Where Feasible, Trench Wall Shall Be Vertical. The Completed Trench Bottom Shall Be Firm For Its Full Length And Width. Where Required, In The Case Of Crop Drains, The Trench Shall Have A Longitudinal Camber Of The Magnitude Specified. When So Specified On The Plans, The Excavation For Conduits Placed In Embankment Fill, Shall Be Made After The Embankment Has Been Completed To The Specified Or Directed Height Above The Designed Grade Of The Conduit. Bedding The Bedding Shall Conform To One Of The Classes Specified. When No Bedding Class Is Specified, The Requirements For Class C Bedding Shall Apply. Class A Bedding Shall Consist Of A Continuous Concrete Cradle Conforming To The Plan Details. Class B Bedding Shall Consist Of Bedding The Conduit To A Depth Of Not Less Than 30 Percent Of The Vertical Outside Diameter Of The Conduit. The Minimum Thickness Of Bedding Material Beneath The Pipe Shall Be 100 Mm. The Bedding Material Shall Be Sand Or Selected Sandy Soil All Of Which Passes A 9.5 Mm Sieve And Not More Than 10 Percent Of Which Passes A 0.075 Mm Sieve. The Layer Of The Bedding Material Shall Be Shaped To Fit The Conduit For At Least 15 Percent Of Its Total Height. Recesses In The Trench Bottom Shall Be Shaped To Accommodate The Bell When Bell And Spigot Type Conduit Is Used. Class C Bedding Shall Consist Of Bedding The Conduit To A Depth Of Not Less Than 10 Percent Of Its Total Height. The Foundation Surface, Completed In Accordance With Item 103, Structure Excavation, Shall Be Shaped To Fit The Conduit And Shall Have Recesses Shaped To Receive The Bells, If Any. For Flexible Pipe, The Bed Shall Be Roughly Shaped And A Bedding Blanket Of Sand Or Fine Granular Material As Specified Above Shall Be Provided As Follows: Pipe Corrugation Depth Minimum Bedding Depth 10 Mm 25 Mm 25 Mm 50 Mm 50 Mm 75 Mm For Large Diameter Structural Plate Pipes The Shaped Bed Need Not Exceed The Width Of Bottom Plate. Laying Conduit The Conduit Laying Shall Begin At The Downstream End Of The Conduit Line. The Lower Segment Of The Conduit Shall Be In Contact With The Shaped Bedding Throughout Its Full Length. Bell Or Groove Ends Of Rigid Conduits And Outside Circumferential Laps Of Flexible Conduits Shall Be Placed Facing Upstream. Flexible Conduit Shall Be Placed With Longitudinal Laps Or Seams At The Sides. Paved Or Partially-lined Conduit Shall Be Laid Such That The Longitudinal Center Line Of The Paved Segment Coincides With The Flow Line. Elliptical And Elliptically Reinforced Conduits Shall Be Placed With The Major Axis Within 5 Degrees Of A Vertical Plane Through The Longitudinal Axis Of The Conduit. Jointing Conduit Rigid Conduits May Either Be Of Bell And Spigot Or Tongue And Groove Design Unless Another Type Is Specified. The Method Of Joining Conduit Sections Shall Be Such That The Ends Are Fully Entered And The Inner Surfaces Are Reasonably Flush And Even. Joints Shall Be Made With (a) Portland Cement Mortar, (b) Portland Cement Grout, (c) Rubber Gaskets, (d) Oakum And Mortar, (e) Oakum And Joint Compound, (f) Plastic Sealing Compound, Or By A Combination Of These Types, Or Any Other Type, As May Be Specified. Mortar Joints Shall Be Made With An Excess Of Mortar To Form A Continuous Bead Around The Outside Of The Conduit And Finished Smooth On The Inside. For Grouted Joints, Molds Or Runners Shall Be Used To Retain The Poured Grout. Rubber Ring Gaskets Shall Be Installed So As To Form A Flexible Water-tight Seal. Where Oakum Is Used, The Joint Shall Be Called With This Material And Then Sealed With The Specified Material. When Portland Cement Mixtures Are Used, The Completed Joints Shall Be Protected Against Rapid Drying By Any Suitable Covering Material. Flexible Conduits Shall Be Firmly Joined By Coupling Bands. Conduits Shall Be Inspected Before Any Backfill Is Placed. Any Pipe Found To Be Out Of Alignment, Unduly Settled, Or Damaged Shall Be Taken Up And Re-laid Or Replaced. Field Strutting When Required By The Plans, Vertical Diameter Of Round Flexible Conduit