Paint Tenders
Paint Tenders
U S COAST GUARD USA Tender
Others
United States
Description: This Will Be Awarded Based Off Lowest Price Technically Acceptable And Past Preformance.
general Requirements
scope
intent. This Standard Specification Invokes General Requirements For Conducting Vessel Repairs Performed By Commercial Contractors At A Coast Guard Facility For Coast Guard Vessels.
references
coast Guard Drawings
coast Guard Drawing 418a-wmsl-801-001, Rev A, Booklet Of General Plans
coast Guard Drawing 750-wmsl-085-024, Rev A, Tank Sounding And Moment Of Inertia Tables (asc085014h) (wmsl 757 Only)
coast Guard Drawing 750-wmsl_100_021, Rev F, Unit 2100 Structure – Inner Bottom – Fr 35 To Fr 44 (asc100210)
coast Guard Drawing 750-wmsl_100_022, Rev L, Unit 2110 Structure Inner Bottom To 1st Pltf Fr 35 – 44 (asc100210)
coast Guard Drawing 750-wmsl-167-001, Rev J, Manhole List Installation And Fabrication Details Ship Wide (asc167001)
coast Guard Publications
surface Forces Logistics Center Standard Specification 0000 (sflc Std Spec 0000), 2022, General Requirements
surface Forces Logistics Center Standard Specification 0740 (sflc Std Spec 0740), 2022, Welding And Allied Processes
surface Forces Logistics Center Standard Specification 6310 (sflc Std Spec 6310), 2022, Requirements For Preservation Of Ship Structures
other References
None
3. Requirements
3.1 General. The Contractor Must Conform To All Requirements Specified In Sflc Std Spec 0000 And In This Item, As Applicable, During The Performance Of This Availability. The Requirements Of This Wi Apply To All Work Under The Scope Of This Contract, Whether Explicitly Stated In All Following Work Items Or Not, And To All Other Work Subsequently Authorized By Changes, Modifications, Or Extensions To The Contract.
3.2 Materials. The Contractor Must Obtain All Of The Materials Required To Complete This Job With The Exception Of The Government-furnished Property Shown In Paragraph 1.2 Of Work Item.
3.3. Period Of Performance. The Period Of Performance Window For This Work Starts On 09 April 2025 And Ends On 01 July 2025.
3.4. Location. The Contractor Must Perform The Work While The Uscgc Midgett (wmsl 757) Is Alongside The Pier On 400 Sand Island Pkwy Honolulu, Hi 96819-4326.
12305_esd_1124_flt
rec_12311_flt_418’ Wmsl (757 Cgc Midgett) (1124)
item 1: Tanks (mp Fuel Service), Clean And Inspect
1. Scope
1.1 Intent. This Work Item Describes The Requirements For The Contractor To Clean And Inspect The Following Tank(s):
table 1 – List Of Unpainted Tanks
type Of Tank
location
capacity - 95%
(gallons)
tank Content Disposal (gallons)
painted
diesel Service
5-36-2-f
21,724
1143
n
diesel Service
5-36-3-f
21,363
1124
n
1.2 Government-furnished Property.
none.
2. References
coast Guard Drawings
coast Guard Drawing 418a-wmsl-801-001, Rev A, Booklet Of General Plans
coast Guard Drawing 750-wmsl-085-024, Rev A, Tank Sounding And Moment Of Inertia Tables (asc085014h) (wmsl 757 Only)
coast Guard Drawing 750-wmsl_100_021, Rev F, Unit 2100 Structure – Inner Bottom – Fr 35 To Fr 44 (asc100210)
coast Guard Drawing 750-wmsl_100_022, Rev L, Unit 2110 Structure Inner Bottom To 1st Pltf Fr 35 – 44 (asc100210)
coast Guard Drawing 750-wmsl-167-001, Rev J, Manhole List Installation And Fabrication Details Ship Wide (asc167001)
coast Guard Publications
surface Forces Logistics Center Standard Specification 0000 (sflc Std Spec 0000), 2022, General Requirements
surface Forces Logistics Center Standard Specification 0740 (sflc Std Spec 0740), 2022, Welding And Allied Processes
surface Forces Logistics Center Standard Specification 6310 (sflc Std Spec 6310), 2022, Requirements For Preservation Of Ship Structures
other References
none.
3. Requirements
3.1 General.
3.1.1 Cir.
none.
3.1.2 Tech Rep.
none.
3.1.3 Protective Measures. The Contractor Must Furnish And Install All Protective Measures In Accordance With Sflc Std Spec 0000, Paragraph 3.3.3 (vessel Component, Space, And Equipment Protection).
3.1.4 Interferences. The Contractor Must Handle All Interferences In Accordance With Sflc Std Spec 0000, Paragraph 3.3.5 (interferences). Known Interferences Include, But Are Not Limited To The Following:
tlis
piping
residual Tank Contents/fluids
note
coast Guard Personnel Will Operate All Shipboard Machinery And Equipment.
3.2 Operational Test, Initial. Prior To Commencement Of Work, The Contractor Must Witness Coast Guard Personnel Perform An Initial Operational Test Of All Items Or Shipboard Devices To Be Disturbed, Used, Repaired, Or Altered, To Demonstrate Existing Operational Condition. Submit A Cfr.
3.2.1 Perform An Initial Operational Test Of Each Tank Tlis To Demonstrate That Each Radar Head/sensor Is Functional (i.e., Digital Readout Is Displayed).
3.2.2 Ensure That There Is Interface/communication Between The Tli Sensor And The Machinery Control And Monitoring System (i.e. Digital Readout At The Tli Is Identical To That Displayed).
3.3 Tank Opening. The Contractor Must Remove The Tank Manhole Cover(s) And Ventilate The Confined Spaces In Accordance With Sflc Std Spec 0000, Paragraphs 3.3.1.1 And 3.3.1.2. The Contractor Must Provide Fall Protection To Cover Tank Manhole Cover When Opened For Ventilation/work.
warning
do Not Use The Fuel Service Or Transfer Systems To Drain The Water From The Tank. Excessive Fuel Contamination Will Result.
3.4 Tank Content And Waste Disposal. The Contractor Must Dispose Of Residual Tank Contents Listed In Table 1 And Any Cleaning Fluids In Compliance With All Applicable Federal, State, And Local Laws, Ordinances And Regulations. Notify The Cor (in Writing) At Least 48 Hours Prior To Removal Of Wastes And Fluids. Document A Complete Chain Of Custody Record Of The Removed Tank Contents And Generated Wastes, From The Vessel To The Point Of Final Destination Or Delivery. Submit Chain Of Custody Record To The Cor Upon Completion Of Work.
3.5 Temporary Plugs. The Contractor Must Plug All Inlet And Outlet Piping In The Tank To Prevent Contaminants From Entering The Tank Or Piping System. Use Plugs With An Attached Lanyard, Ring Or Other System That Will Ensure Plugs Are Not Lost In The Pipe Openings.
3.5.1 Plug Log. The Contractor Must Keep A Written Record Of All Installed Plugs. Keep A Separate List For Each Tank. Maintain A Plug Accountability Log Posted Immediately Outside The Tank To Prevent Any Of The Installed Temporary Plugs From Being Lost Inside The Tank Or Left Behind Inside At Tank Closure. The Log Must Include The Type And Size Of Each Plug, Installation Date, And Removal Date. Submit This Log To The Cor After Completion Of Work Item Via A Cfr.
3.5.2 The Contractor Must Ensure That All Plugs Are Removed From Each Tank Upon Completion Of Work In The Tank.
3.6 Tank Cleaning. The Contractor Must Clean All Designated Tank Interior Surfaces Free Of All Foreign Materials, Such As Residual Fuel Or Water, Sediment, Sludge, Rust, Or Biological Growth, Taking Care Not To Damage The Coating System (if Applicable).
3.6.1 The Contractor Must Accomplish All Requirements Of Sflc Std Spec 6310, 3.1.6.4 (surface Contaminant Removal) To Achieve The Cleanliness Requirements Of Sspc-sp 1, Including A Low-pressure (maximum 5,000 Psi) Fresh Water Wash Down Of The Surfaces.
3.6.2 Remove Cleaning Media And Residues Continuously From The Tank During The Washing Process. Remove Any Residual Wash Media And Wipe Up Residual Moisture With Clean Lint-free Cloths. Wipe The Interior Tank Structure Dry And Free Of All Cleaning Agents.
3.7 Inspection. The Contractor Must Visually Inspect All Tank Interior Surfaces, Including, But Not Limited To Bulkheads, Floor And Overhead Plating, Structural Members, Manhole Cover Surfaces, Fasteners And Gasket Seating Surfaces. Submit A Cfr Including The Following, As Applicable:
tank Structural Condition.
manhole And Cover Condition.
ladder Condition (if Applicable).
tank Level Indicator (tli) And/or Float Switch Condition.
sounding/vent Tube And Striker Plate Condition.
suction And Discharge Piping Condition.
fastener Material And Condition.
pit Measurements
ultrasonic Thickness (ut) Measurements
3.8 Pit Measurement. The Contractor Must Measure50pitswithin Each Tank/location Listed In Table 1, In Accordance With Sflc Std Spec 0740, Paragraph 3.13 (evaluation Of Pitting Corrosion). The Results Of These Measurements Must Be Included In The Inspection Report, Showing Where Pit Measurements Were Taken And The Depth Of The Pit.
