Paint Tenders

Paint Tenders

Department Of Public Works And Highways - DPWH Tender

Philippines
Closing Date15 Oct 2024
Tender AmountPHP 57.9 Million (USD 1 Million)
Details: Description Invitation To Bid (cw-09-2024-022) 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 : 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 Building/facilities, Construction Of Lipa City-mataasnakahoy Diversion Road, Package H, Batangas Contract Id No. : 25dd0013 Project Location : Lipa City, Batangas Scope Of Works : Construction Of 405.00 L.m. 6-lane Road With Width Of 30.00m And Thickness Of 0.30m Including Slope Protection Using Cribwall And Mechanically Stabilized Earth Wall Structure Vegetated Facia, Drainage, Sidewalk, Bicycle Lane And Solar Streetlights Approved Budget For The Contract : Php 144,750,000.00 Source Of Funds : Fy 2025 Nep For Dpwh Infra Program Contract Duration : 300 Calendar Days Size Range : Medium A License Category : B Amount Of Bidding Documents : Php 50,000.00 1.2 Name Of Contract : Organizational Outcome 2 : Protect Lives And Properties Against Major Floods, Flood Management Program, Construction/ Rehabilitation Of Flood Mitigation Facilities Within Major River Basins And Principal Rivers, Construction Of Revetment Along Lawaye River, Balagbag-pinagbayanan Section, San Juan, Batangas Contract Id No. : 25dd0014 Project Location : San Juan, Batangas Scope Of Works : "section I (pinagbayanan) : Construction Of 143.70 L.m. Revetment Using Z-type Steel Sheet Piles Foundation Including 0.80m Dia. Bored Pile And Cribwall With Height Of 3.34m Section Ii (balagbag) : Construction Of 31.00 L.m. Revetment Using Z-type Steel Sheet Piles Foundation Including 0.80m Dia. Bored Pile And Cribwall With Height Of 6.18m" Approved Budget For The Contract : Php 96,564,655.00 Source Of Funds : Fy 2025 Nep For Dpwh Infra Program Contract Duration : 293 Calendar Days Size Range : Medium A License Category : B Amount Of Bidding Documents : Php 50,000.00 1.3 Name Of Contract : Organizational Outcome 2 : Protect Lives And Properties Against Major Floods, Flood Management Program, Construction/ Maintenance Of Flood Mitigation Structures And Drainage Systems, Construction Of Slope Protection Structure Along Tubig Ng Bayan River, Poblacion And Banaba Section, Padre Garcia, Batangas Contract Id No. : 25dd0015 Project Location : Padre Garcia, Batangas Scope Of Works : Construction Of 702.00 L.m. Revetment On Upstream Using Stone Masonry With Height Of 6.00m Including Clearing And Grubbing, Excavation, Embankment And Craneway Works Approved Budget For The Contract : Php 57,900,000.00 Source Of Funds : Fy 2025 Nep For Dpwh Infra Program Contract Duration : 192 Calendar Days Size Range : Medium A License Category : B Amount Of Bidding Documents : Php 50,000.00 1.4 Name Of Contract : Organizational Outcome 2 : Protect Lives And Properties Against Major Floods, Flood Management Program, Construction/ Maintenance Of Flood Mitigation Structures And Drainage Systems, Construction Of Slope Protection Structure, Barangay Manggas, Padre Garcia, Batangas Contract Id No. : 25dd0016 Project Location : Padre Garcia, Batangas Scope Of Works : Construction Of 492.70 L.m. Revetment On Upstream Using Stone Masonry With Height Of 6.00m Including Clearing And Grubbing, Excavation, Embankment And Craneway Works Approved Budget For The Contract : Php 39,200,000.00 Source Of Funds : Fy 2025 Nep For Dpwh Infra Program Contract Duration : 154 Calendar Days Size Range : Medium A License Category : B Amount Of Bidding Documents : Php 25,000.00 1.5 Name Of Contract : Convergence And Special Support Program, Basic Infrastruture Program (bip), Access Roads And/or Bridges From The National Road/s Leading To Major/ Strategic Public Buildings/ Facilities, Construction Of Road, Barangay Pinagtongulan, Lipa City, Batangas Contract Id No. : 25dd0017 Project Location : Lipa City, Batangas Scope Of Works : "construction Of 657.10 L.m. Total Net Length Of Road With Thickness Of 0.20m Section 1 : Construction Of 153.60 L.m. Road With Width Of 4.00m And Thickness Of 0.20m Section 2 : Construction Of 23.00 L.m. Road With Width Of 3.00m And Thickness Of 0.20m Including 5.30 L.m. Grouted Riprap With Height Of 1.60m At Left Side Section 3 : Construction Of 41.30 L.m. Road With Width Of 3.60m And Thickness Of 0.20m Section 4 : Construction Of 94.20 L.m. Road With Width Of 4.00m And Thickness Of 0.20m Section 5 : Construction Of 92.70 L.m., 13.30 L.m. And 58.10 L.m. Road With Width Of 2.70m, 2.90m And 3.00m Respectively And Thickness Of 0.20m Section 6 : Construction Of 118.70 L.m. Road With Width Of 3.00m And Thickness Of 0.20m Including Installation Of 4.00 L.m. 610mm Dia. Rcpc Cross Drain With Headwall Section 7 : Construction Of 62.20 L.m. Road With Width Of 3.00m And Thickness Of 0.20m" Approved Budget For The Contract : Php 7,920,000.00 Source Of Funds : Fy 2025 Nep For Dpwh Infra Program Contract Duration : 71 Calendar Days Size Range : Small B License Category : C & D Amount Of Bidding Documents : Php 10,000.00 1.6 Name Of Contract : Convergence And Special Support Program, Basic Infrastruture Program (bip), Multi-purpose Buildings/ Facilities To Support Social Services, Construction (completion) Of Multi-purpose Building (barangay Hall), Barangay Poctol, San Juan, Batangas Contract Id No. : 25dd0018 Project Location : San Juan, Batangas Scope Of Works : Construction (completion) Of Three (3) Storey Multi-purpose Building (9.50m X 10.00m) Including Structural Works, Finishing Works, Plumbing Works, Sanitary Works, Installation Of Ceiling, Finishing Hardware, Installation Of Doors And Windows, Painting Works, Tile Works, Roofing Works, Railings, Electrical Works, Installation Of Pole Mounted Distribution Transformer, Lighting Fixtures, Electrical Roughs-ins, Panelboard, Mechanical Works, Airconditioning Unit And Water Pumping System Approved Budget For The Contract : Php 7,920,000.00 Source Of Funds : Fy 2025 Nep For Dpwh Infra Program Contract Duration : 150 Calendar Days Size Range : Small B License Category : C & D Amount Of Bidding Documents : Php 10,000.00 1.7 Name Of Contract : Convergence And Special Support Program, Basic Infrastruture Program (bip), Access Roads And/or Bridges From The National Road/s Leading To Major/ Strategic Public Buildings/ Facilities, Construction Of Road, Barangay San Isidro, Lipa City, Batangas Contract Id No. : 25dd0019 Project Location : Lipa City, Batangas Scope Of Works : Construction Of 80.00 L.m. Widening Of Road With Varying Width Of 0.90m To 2.80m And Thickness Of 0.20m; Construction Of 60.00 L.m., 133.80 L.m. And 61.20 L.m. With Width Of 5.00m, 3.00m And 4.50m Respectively And Thickness Of 0.20m Including Embankment And Slope Protection Using Grouted Riprap Approved Budget For The Contract : Php 4,950,000.00 Source Of Funds : Fy 2025 Nep For Dpwh Infra Program Contract Duration : 62 Calendar Days Size Range : Small B License Category : C & D Amount Of Bidding Documents : Php 5,000.00 1.8 Name Of Contract : Convergence And Special Support Program, Basic Infrastruture Program (bip), Access Roads And/or Bridges From The National Road/s Leading To Major/ Strategic Public Buildings/ Facilities, Construction Of Road, Barangay Tangob, Lipa City, Batangas Contract Id No. : 25dd0020 Project Location : Lipa City, Batangas Scope Of Works : Construction Of 338.50 L.m. Road With Width Of 4.00m And Thickness Of 0.20m Approved Budget For The Contract : Php 4,950,000.00 Source Of Funds : Fy 2025 Nep For Dpwh Infra Program Contract Duration : 39 Calendar Days Size Range : Small B License Category : C & D Amount Of Bidding Documents : Php 5,000.00 1.9 Name Of Contract : Convergence And Special Support Program, Basic Infrastruture Program (bip), Multi-purpose Buildings/ Facilities To Support Social Services, Construction (completion) Of Multi-purpose Building (covered Court), Barangay Putingkahoy, Rosario, Batangas Contract Id No. : 25dd0021 Project Location : Rosario, Batangas Scope Of Works : Construction Of Bleachers (31.25m X 5.15m) Including Installation Of Roofing Extension (11.45m X 5.15m), Replacement Of Existing Gutter, Installation Of Catch Basin Cover, Electrical Works And Installation Of Digital Scoreboard Approved Budget For The Contract : Php 2,970,000.00 Source Of Funds : Fy 2025 Nep For Dpwh Infra Program Contract Duration : 60 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 September 25, 2024 To October 14, 2024, 8:00 A.m.-2:00 P.m.; October 15, 2024, 8:00 A.m.-9:15 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 October 03, 2024 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 October 15, 2024 At 09:30 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 October 15, 2024 At 09:30 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 Ten (10) 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 September 24, 2024 Approved By: Leo S. Matias Bac, Chairperson Noted By: Jehela G. Roxas District Engineer Date Of Publication: September 25, 2024 To October 02, 2024 Publication: Dpwh Website/ Philgeps

United Nations Development Programme - UNDP Tender

Civil And Construction...+1Civil Works Others
Guatemala
Closing Soon3 Oct 2024
Tender AmountRefer Documents 
Details: Reoi 3329/24 Supply Of Latrine Kits & Request For Expressions Of Interest (reoi) 3329/24 "purchase of latrine kits for the mano a mano initiative, ministry of social development" 1. The united nations development program (undp) will support the ministry of social development (mides) in the implementation of strategic actions provided for in the general government policy 2024-2028 that allow a coordinated and intersectoral response with other government institutions to care for the Guatemalan population, prioritizing the improvement of family habitat such as housing, the environment and sanitation, contributing to the advancement of human development in the country and the strengthening of the national social protection system. In this sense, the UNDP within the framework of Project 01002876 "Support to Mides for the Implementation of the Government's Intersectoral Strategy for Addressing Poverty and Inequality" requests information from national or foreign companies, to participate in the market survey that seeks companies for the supply of 5,800 latrine kits for a period of 3 years. Each kit is made up of 15 elements including; Fiberglass latrine and supplies for the construction of the hut (sheets, bags of premixed concrete, iron pipes, PVC pipe for gas evacuation, pine wood, screws, paint and solvent among others). This purchase seeks to provide families in poverty, extreme poverty and vulnerability in the departments of Huehuetenango, Quiché, Totonicapán, Sololá And Chimaltenango Of Materials For The Construction Of Latrines. 2. Interested Companies Can Find Additional Information By Entering The Link: Https://procurement-notices.undp.org/search.cfm Placing In The Box Reference No. Undp-gtm-00121. All The Information Of The Request Will Also Be Placed On This Site. 3. The Company Profile And Information About Products, Services, Resources, Qualifications And Experience Must Be Uploaded To The Quantum System By Following This Link: Http://supplier.quantum.partneragencies.org And Using The Profile That You Already Have On The Portal. 4. If You Do Not Yet Have A Profile, Check The UNDP Website Https://www.undp.org/es/guatemala/adquisiciones Within The Document Quantum Procurement - User Guide For Undp Suppliers - Oct 2022, Page 9 And You Will Find The Link To Create A Profile In The System. On This Site You Will Also Find The Guide In Spanish For Supplier Registration. Do Not Create A New Profile If You Already Have One. If You Do Not Remember The Password Or Username, Use The "Forgotten Password" Option. Within The Same Guide You Will Find Instructions To Search For The Reoi, Subscribe And Send Your Expression Of Interest. United Nations Development Programme - UNDP Procurement Unit - Reference Reoi 3329/24 Email: Procurement.gt@undp.org Euro Plaza World Business Center Building 5th. 5-55 Avenue, Zone 14, Tower IV, Level 10 Guatemala City, 01014, Guatemala

Municipality Of Rizal,palawan Tender

Philippines
Closing Date15 Oct 2024
Tender AmountPHP 13.5 Million (USD 242.6 K)
Details: Description Acquisition Of Mobile Clinic Vehicle With Diagnostic Equipment Package And Accessories * 6-wheeler Truck With Customized Fabrication • Mobile Aluminum Van With An Interior Length Of 16ft. • Insulated Walls And Additional Reinforcement For Industrial Purposes. • All Walls Are Finished With A Composite Panel For The Interior • Sliding Glass Door (inside) And Swing Door (outside) At The Main Entrance • Installation Of 2 Sliding Windows • Provide An Entrance Stair For The Main Entrance • Painting Of The Alluminum Body • Installation Of Sticker Signage (layout Provide By The Client) • Installation Of Electrical Wiring And Lights. • Provide A Fifty-meter #10 Royal Cord As A Connecting Cable Wire •installation Of 1 Split-type And 1 Window-type Air Conditioner. • Installation Of Flooring (marine Plywood And Vinyl Finishing) • Provide An X-ray Room Area With A Small Lead Glass For Viewing (attached To The Sliding Door) • Installation Of An X-ray Unit • Provide A Mini Laboratory Workstation • Provide A Doctor's Consultation/check-up Room With A Patient's Bed And Floor Cabinets • Provide A Water Tank, Sink, Portable Vacuum Toilet With A Waste Tank, And An Exhaust Fan • Installation Of A Canopy • Installation Of A Generator Set •installation Of The Base For A 2-way Radio In The Driver's Dashboard • Comes With Four Pieces Of Park Jack • Provide A Special Key For All Compartments • Wind Breaker Laboratory Equipment * 1 Unit Centrifuge 8 Placer Tabletop Centrifuge Speed 200-6,000rpm, Display Digital Display For Time And Speed Value (or R,c,f, Value) Timer 0-30min Digital Timer Motor Brushless Dc Max. R.c.f. 4,265xg Capacity 8x(10-15)ml. Standard Accessory 8x(10-15)ml. Tube Adapter Optional Accessory (5-7)ml. Or (1.5-2.0)ml Tube Adapter, Weight (kg) N,w. 4,8/g.w.5.8 Overall Dimension W280xd280xh265mm Power Supply Ac 100-240v 50/60hz * 1 Unit Semiauto Chemistry Analyzer Test Mode: Kinetic, Endpoint, Two Point, Absorbance, Wavelength: 7 Standard Filters, 340,405,492,510,546,578,630nm, 1 Free Position, Wavelength Precision: ±2nm,width≤10nm, Absorbance Range: 0-4,500 Abs, Absorbance Precision: Outside 0.0001 Abs, Inside 0.00001 Abs Carryover & Repeatability Cv; <1%, Incubator: 37ᶞc,30ᶞc,25ᶞc And Others, Precision: ±0.1ᶞc, Sample Volume: 0-3000ul(500ul Recommend), Data Storage: 1000, Quality Control Curve: X Sd Cv% L-j Quality Control Curve For Each Test Item, Flow Cell: 32 Ul Quartz Glass 10mm, Lamp: Philips 6v 10w Halogen Lamp With The Longer Lifetime, Screen: 7-inch Color Lcd, Cpu: Arm Series High-speed Cpu, Printer; Internal Thermal Sensitive Printer, Interface; Rs-232 Work Environment; Temperature 0ᶞc-40ᶞc, Humidity:80%, Power Supply; 100240vac, 5060hz, 100va Dimension: L340mm*w270mm*h160mm, Net Weight; 5kc & 10.5kg •initial 1 Set Of Reagents (cholesterol, Hdlc &triclycerides-r-1:60mlx2, R-2: 20ml.x2 320 Test, Alt, Ast, & Glu Cod-pap-r-1:60mlx2, R-2: 15ml.x2 300 Test, Creatinine-s-r-1:60mlx2, R-2: 20ml.x2 320 Test, And Urea, Uric Acid-r-1:60mlx2, R-2: 15ml.x2 300 Test * 1 Unit 3 Parts Hematology Analyzer Priinciple Impedance Method For Wbc, Rbc, And Plt Counting, Cyanide-free Reagent For A Hemoglobin Test 21 Parameters Wbc, Lymph#, Mid#, Gran#, Lymph%, Mid%, Gran%,rbc,hgb,hct,mcv,mch,mchc,rdw-cv,rdw-sd, Plt,mpv,pdw,pct,p-lcr,p-lcc 3 Histograms Wbc,rbc, And Plt Reagent M-30d Diluent, M-20cfl Lyse, Probe Cleanser Sample Volume Prediluted Mode (20ul)whole Blood Mode (9ul) Throughput 70 Samples Per Hour Display 10.4-inch Tft Touch Screen Data Storage Capacity: Up To 500,000 Results Including Numeric And Graphical Information. Communication Lan Port Supports Hl& Protocol Support Bi-directional Lis Interface; 4 Usb Ports (for External Printer, Software Upgrade, Barcode Reader, External Wifi, Keyboard And Mouse) Lan Port (t) Printout Thermal Recorder, 50 Mm Wide Paper, Various Printouts Formats, External Printer Optional Operating Environment Temperature 0ᶞc-40ᶞc, Humidity:10%-90% Air Presure: 70k Pa-106kpa, Power Requirement 100v-24ov, ≤3000va, 50hz/60 Hz Dimension: Depth (410mm) X Width (300mm) X Height (400mm) Weight ≤20kg •initial 1 Set Of Reagents Lyse-0.31ml/cycle 1500, Diluent 20ml/cycle 950, Cleanser 1 Bot. 25 * 1 Unit Microscope Observation Method Brightfield, Darkfield Illuminator Transmitted Illuminator, Led Lamp Focus Focusing Mechanism: Stage Focus, Coarse Handle Stroke: 15mm, Coarse Adjustment Limit Stopper, Torque Adjustment For Coarse Adjustment Knob Field Diaphragm Binocular (option: Cx23-fs), Trinocular Revolving Nosepiece Manual, Standard (4 Positions) Stage Manual Stages With Right-hand Control, Built-in X; 76mm, Y;30mm Condenser Manual Abbe Condenser Na 1.25/w.d.-(4x-100x) (built - In) Observation Tubes Binocular, Standard (fn20), Trinocular, Tube Inclination Angel:30®, Trinocular Tube Light Path Selection (camera Observation): 0%:100%, 100%:0%, Interpupillary Distance Adjustment; 48-75mm Dimension (w X D X H) Binocular: 198 (w) X 398 (d) X 386 (h)mm, Trinocular: 198 (w) X 398 (d) X 430 (h)mm Weight Approx. 5.9kg. * 1 Unit Mini Refrigerator Full Range Digital Temperature Control From 5-20®c/frame And Handle, Triple-layered Tinted Glass Door With Stainless Steel Frame And Handle, 2 Durable And Attractive Wooden Shelves, Easy-to-use Touch Control With Led Temperature Display, Cool White Led Interior Lighting, Quiet And Low-vibration Compressor, Class A Rating Low Energy Consumption, Regulated Humidity, 4 Adjustable Feet * Pipetters • 1 Unit Pipette 1;10-100ul Adjustable Volum Pipette • 1 Unit Pipette 2;100-1000ul Single Channel Pipette * Basic Laboratory And Medical Supplies 1 Unit Digital X-ray With Panel Set • Using High Frequency Inverter Technology To Produce, Stable High Voltage Output Can Obtain Good Image Quality; • With Compact Design, It Is To Carry And Work In Different Areas And Locations; • There Are Three Exposure Cotrol Methods; Remote Control, Hand Switch And Interface Button Type; • Fault Self-diagnosis And Self Protection; • With A Flexible Digital Interface,users Can Go Deep Into The Core Programming Control And Can Be Adapted To Different Dr Detec Tors Parameters; • 5kw Portable X-ray Machine • Maximum Power; 5kw • Photography Kv Range; 40-50kv, 40-60kv, 40-80kv, 40-100kv, 40-110kv • Photography Ma Range; 100ma, 80ma, 63ma, 50ma, 32ma • Mas Range; 0.32-300 Mas • Exposure Time Range; 0.01-6.3s • Operating Frequency;>30 Khz • Input Power Type; 220v ± 10%, 50hz/60hz • Input Power Type; 37(l) X 26 (w) X23 (h) Cm220v ± 10%, 50hz/60hz • Weight; 21kg • X-ray Image Stand And Tube Pillar; Radio-graphic Device Movement Along Pillar1400 Mm ±5%; Focus Distance; 130 Cm ± 5%; Fixed Grid Optional; Grid Density 103l/inch, Grid 10;1; Sid 180cm; Size; 15"x18" * 1 Unit Truck Mounted Digital X-ray Machine Sensor; Scintillator; Direct Deposit Csl (cesium Lodide), Active Area; 434 X 430 Mm2, Image Matrix; 3072 X 3072 Pixels, Pixel Pitch; 140 Um Mechanical Dimension; 460 X 460 X 15 Mm3, Weight; 3.96 Kg, Housing Material; Carbon Fiber Imaging Plate, High Strength Aluminum Alloy Body Communication Communication Interface ; Gigabit Ethernet, Acquisition Timer; 2-4s, Exposure Control; F²aed® (full-field Aed), Manual Sync, External Sync Image Quality Spatial Resolution; 3.57 Ip/mm, Mtf; ≤63% (@1 Lp/mm), ≤35% (@2lp/mm), ≤17% (@3 Lp/mm), Dqe (rqa5, 30 Ugy)≤62% (@ 0 Lp/mm), ≤17% (@ 3 Lp/mm), Dynamic Range; > 80 Db Environmental Operating; Natural Cooling Temperature Range; 5-35 ͦc, Humidity Range (non-condensing); 30%-75% Rh, Storage-temperature Range 20-55 ͦc-humidity Range; 10% - 90% Rh Power Power Supply; 100-240 Volts Ac, Frequency; 50/60 Hz, Power Dissipation; 22w (operating), 8w (standby Mode) * 1 Unit Wired Panel 1800 Le * 1 Unit Laptop * 1 Unit Printer Ultrasound * 1 Unit Portable Ultrasound • 12-inch Rotatable Led Monitor (0-30 Deg) Adapt To Different Viewing Angles • Ultra-light And Compact Design, Ideal For Mobile S • Power Supply - Ac 240v-100v, 50hz-60hz • A Broad Range Of Transducers Available • Software Packages, General Measurement, Ob, Obstetrics, Gyn, Urology, Abdomen, Cardiac B/m Mode, Vascular, Small Parts, Orthopedic, Pediatrics • Standard Configuration Main Unit, 3x Usb Ports, 1 X Probe Connector, C3-a Convex Probe Included, Vga Port, Video Port & Lan Port Ecg Machine * 1 Unit Portable Ecg Machine • 3 Packs Initial Tracing Paper • 3 Channel Ecg Machine With Interpretation, 5.0" Color Tft Lcd Display, Simultaneous 12 Leads Acquisition And 1, 1+1, 3 Channel (manual/auto) Recording With High Resolution Thermal Printer, Manual/auto Working Modes, Use Digital Isolation Technology And Digital Signal Processing, Baseline Stabilization Inspection, Full Alphanumeric Silicon Keyboard,support U Disk And Sd Card Storage, Support Wifi Connection Workstation, Dimension; 65cm X 35cm X 25cm Communication * 2 Units 2-way Radio • Portable Radio And Base Radio (to Be Installed In The Truck) 136-174mhz; 400-490mhz, Output Power; 60w (vhf), 40w (uhf), 200 Programmable Channels, Ctcss/dcs Scan, Scramble Function, Compander To Reduce Noise, Ani Function (dtmf)/ani, 5-tone/ani) Ptt Id, Qhm-03 Multifunctional Microphone With Dtmf • Receiver (etsi En 300 096 Standard Testing And Transmitted (etsi En 300 066 Standard Testing 1 Unit Generator Set (15 Kva) * Generator •brush, Self-excitation, 2 Poles Single-phase, Automatic Voltage Regulator (avr), 60hz, 15kva Max Ac Output, 10kva Rated Ac Output, 220v Rated Ac Voltage, 100%=1.0 Power Factor * Engine Forced Air-cooled, 4 Stroke, Direct Injection, Displacement; 496cc, Max Output; 18hp, Fuel; Diesel Light Fuel (bs- Al Or Equivalent), Fuel Tank Capacity; 1gl, Continuous Operating Hours; 5 Bh, Oil Capacity; 1.65l, Ignition System; Direct-injection, Standing System; Electric, Operating Noise Level (7m); 72db * Dimensions Dimension Lxwxh; 91cm X 52cm X 65cm * Package Dimensions Overall Dimension Lxwxh; 95cm X 56cm X 72cm, Net/cross Weight; 155kg/165kg 1 Unit Other Equipment And Supplies * Split-type Aircon, 1.5 Hp, Non-inverter, * Window Type Aircon, 1.5hp, Non-inverter, * Compact Silent Generator (10kva Gen Set) * Fire Extinguisher Ervices • Applications; Urology, Vascular, Small Parts, Pediatrics, Cardiology • Display Modes; B, B/b, 4b, M, B/m • Gray Scale 256 Levels • Multiple Beam Forming Technology (enhance Frame Rate, Improve Image Resolution) • 240mm Max Scanning Depth (depending On The Probe Type) • 2.5mhz - 11 Mhz Probe Frequency (depending On The Probe Type) • Archives Management - Patient Information Management, Patient Images Record, Patient Exam Report Classes Of Fire; Abc, Chimical Efficacy; 12 Years, Warranty; 5 Years, Non-conductor Of Electricity; Yes Non-corrosiver; No, Non-residual; No, Multi-shot; No * 1 Unit Wheelchair • Foldable Lightweight Alluminum Frame, Fixed Armrest & Flip-up Footrest, Foldable Backrest For Easy Storage, Comes With United Handbrakers, Solid Front Castor; 15cm, Solid Back Castor; 30cm, Nylon Seat, Weight; 8kg, Max Load; 100kg * 1 Unit Stretcher • Unfolded Size (lx W X H); 190x64x45cm, Folded Size (lx W X H); 92x19x11cm, Military Style With Bag, Durable Aluminum Constructed Frame With Steel Legs And Reinforced Water-resistance Polyester Fabric, Perfect For Outings, Traveling, Camping, Daycare, Or Lounging, Dimensions Of 75" L, By 25" W And 18" Off The Ground; Holds Up To 250 Poundsa, Carrying Bag Included; Folds Up To 36"l X 7"w X 4"h And Weight 121lbs, Hassle-free Set Up * 1 Unit First Aid Kit Adhesive Bandages In Various Sizes (also Known As Plasters Or Band-aids), Sterile Gauze Pads Or Rolls, Adhesive Tape, Antiseptic Wipe Or Solution, Alcohol Wipes Or Solution, Disposable Gloves, Tweezers, Scissors, Intant Cold Compress, Face Mask, Oral Thermometer, Pain Relievers (such As Acetaminophen Or Ibuprofen), Antihistamine Tablets Or Cream (for Allergic Reactions), Hydrocortisone Cream (for Skin Irritations And Rashes), Burn Ointment * 3 Unit Table * 12 Units Chairs * 1 Unit Canopy 1 Unit Genxpert Machine And Accessories And Cartridges Cepheid Gxiv-4 Tsk With Cartridges 1 Unit Dental Chair With Dental Kits And Accessories (lights And Forceps) Rapid Diagnostic Test * 10 Bxs. Trimera Drug Of Abuse (doa) Rapid Test Range (25's) * 10 Bxs. Trimera Hcg Pregnancy Test (urine And Serum)(25's) * 10 Bxs. Trimerah. Pylori Rapid Test(25's) * 10 Bxs. Trimera Fecal Occult Blood (fob) Rapid Test (25's) * 10 Bxs. Trimera Typhoid. Rapid Test (25's) * 10 Bxs. Trimera Dengue Nsi And Lgg/lgm Combo Rapid Test (25's) * 10 Bxs. Trimera Malaria Rapid Test (25's) * 10 Bxs. Trimera Leptospira Lgg And Lgm Rapid Test (25's) * 10 Bxs. Trimera Syphilis Rapid Test (25's) * 10 Bxs. Trimera Hepotitis B Virus (hbv) Rapid Test Range (25's) * 10 Bxs. Trimera Hepotitis B Surfoce Antigen (hbsag)) Rapid Test (25's) * 10 Bxs. Trimera Hepotitis C Virus (hcv) Rapid Test (25's) * 10 Bxs. Trimera Human Immunodeficiency Virus (hiv) Rapid Test Range (25's) * 10 Bxs. Trimera Cordioc Marker Rapid Test Range (25's) With Technical Assistance Of Company Manpower For 1 Month To Dry Run The Equipments And Train The Mho Personnel With Lgu Rizal Decals, Lto Registered Under Rizal Lgu And Gsis Insurance