Shall Be Increased 5 Percent By Shop Elongation Or By Means Of Jacks Applied After The Entire Line Of Conduit Has Been Installed On The Bending But Before Backfilling. The Vertical Elongation Shall Be Maintained By Means Of Sills And Struts Or By Horizontal Ties Shall Be Used On Paved Invert Pipe. Ties And Struts Shall Be 300 Mm In Place Until The Embankment Is Completed And Compacted, Unless Otherwise Shown On The Plans. These Construction Specifications Shall Also Apply In The Case Of Relaid Conduits. In Addition, All Conduits Salvaged For Relaying Shall Be Cleaned Of All Foreign Materials Prior To Reinstallation. Backfilling Materials For Backfilling On Each Side Of The Conduit For The Full Trench Width And To An Elevation Of 300 Mm Above The Top Of The Conduit Shall Be Fine, Readily Compactible Soil Or Granular Material Selected From Excavation Or From A Source Of The Contractor’s Choice, And Shall Not Contain Stones That Would Be Retained On A 50 Mm Sieve, Chunks Of Highly Plastic Clay, Or Other Objectionable Material. Granular Backfill Material Shall Have Not Less Than 95 Percent Passing A 12.5 Mm Sieve And Not Less Than 95 Percent Retained On A 4.75 Mm Sieve. Oversized Material, If Present, Shall Be Removed At The Source Of The Material, Except As Directed By The Engineer. When The Top Of The Conduit Is Flushed With Or Below The Top Of The Trench, Backfill Material Shall Be Placed At Or Near Optimum Moisture Content And Compacted In Layers Not Exceeding 150 Mm (compacted) On Both Sides To An Elevation 300 Mm Above The Top Of The Conduit. Care Shall Be Exercised To Thoroughly Compact The Backfill Under The Haunches Of The Conduit. The Backfill Shall Be Brought Up Evenly On Both Sides Of The Conduit For The Full Required Length. Except Where Negative Projecting Embankment-type Installation Is Specified, The Backfill Material Shall Be Placed And Compacted For The Full Depth Of The Trench. When The Top Of The Conduit Is Above The Top Of The Trench, Backfill Shall Be Placed At Or Near Optimum Moisture Content And Compacted In Layers Not Exceeding 300 Mm (compacted) And Shall Be Brought Up Evenly On Both Sides Of The Conduit For Its Full Length To An Elevation 300 Mm Above The Top Of The Conduit. The Width Of The Backfill On Each Side Of The Conduit For The Portion Above The Top Of The Trench Shall Be Equal To Twice The Diameter Of The Conduit Or 3.5 M, Whichever Is Less. The Backfill Material Used In The Trench Section And The Portion Above The Top Of The Trench For A Distance On Each Side Of The Conduit Equal To The Horizontal Inside Diameter And To 300 Mm Above The Top Of The Conduit Shall Conform To The Requirements For Backfill Materials In This Subsection. The Remainder Of The Backfill Shall Consist Of Materials From Excavation And Borrow That Is Suitable For Embankment Construction. Compaction To The Density Specified In Item 104, Embankment, Shall Be Achieved By Use Of Mechanical Tampers Or By Rolling. All Conduits After Being Bedded And Backfill As Specified In This Subsection Shall Be Protected By One Meter Cover Of Fill Before Heavy Equipment Is Permitted To Cross During Construction Of The Roadway. 500.3.7 Imperfect Trench Under This Method, For Rigid Conduit, The Embankment Shall Be Completed As Described In Subsection 500.3.6, Backfilling, To A Height Above The Conduit Equal To The Vertical Outside Diameter Of The Conduit Plus 300 Mm. A Trench Equal In Width To The Outside Horizontal Diameter Of The Conduit And To The Length Shown On The Plans Or As Directed By The Engineer Shall Then Be Excavated To Within 300 Mm Of The Top Of The Conduit, Trench Walls Being As Nearly Vertical As Possible. The Trench Shall Be Loosely Filled With Highly Compressible Soil. Construction Of Embankment Above Shall Then Proceed In A Normal Manner. Method Of Measurement Conduit Of The Different Types And Sizes, Both New And Relaid, Will Be Measured By The Linear Metre In Place. Conduit With Sloped Or Skewed Ends Will Be Measured Along The Invert. Each Section Will