3.9 Ultrasonic Thickness (ut) Measurement. The Contractor Must Take Ut Measurements In The Surrounding Area Of Any Pit Measuring Greater Than 25% Of Plate Thickness. Ut Measurements Must Be Taken In The Four Quadrants At An Equal-distant Radius From The Pit Center Until Full Plate Thickness Is Measured. For Bidding Purposes, Assume 200 Ut Measurements Per Tank Listed In Table 1. Ut Measurements Must Be Conducted In Accordance With Sflc Std Spec 0740, Appendix C, Using Coast Guard Drawings 750-wmsl_100_21, 750-wmsl_100_22, 750-wmsl-100-36, And 750-wmsl-100_43 As Guidance. The Results Of These Measurements (original Thickness, Measured Thickness, And Any Observed Cracks) And The Locations Where They Were Taken Must Be Included In The Inspection Report.
3.10 Substrate Fairing And Repair By Filling Epoxy For Shallow Pits And Small Corrosions (i.e. Pits < 25% Or Corrosions < 25%). The Contractor Must Repair Small Pin Holes, Shallow Pitted Substrates (with Remaining Plate Thicknesses Over 75% Of Required Plate Thicknesses), And Fair Corroded Substrates (with Remaining Cross Sections Over 75% Of Required Cross Section Areas), After Removing Coating, In Accordance With Sflc Std Spec 6310 And Manufacturers’ Instructions.
procure 10 Kit(s) Of Epoxy Fairing Compound (e.g. Belzona 1111, 0.5 Gallon/5 Kg Kit Or Equivalent) To Conduct Repairs.
turn Over All Unused Kits To The Cor.
note
“substrate Fairing And Repair By Filling Epoxy For Shallow Pits And Corrosions (i.e. Pits < 25% Or Corrosions < 25%)” Is A Supplement Barrier Intending To Help Delay Penetration.
3.11 Surface Coating. For All Non-painted Tanks, The Contractor Must Apply A Coat Of Heavy Oil To All Tank Interior Surfaces, Following Final Tank Inspection And Just Prior To Tank Closing. If Surface Rust Developed On The Interior Tank Surfaces While The Tank Was Open, The Contractor Must Wipe The Surfaces Clean To A Condition Free Of Surface Rust Prior To Coating With System Fluid.
note
minimizing The Amount Of Time The Tanks Are Left Open Will Reduce The Surface Rust That Accumulates On Tank Interior Surfaces.
3.12 Tank Closing. The Contractor Must Ensure That The Tank(s) Remain Open For Approximately 24 Hours After Completion Of Any Authorized Repair And Preservation Procedures. Notify The Cor At Least 48 Hours Prior To Closing The Tank(s). After Satisfactory Inspection By The Coast Guard Inspector And Completion Of All Authorized Repairs, Remove All Installed Temporary Plugs And Document Removal Via Signature On The Plug Log By The Coast Guard Inspector And Contractor Prior To Tank Closing. Close Tank Manhole Cover(s) Using New Gasket Material, Nuts And Grommets In Accordance With Coast Guard Drawing 750-wmsl-167-001, In The Presence Of The Coast Guard Inspector. Chase Threads On Studs To Ensure Even Installation Of The Access Covers. Submit A Cfr With The Completed Plug Log.
note
coast Guard Personnel Will Operate All Shipboard Machinery And Equipment.
3.13 Operational Test, Post Repairs. After Completion Of Work, The Contractor Must Thoroughly Test, In The Presence Of The Coast Guard Inspector And Demonstrate All Items Or Shipboard Devices That Have Been Disturbed, Used, Repaired, Altered, Or Installed To Be In Satisfactory Operating Condition. Submit A Cfr.
3.13.1 Perform A Post-work Operational Test Of Each Tank Tlis To Demonstrate That Each Radar Head/sensor Is Functional (i.e., Digital Readout Is Displayed).
3.13.2 Ensure That There Is Interface/communication Between The Tli Sensor And The Machinery Control And Monitoring System (i.e. Digital Readout At The Tli Is Identical To That Displayed).
3.14 Touch-up Preservation. The Contractor Must Prepare And Coat All New And Disturbed Surfaces, And All Manhole Cover External Surfaces To Match Existing Adjacent Surfaces In Accordance With Sflc Std Spec 6310, Paragraph 3.1.13 (touch-ups And Minor Coating Repairs). Do Not Paint Any Manhole Cover Fasteners.
4. Notes
this Section Is Not Applicable To This Work Item.
general Requirements
scope
intent. This Standard Specification Invokes General Requirements For Conducting Vessel Repairs Performed By Commercial Contractors At A Coast Guard Facility For Coast Guard Vessels.
references
coast Guard Drawings
coast Guard Drawing 418a-wmsl-801-001, Rev A, Booklet Of General Plans
coast Guard Drawing 750-wmsl-085-024, Rev A, Tank Sounding And Moment Of Inertia Tables (asc085014h) (wmsl 757 Only)
coast Guard Drawing 750-wmsl-100-36, Rev N, Unit 3110 Structure 1st Platform And Below Frs 65-77 (asc100311)
coast Guard Drawing 750-wmsl_100_40, Rev M, Unit 3210 Structure – Inner Bot To 1st Platform – Fr 76 To Fr 88 (asc100321)
coast Guard Drawing 750-wmsl-167-001, Rev J, Manhole List Installation And Fabrication Details Ship Wide (asc167001)
coast Guard Publications
surface Forces Logistics Center Standard Specification 0000 (sflc Std Spec 0000), 2022, General Requirements
surface Forces Logistics Center Standard Specification 0740 (sflc Std Spec 0740), 2022, Welding And Allied Processes
surface Forces Logistics Center Standard Specification 6310 (sflc Std Spec 6310), 2022, Requirements For Preservation Of Ship Structures
other References
None
3. Requirements
3.1 General. The Contractor Must Conform To All Requirements Specified In Sflc Std Spec 0000 And In This Item, As Applicable, During The Performance Of This Availability. The Requirements Of This Wi Apply To All Work Under The Scope Of This Contract, Whether Explicitly Stated In All Following Work Items Or Not, And To All Other Work Subsequently Authorized By Changes, Modifications, Or Extensions To The Contract.
3.2 Materials. The Contractor Must Obtain All Of The Materials Required To Complete This Job With The Exception Of The Government-furnished Property Shown In Paragraph 1.2 Of Work Item.
3.3. Period Of Performance. The Period Of Performance Window For This Work Starts On 09 April 2025 And Ends On 01 July 2025.
3.4. Location. The Contractor Must Perform The Work While The Uscgc Midgett (wmsl 757) Is Alongside The Pier On 400 Sand Island Pkwy Honolulu, Hi 96819-4326.
12300_esd_1022_flt
rec_12311_flt_418’ Wmsl (757 Cgc Midgett) (1124)
item 1: Tanks (mp Fuel Storage And Overflow), Clean And Inspect
1. Scope
1.1 Intent. This Work Item Describes The Requirements For The Contractor To Clean And Inspect The Following Tank(s):
table 1 – List Of Tanks
type Of Tank
location
capacity - 95%
(gallons)
tank Content Disposal (gallons)
painted
fuel Oil Storage
5-76-2-f
4,902
258
n
1.2 Government-furnished Property.
none.
2. References
coast Guard Drawings
coast Guard Drawing 418a-wmsl-801-001, Rev A, Booklet Of General Plans
coast Guard Drawing 750-wmsl-085-024, Rev A, Tank Sounding And Moment Of Inertia Tables (asc085014h) (wmsl 757 Only)
coast Guard Drawing 750-wmsl-100-36, Rev N, Unit 3110 Structure 1st Platform And Below Frs 65-77 (asc100311)
coast Guard Drawing 750-wmsl_100_40, Rev M, Unit 3210 Structure – Inner Bot To 1st Platform – Fr 76 To Fr 88 (asc100321)
coast Guard Drawing 750-wmsl-167-001, Rev J, Manhole List Installation And Fabrication Details Ship Wide (asc167001)
coast Guard Publications
surface Forces Logistics Center Standard Specification 0000 (sflc Std Spec 0000), 2022, General Requirements
surface Forces Logistics Center Standard Specification 0740 (sflc Std Spec 0740), 2022, Welding And Allied Processes
surface Forces Logistics Center Standard Specification 6310 (sflc Std Spec 6310), 2022, Requirements For Preservation Of Ship Structures
other References
none.
3. Requirements
3.1 General.
3.1.1 Cir.
none.
3.1.2 Tech Rep.
not Applicable.
3.1.3 Protective Measures. The Contractor Must Furnish And Install All Protective Measures In Accordance With Sflc Std Spec 0000, Paragraph 3.3.3 (vessel Component, Space, And Equipment Protection).
3.1.4 Interferences. The Contractor Must Handle All Interferences In Accordance With Sflc Std Spec 0000, Paragraph 3.3.5 (interferences). Known Interferences Include, But Are Not Limited To The Following:
tlis
piping
residual Tank Contents/fluids
note
coast Guard Personnel Will Operate All Shipboard Machinery And Equipment.