MUNICIPALITY OF LIBJO, DINAGAT ISLANDS Tender

Electrical Goods and Equipments...+2Machinery and Tools, Electrical and Electronics
Corrigendum : Tender Amount Updated
Philippines
Closing Date16 Oct 2024
Tender AmountPHP 1.4 Million (USD 26.3 K)
Details: Description Carpentry 6 Unit Plainer Electric Hand Plainer Wattage=580w, Frequency=60hz, Voltage=220v, Prm=15,800/min 5 Unit Grinder 710w Angle Grinder 4" Continuous Rating Input: 710w Wheel Diameter: 100mm (4") Abrasive Disc100mm Diamond Wheel 100mm (4") No Load Speed11.000rpm Dimensions: 5.8cm X 11.8cm X 9.7cm 5 Set Drill/driller Professional Electric Drill 320w Coc Gbm Rated Input Power: 320w Weight: 1kg, No Load Speed:2,500-4/200rpm, Chuck Capacity Min/max:6.5mm, Drill Diameter In Wood:13mm Steel 6.5mm, Features: Variable Speed, Compact Offering For Speedy And Precision Drilling, Reverse Function For Metal And Wood Drilling 1 Set Drill/driller Professional Electric Drill 320w Coc Gbm Rated Input Power: 320w Weight: 1kg, No Load Speed:2,500-4/200rpm, Chuck Capacity Min/max:6.5mm, Drill Diameter In Wood:13mm Steel 6.5mm, Features: Variable Speed, Compact Offering For Speedy And Precision Drilling, Reverse Function For Metal And Wood Drilling 1 Unit Welding Machine 300amp 75 Mts Heavy Duty Cable Extension Wire #13 2 Pc Plier (flat Type With Insulated Handles 8') 1 Set Plier (long Nose Types Steel+rubber Handle Varied Dimensions) 3 Pc Industrial Heavy Duty Hand Riveter 2 Unit Compressor Single 1/70 Psis6 1/4hp 2 Set Plier (all Types In 1 With Insulated Handles) 2 Unit Saw Portable Circular Saw 1400w, 220v, 5800rpm 1 Pc Tri-square Measure Length:10/25cm; Ruler Size: 10x4.5(l*w) 2 Pc Hammer Specifications: Handle Size 27.5cm Long, Claw Hammer 13.5cm, Wood Handle 1 Pc Hammer Specifications: Handle Size 27.5cm Long, Claw Hammer 13.5cm, Wood Handle 1 Set Chisel 12pcs Wood Chisel Heavy Duty Rubber Grip 1 Pc Trowel Steel Head Wood Handle, 27cm Long 1 Pc Level Bar Ruler Level Bar, 24inch Long, Aluminum 2 Pc Measuring Tape 8mtrs. Steel Tape With Dual Print And Autolock 2 Pc Portable Welding Machine 1 Set Saw Portable Circular Saw 185mm, Disc Blade 1500watts, N 0-5000 R/min Jigsaw 220v, 650 Watts, 3000/m 50/60hz 1 Unit Grinder (bench Grinder, Rated Power:180watts Speed: 2950rpm, Frequency:60hz, Rated Voltage:220v, Grinder Wheel Dimension:125x16x12.7mm, Blade Diameter: 5'inch 1 Pc Tri-square Measure Length:10/25cm; Ruler Size: 10x4.5(l*w)/25.3cm X 11.4cm(l*w) 1 Pc Hammer Specifications: Handle Size 27.5cm Long, Claw Hammer 13.5cm, Wood Handle 1 Set Wood Chisel (12pcs Wood Chisel Heavy Duty Rubber Grip Material: Chromium_vanadium Steel(cr-v) 1 Pc Tool Box (17"3 Layers Metal Storage Toolbox) 1 Pc Level Bar Ruler Level Bar, 24inch Long, Aluminum 1 Pc Scissor (cutting Scissor Straight Avaition Tin Snip Sheet Metal Shear Plier-steel+rubber Handle-250 X 55mm) 1 Unit Plainer Electric Hand Plainer Wattage=580w, Frequency=60hz, Voltage=220v, Prm=15,800/min 1 Unit Grinder 710w Angle Grinder 4" Continuous Rating Input: 710w Wheel Diameter: 100mm (4") Abrasive Disc100mm Diamond Wheel 100mm (4") No Load Speed11.000rpm Dimensions: 5.8cm X 11.8cm X 9.7cm 1 Set Drill/driller Professional Electric Drill 320w Coc Gbm Rated Input Power: 320w Weight: 1kg, No Load Speed:2,500-4/200rpm, Chuck Capacity Min/max:6.5mm, Drill Diameter In Wood:13mm Steel 6.5mm, Features: Variable Speed, Compact Offering For Speedy And Preccision Drilling, Reverse Function, For Metal And Wood Drilling 1 Unit Welding Machine 300amp 1 Pc Claw Bar (heavy Duty -steel 30in) 1 Pc Chainsaw (52cc 20" Portable Gasoline Powered Chainsaw) Kakanin Making 1 Pc Electric Oven (100ml-2800watts, Voltages Rating 230a.c, 60hz, Unit Dimension Size: 77cm X 54cm X 53cm 1 Pc Oven (68l Capacity, 100-250°c Temperature Control, 60min,timer,with Convection & Rotisserie Function, Inner Light, Indicator Lamp, Heater Selector Swicth Tempered Glass Door, Stainless Stee Heating Element, 5 Stages Of Swicthheating And Function Selector) 4 Pcs Cake Round Pan Stainless (8 Inches.) 4 Pcs Cake Round Pan Stainless (6 Inches.) 2 Pcs Cling Wrap (15.7" X 300m) 10 Packs Eco Plastic Clamshell Pastry (container Dimension: Length 19.5cm X Width 13.7cm X Height 5.9cm, Color: Hazzy, 50pcs Per Packs. 5 Sacks All Purpose Flour (extracted Form The Purest, White Part, 25kg/sack) 2 Sacks Flour 3rd Class (extracted Form The Purest, White Part, 25kg/sack) 8 Sack Sugar Brown. (25kg/sack) 3 Sack Sugar White (granulated Refined Cane Sugar 25kg/sack) 48 Pcs Evaporated Milk (410ml/can) 100 Can Condensed Milk (390g) 24 Pcs Condensed Milk (390g) 1 Gal. Water-lye (water Lihiya 4l/gallon) 1 Sack Cake Flour (25kg/sack) 40 Pcs Hairnet 40 Pcs Apron (long, Waterproof For Adult) 35 Boxes Hand Gloves (cellophane 50 Pcs/box) 5 Pc Gas Stove (double Burner, Stainless Top And Front Automatic Ignition) 6 Pc Gas Tank (11kg) 60 Kg Glutinous Rice (malagkit Sweet Rice, White) 60 Kg Glutinous Rice (malagkit Sweet Rice, Black) 8 Btl. Flavoring (complex Flavor, 350ml) 24 Kg Peanut (raw Peanuts With Skin 1kg) 12 Kg Starch (corn Starch) 1 Set Steamer (stainless Steel, 3 Layers, Size 41cm, Heavy Duty) 2 Pc Stainless Steel Steamer (3 Layers For Siopao, 30cm,2l) 1 Pc Wok Pan (stainless Steel, Large 50cm With Handle) 1 Pc Nonstick Wok Pan (36cm) 1 Pc Wok (45cm Double Ear Wok Pan) 2 Pcs Pot (cooking Pot, Aluminum With Double Handle, Thick Size: 40x40x28cm) 5 Pcs Pot Holder (round) 4 Pcs Pot (45cm Diameter, 15cm Height, Aluminum) 1 Pc Ladle (stainless, Large) 1 Pc Strainer (solid Stainless Steel Spider, Strainer Skimmer Ladle For Cooking And Frying With Handle, Large) 2 Pcs Strainer (solid Stainless Steel Spider, Strainer Skimmer Ladle For Cooking And Frying With Handle, Large) 3 Pcs Basin (round, Stainless, Large) 2 Pcs Basket (multi-functional With Handle Large) 2 Pcs Egg Beater (stainless Large) 4 Tray Egg (medium Tray) 3 Tray Egg (larger) 4 Pcs Food Tong (utility Tong, Stainless Steel, Medium) 4 Pcs Food Keeper (rectangular Transparent, Plastic With Cover, Bilao/large) 1 Set Food Warmer (rectangular Tray Stainless 14x10.25x4 Inches) 6 Pcs Food Warmer (rectangular Tray Stainless 14x10.25x4 Inches) 100 Pcs Molder (puto Molder Cups,plastic Size: Medium 2inches. 4 Cont. Oil (cooking Oil, 20l/container) 1 Pc Rice Cooker (13l, 1950w Size(outside):340*470mm, Size (inside):168*345mm) 2 Pcs Casserole (double Handle 31cm Diameter, 19cm Height) 2 Gal. Soy Sauce (4l/gallon) 4 Gal. Banana Catsup (4kg Plastic Bottle) 40 Packs Jelly Powder (lemon & Choco Flavor, 24kg/pack) 10 Packs Disposable Cup (plastic 120z) 50 Packs Disposable Drinking Straw (plastic 20.8cm (8.1in) 2 Bags Plastic Sando Bag (tiny Transparent Bio Bag 8x14, 100pcs/pack) 1 Kg Baking Powder 2 Kg Baking Powder (4kg/pack) 1 Gal. Vinegar (4l/gallon) 3 Pack Yeast Powder (1kg/pack) 1 Set Stante Glass (3 Layers Food Display) 6 Pcs Chair Plastic (plastic Tool No Back Rest) 1 Set Table (foldable Table Plastic Ware 180cm) 2 Pcs Juice Container (10l Jar With Ladle, 12cm X 37cm Height) 1 Pc Electric Deep Fryer (plastic, Stainless Steel, Voltage:220-240v, Frequency: 50-60hz, Power:1000w,capacity 2.5l, Size: Length 20cm, Widht 21cm, Height 18.5cm, Variable Temperature:80-190 Degree 1 Pc Preasure Cooker (24cm, 7.3l) 1 Pc Electric Steamer (3 Layer For Siomai, Dimension 22*19*21cm, 450w) 1 Set Empanada Molder Set Stainless (diameter: Approx. 10cm/3.94 &qout: Large 8.5cm/3.35qout, Medium: 7.5cm/2.95qout:small) 1 Pc Electric Hand Stand Mixer (7 Speed Control, Size:270x295x145mm/1.4kg, Rated Power Ssupply: 200v 50hz, Rated Power:100w) 50 Pcs Plastic Puto Molder (large 8cm Diameter) 2 Set Stainless Donut Molder (1 Set In 3 Size, +large=d 8cm Overall Diameter 8cm, Middle Hole Diameter 3cm +medium= D7cm Overall Diameter 7cm, Middle Hole Diameter 2cm +small=d6cm Overall Diameter 6cm, Middle Hole Diameter 1.5cm) 2 Pcs Rolling Pen ( Wood Size 35cm X 3.5cm) 1 Pc Medium Hotcake Pan Maker Or Molder (diameter 5 Inches) 2 Btl. Food Coloring Powder (yellow,orange, 125g) 3 Kg Margarine (1kg) Snacks And Refreshments 1 Set Burger Griller, Deep Fryer W/ Steamer Set (stainless Steel Single Deep Fryer, 12x20cm Burger Griller And 3 Layers Steamer) 1 Set Gas Tank (11kg With Content) 3 Pc Gas Tank (11kg With Content) 1 Pc Gas Stove (double Burner Stainless Steel With Regulator) 1 Pc Crusher (6 Blades Ice Crusher Machine 1000w, Ice Crasher Manual Ice) 3 Pcs Container (palamig Container Jar Plastic Ware 10ltrs. 30 Pcs Food Serving Tray (multi-purpose Plastic Rectangular Shape) 2 Pcs Clear Food Container With Scooper (elongated Shape, Large) 1 Set Stante Glass (3 Layers Food Display) 20 Packs Disposable Glass (plastic Disposable Glass 6oz.) 1 Cont. Cooking Oil (20ltrs) 1 Pc Table (foldable Table Plastic Ware 180cm) 4 Pcs Chair Plastic (plastic Tool No Back Rest) 1 Pc Hotcake Molder (multi-functional Manual Hotcake Molder) 6 Pcs Glass (clear Drinking Glass 12oz.) 1 Pc Steamer (electric Siomai Steamer 3 Layers Dimension 22*19*21cm, 450w) 15 Pcs Juice Powder (instant Powdered Milk Drink (chocolate, Melon, And Buko Pandan Flavor) 500grms.) 5 Pcs French Fries (ready To Fry 1kg Pack) 15 Pcs Fish Ball (fresh Shanghai Food 1kg Per Pack) 20 Pcs Paper Plate (fish Ball Tray Silver (small) 15 Pcs Kikiam (500grms Per Pack) 3 Pcs Squeeze Bottle (plastic Condiment Squeeze Squirt Bottle With 3 Holes 450ml) 3 Pcs Sauce Dispenser (plastic Bottle Condiment With 1 Hole 450ml) 1 Gal. Vinegar -4liters 1 Gal. Banana Catsup (4kg Plastic Bottle) 10 Pcs Cheese (powder Cheese For Fries Flavoring 200g) 17 Pcs Hairnet 18 Pcs Apron (long, Waterproof For Adult) 4 Pc Gas Stove Double Burner, Stainless Top And Front Automatic Ignitio 1 Pc Preasure Cooker -stainless Stell 6l (6.3ft) 1 Pc Charcoal Stove -xl Size 12x8-1/2x12 Ich. 1 Pc Pot-extra Size #3 (28cm Diameter, 16cm Height) 1 Pc Pot-broiler Size #2 (43.3cm Diameter, 39.3cm Height) 8 Pcs Castel Wheel Rubber Caster Wheel Heavy Duty Pu Wheel (1 Piece Of Pu Material, 2inches.) 7 Cont. Oil (cooking Oil, 20l/container) 2 Pcs Solar Pannel Waterproof Streetlight Solar Light, Solar Led Flooding Ip67 With Remote And Solar Panel, 1000w 48 Pcs Bowl Plastic Bowl/medium Size (12pcs) Diameter:12cm Depth 5.5cm Per Pack 2 Set Burger Grill 3in1 Burger Grill With Deep Fryer And Steamer (with Complete Cooking Kits) Made In 304 Pure Stainless Body, Metal Plate 3 Box Hand Gloves (cellophane 50 Pcs/box) 6 Boxes Disposable Facemask 2 Set Steamer (stainless Steel, 3 Layers, Size 41cm, Heavy Duty) 1 Pc Frying Pan Aluminum, 66cmx59cmx22cmh 5 Sck Flour 3rd Class (extracted Form The Purest, White Part, 25kg/sack) 2 Pc Strainer (solid Stainless Steel Spider, Strainer Skimmer Ladle For Cooking And Frying With Handle, Large) 1 Pc Crusher (6 Blades Ice Crusher Machine 1000w, Ice Crasher Manual Ice) 1 Pc Food Tong (utility Tong, Stainless Steel, Medium) 1 Pc Frying Pan 32/34cm Non Stick Diamond Frying Pan Kitchen Iron With Cover 24 Pouch Soysauce Sachet, 200ml 24 Pouch Vinegar Sachet, 200ml 20 Pck Seasoning Food Seasoning 55/pck 44 Can Condensed Milk (390g 48 Can Evaporated Milk (410ml/can) 10 Kg Sugar White (granulated Refined Cane Sugar 5 Kg Sugar Brown. 1 Pc Burner-super Kalan Set, Full Set Of Gas Burner With 2.7kg Gas, Burner & Tank. 1 Pc Blender 1.5 Liters Glass Jar Capacity 500watts,2speed Fucntion Light Indicator, 4 Spoke Stainless Steel Blade Antiskid Rubber Footing With Safety Swicth 1 Pc Ice Crusher -300watts,50hz,220v,2200rpm,65kg/hr.,stainless 1 Pc Deep Fryer-3.81kg, L23.5 X W47.7 X H31.8cm, Stainless Oilot Light Indicator 200watts Power, Smoke Filter 4liters Capacitytempered Glass Lid 1 Pc Ice Cooler-15l=40cm X 25cm X 32.5cm, Insulated Ice Box Ice Chest, Unit Dimension 1 Set Electric Steamer For Siomai 9l 4 Sck Sugar Brown 25kg/sack 2 Sck Sugar White Granulated Refined Cane Sugar 25kg/sck 50 Pck Jelly Powder (assorted Flavor, 24kg/pack) 40 Pck Disposable Cup (plastic 120z) 20 Pck Disposable Drinking Straw (plastic 20.8cm (8.1in) 1 Pc Steamer-siomai Steamer 3layer 7.5 Timer Platics 3 Pcs Ladle (stainless, Steel 9cm X 41cm 2 Cont. Margarine-classic Fortified With Growth Building Nutrients Like Vit.a-b-d-e And More 2kg/cont. 10 Pcks Baking Powder -1kg/pack 1 Sck Salt White 25kg/sack 20 Tray Egg White Color Large Size 1 Tie Powder Fortified Powdered Milk 33g 1 Pc Wok Pan (stainless Steel, Large 50cm With Handle) 1 Pc Dispenser Double Quencher Plastic Large 5 Pck Yeast Powder (1kg/pack) 2 Gal. Ketchup Banana Flavor 3.7l/gal 3 Bot. Food Coloring Powder (yellow,10ml 5 Pcs Pot Holder (round) Food Vending 120 Can Evaporated Milk (410ml/can) 3 Unit Lpg Set 11kgs (double Burner, With Hose And Regulator) 94 Can Condensed Milk 390 Grams 3 Sack Brown Sugar (50kg) 10 Scks Flour 3rd Class All Purpose Flour 2sck , 25kg/sack) 108 Kg Cooking Oil (vegetable Cooking Oil, 36kg) 60 Kg Soy Sauce (20kg) 9 Kg Baking Yeast (3kg) 300 Kg Banana (cardava 100kg) 15 Kg Margarine (5kg) 60 Packs Vetsin (20pcks,18sachets Per Pack) 27 Doz. Broth Seasoning (pork And Chicken Flavor 9doz. 108cubes) 45 Kg Monggo Beans (15kg) 9 Kg Black Pepper Assorted (3kg Powder 1kg, Crushed Black Pepper 1kg, Laurel Leaves) 12 Packs Matchstick (50 Pack Of 10 Match Boxes With 48 Sticks 17 Kg Baking Powder (5kg) 13 Pcks Soy Sauce 100ml 1 Unit 3in1 Burger Grill Fries W/steamer 12x20inches Deep Fryer:8inches House Steamer:10 Inches Gas Type,3 Burner, 304 Pure Stainless Automatic Ignition, Tempered Glass Steamer 1 Unit Meat Grinder (2liter Electric Meat Grinder 300watts With 4 Cutting Blades Thickened Glass Bowl, Stainless Steel Head) 1 Set Ceramic Kitchen Knife Set(6pcs Knife Set, Stainless Steel Materials 2 Cont. Cooking Oil Vegetable Cooking Oil One Container (19.3l) 2 Unit Ice Crusher -machine 500 Watts Motor And Stainless Steel Blades 2 Unit Hot Cake Maker (5.5inchs Diameter, With Long Handle 23 Pcs Basket Tray(for Food Dine In Plastic, Rectangular 8 X 5 X 1.45 Inchs.) 2 Unit Electric Siomai Steamer 3 Layers Steamer, 22x19x21cm. 450 Watts 1 Pc Big Cooler (15liters Ice Box Chest Insulated Cooler L-28cm X H20cm X W16cm 1 Pc Big Cooler (15liters Ice Box Chest Insulated Cooler L-28cm X H20cm X W16cm 1 Set Folding Table With Chairs Set (square Table 34x34x29 Stall Type Height: 47cm, Diameter:30cm 1 Pc Folding Table Square 34 X 34 X 29 1 Set Stainless Steel Food Warmer (6pcs Rectangular Food Warmer 34cm X 28cm X 16cm Glass Cover, Food Tray 1 Pc Aluminum Wok (43cm, Silver Color) 2 Pcs Big Container For Seasoning (3liters, 163cm X 123cm X 202cm, Capacity:21cups 2 Sck Brown Sugar (washed) 2 Sack (25kg Per Sack( 1 Unit Lpg Tank And Regulator (11kgs) 1 Unit Super Kalan (4.5kg) 2 Sck Cake Flour (25kg/sack) 1 Pc Big Beach Umbrella (6ft, 2mx2m Parasol Umbrella, Oxford Cloth, Steel Mixed Material. 5 Pcs Plastic Chair (stall Type Height: 47cm, Diameter: 30cm 1 Unit Microwave Oven (20liter Capacity, Metal Body, 6 Power Levels, 230v-60hz, 700watts 240mhz, Diamension: 45cm X 34cm X 26cm 1 Pc Solar Light (400watts, 2-3 Meter Height, Led: Smd 5730 69pcs, Battery: 3.2v/10,000mah 1 Unit Blender 1.5 Liters Capacity, 4 Speed Level With Pulse Function 2 With Safety Lock, One Grinding Mill, Stainless Steel Body And Blades 10 Pack Disposable Cup (50pcs/pack 6oz Transparent, Clear Cup) Bake And Pastry 1 Unit Oven (68l Capacity, 100-250°c Temperature Control, 60min,timer,with Convection & Rotisserie Function, Inner Light, Indicator Lamp, Heater Selector Swicth Tempered Glass Door, Stainless Stee Heating Element, 5 Stages Of Swicthheating And Function Selector) 15 Pcs Baking Tin (round Shape, Size: 9x13 20 Pcs Baking Tin (round Shape, Size: 6x10 30 Kg Sugar (white, Granulated Refined Sugar) 35 Pcs Cream (all Purpose Cream 250ml) 3 Pcs Baking Powder (1kg/pack) 30 Pcs Condensed Milk (1kg/can) 30 Pcs Evaporated Milk (410ml/can) 2 Gal. Oil (cooking Oil 4liters) 1 Sack Flour(cake Flour 50kg) 15 Tray Egg White Color, Large Size 3 Gal. Flavoring ( Complex Flavor 4 Liters) Tailoring Services 25 Mtrs Cloth (alpha Geena Fabric Floral) 25 Mtrs Cloth (kritona Fabric Abstract Design) 25 Mtrs Cloth (textile White Cloth For Uniform) 25 Mtrs Cloth (think Plain Woven Cotton For Uniform Pants) 25 Mtrs Cloth (peach Twill High Quality Soer Soft For Uniform, Yellow Light Color) 25 Mtrs Cloth (checked Red Red Cloth) 72 Pcs Thread (sewing Thread, 1000mtrs/spool, White Color) 72 Pcs Thread (sewing Thread, 1000mtrs/spool, Black Color) 72 Pcs Thread (sewing Thread, 1000mtrs/spool, Green Color) 2 Doz. Zipper (60cm Nylon Invisible Zipper) 2 Doz. Zipper (20cm Nylon Invisible Zipper) 15 Set Needle (sewing Needle No. 18, 5pcs/set 15 Set Needle (sewing Needle No.20, 5pcs/set) 54 Pcs Gloves (rubber, Weight: 100g, Qunatity: Set Left And Right, Long And Think Rubber, Multi-purpose Hand Gloves 3 Pc Scissor (8.5inchs. Professional Tailoring/sewing Scissor, Stainless Steel +zinc Alloy) 3 Pack Button (plastic 12.5mm, 2 Holes, Red, 100pcs/pack 3 Pack Button (plastic 12.5mm, 2 Holes, White, 100pcs/pack) 2 Unit Sewing Machine (electric, 9 Automatic Stitches, 800 Stitches Per Minute, Motorized 70watts, 2 Needle Position, Automatic Bobbin Winding, 4-step Button Hole, Embroidery Featuring, Zipper Insertion, Twin Needle Capability, Push Lever Reverse, Stitch Pattern Indicator,weight: 6.5kg, Size: H38xw46.5xl24.5cm *body Only No Table* 2 Roll Pattern Sewing Paper (patern Paperno.70, Brown,rolled, 48sheet Per Roll, Dimension:36x48 40 Mtrs Cloth (alpha Geena Fabric -golden Yellow) 40 Mtrs Cloth (pitswel Fabric White) 40 Mtrs Cloth (katrina Fabric Golden Yellow) 40 Mtrs Cloth (alpha Geena Fabric Blue) Fishing Business 1 Unit Engine (model Lf188f-bq (13hp) 389cc 4stroke Ohv Industrial Gasoline Engine With 1" Keyway Shaft. Dimension: 19x18x20 Inches. 1 Unit Boat Engine (9hp) Gasoline Powered) 1 Unit Boat Engine (9hp Gasoline Powered) 2 Unit Boat Engine (9hp) 1 Pc Light Bulb-6 Watts 1 Pc Light Bulb-12 Watts 1 Pc Light Bulb-20watts 6 Bundle Fishing Net (nylon, Mesh Size 7, Nylon Size 4, 100 Mesh) 12 Bundle Fishing Net (nylon, Mesh Size 6, Nylon Size 4, 100 Mesh) 21 Kilos Fishing Net Lead Sinker #2 25 Kilos Fishing Net Lead Sinker #2 4 Kilos Fishing Net Lead Sinker #2 18 Bags Patao Fishing Float #2 6 Pack Floater (pataw , No.1 Round, 100pcs/pack) 9 Kilos Nylon (# 100, Bahajan) 6 Bundle Nylon (size200) 6 Kilos Nylon (#100) 1 Pc 6ft Stainless Steel Shaft (ihi) 1 Pc Rubber Plate (timon) 1 Pc Boat Propeller (pala) 1 Pc Cross Joint 1 Roll Rope (#10) 1 Roll Nylon Rope #200 6 Bundle Pamo Net (300mtrs) Vegetable Production 55 Sack Fertilizer (chicken Dung) 3 Sack Fertilizer (urea 46-0-0 Soil Fertilizer) 12 Sack Fertilizer (14-14-14 Controlled Release Fertilizer, 50kg/sack) 6 Sachet 40 Sp Broad Spectrum Insecticide (systemic Carbamate Insecticide) 2 Pc Sprayer (plastic, Manual Agricultural Sprayer, 20l, 3.2kg, Dimension:45x21x57.5cm 2 Pcs Farming Shovel 3 Pcs Farming Shovel 2 Pcs Blunt Bolo (guna) 2 Pcs Pickaxe (piko) 2 Pcs Lagaraw 1 Unit Water Pump (13hp Diesel Engine) 1 Roll Heavy Duty Garden Hose (2x2, 100mtrs.) 1 Pc Drum Big (plastic, Dimension: 16in Body Dia: 13in Lid Dia:, 25 Inchs Height) Broiler Production 3 Sack Chick Booster (crumble) 2 Sack Broiler Starter Crumble (50kg) 10 Sack Broiler Starter Crumble (50kg) 4 Sack Broiler Grower Feeds (50kg) 20 Sack Broiler Grower Feeds (50kg) 4 Sack Broiler Finisher Feeds (50kg) 20 Sack Broiler Finisher Feeds (50kg) 15 Boxes Antibiotic (broad Spectrum Antibiotic Broiler) 4 Pcs Water Plastic (1l Capacity) 25 Pcs Waterer (plastic. 1l Capacity) 5 Pcs Feeder Plastic (linear 18inchs.) 25 Pcs Feeder Plastic (linear 18inchs.) 10 Botl. Vitamin B Complex (broiler Vitamins 50ml/bottle) 10 Bags Chick Booster 24 Bags Chick Booster (crumble) Electrical Services 2 Pcs Pliers (side Cutting 9inchs.) 1 Pc Long Nose (cutting 8inchs.) 1 Pc Crimping Pliers (8inchs) 1 Pc Heavy Duty Diagonal Cutter (8 Inchs.) 1 Pc Screwdriver (8 Inchs. Round Shaft) 1 Pc Screwdriver (flat Screw 8 Inchs.) 1 Pc Non-contact Non Voltage Tester Pen (50-1000v) 1 Pc Analog Tester Multimeter 1 Pc Electric Drill Cordless (68v Battery) 1 Pc Heavy Duty Wire Stripper (9 Inchs 223mm) 1 Pc Electric Knife Cutter (5 Inchs.) 1 Pc Grinder (power Electric Tool 1400watts 220v) 1 Set Wood Working Hardware Toolbox Barbershop 2 Pcs Hair Clipper/hair Trimmer Rechargeable (100-240v, 50/60hz, 8-10w) 1 Pc Hair Clipper (with Wire, Heavy Duty 220v) 1 Pc Shaver (electric Shaver, Men's Wet And Dry Trimmer, Rechargeable) 1 Pc Hair Trimmer (rechargeable Hair Trimmer Detailer, 1200mah 90mins Use) 1 Pc Hair Blower (220v, 2800w) 1 Set Comb (barber Set, 9pcs Salon Hairdressing Comb) 1 Set Scissor (hair Dressing Set, 5pcs Set 7" 19.5cm Professional Hair Hairdressing Scissor, Comb,+cutting Shears + Thinning + Up Down Curved Shears) 1 Pc Trolley (barber Trolley, 5 Layer, Plastic Aluminum Composition, Black/silver) 1 Pc Box (barber Box Hard Case With Lock, 12*23*53.5cm, Black Color) 2 Pcs Cape (neck/gown Cape 11x7.5cm, 4.3x3 Inch.) 1 Botl. Disinfectant (barber Salon Disinfectant, Barbicide Concentrate For Salon, 16oz/bottle) 1 Pc Mirror (barber Shop Mirror, 40*150cm Motorcycle Repair And Welding Shop 1 Unit Welding Machine (unit Size: 12,300amperes Single Phase, Portable, Fan Cooled Low Energy Consumption, Light In Weight, 66inchs Welding Cable) 5 Pcs Welding Rod (n7018 1/8 3.2mm, 5kgs) 1 Pc Welding Helmet (auto Darkening, Open Helmet Type) 1 Pc Side Cutter Pliers (length:160mm, Material-chromium-vanadium Steel, Width: 57mm, Height: 26mm, Weight: 213g) 1 Pc Compressor Single 1/70 Psis6 1/4hp (air Compressor Belt Driven Horizontal Type Single Phase Model Hp Tank, Capacity No. Of Cylinder Working Psi Price Jacp-1/4 1/4 Hp 40 Liters 2 70-155psi) 1 Pc Drill (hand Electric Drill Home 550w High Power Variable Speed Handgun Drill Home Portable Multi-function Electric Drill) 1 Pc Grinder (angle Grinder 1500w 150mm Length 35cm Width 65cm) 1 Box Socket Wrench (heavy Duty Size 1/2 #8 To 32mm, 24pcs Socket Set 3/8 Drive) 1 Pc Spray Gun (1000cc, 1.8mm Standard Nozzle:1.8mm Optional Nozzle:1.5-2.0mm, Operating Preasure:3-4bar, Pattern Width:180-250mm, Aircons:3.5-6.0cfm 99-170l/min Paint Capacity:1000cc) 1 Set Welding Pliers, Clamps And Magnets (1x4inch (10cm), Curved Jaw Locking Pliers 1x5inch (12.7cm) Mini C-clamp Pliers 1x5 Inch (12.7cm) Long Nose Locking Pliers, Magnets Size :8-1/2") 1 Unit Welding Machine (300amp) 1 Unit 1/2 Double Piston Compressor 1 Pc Grinder (710watts) 1 Pc Welding Pliers