Be Measured By The Number Of Units Installed. Branch Connection And Elbows Will Be Included In The Length Measurement For Conduit, Or They May Be Measured By The Number Of Units Installed. Class B Bedding Material Placed And Approved Shall Be Measured By The Cubic Metre In Place. When The Bid Schedule Contains An Estimated Quantity For “furnishing And Placing Backfill Material, Pipe Culvert”, The Quantity To Be Paid For Will Be The Number Of Cubic Meter Complete In Place And Accepted, Measured In Final Position Between Limits As Follows: Measurement Shall Include Backfill Material In The Trench Up To The Top Of The Original Ground Line But Will Not Include Any Material Placed Outside Of Vertical Planes 450 Mm Up Outside Of And Parallel To The Inside Wall Of Pipe At Its Widest Horizontal Dimension. When The Original Ground Line Is Less Than 300 Mm Above The Top Of The Pipe, The Measurement Will Also Include The Placing Of All Backfill Materials, Above The Original Ground Line Adjacent To The Pipe For A Height Of 300 Mm Above The Top Of Pipe And For A Distance On Each Side Of The Pipe Not Greater Than The Widest Horizontal Dimension Of The Pipe. The Measurement Shall Include The Placing Of Backfill Material In All Trenches Of The Imperfect Trench Method. Materials Re-excavated For Imperfect Trench Construction Will Be Measured For Payment Under Item 103, Structure Excavation. Basis Of Payment The Accepted Quantities Of Conduit, Determined As Provided In Section 500.4, Method Of Measurement, Shall Be Paid For At The Contract Unit Price Per Linear Meter For The Conduit Of The Types And Sizes Specified Complete In Place. End Sections And, When So Specified, Branch Connections And Elbows, Shall Be Paid For At The Contract Unit Price Per Piece For The Kind And Size Specified Complete In Place. Excavation For Culverts And Storm Drains, Including Excavation Below Flow Line Grade And For Imperfect Trench, Shall Be Measured And Paid For As Provided In Item 103, Structure Excavation. Concrete For Class A Bedding Will Be Paid For Under Item 405, Structural Concrete. When The Bid Schedule Does Not Contain As Estimated Quantity For “furnishing And Placing Backfill Material, Pipe Culvert” Payment For Placing Backfill Material Around Pipe Culverts Will Be Considered As Included In The Payment For Excavation Of The Backfill Material. Payment Will Be Made Under: Payment Item Number Description Unit Of Measurement 500 (1) Pipe Culverts, - Mm Linear Meter Class - 500 (2) Storm Drain, - Mm Linear Meter Class - Item 510 – Concrete Slope Protection Description This Item Shall Consist Of The Furnishing And Placing Of Concrete Slope Protection Including All Necessary Excavation, A Bed Course And Reinforced Concrete To The Required Thickness And Extent To Protect Slopes Against Erosion. Construction Details Shall Be As Shown On The Plans. Material Requirements 510.2.1 Bed Course A Bed Course, Where Required, Shall Be Granular Material Which Satisfies The Requirements For Item 200, Aggregate Sub-base, Grading A. 510.2.2 Formwork Formwork, Where Necessary, Shall Be As Specified In Item 407, Concrete Structures. 510.2.3 Steel Reinforcement Steel Reinforcement Shall Be As Specified In Item 404, Reinforcing Steel. 510.2.4 Concrete Concrete Shall Be Class B As Specified In Item 405, Structural Concrete, Unless Otherwise Specified Or Required By The Engineer. Construction Requirements 510.3.1 Excavation The Ground Shall Be Excavated Where Necessary In Accordance With The Dimensions, Lines And Grades Shown On The Plans. 510.3.2 Bed Course Where Shown On The Plans Or Ordered By The Engineer, The Contractor Shall Provide And Lay A Bed Course, To The Depth Required, And As Specified In Item 200, Aggregate Subbase Course, Compacted At Least 100 Percent Of The Maximum Dry Density As Determined By Aashto T 180, Method D. 510.3.3 Concrete The Contractor Shall Provide And Place Concrete In Accordance With The Requirements Of Item 405, Structural Concrete, To The Required Depths In The Positions And To The Grades And Elevations Shown On The Plans. Unless Otherwise Specified, The Concrete Slabs Shall Not Be Greater Than 4m By 4m And Shall Have Between Slabs, Plain Vertical Straight Joints With No Joint Filler Or Sealer. The Toe Of The Concrete Slope Protection Shall Be Constructed And Protected A Shown On The Plans. 