3.2 Operational Test, Initial. Prior To Commencement Of Work, The Contractor Must Witness Coast Guard Personnel Perform An Initial Operational Test Of All Items Or Shipboard Devices To Be Disturbed, Used, Repaired, Or Altered, To Demonstrate Existing Operational Condition. Submit A Cfr.
3.2.1 Perform An Initial Operational Test Of Each Tank Tlis To Demonstrate That Each Radar Head/sensor Is Functional (i.e., Digital Readout Is Displayed).
3.2.2 Ensure That There Is Interface/communication Between The Tli Sensor And The Machinery Control And Monitoring System (i.e. Digital Readout At The Tli Is Identical To That Displayed).
3.3 Tank Opening. The Contractor Must Remove The Tank Manhole Cover(s) And Ventilate The Confined Spaces In Accordance With Sflc Std Spec 0000, Paragraphs 3.3.1.1 And 3.3.1.2. The Contractor Must Provide Fall Protection To Cover Tank Manhole Cover When Opened For Ventilation/work.
warning
do Not Use The Fuel Service Or Transfer Systems To Drain Any Water From The Tank. Excessive Fuel Contamination Will Result.
3.4 Tank Content And Waste Disposal. The Contractor Must Dispose Of Residual Tank Contents Listed In Table 1 And Any Cleaning Fluids In Compliance With All Applicable Federal, State, And Local Laws, Ordinances And Regulations. Notify The Cor (in Writing) At Least 48 Hours Prior To Removal Of Wastes And Fluids. Document A Complete Chain Of Custody Record Of The Removed Tank Contents And Generated Wastes, From The Vessel To The Point Of Final Destination Or Delivery. Submit Chain Of Custody Record To The Cor Upon Completion Of Work.
3.5 Temporary Plugs. The Contractor Must Plug All Inlet And Outlet Piping In The Tank To Prevent Contaminants From Entering The Tank Or Piping System. Use Plugs With An Attached Lanyard, Ring Or Other System That Will Ensure Plugs Are Not Lost In The Pipe Openings.
3.5.1 Plug Log. The Contractor Must Keep A Written Record Of All Installed Plugs. Keep A Separate List For Each Tank. Maintain A Plug Accountability Log Posted Immediately Outside The Tank To Prevent Any Of The Installed Temporary Plugs From Being Lost Inside The Tank Or Left Behind Inside At Tank Closure. The Log Must Include The Type And Size Of Each Plug, Installation Date, And Removal Date. Submit This Log To The Cor After Completion Of Work Item Via A Cfr.
3.5.2 The Contractor Must Ensure That All Plugs Are Removed From Each Tank Upon Completion Of Work In The Tank.
3.6 Tank Cleaning. The Contractor Must Clean All Designated Tank Interior Surfaces Free Of All Foreign Materials, Such As Residual Fuel Or Water, Sediment, Sludge, Rust, Or Biological Growth, Taking Care Not To Damage The Coating System (if Applicable).
3.6.1 The Contractor Must Accomplish All Requirements Of Sflc Std Spec 6310, 3.1.6.4 (surface Contaminant Removal) To Achieve The Cleanliness Requirements Of Sspc-sp 1, Including A Low-pressure (maximum 5,000 Psi) Fresh Water Wash Down Of The Surfaces.
3.6.2 Remove Cleaning Media And Residues Continuously From The Tank During The Washing Process. Remove Any Residual Wash Media And Wipe Up Residual Moisture With Clean Lint-free Cloths. Wipe The Interior Tank Structure Dry And Free Of All Cleaning Agents.
3.7 Inspection. The Contractor, In The Presence Of The Coast Guard Inspector, Must Visually Inspect All Tank Interior Surfaces, Including, But Not Limited To Bulkheads, Floor And Overhead Plating, Structural Members, Manhole Cover Surfaces, Fasteners And Gasket Seating Surfaces. Submit A Cir Including The Following, As Applicable:
tank Structural Condition.
manhole And Cover Condition.
ladder Condition (if Applicable).
condition Of Tank Coating (if Applicable), Including Dimensions, Percentage, Location, And Type Of Coating Failure.
tank Level Indicator (tli) And/or Float Switch Condition.
sounding/vent Tube And Striker Plate Condition.
suction And Discharge Piping Condition.
fastener Material And Condition.
pit Measurements
ultrasonic Thickness (ut) Measurements
3.8 Pit Measurement. The Contractor Must Measure50pitswithin Each Tank/location Listed In Table 1, In Accordance With Sflc Std Spec 0740, Paragraph 3.13 (evaluation Of Pitting Corrosion). The Results Of These Measurements Must Be Included In The Inspection Report, Showing Where Pit Measurements Were Taken And The Depth Of The Pit.
3.9 Ultrasonic Thickness (ut) Measurement. The Contractor Must Take Ut Measurements In The Surrounding Area Of Any Pit Measuring Greater Than 25% Of Plate Thickness. Ut Measurements Must Be Taken In The Four Quadrants At An Equal-distant Radius From The Pit Center Until Full Plate Thickness Is Measured. For Bidding Purposes, Assume 200 Ut Measurements Per Tank Listed In Table 1. Ut Measurements Must Be Conducted In Accordance With Sflc Std Spec 0740, Appendix C, Using Coast Guard Drawings In Section 2 As Guidance. The Results Of These Measurements (original Thickness, Measured Thickness, And Any Observed Cracks) And The Locations Where They Were Taken Must Be Included In The Inspection Report.
3.10 Substrate Fairing And Repair By Filling Epoxy For Shallow Pits And Small Corrosions (i.e. Pits < 25% Or Corrosions < 25%). The Contractor Must Repair Small Pin Holes, Shallow Pitted Substrates (with Remaining Plate Thicknesses Over 75% Of Required Plate Thicknesses), And Fair Corroded Substrates (with Remaining Cross Sections Over 75% Of Required Cross Section Areas), After Removing Coating (if Applicable), In Accordance With Sflc Std Spec 6310 And Manufacturers’ Instructions.
procure 1 Kit(s) Of Epoxy Fairing Compound (e.g. Belzona 1111, 0.5 Gallon/5 Kg Kit Or Equivalent) To Conduct Repairs.
turn Over All Unused Kits To The Cor.
note
“substrate Fairing And Repair By Filling Epoxy For Shallow Pits And Corrosions (i.e. Pits < 25% Or Corrosions < 25%)” Is A Supplement Barrier Intending To Help Delay Penetration.
3.11 Surface Coating. For All Non-painted Tanks, The Contractor Must Apply A Coat Of Heavy Oil To All Tank Interior Surfaces, Following Final Tank Inspection And Just Prior To Tank Closing. If Surface Rust Developed On The Interior Tank Surfaces While The Tank Was Open, The Contractor Must Wipe The Surfaces Clean To A Condition Free Of Surface Rust Prior To Coating With System Fluid.
note
minimizing The Amount Of Time The Tanks Are Left Open Will Reduce The Surface Rust That Accumulates On Tank Interior Surfaces.
3.12 Tank Closing. The Contractor Must Ensure That The Tank(s) Remain Open For Approximately 24 Hours After Completion Of Any Authorized Repair And Preservation Procedures. Notify The Cor At Least 48 Hours Prior To Closing The Tank(s). After Satisfactory Inspection By The Coast Guard Inspector And Completion Of All Authorized Repairs, Remove All Installed Temporary Plugs And Document Removal Via Signature On The Plug Log By The Coast Guard Inspector And Contractor Prior To Tank Closing. Close Tank Manhole Cover(s) Using New Gasket Material, Nuts And Grommets In Accordance With Coast Guard Drawing 750-wmsl-167-001, In The Presence Of The Coast Guard Inspector. Chase Threads On Studs To Ensure Even Installation Of The Access Covers. Submit A Cfr With The Completed Plug Log.
note
coast Guard Personnel Will Operate All Shipboard Machinery And Equipment.
3.13 Operational Test, Post Repairs. After Completion Of Work, The Contractor Must Thoroughly Test, In The Presence Of The Coast Guard Inspector And Demonstrate All Items Or Shipboard Devices That Have Been Disturbed, Used, Repaired, Altered, Or Installed To Be In Satisfactory Operating Condition. Submit A Cfr.
3.13.1 Perform A Post-work Operational Test Of Each Tank Tlis To Demonstrate That Each Radar Head/sensor Is Functional (i.e., Digital Readout Is Displayed).
3.13.2 Ensure That There Is Interface/communication Between The Tli Sensor And The Machinery Control And Monitoring System (i.e. Digital Readout At The Tli Is Identical To That Displayed).
3.14 Touch-up Preservation. The Contractor Must Prepare And Coat All New And Disturbed Surfaces, And All Manhole Cover External Surfaces To Match Existing Adjacent Surfaces In Accordance With Sflc Std Spec 6310, Paragraph 3.1.13 (touch-ups And Minor Coating Repairs). Do Not Paint Any Manhole Cover Fasteners.
4. Notes
this Section Is Not Applicable To This Work Item.