Municipality Of Sagnay, Camarines Sur Tender

Philippines
Closing Date7 Oct 2024
Tender AmountPHP 890.4 K (USD 15.9 K)
Details: Description Procurement Of Office Supplies For The Different Offices Of Lgu-sagnay, Camarines Sur For Delivery: Municipal Treasury Office Abc – Php51,694.00 1. Ballpen (0.7, Black Only) - 5 Dozen 2. Sign Pen (gel 0.5, Black Only) - 2 Dozen 3. Bond Paper (21.59x33.02cm, 500sheets, 70gsm) - 10 Ream 4. Bond Paper (21.59x27.94cm, 500sheets, 70gsm) - 25 Ream 5. Book Paper (21.59x33.02cm, 500sheets, 60gsm) - 10 Ream 6. Book Paper (21.59x27.94cm, 500sheets, 60gsm) - 35 Ream 7. Logbook (official Record Book) Big - 1 Dozen 8. Correction Tape 5mmx10m - 5 Dozen 9. Epson Ink 664 (black, Cyan, Yellow, Magenta)350ml - 1 Set 10. Epson 003 Black, 350ml - 10 Bottle 11. Epson 003 Yellow, 350ml - 10 Bottle 12. Epson 003 Magenta, 350ml - 10 Bottle 13. Epson 003 Cyan, 350ml - 10 Bottle 14. Epson Ribbon Cartridge Lq-310 - 15 Box 15. Epson Ribbon Cartridge Lx-311 - 15 Box 16. Post-it-note (assorted Color) 3”x3” - 5 Pc 17. Scotch Tape 1” Clear - 3 Pc 18. Alcohol 70% Antiseptic Disinfectant - 2 Gal 19. Staple No. 35 With Remover - 2 Pc 20. Staple Wire No.35 - 10 Box 21. Ruler Plastic - 4 Pc 22. Puncher (heavy Duty) - 2 Pc 23. Fastener (short) - 2 Box 24. Detergent Powder - 4 Dozen 25. Tissue Paper 2ply - 20 Dozen 26. Fabric Conditioner - 4 Dozen 27. Cord For Filing - 2 Roll 28. Multi-insect Killer Spray 300ml - 1 Bottle 29. Double Sided Tape 2” - 2 Pc 30. Disinfectant Spray - 2 Bottle Mo-bjmp Abc – Php50,000.00 27. Bond Paper (legal Size) - 12 Box 28. A4 Bond Paper - 4 Box 29. Blue Ballpen - 16 Box 30. Logbook (500pages) - 20 Pc 31. Logbook (300pages) - 16 Set 32. 1 Set Ink Brother Printer - 4 Set 33. A4 Size Photo Paper - 4 Pack 34. A4 Size Certificate Holder - 40 Pack 35. Laminating Pouch Film Legal Size - 1 Pack 36. Long Size Brown Envelope - 200 Pc 37. Wire Mesh 3 Tier Organizer - 1 Pc 38. Long Size Folder - 200 Pc 39. Masking Tape - 8 Pc 40. Clear Tape - 8 Pc 41. Plastic Fastener - 4 Box 42. Stapler - 2 Pc 43. Staple Wire - 1 Box 44. Scissor - 4 Pc 45. Cork Board 60cm X 90cm - 2 Pc Sagnay Infirmary Abc – Php43,893.00 46. Gel Pen (black) Permanent Gel Ink, Tip Size: 0.5mm - 5 Box 48. Ballpen (black) Pen Tip Size: 0.5mm - 5 Box 48. Ballpen (red) Pen Tip Size: 0.5mm - 6 Box 49. Gel Pen (blue) Pen Tip Size: 0.5mm - 6 Box 50. Paper Clip (big) Vinyl Coated, Resist Corrosion, Smooth Surface 50mm - 3 Box 51. Paper Clip (small) Vinyl Coated, Resist Corrosion, Smooth Surface 33mm - 3 Box 52. Legal Size Bond Paper 216x330mm, 70gsm, 500sheets Per Ream 2.6kg - 20 Ream 53. Letter Size Bond Paper 216x279mm, 70gsm, 500sheets Per Ream 2.2kg - 20 Ream 54. Ground Wood (long) - 20 Ream 55. Ground Wood (short) - 20 Ream 56. Record Book 300 Pages Hardbound Acid-free White Paper And Section Thread Sewn Covers 7.1in X 0.5in X 11.2in 0.441kg - 8 Pc 57. Record Book 500 Pages Hardbound Acid-free White Paper And Section Thread Sewn Covers 7.1in X 0.5in X 11.2in 0.683kg - 2 Pc 58. Sticky Notes Assorted Colors 3x3 Inches, High Quality Paper 80gsm, 100sheets Per Pad - 5 Dozen 59. Printer Ink 003 (black Color: Black Dye Ink 65ml Genuine Ink Bottle) - 2 Bottle 60. Printer Ink 003 (yellow Color: Yellow Dye Ink 65ml Genuine Ink Bottle) - 2 Bottle 61. Printer Ink 003 (magenta Dye Ink 65ml Genuine Ink Bottle) - 2 Bottle 62. Printer Ink 003 (cyan Dye Ink 65ml Genuine Ink Bottle) - 2 Bottle 63. Scissors Big Pp Resin Handle Sharp Blade Stainless Steel Pivot - 2 Pc 64. Correction Tape Pvc 30meters 4.6*9.5*1.5cm 50 Grams - 1 Dozen 65. Double-sided Tape 5mm Red Foam Type Tape - 5 Pc 66. Transparent Tape 1x25 = 1 Inch - 5 Pc 67. Transparent Tape ½ X 25 = ½ Inch - 5 Pc 68. Stapler 26/6 No.35 With Remover Glossy Finish Black - 1 Unit 69. Staple Wire No. 35 Full Strip Staples 26/6 1 Box 5000 Pcs -10 Box 70. White Thick Folder Legal 36.5x23.3cm - 2 Dozen 71. White Thick Folder Short 32x23.3cm - 2 Dozen 72. Cartolina Assorted Color Each Except Black – 15 Pc 73. Cork Board Light Weight 60cm X 90cm Wooden Frame - 1 Unit 74. 3.0 Flash Drive 64gb 47 X 16 X 10mm Metal Casing Silver Finish With Key Ring - 2 Pc 75. Rug Micro Fiber Chemical Fiber Blend 40 X 60cm 2.8cm Thickness Non-slip Bottom Cushion - 10 Pc 76. Floor Broom Sweeper With Comb Soft And Durable Broom Bristles Teeth Brush Wood Handle (91cm) - 5 Pc 77. Dust Pan Wood Handle - 3 Pc 78. Garbage Bag (large) Black Biodegradable 26x32 With Tie - 15 Pack 79. Chlorine Granules 1kg Pack - 10 Pack 80. Air Freshner -10 Pc 81. Soap Bar 135g - 1 Dozen 82. Bathroom Deodorizer 100 Grams – 5 Pc 83. Dishwashing Sponge Double Face 100mm X 70mm - 4 Pc 84. Dishwashing Liquid Anti-bacterial 1 Gallon/3.4 Liters - 5 Pack 85. Toilet Brush With Holder 47cm X 10.5cm X 12cm/17.53” X 4.13” X 4.72” Plastic Material - 5 Pc 86. Multi-purpose Cleaner 1 Gallon Concentrate - 6 Bottle 87. Spin Mop With Spinner And Bucket Stainless Steel Basket Hydraulic Rod Thickened Cloth Set - 1 Unit 88. Gas Stove Burner With Regulator And Hose - 1 Dozen 89. Batter Aaa 1.5v Heavy Duty Batteries Leak Resistant - 1 Dozen 90. Battery Aa 1.5v Heavy Duty Batteries Leak Resistant - 2 Pc 91. White Glue 130grams - 5 Dozen 92. Pail Plastic - 2 Pc 93. Dipper Plastic - 1 Pc 94. Plastic Trash Bin Black 30 Liters - 3 Pc Municipal Budget Office Abc – Php34,977.00 95. Bond Paper Short, S.70 - 24 Ream 96. Bond Paper Long, S.70 - 10 Ream 97. Sign Pen (black, 0.5mm) - 5 Box 98. Sign Pen (gray, 0.5mm) - 1 Box 99. Sign Pen (gray, 0.7mm) - 1 Box 100. Printer Ink (black 003) - 15 Bottle 101. Printer Ink (yellow 003) - 9 Bottle 102. Printer Ink (magenta 003) - 9 Bottle 103. Printer Ink (cyan 003) - 9 Bottle 104. Ring Binder 1.50” (38mm) Legal Size - 5 Pc 105. Puncher (big, Heavy Duty) - 1 Pc 106. Eraser – Rubber - 5 Pc 107. Binder Clip (black, 25mm) - 2 Box 108. Binder Clip (black, 32mm) - 2 Box 109. Binder Clip (black, 41mm) - 1 Dozen 110. Brown Envelope (short) - 1 Dozen 111. Post-it-note (assorted Colors, Size 2” X 3”) - 5 Pc 112. Post-it-note (assorted Colors, Size 3” X 5”) - 5 Pc 113. Post-it-note (assorted Colors, Size 1.5” X 2”) - 5 Pc 114. Clear Scotch Tape (1inch) -10 Pc 115. Clear Scotch Tape (2 Inch) - 5 Pc 116. Double Adhesive Tape (1 Inch) - 5 Pc 117. Staple Wire 26/6 No.35-5m - 2 Box 118. Calculator (heavy Duty) - 1 Pc 119. Plastic Folder Long (color: Red) - 1 Dozen 120. Stand File Box - 4 Pc 121. Hand Towel - 5 Pc 122. Tissue Paper 2 Ply - 4 Dozen 123. Toilet Bowl Cleaner 500ml - 1 Bottle 124. Hand Sanitizer 55ml - 5 Pc 125. Garbage Bag (large And Medium) - 4 Rolls 126. Gel Room Air Freshener 180g (assorted Scents) - 9 Pc Municipal Budget Office Abc – Php21,000.00 127. Optical Mouse - 2pc 128. Mouse Pad - 5 Pc 129. Computer Keyboard - 2 Pc 130. Wall Clock - 1 Pc 131. Padlock (heavy Duty) - 2 Pc 132. Extension Wire – Universal (with On/off Switch) - 1 Pc 133. Light Bulb (15 Watts) - 15 Pc 134. Battery Aa - 1 Dozen 135. Battery Aaa - 1 Dozen 136. Plastic Storage Basket (large Size: For Documents) - 5 Pc 137. Storage Boxes (120l) - 3 Pc 138. Kitchen Sink Curtain - 6 Pc 139. Glass Jar Condiments Container - 3pc 140. Glass Condiments Bottle - 3 Pc 141. Glass Spice Container - 3 Pc 142. Anti-slip Bathroom Mat - 2 Pc 143. Tv Wall Bracket (for 32 Inches) - 1 Pc 144. Portable Vacuum Cleaner - 1 Pc 145. Square Pillow With Cover - 2 Pc 146. Wet Wipes - 3 Dozen 147. Isopropyl Alcohol 70% Solution With Moisturizer - 2 Gal 148. Liquid Hand Soap 500ml - 8 Bottle 149. Dishwashing Liquid 475 Ml - 10 Bottle 150. Dishwashing Sponge - 10 Pc 151. Stand File Box - 10 Pc Hrmo Abc – Php35,930.00 152. Alcohol (ethyl) 70%, 500ml - 5 Bottle 153. Arch Filer Red (long) - 2 Pc 154. Battery Aa - 1 Dozen 155. Book Paper (sub 20) 70gsm Long - 30 Reams 156. Book Paper (sub 20) 70gsm Short - 10 Reams 157. Dust Pan - 1 Pc 158. Eraser Rubber - 10 Pc 159. Plastic Brown Envelope (long) - 40 Dozen 160. Fastener (70cm) - 10 Box 161. Flash Drive 32gb - 1 Pc 162. Mouse (mechanical) - 5 Pc 163. Mouse Pad (1 X 3inches) - 5 Pc 164. Paper Clip 22m (1”) - 10 Box 165. Paper Clip 55mm (2”) - 10 Box 166. Post It Note 9orange) (1.5cm X 3cm) - 5 Pc 167. Record Book (300 Pages) - 10 Pc 168. Record Book (500 Pages) - 5 Pc 169. Scissors Heavy Duty (big) - 3 Pc 170. Scotch Tape (big) - 10 Pc 171. Special Paper (short) - 5 Reams 172. Stapler With Remover (metallic) - 3 Pc 173. Tissue (2ply) - 2 Dozen 174. Fabric Conditioner (690ml) - 5 Bottle 175. Detergent Powder (250g) - 5 Dozen 176. Air Freshener (anti-bacterial) - 5 Bottle Municipal Vice Mayors Office Abc – Php49,589.00 177. Blank Cd - 15 Boxes 178. Calculator - 1 Pc 179. Push Pin - 3 Boxes 180. Scotch Tape 48mm - 3 Pc 181. Brown Envelope (long) - 3 Dozen 182. Plastic Envelop (long) - 3 Dozen 183. Logbook 500 Leaves - 6 Pc 184. Sign Pen (black) - 10 Box 185. Correction Tape - 5 Box 186. Expandable Folder (long) - 15 Dozen 187. Legal Size 216x330mm - 40 Reams 188. Bond Paper 216x279mm - 40 Reams 189. Printer Ink (black) - 10 Bottle Municipal Treasury Office Abc – Php30,000.00 190. Special Paper (cream) 21.59 X 27.94cm, 200gsm, 100sheets - 15 Reams 191. Bond Paper, 21.59 X 33.02cm, Sub.20, 70gsm, 500 Sheets - 10 Reams 192. Bond Paper 21.59 X 27.94cm, Sub 20, 70gsm, 500 Sheets - 15 Reams 193. Scissors 5”with Reversed Blades - 1 Pc 194. Calculator Mini Desk Type, Mx-12b 12 Digits, 147 X 106.5 X 29mm Size - 1 Pc 195. Printer Ink (black, Cyan, Magenta, Yellow) 003, 65ml - 4 Sets 196. Ballpen (black) 0.5mm - 2 Box 197. Gel Pen (black/brown), 0.5mm - 2 Dozen 198. Storage Box 120l - 2 Box 199. Manual Sharpener Big (metal Body) - 1 Pc 200. Scotch Tape 2” - 3 Pc 201. Record Book (big) 8.5x11”, 500pages - 3 Pc 202. Universal Outlet Extension Cord 4-gang With Switch, 1.83 Meter Cord Length, 2500w 10a 250v - 2 Pc 203. Sticker 2”x 1” - 2000 Pc Municipal Vice Mayor’s Office Abc – Php41,647.00 204. Dust Pan - 3 Pc 205. Foot Rug - 1 Dozen 206. Fabric Conditioner 500ml - 5 Bottle 207. Toilet Brush With Handle - 2 Pc 208. Dishwashing Liquid - 10 Bottle 209. Detergent Powder Soap 1kl - 7 Pack 210. Bath Soap Regular Size - 4 Pc 211. Soft Broom - 2 Pc 212. Air Freshener - 1 Dozen 213. Tissue Paper 2ply - 3 Dozen 214. Mop With Squeezer - 2 Pc 215. Toilet Deodorant - 6 Pc 216. Pitcher - 3 Pc 217. High Lighter (assorted Color) - 1 Dozen 218. Sign Pen (black) - 5 Box 219. Ballpen (blue And Black) - 5 Box 220. Legal Size Bond Paper 216x330mm - 40 Ream 221. Colored Folder (long) - 10 Dozen 222. Bond Paper Short 216x279mm - 30 Ream 223. Printer Ink (003 – Black) - 4 Bottle 224. Printer Ink (003 – Magenta, Cyan And Yellow) - 6 Bottle Municipal Mayor’s Office Abc – Php19,649.00 225. Bond Paper, Legal Size, 70gsm (216x330mm) 500 Sheets - 10 Ream 226. Bond Paper A11 70gsm (216x279mm) 500sheets - 14 Ream 227. Correction Tape - 20 Pc 228. Pencil - 2 Box 229. Scotch Tape Big - 10 Pc 230. Brown Envelop Long - 2 Dozen 231. Brown Envelop Short - 2 Dozen 232. Folder Paper Long - 5 Dozen 233. Folder Paper Short - 5 Dozen 234. Expandable Long Folder - 100 Pc 235. Stamping Pad Medium - 5 Pc 236. Stamping Pad Ink 60ml - 7 Pc 237. Air Freshener - 5 Pc 238. Air Freshener Gel (assorted Scent) - 5 Pc 239. Alcohol - 2 Gallon 240. Tissue Paper 2ply - 2 Dozen 241. Double Sided Tape - 5 Pc 242. Stapler No.35 - 3 Pc 243. Staple Wire No.35 - 5 Boxes 244. Scissor Medium - 3 Pc 245. Hand Soap Liquid 500ml - 5 Bottle 246. Insect Spray - 5 Pc Municipal Vice Mayor’s Office Abc – Php70,530.00 247. Dishwashing Liquid 50ml - 25 Bottle 248. Tissue Paper 2ply (10cm X 11cm) - 4 Dozen 249. Soft Broom - 6 Pc 250. Spoon - 6 Dozen 251. Dust Pan (big) - 6 Pc 252. Detergent Powder Soap 1kl - 10 Pack 253. Bath Soap Regular Size - 8 Pc 254. Fabric Conditioner 500ml - 10 Pack 255. Air Freshener - 2 Dozen 256. Electric Bulb - 1 Dozen 257. Rice Cooker (big) - 1 Unit 258. Curtain 55 X 85 - 12 Pc 259. Curtain Rod - 4 Pc 260. Hook - 8 Pc 261. Barrel Bolt Lock - 4 Pc 262. Door Knob Heavy Duty - 8 Pc 263. Wooden Side Table (long) - 1 Pc 264. Center Table - 1 Pc 265. Office Table - 1 Pc 266. Corner Table - 2 Pc 267. Table Runner - 1 Pc 268. Table Cloth - 1 Pc 269. Wooden Cabinet - 1 Pc 270. Bowl Small - 2 Dozen 271. Pitcher (big) - 3 Pc 272. Cup And Saucer - 2 Dozen 273. Mop With Squeezer - 4 Pc Municipal Vice Mayor’s Office Abc – Php78,575.00 274. Bond Paper Long (216mm X 330mm) - 50 Ream 275. Bond Paper Short (216mm X 279mm) - 50 Ream 276. Sign Pen (black) - 12 Box 277. Expandable Folder (long) - 8 Dozen 278. High Lighter (green And Blue) - 2 Dozen 279. Ordinary Folder (long) - 30 Dozen 280. Folder Colored (long) - 30 Dozen 281. Scissor (big) - 6 Pc 282. Correction Tape (10mm) - 12 Box 283. Blank Cd - 20 Box 284. Calculator (mx-12b) - 2 Pc 285. Stapler (big, Heavy Duty) - 6 Pc 286. Plastic Fastener - 12 Box 287. Scotch Tape - 6 Pc 288. Logbook 500leaves - 6 Pc 289. Push Pin - 5 Box 290. Ballpen (black & Blue 0.5) - 18 Box 291. Binding Clip (25mm) - 10 Box 292. Gel Pen (blue & Red) - 8 Box Municipal Civil Registry Office Abc – Php13,969.00 293. Bond Paper (legal, 216x30mm, 500 Sheets, Sub.20/70gsm) - 5 Ream 294. Bond Paper (a4 Size, 210x297mm, 500 Sheets, Sub.20/70gsm) - 5 Ream 295. Bond Paper (short, 215.9x279.4mm, 500 Sheets, Sub.20/70gsm) - 5 Ream 296. Flash Drive 16gb - 1 Pc 297. Epson Printer Ink L15150 (3 Black, 1 Cyan, 1 Magenta And 1 Yellow) - 6 Bottle 298. Masking Tape (big) - 3 Pc 299. Mailing Envelope (white, Thick) - 1 Box 300. Paper Clamp (jumbo) - 4 Box 301. Clear Stationery Tape (1 Inch) - 6 Pc 302. Photo Paper - 50 Pc 303. File Folder (long, Black) - 12 Pc 304. Silica Gel (100g) - 25 Pc 305. Air Freshener (scented Gel Type, Lemon) - 6 Pc Office Of The Sb Secretary Abc – Php29,450.00 306. Dishwashing Liquid - 3 Dozen 307. Hand Sanitizer - 2 Dozen 308. Plastic Pot - 2 Dozen 309. Detergent Powder - 6 Pack 310. Tissue Paper 2ply - 1 Dozen 311. Fabric Conditioner - 3 Sachet 312. Air Freshener - 1 Dozen 313. Mop With Squeezer - 2 Pc 314. Toilet Bowl Cleaner - 6 Bottle 315. Rug (big) - 6 Pc 316. Folder (colored, Long) - 15 Dozen 317. Bond Paper Short - 27 Ream 318. Bond Paper Long - 28 Ream Office Of The Sb Secretary Abc – Php40,234.00 319. Correction Tape - 5 Box 320. Bond Paper (sub 20, Legal Size) - 20 Ream 321. Bond Paper (sub 20, Short) - 20 Ream 322. Expandable Folder Long - 5 Ream 323. Sign Pen (black And Blue) - 10 Box 324. Stapler (big) - 1 Pc 325. Printer Ink (003, Black, Yellow, Magenta And Cyan) - 12 Bottle 326. Yellow Pad - 5 Ream 327. Ballpen (black, Blue And Red) - 10 Box 328. Colored Folder (long) - 15 Dozen 329. Ordinary Folder (long) - 15 Dozen 330. Highlighter (assorted Color) - 1 Dozen 331. Plastic Folder With Slide (long) - 10 Dozen 332. Binding Clip (small) - 1 Box 333. Blank Cd - 5 Box 334. Flash Drive 16gb - 1 Pc 335. Push Pin - 1 Box 336. Battery Aaa - 3 Pack 337. Plastic Fastener - 2 Box 338. Scotch Tape 48mm - 5 Pc 339. Glue (big) - 3 Bottle 340. Stapler (heavy Duty, Big) - 1 Pc 341. Tissue Paper 2ply - 1 Dozen 342. Binding Clip (big) - 2 Dozen 343. Folder Ordinary Short - 5 Dozen 344. Masking Tape - 3 Pc 345. Paper Clip (small) - 5 Box 346. Paper Clip (big) - 5 Box Office Of The Sangguniang Bayan Abc – Php44,597.00 347. Printer Cartridge (56a, Black) - 4 Pc 348. Computer Key Board - 3 Pc 349. Computer Mouse - 3 Pc 350. Cd-rw - 5 Box 351. Table Runner - 2 Pc 352. Table Cloth (conference Table) - 2 Pc 353. Table Sign - 2 Pc 354. Gel Pen (black) - 5 Box 355. Folder Ordinary (short) - 12 Dozen Office Of The Sangguniang Bayan Abc – Php48,080.36 356. Tissue Paper 2ply - 2 Dozen 357. Soft Broom - 3 Pc 358. Hard Broom - 1 Pc 359. Bleaching Powder - 1 Pack 360. Detergent Powder - 10 Pack 361. Detergent Bar Soap - 5 Bar 362. Toilet Deodorant - 1 Dozen 363. Fabric Conditioner - 1 Dozen 364. Air Freshener - 1 Dozen 365. Alcohol 70% - 3 Gallon 366. Table Duster - 3 Pc 367. Toilet Bowl Cleaner - 1 Pc 368. Floor Mop With Squeezer - 3 Pc 369. Mosquito Spray - 3 Bottle 370. Calculator - 1 Pc 371. Garbage Plastic - 2 Pack 372. Bottle/can Opener - 2 Pc 373. Kitchen Utensil Stand - 1 Pc 374. Correction Tape - 10 Pc 375. Ballpen (black And Blue) - 10 Box 376. Bond Paper (legal Size) - 40 Ream 377. Bond Paper (short Size, Sub.20) - 42 Ream 378. Folder Colored With Slide (long) -10 Dozen 379. Folder Ordinary (long) - 10 Ream 380. Stapler (big) - 2 Pc Municipal Engineering Office Abc – Php82,993.41 381. Field Engineer’s Notebook (12cm X 19cm, Green, 90leaves) - 12 Pc 382. Bond Paper (legal Size, 216x330mm, 500 Sheets/ream, 70gsm, Sub.20) - 20 Ream 383. Bond Paper (216x279mm, 500sheets/ream, 70gsm, Sub.20) - 20 Ream 384. Highlighter (assorted Color) - 2 Dozen 385. Record Book (blue, 300 Pages, 18cm X 29cm) - 3 Pc 386. Brown Envelope (documentary, Legal, 12s) - 2 Dozen 387. Staple Wire (no.35-5m, Leg Length 6mm, (¼”) 5000 Staples) - 3 Box 388. Note Pad (stick-on, 3”x 3”, 76x76mm, Assorted) - 15 Pack 389. Printer Ink (003, For Series L3110, L5190, Netto 65ml, Black) - 10 Bottle 390. Printer Ink (003, For Series L3110, L5190, Netto 65ml, Yellow) - 5 Bottle 391. Printer Ink (003, For Series L3110, L5190, Netto 65ml, Magenta) - 5 Bottle 392. Printer Ink (003, For Series L3110, L5190, Netto 65ml, Cyan) - 5 Bottle 393. Printer Ink (664, For Series L360, Netto 65ml, Black) - 5 Bottle 394. Printer Ink (664, For Series L360, Netto 65ml, Yellow) - 3 Bottle 395. Printer Ink (664, For Series L360, Netto 65ml, Magenta) - 3 Bottle 396. Printer Ink (664, For Series L360, Netto 65ml, Cyan) - 3 Bottle 397. Binder Clips (1” Width, Small, Heavy Duty, Metal Clip, Dozen) - 10 Box 398. Stamp (certified True Copy, Wood Design, With Date And Name) - 1 Pc 399. Ballpen (0.2mm, Super Fine, Silky Smooth, Dyestuff Ink, Co-molded Cap, Refillable, Balck, 12s) - 2 Box 400. Ballpen (0.3mm, Ultra Fine, Silky Smooth, Dyestuff Ink, Co-molded Cap, Refillable, Blue, 12s) - 2 Box 401. Ballpen (0.3mm, Ultra Fine, Silky Smooth, Dyestuff Ink, Co-molded Cap, Refillable, Red, 12s) - 2 Box 402. Marker (permanent Type Waterproof, Refillable, Black, 12s) - 1 Dozen 403. File Tray (3 Layers, Metal, Heavy Duty, Black) - 3 Pc 404. Basket Tray (plastic, Medium, Heavy Duty, White) - 3 Pc 405. Pen Holder (metal, Single, Heavy Duty, Black) - 8 Pc 406. Mouse Pad (rubber, Single, Black) - 7 Pc 407. Folder (paper, Long, White, 12s) - 3 Dozen 408. Flash Drive 64gb Capacity - 6 Pc 409. Flash Drive 32gb Capacity - 2 Pc 410. Puncher (metal, Heavy Duty, Big, Black) - 2 Pc 411. Tissue Paper (2ply, 50 Grams Per Roll, All Around Hygienic Tissue, Coreless, Handy And Compact, 12s) - 3 Dozen 412. Air Freshener (350ml/275g, Lemon Fresh, Easy Spray Bottle) - 6 Bottle 413. Fabric Conditioner (750ml) - 2 Bottle 414. Alcohol (500ml, Ethyl Alcohol, 70% Solution Antiseptic, Disinfectant With Moisturizer) - 3 Bottle 415. Pitcher (1.4l, Clear/transparent Glassware With Cap) - 1 Pc 416. Glass (6pcs/set, Clear Transparent Glassware) - 2 Set 417. Plate (6pcs/set, White Porcelain, Medium) - 2 Set 418. Cup And Saucer (6pcs/set, White Porcelain) - 1 Set 419. Kitchen Knife Set (6pcs, Kitchenware Stainless Steel, Precision Knife, Chef’s Knife, Bread Knife, Meat Knife, Cleaver Scissor With Holder) - 1 Set 420. Chopping Board (kitchen Wood, Cutting Board, Large, 38x28cm) - 1 Pc 421. Scissor (big, Stainless Steel, Big) - 1 Pc 422. Dust Pan (plastic, Heavy Duty, Black) - 1 Pc 423. Feather Duster (artificial) - 1 Pc 424. Broom (walis Tingting) - 1 Pc 425. Detergent Powder (65g Per Pack) - 2 Dozen 426. Chlorine (1kl) - 1 Kl 427. Rubber Band (jumbo) - 1 Box 428. Garbage Bag (plastic, Large, Black) - 25 Pc 429. Steel Wool - 2 Pc 430. Swivel Chair (360º Rotation, Office Chair, Mesh, Reclining, Liftable Seat With Headrest, Black) - 3 Unit 431. Extension Wire (8m, 2500w, Multi-function Socket, With 4 Power Socket And 2 Usb Ports Extension) - 1 Pc 432. Storage Box (120l, Heavy Duty With Wheels And Clip, White) - 2 Pc 433. Trash Bin (15l Trash Can With Foot Pedal And Cover, Black) - 4 Pc 434. Table Cloth (rectangular Table Cloth Cover, Floor Length, Plain White) - 3 Yards 435. Christmas Tree (180cm/6ft, White Artificial, Christmas Decors) - 1 Pc 436. Christmas Balls (12pcs/set, 10cm, Shinny, Matte Glitter Blue Color, Christmas Ornaments) - 3 Set 437. Christmas Balls (12pcs/set, 6cm, Shinny, Matte Glitter Blue Color, Christmas Decors) - 3 Set 438. Christmas Ribbon (26cm, Mesh, Gold Ribbon, Décor) - 10 Yard 439. Christmas Snowman (12 Pcs/set, Christmas Ornaments) - 3 Set 440. Christmas Star (20cm, Christmas Tree Top/tree Topper Decoration, Gold) - 1 Pc 441. Water Dispenser (hot And Cold Bottom Load, Freestanding Automatic Water Pump With Lock, Black) - 1 Unit 442. Condiments Glass Bottle (seasoning Jar Bottle With Spoon, Clear/transparent Glass) - 3 Pc 443. Kitchen Rack Organizer (double Layer, Spice Seasoning Storage Rack Organizer, White) - 1 Pc 444. Toilet Tack Organizer (3 Layer, Bathroom Corner Storage Rack With Wheel Trolley Organizer, White) - 1 Pc 445. Tape Measure (8m X 26ft, Heavy Duty, Standard) - 1 Pc 446. Measuring Steel Tape (50m, Heavy Duty Meter Tape) - 1 Pc 447. Safety Boots (waterproof, High-cut Boots, Non-slip Rains Hoes, Black, Size 7) - 1 Pc 448. Safety Boots (waterproof, High-cut Boots, Non-slip Rains Hoes, Black, Size 9) - 1 Pc 449. Safety Boots (waterproof, High-cut Boots, Non-slip Rains Hoes, Black, Size 10) - 1 Pc 450. Reflective Raincoat Set (medium) - 1 Pc 451. Reflective Raincoat Set (large) - 2 Pc Mdrrmo Supplies On Ics Training Abc – Php25,000.00 452. Specialty Paper (8.5”x 11”, 180 Gsm) - 1 Ream 453. Book Paper (8.5” X 11”, Subs 20) - 2 Ream 454. Book Paper (sub 20, Long) - 2 Ream 455. Manila Paper (1 Whole) - 20 Dozen 456. White Board Marker (black) - 2 Box 457. White Board Eraser - 2 Pc 458. Permanent Marker (blue) - 2 Dozen 459. Permanent Marker (black) - 2 Dozen 460. Permanent Marker (red) - 2 Dozen 461. Id Holder (clip Type) - 50 Pc 462. Crayons 16s - 5 Box 463. Disposable Paper Cup - 18 Pack 464. Pvc Pouch With Zipper, 8” X 4” - 5 Pc 465. Scissors (small) - 5 Pc 466. Stapler (small) - 6 Pc 467. Storage Box - 1 Pc 468. Transparent Pvc Plastic Cover, Gauge 14 - 10 Yard 469. Token - 5 Pc Jute Bag With Button Personalized Bamboo Mug (450ml) 2 Packs Tsokolate Tablea 2 Ground Coffee, 125g 1 Rice Puff (ampaw) Mdrrmo Supplies For Fa/bls For Bhert And Brt Abc – Php27,500.00 470. Book Paper, 8.5”x 11”, Sub. 20 - 3 Ream 471. Manila Paper - 6 Dozen 472. Specialty Paper (8.5” X 11”, 180gsm) - 1 Ream 473. Printer Ink (003) Cymb - 1 Set 474. Ballpen (0.3, Black) - 10 Box 475. Ballpen (0.3, Blue) - 10 Box 476. Jacket Certificate Holder, Short - 30 Pc 477 Extension Wire,, 50m, 4-gang - 5 Pc 478. Token - 10 Pc Jute Bag With Button Personalized Bamboo Mug – 450ml Tsokolate Tablea 1 Ground Coffee, 125g 1 Rice Puff (ampaw) Mdrrmo Supplies For Climate Change Adaptation Forum Abc – Php7,900.00 479. Specialty Paper (8.5” X 11”, 180 Gsm) - 1 Ream 480. Printer Ink (003, Black) - 1 Pc 481. White Board Marker (black) - 1 Pc 482. Bond Paper (8.5” X 11”, Sub 20) - 2 Ream 483. Permanent Marker (black) - 1 Box 484. Manila Paper - 5 Dozen 485. Ballpen Black, 0.3 - 1 Box 486. Token - 4 Pc Jute Bag With Button Personalized Bamboo Mug – 450ml Tsokolate Tablea Ground Coffee, 125g Mdrrmo Supplies For Mosar Training Abc – Php13,050.00 487. Specialty Paper (8.5” X 11”, 180gsm) - 1 Ream 488. Certificate Holder, Short, Red - 40 Pc 489. Whistle - 38 Pc 490. Token - 5 Pc Jute Bag With Button Personalized Bamboo Mug-450ml 2 Packs Tsokolate Tablea Ground Coffee, 125g Mdrrmo Supplies For Anti-crime Training And Seminars Abc – Php8,050.00 491. Specialty Paper (8.5” X 11”, 180gsm) - 1 Ream 492. Printer Ink (003, Black) - 1 Pc 493. White Board Marker (black) - 1 Box 494. Book Paper (8.5” X 11”, Sub.20) - 2 Ream 495. Token - 6 Pc Jute Bag With Button Personalized Bamboo Mug-450ml Ground Coffee, 125g Municipal Treasury Office Abc – Php10,193.00 496. Ruler, Plastic (30inches) - 4 Pc 497. Expandable Folder - 1 Dozen 498. Fastener (short) - 2 Box 499. Detergent Powder - 4 Dozen 500. Tissue Paper 2ply - 20 Dozen 501. Fabric Conditioner - 4 Dozen 502. Hand Soap - 2 Box 503. Scrub Sponge - 4 Pc 504. Dishwashing Liquid (big) - 3 Bottle 505. Cord (for Filing) - 3 Roll 506. Scissors (big) - 2 Pc 507. Soft Broom - 2 Pc 508. Insect Spray - 1 Bottle 509. Hand Towel - 5 Pc 510. Double Sided Tape 1” - 3 Pc 511. Floor Rug - 3 Pc 512. Garbage Bag - 2 Pack 513 Paint Brush (big) - 3 Pc 514. Disinfectant Spray - 2 Bottle 515. Pot Holder - 3 Pc 516. Toilet Deodorizer - 1 Dozen 517. Toilet Cleaner - 2 Bottle 518. Battery Aa - 6 Pc 519. Trash Can - 3 Pc Office Of The Municipal Vice Mayor Abc – Php11,970.00 Assorted Christmas Décor 520. A. Hanging Christmas Décor - 30 Pc 521. B. Top Table Christmas Décor - 5 Pc 522. C. Christmas Lights - 23 Pc 523. D. Wreath Christmas Décor - 3 Pc 524. E. Christmas Balls - 4 Pack Note: Bid Amount For Each Purchase Request/office Should Be Equal To Or Not More Than Its Approved Budget Of The Contract (abc) Indicated On Each Office. Submission And Receipt Of Bids: October 7, 2024, 8:00am Until 10:00am Only Opening Of Bids: October 7, 2024, 10:30am