510.3.4 Drainage Drainage Of The Bed Course Or Backfill Shall Be Provided As Shown On The Plans Or As Required By The Engineer. 510.4 Method Of Measurement The Quantity Of Granular Material In The Bed Course To Be Paid For Shall Be Measured By The Cubic Meter In-place And Accepted As Shown On The Plans. The Quantity Of Concrete To Be Paid For Shall Be Measured By The Cubic Meter In-place And Accepted As Shown On The Plans. Basis Of Payment The Accepted Quantities As Provided In Section 510.4, Method Of Measurement, Shall Be Paid For At The Contract Unit Price According To The Pay Item In The Bid Schedule Which Price And Payment Shall Constitute Full Compensation For The Necessary Excavation, For All Labor, Equipment, Tools, All Materials Including Formwork And Reinforcing Steel, And Incidentals Necessary To Complete This Item. Payment Will Be Made Under: Pay Item Number Description Unit Of Measurement 510 (1) Bed Course Cubic Meter In-place Granular Material 510 (2) Concrete Cubic Meter In-place Section Vii. Drawings Annex A – Architectural Design Annex B- Project Billboard Plan Section Viii. Bill Of Quantities Bid No. Agr- 24-1186-b Item Description Quantity Unit Unit Cost Total Cost No. I. Miscellaneous Survey And 1.00 L.s. Pesos Staking And Ctvs. (p ) / L.s. P Ii. Project Billboard/signboard 4.00 Each Pesos And Ctvs. (p ) Each P Iii. Traffic Management 1.23 Mo. Pesos And Ctvs. (p ) / Mo. P Iv. Mobilization/demobilization 1.00 L.s. Pesos And Ctvs. (p ) /l.s. P V. Clearing And Grubbing 1.00 L.s. Pesos And Ctvs. (p ) /l.s. P Vi. Removal Of Actual Structures 1.00 L.s. Pesos And Obstructions And Ctvs. (p ) / L.s. P Vii. Structure Excavation 827.40 Cu.m. Pesos And Ctvs. (p ) / Cu.m P Viii. Embankment From Roadway 688.67 Cu.m. Pesos Excavation And Ctvs. (p ) / Cu.m P Ix. Embankment From Borrow 506.05 Cu.m Pesos And Ctvs. (p ) / Cu.m P X. Subgrade Preparation 5,107.20 Sq.m. Pesos And Ctvs. (p ) / Sq.m. P Xi. Aggregate Sub-base Course 989.52 Cu.m Pesos And Ctvs. (p ) / Cu.m P Xii. Reinforcing Steel 6,165.97 Kgs Pesos And Ctvs. (p ) / Kgs P Xiii. Structural Concrete (24mpa, 36.40 Cu.m. Pesos 28 Days) And Ctvs. (p ) / Cu.m. P Xiv. Lined Canal (concrete) 376.00 Ln.m. Pesos And Ctvs. (p ) / Ln.m. P Xv. Concrete Slope Protection 339.29 Cu.m. Pesos And Ctvs. (p ) / Cu.m P Total Bid Cost In Figures P Total Bid Cost In Words Summary Of Costs Item No. Bid Amount I. Miscellaneous Survey And Staking ₱ _____________________________ Ii. Project Billboard/signboard ₱ _____________________________ Iii. Traffic Management ₱ _____________________________ Iv. Mobilization/demobilization ₱ _____________________________ V. Clearing And Grubbing ₱ _____________________________ Vi. Removal Of Actual Structures And Obstructions ₱ _____________________________ Vii. Structure Excavation ₱ _____________________________ Viii. Embankment From Roadway Excavation ₱ _____________________________ Ix. Embankment From Borrow ₱ _____________________________ X. Subgrade Preparation ₱ _____________________________ Xi. Aggregate Sub-base Course ₱ _____________________________ Xii. Reinforcing Steel ₱ _____________________________ Xiii. Structural Concrete (24 Mpa, 28 Days) ₱ _____________________________ Xiv. Lined Canal (concrete) ₱ _____________________________ Xv. Concrete Slope Protection ₱ _____________________________ Total Bid Amount ₱ _____________________________ Section Ix. Checklist Of Technical And Financial Documents Technical Component Envelope Class “a” Documents Legal Documents ⬜ (a)valid Philgeps Registration Certificate (platinum Membership) (all Pages) In Accordance With Section 8.5.2 Of The Irr; Technical Documents ⬜ Statement Of The Prospective Bidder Of All Its