Closing Soon10 Mar 2025
Tender AmountRefer Documents
Ilocos Norte Tender
Electronics Equipment...+1Electrical and Electronics
Philippines
Details: Description Cctv Camera 10 Units Lite Parabolic Antenna 8 Units Lap 120 7 Units 4mp+4mp Lighthunter Dual Lens Ptz Camera 7 Pcs. Ptz Bracket 26 Units 4mp Color Hunter Bullet Camera 4 Pairs Media Converter 75 Pcs. S Type Fastener 18 Pcs. Sc/upc Butterfly Connector 1 Pc. Tp Link Switch Hub 8 Port 16 Pcs. Surge Protector 14 Pcs. 6 Port Poe Switch 2 Units Hd Led Tv W/ Swing Bracket 2 Units Smart Interactive Tv 75” With Stand 2 Units 32 Channel Nvr 4 Pcs. Surveillance Hard Drives 4 Rolls Utp Cable Cat 6 2 Km. Fiber Optic Single Core 2 Units Ups 2000va 13 Pcs. Weatherproof Pull Box 1 Pc. 22u Data Cabinet With Fan And Division Late 200 Pcs. Cable Connector 2 Pcs. Cable Management 7 Set 40ft. Pole 4”x3” 2 Lot Inec Connection 1 Lot Installation Cost Bill Of Materials (metal Strap_junction Bo, C Breaker 15 Ampere Bolt On, Nema 3r Bolt On Pdx Wire #14, Outleg 4 Gang, Pole Mounting Bracket, Pvc, Moulding 1”, Cable Management, Cable Tie (big), No More Nail (big), G.i. Pipe 1” Scd, 20 Flat Bar 2”, Angle Bar 1 ½, “welding Rod, Grinder Dics, Text Screw Paint Primer, Paint Brush 1 ½, Pvc Pipe, Flexible Hose).
Closing Date19 Mar 2025
Tender AmountPHP 3 Million (USD 52.3 K)
Municipality Of Kitcharao Tender
Civil And Construction...+1Construction Material
Philippines
Details: Description Republic Of The Philippines Province Of Agusan Del Norte Municipality Of Kitcharao Invitation To Bid For Supply And Delivery Of Construction Materials For Zipline Site Development 1. The Municipality Of Kitcharao, Through The 20% Development Fund Cy 2025 Intends To Apply The Sum Of One Million Three Hundred Seventy One Thousand Five Hundred Eighty Five Pesos (php 1,371,585.00) Being The Abc To Payments Under The Contract For The Supply And Delivery Of Construction Materials For Zipline Site Development With An Identification Number Of 06-2025. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Municipality Of Kitcharao Now Invites Bids For The Above Procurement Project. Delivery Of The Goods Is Required Within Three (3) Months. 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) And The Items To Be Delivered Are As Follows: Item No. Description Quantity Unit Of Measure 1 Portland Cement 859.00 Bag 2 Pozzoland Cement 58 Bags 3 Sand 49.00 Cu.m 4 Screen Sand 16 Cu.m 5 Fine Sand 7.00 Pcs 6 3/4 "gravel 164.00 Cu.m 7 Water Blue Drum 4.00 Pcs 8 12 Mm Rsb 88 Pcs 9 10 Mm Rsb 98 Pcs 10 10mm Rsb Deformed Bar 241 Pcs 11 Tie Wire #16 29 Kg 12 1/2 Ordinary Plywood 27 Pcs 13 2x6x10' Coco Lumber 120 Bdft 14 2x3x10' Coco Lumber 120 Bdft 15 2x2x10' Coco Lumber 551 Bdft 16 1x6x10' Coco Lumber 100 Bdft 17 Assorted Common Wood Nails 36 Kg 18 Sakoline 20 M 19 Chb 100mm 3,716 Pcs 20 Nylon #16 16 Roll 21 Cutting Disc 128 Pcs 22 1 1/4 "g.i Pipe Schedule 20 145 Pcs 23 Twisted Nylon Rope 24mm #48 340 M 24 Welding Rod 126 Kg 25 8mm Round Bar 7 Pcs 26 2x4"x1.5mm 52 Pcs 27 2x3x1.5mm 34 Pcs 28 2x3x1.5mm C Purlins 14 Pcs 29 1x3x1.5mm 74 Pcs 30 2x2x1.5 Mm 83 Pcs 31 Prepainted Color Roof Ribtype 8ft 90 Pcs 32 Prepainted Color Roof Ribtype 10ft 23 Pcs 33 Tekscrew 3" 708 Pcs 34 Teksscrew Drill Socket 2 Pcs 35 Silicon Sealant 5 Pcs 36 Sealant Gun 1 Pcs 37 Epoxy Primer Gray 28 Gal 38 Flat Enamel 26 Gal 39 Lacquer Thinner 5 Gal 40 Lacquer Thinner 2 Bot 41 Paint Thinner 5 Gal 42 Paint Tray 13 Pcs 43 Paint Brush 4 20 Pcs 44 Paint Brush 2 13 Pcs 45 Sand Paper 100 Pcs 46 Assorted Sand Paper 48 Pcs 47 Service Drop Wire #6 60 Bags 48 Entrance Cap 3/4" 1 Pcs 49 Porceline Wire Holder 1 Pcs 50 Pvc Conduit 3/4 1 Pcs 51 Safety Breaker 60 Ampers 1 Pcs 52 8.0 Mm Tthn Wire 12 M 53 Electrical Tape 10 Pcs 54 1 1/2 X3/16 " Angle Bar 9 Pcs 55 4.5mm Fiber Cement Board 16 Pcs 56 6mm Fiber Cement Board 3 Pcs 57 Carrying Channel 1mmx5m 12 Pcs 58 Double Metal Furring 19x50x.6mmx5m 21 Pcs 59 Channel Clip Double 140 Pcs 60 Wall Angle 1"x1"x.04mm 23 Pcs 61 Blind Rivets(100pcs)1/8x1/2" 5 Box 62 Drill Bit 1/8" 5 Pcs 63 Industrial Diamond Blade Cutter 1 Pcs 64 Pvc Doors And Frames 70 Cm 4 Set 65 Skim Coat (3 Coat) 25kg 5 Bag 66 Flat Latex 3 Gal 67 Acrytex Primer 6 Gal 68 Acrytex Semi Gloss 5 Gal 69 Solvent Reducer 1 Gal 70 Palita 3 Pair 71 Paint Roller 6" 6 Pcs 72 100mm Pvc Pipe Series 1000 1 Pcs 73 100mm X100mm Pvc Tee 2 Pcs 74 10mm Pvc Clean Out 2 Pcs 75 Panel Board Miniture 1 Pc 76 Main Breaker 42 Amps 1 Pc 77 Circuit Breaker Miniture 30 Amps 1 Pc 78 Circuit Breaker Miniture 15 Amps 1 Pc 79 #14 Tthn Wire 50 M 80 Flexible Hose 1 M 81 Electrical Conduit 3/4 1 Pcs 82 Electrical Conduit 1/2 2 Pcs 83 Utility Box 2 Pcs 84 Junction Box 3 Pcs 85 2 Gang Embed Switch 2 Gal 86 Bulb Receptacle Socket 4 Pcs 87 Led Bulb 12 Watts 4 Pcs 88 Water Closet 4 Set 89 Tissue Holder 4 Pcs 90 Urinal 1 Pcs 91 Urinal Valve 1 Pc 92 Brass Faucet 8 Gal 93 Upvc Blue Pipe 3/4 3 Pcs 94 Upvc Blue Pipe 1/2 10 Pcs 95 Tee 3/4" 8 Pcs 96 Tee 1/2" 4 Pcs 97 Elbow 90 Deg 3/4" 4 Pcs 98 Elbow Threaded 1/2 13 Pcs 99 Elbow 90 Deg 1/2 6 Pcs 100 Lever Valve 3/4 1 Pcs 101 Male Adaptor 3/4 2 Pcs 102 Reducer 3/4x1/2 9 Pcs 103 Angle Valve 1/2 4 Pcs 104 Water Flexible Hose 1/2 4 Pcs 105 Washing Drain Strainer 2 Pcs 106 Pvc Pipe 4" Series 1000 2 Pcs 107 Pvc Elbow 4" 90 Deg. 5 Pcs 108 Pvc Elbow 4" 45 Deg. 6 Pcs 109 Pvc Clean Out W/ Plug 4" 1 Pcs 110 Wye Reducer 100mmx50mm 2 Pcs 111 Pvc Wye 100mmx100mm 3 Pcs 112 Pvc Tee Reducer 100mmx50mm 2 Pcs 113 Elbow 2" 8 Pcs 114 P Trap 2" 3 Set 115 Pvc Pipe 2"series 1000 8 Pcs 116 Pvc 2" 45 Deg. 2 Pcs 117 Tee 2" 4 Pcs 118 Floor Drain Strainer 4 Pcs 119 3 "pvc Elbow 90 Deg. 2 Pcs 120 Pvc Pipe 3" 1 Pcs 121 Gutter 10ft 3 Pcs 122 Pvc Solvent 400 Ml 3 Pcs 123 1 1/2x1 1/2 Angle Bar 2 Pcs 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. 4. Bidding Is Open To All Interested Bidders, Whether Local Or Foreign, Subject To The Conditions For Eligibility Provided In The 2016 Revised Irr Of Ra No. 9184. 5. Prospective Bidders May Obtain Further Information From The Municipality Of Kitcharao And Inspect The Bidding Documents At The Address Given Below From 8:00 Am To 4:00 Pm, Mondays To Fridays. 6. The Municipality Of Kitcharao Will Hold A Pre-bid Conference On March 6, 2025, 11:45 A.m. At Municipal Conference Room, Municipal Hall Building, Kitcharao, Agusan Del Norte Which Shall Be Open To Prospective Bidders. 7. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On February 27, 2025 To March 17, 2025, From The Given Address Below And Upon Payment Of The Applicable And Nonrefundable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Five Thousand Pesos (php 5,000.00). The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees By Attaching A Photocopy Of The Official Receipt On Financial Document During The Submission Of Bids. 8. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated Below, On Or Before March 18, 2025, At 11:00 A.m. 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 March 18, 2025, At 11:00 A.m. At The Municipal Conference Room, Municipal Hall Building, Kitcharao, Agusan Del Norte. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 11. The Municipality Of Kitcharao 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: Riza E. Ballanca Bac Secretariat 8609, Kitcharao, Agusan Del Norte Contact Number: 09309175604 February 25, 2025 Date Issued Roberto R. Calubag, Jr. Bac Chairperson
Closing Date18 Mar 2025
Tender AmountPHP 1.3 Million (USD 23.9 K)
City Of Maasin Southern Leyte Tender
Civil And Construction...+1Building Construction
Philippines
Details: Description Continuation Of Construction Of Comfort Room W/c Includes Reinforced Concrete Works For Slab On Canopy. Architectural Finishes Such As Plastering And Painting Of Walls And Ceiling Tile Works Of Flooring And Walls Installation Of Plumbing Fixtures And Electrical Lightings.