Municipality Of Mapanas, Northern Samar Tender

Philippines
Closing Date10 Oct 2024
Tender AmountPHP 399.6 K (USD 7.1 K)
Details: Description Bidding Documents Procurement Of Infrastructure Projects Name Of Project: Construction Of Multi-purpose (stage) @ Sta Potenciana Elementary School Barangay Sta Potenciana, Mapanas Northern Samar Contract Reference No. 2024-09-069 Table Of Contents Section I. Invitation To Bid 3 Section Ii. Instructions To Bidders 7 Section Iii. Bid Data Sheet 35 Section Iv. General Conditions Of Contract 38 Section V. Special Conditions Of Contract 70 Section Vi. Specifications 72 Section Vii. Drawings 75 Section Viii. Bill Of Quantities Error! Bookmark Not Defined. Section Ix. Bidding Forms 77 Section X. Foreign-assisted Projects Error! Bookmark Not Defined. Section I. Invitation To Bid Bid Notice Abstract Invitation To Bid (itb) Republic Of The Philippines Province Of Northern Samar Municipality Of Mapanas Invitation To Bid For Project: Construction Of Multi-purpose Hall (stage) @ Sta Potenciama Elementary School Brgy. Sta Potenciana, Mapanas N. Samar. The Lgu- Mapanas, Northern Samar, Through The Economic Development Fund Of Fy 2023 Intends To Apply The Sum Of Three Hundred Ninety Nine Thousand Six Hundred Sixty Six Pesos 44/100 Only (p399,666.44) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For : Construction Of Multi-purpose Hall (stage) Sta Potenciana Elementary School , Barangay Sta Potenciana, Mapanas N. Samar Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 1. The Lgu- Mapanas, Northern Samar Now Invites Bids For The Following Description Of Works To Be Procured: Item No. Scope Of Work Quantity Unit Construction Of Multi-purpose (stage) @ Sta Potenciana Elementary School, Barangay Sta Potenciana Mapanas, N. Samar. B.5 Project Billboard/signboard 1.00 Lot B.9 Mobilization And Demobilization 1.00 Lot 103(1)a Structure Excavation (common Soil 4.00 Cu.m. 804 (4) Gravel Bedding 2.43 Cu.m. 804 Embankment 24.11 Cu.m. 900 (1) C1 Structural Concrete (class A), 28 Days 7.83 Cu.m. 902 (1) A Reinforcing Steel,deformed Grade 40 512.33 Kg 903 Formworks And Falseworks 37.63 Sq.m. 1013 Corrugated Metal Roofing, Gauge 24 32.40 Sq.m. 1046 Masonry Works 31.51 Sq.m. 1003 Carpentry And Joinery Works 20.16 Sq.m. Completion Of The Works Is Required 45 Calendar Days. Bidders Should Have Completed, Within Ten (10) Years From The Date Of Submission And Receipt Of Bids, 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. Section Ii. Instructions To Bidders. 2. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary Pass/fail Criterion As Specified In The Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184), Otherwise Known As The “government Procurement Reform Act”. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Seventy Five Percent (75%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines. 4. Interested Bidders May Obtain Further Information From Lgu- Bac Mapanas, Northern Samar And Inspect The Bidding Documents At The Address Given Below From September 21, 2024-october 10, 2024, 8:00 A.m. To 5:00 Pm. A Complete Set Of Bidding Documents May Be Purchased By Interested Bidders From The Address Below And Upon Payment Of A Nonrefundable Fee For The Bidding Documents In The Amount Of P500.00. 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 Fee For The Bidding Documents Not Later That The Submission Of Their Bids. 5. The Lgu- Mapana, Northern Samar Will Hold A Pre-bid Conference On September 27, 2024 At 10:00 A.m. At Executive Conference, 2nd Floor Of New Municipal Bldg. Mapanas, Northern Samar, Which Shall Be Open Only To All Interested Parties Who Have Purchased The Bidding Documents. 6. Bids Must Be Delivered To The Address Below On Or Before 9:00 A.m. Of October 10, 2024 At Bac Office, @ Municipal Planning & Development Office (mpdo), Mapanas, Northern Samar. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. Bids Will Be Opened In The Presence Of The Bidders’ Authorized Representatives Who Choose To Attend At The Address Below. Late Bids Shall Not Be Accepted. The Bidder May Request That The Bid Documents Be Sent To Them By Mail Or Courier, And For This, The Bidder Shall Pay The Amount In Philippine Peso To Cover The Cost Of Mail Or Courier Delivery. The Fee For Obtaining A Copy Of The Bid Documents And The Cost Of Mail Or Courier Shall Be Paid By The Bidder Thru S Cashier’s Check Or Manager’s Check Issued In Favor Of The Municipality Of Mapanas. 7. The Lgu- Mapanas, Northern Samar Reserves The Right To Accept Or Reject Any Bid, To Annul The Bidding Process, And To Reject All Bids At Any Time Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 8. For Further Information, Please Refer To: Reno C. Salazar Bac Secretary Mapanas, Northern Samar Mobile # 09459852914 Ma. Teresa L. Minguez Bac Chairperson Mapanas, Northern Samar Mobile # 09778033758 Section Ii. Instructions To Bidders 1. The Bids Must Be Delivered On Or Before October 10, 2024 At 9:00 A.m And Failure To Submit The Bid Proposal May Ground For Disqualification Of The Bid. 2. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 1. The Lgu- Mapanas, Northern Samar Now Invites Bids For The Following Description Of Works To Be Procured: Item No. Scope Of Work Quantity Unit Construction Of Multi-purpose (stage) Sta Potenciana Elementary School, Barangay Sta Potenciana Mapanas, N. Samar. B.5 Project Billboard/signboard 1.00 Lot B.9 Mobilization And Demobilization 1.00 Lot 103(1)a Structure Excavation (common Soil 4.00 Cu.m. 804 (4) Gravel Bedding 2.43 Cu.m. 804 Embankment 24.11 Cu.m. 900 (1) C1 Structural Concrete (class A), 28 Days 7.83 Cu.m. 902 (1) A Reinforcing Steel,deformed Grade 40 512.33 Kg 903 Formworks And Falseworks 37.63 Sq.m. 1013 Corrugated Metal Roofing, Gauge 24 32.40 Sq.m. 1046 Masonry Works 31.51 Sq.m. 1003 Carpentry And Joinery Works 20.16 Sq.m. Completion Of The Works Is Required 45 Calendar Days. Bidders Should Have Completed, Within Ten (10) Years From The Date Of Submission And Receipt Of Bids, 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. 2. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary Pass/fail Criterion As Specified In The Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184), Otherwise Known As The “government Procurement Reform Act”. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Seventy Five Percent (75%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines. 3. Interested Bidders May Obtain Further Information From Lgu- Bac Mapanas, Northern Samar And Inspect The Bidding Documents At The Address Given Below From September 21, 2024-october 10, 2024, 8:00 A.m. To 5:00 Pm. A Complete Set Of Bidding Documents May Be Purchased By Interested Bidders From The Address Below And Upon Payment Of A Nonrefundable Fee For The Bidding Documents In The Amount Of P500.00. 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 Fee For The Bidding Documents Not Later That The Submission Of Their Bids. 4. The Lgu- Mapanas, Northern Samar Will Hold A Pre-bid Conference On September 27, 2024 At 10:00 A.m. At Executive Conference, 2nd Floor Of New Municipal Bldg. Mapanas, Northern Samar, Which Shall Be Open Only To All Interested Parties Who Have Purchased The Bidding Documents. 5. Bids Must Be Delivered To The Address Below On Or Before 9:00 A.m. Of October 10, 2024 At Bac Office, @ Municipal Planning & Development Office (mpdo), Mapanas, Northern Samar. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. Bids Will Be Opened In The Presence Of The Bidders’ Authorized Representatives Who Choose To Attend At The Address Below. Late Bids Shall Not Be Accepted. The Bidder May Request That The Bid Documents Be Sent To Them By Mail Or Courier, And For This, The Bidder Shall Pay The Amount In Philippine Peso To Cover The Cost Of Mail Or Courier Delivery. The Fee For Obtaining A Copy Of The Bid Documents And The Cost Of Mail Or Courier Shall Be Paid By The Bidder Thru S Cashier’s Check Or Manager’s Check Issued In Favor Of The Municipality Of Mapanas. 6. The Lgu- Mapanas, Northern Samar Reserves The Right To Accept Or Reject Any Bid, To Annul The Bidding Process, And To Reject All Bids At Any Time Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 7. For Further Information, Please Refer To: Reno C. Salazar Bac Secretary Mapanas, Northern Samar Mobile # 09459852914 Ma. Teresa L. Minguez Bac Chairperson Mapanas N. Samar Mobile # 09778033758 Table Of Contents A. General 11 1. Scope Of Bid 11 2. Source Of Funds 11 3. Corrupt, Fraudulent, Collusive, And Coercive Practices 11 4. Conflict Of Interest 12 5. Eligible Bidders 14 6. Bidder’s Responsibilities 15 7. Origin Of Goods And Services 17 8. Subcontracts 17 B. Contents Of Bidding Documents 17 9. Pre-bid Conference 17 10. Clarification And Amendment Of Bidding Documents 18 C. Preparation Of Bids 18 11. Language Of Bids 18 12. Documents Comprising The Bid: Eligibility And Technical Components 18 13. Documents Comprising The Bid: Financial Component 21 14. Alternative Bids 21 15. Bid Prices 22 16. Bid Currencies 22 17. Bid Validity 23 18. Bid Security 23 19. Format And Signing Of Bids 25 20. Sealing And Marking Of Bids 26 D. Submission And Opening Of Bids 26 21. Deadline For Submission Of Bids 26 22. Late Bids 26 23. Modification And Withdrawal Of Bids 27 24. Opening And Preliminary Examination Of Bids 27 E. Evaluation And Comparison Of Bids 28 25. Process To Be Confidential 28 26. Clarification Of Bids 29 27. Detailed Evaluation And Comparison Of Bids 29 28. Post Qualification 30 29. Reservation Clause 31 F. Award Of Contract 32 30. Contract Award 32 31. Signing Of The Contract 33 32. Performance Security 33 33. Notice To Proceed 34 A. General 1. Scope Of Bid 1.1. The Procuring Entity As Defined In The Bds, Invites Bids For The Construction Of Works, As Described In Section Vi. Specifications. The Name And Identification Number Of The Contract Is Provided In The Bds. 1.2. The Successful Bidder Will Be Expected To Complete The Works By The Intended Completion Date Specified In Scc Clause 1.16. 2. Source Of Funds The Procuring Entity Has A Budget Or Has Applied For Or Received Funds From The Funding Source Named In The Bds, And In The Amount Indicated In The Bds. It Intends To Apply Part Of The Funds Received For The Project, As Defined In The Bds, To Cover Eligible Payments Under The Contract For The Works. 3. Corrupt, Fraudulent, Collusive, And Coercive Practices 3.1. Unless Otherwise Specified In The Bds, The Procuring Entity, As Well As Bidders And Contractors, Shall Observe The Highest Standard Of Ethics During The Procurement And Execution Of The Contract. In Pursuance Of This Policy, The Funding Source: (a) Defines, For Purposes Of This Provision, The Terms Set Forth Below As Follows: (i) "corrupt Practice" Means Behavior On The Part Of Officials In The Public Or Private Sectors By Which They Improperly And Unlawfully Enrich Themselves, Others, Or Induce Others To Do So, By Misusing The Position In Which They Are Placed, And Includes The Offering, Giving, Receiving, Or Soliciting Of Anything Of Value To Influence The Action Of Any Such Official In The Procurement Process Or In Contract Execution; Entering, On Behalf Of The Procuring Entity, Into Any Contract Or Transaction Manifestly And Grossly Disadvantageous To The Same, Whether Or Not The Public Officer Profited Or Will Profit Thereby, And Similar Acts As Provided In Republic Act 3019; (ii) "fraudulent Practice" Means A Misrepresentation Of Facts In Order To Influence A Procurement Process Or The Execution Of A Contract To The Detriment Of The Procuring Entity, And Includes Collusive Practices Among Bidders (prior To Or After Bid Submission) Designed To Establish Bid Prices At Artificial, Non-competitive Levels And To Deprive The Procuring Entity Of The Benefits Of Free And Open Competition; (iii) “collusive Practices” Means A Scheme Or Arrangement Between Two Or More Bidders, With Or Without The Knowledge Of The Procuring Entity, Designed To Establish Bid Prices At Artificial, Non-competitive Levels; And (iv) “coercive Practices” Means Harming Or Threatening To Harm, Directly Or Indirectly, Persons, Or Their Property To Influence Their Participation In A Procurement Process, Or Affect The Execution Of A Contract; (v) “obstructive Practice” Is (aa) Deliberately Destroying, Falsifying, Altering Or Concealing Of Evidence Material To An Administrative Proceedings Or Investigation Or Making False Statements To Investigators In Order To Materially Impede An Administrative Proceedings Or Investigation Of The Procuring Entity Or Any Foreign Government/foreign Or International Financing Institution Into Allegations Of A Corrupt, Fraudulent, Coercive Or Collusive Practice; And/or Threatening, Harassing Or Intimidating Any Party To Prevent It From Disclosing Its Knowledge Of Matters Relevant To The Administrative Proceedings Or Investigation Or From Pursuing Such Proceedings Or Investigation; Or (bb) Acts Intended To Materially Impede The Exercise Of The Inspection And Audit Rights Of The Procuring Entity Or Any Foreign Government/foreign Or International Financing Institution Herein. (b) Will Reject A Proposal For Award If It Determines That The Bidder Recommended For Award Has Engaged In Corrupt Or Fraudulent Practices In Competing For The Contract; And (c) Will Declare A Firm Ineligible, Either Indefinitely Or For A Stated Period Of Time, To Be Awarded Contract Funded By The Funding Source If It At Any Time Determines That The Firm Has Engaged In Corrupt Or Fraudulent Practices In Competing Or, Or In Executing, A Contract Funded By The Funding Source. 3.2. Further, The Procuring Entity Will Seek To Impose The Maximum Civil, Administrative, And/or Criminal Penalties Available Under The Applicable Laws On Individuals And Organizations Deemed To Be Involved In Any Of The Practices Mentioned In Itb Clause 3.1(a). 3.3. Furthermore, The Funding Source And The Procuring Entity Reserve The Right To Inspect And Audit Records And Accounts Of A Contractor In The Bidding For And Performance Of A Contract Themselves Or Through Independent Auditors As Reflected In The Gcc Clause 34. 4. Conflict Of Interest 4.1. All Bidders Found To Have Conflicting Interests Shall Be Disqualified To Participate In The Procurement At Hand, Without Prejudice To The Imposition Of Appropriate Administrative, Civil, And Criminal Sanctions. A Bidder May Be Considered To Have Conflicting Interests With Another Bidder In Any Of The Events Described In Paragraphs (a) Through (c) And A General Conflict Of Interest In Any Of The Circumstances Set Out In Paragraphs (d) Through (g) Below: (a) A Bidder Has Controlling Shareholders In Common With Another Bidder; (b) A Bidder Receives Or Has Received Any Direct Or Indirect Subsidy From Any Other Bidder; (c) A Bidder Has The Same Legal Representative As That Of Another Bidder For Purposes Of This Bid; (d) A Bidder Has A Relationship, Directly Or Through Third Parties, That Puts Them In A Position To Have Access To Information About Or Influence On The Bid Of Another Bidder Or Influence The Decisions Of The Procuring Entity Regarding This Bidding Process. This Will Include A Firm Or An Organization Who Lends, Or Temporarily Seconds, Its Personnel To Firms Or Organizations Which Are Engaged In Consulting Services For The Preparation Related To Procurement For Or Implementation Of The Project If The Personnel Would Be Involved In Any Capacity On The Same Project; (e) A Bidder Submits More Than One Bid In This Bidding Process. However, This Does Not Limit The Participation Of Subcontractors In More Than One Bid; (f) A Bidder Who Participated As A Consultant In The Preparation Of The Design Or Technical Specifications Of The Goods And Related Services That Are The Subject Of The Bid; Or (g) A Bidder Who Lends, Or Temporary Seconds, Its Personnel To Firms Or Organizations Which Are Engaged In Consulting Services For The Preparation Related To Procurement For Or Implementation Of The Project, If The Personnel Would Be Involved In Any Capacity On The Same Project. 4.2. In Accordance With Section 47 Of The Irr Of Ra 9184, All Bidding Documents Shall Be Accompanied By A Sworn Affidavit Of The Bidder That It Is Not Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), Members Of The Technical Working Group (twg), Members Of The Bac Secretariat, The Head Of The Project Management Office (pmo) Or The End-user Unit, And The Project Consultants, By Consanguinity Or Affinity Up To The Third Civil Degree. On The Part Of The Bidder, This Clause Shall Apply To The Following Persons: (a) If The Bidder Is An Individual Or A Sole Proprietorship, To The Bidder Himself; (b) If The Bidder Is A Partnership, To All Its Officers And Members; (c) If The Bidder Is A Corporation, To All Its Officers, Directors, And Controlling Stockholders; And (d) If The Bidder Is A Joint Venture (jv), The Provisions Of Items (a), (b), Or (c) Of This Clause Shall Correspondingly Apply To Each Of The Members Of The Said Jv, As May Be Appropriate. Relationship Of The Nature Described Above Or Failure To Comply With This Clause Will Result In The Automatic Disqualification Of A Bidder. 5. Eligible Bidders 5.1. Unless Otherwise Indicated In The Bds, The Following Persons Shall Be Eligible To Participate In This Bidding: (a) Duly Licensed Filipino Citizens/sole Proprietorships; (b) Partnerships Duly Organized Under The Laws Of The Philippines And Of Which At Least Seventy Five Percent (75%) Of The Interest Belongs To Citizens Of The Philippines; (c) Corporations Duly Organized Under The Laws Of The Philippines, And Of Which At Least Seventy Five Percent (75%) Of The Outstanding Capital Stock Belongs To Citizens Of The Philippines; (d) Cooperatives Duly Organized Under The Laws Of The Philippines, And Of Which At Least Seventy Five Percent (75%) Of The Interest Belongs To Citizens Of The Philippines; And (e) Persons/entities Forming Themselves Into A Jv, I.e., A Group Of Two (2) Or More Persons/entities That Intend To Be Jointly And Severally Responsible Or Liable For A Particular Contract: Provided, However, That, In Accordance With Letter Of Instructions No. 630, Filipino Ownership Or Interest Of The Joint Venture Concerned Shall Be At Least Seventy Five Percent (75%): Provided, Further, That Joint Ventures In Which Filipino Ownership Or Interest Is Less Than Seventy Five Percent (75%) May Be Eligible Where The Structures To Be Built Require The Application Of Techniques And/or Technologies Which Are Not Adequately Possessed By A Person/entity Meeting The Seventy Five Percent (75%) Filipino Ownership Requirement: Provided, Finally, That In The Latter Case, Filipino Ownership Or Interest Shall Not Be Less Than Twenty Five Percent (25%). For This Purpose Filipino Ownership Or Interest Shall Be Based On The Contributions Of Each Of The Members Of The Joint Venture As Specified In Their Jva. 5.2. The Procuring Entity May Also Invite Foreign Bidders When Provided For Under Any Treaty Or International Or Executive Agreement As Specified In The Bds. 5.3. Government Corporate Entities May Be Eligible To Participate Only If They Can Establish That They (a) Are Legally And Financially Autonomous, (b) Operate Under Commercial Law, And (c) Are Not Dependent Agencies Of The Gop Or The Procuring Entity. 5.4. (a) Unless Otherwise Provided In The Bds, The Bidder Must Have Completed, Within Ten (10) Years From The Submission Of Bids, A Single Contract That Is Similar To This Project, Equivalent To At Least Fifty Percent (50%) Of The Abc Adjusted To Current Prices Using The National Statistics Office Consumer Price Index. (b) 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 Bds. For This Purpose, Contracts Similar To The Project Shall Be Those Described In Thebds, And Completed Within The Period Stated In The Invitation To Bid And Itb Clause 12.1(a)(iii). 5.5. The Bidder Must Submit A Computation Of Its Net Financial Contracting Capacity (nfcc) Or A Commitment From A Universal Or Commercial Bank To Extend A Credit Line In Its Favor If Awarded The Contract For This Project (clc). The Nfcc, Computed Using The Following Formula, Must Be At Least Equal To The Abc To Be Bid: Nfcc = [(current Assets Minus Current Liabilities) (k)] Minus The Value Of All Outstanding Or Uncompleted Portions Of The Projects Under Ongoing Contracts, Including Awarded Contracts Yet To Be Started Coinciding With The Contract For This Project. Where: K = 10 For A Contract Duration Of One Year Or Less, 15 For A Contract Duration Of More Than One Year Up To Two Years, And 20 For A Contract Duration Of More Than Two Years. The Clc Must Be At Least Equal To Ten Percent (10%) Of The Abc For This Project. If Issued By A Foreign Bank, It Shall Be Confirmed Or Authenticated By A Universal Or Commercial Bank. In The Case Of Local Government Units (lgus), The Bidder May Also Submit Clc From Other Banks Certified By The Bangko Sentral Ng Pilipinas (bsp) As Authorized To Issue Such Financial Instrument. 6. Bidder’s Responsibilities 6.1. The Bidder Or Its Duly Authorized Representative Shall Submit A Sworn Statement In The Form Prescribed In Section Ix. Bidding Forms As Required In Itb Clause 12.1(b)(iii). 6.2. The Bidder Is Responsible For The Following: (a) Having Taken Steps To Carefully Examine All Of The Bidding Documents; (b) Having Acknowledged All Conditions, Local Or Otherwise, Affecting The Implementation Of The Contract; (c) Having Made An Estimate Of The Facilities Available And Needed For The Contract To Be Bid, If Any; (d) Having Complied With Its Responsibility To Inquire Or Secure Supplemental/bid Bulletin/s As Provided Under Itb Clause 10.3. (e) Ensuring That It Is Not “blacklisted” Or Barred From Bidding By The Gop Or Any Of Its Agencies, Offices, Corporations, Or Lgus, Including Foreign Government/foreign Or International Financing Institution Whose Blacklisting Rules Have Been Recognized By The Gppb; (f) Ensuring That 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; (g) Authorizing The Head Of The Procuring Entity Or Its Duly Authorized Representative/s To Verify All The Documents Submitted; (h) Ensuring That The Signatory Is The Duly Authorized Representative Of The Bidder, And Granted Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary And/or To Represent The Bidder In The Bidding, With The Duly Notarized Secretary’s Certificate Attesting To Such Fact, If The Bidder Is A Corporation, Partnership, Cooperative, Or Joint Venture; (i) Complying With The Disclosure Provision Under Section 47 Of The Act In Relation To Other Provisions Of Republic Act 3019; And (j) Complying With Existing Labor Laws And Standards, If Applicable. Failure To Observe Any Of The Above Responsibilities Shall Be At The Risk Of The Bidder Concerned. 6.3. The Bidder, By The Act Of Submitting Its Bid, Shall Be Deemed To Have Inspected The Site, Determined The General Characteristics Of The Contract Works And The Conditions For This Project And Examine All Instructions, Forms, Terms, And Project Requirements In The Bidding Documents. 6.4. It Shall Be The Sole Responsibility Of The Prospective Bidder To Determine And To Satisfy Itself By Such Means As It Considers Necessary Or Desirable As To All Matters Pertaining To This Project, Including: (a) The Location And The Nature Of The Contract, Project, Or 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. 6.5. The Procuring Entity Shall Not Assume Any Responsibility Regarding Erroneous Interpretations Or Conclusions By The Prospective Or Eligible Bidder Out Of The Data Furnished By The Procuring Entity. 6.6. Before Submitting Their Bids, The Bidders Are Deemed To Have Become Familiar With All Existing Laws, Decrees, Ordinances, Acts And Regulations Of The Philippines Which May Affect The Contract In Any Way. 6.7. The Bidder Shall Bear All Costs Associated With The Preparation And Submission Of His Bid, And The Procuring Entity Will In No Case Be Responsible Or Liable For Those Costs, Regardless Of The Conduct Or Outcome Of The Bidding Process. 6.8. Bidders Should Note That The Procuring Entity Will Only Accept Bids Only From Those That Have Paid The Nonrefundable Fee For The Bidding Documents At The Office Indicated In The Invitation To Bid. 7. Origin Of Goods And Services There Is No Restriction On The Origin Of Goods, Or Contracting Of Works Or Services Other Than Those Prohibited By A Decision Of The United Nations Security Council Taken Under Chapter Vii Of The Charter Of The United Nations. 8. Subcontracts 8.1. Unless Otherwise Specified In The Bds, The Bidder May Subcontract Portions Of The Works To An Extent As May Be Approved By The Procuring Entity And Stated In The Bds. However, Subcontracting Of Any Portion Shall Not Relieve The Bidder From Any Liability Or Obligation That May Arise From The Contract For This Project. 8.2. Subcontractors Must Submit The Documentary Requirements Under Itb Clause 12 And Comply With The Eligibility Criteria Specified In The Bds. In The Event That Any Subcontractor Is Found By The Procuring Entity To Be Ineligible, The Subcontracting Of Such Portion Of The Works Shall Be Disallowed. 8.3. The Bidder May Identify The Subcontractor To Whom A Portion Of The Works Will Be Subcontracted At Any Stage Of The Bidding Process Or During Contract Implementation. If The Bidder Opts To Disclose The Name Of The Subcontractor During Bid Submission, The Bidder Shall Include The Required Documents As Part Of The Technical Component Of Its Bid. B. Contents Of Bidding Documents 9. Pre-bid Conference 9.1. (a) If So Specified In The Bds, A Pre-bid Conference Shall Be Held At The Venue And On The Date Indicated Therein, To Clarify And Address The Bidders’ Questions On The Technical And Financial Components Of This Project. (b) The Pre-bid Conference Shall Be Held At Least Twelve (12) Calendar Days Before The Deadline For The Submission Of And Receipt Of Bids. If The Procuring Entity Determines That, By Reason Of The Method, Nature, Or Complexity Of The Contract To Be Bid, Or When International Participation Will Be More Advantageous To The Gop, A Longer Period For The Preparation Of Bids Is Necessary, The Pre-bid Conference Shall Be Held At Least Thirty (30) Calendar Days Before The Deadline For The Submission And Receipt Of Bids, As Specified In The Bds. 9.2. Bidders Are Encouraged To Attend The Pre-bid Conference To Ensure That They Fully Understand The Procuring Entity’s Requirements. Non-attendance Of The Bidder Will In No Way Prejudice Its Bid; However, The Bidder Is Expected To Know The Changes And/or Amendments To The Bidding Documents As Recorded In The Minutes Of The Pre-bid Conference And The Supplemental/bid Bulletin. 9.3. Any Statement Made At The Pre-bid Conference Shall Not Modify The Terms Of The Bidding Documents Unless Such Statement Is Specifically Identified In Writing As An Amendment Thereto And Issued As A Supplemental/bid Bulletin. 10. Clarification And Amendment Of Bidding Documents 10.1. Bidders Who Have Purchased The Bidding Documents May Request For Clarification(s) On Any Part Of The Bidding Documents Or For An Interpretation. Such A Request Must Be In Writing And Submitted To The Procuring Entity At The Address Indicated In The Bds At Least Ten (10) Calendar Days Before The Deadline Set For The Submission And Receipt Of Bids. 10.2. Supplemental/bid Bulletins May Be Issued Upon The Procuring Entity’s Initiative For Purposes Of Clarifying Or Modifying Any Provision Of The Bidding Documents Not Later Than Seven (7) Calendar Days Before The Deadline For The Submission And Receipt Of Bids. Any Modification To The Bidding Documents Shall Be Identified As An Amendment. 10.3. Any Supplemental/bid Bulletin Issued By The Bac Shall Also Be Posted On The Philippine Government Electronic Procurement System (philgeps) And The Website Of The Procuring Entity Concerned, If Available. Unless, Otherwise Provided In The Bds, It Shall Be The Responsibility Of All Bidders Who Secure The Bidding Documents To Inquire And Secure Supplemental/bid Bulletins That May Be Issued By The Bac. However, Bidders Who Have Submitted Bids Before The Issuance Of The Supplemental/bid Bulletin Must Be Informed And Allowed To Modify Or Withdraw Their Bids In Accordance With Itb Clause 23. C. Preparation Of Bids 11. Language Of Bids The Bid, As Well As All Correspondence And Documents Relating To The Bid Exchanged By The Bidder And The Procuring Entity, Shall Be Written In English. Supporting Documents And Printed Literature Furnished By The Bidder May Be In Another Language Provided They Are Accompanied By An Accurate Translation In English Certified By The Appropriate Embassy Or Consulate In The Philippines, In Which Case The English Translation Shall Govern, For Purposes Of Interpretation Of The Bid. 12. Documents Comprising The Bid: Eligibility And Technical Components 12.1. Unless Otherwise Indicated In The Bds, The First Envelope Shall Contain The Following Eligibility And Technical Documents: (a) Eligibility Documents – Class "a" Documents: (i) Registration Certificate From The Securities And Exchange Commission (sec), Department Of Trade And Industry (dti) For Sole Proprietorship, Or Cooperative Development Authority (cda) For Cooperatives, Or Any Proof Of Such Registration As Stated In The Bds; (ii) Mayor’s Permit Issued By The City Or Municipality Where The Principal Place Of Business Of The Prospective Bidder Is Located; (iii) Statement Of All Its Ongoing And Completed Government And Private Contracts Within Ten (10) Years From The Submission Of Bids, Including Contracts Awarded But Not Yet Started, If Any. The Statement Shall Include, For Each Contract, The Following: (iii.1) Name Of The Contract; (iii.2) Date Of The Contract; (iii.3) Contract Duration; (iii.4) Owner’s Name And Address; (iii.5) Nature Of Work; (iii.6) Contractor’s Role (whether Sole Contractor, Subcontractor, Or Partner In A Jv) And Percentage Of Participation; (iii.7) Total Contract Value At Award; (iii.8) Date Of Completion Or Estimated Completion Time; (iii.9) Total Contract Value At Completion, If Applicable; (iii.10) Percentages Of Planned And Actual Accomplishments, If Applicable; (iii.11) Value Of Outstanding Works, If Applicable; (iii.12) The Statement Shall Be Supported By The Notices Of Award And/or Notices To Proceed Issued By The Owners; And (iii.13) The Statement Shall Be Supported By The Constructors Performance Evaluation System (cpes) Rating Sheets, And/or Certificates Of Completion And Owner’s Acceptance, If Applicable; (iv) Unless Otherwise Provided In The Bds, Valid Philippine Contractors Accreditation Board (pcab) License And Registration For The Type And Cost Of The Contract For This Project; (v) Audited Financial Statements, Showing, Among Others, The Prospective Total And Current Assets And Liabilities, Stamped “received” By The Bir Or Its Duly Accredited And Authorized Institutions, For The Preceding Calendar Year Which Should Not Be Earlier Than Two (2) Years From The Date Of Bid Submission; (vi) Nfcc Computation Or Clc In Accordance With Itb Clause 5.5; And Class "b" Document: (vii) If Applicable, Valid Joint Venture Agreement (jva) Or, In Lieu Thereof, 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 Shall Be Included In The Bid. (b) Technical Documents – (i) Bid Security As Prescribed In Itb Clause 18. If The Bidder Opts To Submit The Bid Security In The Form Of: (i.1) A Bank Draft/guarantee Or An Irrevocable Letter Of Credit Issued By A Foreign Bank, It Shall Be Accompanied By A Confirmation From A Universal Or Commercial Bank; Or (i.2) A Surety Bond Accompanied By A Certification Coming From An Authorized Insurance Commission That A Surety Or Insurance Company Is Authorized To Issue Such Instrument; (ii) Project Requirements, Which Shall Include The Following: (ii.1) Organizational Chart For The Contract To Be Bid; (ii.2) List Of Contractor’s Personnel (viz, Project Manager, Project Engineers, Materials Engineers, And Foremen), To Be Assigned To The Contract To Be Bid, With Their Complete Qualification And Experience Data; And (ii.3) List Of Contractor’s Equipment Units, Which Are Owned, Leased, And/or Under Purchase Agreements, Supported By Certification Of Availability Of Equipment From The Equipment Lessor/vendor For The Duration Of The Project; And (iii) Sworn Statement In Accordance With Section 25.2(b)(iv) Of The Irr Of Ra 9184 And Using The Form Prescribed In Section Ix. Bidding Forms. 13. Documents Comprising The Bid: Financial Component 13.1. Unless Otherwise Stated In The Bds, The Financial Component Of The Bid Shall Contain The Following: (a) Financial Bid Form In Accordance With The Form Prescribed In Section Ix. Bidding Forms; And (b) Any Other Document Related To The Financial Component Of The Bid As Stated In The Bds. 13.2. (a) Unless Indicated In The Bds, All Bids That Exceed The Abc Shall Not Be Accepted. (b) Unless Otherwise Indicated In The Bds, For Foreign-funded Procurement, A Ceiling May Be Applied To Bid Prices Provided The Following Conditions Are Met: (i) Bidding Documents Are Obtainable Free Of Charge On A Freely Accessible Website. If Payment Of Bidding Documents Is Required By The Procuring Entity, Payment Could Be Made Upon The Submission Of Bids. (ii) The Procuring Entity Has Procedures In Place To Ensure That The Abc Is Based On Recent Estimates Made By The Engineer Or The Responsible Unit Of The Procuring Entity And That The Estimates Are Based On Adequate Detailed Engineering (in The Case Of Works) And Reflect The Quality, Supervision And Risk And Inflationary Factors, As Well As Prevailing Market Prices, Associated With The Types Of Works Or Goods To Be Procured. (iii) The Procuring Entity Has Trained Cost Estimators On Estimating Prices And Analyzing Bid Variances. In The Case Of Infrastructure Projects, The Procuring Entity Must Also Have Trained Quantity Surveyors. (iv) The Procuring Entity Has Established A System To Monitor And Report Bid Prices Relative To Abc And Engineer’s/procuring Entity’s Estimate. (v) The Procuring Entity Has Established A Monitoring And Evaluation System For Contract Implementation To Provide A Feedback On Actual Total Costs Of Goods And Works. 14. Alternative Bids 14.1. Alternative Bids Shall Be Rejected. For This Purpose, Alternative Bid Is An Offer Made By A Bidder In Addition Or As A Substitute To Its Original Bid Which May Be Included As Part Of Its Original Bid Or Submitted Separately Therewith For Purposes Of Bidding. A Bid With Options Is Considered An Alternative Bid Regardless Of Whether Said Bid Proposal Is Contained In A Single Envelope Or Submitted In Two (2) Or More Separate Bid Envelopes. 14.2. 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. 14.3. Each Bidder Shall Submit Only One Bid, Either Individually Or As A Partner In A Jv. A Bidder Who Submits Or Participates In More Than One Bid (other Than As A Subcontractor If A Subcontractor Is Permitted To Participate In More Than One Bid) Will Cause All The Proposals With The Bidder’s Participation To Be Disqualified. This Shall Be Without Prejudice To Any Applicable Criminal, Civil And Administrative Penalties That May Be Imposed Upon The Persons And Entities Concerned. 15. Bid Prices 15.1. The Contract Shall Be For The Whole Works, As Described In Itb Clause 1.1, Based On The Priced Bill Of Quantities Submitted By The Bidder. 15.2. The Bidder Shall Fill In Rates And Prices For All Items Of The Works Described In The Bill Of Quantities. Bids Not Addressing Or Providing All Of The Required Items In The Bidding Documents Including, Where Applicable, Bill Of Quantities, Shall Be Considered Non-responsive And, Thus, Automatically Disqualified. In This Regard, Where A Required Item Is Provided, But No Price Is Indicated, The Same Shall Be Considered As Non-responsive, But Specifying A "0" (zero) For The Said Item Would Mean That It Is Being Offered For Free To The Government. 15.3. All Duties, Taxes, And Other Levies Payable By The Contractor Under The Contract, Or For Any Other Cause, Prior To The Deadline For Submission Of Bids, Shall Be Included In The Rates, Prices, And Total Bid Price Submitted By The Bidder. 15.4. All Bid Prices For The Given Scope Of Work In The Contract As Awarded Shall Be Considered As Fixed Prices, And Therefore Not Subject To Price Escalation During Contract Implementation, Except Under Extraordinary Circumstances As Specified In Gcc Clause 48. Price Escalation May Be Allowed In Extraordinary Circumstances As May Be Determined By The National Economic And Development Authority In Accordance With The Civil Code Of The Philippines, And Upon The Recommendation Of The Procuring Entity. Furthermore, In Cases Where The Cost Of The Awarded Contract Is Affected By Any Applicable New Laws, Ordinances, Regulations, Or Other Acts Of The Gop, Promulgated After The Date Of Bid Opening, A Contract Price Adjustment Shall Be Made Or Appropriate Relief Shall Be Applied On A No Loss-no Gain Basis. 16. Bid Currencies 16.1. All Bid Prices Shall Be Quoted In Philippine Pesos Unless Otherwise Provided In The Bds. However, For Purposes Of Bid Evaluation, Bids Denominated In Foreign Currencies Shall Be Converted To Philippine Currency Based On The Exchange Rate Prevailing On The Day Of The Bid Opening. 16.2. If So Allowed In Accordance With Itb Clause 16.1, The Procuring Entity For Purposes Of Bid Evaluation And Comparing The Bid Prices Will Convert The Amounts In Various Currencies In Which The Bid Price Is Expressed To Philippine Pesos At The Exchange Rate As Published In The Bsp Reference Rate Bulletin On The Day Of The Bid Opening. 16.3. Unless Otherwise Specified In The Bds, Payment Of The Contract Price Shall Be Made In Philippine Pesos. 17. Bid Validity 17.1. Bids Shall Remain Valid For The Period Specified In The Bds Which Shall Not Exceed One Hundred Twenty (120) Calendar Days From The Date Of The Opening Of Bids. 17.2. In Exceptional Circumstances, Prior To The Expiration Of The Bid Validity Period, The Procuring Entity May Request Bidders To Extend The Period Of Validity Of Their Bids. The Request And The Responses Shall Be Made In Writing. The Bid Security Described In Itb Clause 18 Should Also Be Extended Corresponding To The Extension Of The Bid Validity Period At The Least. A Bidder May Refuse The Request Without Forfeiting Its Bid Security, But His Bid Shall No Longer Be Considered For Further Evaluation And Award. A Bidder Granting The Request Shall Not Be Required Or Permitted To Modify Its Bid. 18. Bid Security 18.1. The Bid Security In The Amount Stated In The Bds Shall Be Equal To The Percentage Of The Abc In Accordance With The Following Schedule: Form Of Bid Security Amount Of Bid Security (equal To Percentage Of The Abc) (a) Cash Or Cashier’s/manager’s Check Issued By A Universal Or Commercial Bank. Two Percent (2%) (b) Bank Draft/guarantee Or Irrevocable Letter Of Credit Issued By A Universal Or Commercial Bank: Provided, However, That It Shall Be Confirmed Or Authenticated By A Universal Or Commercial Bank, If Issued By A Foreign Bank. (c) Surety Bond Callable Upon Demand Issued By A Surety Or Insurance Company Duly Certified By The Insurance Commission As Authorized To Issue Such Security; And/or Five Percent (5%) (d) Any Combination Of The Foregoing. Proportionate To Share Of Form With Respect To Total Amount Of Security For Biddings Conducted By Local Government Units, The Bidder May Also Submit Bid Securities In The Form Of Cashier’s/manager’s Check, Bank Draft/guarantee, Or Irrevocable Letter Of Credit From Other Banks Certified By The Bsp As Authorized To Issue Such Financial Statement. 