Ongoing Government And Private Contracts, Including Contracts Awarded But Not Yet Started, If Any, Whether Similar Or Not Similar In Nature And Complexity To The Contract To Be Bid; And ⬜ Statement Of The Bidder’s Single Largest Completed Contract (slcc) Similar To The Contract To Be Bid, Except Under Conditions Provided Under The Rules; And ⬜ Special Pcab License In Case Of Joint Ventures; And Registration For The Type And Cost Of The Contract To Be Bid; And ⬜ Original Copy Of Bid Security. If In The Form Of A Surety Bond, Submit Also A Certification Issued By The Insurance Commission; Or Original Copy Of Notarized Bid Securing Declaration; And Project Requirements, Which Shall Include The Following: ⬜ Organizational Chart For The Contract To Be Bid; ⬜ List Of Contractor’s Key Personnel (e.g., Project Manager, Project Engineers, Materials Engineers, And Foremen), To Be Assigned To The Contract To Be Bid, With Their Complete Qualification And Experience Data; ⬜ List Of Contractor’s Major Equipment Units, Which Are Owned, Leased, And/or Under Purchase Agreements, Supported By Proof Of Ownership Or Certification Of Availability Of Equipment From The Equipment Lessor/vendor For The Duration Of The Project, As The Case May Be; And ⬜ Original Duly Signed Omnibus Sworn Statement (oss); And If Applicable, Original Notarized Secretary’s Certificate In Case Of A Corporation, Partnership, Or Cooperative; Or Original Special Power Of Attorney Of All Members Of The Joint Venture Giving Full Power And Authority To Its Officer To Sign The Oss And Do Acts To Represent The Bidder. Financial Documents ⬜ The Prospective Bidder’s Computation Of Net Financial Contracting Capacity (nfcc). Class “b” Documents ⬜ If Applicable, Duly Signed Joint Venture Agreement (jva) In Accordance With Ra No. 4566 And Its Irr In Case The Joint Venture Is Already In Existence; Or Duly Notarized Statements From All The Potential Joint Venture Partners Stating That They Will Enter Into And Abide By The Provisions Of The Jva In The Instance That The Bid Is Successful. Financial Component Envelope ⬜ Original Of Duly Signed And Accomplished Financial Bid Form; And Other Documentary Requirements Under Ra No. 9184 ⬜ Original Of Duly Signed Bid Prices In The Bill Of Quantities; And ⬜ Duly Accomplished Detailed Estimates Form, Including A Summary Sheet Indicating The Unit Prices Of Construction Materials, Labor Rates, And Equipment Rentals Used In Coming Up With The Bid; And ⬜ Cash Flow By Quarter. Bid Form For The Procurement Of Infrastructure Projects [shall Be Submitted With The Bid] Bid Form Date : Project Identification No. : To: [name And Address Of Procuring Entity] Having Examined The Philippine Bidding Documents (pbds) Including The Supplemental Or Bid Bulletin Numbers [insert Numbers], The Receipt Of Which Is Hereby Duly Acknowledged, We, The Undersigned, Declare That: We Have No Reservation To The Pbds, Including The Supplemental Or Bid Bulletins, For The Procurement Project: [insert Name Of Contract]; We Offer To Execute The Works For This Contract In Accordance With The Pbds; The Total Price Of Our Bid In Words And Figures, Excluding Any Discounts Offered Below Is: [insert Information]; The Discounts Offered And The Methodology For Their Application Are: [insert Information]; The Total Bid Price Includes The Cost Of All Taxes, Such As, But Not Limited To: [specify The Applicable Taxes, E.g. (i) Value Added Tax (vat), (ii) Income Tax, (iii) Local Taxes, And (iv) Other Fiscal Levies And Duties], Which Are Itemized Herein And Reflected In The Detailed Estimates, Our Bid Shall Be Valid Within The Period Stated In The Pbds, And It Shall Remain Binding Upon Us At Any Time Before The Expiration Of That Period; If Our Bid Is Accepted, We Commit To Obtain A Performance Security In The Amount Of [insert Percentage Amount] Percent Of The Contract Price For The Due Performance Of The Contract, Or A Performance Securing Declaration In Lieu Of The The Allowable Forms Of Performance Security, Subject To