Closing Date18 Mar 2025
Tender AmountPHP 1 Million (USD 17.4 K)
Department Of Public Works And Highways - DPWH Tender
Civil And Construction...+1Building Construction
Philippines
Details: Description Invitation To Bid For 25ka0115 Completion/upgrading/repair And Equipping Of Rhu/shc,san Fernando Super Health Center, Bukidnon San Fernando Super Health Center, Bukidnon 1. The Department Of Public Works And Highways – Bukidnon 1st District Engineering Office, Malaybalay City, Through The Gaa 2025 Intends To Apply The Sum Of Php 9,950,000.00 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For 25ka0115 Completion/upgrading/repair And Equipping Of Rhu/shc,san Fernando Super Health Center, Bukidnon San Fernando Super Health Center, Bukidnon. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Department Of Public Works And Highways – Bukidnon 1st District Engineering Office, Malaybalay City Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works: Contract Id : 25ka0115 Contract Name : Completion/upgrading/repair And Equipping Of Rhu/shc,san Fernando Super Health Center, Bukidnon Contract Location : San Fernando Super Health Center, Bukidnon Scope Of Work : Construction Of Multi-purpose Building: A.) Structure Excavation Of Footing, Tie Beam And Wall Footing; B.) Fabrication And Installation Of Formworks And False Works; C.) Laying Of Embankment (from Excavation) And Gravel Fill; D.) Construction Of Reinforced Concrete Structures Such As Footing, Wall Footing, Beams, Columns, Lintel Beams And Slab On Grade; E.) Chb Laying And Plastering For Perimeter Walls And Partition Walls; F.) Installation Of Metal Structures (trusses, Purlins, Fascia Frame) With Metal Structure Accessories Such As Turnbuckle, Cross Bracing, Steel Plates With Bolts And Sag Rods; G.) Installation Of Rib Type Roofing, Long Span, Above 0.427mm With Flashings; H.) Installation Of Ceiling Works (fiber Cement On Metal Frame); I.) Painting For All Steel Surfaces Only; J.) Fabrication And Installation Of Wooden Doors; K.) Supply Installation Of Finishing Hardware; L.) Glazed And Unglazed Tile For Cr’s Only; M.) Laying Of Pipes For Waste And Sewer Line; N.) Laying Of Pipes And Fittings For Waterline System; O.) Supply And Installation Of Plumbing Fixtures; P.) Electrical Works Excluding Lighting Fixtures; Q.) Mechanical Works: Exhaust Fan (ceiling Cassette) Only; R.) Application Of Soil Poisoning Chemical Prior To Concrete Pouring Of Slab-on Grade, Tie Beam, Wall Footing, Footing And Building Perimeter After Building Is Complete. Complete As Per Approved Pow, Plans, And Specifications. Approved Budget For The Contract (abc) : Php 9,950,000.00 Source Of Fund : Gaa 2025 Contract Duration : 185 C.d. Bid Documents Fee In Php : Php 10, 000.00 3. Prospective Bidders Should Be (1) Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Category Of C & D For Small B. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Annex Ii-1.1 B Section Ii And Iii Of Bidding Documents. Contractors/applicants Who Wish To Participate In This Bidding Are Encouraged To Enroll In The Dpwh Civil Works Application (cwa) At The Dpwh Procurement Service (prs), 5th Floor, Dpwh Bldg., Bonifacio Drive, Port Area, Manila, While Those Already Enrolled Shall Keep Their Records Current And Updated. The Contractor’s Eligibility To Bid On The Project Will Be Determined Using The Dpwh Contractor Profile Eligibility Process (cpep) And Subject To Further Post-qualification. Information On Registration Can Be Obtained From The Prs During Working Weekdays From 7:00 Am To 4:00 Pm Or At The Dpwh Website Www.dpwh.gov.ph. 4. 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 9184 (ra 9184), Otherwise Known As The "“government Procurement Reform Act”. The Contract Shall Be Awarded To The Lowest Calculated Responsive Bidder (lcrb) Who Was Determined As Such During Post-qualification. 5. Interested Bidders May Obtain Further Information From The Department Of Public Works And Highways – Bukidnon 1st District Engineering Office, Malaybalay City And Inspect The Bidding Documents At Capitol Compound, Malaybalay City During Weekdays From 8:00 Am – 5:00 Pm. 6. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On February 26, 2025, From The Address Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Php 10,000.00. 7. 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, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 8. The Department Of Public Works And Highways – Bukidnon 1st District Engineering Office, Malaybalay City Will Hold A Pre-bid Conference On March 07, 2025, 10:00 Am Via Zoom With Meeting Id: 923 1132 1070 And Passcode: Dpwh2024 And The Bidder May View Through Live Streaming (youtube Channel) Dpwh Bukidnon 1st Deo Procurement Ls, Which Shall Be Open To Prospective Bidders. 9. Bid Submission Maybe Done Manually Or Electronically/online. However, Bidders Should Only Select One Mode Of Submission, Either Manual Or Electronic. Similar To Manual Submission, The Guidelines For The Preparation And Submission Of An Electronic Bid Are Contained In The Bds. 10. Bids Must Be Duly Received By The Bac Secretariat At The Address Below For Manual Submission Or At Electronicbids_bukidnon1@dpwh.gov.ph For Electronic Submission On Or Before March 20, 2025 Until 10:00 Am. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. 11. Bid Opening Shall Be On March 20,2025, 10:00 Am At Conference Room, Dpwh-bukidnon 1st Deo. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. Late Bids Shall Not Be Accepted. 12. The Department Of Public Works And Highways – Bukidnon 1st District Engineering Office, Malaybalay City 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 Section 41 Of Ra 9184 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 13. For Further Information, Please Refer To: Rosmendo C. Bongocan, Jr. Engineer Iii Head, Procurement Unit Telefax No. (088) 813-2087 Cellphone No.09178765473 Bongocan.rosmendo_jr@dpwh.gov.ph 14. You May Visit The Following Websites: For Downloading Of Bidding Documents: Www.dpwh.gov.ph And Philgeps Website For Online Bid Submission: Electronicbids_bukidnon1@dpwh.gov.ph Approved By: Sarah Jane B. Lagrama Bac Chairperson Date Of Publication: February 27,2025
Closing Date20 Mar 2025
Tender AmountPHP 9.9 Million (USD 173.5 K)
Department Of Public Works And Highways - DPWH Tender
Civil And Construction...+1Building Construction
Philippines
Details: Description Invitation To Bid (cw-02-2025-014) 1. The Department Of Public Works And Highways (dpwh)-batangas Iv District Engineering Office, Marawoy, Lipa City, Batangas, Through Its Bids And Awards Committee (bac), Invites Contractors To Submit Bids For The Following Contracts 1.1 Name Of Contract : Construction / Rehabilitation Of Multi-purpose (senior Citizen Building), Municipality Of Ibaan, Batangas Contract Id No. : 24dd0298 Project Location : Ibaan, Batangas Scope Of Works : Completion Of One (1) Storey Senior Citizen's Building (21.00m X 10.85m) Including Painting Works, Tile Works, Ceiling Works, Airconditioning System, Ventilating Works, Finishing Hardware, Plumbing Works, Electrical Works, Fire Extinguisher, Solar Panels And Installation Of 1-25kva Transformer Approved Budget For The Contract : Php 4,950,000.00 Source Of Funds : Fy 2024 General Appropriations Act (gaa) Contract Duration : 90 Calendar Days Size Range : Small B License Category : C & D Amount Of Bidding Documents : Php 5,000.00 1.2 Name Of Contract : Convergence And Special Support Program, Basic Infrastruture Program (bip), Multi-purpose Buildings/ Facilities To Support Social Services, Construction Of Multi-purpose Building Including Facilities, Barangay Castillo, Padre Garcia, Batangas Contract Id No. : 25dd0334 Project Location : Padre Garcia, Batangas Scope Of Works : Construction Of 4sty16cl School Building (46.00m X 9.50m) And Two (2) Storey Multi-purpose Building With Alfresco (24.00m X 16.00m) Including Structural Works, Finishing Works, Electrical Works, Installation Of 1-100kva Transformer, Mechanical Works, Water Pumping System, Cctv System, Fire Alarm System, Auxiliary Works, Construction Of Power House (3.50m X 2.80m), Handwashing On Both Sides, Demolition Of Existing Structure, Connecting Bridge Hallway And Elevator Approved Budget For The Contract : Php 118,800,000.