18.2. The Bid Security Should Be Valid For The Period Specified In The Bds. Any Bid Not Accompanied By An Acceptable Bid Security Shall Be Rejected By The Procuring Entity As Non-responsive. 18.3. No Bid Securities Shall Be Returned To Bidders After The Opening Of Bids And Before Contract Signing, Except To Those That Failed Or Declared As Post-disqualified, Upon Submission Of A Written Waiver Of Their Right To File A Motion For Reconsideration And/or Protest. Without Prejudice On Its Forfeiture, Bid Securities Shall Be Returned Only After The Bidder With The Lowest Calculated Responsive Bid Has Signed The Contract And Furnished The Performance Security, But In No Case Later Than The Expiration Of The Bid Security Validity Period Indicated In Itb Clause 18.2. 18.4. Upon Signing And Execution Of The Contract, Pursuant To Itb Clause 31, And The Posting Of The Performance Security, Pursuant To Itb Clause 32, The Successful Bidder’s Bid Security Will Be Discharged, But In No Case Later Than The Bid Security Validity Period As Indicated In Itb Clause 18.2. 18.5. The Bid Security May Be Forfeited: (a) If A Bidder: (i) Withdraws Its Bid During The Period Of Bid Validity Specified In Itb Clause 17; (ii) Does Not Accept The Correction Of Errors Pursuant To Itb Clause 27.3(b); (iii) Fails To Submit The Requirements Within The Prescribed Period, Or A Finding Against Their Veracity, As Stated In Itb Clause 28.2; (iv) Submission Of Eligibility Requirements Containing False Information Or Falsified Documents; (v) Submission Of Bids That Contain False Information Or Falsified Documents, Or The Concealment Of Such Information In The Bids In Order To Influence The Outcome Of Eligibility Screening Or Any Other Stage Of The Public Bidding; (vi) Allowing The Use Of One’s Name, Or Using The Name Of Another For Purposes Of Public Bidding; (vii) Withdrawal Of A Bid, Or Refusal To Accept An Award, Or Enter Into Contract With The Government Without Justifiable Cause, After The Bidder Had Been Adjudged As Having Submitted The Lowest Calculated And Responsive Bid; (viii) Refusal Or Failure To Post The Required Performance Security Within The Prescribed Time; (ix) Refusal To Clarify Or Validate In Writing Its Bid During Post-qualification Within A Period Of Seven (7) Calendar Days From Receipt Of The Request For Clarification; (x) Any Documented Attempt By A Bidder To Unduly Influence The Outcome Of The Bidding In His Favor; (xi) Failure Of The Potential Joint Venture Partners To Enter Into The Joint Venture After The Bid Is Declared Successful; Or (xii) All Other Acts That Tend To Defeat The Purpose Of The Competitive Bidding, Such As Habitually Withdrawing From Bidding, Submitting Late Bids Or Patently Insufficient Bid, For At Least Three (3) Times Within A Year, Except For Valid Reasons. (b) If The Successful Bidder: (i) Fails To Sign The Contract In Accordance With Itb Clause 31; (ii) Fails To Furnish Performance Security In Accordance With Itb Clause 32. 19. Format And Signing Of Bids 19.1. Bidders Shall Submit Their Bids Through Their Duly Authorized Representative Using The Appropriate Forms Provided In Section Ix. Bidding Forms On Or Before The Deadline Specified In The Itb Clause 21 In Two (2) Separate Sealed Bid Envelopes, And Which Shall Be Submitted Simultaneously. The First Shall Contain The Technical Component Of The Bid, Including The Eligibility Requirements Under Itb Clause 12.1, And The Second Shall Contain The Financial Component Of The Bid. 19.2. Forms As Mentioned In Itb Clause 19.1 Must Be Completed Without Any Alterations To Their Format, And No Substitute Form Shall Be Accepted. All Blank Spaces Shall Be Filled In With The Information Requested. 19.3. The Bidder Shall Prepare An Original Of The First And Second Envelopes As Described In Itb Clauses 12 And 13. In Addition, The Bidder Shall Submit Copies Of The First And Second Envelopes. In The Event Of Any Discrepancy Between The Original And The Copies, The Original Shall Prevail. 19.4. The Bid, Except For Unamended Printed Literature, Shall Be Signed, And Each And Every Page Thereof Shall Be Initialed, By The Duly Authorized Representative/s Of The Bidder. 19.5. Any Interlineations, Erasures, Or Overwriting Shall Be Valid Only If They Are Signed Or Initialed By The Duly Authorized Representative/s Of The Bidder. 20. Sealing And Marking Of Bids 20.1. Bidders Shall Enclose Their Original Eligibility And Technical Documents Described In Itb Clause 12, In One Sealed Envelope Marked “original - Technical Component”, And The Original Of Their Financial Component In Another Sealed Envelope Marked “original - Financial Component”, Sealing Them All In An Outer Envelope Marked “original Bid”. 20.2. Each Copy Of The First And Second Envelopes Shall Be Similarly Sealed Duly Marking The Inner Envelopes As “copy No. ___ - Technical Component” And “copy No. ___ – Financial Component” And The Outer Envelope As “copy No. ___”, Respectively. These Envelopes Containing The Original And The Copies Shall Then Be Enclosed In One Single Envelope. 20.3. The Original And The Number Of Copies Of The Bid As Indicated In The Bds Shall Be Typed Or Written In Indelible Ink And Shall Be Signed By The Bidder Or Its Duly Authorized Representative/s. 20.4. All Envelopes Shall: (a) Contain The Name Of The Contract To Be Bid In Capital Letters; (b) Bear The Name And Address Of The Bidder In Capital Letters; (c) Be Addressed To The Procuring Entity’s Bac Identified In Itb Clause 10.1; (d) Bear The Specific Identification Of This Bidding Process Indicated In The Invitation To Bid; And (e) Bear A Warning “do Not Open Before…” The Date And Time For The Opening Of Bids, In Accordance With Itb Clause 21. 20.5. If Bids Are Not Sealed And Marked As Required, The Procuring Entity Will Assume No Responsibility For The Misplacement Or Premature Opening Of The Bid. D. Submission And Opening Of Bids 21. Deadline For Submission Of Bids Bids Must Be Received By The Procuring Entity’s Bac At The Address And On Or Before The Date And Time Indicated In The Bds. 22. Late Bids Any Bid Submitted After The Deadline For Submission And Receipt Of Bids Prescribed By The Procuring Entity, Pursuant To Itb Clause 21, Shall Be Declared “late” And Shall Not Be Accepted By The Procuring Entity. 23. Modification And Withdrawal Of Bids 23.1. The Bidder May Modify Its Bid After It Has Been Submitted; Provided That The Modification Is Received By The Procuring Entity Prior To The Deadline Prescribed For Submission And Receipt Of Bids. The Bidder Shall Not Be Allowed To Retrieve Its Original Bid, But Shall Be Allowed To Submit Another Bid Equally Sealed, Properly Identified, Linked To Its Original Bid Marked As “technical Modification” Or “financial Modification” And Stamped “received” By The Bac. Bid Modifications Received After The Applicable Deadline Shall Not Be Considered And Shall Be Returned To The Bidder Unopened. 23.2. A Bidder May, Through A Letter Of Withdrawal, Withdraw Its Bid After It Has Been Submitted, For Valid And Justifiable Reason; Provided That The Letter Of Withdrawal Is Received By The Procuring Entity Prior To The Deadline Prescribed For Submission And Receipt Of Bids. 23.3. Bids Requested To Be Withdrawn In Accordance With Itb Clause 23.1 Shall Be Returned Unopened To The Bidders. A Bidder May Also Express Its Intention Not To Participate In The Bidding Through A Letter Which Should Reach And Be Stamped By The Bac Before The Deadline For Submission And Receipt Of Bids. A Bidder That Withdraws Its Bid Shall Not Be Permitted To Submit Another Bid, Directly Or Indirectly, For The Same Contract. 23.4. No Bid May Be Modified After The Deadline For Submission Of Bids. No Bid May Be Withdrawn In The Interval Between The Deadline For Submission Of Bids And The Expiration Of The Period Of Bid Validity Specified By The Bidder On The Financial Bid Form. Withdrawal Of A Bid During This Interval Shall Result In The Forfeiture Of The Bidder’s Bid Security, Pursuant To Itb Clause 18.5, And The Imposition Of Administrative, Civil, And Criminal Sanctions As Prescribed By Ra 9184 And Its Irr. 24. Opening And Preliminary Examination Of Bids 24.1. The Bac Shall Open The First Bid Envelopes Of Bidders In Public As Specified In The Bds To Determine Each Bidder’s Compliance With The Documents Prescribed In Itb Clause 12. For This Purpose, The Bac Shall Check The Submitted Documents Of Each Bidder Against A Checklist Of Required Documents To Ascertain If They Are All Present, Using A Non-discretionary “pass/fail” Criterion. If A Bidder Submits The Required Document, It Shall Be Rated “passed” For That Particular Requirement. In This Regard, Bids That Fail To Include Any Requirement Or Are Incomplete Or Patently Insufficient Shall Be Considered As “failed”. Otherwise, The Bac Shall Rate The Said First Bid Envelope As “passed”. 24.2. Unless Otherwise Specified In The Bds, Immediately After Determining Compliance With The Requirements In The First Envelope, The Bac Shall Forthwith Open The Second Bid Envelope Of Each Remaining Eligible Bidder Whose First Bid Envelope Was Rated “passed”. The Second Envelope Of Each Complying Bidder Shall Be Opened Within The Same Day. In Case One Or More Of The Requirements In The Second Envelope Of A Particular Bid Is Missing, Incomplete Or Patently Insufficient, And/or If The Submitted Total Bid Price Exceeds The Abc Unless Otherwise Provided In Itb Clause 13.1(b), The Bac Shall Rate The Bid Concerned As “failed”. Only Bids That Are Determined To Contain All The Bid Requirements For Both Components Shall Be Rated “passed” And Shall Immediately Be Considered For Evaluation And Comparison. 24.3. Letters Of Withdrawal Shall Be Read Out And Recorded During Bid Opening, And The Envelope Containing The Corresponding Withdrawn Bid Shall Be Returned To The Bidder Unopened. If The Withdrawing Bidder’s Representative Is In Attendance, The Original Bid And All Copies Thereof Shall Be Returned To The Representative During The Bid Opening. If The Representative Is Not In Attendance, The Bid Shall Be Returned Unopened By Registered Mail. The Bidder May Withdraw Its Bid Prior To The Deadline For The Submission And Receipt Of Bids, Provided That The Corresponding Letter Of Withdrawal Contains A Valid Authorization Requesting For Such Withdrawal, Subject To Appropriate Administrative Sanctions. 24.4. If A Bidder Has Previously Secured A Certification From The Procuring Entity To The Effect That It Has Previously Submitted The Above-enumerated Class “a” Documents, The Said Certification May Be Submitted In Lieu Of The Requirements Enumerated In Itb Clause 12.1(a), Items (i) To (vi). 24.5. In The Case Of An Eligible Foreign Bidder As Described In Itb Clause 5, The Class “a” Documents Enumerated In Itb Clause 12.1(a) May Be Substituted With The Appropriate Equivalent Documents, If Any, Issued By The Country Of The Foreign Bidder Concerned. 24.6. Each Partner Of A Joint Venture Agreement Shall Likewise Submit The Documents Required In Itb Clauses 12.1(a)(i) And 12.1(a)(ii). Submission Of Documents Required Under Itb Clauses 12.1(a)(iii) To 12.1(a)(vi) By Any Of The Joint Venture Partners Constitutes Compliance. 24.7. A Bidder Determined As “failed” Has Three (3) Calendar Days Upon Written Notice Or, If Present At The Time Of Bid Opening, Upon Verbal Notification Within Which To File A Request For Reconsideration With The Bac: Provided, However, That The Request For Reconsideration Shall Not Be Granted If It Is Established That The Finding Of Failure Is Due To The Fault Of The Bidder Concerned: Provided, Further, That The Bac Shall Decide On The Request For Reconsideration Within Seven (7) Calendar Days From Receipt Thereof. If A Failed Bidder Signifies His Intent To File A Request For Reconsideration, The Bac Shall Keep The Bid Envelopes Of The Said Failed Bidder Unopened And/or Duly Sealed Until Such Time That The Request For Reconsideration Or Protest Has Been Resolved. E. Evaluation And Comparison Of Bids 25. Process To Be Confidential 25.1. Members Of The Bac, Including Its Staff And Personnel, As Well As Its Secretariat And Twg, Are Prohibited From Making Or Accepting Any Kind Of Communication With Any Bidder Regarding The Evaluation Of Their Bids Until The Issuance Of The Notice Of Award, Unless N The Case Of Itb Clause 26. 25.2. Any Effort By A Bidder To Influence The Procuring Entity In The Procuring Entity’s Decision In Respect Of Bid Evaluation, Bid Comparison Or Contract Award Will Result In The Rejection Of The Bidder’s Bid. 26. Clarification Of Bids To Assist In The Evaluation, Comparison And Post-qualification Of The Bids, The Procuring Entity May Ask In Writing Any Bidder For A Clarification Of Its Bid. All Responses To Requests For Clarification Shall Be In Writing. Any Clarification Submitted By A Bidder In Respect To Its Bid And That Is Not In Response To A Request By The Procuring Entity Shall Not Be Considered 27. Detailed Evaluation And Comparison Of Bids 27.1. The Procuring Entity Will Undertake The Detailed Evaluation And Comparison Of Bids Which Have Passed The Opening And Preliminary Examination Of Bids, Pursuant To Itb Clause 24, In Order To Determine The Lowest Calculated Bid. 27.2. In Evaluating The Bids To Get The Lowest Calculated Bid, The Procuring Entity Shall Undertake The Following: (a) The Detailed Evaluation Of The Financial Component Of The Bids, To Establish The Correct Calculated Prices Of The Bids; And (b) The Ranking Of The Total Bid Prices As So Calculated From The Lowest To Highest. The Bid With The Lowest Price Shall Be Identified As The Lowest Calculated Bid. 27.3. The Procuring Entity's Bac Shall Immediately Conduct A Detailed Evaluation Of All Bids Rated “passed,” Using Non-discretionary “pass/fail” Criterion. The Bac Shall Consider The Following In The Evaluation Of Bids: (a) Completeness Of The Bid. Unless The Itb Specifically Allows Partial Bids, Bids Not Addressing Or Providing All Of The Required Items In The Schedule Of Requirements Including, Where Applicable, Bill Of Quantities, Shall Be Considered Non-responsive And, Thus, Automatically Disqualified. In This Regard, Where A Required Item Is Provided, But No Price Is Indicated, The Same Shall Be Considered As Non-responsive, But Specifying A "0" (zero) For The Said Item Would Mean That It Is Being Offered For Free To The Procuring Entity; And (b) Arithmetical Corrections. Consider Computational Errors And Omissions To Enable Proper Comparison Of All Eligible Bids. It May Also Consider Bid Modifications If Expressly Allowed In The Bds. Any Adjustment Shall Be Calculated In Monetary Terms To Determine The Calculated Prices. 27.4. Based On The Detailed Evaluation Of Bids, Those That Comply With The Above-mentioned Requirements Shall Be Ranked In The Ascending Order Of Their Total Calculated Bid Prices, As Evaluated And Corrected For Computational Errors, Discounts And Other Modifications, To Identify The Lowest Calculated Bid. Total Calculated Bid Prices, As Evaluated And Corrected For Computational Errors, Discounts And Other Modifications, Which Exceed The Abc Shall Not Be Considered, Unless Otherwise Indicated In The Bds. 27.5. The Procuring Entity’s Evaluation Of Bids Shall Only Be Based On The Bid Price Quoted In The Financial Bid Form 27.6. Bids Shall Be Evaluated On An Equal Footing To Ensure Fair Competition. For This Purpose, All Bidders Shall Be Required To Include In Their Bids The Cost Of All Taxes, Such As, But Not Limited To, Value Added Tax (vat), Income Tax, Local Taxes, And Other Fiscal Levies And Duties Which Shall Be Itemized In The Bid Form And Reflected In The Detailed Estimates. Such Bids, Including Said Taxes, Shall Be The Basis For Bid Evaluation And Comparison. 28. Post Qualification 28.1. The Procuring Entity Shall Determine To Its Satisfaction Whether The Bidder That Is Evaluated As Having Submitted The Lowest Calculated Bid (lcb) Complies With And Is Responsive To All The Requirements And Conditions Specified In Itb Clauses 5, 12, And 13. 28.2. Within A Non-extendible Period Of Three (3) Calendar Days From Receipt By The Bidder Of The Notice From The Bac That It Submitted The Lcb, The Bidder Shall Submit The Following Documentary Requirements: (a) Tax Clearance Per Executive Order 398, Series Of 2005; (b) Latest Income And Business Tax Returns In The Form Specified In The Bds; (c) Certificate Of Philgeps Registration; And (d) Other Appropriate Licenses And Permits Required By Law And Stated In The Bds. Failure Of The Bidder Declared As Lcb To Duly Submit The Requirements Under This Clause Or A Finding Against The Veracity Of Such, Shall Be Ground For Forfeiture Of The Bid Security And Disqualification Of The Bidder For Award. 28.3. The Determination Shall Be Based Upon An Examination Of The Documentary Evidence Of The Bidder’s Qualifications Submitted Pursuant To Itb Clauses 12 And 13, As Well As Other Information As The Procuring Entity Deems Necessary And Appropriate, Using A Non-discretionary “pass/fail” Criterion. 28.4. If The Bac Determines That The Bidder With The Lowest Calculated Bid Passes All The Criteria For Post-qualification, It Shall Declare The Said Bid As The Lowest Calculated Responsive Bid, And Recommend To The Head Of The Procuring Entity The Award Of Contract To The Said Bidder At Its Submitted Price Or Its Calculated Bid Price, Whichever Is Lower, Subject To Itb Clause 30.3. 28.5. A Negative Determination Shall Result In Rejection Of The Bidder’s Bid, In Which Event The Procuring Entity Shall Proceed To The Next Lowest Calculated Bid To Make A Similar Determination Of That Bidder’s Capabilities To Perform Satisfactorily. If The Second Bidder, However, Fails The Post Qualification, The Procedure For Post Qualification Shall Be Repeated For The Bidder With The Next Lowest Calculated Bid, And So On Until The Lowest Calculated And Responsive Bid Is Determined For Contract Award. 28.6. Within A Period Not Exceeding Seven (7) Calendar Days From The Date Of Receipt Of The Recommendation Of The Bac, The Head Of The Procuring Entity Shall Approve Or Disapprove The Said Recommendation. In The Case Of Government Owned And Government-owned And/or -controlled Corporations (goccs) And Government Financial Institutions (gfis), The Period Provided Herein Shall Be Fifteen (15) Calendar Days. 29. Reservation Clause 29.1. Notwithstanding The Eligibility Or Post-qualification Of A Bidder, The Procuring Entity Concerned Reserves The Right To Review Its Qualifications At Any Stage Of The Procurement Process If It Has Reasonable Grounds To Believe That A Misrepresentation Has Been Made By The Said Bidder, Or That There Has Been A Change In The Bidder’s Capability To Undertake The Project From The Time It Submitted Its Eligibility Requirements. Should Such Review Uncover Any Misrepresentation Made In The Eligibility And Bidding Requirements, Statements Or Documents, Or Any Changes In The Situation Of The Bidder Which Will Affect Its Capability To Undertake The Project So That It Fails The Preset Eligibility Or Bid Evaluation Criteria, The Procuring Entity Shall Consider The Said Bidder As Ineligible And Shall Disqualify It From Submitting A Bid Or From Obtaining An Award Or Contract. 29.2. Based On The Following Grounds, The Procuring Entity Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding At Any Time Prior To The Contract Award, Or Not To Award The Contract, Without Thereby Incurring Any Liability, And Make No Assurance That A Contract Shall Be Entered Into As A Result Of The Bidding: (a) If There Is Prima Facie Evidence Of Collusion Between Appropriate Public Officers Or Employees Of The Procuring Entity, Or Between The Bac And Any Of The Bidders, Or If The Collusion Is Between Or Among The Bidders Themselves, Or Between A Bidder And A Third Party, Including Any Act Which Restricts, Suppresses Or Nullifies Or Tends To Restrict, Suppress Or Nullify Competition; (b) If The Procuring Entity’s Bac Is Found To Have Failed In Following The Prescribed Bidding Procedures; Or (c) For Any Justifiable And Reasonable Ground Where The Award Of The Contract Will Not Redound To The Benefit Of The Government As Follows: (i) If The Physical And Economic Conditions Have Significantly Changed So As To Render The Project No Longer Economically, Financially Or Technically Feasible As Determined By The Head Of The Procuring Entity; (ii) If The Project Is No Longer Necessary As Determined By The Head Of The Procuring Entity; And (iii) If The Source Of Funds For The Project Has Been Withheld Or Reduced Through No Fault Of The Procuring Entity. 29.3. In Addition, The Procuring Entity May Likewise Declare A Failure Of Bidding When: (a) No Bids Are Received; (b) All Prospective Bidders Are Declared Ineligible; (c) All Bids Fail To Comply With All The Bid Requirements Or Fail Post-qualification; Or (d) The Bidder With The Lowest Calculated Responsive Bid Refuses, Without Justifiable Cause To Accept The Award Of Contract, And No Award Is Made. F. Award Of Contract 30. Contract Award 30.1. Subject To Itb Clause 28, The Procuring Entity Shall Award The Contract To The Bidder Whose Bid Has Been Determined To Be The Lowest Calculated And Responsive Bid (lcrb). 30.2. Prior To The Expiration Of The Period Of Bid Validity, The Procuring Entity Shall Notify The Successful Bidder In Writing That Its Bid Has Been Accepted, Through A Notice Of Award Received Personally Or Sent By Registered Mail Or Electronically, Receipt Of Which Must Be Confirmed In Writing Within Two (2) Days By The Lcrb And Submitted Personally Or Sent By Registered Mail Or Electronically To The Procuring Entity. 30.3. Notwithstanding The Issuance Of The Notice Of Award, Award Of Contract Shall Be Subject To The Following Conditions: (a) Submission Of The Following Documents Within The Prescribed Period From Receipt By The Bidder Of The Notice That It Has The Lowest Calculated And Responsive Bid: (i) Valid Jva, If Applicable, Within Ten (10) Calendar Days; (ii) Valid Pcab License And Registration For The Type And Cost Of The Contract To Be Bid For Foreign Bidders, Within Thirty (30) Calendar Days, If Allowed Under A Treaty Or International Or Executive Agreement Mentioned In Itb Clause 12.1(a)(iv); (b) Posting Of The Performance Security In Accordance With Itb Clause 32; (c) Signing Of The Contract As Provided In Itb Clause 31; And (d) Approval By Higher Authority, If Required. 31. Signing Of The Contract 31.1. At The Same Time As The Procuring Entity Notifies The Successful Bidder That Its Bid Has Been Accepted, The Procuring Entity Shall Send The Contract Form To The Bidder, Which Contract Has Been Provided In The Bidding Documents, Incorporating Therein All Agreements Between The Parties. 31.2. Within Ten (10) Calendar Days From Receipt Of The Notice Of Award, The Successful Bidder Shall Post The Required Performance Security, Sign And Date The Contract And Return It To The Procuring Entity. 31.3. The Procuring Entity Shall Enter Into Contract With The Successful Bidder Within The Same Ten (10) Calendar Day Period Provided That All The Documentary Requirements Are Complied With. 31.4. The Following Documents Shall Form Part Of The Contract: (a) Contract Agreement; (b) Bidding Documents; (c) Winning Bidder’s Bid, Including The Technical And Financial Proposals, And All Other Documents/statements Submitted; (d) Performance Security; (e) Credit Line In Accordance With Itb Clause 5.5, If Applicable; (f) Notice Of Award Of Contract; And (g) Other Contract Documents That May Be Required By Existing Laws And/or Specified In The Bds. 32. Performance Security 32.1. To Guarantee The Faithful Performance By The Winning Bidder Of Its Obligations Under The Contract, It Shall Post A Performance Security Within A Maximum Period Of Ten (10) Calendar Days From The Receipt Of The Notice Of Award From The Procuring Entity And In No Case Later Than The Signing Of The Contract. 32.2. The Performance Security Shall Be Denominated In Philippine Pesos And Posted In Favor Of The Procuring Entity In An Amount Equal To The Percentage Of The Total Contract Price As Stated In The Bds In Accordance With The Following Schedule: 33. 33.1. Form Of Performance Security Amount Of Performance Security (equal To Percentage Of The Total Contract Price) (a) Cash Or Cashier’s/manager’s Check Issued By A Universal Or Commercial Bank. Ten Percent (10%) (b) Bank Draft/guarantee Or Irrevocable Letter Of Credit Issued By A Universal Or Commercial Bank: Provided, However, That It Shall Be Confirmed Or Authenticated By A Universal Or Commercial Bank, If Issued By A Foreign Bank. (c) Surety Bond Callable Upon Demand Issued By A Surety Or Insurance Company Duly Certified By The Insurance Commission As Authorized To Issue Such Security; And/or Thirty Percent (30%) (d) Any Combination Of The Foregoing. Proportionate To Share Of Form With Respect To Total Amount Of Security 33.2. Failure Of The Successful Bidder To Comply With The Above-mentioned Requirement Shall Constitute Sufficient Ground For The Annulment Of The Award And Forfeiture Of The Bid Security, In Which Event The Procuring Entity Shall Initiate And Complete The Post Qualification Of The Second Lowest Calculated Bid. The Procedure Shall Be Repeated Until The Lowest Calculated And Responsive Bid Is Identified And Selected For Contract Award. However If No Bidder Passed Post-qualification, The Bac Shall Declare The Bidding A Failure And Conduct A Re-bidding With Re-advertisement. 34. Notice To Proceed 34.1. Within Three (3) Calendar Days From The Date Of Approval Of The Contract By The Appropriate Government Approving Authority, The Procuring Entity Shall Issue Its Notice To Proceed To The Bidder. 34.2. The Contract Effectivity Date Shall Be Provided In The Notice To Proceed By The Procuring Entity, Which Date Shall Not Be Later Than Seven (7) Calendar Days From The Issuance Of The Notice To Proceed. Section Iii. Bid Data Sheet Bid Data Sheet Itb Clause 1.1 The Procuring Entity Is Lgu- Mapanas, Northern Samar. The Name Of The Contract Is Construction Of Multi-purpose Hall @ Sta Potenciana Elementary School , Brgy. Sta Potenciana, Mapanas N. Samar The Identification Number Of The Contract Is Pr No-2024-08-069___ 2 The Funding Source Is: 20% Economic Development Fund (edf) For Fy 2023. The Name Of The Project Is: Construction Of Multi-purpose Hall @ Sta Potenciana Mapanas Elementary School (stage) Brgy. Sta Potenciana, Mapanas N. Samar 3.1 No Further Instructions. 5.1 No Further Instructions. 5.2 Bidding Is Restricted To Eligible Bidders As Defined In Itb Clause 5.1. 5.4 For This Purpose, Similar Contracts Shall Refer To Bidder’s Annual Turnover From All Works Average Over The Last Three Years Shall Be Equal To 50% Of The Estimated Cost Of The Contract Being Procured. The Bidder Must Have Completed, Within The Past Ten (10) Years From The Submission Of Bids, A Single Contract That Is Similar To This Project, Equivalent To At Least Eighty Percent (80%) Of The Abc. 8.1 “subcontracting Is Not Allowed.” 8.2 “not Applicable”. 9.1 The Procuring Entity Will Hold A Pre-bid Conference For This Project On September 27, 2024 At 10:00 A.m. At Executive Conference 2nd Floor Of New Municipal Bldg. Mapanas, Northern Samar. 10.1 The Procuring Entity’s Address Is: The Municipality Of Mapanas, Province Of Northern Samar Ma. Teresa L. Minguez Lgu-bac Chairperson Tel. No. 09778033758 10.3 No Further Instructions. 12.1 Not Applicable 12.1(a)(i) “no Other Acceptable Proof Of Registration Is Recognized.” 12.1(a)(iv) No Further Instructions. 13.1 “no Additional Requirements” 13.1(b) The Abc Is Php399,666.44 Any Bid With A Financial Component Exceeding This Amount Shall Not Be Accepted. 14.2 “no Further Instructions.” 15.4 No Further Instruction. 16.1 The Bid Prices Shall Be Quoted In Philippine Pesos. 17.1 Bids Will Be Valid Until 120 Calendar Days After The Bid Submission Deadline Date As Prescribed By The Procuring Entity) 18.1 The Bid Security Shall Be In The Following Amount: 1. The Amount Of 7,993.33 If Bid Security Is In Cash, Cashier’s/manager’s Check, Bank Draft/guarantee Or Irrevocable Letter Of Credit; 2. The Amount Of P19,983.32 If Bid Security Is In Surety Bond; Or 3. Any Combination Of The Foregoing Proportionate To The Share Of Form With Respect To Total Amount Of Security. 18.2 The Bid Security Shall Be Valid Twenty Eight Days Beyond The Validity Period Of The Bid. 20.3 Each Bidder Shall Submit One Original And One Copy Of The First And Second Components Of Its Bid. 21 The Address For Submission Of Bids Is Ma. Teresa L. Minguez Lgu-bac Chairperson Bac Office @ Mpdo, 1st Floor, New Municipal Bldg. Municipality Of Mapanas, Northern Samar The Deadline For Submission Of Bids Is 9:00 A.m. On October 10, 2024. 22 The Place Of Bid Opening Is Executive Conference Room, 2nd Floor, New Municipal Bldg. Municipality Of Mapanas, Northern Samar. The Date And Time Of Bid Opening Is October 10, 2024 At Exactly 10:00 A.m. 24.2 No Further Instructions. 27.3(b) Bid Modification Is Not Allowed. 27.4 No Further Instructions. 28.2(b) Bidders Have Option To Submit Manually Filed Tax Returns Or Tax Returns Filed Through The Electronic Filing And Payments System (efps). Note: The Latest Income And Business Tax Returns Are Those Within The Last Six Months Preceding The Date Of Bid Submission. 28.2(d) List Licenses And Permits Relevant To The Project And The Corresponding Law Requiring It. 1. Taxpayer’s Identification Number 2. Vat Registration 3. Philippine Contractors Accreditation Board (pcab) License The Requirements Are Applicable Only In A Case Where The Lowest Calculated Bid (lcb) Is Submitted By A Domestic Bidder, And If The Lowest Calculated Bid (lcb) Is Submitted By A Foreign Bidder, This Requirements Are Not Applicable 31.4(g) List Additional Contract Documents Relevant To The Project That May Be Required By Existing Laws And/or The Procuring Entity, Such As Construction Schedule And S-curve, Manpower Schedule, Construction Methods, Equipment Utilization Schedule, Construction Safety And Health Program Approved By The Department Of Labor And Employment, And Pert/cpm. 32.2 The Performance Security Shall Be In The Following Amount: 1. The Amount Of 10% Of Contract If Performance Security Is In Cash, Cashier’s/manager’s Check, Bank Draft/guarantee Or Irrevocable Letter Of Credit; 2. The Amount Of 30% Of Contract If Performance Security Is In Surety Bond; Or 3. Any Combination Of The Foregoing Proportionate To The Share Of Form With Respect To Total Amount Of Security. Section Iv. General Conditions Of Contract Table Of Contents 1. Definitions 41 2. Interpretation 43 3. Governing Language And Law 43 4. Communications 43 5. Possession Of Site 43 6. The Contractor’s Obligations 44 7. Performance Security 45 8. Subcontracting 46 9. Liquidated Damages 46 10. Site Investigation Reports 47 11. The Procuring Entity, Licenses And Permits 47 12. Contractor’s Risk And Warranty Security 47 13. Liability Of The Contractor 49 14. Procuring Entity’s Risk 49 15. Insurance 49 16. Termination For Default Of Contractor 51 17. Termination For Default Of Procuring Entity 51 18. Termination For Other Causes 52 19. Procedures For Termination Of Contracts 53 20. Force Majeure, Release From Performance 56 21. Resolution Of Disputes 56 22. Suspension Of Loan, Credit, Grant, Or Appropriation 57 23. Procuring Entity’s Representative’s Decisions 57 24. Approval Of Drawings And Temporary Works By The Procuring Entity’s Representative 57 25. Acceleration And Delays Ordered By The Procuring Entity’s Representative 58 26. Extension Of The Intended Completion Date 58 27. Right To Vary 58 28. Contractors Right To Claim 59 29. Dayworks 59 30. Early Warning 59 31. Program Of Work 59 32. Management Conferences 60 33. Bill Of Quantities 60 34. Instructions, Inspections And Audits 61 35. Identifying Defects 61 36. Cost Of Repairs 61 37. Correction Of Defects 61 38. Uncorrected Defects 62 39. Advance Payment 62 40. Progress Payments 62 41. Payment Certificates 63 42. Retention 63 43. Variation Orders 64 44. Contract Completion 66 45. Suspension Of Work 66 46. Payment On Termination 67 47. Extension Of Contract Time 67 48. Price Adjustment 68 49. Completion 68 50. Taking Over 69 51. Operating And Maintenance Manuals 69 1. Definitions For Purposes Of This Clause, Boldface Type Is Used To Identify Defined Terms. 1.1. The Arbiter Is The Person Appointed Jointly By The Procuring Entity And The Contractor To Resolve Disputes In The First Instance, As Provided For In Gcc Clause 21. 1.2. Bill Of Quantities Refers To A List Of The Specific Items Of The Work And Their Corresponding Unit Prices, Lump Sums, And/or Provisional Sums. 1.3. The Completion Date Is The Date Of Completion Of The Works As Certified By The Procuring Entity’s Representative, In Accordance With Gcc Clause 49. 1.4. The Contract Is The Contract Between The Procuring Entity And The Contractor To Execute, Complete, And Maintain The Works. 1.5. The Contract Price Is The Price Stated In The Letter Of Acceptance And Thereafter To Be Paid By The Procuring Entity To The Contractor For The Execution Of The Works In Accordance With This Contract. 1.6. Contract Time Extension Is The Allowable Period For The Contractor To Complete The Works In Addition To The Original Completion Date Stated In This Contract. 1.7. The Contractor Is The Juridical Entity Whose Proposal Has Been Accepted By The Procuring Entity And To Whom The Contract To Execute The Work Was Awarded. 1.8. The Contractor’s Bid Is The Signed Offer Or Proposal Submitted By The Contractor To The Procuring Entity In Response To The Bidding Documents. 1.9. Days Are Calendar Days; Months Are Calendar Months. 1.10. Dayworks Are Varied Work Inputs Subject To Payment On A Time Basis For The Contractor’s Employees And Equipment, In Addition To Payments For Associated Materials And Plant. 1.11. A Defect Is Any Part Of The Works Not Completed In Accordance With The Contract. 1.12. The Defects Liability Certificate Is The Certificate Issued By Procuring Entity’s Representative Upon Correction Of Defects By The Contractor. 1.13. The Defects Liability Period Is The One Year Period Between Contract Completion And Final Acceptance Within Which The Contractor Assumes The Responsibility To Undertake The Repair Of Any Damage To The Works At His Own Expense. 1.14. Drawings Are Graphical Presentations Of The Works. They Include All Supplementary Details, Shop Drawings, Calculations, And Other Information Provided Or Approved For The Execution Of This Contract. 1.15. Equipment Refers To All Facilities, Supplies, Appliances, Materials Or Things Required For The Execution And Completion Of The Work Provided By The Contractor And Which Shall Not Form Or Are Not Intended To Form Part Of The Permanent Works. 1.16. The Intended Completion Date Refers To The Date Specified In The Scc When The Contractor Is Expected To Have Completed The Works. The Intended Completion Date May Be Revised Only By The Procuring Entity’s Representative By Issuing An Extension Of Time Or An Acceleration Order. 1.17. Materials Are All Supplies, Including Consumables, Used By The Contractor For Incorporation In The Works. 1.18. The Notice To Proceed Is A Written Notice Issued By The Procuring Entity Or The Procuring Entity’s Representative To The Contractor Requiring The Latter To Begin The Commencement Of The Work Not Later Than A Specified Or Determinable Date. 1.19. Permanent Works All Permanent Structures And All Other Project Features And Facilities Required To Be Constructed And Completed In Accordance With This Contract Which Shall Be Delivered To The Procuring Entity And Which Shall Remain At The Site After The Removal Of All Temporary Works. 1.20. Plant Refers To The Machinery, Apparatus, And The Like Intended To Form An Integral Part Of The Permanent Works. 1.21. The Procuring Entity Is The Party Who Employs The Contractor To Carry Out The Works Stated In The Scc. 1.22. The Procuring Entity’s Representative Refers To The Head Of The Procuring Entity Or His Duly Authorized Representative, Identified In The Scc, Who Shall Be Responsible For Supervising The Execution Of The Works And Administering This Contract. 1.23. The Site Is The Place Provided By The Procuring Entity Where The Works Shall Be Executed And Any Other Place Or Places Which May Be Designated In The Scc, Or Notified To The Contractor By The Procuring Entity’s Representative As Forming Part Of The Site. 1.24. Site Investigation Reports Are Those That Were Included In The Bidding Documents And Are Factual And Interpretative Reports About The Surface And Subsurface Conditions At The Site. 1.25. Slippage Is A Delay In Work Execution Occurring When Actual Accomplishment Falls Below The Target As Measured By The Difference Between The Scheduled And Actual Accomplishment Of The Work By The Contractor As Established From The Work Schedule. This Is Actually Described As A Percentage Of The Whole Works. 1.26. Specifications Means The Description Of Works To Be Done And The Qualities Of Materials To Be Used, The Equipment To Be Installed And The Mode Of Construction. 1.27. The Start Date, As Specified In The Scc, Is The Date When The Contractor Is Obliged To Commence Execution Of The Works. It Does Not Necessarily Coincide With Any Of The Site Possession Dates. 1.28. A Subcontractor Is Any Person Or Organization To Whom A Part Of The Works Has Been Subcontracted By The Contractor, As Allowed By The Procuring Entity, But Not Any Assignee Of Such Person. 1.29. Temporary Works Are Works Designed, Constructed, Installed, And Removed By The Contractor That Are Needed For Construction Or Installation Of The Permanent Works. 1.30. Work(s)refer To The Permanent Works And Temporary Works To Be Executed By The Contractor In Accordance With This Contract, Including (i) The Furnishing Of All Labor, Materials, Equipment And Others Incidental, Necessary Or Convenient To The Complete Execution Of The Works; (ii) The Passing Of Any Tests Before Acceptance By The Procuring Entity’s Representative; (iii) And The Carrying Out Of All Duties And Obligations Of The Contractor Imposed By This Contract As Described In The Scc. 2. Interpretation 2.1. In Interpreting The Conditions Of Contract, Singular Also Means Plural, Male Also Means Female Or Neuter, And The Other Way Around. Headings Have No Significance. Words Have Their Normal Meaning Under The Language Of This Contract Unless Specifically Defined. The Procuring Entity’s Representative Will Provide Instructions Clarifying Queries About The Conditions Of Contract. 2.2. If Sectional Completion Is Specified In The Scc, References In The Conditions Of Contract To The Works, The Completion Date, And The Intended Completion Date Apply To Any Section Of The Works (other Than References To The Completion Date And Intended Completion Date For The Whole Of The Works). 3. Governing Language And Law 3.1. This Contract Has Been Executed In The English Language, Which Shall Be The Binding And Controlling Language For All Matters Relating To The Meaning Or Interpretation Of This Contract. All Correspondence And Other Documents Pertaining To This Contract Which Are Exchanged By The Parties Shall Be Written In English. 3.2. This Contract Shall Be Interpreted In Accordance With The Laws Of The Republic Of The Philippines. 4. Communications Communications Between Parties That Are Referred To In The Conditions Shall Be Effective Only When In Writing. A Notice Shall Be Effective Only When It Is Received By The Concerned Party. 