The Terms And Conditions Of Issued Gppb Guidelines12 For This Purpose; We Are Not Participating, As Bidders, In More Than One Bid In This Bidding Process, Other Than Alternative Offers In Accordance With The Bidding Documents; We Understand That This Bid, Together With Your Written Acceptance Thereof Included In Your Notification Of Award, Shall Constitute A Binding Contract Between Us, Until A Formal Contract Is Prepared And Executed; And We Understand That You Are Not Bound To Accept The Lowest Calculated Bid Or Any Other Bid That You May Receive. We Likewise Certify/confirm That The Undersigned, Is The Duly Authorized Representative Of The Bidder, And Granted Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract For The [name Of Project] Of The [name Of The Procuring Entity]. We Acknowledge That Failure To Sign Each And Every Page Of This Bid Form, Including The Bill Of Quantities, Shall Be A Ground For The Rejection Of Our Bid. Name: Legal Capacity: Signature: Duly Authorized To Sign The Bid For And Behalf Of: Date: Bid Securing Declaration Form [shall Be Submitted With The Bid If Bidder Opts To Provide This Form Of Bid Security] Republic Of The Philippines) City Of ) S.s. Bid Securing Declaration Project Identification No.: [insert Number] To: [insert Name And Address Of The Procuring Entity] I/we, The Undersigned, Declare That: I/we Understand That, According To Your Conditions, Bids Must Be Supported By A Bid Security, Which May Be In The Form Of A Bid Securing Declaration. I/we Accept That: (a) I/we Will Be Automatically Disqualified From Bidding For Any Procurement Contract With Any Procuring Entity For A Period Of Two (2) Years Upon Receipt Of Your Blacklisting Order; And, (b) I/we Will Pay The Applicable Fine Provided Under Section 6 Of The Guidelines On The Use Of Bid Securing Declaration, Within Fifteen (15) Days From Receipt Of The Written Demand By The Procuring Entity For The Commission Of Acts Resulting To The Enforcement Of The Bid Securing Declaration Under Sections 23.1(b), 34.2, 40.1 And 69.1, Except 69.1(f),of The Irr Of Ra No. 9184; Without Prejudice To Other Legal Action The Government May Undertake. I/we Understand That This Bid Securing Declaration Shall Cease To Be Valid On The Following Circumstances: Upon Expiration Of The Bid Validity Period, Or Any Extension Thereof Pursuant To Your Request; I Am/we Are Declared Ineligible Or Post-disqualified Upon Receipt Of Your Notice To Such Effect, And (i) I/we Failed To Timely File A Request For Reconsideration Or (ii) I/we Filed A Waiver To Avail Of Said Right; And I Am/we Are Declared The Bidder With The Lowest Calculated Responsive Bid, And I/we Have Furnished The Performance Security And Signed The Contract. In Witness Whereof, I/we Have Hereunto Set My/our Hand/s This Day Of [month] [year] At [place Of Execution]. [insert Name Of Bidder Or Its Authorized Representative] [insert Signatory’s Legal Capacity] Affiant [jurat] [format Shall Be Based On The Latest Rules On Notarial Practice] Omnibus Sworn Statement (revised) [shall Be Submitted With The Bid] Republic Of The Philippines) City/municipality Of ) S.s. Affidavit I, [name Of Affiant], Of Legal Age, [civil Status], [nationality], And Residing At [address Of Affiant], After Having Been Duly Sworn In Accordance With Law, Do Hereby Depose And State That: [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; [select One, Delete The Rest:] [if A Sole Proprietorship:] The Owner Or Sole Proprietor Is Not Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; [if A Partnership Or Cooperative:] None Of The Officers And Members Of [name Of Bidder] Is Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; [if A Corporation Or Joint Venture:] None Of The Officers, Directors, And Controlling Stockholders Of [name Of Bidder] Is Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; [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 Practice]
Closing Date1 Oct 2024
Tender AmountPHP 8.3 Million (USD 148.3 K)
5881-5890 of 5883 active Tenders