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : 300 Calendar Days Size Range : Medium A License Category : B Amount Of Bidding Documents : Php 50,000.00 1.3 Name Of Contract : Convergence And Special Support Program, Basic Infrastruture Program (bip), Multi-purpose Buildings/ Facilities To Support Social Services, Construction Of Multi-purpose Building Including Facilities At Barangay Sabang, Lipa City, Batangas Contract Id No. : 25dd0335 Project Location : Lipa City, Batangas Scope Of Works : Construction Of Four (4) Storey Multi-purpose Building Including Architectural Works, Finishing Works, Eletrical Works And Mechanical Works Approved Budget For The Contract : Php 99,000,000.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : 300 Calendar Days Size Range : Medium A License Category : B Amount Of Bidding Documents : Php 50,000.00 1.4 Name Of Contract : Convergence And Special Support Program, Sustainable Infrastructure Projects Alleviating Gaps (sipag), Major/strategic Public Buildings/facilities, Construction Of Multi-purpose Building, Dpwh Batangas 4th Deo, Lipa City, Batangas Contract Id No. : 25dd0336 Project Location : Lipa City, Batangas Scope Of Works : Construction Of Four (4) Storey Multi-purpose Building (15.70m X 10.80m) And Three (3) Storey Multi-purpose Building (37.50m X 7.40m) Including Structural Works, Architectural Works, Plumbing Works, Electrical Works, Mechanical Works And Finishing Hardware Approved Budget For The Contract : Php 96,500,000.00 Source Of Funds : Sr2025-02-001777 Contract Duration : 300 Calendar Days Size Range : Medium A License Category : B Amount Of Bidding Documents : Php 50,000.00 1.5 Name Of Contract : Convergence And Special Support Program, Basic Infrastruture Program (bip), Multi-purpose Buildings/ Facilities To Support Social Services, Construction Of Multi-purpose Building At Barangay Sico, Lipa City, Batangas Contract Id No. : 25dd0337 Project Location : Lipa City, Batangas Scope Of Works : Construction Of Three (3) Storey Barangay Hall (14.20m X 12.98m) Including Structural Works, Architectural Works, Plumbing Works, Electrical Works, Installation Of 1-75kva Transformer, Mechanical Works, Airconditioning System And Water Pumping System Approved Budget For The Contract : Php 29,700,000.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : 240 Calendar Days Size Range : Small B License Category : C & D Amount Of Bidding Documents : Php 25,000.00 1.6 Name Of Contract : Convergence And Special Support Program, Basic Infrastruture Program (bip), Multi-purpose Buildings/ Facilities To Support Social Services, Construction Of Multi-purpose Building At Pnp Compound, Barangay 1, Lipa City, Batangas Contract Id No. : 25dd0338 Project Location : Lipa City, Batangas Scope Of Works : Construction Of Three (3) Storey Multi-purpose Building (22.45m X 15.399m) Including Demolition, Structural Works, Architectural Works, Plumbing Works, Electrical Works, Mechanical Works And Auxiliary Works Approved Budget For The Contract : Php 24,750,000.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : 240 Calendar Days Size Range : Small B License Category : C & D Amount Of Bidding Documents : Php 25,000.00 1.7 Name Of Contract : Convergence And Special Support Program, Basic Infrastruture Program (bip), Multi-purpose Buildings/ Facilities To Support Social Services, Consruction Of Multi-purpose Building, Brgy. Palahanan 1st, San Juan, Batangas Contract Id No. : 25dd0339 Project Location : San Juan, Batangas Scope Of Works : Construction Of One (1) Storey Multi-purpose Building Including Structural Works, Electrical Works, Auxiliary Works, Mechanical Works And Plumbing Works Approved Budget For The Contract : Php 24,750,000.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : 180 Calendar Days Size Range : Small B License Category : C & D Amount Of Bidding Documents : Php 25,000.00 1.8 Name Of Contract : Concreting Of Brgy. Calantas Fmr, Brgy. Calantas, Rosario, Batangas Contract Id No. : 25dd0340 Project Location : Rosario, Batangas Scope Of Works : Construction Of 733.00 L.m. Farm To Market Road With Width Of 5.00m And Thickness Of 0.20m Including Grouted Riprap, Stone Masonry And 36.00 L.m. - 910mm Dia. Rcpc Cross Drainage Approved Budget For The Contract : Php 14,925,000.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : 76 Calendar Days Size Range : Small B License Category : C & D Amount Of Bidding Documents : Php 25,000.00 1.9 Name Of Contract : Concreting Of Brgy. San Isidro Fmr, Brgy. Isidro, Rosario, Batangas Contract Id No. : 25dd0341 Project Location : Rosario, Batangas Scope Of Works : Construction Of 667.00 L.m. Farm To Market Road With Width Of 5.00m And Thickness Of 0.20m Including Box Culvert And Stone Masonry Approved Budget For The Contract : Php 14,925,000.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : 96 Calendar Days Size Range : Small B License Category : C & D Amount Of Bidding Documents : Php 25,000.00 1.10 Name Of Contract : Concreting Of Barangay Pansol Fmr, Barangay Pansol, Padre Garcia, Batangas Contract Id No. : 25dd0342 Project Location : Padre Garcia, Batangas Scope Of Works : Construction Of 855.30 L.m. Farm To Market Road With Width Of 5.00m And Thickness Of 0.20m Approved Budget For The Contract : Php 14,925,000.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : 76 Calendar Days Size Range : Small B License Category : C & D Amount Of Bidding Documents : Php 25,000.00 1.11 Name Of Contract : Concreting Of Barangay Bulihan Fmr, Barangay Bulihan, Rosario, Batangas Contract Id No. : 25dd0343 Project Location : Rosario, Batangas Scope Of Works : Construction Of 853.00 L.m. Farm To Market Road With Width Of 5.00m And Thickness Of 0.20m Including 760mm Dia. Rcpc Cross Drain And Grouted Riprap Headwall Approved Budget For The Contract : Php 14,925,000.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : 76 Calendar Days Size Range : Small B License Category : C & D Amount Of Bidding Documents : Php 25,000.00 1.12 Name Of Contract : Concreting Of Barangay Mabato Fmr, Barangay Mabato, Rosario, Batangas Contract Id No. : 25dd0344 Project Location : Rosario, Batangas Scope Of Works : Construction Of 860.50 L.m. Farm To Market Road With Width Of 5.00m And Thickness Of 0.20m Including 760mm Dia. Rcpc Cross Drain And Grouted Riprap Headwall Approved Budget For The Contract : Php 14,925,000.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : 76 Calendar Days Size Range : Small B License Category : C & D Amount Of Bidding Documents : Php 25,000.00 1.13 Name Of Contract : Convergence And Special Support Program, Basic Infrastruture Program (bip), Evacuation Centers/ Quarantine Facilities/ Public Health Facilities, Construction Of Municipal Health Office, Brgy. Talaibon, Ibaan, Batangas (phase 2) Contract Id No. : 25dd0345 Project Location : Ibaan, Batangas Scope Of Works : Construction Of Two (2) Storey Multi-purpose Building Including Installation Of Elevator, Finishing Hardware, Cctv System And Auxiliary Works Approved Budget For The Contract : Php 9,900,000.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : 150 Calendar Days Size Range : Small B License Category : C & D Amount Of Bidding Documents : Php 10,000.00 1.14 Name Of Contract : Convergence And Special Support Program, Basic Infrastruture Program (bip), Multi-purpose Buildings/ Facilities To Support Social Services, Construction Of Multi-purpose Building At Brgy. Castillo, Padre Garcia, Batangas Contract Id No. : 25dd0346 Project Location : Padre Garcia, Batangas Scope Of Works : Construction Of Two (2) Storey Multi-purpose Building With Alfresco (24.00m X 16.00m) Including Structural Works, Electrical Works And Plumbing Works Approved Budget For The Contract : Php 9,900,000.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : 150 Calendar Days Size Range : Small B License Category : C & D Amount Of Bidding Documents : Php 10,000.00 1.15 Name Of Contract : Convergence And Special Support Program, Basic Infrastruture Program (bip), Public Water Supply System, Construction Of Waterworks System, Barangay Lapolapo Ii, San Jose, Batangas Contract Id No. : 25dd0347 Project Location : San Jose, Batangas Scope Of Works : Construction Of Water Supply System Including 10,000 Gallons Elevated Water Tank, Installation Of 5hp Submersible Pump & Motor On A 108.00m Depth Borehole, Perimeter Fence, Solar Power System, Construction Of Powerhouse (5.00m X 5.00m), 1-25kva Transformer And 960.00 L.m. Hdpe Pipe Approved Budget For The Contract : Php 9,900,000.