5. Possession Of Site 5.1. On The Date Specified In The Scc, The Procuring Entity Shall Grant The Contractor Possession Of So Much Of The Site As May Be Required To Enable It To Proceed With 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. 5.2. If Possession Of A Portion Is Not Given By The Date Stated In The Scc Clause 5.1, The Procuring Entity Will Be Deemed To Have Delayed The Start Of The Relevant Activities. The Resulting Adjustments In Contact Time To Address Such Delay Shall Be In Accordance With Gcc Clause 47. 5.3. The Contractor Shall Bear All Costs And Charges For Special Or Temporary Right-of-way Required By It In Connection With Access To The Site. The Contractor Shall Also Provide At His Own Cost Any Additional Facilities Outside The Site Required By It For Purposes Of The Works. 5.4. The Contractor Shall Allow The Procuring Entity’s Representative And Any Person Authorized By The Procuring Entity’s Representative Access To The Site And To Any Place Where Work In Connection With This Contract Is Being Carried Out Or Is Intended To Be Carried Out. 6. The Contractor’s Obligations 6.1. The Contractor Shall Carry Out The Works Properly And In Accordance With This Contract. The Contractor Shall Provide All Supervision, Labor, Materials, Plant And Contractor's Equipment, Which May Be Required. All Materials And Plant On Site Shall Be Deemed To Be The Property Of The Procuring Entity. 6.2. The Contractor Shall Commence Execution Of The Works On The Start Date And Shall Carry Out The Works In Accordance With The Program Of Work Submitted By The Contractor, As Updated With The Approval Of The Procuring Entity’s Representative, And Complete Them By The Intended Completion Date. 6.3. The Contractor Shall Be Responsible For The Safety Of All Activities On The Site. 6.4. The Contractor Shall Carry Out All Instructions Of The Procuring Entity’s Representative That Comply With The Applicable Laws Where The Site Is Located. 6.5. The Contractor Shall Employ The Key Personnel Named In The Schedule Of Key Personnel, As Referred To In The Scc, 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. 6.6. If The Procuring Entity’s Representative Asks The Contractor To Remove A Member Of The Contractor’s Staff Or Work Force, For Justifiable Cause, The Contractor Shall Ensure That The Person Leaves The Site Within Seven (7) Days And Has No Further Connection With The Work In This Contract. 6.7. During Contract Implementation, The Contractor And His Subcontractors Shall Abide At All Times By All Labor Laws, Including Child Labor Related Enactments, And Other Relevant Rules. 6.8. The Contractor Shall Submit To The Procuring Entity For Consent The Name And Particulars Of The Person Authorized To Receive Instructions On Behalf Of The Contractor. 6.9. The Contractor Shall Cooperate And Share The Site With Other Contractors, Public Authorities, Utilities, And The Procuring Entity Between The Dates Given In The Schedule Of Other Contractors Particularly When They Shall Require Access To The Site. The Contractor Shall Also Provide Facilities And Services For Them During This Period. The Procuring Entity May Modify The Schedule Of Other Contractors, And Shall Notify The Contractor Of Any Such Modification Thereto. 6.10. Should Anything Of Historical Or Other Interest Or Of Significant Value Be Unexpectedly Discovered On The Site, It Shall Be The Property Of The Procuring Entity. The Contractor Shall Notify The Procuring Entity’s Representative Of Such Discoveries And Carry Out The Procuring Entity’s Representative’s Instructions In Dealing With Them. 7. Performance Security 7.1. Within Ten (10) Calendar Days From Receipt Of The Notice Of Award From The Procuring Entity But In No Case Later Than The Signing Of The Contract By Both Parties, The Contractor Shall Furnish The Performance Security In Any The Forms Prescribed In Itb Clause 32.2. 7.2. The Performance Security Posted In Favor Of The Procuring Entity Shall Be Forfeited In The Event It Is Established That The Contractor Is In Default In Any Of Its Obligations Under The Contract. 7.3. The Performance Security Shall Remain Valid Until Issuance By The Procuring Entity Of The Certificate Of Final Acceptance. 7.4. The Performance Security May Be Released By The Procuring Entity And Returned To The Contractor After The Issuance Of The Certificate Of Final Acceptance Subject To The Following Conditions: (a) There Are No Pending Claims Against The Contractor Or The Surety Company Filed By The Procuring Entity; (b) The Contractor Has No Pending Claims For Labor And Materials Filed Against It; And (c) Other Terms Specified In The Scc. 7.5. The Contractor Shall Post An Additional Performance Security Following The Amount And Form Specified In Itb Clause 32.2 To Cover Any Cumulative Increase Of More Than Ten Percent (10%) Over The Original Value Of The Contract As A Result Of Amendments To Order Or Change Orders, Extra Work Orders And Supplemental Agreements, As The Case May Be. The Contractor Shall Cause The Extension Of The Validity Of The Performance Security To Cover Approved Contract Time Extensions. 7.6. In Case Of A Reduction In The Contract Value Or For Partially Completed Works Under The Contract Which Are Usable And Accepted By The Procuring Entity The Use Of Which, In The Judgment Of The Implementing Agency Or The Procuring Entity, Will Not Affect The Structural Integrity Of The Entire Project, The Procuring Entity Shall Allow A Proportional Reduction In The Original Performance Security, Provided That Any Such Reduction Is More Than Ten Percent (10%) And That The Aggregate Of Such Reductions Is Not More Than Fifty Percent (50%) Of The Original Performance Security. 7.7. Unless Otherwise Indicated In The Scc, The Contractor, By Entering Into The Contract With The Procuring Entity, Acknowledges The Right Of The Procuring Entity To Institute Action Pursuant To Act 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. 8. Subcontracting 8.1. Unless Otherwise Indicated In The Scc, The Contractor Cannot Subcontract Works More Than The Percentage Specified In Itb Clause 8.1. 8.2. Subcontracting Of Any Portion Of The Works Does Not Relieve The Contractor Of Any Liability Or Obligation Under This Contract. The Contractor Will Be Responsible For The Acts, Defaults, And Negligence Of Any Subcontractor, Its Agents, Servants Or Workmen As Fully As If These Were The Contractor’s Own Acts, Defaults, Or Negligence, Or Those Of Its Agents, Servants Or Workmen. 8.3. Subcontractors Disclosed And Identified During The Bidding May Be Changed During The Implementation Of This Contract, Subject To Compliance With The Required Qualifications And The Approval Of The Procuring Entity. 9. Liquidated Damages 9.1. The Contractor Shall Pay Liquidated Damages To The Procuring Entity For Each Day That The Completion Date Is Later Than The Intended Completion Date. The Applicable Liquidated Damages Is At Least One-tenth (1/10) Of A Percent Of The Cost Of The Unperformed Portion For Every Day Of Delay. The Total Amount Of Liquidated Damages Shall Not Exceed Ten Percent (10%) Of The Amount Of The Contract. The Procuring Entity May Deduct Liquidated Damages From Payments Due To The Contractor. Payment Of Liquidated Damages Shall Not Affect The Contractor. Once The Cumulative Amount Of Liquidated Damages Reaches Ten Percent (10%) Of The Amount Of This Contract, The Procuring Entity Shall Rescind This Contract, Without Prejudice To Other Courses Of Action And Remedies Open To It. 9.2. If The Intended Completion Date Is Extended After Liquidated Damages Have Been Paid, The Engineer Of The Procuring Entity Shall Correct Any Overpayment Of Liquidated Damages By The Contractor By Adjusting The Next Payment Certificate. The Contractor Shall Be Paid Interest On The Overpayment, Calculated From The Date Of Payment To The Date Of Repayment, At The Rates Specified In Gcc Clause 40.3. 10. 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. 11. The Procuring Entity, Licenses And Permits The Procuring Entity Shall, If Requested By The Contractor, Assist Him In Applying For Permits, Licenses Or Approvals, Which Are Required For The Works. 12. Contractor’s Risk And Warranty Security 12.1. The Contractor Shall Assume Full Responsibility For The Works From The Time Project Construction Commenced Up To Final Acceptance By The Procuring Entity And Shall Be Held Responsible For Any Damage Or Destruction Of The Works Except Those Occasioned By Force Majeure. The Contractor Shall Be Fully Responsible For The Safety, Protection, Security, And Convenience Of His Personnel, Third Parties, And The Public At Large, As Well As The Works, Equipment, Installation, And The Like To Be Affected By His Construction Work. 12.2. The Defects Liability Period For Infrastructure Projects Shall Be One Year From Contract Completion Up To Final Acceptance By The Procuring Entity. During This Period, The Contractor Shall Undertake The Repair Works, At His Own Expense, Of Any Damage To The Works On Account Of The Use Of Materials Of Inferior Quality Within Ninety (90) Days From The Time The Head Of The Procuring Entity Has Issued An Order To Undertake Repair. In Case Of Failure Or Refusal To Comply With This Mandate, The Procuring Entity Shall Undertake Such Repair Works And Shall Be Entitled To Full Reimbursement Of Expenses Incurred Therein Upon Demand. 12.3. Unless Otherwise Indicated In The Scc, In Case The Contractor Fails To Comply With The Preceding Paragraph, 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. 12.4. After Final Acceptance Of The Works By The Procuring Entity, The Contractor Shall Be Held Responsible For “structural Defects”, I.e., Major Faults/flaws/deficiencies In One Or More Key Structural Elements Of The Project Which May Lead To Structural Failure Of The Completed Elements Or Structure, Or “structural Failures”, I.e., Where One Or More Key Structural Elements In An Infrastructure Facility Fails Or Collapses, Thereby Rendering The Facility Or Part Thereof Incapable Of Withstanding The Design Loads, And/or Endangering The Safety Of The Users Or The General Public: (a) Contractor – Where Structural Defects/failures Arise Due To Faults Attributable To Improper Construction, Use Of Inferior Quality/substandard Materials, And Any Violation Of The Contract Plans And Specifications, The Contractor Shall Be Held Liable; (b) Consultants – Where Structural Defects/failures Arise Due To Faulty And/or Inadequate Design And Specifications As Well As Construction Supervision, Then The Consultant Who Prepared The Design Or Undertook Construction Supervision For The Project Shall Be Held Liable; (c) Procuring Entity’s Representatives/project Manager/construction Managers And Supervisors – The Project Owner’s Representative(s), Project Manager, Construction Manager, And Supervisor(s) Shall Be Held Liable In Cases Where The Structural Defects/failures Are Due To His/their Willful Intervention In Altering The Designs And Other Specifications; Negligence Or Omission In Not Approving Or Acting On Proposed Changes To Noted Defects Or Deficiencies In The Design And/or Specifications; And The Use Of Substandard Construction Materials In The Project; (d) Third Parties - Third Parties Shall Be Held Liable In Cases Where Structural Defects/failures Are Caused By Work Undertaken By Them Such As Leaking Pipes, Diggings Or Excavations, Underground Cables And Electrical Wires, Underground Tunnel, Mining Shaft And The Like, In Which Case The Applicable Warranty To Such Structure Should Be Levied To Third Parties For Their Construction Or Restoration Works. (e) Users - In Cases Where Structural Defects/failures Are Due To Abuse/misuse By The End User Of The Constructed Facility And/or Non–compliance By A User With The Technical Design Limits And/or Intended Purpose Of The Same, Then The User Concerned Shall Be Held Liable. 12.5. The Warranty Against Structural Defects/failures, Except Those Occasioned On Force Majeure, Shall Cover The Period Specified In The Scc Reckoned From The Date Of Issuance Of The Certificate Of Final Acceptance By The Procuring Entity. 12.6. The Contractor Shall Be Required To Put Up A Warranty Security In The Form Of Cash, Bank Guarantee, Letter Of Credit, Gsis Or Surety Bond Callable On Demand, In Accordance With The Following Schedule: Form Of Warranty Minimum Amount In Percentage (%) Of Total Contract Price (a) Cash Or Letter Of Credit Issued By Universal Or Commercial Bank: Provided, However, That The Letter Of Credit Shall Be Confirmed Or Authenticated By A Universal Or Commercial Bank, If Issued By A Foreign Bank Five Percent (5%) (b) Bank Guarantee Confirmed By Universal Or Commercial Bank: Provided, However, That The Letter Of Credit Shall Be Confirmed Or Authenticated By A Universal Or Commercial Bank, If Issued By A Foreign Bank Ten Percent (10%) (c) Surety Bond Callable Upon Demand Issued By Gsis Or Any Surety Or Insurance Company Duly Certified By The Insurance Commission Thirty Percent (30%) 12.7. The Warranty Security Shall Be Stated In Philippine Pesos And Shall Remain Effective For One Year From The Date Of Issuance Of The Certificate Of Final Acceptance By The Procuring Entity, And Returned Only After The Lapse Of Said One Year Period. 12.8. In Case Of Structural Defects/failure Occurring During The Applicable Warranty Period Provided In Gcc Clause 12.5, The Procuring Entity Shall Undertake The Necessary Restoration Or Reconstruction Works And Shall Be Entitled To Full Reimbursement By The Parties Found To Be Liable For Expenses Incurred Therein Upon Demand, Without Prejudice To The Filing Of Appropriate Administrative, Civil, And/or Criminal Charges Against The Responsible Persons As Well As The Forfeiture Of The Warranty Security Posted In Favor Of The Procuring Entity. 13. 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. 14. Procuring Entity’s Risk 14.1. From The Start Date Until The Certificate Of Final Acceptance Has Been Issued, The Following Are Risks Of The Procuring Entity: (a) The Risk Of Personal Injury, Death, Or Loss Of Or Damage To Property (excluding The Works, Plant, Materials, And Equipment), Which Are Due To: (i) Any Type Of Use Or Occupation Of The Site Authorized By The Procuring Entity After The Official Acceptance Of The Works; Or (ii) Negligence, Breach Of Statutory Duty, Or Interference With Any Legal Right By The Procuring Entity Or By Any Person Employed By Or Contracted To Him Except The Contractor. (b) The Risk Of Damage To The Works, Plant, Materials, And Equipment To The Extent That It Is Due To A Fault Of The Procuring Entity Or In The Procuring Entity’s Design, Or Due To War Or Radioactive Contamination Directly Affecting The Country Where The Works Are To Be Executed. 15. Insurance 15.1. The Contractor Shall, Under His Name And At His Own Expense, Obtain And Maintain, For The Duration Of This Contract, The Following Insurance Coverage: (a) Contractor’s All Risk Insurance; (b) Transportation To The Project Site Of Equipment, Machinery, And Supplies Owned By The Contractor; (c) Personal Injury Or Death Of Contractor’s Employees; And (d) Comprehensive Insurance For Third Party Liability To Contractor’s Direct Or Indirect Act Or Omission Causing Damage To Third Persons. 15.2. The Contractor Shall Provide Evidence To The Procuring Entity’s Representative That The Insurances Required Under This Contract Have Been Effected And Shall, Within A Reasonable Time, Provide Copies Of The Insurance Policies To The Procuring Entity’s Representative. Such Evidence And Such Policies Shall Be Provided To The Procuring Entity’s Through The Procuring Entity’s Representative. 15.3. The Contractor Shall Notify The Insurers Of Changes In The Nature, Extent, Or Program For The Execution Of The Works And Ensure The Adequacy Of The Insurances At All Times In Accordance With The Terms Of This Contract And Shall Produce To The Procuring Entity’s Representative The Insurance Policies In Force Including The Receipts For Payment Of The Current Premiums. The Above Insurance Policies Shall Be Obtained From Any Reputable Insurance Company Approved By The Procuring Entity’s Representative. 15.4. If The Contractor Fails To Obtain And Keep In Force The Insurances Referred To Herein Or Any Other Insurance Which He May Be Required To Obtain Under The Terms Of This Contract, The Procuring Entity May Obtain And Keep In Force Any Such Insurances And Pay Such Premiums As May Be Necessary For The Purpose. From Time To Time, The Procuring Entity May Deduct The Amount It Shall Pay For Said Premiums Including Twenty Five Percent (25%) Therein From Any Monies Due, Or Which May Become Due, To The Contractor, Without Prejudice To The Procuring Entity Exercising Its Right To Impose Other Sanctions Against The Contractor Pursuant To The Provisions Of This Contract. 15.5. In The Event The Contractor Fails To Observe The Above Safeguards, The Procuring Entity May, At The Contractor’s Expense, Take Whatever Measure Is Deemed Necessary For Its Protection And That Of The Contractor’s Personnel And Third Parties, And/or Order The Interruption Of Dangerous Works. In Addition, The Procuring Entity May Refuse To Make The Payments Under Gcc Clause 40 Until The Contractor Complies With This Clause. 15.6. The Contractor Shall Immediately Replace The Insurance Policy Obtained As Required In This Contract, Without Need Of The Procuring Entity’s Demand, With A New Policy Issued By A New Insurance Company Acceptable To The Procuring Entity For Any Of The Following Grounds: (a) The Issuer Of The Insurance Policy To Be Replaced Has: (i) Become Bankrupt; (ii) Been Placed Under Receivership Or Under A Management Committee; (iii) Been Sued For Suspension Of Payment; Or (iv) Been Suspended By The Insurance Commission And Its License To Engage In Business Or Its Authority To Issue Insurance Policies Cancelled; Or (v) Where Reasonable Grounds Exist That The Insurer May Not Be Able, Fully And Promptly, To Fulfill Its Obligation Under The Insurance Policy. 16. Termination For Default Of Contractor 16.1. The Procuring Entity Shall Terminate This Contract For Default When Any Of The Following Conditions Attend Its Implementation: 16.2. Due To The Contractor’s Fault And While The Project Is On-going, It Has Incurred Negative Slippage Of Fifteen Percent (15%) Or More In Accordance With Presidential Decree 1870, Regardless Of Whether Or Not Previous Warnings And Notices Have Been Issued For The Contractor To Improve His Performance; 16.3. Due To Its Own Fault And After This Contract Time Has Expired, The Contractor Incurs Delay In The Completion Of The Work After This Contract Has Expired; Or 16.4. The Contractor: (a) Abandons The Contract Works, Refuses Or Fails To Comply With A Valid Instruction Of The Procuring Entity Or Fails To Proceed Expeditiously And Without Delay Despite A Written Notice By The Procuring Entity; (b) Does Not Actually Have On The Project Site The Minimum Essential Equipment Listed On The Bid Necessary To Prosecute The Works In Accordance With The Approved Program Of Work And Equipment Deployment Schedule As Required For The Project; (c) Does Not Execute The Works In Accordance With This Contract Or Persistently Or Flagrantly Neglects To Carry Out Its Obligations Under This Contract; (d) Neglects Or Refuses To Remove Materials Or To Perform A New Work That Has Been Rejected As Defective Or Unsuitable; Or (e) Sub-lets Any Part Of This Contract Without Approval By The Procuring Entity. 16.5. All Materials On The Site, Plant, Equipment, And Works Shall Be Deemed To Be The Property Of The Procuring Entity If This Contract Is Rescinded Because Of The Contractor’s Default. 17. Termination For Default Of Procuring Entity The Contractor May Terminate This Contract With The Procuring Entity If The Works Are Completely Stopped For A Continuous Period Of At Least Sixty (60) Calendar Days Through No Fault Of Its Own, Due To Any Of The Following Reasons: (a) Failure Of The Procuring Entity To Deliver, Within A Reasonable Time, Supplies, Materials, Right-of-way, Or Other Items It Is Obligated To Furnish Under The Terms Of This Contract; Or (b) The Prosecution Of The Work Is Disrupted By The Adverse Peace And Order Situation, As Certified By The Armed Forces Of The Philippines Provincial Commander And Approved By The Secretary Of National Defense. 18. Termination For Other Causes 18.1. The Procuring Entity May Terminate This Contract, In Whole Or In Part, At Any Time For Its Convenience. The Head Of The Procuring Entity May Terminate This Contract For The Convenience Of The Procuring Entity If He Has Determined The Existence Of Conditions That Make Project Implementation Economically, Financially Or Technically Impractical And/or Unnecessary, Such As, But Not Limited To, Fortuitous Event(s) Or Changes In Law And National Government Policies. 18.2. The Procuring Entity Or The Contractor May Terminate This Contract If The Other Party Causes A Fundamental Breach Of This Contract. 18.3. Fundamental Breaches Of Contract Shall Include, But Shall Not Be Limited To, The Following: (a) The Contractor Stops Work For Twenty Eight (28) Days When No Stoppage Of Work Is Shown On The Current Program Of Work And The Stoppage Has Not Been Authorized By The Procuring Entity’s Representative; (b) The Procuring Entity’s Representative Instructs The Contractor To Delay The Progress Of The Works, And The Instruction Is Not Withdrawn Within Twenty Eight (28) Days; (c) The Procuring Entity Shall Terminate This Contract If The Contractor Is Declared Bankrupt Or Insolvent As Determined With Finality By A Court Of Competent Jurisdiction. In This Event, Termination Will Be Without Compensation To The Contractor, Provided That Such Termination Will Not Prejudice Or Affect Any Right Of Action Or Remedy Which Has Accrued Or Will Accrue Thereafter To The Procuring Entity And/or The Contractor. In The Case Of The Contractor's Insolvency, Any Contractor's Equipment Which The Procuring Entity Instructs In The Notice Is To Be Used Until The Completion Of The Works; (d) A Payment Certified By The Procuring Entity’s Representative Is Not Paid By The Procuring Entity To The Contractor Within Eighty Four (84) Days From The Date Of The Procuring Entity’s Representative’s Certificate; (e) The Procuring Entity’s Representative Gives Notice That Failure To Correct A Particular Defect Is A Fundamental Breach Of Contract And The Contractor Fails To Correct It Within A Reasonable Period Of Time Determined By The Procuring Entity’s Representative; (f) The Contractor Does Not Maintain A Security, Which Is Required; (g) The Contractor Has Delayed The Completion Of The Works By The Number Of Days For Which The Maximum Amount Of Liquidated Damages Can Be Paid, As Defined In The Gcc Clause 9; And (h) 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, The Following: (i) Corrupt, Fraudulent, Collusive, Coercive, And Obstructive Practices As Defined In Itb Clause 3.1(a), Unless Otherwise Specified In The Scc; (ii) Drawing Up Or Using Forged Documents; (iii) Using Adulterated Materials, Means Or Methods, Or Engaging In Production Contrary To Rules Of Science Or The Trade; And (iv) Any Other Act Analogous To The Foregoing. 18.4. The Funding Source Or The Procuring Entity, As Appropriate, Will Seek To Impose The Maximum Civil, Administrative And/or Criminal Penalties Available Under The Applicable Law On Individuals And Organizations Deemed To Be Involved With Corrupt, Fraudulent, Or Coercive Practices. 18.5. When Persons From Either Party To This Contract Gives Notice Of A Fundamental Breach To The Procuring Entity’s Representative In Order To Terminate The Existing Contract For A Cause Other Than Those Listed Under Gcc Clause 18.3, The Procuring Entity’s Representative Shall Decide Whether The Breach Is Fundamental Or Not. 18.6. If This Contract Is Terminated, The Contractor Shall Stop Work Immediately, Make The Site Safe And Secure, And Leave The Site As Soon As Reasonably Possible. 19. Procedures For Termination Of Contracts 19.1. The Following Provisions Shall Govern The Procedures For The Termination Of This Contract: (a) Upon Receipt Of A Written Report Of Acts Or Causes Which May Constitute Ground(s) For Termination As Aforementioned, Or Upon Its Own Initiative, The Procuring Entity Shall, Within A Period Of Seven (7) Calendar Days, Verify The Existence Of Such Ground(s) And Cause The Execution Of A Verified Report, With All Relevant Evidence Attached; (b) Upon Recommendation By The Procuring Entity, The Head Of The Procuring Entity Shall Terminate This Contract Only By A Written Notice To The Contractor Conveying The Termination Of This Contract. The Notice Shall State: (i) That This Contract Is Being Terminated For Any Of The Ground(s) Afore-mentioned, And A Statement Of The Acts That Constitute The Ground(s) Constituting The Same; (ii) The Extent Of Termination, Whether In Whole Or In Part; (iii) An Instruction To The Contractor To Show Cause As To Why This Contract Should Not Be Terminated; And (iv) Special Instructions Of The Procuring Entity, If Any. The Notice To Terminate Shall Be Accompanied By A Copy Of The Verified Report; (c) Within A Period Of Seven (7) Calendar Days From Receipt Of The Notice Of Termination, The Contractor Shall Submit To The Head Of The Procuring Entity A Verified Position Paper Stating Why The Contract Should Not Be Terminated. If The Contractor Fails To Show Cause After The Lapse Of The Seven (7) Day Period, Either By Inaction Or By Default, The Head Of The Procuring Entity Shall Issue An Order Terminating The Contract; (d) The Procuring Entity May, At Anytime Before Receipt Of The Bidder’s Verified Position Paper Described In Item (c) Above Withdraw The Notice To Terminate If It Is Determined That Certain Items Or Works Subject Of The Notice Had Been Completed, Delivered, Or Performed Before The Contractor’s Receipt Of The Notice; (e) Within A Non-extendible Period Of Ten (10) Calendar Days From Receipt Of The Verified Position Paper, The Head Of The Procuring Entity Shall Decide Whether Or Not To Terminate This Contract. It Shall Serve A Written Notice To The Contractor Of Its Decision And, Unless Otherwise Provided In The Said Notice, This Contract Is Deemed Terminated From Receipt Of The Contractor Of The Notice Of Decision. The Termination Shall Only Be Based On The Ground(s) Stated In The Notice To Terminate; And (f) The Head Of The Procuring Entity May Create A Contract Termination Review Committee (ctrc) To Assist Him In The Discharge Of This Function. All Decisions Recommended By The Ctrc Shall Be Subject To The Approval Of The Head Of The Procuring Entity. 19.2. Pursuant To Section 69(f) Of Ra 9184 And Without Prejudice To The Imposition Of Additional Administrative Sanctions As The Internal Rules Of The Agency May Provide And/or Further Criminal Prosecution As Provided By Applicable Laws, The Procuring Entity Shall Impose On Contractors After The Termination Of The Contract The Penalty Of Suspension For One (1) Year For The First Offense, Suspension For Two (2) Years For The Second Offense From Participating In The Public Bidding Process, For Violations Committed During The Contract Implementation Stage, Which Include But Not Limited To The Following: (a) Failure Of The Contractor, Due Solely To His Fault Or Negligence, To Mobilize And Start Work Or Performance Within The Specified Period In The Notice To Proceed (“ntp”); (b) Failure By The Contractor To Fully And Faithfully Comply With Its Contractual Obligations Without Valid Cause, Or Failure By The Contractor To Comply With Any Written Lawful Instruction Of The Procuring Entity Or Its Representative(s) Pursuant To The Implementation Of The Contract. For The Procurement Of Infrastructure Projects Or Consultancy Contracts, Lawful Instructions Include But Are Not Limited To The Following: (i) Employment Of Competent Technical Personnel, Competent Engineers And/or Work Supervisors; (ii) Provision Of Warning Signs And Barricades In Accordance With Approved Plans And Specifications And Contract Provisions; (iii) Stockpiling In Proper Places Of All Materials And Removal From The Project Site Of Waste And Excess Materials, Including Broken Pavement And Excavated Debris In Accordance With Approved Plans And Specifications And Contract Provisions; (iv) Deployment Of Committed Equipment, Facilities, Support Staff And Manpower; And (v) Renewal Of The Effectivity Dates Of The Performance Security After Its Expiration During The Course Of Contract Implementation. (c) Assignment And Subcontracting Of The Contract Or Any Part Thereof Or Substitution Of Key Personnel Named In The Proposal Without Prior Written Approval By The Procuring Entity. (d) Poor Performance By The Contractor Or Unsatisfactory Quality And/or Progress Of Work Arising From His Fault Or Negligence As Reflected In The Constructor's Performance Evaluation System (“cpes”) Rating Sheet. In The Absence Of The Cpes Rating Sheet, The Existing Performance Monitoring System Of The Procuring Entity Shall Be Applied. Any Of The Following Acts By The Contractor Shall Be Construed As Poor Performance: (i) Negative Slippage Of 15% And Above Within The Critical Path Of The Project Due Entirely To The Fault Or Negligence Of The Contractor; And (ii) Quality Of Materials And Workmanship Not Complying With The Approved Specifications Arising From The Contractor's Fault Or Negligence. (e) Willful Or Deliberate Abandonment Or Non-performance Of The Project Or Contract By The Contractor Resulting To Substantial Breach Thereof Without Lawful And/or Just Cause. In Addition To The Penalty Of Suspension, The Performance Security Posted By The Contractor Shall Also Be Forfeited. 20. Force Majeure, Release From Performance 20.1. For Purposes Of This Contract The Terms “force Majeure” And “fortuitous Event” May Be Used Interchangeably. In This Regard, A Fortuitous Event Or Force Majeure Shall Be Interpreted To Mean An Event Which The Contractor Could Not Have Foreseen, Or Which Though Foreseen, Was Inevitable. It Shall Not Include Ordinary Unfavorable Weather Conditions; And Any Other Cause The Effects Of Which Could Have Been Avoided With The Exercise Of Reasonable Diligence By The Contractor. 20.2. If This Contract Is Discontinued By An Outbreak Of War Or By Any Other Event Entirely Outside The Control Of Either The Procuring Entity Or The Contractor, The Procuring Entity’s Representative Shall Certify That This Contract Has Been Discontinued. The Contractor Shall Make The Site Safe And Stop Work As Quickly As Possible After Receiving This Certificate And Shall Be Paid For All Works Carried Out Before Receiving It And For Any Work Carried Out Afterwards To Which A Commitment Was Made. 20.3. If The Event Continues For A Period Of Eighty Four (84) Days, Either Party May Then Give Notice Of Termination, Which Shall Take Effect Twenty Eight (28) Days After The Giving Of The Notice. 20.4. After Termination, The Contractor Shall Be Entitled To Payment Of The Unpaid Balance Of The Value Of The Works Executed And Of The Materials And Plant Reasonably Delivered To The Site, Adjusted By The Following: (a) Any Sum To Which The Contractor Is Entitled Under Gcc Clause 28; (b) The Cost Of His Suspension And Demobilization; (c) Any Sum To Which The Procuring Entity Is Entitled. 20.5. The Net Balance Due Shall Be Paid Or Repaid Within A Reasonable Time Period From The Time Of The Notice Of Termination. 21. Resolution Of Disputes 21.1. If Any Dispute Or Difference Of Any Kind Whatsoever Shall Arise Between The Parties In Connection With The Implementation Of The Contract Covered By The Act And This Irr, The Parties Shall Make Every Effort To Resolve Amicably Such Dispute Or Difference By Mutual Consultation. 21.2. If The Contractor Believes That A Decision Taken By The Procuring Entity’s Representative Was Either Outside The Authority Given To The Procuring Entity’s Representative By This Contract Or That The Decision Was Wrongly Taken, The Decision Shall Be Referred To The Arbiter Indicated In The Scc Within Fourteen (14) Days Of The Notification Of The Procuring Entity’s Representative’s Decision. 21.3. Any And All Disputes Arising From The Implementation Of This Contract Covered By The R.a. 9184 And Its Irr Shall Be Submitted To Arbitration In The Philippines According To The Provisions Of Republic Act No. 876, Otherwise Known As The “ Arbitration Law” And Republic Act 9285, Otherwise Known As The “alternative Dispute Resolution Act Of 2004”: Provided, However, That, Disputes That Are Within The Competence Of The Construction Industry Arbitration Commission To Resolve Shall Be Referred Thereto. The Process Of Arbitration Shall Be Incorporated As A Provision In This Contract That Will Be Executed Pursuant To The Provisions Of The Act And Its Irr: Provided, Further, That, By Mutual Agreement, The Parties May Agree In Writing To Resort To Other Alternative Modes Of Dispute Resolution. 22. Suspension Of Loan, Credit, Grant, Or Appropriation In The Event That The Funding Source Suspends The Loan, Credit, Grant, Or Appropriation To The Procuring Entity, From Which Part Of The Payments To The Contractor Are Being Made: (a) The Procuring Entity Is Obligated To Notify The Contractor Of Such Suspension Within Seven (7) Days Of Having Received The Suspension Notice. (b) If The Contractor Has Not Received Sums Due It For Work Already Done Within Forty Five (45) Days From The Time The Contractor’s Claim For Payment Has Been Certified By The Procuring Entity’s Representative, The Contractor May Immediately Issue A Suspension Of Work Notice In Accordance With Gcc Clause 45.2. 23. Procuring Entity’s Representative’s Decisions 23.1. Except Where Otherwise Specifically Stated, The Procuring Entity’s Representative Will Decide Contractual Matters Between The Procuring Entity And The Contractor In The Role Representing The Procuring Entity. 23.2. The Procuring Entity’s Representative May Delegate Any Of His Duties And Responsibilities To Other People, Except To The Arbiter, After Notifying The Contractor, And May Cancel Any Delegation After Notifying The Contractor. 24. Approval Of Drawings And Temporary Works By The Procuring Entity’s Representative 24.1. All Drawings Prepared By The Contractor For The Execution Of The Temporary Works, Are Subject To Prior Approval By The Procuring Entity’s Representative Before Its Use. 24.2. The Contractor Shall Be Responsible For Design Of Temporary Works. 24.3. The Procuring Entity’s Representative’s Approval Shall Not Alter The Contractor’s Responsibility For Design Of The Temporary Works. 24.4. The Contractor Shall Obtain Approval Of Third Parties To The Design Of The Temporary Works, When Required By The Procuring Entity. 25. Acceleration And Delays Ordered By The Procuring Entity’s Representative 25.1. When The Procuring Entity Wants The Contractor To Finish Before The Intended Completion Date, The Procuring Entity’s Representative Will Obtain Priced Proposals For Achieving The Necessary Acceleration From The Contractor. If The Procuring Entity Accepts These Proposals, The Intended Completion Date Will Be Adjusted Accordingly And Confirmed By Both The Procuring Entity And The Contractor. 25.2. If The Contractor’s Financial Proposals For An Acceleration Are Accepted By The Procuring Entity, They Are Incorporated In The Contract Price And Treated As A Variation. 26. Extension Of The Intended Completion Date 26.1. The Procuring Entity’s Representative Shall Extend The Intended Completion Date If A Variation Is Issued Which Makes It Impossible For The Intended Completion Date To Be Achieved By The Contractor Without Taking Steps To Accelerate The Remaining Work, Which Would Cause The Contractor To Incur Additional Costs. No Payment Shall Be Made For Any Event Which May Warrant The Extension Of The Intended Completion Date. 26.2. The Procuring Entity’s Representative Shall Decide Whether And By How Much To Extend The Intended Completion Date Within Twenty One (21) Days Of The Contractor Asking The Procuring Entity’s Representative For A Decision Thereto After Fully Submitting All Supporting Information. If The Contractor Has Failed To Give Early Warning Of A Delay Or Has Failed To Cooperate In Dealing With A Delay, The Delay By This Failure Shall Not Be Considered In Assessing The New Intended Completion Date. 27. Right To Vary 27.1. The Procuring Entity’s Representative With The Prior Approval Of The Procuring Entity May Instruct Variations, Up To A Maximum Cumulative Amount Of Ten Percent (10%) Of The Original Contract Cost. 27.2. Variations Shall Be Valued As Follows: (a) At A Lump Sum Price Agreed Between The Parties; (b) Where Appropriate, At Rates In This Contract; (c) In The Absence Of Appropriate Rates, The Rates In This Contract Shall Be Used As The Basis For Valuation; Or Failing Which (d) At Appropriate New Rates, Equal To Or Lower Than Current Industry Rates And To Be Agreed Upon By Both Parties And Approved By The Head Of The Procuring Entity. 28. Contractor's Right To Claim If The Contractor Incurs Cost As A Result Of Any Of The Events Under Gcc Clause 13, The Contractor Shall Be Entitled To The Amount Of Such Cost. If As A Result Of Any Of The Said Events, It Is Necessary To Change The Works, This Shall Be Dealt With As A Variation. 29. Dayworks 29.1. Subject To Gcc Clause 43 On Variation Order, And If Applicable As Indicated In The Scc, The Day Works 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. 29.2. All Work To Be Paid For As Day Works Shall Be Recorded By The Contractor On Forms Approved By The Procuring Entity’s Representative. Each Completed Form Shall Be Verified And Signed By The Procuring Entity’s Representative Within Two Days Of The Work Being Done. 29.3. The Contractor Shall Be Paid For Day Works Subject To Obtaining Signed Dayworks Forms. 30. Early Warning 30.1. The Contractor Shall Warn The Procuring Entity’s Representative At The Earliest Opportunity Of Specific Likely Future Events Or Circumstances That May Adversely Affect The Quality Of The Work, Increase The Contract Price, Or Delay The Execution Of The Works. The Procuring Entity’s Representative May Require The Contractor To Provide An Estimate Of The Expected Effect Of The Future Event Or Circumstance On The Contract Price And Completion Date. The Estimate Shall Be Provided By The Contractor As Soon As Reasonably Possible. 30.2. The Contractor Shall Cooperate With The Procuring Entity’s Representative In Making And Considering Proposals For How The Effect Of Such An Event Or Circumstance Can Be Avoided Or Reduced By Anyone Involved In The Work And In Carrying Out Any Resulting Instruction Of The Procuring Entity’s Representative. 31. Program Of Work 31.1. Within The Time Stated In The Scc, The Contractor Shall Submit To The Procuring Entity’s Representative For Approval A Program Of Work Showing The General Methods, Arrangements, Order, And Timing For All The Activities In The Works. 31.2. An Update Of The Program Of Work Shall The Show The Actual Progress Achieved On Each Activity And The Effect Of The Progress Achieved On The Timing Of The Remaining Work, Including Any Changes To The Sequence Of The Activities. 31.3. 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. 31.4. The Procuring Entity’s Representative’s Approval Of The Program Of Work Shall Not Alter The Contractor’s Obligations. The Contractor May Revise The Program Of Work And Submit It To The Procuring Entity’s Representative Again At Any Time. A Revised Program Of Work Shall Show The Effect Of Any Approved Variations. 31.5. When The Program Of Work Is Updated, The Contractor Shall Provide The Procuring Entity’s Representative With An Updated Cash Flow Forecast. The Cash Flow Forecast Shall Include Different Currencies, As Defined In The Contract, Converted As Necessary Using The Contract Exchange Rates. 31.6. All Variations Shall Be Included In Updated Program Of Work Produced By The Contractor. 32. Management Conferences 32.1. Either The Procuring Entity’s Representative Or The Contractor May Require The Other To Attend A Management Conference. The Management Conference Shall Review The Plans For Remaining Work And Deal With Matters Raised In Accordance With The Early Warning Procedure. 32.2. The Procuring Entity’s Representative Shall Record The Business Of Management Conferences And Provide Copies Of The Record To Those Attending The Conference And To The Procuring Entity . The Responsibility Of The Parties For Actions To Be Taken Shall Be Decided By The Procuring Entity’s Representative Either At The Management Conference Or After The Management Conference And Stated In Writing To All Who Attended The Conference. 33. Bill Of Quantities 33.1. The Bill Of Quantities Shall Contain Items Of Work For The Construction, Installation, Testing, And Commissioning Of Work To Be Done By The Contractor. 33.2. The Bill Of Quantities Is Used To Calculate The Contract Price. The Contractor Is Paid For The Quantity Of The Work Done At The Rate In The Bill Of Quantities For Each Item. 33.3. If The Final Quantity Of Any Work Done Differs From The Quantity In The Bill Of Quantities For The Particular Item And Is Not More Than Twenty Five Percent (25%) Of The Original Quantity, Provided The Aggregate Changes For All Items Do Not Exceed Ten Percent (10%) Of The Contract Price, The Procuring Entity’s Representative Shall Make The Necessary Adjustments To Allow For The Changes Subject To Applicable Laws, Rules, And Regulations. 33.4. If Requested By The Procuring Entity’s Representative, The Contractor Shall Provide The Procuring Entity’s Representative With A Detailed Cost Breakdown Of Any Rate In The Bill Of Quantities. 34. Instructions, Inspections And Audits 34.1. The Procuring Entity’s Personnel Shall At All Reasonable Times During Construction Of The Work Be Entitled To Examine, Inspect, Measure And Test The Materials And Workmanship, And To Check The Progress Of The Construction. 34.2. If The Procuring Entity’s Representative Instructs The Contractor To Carry Out A Test Not Specified In The Specification To Check Whether Any Work Has A Defect And The Test Shows That It Does, The Contractor Shall Pay For The Test And Any Samples. If There Is No Defect, The Test Shall Be A Compensation Event. 34.3. The Contractor Shall Permit The Funding Source Named In The Scc To Inspect The Contractor’s Accounts And Records Relating To The Performance Of The Contractor And To Have Them Audited By Auditors Appointed By The Funding Source, If So Required By The Funding Source. 35. Identifying Defects The Procuring Entity’s Representative Shall Check The Contractor’s Work And Notify The Contractor Of Any Defects That Are Found. Such Checking Shall Not Affect The Contractor’s Responsibilities. The Procuring Entity’s Representative May Instruct The Contractor To Search Uncover Defects And Test Any Work That The Procuring Entity’s Representative Considers Below Standards And Defective. 36. Cost Of Repairs Loss Or Damage To The Works Or Materials To Be Incorporated In The Works Between The Start Date And The End Of The Defects Liability Periods Shall Be Remedied By The Contractor At The Contractor’s Cost If The Loss Or Damage Arises From The Contractor’s Acts Or Omissions. 37. Correction Of Defects 37.1. The Procuring Entity’s Representative Shall Give Notice To The Contractor Of Any Defects Before The End Of The Defects Liability Period, Which Isone (1) Year From Project Completion Up To Final Acceptance By The Procuring Entity’s. 37.2. Every Time Notice Of A Defect Is Given, The Contractor Shall Correct The Notified Defect Within The Length Of Time Specified In The Procuring Entity’s Representative’s Notice. 37.3. The Contractor Shall Correct The Defects Which He Notices Himself Before The End Of The Defects Liability Period. 37.4. The Procuring Entity Shall Certify That All Defects Have Been Corrected. If The Procuring Entity Considers That Correction Of A Defect Is Not Essential, He Can Request The Contractor To Submit A Quotation For The Corresponding Reduction In The Contract Price. If The Procuring Entity Accepts The Quotation, The Corresponding Change In The Scc Is A Variation. 38. Uncorrected Defects 38.1. The Procuring Entity Shall Give The Contractor At Least Fourteen (14) Days Notice Of His Intention To Use A Third Party To Correct A Defect. If The Contractor Does Not Correct The Defect Himself Within The Period, The Procuring Entity May Have The Defect Corrected By The Third Party. The Cost Of The Correction Will Be Deducted From The Contract Price. 38.2. The Use Of A Third Party To Correct Defects That Are Uncorrected By The Contractor Will In No Way Relieve The Contractor Of Its Liabilities And Warranties Under The Contract. 39. Advance Payment 39.1. 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. 39.2. The Advance Payment Shall Be Made Only Upon The Submission To And Acceptance By The Procuring Entity Of An Irrevocable Standby Letter Of Credit Of Equivalent Value From A Commercial Bank, A Bank Guarantee Or A Surety Bond Callable Upon Demand, Issued By A Surety Or Insurance Company Duly Licensed By The Insurance Commission And Confirmed By The Procuring Entity. 39.3. The Advance Payment Shall Be Repaid By The Contractor By An Amount Equal To The Percentage Of The Total Contract Price Used For The Advance Payment. 39.4. The Contractor May Reduce His Standby Letter Of Credit Or Guarantee Instrument By The Amounts Refunded By The Monthly Certificates In The Advance Payment. 39.5. The Procuring Entity Will Provide An Advance Payment On The Contract Price As Stipulated In The Conditions Of Contract, Subject To The Maximum Amount Stated In Scc Clause 39.1. 40. Progress Payments 40.1. The Contractor May Submit A Request For Payment For Work Accomplished. Such Request 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. 40.2. The Procuring Entity Shall Deduct The Following From The Certified Gross Amounts To Be Paid To The Contractor As Progress Payment: (a) Cumulative Value Of The Work Previously Certified And Paid For. (b) Portion Of The Advance Payment To Be Recouped For The Month. (c) Retention Money In Accordance With The Condition Of Contract. (d) Amount To Cover Third Party Liabilities. (e) Amount To Cover Uncorrected Discovered Defects In The Works. 40.3. Payments Shall Be Adjusted By Deducting There From The Amounts For Advance Payments And Retention. The Procuring Entity Shall Pay The Contractor The Amounts Certified By The Procuring Entity’s Representative Within Twenty Eight (28) Days From The Date Each Certificate Was Issued. No Payment Of Interest For Delayed Payments And Adjustments Shall Be Made By The Procuring Entity. 40.4. The First Progress Payment May Be Paid By The Procuring Entity To The Contractor Provided That At Least Twenty Percent (20%) Of The Work Has Been Accomplished As Certified By The Procuring Entity’s Representative. 40.5. Items Of The Works For Which A Price Of “0” (zero) Has Been Entered Will Not Be Paid For By The Procuring Entity And Shall Be Deemed Covered By Other Rates And Prices In The Contract. 41. Payment Certificates 41.1. The Contractor Shall Submit To The Procuring Entity’s Representative Monthly Statements Of The Estimated Value Of The Work Executed Less The Cumulative Amount Certified Previously. 41.2. The Procuring Entity’s Representative Shall Check The Contractor’s Monthly Statement And Certify The Amount To Be Paid To The Contractor. 41.3. The Value Of Work Executed Shall: (a) Be Determined By The Procuring Entity’s Representative; (b) Comprise The Value Of The Quantities Of The Items In The Bill Of Quantities Completed; And (c) Include The Valuations Of Approved Variations. 41.4. The Procuring Entity’s Representative May Exclude Any Item Certified In A Previous Certificate Or Reduce The Proportion Of Any Item Previously Certified In Any Certificate In The Light Of Later Information. 42. Retention 42.1. The Procuring Entity Shall Retain From Each Payment Due To The Contractor An Amount Equal To A Percentage Thereof Using The Rate As Specified In Itb Sub-clause 42.2. 42.2. Progress Payments Are Subject To Retention Of Ten Percent (10%), Referred To As The “retention Money.” Such Retention Shall Be Based On The Total Amount Due To The Contractor Prior To Any Deduction And Shall Be Retained From Every Progress Payment Until Fifty Percent (50%) Of The Value Of Works, As Determined By The Procuring Entity, Are Completed. If, After Fifty Percent (50%) Completion, The Work Is Satisfactorily Done And On Schedule, No Additional Retention Shall Be Made; Otherwise, The Ten Percent (10%) Retention Shall Again Be Imposed Using The Rate Specified Therefore. 42.3. The Total “retention Money” Shall Be Due For Release Upon Final Acceptance Of The Works. The Contractor May, However, Request The Substitution Of The Retention Money For Each Progress Billing With Irrevocable Standby Letters Of Credit From A Commercial Bank, Bank Guarantees Or Surety Bonds Callable On Demand, Of Amounts Equivalent To The Retention Money Substituted For And Acceptable To The Procuring Entity, Provided That The Project Is On Schedule And Is Satisfactorily Undertaken. Otherwise, The Ten (10%) Percent Retention Shall Be Made. Said Irrevocable Standby Letters Of Credit, Bank Guarantees And/or Surety Bonds, To Be Posted In Favor Of The Government Shall Be Valid For A Duration To Be Determined By The Concerned Implementing Office/agency Or Procuring Entity And Will Answer For The Purpose For Which The Ten (10%) Percent Retention Is Intended, I.e., To Cover Uncorrected Discovered Defects And Third Party Liabilities. 42.4. On Completion Of The Whole Works, The Contractor May Substitute Retention Money With An “on Demand” Bank Guarantee In A Form Acceptable To The Procuring Entity. 43. Variation Orders 43.1. Variation Orders May Be Issued By The Procuring Entity To Cover Any Increase/decrease In Quantities, Including The Introduction Of New Work Items That Are Not Included In The Original Contract Or Reclassification Of Work Items That Are Either Due To Change Of Plans, Design Or Alignment To Suit Actual Field Conditions Resulting In Disparity Between The Preconstruction Plans Used For Purposes Of Bidding And The “as Staked Plans” Or Construction Drawings Prepared After A Joint Survey By The Contractor And The Procuring Entity After Award Of The Contract, Provided That The Cumulative Amount Of The Variation Order Does Not Exceed Ten Percent (10%) Of The Original Project Cost. The Addition/deletion Of Works Should Be Within The General Scope Of The Project As Bid And Awarded. The Scope Of Works Shall Not Be Reduced So As To Accommodate A Positive Variation Order. A Variation Order May Either Be In The Form Of A Change Order Or Extra Work Order. 43.2. A Change Order May Be Issued By The Procuring Entity To Cover Any Increase/decrease In Quantities Of Original Work Items In The Contract. 43.3. An Extra Work Order May Be Issued By The Procuring Entity To Cover The Introduction Of New Work Necessary For The Completion, Improvement Or Protection Of The Project Which Were Not Included As Items Of Work In The Original Contract, Such As, Where There Are Subsurface Or Latent Physical Conditions At The Site Differing Materially From Those Indicated In The Contract, Or Where There Are Duly Unknown Physical Conditions At The Site Of An Unusual Nature Differing Materially From Those Ordinarily Encountered And Generally Recognized As Inherent In The Work Or Character Provided For In The Contract. 43.4. Any Cumulative Variation Order Beyond Ten Percent (10%) Shall Be Subject Of Another Contract To Be Bid Out If The Works Are Separable From The Original Contract. In Exceptional Cases Where It Is Urgently Necessary To Complete The Original Scope Of Work, The Head Of The Procuring Entity May Authorize A Positive Variation Order Go Beyond Ten Percent (10%) But Not More Than Twenty Percent (20%) Of The Original Contract Price, Subject To The Guidelines To Be Determined By The Gppb: Provided, However, That Appropriate Sanctions Shall Be Imposed On The Designer, Consultant Or Official Responsible For The Original Detailed Engineering Design Which Failed To Consider The Variation Order Beyond Ten Percent (10%). 43.5. In Claiming For Any Variation Order, The Contractor Shall, Within Seven (7) Calendar Days After Such Work Has Been Commenced Or After The Circumstances Leading To Such Condition(s) Leading To The Extra Cost, And Within Twenty-eight (28) Calendar Days Deliver A Written Communication Giving Full And Detailed Particulars Of Any Extra Cost In Order That It May Be Investigated At That Time. Failure To Provide Either Of Such Notices In The Time Stipulated Shall Constitute A Waiver By The Contractor For Any Claim. The Preparation And Submission Of Variation Orders Are As Follows: (a) If The Procuring Entity’s Representative/project Engineer Believes That A Change Order Or Extra Work Order Should Be Issued, He Shall Prepare The Proposed Order Accompanied With The Notices Submitted By The Contractor, The Plans Therefore, His Computations As To The Quantities Of The Additional Works Involved Per Item Indicating The Specific Stations Where Such Works Are Needed, The Date Of His Inspections And Investigations Thereon, And The Log Book Thereof, And A Detailed Estimate Of The Unit Cost Of Such Items Of Work, Together With His Justifications For The Need Of Such Change Order Or Extra Work Order, And Shall Submit The Same To The Head Of The Procuring Entity For Approval. (b) The Head Of The Procuring Entity Or His Duly Authorized Representative, Upon Receipt Of The Proposed Change Order Or Extra Work Order Shall Immediately Instruct The Technical Staff Of The Procuring Entity’s To Conduct An On-the-spot Investigation To Verify The Need For The Work To Be Prosecuted. A Report Of Such Verification Shall Be Submitted Directly To The Head Of The Procuring Entity Or His Duly Authorized Representative. (c) The, Head Of The Procuring Entity Or His Duly Authorized Representative, After Being Satisfied That Such Change Order Or Extra Work Order Is Justified And Necessary, Shall Review The Estimated Quantities And Prices And Forward The Proposal With The Supporting Documentation To The Head Of Procuring Entity For Consideration. (d) If, After Review Of The Plans, Quantities And Estimated Unit Cost Of The Items Of Work Involved, The Proper Office Of The Procuring Entity Empowered To Review And Evaluate Change Orders Or Extra Work Orders Recommends Approval Thereof, Head Of The Procuring Entity Or His Duly Authorized Representative, Believing The Change Order Or Extra Work Order To Be In Order, Shall Approve The Same. (e) The Timeframe For The Processing Of Variation Orders From The Preparation Up To The Approval By The Head Of The Procuring Entity Concerned Shall Not Exceed Thirty (30) Calendar Days. 44. Contract Completion Once The Project Reaches An Accomplishment Of Ninety Five (95%) Of The Total Contract Amount, The Procuring Entity May Create An Inspectorate Team To Make Preliminary Inspection And Submit A Punch-list To The Contractor In Preparation For The Final Turnover Of The Project. Said Punch-list Will Contain, Among Others, The Remaining Works, Work Deficiencies For Necessary Corrections, And The Specific Duration/time To Fully Complete The Project Considering The Approved Remaining Contract Time. This, However, Shall Not Preclude The Claim Of The Procuring Entity For Liquidated Damages. 45. Suspension Of Work 45.1. The Procuring Entity Shall Have The Authority To Suspend The Work Wholly Or Partly By Written Order For Such Period As May Be Deemed Necessary, Due To Force Majeure Or Any Fortuitous Events Or For Failure On The Part Of The Contractor To Correct Bad Conditions Which Are Unsafe For Workers Or For The General Public, To Carry Out Valid Orders Given By The Procuring Entity Or To Perform Any Provisions Of The Contract, Or Due To Adjustment Of Plans To Suit Field Conditions As Found Necessary During Construction. The Contractor Shall Immediately Comply With Such Order To Suspend The Work Wholly Or Partly. 45.2. The Contractor Or Its Duly Authorized Representative Shall Have The Right To Suspend Work Operation On Any Or All Projects/activities Along The Critical Path Of Activities After Fifteen (15) Calendar Days From Date Of Receipt Of Written Notice From The Contractor To The District Engineer/regional Director/consultant Or Equivalent Official, As The Case May Be, Due To The Following: (a) There Exist Right-of-way Problems Which Prohibit The Contractor From Performing Work In Accordance With The Approved Construction Schedule. (b) Requisite Construction Plans Which Must Be Owner-furnished Are Not Issued To The Contractor Precluding Any Work Called For By Such Plans. (c) Peace And Order Conditions Make It Extremely Dangerous, If Not Possible, To Work. However, This Condition Must Be Certified In Writing By The Philippine National Police (pnp) Station Which Has Responsibility Over The Affected Area And Confirmed By The Department Of Interior And Local Government (dilg) Regional Director. (d) There Is Failure On The Part Of The Procuring Entity To Deliver Government-furnished Materials And Equipment As Stipulated In The Contract. (e) Delay In The Payment Of Contractor’s Claim For Progress Billing Beyond Forty-five (45) Calendar Days From The Time The Contractor’s Claim Has Been Certified To By The Procuring Entity’s Authorized Representative That The Documents Are Complete Unless There Are Justifiable Reasons Thereof Which Shall Be Communicated In Writing To The Contractor. 45.3. In Case Of Total Suspension, Or Suspension Of Activities Along The Critical Path, Which Is Not Due To Any Fault Of The Contractor, The Elapsed Time Between The Effective Order Of Suspending Operation And The Order To Resume Work Shall Be Allowed The Contractor By Adjusting The Contract Time Accordingly. 46. Payment On Termination 46.1. If The Contract Is Terminated Because Of A Fundamental Breach Of Contract By The Contractor, The Procuring Entity’s Representative Shall Issue A Certificate For The Value Of The Work Done And Materials Ordered Less Advance Payments Received Up To The Date Of The Issue Of The Certificate And Less The Percentage To Apply To The Value Of The Work Not Completed, As Indicated In The Scc. Additional Liquidated Damages Shall Not Apply. If The Total Amount Due To The Procuring Entity Exceeds Any Payment Due To The Contractor, The Difference Shall Be A Debt Payable To The Procuring Entity. 46.2. If The Contract Is Terminated For The Procuring Entity’s Convenience Or Because Of A Fundamental Breach Of Contract By The Procuring Entity, The Procuring Entity’s Representative Shall Issue A Certificate For The Value Of The Work Done, Materials Ordered, The Reasonable Cost Of Removal Of Equipment, Repatriation Of The Contractor’s Personnel Employed Solely On The Works, And The Contractor’s Costs Of Protecting And Securing The Works, And Less Advance Payments Received Up To The Date Of The Certificate. 46.3. The Net Balance Due Shall Be Paid Or Repaid Within Twenty Eight (28) Days From The Notice Of Termination. 46.4. If The Contractor Has Terminated The Contract Under Gcc Clauses 17 Or 18, The Procuring Entity Shall Promptly Return The Performance Security To The Contractor. 47. Extension Of Contract Time 47.1. Should The Amount Of Additional Work Of Any Kind Or Other Special Circumstances Of Any Kind Whatsoever Occur Such As To Fairly Entitle The Contractor To An Extension Of Contract Time, The Procuring Entity Shall Determine The Amount Of Such Extension; Provided That The Procuring Entity Is Not Bound To Take Into Account Any Claim For An Extension Of Time Unless The Contractor Has, Prior To The Expiration Of The Contract Time And Within Thirty (30) Calendar Days After Such Work Has Been Commenced Or After The Circumstances Leading To Such Claim Have Arisen, Delivered To The Procuring Entity Notices In Order That It Could Have Investigated Them At That Time. Failure To Provide Such Notice Shall Constitute A Waiver By The Contractor Of Any Claim. Upon Receipt Of Full And Detailed Particulars, The Procuring Entity Shall Examine The Facts And Extent Of The Delay And Shall Extend The Contract Time Completing The Contract Work When, In The Procuring Entity’s Opinion, The Findings Of Facts Justify An Extension. 47.2. No Extension Of Contract Time Shall Be Granted The Contractor Due To (a) Ordinary Unfavorable Weather Conditions And (b) Inexcusable Failure Or Negligence Of Contractor To Provide The Required Equipment, Supplies Or Materials. 47.3. Extension Of Contract Time May Be Granted Only When The Affected Activities Fall Within The Critical Path Of The Pert/cpm Network. 47.4. No Extension Of Contract Time Shall Be Granted When The Reason Given To Support The Request For Extension Was Already Considered In The Determination Of The Original Contract Time During The Conduct Of Detailed Engineering And In The Preparation Of The Contract Documents As Agreed Upon By The Parties Before Contract Perfection. 47.5. Extension Of Contract Time Shall Be Granted For Rainy/unworkable Days Considered Unfavorable For The Prosecution Of The Works At The Site, Based On The Actual Conditions Obtained At The Site, In Excess Of The Number Of Rainy/unworkable Days Pre-determined By The Procuring Entity In Relation To The Original Contract Time During The Conduct Of Detailed Engineering And In The Preparation Of The Contract Documents As Agreed Upon By The Parties Before Contract Perfection, And/or For Equivalent Period Of Delay Due To Major Calamities Such As Exceptionally Destructive Typhoons, Floods And Earthquakes, And Epidemics, And For Causes Such As Non-delivery On Time Of Materials, Working Drawings, Or Written Information To Be Furnished By The Procuring Entity, Non-acquisition Of Permit To Enter Private Properties Within The Right-of-way Resulting In Complete Paralyzation Of Construction Activities, And Other Meritorious Causes As Determined By The Procuring Entity’s Representative And Approved By The Head Of The Procuring Entity. Shortage Of Construction Materials, General Labor Strikes, And Peace And Order Problems That Disrupt Construction Operations Through No Fault Of The Contractor May Be Considered As Additional Grounds For Extension Of Contract Time Provided They Are Publicly Felt And Certified By Appropriate Government Agencies Such As Dti, Dole, Dilg, And Dnd, Among Others. The Written Consent Of Bondsmen Must Be Attached To Any Request Of The Contractor For Extension Of Contract Time And Submitted To The Procuring Entity For Consideration And The Validity Of The Performance Security Shall Be Correspondingly Extended. 48. Price Adjustment Except For Extraordinary Circumstances As Determined By Neda And Approved By The Gppb, No Price Adjustment Shall Be Allowed. Nevertheless, In Cases Where The Cost Of The Awarded Contract Is Affected By Any Applicable New Laws, Ordinances, Regulations, Or Other Acts Of The Gop, Promulgated After The Date Of Bid Opening, A Contract Price Adjustment Shall Be Made Or Appropriate Relief Shall Be Applied On A No Loss-no Gain Basis. 49. Completion The Contractor Shall Request The Procuring Entity’s Representative To Issue A Certificate Of Completion Of The Works, And The Procuring Entity’s Representative Will Do So Upon Deciding That The Work Is Completed. 50. Taking Over The Procuring Entity Shall Take Over The Site And The Works Within Seven (7) Days From The Date The Procuring Entity’s Representative Issues A Certificate Of Completion. 51. Operating And Maintenance Manuals 51.1. If “as Built” Drawings And/or Operating And Maintenance Manuals Are Required, The Contractor Shall Supply Them By The Dates Stated In The Scc. 51.2. If The Contractor Does Not Supply The Drawings And/or Manuals By The Dates Stated In The Scc, Or They Do Not Receive The Procuring Entity’s Representative’s Approval, The Procuring Entity’s Representative Shall Withhold The Amount Stated In The Scc From Payments Due To The Contractor. Section V. Special Conditions Of Contract Gcc Clause 1.16 The Intended Completion Date Is 45 Cd From Ntp. 1.21 The Procuring Entity Is Lgu- Mapanas, Northern Samar. 1.22 The Procuring Entity’s Representative Is Atty. Ronn Michael L. Tejano Municipal Mayor Municipality Of Mapanas Province Of Northern Samar 1.23 The Site Is Located At Mapanas, Northern Samar. 1.27 The Start Date Is: Upon Receipt Of Notice To Proceed. 1.30 The Works Consist Of: Item No. Scope Of Work Quantity Unit Construction Of Multi-purpose Hall (stage) @ Sta Potenciana Elementary School, Brgy. Sta Potenciana, Mapanas, N. Samar B.5 Project Billboard/signboard 1.0 Lot. B.9 Mobilization And Demobilization 1.0 Lot. 103(1)a Structure Excavation (common Soil) 4.00 Cu.m. 804(4) Gravel Bedding 2.43 Cu.m. 804 Embankment 24.11 Cu.m 900(1)c1 Structural Concrete (class A), 28 Days 7.83 Cu.m. 902(1)a Reinforcing Steel, Deformed Grade 40 512.33 Kg. 903 Formworks And Falseworks 37.63 Sq.m 1013 Corrugated Metal Roofing, Gauge 24 37.63 Sq.m. 1046 Masonry Works 32.40 Sq.m 1003 Carpentry And Joinery Works 20.16 Sq.m. 2.2 Note: The Items To Follow 5.1 The Procuring Entity Shall Give Possession Of All Parts Of The Site To The Contractor Upon The Issuance Of Notice To Proceed. 6.5 The Contractor Shall Employ The Following Key Personnel: Key Personnel Number Civil Engineer 1 Construction Foreman 1 Labor Workers 3 7.4(c) “no Further Instructions”. 7.7 No Further Instructions. 8.1 No Further Instructions. 10 The Site Investigation Reports Are: None 12.3 No Further Instructions. 12.5 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. 13 “no Additional Provision.” 18.3(h)(i) No Further Instructions. 21.2 The Arbiter Is: Construction Industry Arbitration Commission 29.1 No Day Works Are Applicable To The Contract. 31.1 The Contractor Shall Submit The Program Of Work To The Procuring Entity’s Representative Within 15days Of Delivery Of The Letter Of Acceptance. 31.3 The Period Between Program Of Work Updates Is 15days. The Amount To Be Withheld For Late Submission Of An Updated Program Of Work Is P 1,000.00. 34.3 The Funding Source Is Coming From Nia 39.1 The Amount Of The Advance Payment Is 15% Of The Contract Price (lump Sum) And Shall Be Release Once Upon Presentation Of The Following Documents As Required: 1. Letter Request For Advance Payment From The Contractor 2. Bank Guarantee For Advance Payment 40.1 Materials And Equipment Delivered On The Site But Not Completely Put In Place Shall Be Included For Payment. 51.1 The Date By Which Operating And Maintenance Manuals Are Required Is Not Applicable. The Date By Which “as Built” Drawings Are Required Is 20 Days Upon Completion Of The Subproject. 51.2 The Amount To Be Withheld For Failing To Produce “as Built” Drawings And/or Operating And Maintenance Manuals By The Date Required Is P1,000.00. Section Vi. Specifications Project Name: Construction Of Multi-purpose (stage) ,@ Sta Potenciana Elementary School, Barangay Sta Potenciana Mapanas, N. Samar. Location : Brgy. Sta Potenciana, Mapanas, Northern Samar Item No. Description Qty. Unit. B.5 Project Billboard/signboard 1.00 Lot A. Material A. Tarpauline (8’x8’) 1.00 Pc B. Plywood Marine (1/4”x1.2m X 2.44m) 2.00 Pc C. Coco Lumber, 2” X 3” X 12’ 84.00 Bd.ft. D. Common Nails Assorted 1.00 Kg B. Freight And Handling C. Name And Capacity Of Equipment D. Labor Derivation (subsidiary Work Description (1 Gang =1- Foreman, 1-carpenter, 1-laborer 1.00 E. Labor Requirement Foreman 1 1.00 Skilled Carpenter 1 1.00 Unskilled 1 1.00 B.9 Mobilization And Demobilization 1.00 Lot A. Material B. Freight And Handling C. Name And Capacity Of Equipment Cargo/service Truck (2-5 Mt) 1.00 D. Labor Derivation (subsidiary Work Description E. Labor Requirement 103(1) A Structure Excavation (common Soil) 4.00 Cu.m. A. Material B. Freight And Handling C. Name And Capacity Of Equipment D. Labor Derivation (subsidiary Work Description (1 Gang =1- Foreman, 1-laborer ) 1.5 Cu.m./man-day 4.00 E. Labor Requirement Foreman 1 1.00 Unskilled 1 7.00 804 (4) Gravel Bedding A. Material A. Gravel G1-1/2 3.00 Cu.m. B. Freight And Handling C. Name And Capacity Of Equipment D. Labor Derivation (subsidiary Work Description (1 Gang =1- Foreman, 1-laborer ) 4.3 Cu.m./man-day 3.00 E. Labor Requirement Foreman 1 1.00 Unskilled 1 1.00 804 Embankment 24.11 Cu.m. A. Material A. Common Borrow (w/25% Shrinkage Factor) 25.00 Cu.m. B. Freight And Handling C. Name And Capacity Of Equipment D. Labor Derivation (subsidiary Work Description (1 Gang =1- Foreman, 1-laborer ) Placing 4.0 Cu.m./ Man-day 24.11 Compaction 2.0 Cu.m./ Man-day 24.11 E. Labor Requirement Foreman 1 1.00 Unskilled 1 8.00 900 (1) C1 Structural Concrete (class A), 28 Days 7.83 Cu.m. A. Material A. Portland Cement, Type I 71.00 Bag B. Gravel, 3/4” 7.00 Cu.m. C. Sand, Washed 4.00 Cu.m. B. Freight And Handling C. Name And Capacity Of Equipment One Bagger Mixer 1.00 D. Labor Derivation (subsidiary Work Description (1 Gang =1- Foreman, 2-masons, 8-laborers) 40 Bags/day/gang 71.00 E. Labor Requirement Foreman 1 1.00 Skilled Mason 2 2.00 Unskilled 8 8.00 902 (1)a Reinforcing Steel, Deformed Grade 40 512.33 Kg A. Material A. Rsb, Deformed, 10mmꝋ 70.00 Pcs 258.72 Kg B. Rsb, Deformed, 12mmꝋ 12.00 Pcs 64.01 Kg C. Rsb, Deformed, 16mmꝋ 20.00 Pcs 189.60 Kg D. Rsb, Deformed, 20mmꝋ Pcs - Kg E. Tie Wire #16 13.00 Kg B. Freight And Handling C. Name And Capacity Of Equipment Bar Cutter, Single Phase 1.00 D. Labor Derivation (subsidiary Work Description (1 Gang =1- Foreman, 1-steelman, 1-laborers) 80 Kgs/day/gang 512.33 E. Labor Requirement Foreman 1 1.00 Skilled Mason 1 4.00 Unskilled 1 4.00 903 Formworks And Falsework 37.63 Sq.m. A. Material Forms (2 Uses) 37.63 Sq.m. A. Plywood Ordinary (1/4”vx 1.2m X 2.44m) 7.00 Pc B. Good Lumber, 2”x 3” X12’ 19.00 Pc C. Cwn 1” 8.00 Kg Scaffolding's (2 Uses) 10.80 Sq.m. A. Good Lumber, 2” X 3” X 12’ 26.00 Pc B. Coco Lumber, 2” X3 X 12’ 33.00 Pc C. Cwn 4” Kg B. Freight And Handling C. Name And Capacity Of Equipment D. Labor Derivation (subsidiary Work Description Formworks: Fabrication And Install: 1 Gang = 1-foreman, 2-carpenter, 4-laborers 37.63 Stripping: 1 Gang =1- Foreman, 2-carpenter, 4- Laborers 37.63 E. Labor Requirement Foreman 1 1.00 Skilled Carpenter 2 2.00 Unskilled 4 4.00 1013 Corrugated Metal Roofing, Gauge 24 32.40 Sq.m. A. Material Roofing: 32.40 Sq.m. A. Pre-painted Metal Roofing Sheet Ga. 24 X 2.44m 32.40 In.m. B. J Bolt 1/4 X 2 1/2”, With Nut And Bonded Washer 324.00 Pc C. Touchup Paint 2.00 L D. Paint Brush, 2” 2.00 Pc E. Pre Painted G.i. Plain Sheet (flashing) 1.00 Sheet B. Freight And Handling C. Name And Capacity Of Equipment D. Labor Derivation (subsidiary Work Description Roofing Sheet Installation Install: 1 Gang =1-foreman, 1-carpenter, 3-laborers 32.40 Capability: 20 Sq.m/day/gang E. Labor Requirement Foreman 1 1.00 Skilled Carpenter 1 1.00 Unskilled 3 3.00 1046 Masonry Works 31.51 Sq.m. A. Material Chb Laying A. Chb Ordinary, 4” 31.51 Sq.m. 414.00 Pc B. Portland Cement, Type I 25.00 Bag C. Sand Washed 1.00 Cu.m. D. Rsb, Deformed, 10mmꝋ 10.00 Pcs 36.96 Kgs E. Tie Wire #16 1.00 Kg F. Hacksaw Blade, Heavyduty Pc Plastering A. Portland Cement, Type I 11.00 Bag B. Sand Washed 1.00 Cu.m. B. Freight And Handling C. Name And Capacity Of Equipment D. Labor Derivation (subsidiary Work Description Chb Laying Install: 1 Gang = 1-foreman, 2-mason, 3-laborers 414.00 Capability: 230 Pcs Chb/day/gang Chb Plastering Install: 1 Gang =1-foreman, 2-mason, 2-laborers Capability: 12 Sq.m/day/gang 54.26 E. Labor Requirement Chb Laying Foreman 1 1.00 Skilled Mason 2 2.00 Unskilled 3 3.00 Chb Plastering Foreman 1 1.00 Skilled Mason 2 2.00 Unskilled 2 2.00 1003 Carpentry And Joinery Works 20.16 Sq.m. A. Material Roof Framing 20.16 Sq.m. A. Good Lumber 3”x6”x18ft. Rafter 2.00 Pcs 54 Bd.ft. B. Good Lumber 2”x4”x20ft. Purlins 2.00 Pcs 26.67 Bd.ft. C. Good Lumber 1”x12”x20ft. Flashing 3.00 Pcs 60.00 Bd.ft. D. Good Lumber 3”x6”x8ft. Flashing 2.00 Pcs 24.00 Bd.ft. E. Assorted Cwn 6.00 Kg F. Concrete Nails Assorted 0.50 Kg B. Freight And Handling C. Name And Capacity Of Equipment D. Labor Derivation (subsidiary Work Description Roof Framing Install: 1 Gang =1-foreman, 2-carpenters, 2-laborers 20.16 Capability: 15 Sq.m/day/gang E. Labor Requirement Foreman 1 1.00 Skilled Carpenter 2 2.00 Unskilled 2 2.00 Section Vii. Drawings Bill Of Quantities Item No. Scope Of Work Quantity Unit Unit Cost Total Amount 1.) Construction Of Multipurpose Hall (stage) , Brgy. Sta Potenciana, Mapanas, N. Samar B.5 Project Billboard/signboard 1.00 Lot 9,015.36 9,015.36 B.9 Mobilization And Demobilization 1.00 Lot 12,528.00 12,528.00 103(1)a Structure Excavation (common Soil) 4.00 Cu.m. 937.32 3,749.28 804 (4) Gravel Bedding 2.43 Cu.m. 3,564.30 8,650.56 804 Embankment 24.11 Cu.m. 1,142.41 27,547.20 900(1)c1 Structural Concrete (class A), 28 Days 7.83 Cu.m. 7,774.97 60,878.00 902(1)a Reinforcing Steel, Deformed Grade 40 512.33 Kg. 87.75 44,957.92 903 Formworks And Falseworks 37.63 Sq.m. 1,031.85 39,581.04 1013 Corrugated Metal Roofing, Gauge 24 32.40 Sq.m. 760.89 24,652.80 1046 Masonry Works 31.51 Sq.m. 1,551.91 48,900.80 1003 Carpentry And Joinery Works 20.16 Sq.m. 1,317.08 26,552.40 Total 307,013.36 Total Cost Of All Line Item Includes Cost Of Contractor’s Profit, Taxes And Ocm. Attached Detailed Cost Estimates Section Ix. Bidding Forms Table Of Contents Bid Form 79 Form Of Contract Agreement 81 Omnibus Sworn Statement 83 Bid Form Date: Iaeb No: To: Lgu-mapanas Northern Samar Address: Mapanas Northern Samar We, The Undersigned, Declare That: We Have Examined And Have No Reservation To The Bidding Documents, Including Addenda, For The Contract Construction Of Multi-purpose Hall (stage) @ Sta Potenciana Elementary School, Barangay Sta Potenciana , Mapanas N. Samar (a) We Offer To Execute The Works For This Contract In Accordance With The Bid And Bid Data Sheet, General And Special Conditions Of Contract Accompanying This Bid; The Total Price Of Our Bid, Excluding Any Discounts Offered In Item (d) Below Is: [insert Information]; The Discounts Offered And The Methodology For Their Application Are: [insert Information]; (b) Our Bid Shall Be Valid For A Period Of 120 Days From The Date Fixed For The Bid Submission Deadline In Accordance With The Bidding Documents, And It Shall Remain Binding Upon Us And May Be Accepted At Any Time Before The Expiration Of That Period; (c) 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; (d) Our Firm, Including Any Subcontractors Or Suppliers For Any Part Of The Contract, Have Nationalities From The Following Eligible Countries: [insert Information]; (e) 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; (f) Our Firm, Its Affiliates Or Subsidiaries, Including Any Subcontractors Or Suppliers For Any Part Of The Contract, Has Not Been Declared Ineligible By The Funding Source; (g) 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 (h) We Understand That You Are Not Bound To Accept The Lowest Evaluated Bid Or Any Other Bid That You May Receive. Name: In The Capacity Of: Signed: Duly Authorized To Sign The Bid For And On Behalf Of: Date: ___________ Form Of Contract Agreement This Agreement, Made This [insert Date] Day Of [insert Month], [insert Year] Between [name And Address Of Procuring Entity](hereinafter Called The “entity”) And [name And Address Of Contractor] (hereinafter Called The “contractor”). Whereas, The Entity Is Desirous That The Contractor Execute [name And Identification Number Of Contract] (hereinafter Called “the Works”) And The Entity Has Accepted The Bid For [insert The Amount In Specified Currency In Numbers And Words] By The Contractor For The Execution And Completion Of Such Works And The Remedying Of Any Defects Therein. Now This Agreement Witnesseth As Follows: 1. In This Agreement, Words And Expressions Shall Have The Same Meanings As Are Respectively Assigned To Them In The Conditions Of Contract Hereinafter Referred To. 2. The Following Documents Shall Be Attached, Deemed To Form, And Be Read And Construed As Part Of This Agreement, To Wit: (a) General And Special Conditions Of Contract; (b) Drawings/plans; (c) Specifications; (d) Invitation To Apply For Eligibility And To Bid; (e) Instructions To Bidders; (f) Bid Data Sheet; (g) Addenda And/or Supplemental/bid Bulletins, If Any; (h) Bid Form, Including All The Documents/statements Contained In The Bidder’s Bidding Envelopes, As Annexes; (i) Eligibility Requirements, Documents And/or Statements; (j) Performance Security; (k) Credit Line Issued By A Licensed Bank, If Any; (l) Notice Of Award Of Contract And The Bidder’s Conforme Thereto; (m) Other Contract Documents That May Be Required By Existing Laws And/or The Entity. 3. In Consideration Of The Payments To Be Made By The Entity To The Contractor As Hereinafter Mentioned, The Contractor Hereby Covenants With The Entity To Execute And Complete The Works And Remedy Any Defects Therein In Conformity With The Provisions Of This Contract In All Respects. 4. The Entity Hereby Covenants To Pay The Contractor In Consideration Of The Execution And Completion Of The Works And The Remedying Of Defects Wherein, The Contract Price Or Such Other Sum As May Become Payable Under The Provisions Of This Contract At The Times And In The Manner Prescribed By This Contract. In Witness Whereof The Parties Thereto Have Caused This Agreement To Be Executed The Day And Year First Before Written. Signed, Sealed, Delivered By The (for The Entity) Signed, Sealed, Delivered By The (for The Contractor). Binding Signature Of Procuring Entity ________________________________________________ Binding Signature Of Contractor _____________________________________________ [addendum Showing The Corrections, If Any, Made During The Bid Evaluation Should Be Attached With This Agreement] 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 Of [name Of Bidder] With Office Address At [address Of Bidder]; If A Partnership, Corporation, Cooperative, Or Joint Venture: I Am The Duly Authorized And Designated Representative Of [name Of Bidder] With Office Address At [address Of Bidder]; 2. Select One, Delete The Other: If A Sole Proprietorship: As The Owner And Sole Proprietor Of [name Of Bidder], I Have Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary To Represent It In The Bidding For [name Of The Project] Of The [name Of The Procuring Entity]; 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 And/or To Represent The [name Of Bidder] In The Bidding As Shown In The Attached [state Title Of Attached Document Showing Proof Of Authorization (e.g., Duly Notarized Secretary’s Certificate Issued By The Corporation Or The Members Of The Joint Venture)]; 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; 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: I Am 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 [name Of The Project]. In Witness Whereof, I Have Hereunto Set My Hand This __ Day Of ___, 20__ At ____________, Philippines. _____________________________________ Bidder’s Representative/authorized Signatory [jurat] * This Form Will Not Apply For Wb Funded Projects.