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : 120 Calendar Days Size Range : Small B License Category : C & D Amount Of Bidding Documents : Php 10,000.00 1.16 Name Of Contract : Convergence And Special Support Program, Sustainable Infrastructure Projects Alleviating Gaps (sipag), Access Roads And/or Bridges From The National Road/s Leading To Major/strategic Public Buildings/facilities, Construction Of Road Including Drainage Structure, Barangay Anilao, Lipa City, Batangas Contract Id No. : 25dd0348 Project Location : Lipa City, Batangas Scope Of Works : Construction Of 168.00 L.m. (right Side Only) And 128.00 L.m. Road With Width Of 2.30m And 6.60m Respectively And Thickness Of 0.23m Including Lined Canal And Manhole Cover On Both Sides Approved Budget For The Contract : Php 9,800,000.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : 134 Calendar Days Size Range : Small B License Category : C & D Amount Of Bidding Documents : Php 10,000.00 1.17 Name Of Contract : Convergence And Special Support Program, Basic Infrastruture Program (bip), Public Water Supply System, Construction Of Waterworks System, Barangay Dagatan, San Jose, Batangas Contract Id No. : 25dd0349 Project Location : San Jose, Batangas Scope Of Works : Construction Of Water Supply System Including 15,000 Gallons Elevated Water Tank, Installation Of 7.5hp Submersible Pump & Motor On A 150.00m Depth Borehole, Installation Of 3hp Booster Pump, Construction Of Powerhouse (4.50m X 3.10m), 1-50kva Generator Set, 1-25kva Transformer And 480.00 L.m. Hdpe Distribution Line Approved Budget For The Contract : Php 7,920,000.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : 150 Calendar Days Size Range : Small B License Category : C & D Amount Of Bidding Documents : Php 10,000.00 1.18 Name Of Contract : Convergence And Special Support Program, Basic Infrastruture Program (bip), Public Water Supply System, Construction Of Overhead Watertank, Barangay Galamay-amo, San Jose, Batangas Contract Id No. : 25dd0350 Project Location : San Jose, Batangas Scope Of Works : Construction Of Water Supply System Including 15,000 Gallons Elevated Water Tank, Installation Of 7.5hp Submersible Pump & Motor On A 150.00m Depth Borehole, Installation Of 3hp Booster Pump, Construction Of Powerhouse (4.50m X 3.10m), 1-50kva Generator Set, 1-25kva Transformer And 480.00 L.m. Hdpe Distribution Line Approved Budget For The Contract : Php 7,920,000.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : 150 Calendar Days Size Range : Small B License Category : C & D Amount Of Bidding Documents : Php 10,000.00 1.19 Name Of Contract : Convergence And Special Support Program, Basic Infrastruture Program (bip), Multi-purpose Buildings/ Facilities To Support Social Services, Rehabilitation Of Multi-purpose Building (barangay Hall) In Brgy. Nagsaulay, San Juan, Batangas Contract Id No. : 25dd0351 Project Location : San Juan, Batangas Scope Of Works : Rehabilitation Of Two (2) Storey Barangay Hall (13.28m X 3.76m) Including Finishing Works, Extension Building (health Center) And Demolition Approved Budget For The Contract : Php 6,930,000.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : 120 Calendar Days Size Range : Small B License Category : C & D Amount Of Bidding Documents : Php 10,000.00 1.20 Name Of Contract : Convergence And Special Support Program, Basic Infrastruture Program (bip), Flood Mitigation Structures Protecting Major/ Strategic Public Buildings/ Facilities, Construction Of Drainage System At Barangay Balagtasin I, San Jose, Batangas Contract Id No. : 25dd0352 Project Location : San Jose, Batangas Scope Of Works : Contruction Of 324.00 L.m. - 760mm Dia. Rcpc Drainage System Including Concrete Cover And Restoration Of Concrete Pavement Approved Budget For The Contract : Php 5,940,000.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : 101 Calendar Days Size Range : Small B License Category : C & D Amount Of Bidding Documents : Php 10,000.00 1.21 Name Of Contract : Convergence And Special Support Program, Basic Infrastruture Program (bip), Multi-purpose Buildings/ Facilities To Support Social Services, Rehabilitation Of Multi-purpose Building (covered Court), Barangay Mojon Tampoy, San Jose, Batangas Contract Id No. : 25dd0353 Project Location : San Jose, Batangas Scope Of Works : Rehabilitation Of Gym (20.50m X 34.00m) Including Structural Works, Architectural Works, Electrical Works And Mechanical Works Approved Budget For The Contract : Php 5,940,000.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : 90 Calendar Days Size Range : Small B License Category : C & D Amount Of Bidding Documents : Php 10,000.00 1.22 Name Of Contract : Convergence And Special Support Program, Basic Infrastruture Program (bip), Public Water Supply System, Construction (completion) Of Water Supply System In Barangays Payapa And Bukal, Padre Garcia, Batangas Contract Id No. : 25dd0354 Project Location : Padre Garcia, Batangas Scope Of Works : "brgy. Bukal : Construction Of Water Supply System Including 10,000 Gallons Elevated Steel Water Tank, Installation Of 5hp Submersible Pump On Existing Borehole, Construction Of Perimeter Fence And Installation Of 360.00 L.m. Hdpe Pipes Brgy. Payapa : Installation Of 5hp Submersible Pump On A 114.00m Depth Borehole, Installation Of 3hp Booster Pump, Construction Of Pumphouse (1.60m X 5.00m), Installation Of 1-25 Kva Transformer And 360.00 L.m. Hdpe Pipes" Approved Budget For The Contract : Php 5,940,000.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : 120 Calendar Days Size Range : Small B License Category : C & D Amount Of Bidding Documents : Php 10,000.00 1.23 Name Of Contract : Convergence And Special Support Program, Basic Infrastruture Program (bip), Multi-purpose Buildings/ Facilities To Support Social Services, Rehabilitation Of Multi-purpose Building At Barangay Bulacnin, Lipa City Batangas Contract Id No. : 25dd0355 Project Location : Lipa City, Batangas Scope Of Works : Rehabilitation Of Two (2) Storey Barangay Hall (13.60m X 3.80m) Including Demolition, Structural Works, Architectural Works, Plumbing Works, Electrical Works And Mechanical Works Approved Budget For The Contract : Php 4,950,000.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : 90 Calendar Days Size Range : Small B License Category : C & D Amount Of Bidding Documents : Php 5,000.00 1.24 Name Of Contract : Convergence And Special Support Program, Sustainable Infrastructure Projects Alleviating Gaps (sipag), Flood Mitigation Structures Protecting Major/ Strategic Public Buildings/ Facilities, Construction Of Drainage System At Barangay Pangao, Lipa City, Batangas Contract Id No. : 25dd0356 Project Location : Lipa City, Batangas Scope Of Works : Contruction Of 430.00 L.m. - 760mm Dia. Rcpc Drainage System Including Sidewalk Approved Budget For The Contract : Php 4,900,000.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : 95 Calendar Days Size Range : Small B License Category : C & D Amount Of Bidding Documents : Php 5,000.00 1.25 Name Of Contract : Convergence And Special Support Program, Basic Infrastruture Program (bip), Public Water Supply System, Construction (completion) Of Water Supply System, Barangay Castillo, Padre Garcia, Batangas Contract Id No. : 25dd0357 Project Location : Padre Garcia, Batangas Scope Of Works : Construction Of Water Supply System Including 5,000 Gallons Elevated Steel Water Tank And Installation Of 1,380.00 L.m. Hdpe Pipe Approved Budget For The Contract : Php 2,970,000.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : 120 Calendar Days Size Range : Small B License Category : C & D Amount Of Bidding Documents : Php 5,000.00 Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. Prospective Bidders Should Be (1) Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Category And Classification As Indicated On The Above Table. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Annex Ii-1.1 B Section Ii And Iii Of Bidding Documents. Contractors/applicants Who Wish To Participate In This Bidding Are Encouraged To Enroll In The Dpwh Civil Works Application (cwa) At The Dpwh Procurement Service (prs), 5th Floor, Dpwh Bldg., Bonifacio Drive, Port Area, Manila, While Those Already Enrolled Shall Keep Their Records Current And Updated. The Contractor’s Eligibility To Bid On The Project Will Be Determined Using The Dpwh Contractor Profile Eligibility Process (cpep) And Subject To Further Post-qualification. Information On Registration Can Be Obtained From The Prs During Working Weekdays From 7:00 Am To 4:00 Pm Or At The Dpwh Website Www.dpwh.gov.ph. 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary Pass/fail Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184), Otherwise Known As The “government Procurement Reform Act”. The Contract Shall Be Awarded To The Lowest Calculated Responsive Bidder (lcrb) Who Was Determined As Such During Post-qualification. 