Province Of Iloilo Tender

Civil And Construction...+1Road Construction
Philippines
Closing Soon1 Oct 2024
Tender AmountPHP 8.3 Million (USD 148.4 K)
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]

Province Of Iloilo Tender

Philippines
Closing Date8 Oct 2024
Tender AmountPHP 8.8 Million (USD 158.2 K)
Details: Description Bids And Awards Committee Iloilo Provincial Government Procurement Of Patrol Boat Bid No. Adm-24-1318-b Philippine Bidding Documents Sixth Edition July 2020 Table Of Contents Section I. Invitation To Bid……………………………………………………..3 Section Ii. Instructions To Bidders………………………………………..…...5 1. Scope Of Bid ………………………………………………………………………. 5 2. Funding Information………………………………………………………………. 5 3. Bidding Requirements ……………………………………………………………. 5 4. Corrupt, Fraudulent, Collusive, And Coercive Practices 5 5. Eligible Bidders…………………………………………………………………… 5 6. Origin Of Goods ………………………………………………………………….. 6 7. Subcontracts ……………………………………………………………………… 6 8. Pre-bid Conference ………………………………………………………………. 7 9. Clarification And Amendment Of Bidding Documents …………………………… 7 10. Documents Comprising The Bid: Eligibility And Technical Components …………. 7 11. Documents Comprising The Bid: Financial Component …………………………... 7 12. Bid Prices …………………………………………………………………………. 8 13. Bid And Payment Currencies ……………………………………………………… 8 14. Bid Security ………………………………………………………………………. 8 15. Sealing And Marking Of Bids ……………………………………………………… 9 16. Deadline For Submission Of Bids …………………………………………………. 9 17. Opening And Preliminary Examination Of Bids ………………………………….. 9 18. Domestic Preference ……………………………………………………………… 9 19. Detailed Evaluation And Comparison Of Bids ……………………………………. 9 20. Post-qualification ………………………………………………………………… 10 21. Signing Of The Contract …………………………………………………………… 10 Section Iii. Bid Data Sheet …………………………………………………..11 Section Iv. General Conditions Of Contract ……………………...………..12 1. Scope Of Contract ………………………………………………………………… 12 2. Advance Payment And Terms Of Payment ……………………………………….. 12 3. Performance Security ……………………………………………………………. 12 4. Inspection And Tests ……………………………………………………………… 12 5. Warranty …………………………………………………………………………. 13 6. Liability Of The Supplier ………………………………………………………….. 13 Section V. Special Conditions Of Contract ………………………………….14 Section Vi. Schedule Of Requirements ……………………………………....16 Section Vii. Technical Specifications …………………………………………17 Section Viii. Checklist Of Technical And Financial Documents …………..17 Section I. Invitation To Bid Purchase Of Patrol Boat Bid No. Adm-24-1318-b 1. The Iloilo Provincial Government Through The Trust Fund 2024 Intends To Apply The Sum Of One Million Eight Hundred Fifty Thousand Eight Hundred Seventy-seven Pesos (php8,850.00.00) Being The Abc To Payments Under The Contract For The Purchase Of Patrol Boat Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Iloilo Provincial Government Now Invites Bids For The Above Procurement Project. Delivery Of The Goods Is Required By 120 Days Upon Receipt Of The Notice To Proceed (ntp). Bidders Should Have Completed, Within Three (3) Years From The Date Of Submission And Receipt Of Bids, 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 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. 4. Prospective Bidders May Obtain Further Information From The Bids And Awards Committee Secretariat Of The Iloilo Provincial Government And Inspect The Bidding Documents At The Address Given Below During 8:00 A.m. To 5:00 P.m. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On September 17, 2024 From The 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 Ten Thousand Pesos (php10,000.00). The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person. 6. The Iloilo Provincial Government Will Hold A Pre-bid Conference On September 24, 2024 At The Bac Office, 5th Floor, New Iloilo Provincial Capitol And/or Through Video Conferencing Or Webcasting, Upon Request At Least Three (3) Days Before The Pre-bid Conference, Via Zoom Or Other Videoconferencing Portals, Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Bac Office,5th Floor, Iloilo Provincial Capitol, Bonifacio Drive, Iloilo City On Or Before October 08, 2024 At 9:00 A.m. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 9. Bid Opening Shall Be On October 08, 2024 At 9:01 A.m. At The Bac Office, 5th Floor, New Iloilo Provincial Capitol. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. A. The Participating Bidder/supplier Or Its Authorized Representative Must Indicate In Any Of The Eligibility Documents, An Email Address Or A Working Fax Number. The Absence Of Which Shall Be A Ground For Disqualification. Notice To The Bidder/supplier Through The Use Of Either Of These Means (email/fax) Is Considered Sufficient Notice. The Date Of Filing Of Reconsideration And All Communications With The Bac Shall Be Its (bac) Date Of Receipt. B. The Bidder(s)/awardee(s) Or Its Authorized Representative Must Conform To The Notice Of Award Within Three (3) Calendar Days From Receipt Of Such Notice And The Winning Bidder Shall Post The Required Performance Security And Enter Into Contract With The Procuring Entity Within Ten (10) Calendar Days From Receipt By The Winning Bidder Of The Notice Of Award In Accordance With Section 37.2.1 Of The Revised Irr Of R.a. No. 9184. C. The Bidder/supplier Must Have No Pending Unaccepted Notice To Proceed Three (3) Days From The Date Of Acceptance And Signing Of The Purchase Order. Otherwise, It Shall Be A Ground For Disqualification And The Bidder Will Be Rated "failed" During The Preliminary Examination Of Bids And/or Its Bid Shall Be Declared As "non-responsive" During Post-qualification. D. The Bidder/supplier Must Have No Notice Of Award Pending Its Conformity Three (3) Days From The Date Of Its Receipt Of The Notice Of Award. Otherwise, It Shall Be Aground For Disqualification And The Bidder Will Be Rated "failed" During The Preliminary Examination Of Bids And/or Its Bid Shall Be Declared As "non-responsive" During Post-qualification. E. The Bidder/supplier Shall Submit A List Of All Its Ongoing And Completed Projects With The Iloilo Provincial Government Indicating The Delivery Periods And Accomplishments Of Such Projects. F. The Bidder/supplier At The Time Of The Bidding Must Have No Pending Unposted Performance Or Warranty Security, As The Case May Be, Beyond The Period Allowed In The Notice Of Award. Otherwise, It Shall Be A Ground For Disqualification And The Bidder Will Be Rated "failed" During The Preliminary Examination Of Bids And/or Its Bid Shall Be Declared As "non-responsive" During Post-qualification. G. When An Occurrence Of A Tie Among Bidders Takes Place, I.e., Two Or More Of The Bidders Are Determined And Declared As The Lowest Calculated And Responsive Bidder (lcrb), The Winning Bidder Shall Be Determined By Draw Lots Upon Notice To The Bidders Concerned And/or Their Authorized Representatives In Accordance With The Relevant Circulars Issued By The Government Procurement Policy Board (gppb). 11. 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 Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. For Further Information, Please Refer To: Atty. Raemman M. Lagrada Bac Secretariat Head 5th Floor, Bids And Awards Committee Iloilo Provincial Capitol Email Address: Ipg_bacs@yahoo.com Website: Iloilo.gov.ph Telephone Number: (033) 336-0736 13. You May Visit The Following Websites For Downloading Of Bidding Documents: Ipg.gov.ph And/or Philgeps.com September 09, 2024 Atty. Dennis T. Ventilacion Chairman, Bids And Awards Committee Section Ii. Instructions To Bidders 1. Scope Of Bid The Procuring Entity, Iloilo Provincial Government Wishes To Receive Bids For The Purchase Of Patrol Boat With Bid No. Adm-24-1318-b. The Procurement Project (referred To Herein As “project”) Is Composed Of One (1) Item, The Details Of Which Are Described In Section Vii (technical Specifications). 2. Funding Information 2.1. The Gop Through The Source Of Funding As Indicated Below For 2023 In The Amount Of One Million Eight Hundred Fifty Thousand Eight Hundred Seventy-seven Pesos (php8,850.00.00 2.2. The Source Of Funding Is: A. Lgus, The Annual Or Supplemental Budget, As Approved By The Sanggunian. 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. 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. 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. B. For The Procurement Of Expendable Supplies: The Bidder Must Have Completed A Single Contract That Is Similar To This Project, Equivalent To At Least Twenty-five Percent (25%) Of The Abc. C. For Procurement Where The Procuring Entity Has Determined, After The Conduct Of Market Research, That Imposition Of Either (a) Or (b) Will Likely Result To Failure Of Bidding Or Monopoly That Will Defeat The Purpose Of Public Bidding: The Bidder Should Comply With The Following Requirements: [select Either Failure Or Monopoly Of Bidding Based On Market Research Conducted] I. Completed At Least Two (2) Similar Contracts, The Aggregate Amount Of Which Should Be Equivalent To At Least Fifty Percent (50%) In The Case Of Non-expendable Supplies And Services Or Twenty-five Percent (25%) In The Case Of Expendable Supplies] Of The Abc For This Project; And Ii. The Largest Of These Similar Contracts Must Be Equivalent To At Least Half Of The Percentage Of The Abc As Required Above. 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: Subcontracting Is Not Allowed. 8. Pre-bid Conference The Procuring Entity Will Hold A Pre-bid Conference For This Project On The Specified Date And Time And Either At Its Physical Address 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 Three (3) Years 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. 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). 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: 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 One Hundred Twenty (120) Days. Any Bid Not Accompanied By An Acceptable Bid Security Shall Be Rejected By The Procuring Entity As Non-responsive. 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. 16. Deadline For Submission Of Bids 16.1. The Bidders Shall Submit On The Specified Date And Time At Its Physical Address As Indicated In Paragraph 7 Of The Ib. 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. 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. 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: Complete Bid - One Project Having Several Items That Shall Be Awarded As One Contract In Case Of Complete Bid. Line Bidding/partial Bidding - One Project Having Several Items, Which Shall Be Awarded As Separate Contracts Per Item 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 Within A Non-extendible Period Of Five (5) Calendar Days From Receipt By The Bidder Of The Notice From The Bac That It Submitted The Lowest Calculated Bid, The Bidder Shall Submit Its Latest Income And Business Tax Returns Filed And Paid Through The Bir Electronic Filing And Payment System (efps) And Other Appropriate Licenses And Permits Required By Law And Stated In The Bds. 21. Signing Of The Contract 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. Section Iii. Bid Data Sheet Itb Clause 5.3 For This Purpose, Contracts Similar To The Project Shall Be: A. Refers To The Contracts To Be Bid Or The Object Of The Contract; B. Completed Within Three (3) Years 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 Iloilo Provincial Administrator’s Office 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. 15 Bidders Shall Prepare An Original Of The First (eligibility And Technical) And Second (financial) Envelopes. In Addition, Bidders Shall Submit Separate Copies Of The First And Second Envelopes (copy 1, Copy 2) And Each Set Of Documents Must Clearly Indicate Whether The Same Is Original, Copy 1, Or Copy 2. In The Event Of Any Discrepancy Between The Original And The Copies, The Original Shall Prevail. 19.3 No Further Instructions. 20.2 For The Procurement Of Drugs And Medicines And Medical Equipment/supplies, The Bidder Shall Submit The Following: A. Certificate Of Product Registration From Food And Drug Administration (fda) For Easy Validation During The Post-qualification; B. Certificate If Good Manufacturing Practice From Fda, For Easy Validation During The Post-qualification; C. Batch Release Certificate From Fda, For Easy Validation During The Post-qualification; D. If The Supplier Is Not The Manufacturer, Certification From The Manufacturer That The Supplier Is An Authorized Distributor/ Dealer Of The Products / Items For Easy Validation During The Post-qualification; E. For The Procurement Of Regulated Drugs, The Applicable Type Of S-license: S-1, S-3 (retailer) S-4 (wholesaler) S-5c (manufacturer) S-5d (bulk Depot/storage) S-5e S-5i (importer); F. License To Operate (lto) Issued By Fda, If Applicable; G. After-sales Services/parts, If Applicable; H. Manpower Requirements, If Applicable. 21.2 No Further Instructions. 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. 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. 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 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 6.1. 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. 6.2. 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 Gcc Clause 1 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: [for Goods Supplied From Within The Philippines, State:] “the Delivery Terms Applicable To This Contract Are Delivered To Iloilo Provincial Administrator’s Office. 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 Authorized Employee/official Of The Iloilo Provincial Government. 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: A. Performance Or Supervision Of On-site Assembly And/or Start-up Of The Supplied Goods; B. Furnishing Of Tools Required For Assembly And/or Maintenance Of The Supplied Goods; C. Furnishing Of A Detailed Operations And Maintenance Manual For Each Appropriate Unit Of The Supplied Goods; The Contract Price For The Goods Shall Include The Prices Charged By The Supplier For Incidental Services And Shall Not Exceed The Prevailing Rates Charged To Other Parties By The Supplier For Similar Services. 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. The Packaging, Marking, And Documentation Within And Outside The Packages Shall Comply Strictly With Such Special Requirements As Shall Be Expressly Provided For In The Contract, Including Additional Requirements, If Any, Specified Below, And In Any Subsequent Instructions Ordered By The Procuring Entity. The Outer Packaging Must Be Clearly Marked On At Least Four (4) Sides As Follows: Name Of The Procuring Entity Name Of The Supplier Contract Description Final Destination Gross Weight Any Special Lifting Instructions Any Special Handling Instructions A Packaging List Identifying The Contents And Quantities Of The Package Is To Be Placed On An Accessible Point Of The Outer Packaging If Practical. If Not Practical The Packaging List Is To Be Placed Inside The Outer Packaging But Outside The Secondary Packaging. 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. 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. 2.2 Partial Payment Is Not Allowed. 4 The Inspections And Tests That Will Be Conducted Are Through Physical Inspection. Item Number Description Quantity Total Delivered, Weeks/months 1 Patrol Boat 3 3 Section Vi. Schedule Of Requirements The Delivery Schedule Expressed As Weeks/months Stipulates Hereafter A Delivery Date Which Is The Date Of Delivery To The Project Site _______________________ Signature Over Printed Name Section Vii. Technical Specifications Bid No.: Adm-24-1318-b Item Specification Statement Of Compliance [bidders Must State Here Either “comply” Or “not Comply” Against Each Of The Individual Parameters Of Each Specification Stating The Corresponding Performance Parameter Of The Equipment Offered. Statements Of “comply” Or “not Comply” Must Be Supported By Evidence In A Bidders Bid And Cross-referenced To That Evidence. Evidence Shall Be In The Form Of Manufacturer’s Un-amended Sales Literature, Unconditional Statements Of Specification And Compliance Issued By The Manufacturer, Samples, Independent Test Data Etc., As Appropriate. A Statement That Is Not Supported By Evidence Or Is Subsequently Found To Be Contradicted By The Evidence Presented Will Render The Bid Under Evaluation Liable For Rejection. A Statement Either In The Bidder's Statement Of Compliance Or The Supporting Evidence That Is Found To Be False Either During Bid Evaluation, Post-qualification Or The Execution Of The Contract May Be Regarded As Fraudulent And Render The Bidder Or Supplier Liable For Prosecution Subject To The Applicable Laws And Issuances.] 1 Patrol Boat With Complete Accessories Specification: Body: Lawa-an Wood, Good Quality Overall Length: 45 To 55 Feet Hull Length: 40 To 45 Feet, Hull Beam: 32 To 35 Inches Beam: 60 Inches (or 5 Feet) Draft: 40 Inches Ribs (tasok): 2" X 2" 10" Apart Purlins (hawak): 4 Pcs 3" X 2" Sidings (dagpak): 3/8" Marine Plywood, Good Quality Outrigger (katig): 6 Pcs Bamboo Pole, Large Outrigger Arm (tarik): 12 Pcs Bamboo Marine Epoxy Laminated / Painted Semi-self Bailing Superstructure Design (kobyertado) Wheelhouse With Passenger Benches And Windshield Navigational Lights (portside, Starboard, Deck Light) Anchor (big): Stainless Rudder: Stainless Fibercloth / Marine Epoxy Laminated Sidings Engine: 6d14 6 Cylinders Diesel With Turbo Charger Marine Freshwater Cooling System With Stainless Heat Exchangers Crankshaft: Emergency Rope Start Propeller Shaft: 2’’ Dia X 14 Ft Marine Grade Stainless Shafting Propeller: 24 Inches To 26 Inches Diameter, 3 Blades Bilge Pump Helm: Ampere, Temperature, Oil Pressure Gauges Remote Shift And Throttle Controls Tarpauline Tent 10 Ft. X 14 Ft. Accessories: 1. Gps Map 4" Screen Colored Display, High Sensitivity Receiver G2 Card Philippine Java Marianas Island Map, Installation And Configuration For Bantay Dagat Application, 2. Marine Binoculars, Zoom Rangefinder, Compass Telescope Eyepiece, Waterproof At Least 1,000 Yards, Cat Least 10 X 50 Hd, At Least 396 Ft At 1,000 Yards, 3. Hand Held Search Light Halogen, Waterproof, Power 140w-155w Power Supply 12 V Application, Terms And Condition: 1. Delivery Within 120 Days Upon Reciept Of Notice To Proceed At The Provincial Bantay Dagat Station In Concepcion, Iloilo 2. Warranty Of 6 Months 3. Sea Trials Must Be Conducted Prior To Delivery In The Presence Of The Supplier And End-user 4. After Sales Service And Spare Parts _______________________ Signature Over Printed Name Section Viii. Checklist Of Technical And Financial Documents I. Technical Component Envelope Class “a” Documents Legal Documents ⬜ (a) Valid Philgeps Registration Certificate (platinum Membership) (all Pages);or ⬜ (b) Registration Certificate From Securities And Exchange Commission (sec), Department Of Trade And Industry (dti) For Sole Proprietorship, Or Cooperative Development Authority (cda) For Cooperatives Or Its Equivalent Document, And ⬜ (c) Mayor’s Or Business Permit Issued By The City Or Municipality Where The Principal Place Of Business Of The Prospective Bidder Is Located, Or The Equivalent Document For Exclusive Economic Zones Or Areas; And ⬜ (d) Tax Clearance Per E.o. No. 398, S. 2005, As Finally Reviewed And Approved By The Bureau Of Internal Revenue (bir). Technical Documents ⬜ (e) 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 ⬜ (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 Technical Specifications, Which May Include Production/delivery Schedule, Manpower Requirements, And/or After-sales/parts, If Applicable; And ⬜ (i) 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 ⬜ (j) The Supplier’s Audited Financial Statements, Showing, Among Others, The Supplier’s Total And Current Assets And Liabilities, Stamped “received” By The Bir Or Its Duly Accredited And Authorized Institutions, For The Preceding Calendar Year Which Should Not Be Earlier Than Two (2) Years From The Date Of Bid Submission; And ⬜ (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). Other Documentary Requirements Under Ra No. 9184 (as Applicable) ⬜ (o) [for Foreign Bidders Claiming By Reason Of Their Country’s Extension Of Reciprocal Rights To Filipinos] Certification From The Relevant Government Office Of Their Country Stating That Filipinos Are Allowed To Participate In Government Procurement Activities For The Same Item Or Product. ⬜ (p) Certification From The Dti If The Bidder Claims Preference As A Domestic Bidder Or Domestic Entity.
4321-4330 of 4328 active Tenders