4. Interested Bidders May Obtain Further Information From The Department Of Public Works And Highways (dpwh)-batangas Iv District Engineering Office, And Inspect The Bidding Documents At Marawoy, Lipa City, Batangas During Weekdays From 08:00 A.m To 05:00 P.m. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On February 27, 2025 To March 18, 2025, 8:00 A.m.-5:00 P.m.; March 19, 2025, 8:00 A.m.-8:15 A.m. From The Address Below And Upon Payment Of The Applicable Fee For The Bidding Pursuant To The Latest Guidelines Issued By The Gppb Amounting To The Responding Cost Of Bidding Documents Indicated On The Above Table. It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps), And The Dpwh Website, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 6. The Department Of Public Works And Highways (dpwh)-batangas Iv District Engineering Office Will Hold A Pre-bid Conference Physically And/or Through Live-streamed On Youtube On March 07, 2025 At 09:00 A.m. At Bidding Room, Dpwh-batangas Iv District Engineering Office, Marawoy, Lipa City, Batangas, Which Shall Be Open To Prospective Bidders. For Youtube Livestreaming, Https://youtube.com/@batangas_4th_deo?si=lsq1bcqacx-uowzq 7. Bid Submission Maybe Done Manually Or Electronically/online. However, Bidders Should Only Select One Mode Of Submission, Either Manual Or Electronic. For Bids To Be Submitted Electronically/online, The Following Procedures Should Be Observed Following Department Order No. 87, Series Of 2020. It Is Also Indicated In The Bds. 8. Bids Must Be Duly Received By The Bac Secretariat At The Address Below For Manual Submission Or At Electronicbids_batangas4@dpwh.gov.ph For Electronic Submission On Or Before March 19, 2025 At 08:30 A.m. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. 9. Bid Opening Shall Be On March 19, 2025 At 08:30 A.m. At Bidding Room, Dpwh-batangas Iv District Engineering Office, Marawoy, Lipa City, Batangas And Through Live-streamed On Youtube (https://youtube.com/@batangas_4th_deo?si=lsq1bcqacx-uowzq). Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. Late Bids Shall Not Be Accepted. 10. "if At The Time Of The Post-qualification Procedure, The Bac Verifies That Any Of The Deficiencies Is Due To The Contractor’s Fault Or Negligence Pursuant To 34.3(b)(ii) Of The 2016 Revised Implementing Rules And Regulations Of Republic Act No. 9184 (2016 Irr Of Ra 9184), The Procuring Entity Shall Disqualify The Contractor From The Award Without Any Right To Reimburse Fees And Incidental Cost Paid For The Procurement Of Infrastructure Contract Subject Of The Bid. " 11. The Dpwh-batangas Iv District Engineering Office 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 And Section 41 Of The 2016 Revised Implementing Rules And Regulations (irr) Of Ra 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. All Representatives Who Will Submit Their Bids Must Be Duly Authorized And Registered Liaison Officers As Reflected In The Contractor Registration Certificate (crc). Authorized Representatives Are Required To Present Their Company Ids And Government Id For Verification Purposes. 13. Please Be Informed That On The Day Of Bid Opening, The Approved Appointment Intended For Purchasing Bidding Documents Will Be Limited To Two (2) Prospective Bidders Only To Strictly Follow The Bid Opening Schedule. Secure The Approved Appointment To Dpwhbats4appointment@gmail.com 14. For Further Information, Please Refer To: Leo S. Matias Engineer Iii Bac, Chairperson Department Of Public Works And Highways Batangas Iv District Engineering Office Brgy. Marawoy, Lipa City, Batangas Telephone No.: (043) 233-05-24 Email Address: Matias.leo@dpwh.gov.ph/ Dpwhbatangas4bac@gmail.com Queen Mariciel J. Sianquita Engineer Ii Head, Bac Secretariat Department Of Public Works And Highways Batangas Iv District Engineering Office Brgy. Marawoy, Lipa City, Batangas Telephone No.: (043) 233-05-24 Email Address: Sianquita.queen_mariciel@dpwh.gov.ph/ Dpwhbatangas4bac@gmail.com 15. You May Visit The Following Websites: For Downloading Of Bidding Documents At Www.dpwh.gov.ph & Www.philgeps.gov.ph For Online Bid Submission At Electronicbids_batangas4@dpwh.gov.ph February 26, 2025 Approved By: Leo S. Matias Bac, Chairperson Noted By: Jehela G. Roxas District Engineer Date Of Publication: February 27, 2025 To March 05, 2025 Publication: Dpwh Website/ Philgeps
Closing Date19 Mar 2025
Tender AmountPHP 99 Million (USD 1.7 Million)
Municipality Of Loay, Bohol Tender
Civil And Construction...+1Civil Works Others
Philippines
Details: Description Ogr: Temporary Facilities, Cshp & Mt Ogr: Project Billboard Ogr: Mobilization/ Demobilization Earthworks Civil Works Roof Framing And Roofing Works Paint Works
Closing Soon11 Mar 2025
Tender AmountPHP 1 Million (USD 17.4 K)
STATE, DEPARTMENT OF USA Tender
Others
United States
Description: Edinburgh Consulate Interior Painting
Closing Soon13 Mar 2025
Tender AmountRefer Documents
Municipality Of Kalawit, Zamboanga Del Norte Tender
Civil And Construction...+1Civil Works Others
Philippines
Details: Description Republic Of The Philippines Province Of Zamboanga Del Norte Municipality Of Kalawit -ooo- Invitation To Bid “one (1) Lot Park Development-in Front Of Municipal Hall (phase 1), Kalawit, Zamboanga Del Norte” 1. The Municipality Of Kalawit, Zamboanga Del Norte Through The Mlgu Aip 20% 2025 And Aip 20% Continuing Appropriation Intends To Apply The Sum Of Two Million Nine Hundred Eighty-eight Thousand Seven Hundred Ten Pesos And 10/100 (₱2,988,710.10) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For One (1) Lot Park Development-in Front Of Municipal Hall (phase 1) At Poblacion, Kalawit, Zamboanga Del Norte, Under Pr No. 2025-071. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. One (1) Lot Park Development-in Front Of Municipal Hall (phase 1) At Poblacion, Kalawit, Zamboanga Del Norte Project: Description: Excavation For Columns, Footing, And Wall Footings. Embankment For Floor Slab, And Ramp. Fabrication And Installation Of Reinforcing Steel Bars For Footing, Wall Footing, Slabs, And Column. Concrete Pouring For Footings, Columns, Wall Footings, Slabs, Stairs And Ramp. Erecting Of Chb Walls And Stone Cladding. Cement-plastering Smooth-finish Of All Exposed Concrete Walls (except For Phase 2 Stone Cladding Area). Painting Works In Expose Concrete Areas. Cement-smooth Finish On Floor Areas And Stairs. Cement-finishing Of Ramp With Horizontal Grooves Every 10 Cm Along Entire Length. 2. The Municipality Of Kalawit, Zamboanga Del Norte Now Invites Bids For The Above Procurement Project. Completion Of The Works Is Required One Hundred Seventeen (117) Calendar Days. Bidders Should Have Completed A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. 4. Interested Bidders May Obtain Further Information From Municipality Of Kalawit-bids And Awards Committee (bac)and Inspect The Bidding Documents At The Address Given Below From 8:00 A.m. To 5:00 P.m. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On February 27, 2025 From Given Address And Website 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 (₱5,000.00). The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees Which Will Be Presented In Person, By Facsimile, Or Through Electronic Means. 6. The Municipality Of Kalawit, Zamboanga Del Norte Will Hold A Pre-bid Conference On March 7, 2025, 1:00 P.m. At Bac Office, Kalawit, Zamboanga Del Norte Which Shall Be Open To Prospective Bidders. Bidders’ Representatives Who Choose To Attend The Activity And Has To Present The Following: Letter Of Intent Original Copy Of Special Power Of Attorney (spa) Certified True Copy Of Valid Id Of The Owner Certified True Copy Of The Philgeps Registration 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated Below On Or Before March 19, 2025, 12:00 Nn. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 16. 9. Bid Opening Shall Be On March 19, 2025, 1:00 P.m At The Given Address Below. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity And Has Original Special Power Of Attorney And Certified True Copy Of Valid Id’s Of The Owner With Certified True Copy. 10. The Municipality Of Kalawit, Zamboanga Del Norte Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Implementing Rules And Regulations (irr) Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 11. For Further Information, Please Refer To: Sergio Runem M. Brillantes Bac Chairman Kalawit, Zamboanga Del Norte Cellphone No.:09778036395 12. You May Visit The Following Website: For Downloading Of Bidding Documents: Philgeps Website February 27, 2025 Sgd. Sergio Runem M. Brillantes Bac Chairperson
Closing Date19 Mar 2025
Tender AmountPHP 2.9 Million (USD 52.1 K)
2661-2670 of 4920 active Tenders