Paint Tenders
Paint Tenders
Department Of Education Division Of Tangub City Tender
Solar Installation and Products...+1Electrical and Electronics
Philippines
Closing Date4 Feb 2025
Tender AmountPHP 3.9 Million (USD 68 K)
Details: Description 1. The Department Of Education – Division Of Tangub City, Through The General Appropriations Act 2024 Intends To Apply The Sum Of Three Million Nine Hundred Seventy-eight Thousand One Hundred Six Pesos (php 3,978,106.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Second Procurement Of Learning Tools And Equipment For Technical Vocational Livelihood To Deped-public Schools With Identification Number Tvl - 2025 – Rx – Tangub City – 030.a. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. Quantity Unit Item Description Abc Lot 1. Lorenzo Tan National High School (caregiving Nc Ii)- Php 400,403.00 5 Piece Airpot 1.type: Water Heater 2. Outer Material: Hard Plastic, (pp) Polypropylene, Heat Resistant 3.cavity Material: Stainless Steel 4. Capacity: 2.5 Liters 5.voltage: 220/240/volts 6.ac 50/60 Hz. Power In Watts: 500 To 800 Watts 7.comes With English Manual That Contains: Users Guide, List Of Parts, Maintenance Guide, Safety Guide 8. The Item Must Be Branded And Good Quality. 10 Piece Apron 1.type: Bib Apron 2. Material: Polyester-cotton Fabric 3.length: 20 To 40 Inches (minimum) 4. With 2 To 3 Bottom Pockets; 5.color: Any 6.the Item Must Be Of Good Quality 2 Piece Bath Tub, Baby 1. Material: Hard/sturdy Plastic, (pp) Polypropylene 2. Color: Any 3.dimension: (l X W X H) 670 To 700 Mm X 400 To 420 Mm X 160 To 190 Mm (minimum) 4. Thickness: 3 Mm To 6 Mm (minimum) 5.color: The Item Must Be Of Good Quality 10 Piece Baby Blanket 1. Type: Blanket 2. Material: 100% Cotton 3.color: White 4. Dimension: (l Xw) 38 To 42 Inches X 28 To 32 Inches (minimum) 5. Washable 6. The Item Must Be Of Good Quality 20 Piece Basin (small) 1.material: Hard Plastic, (pp) Polypropylene 2. Color: Any 3.dimension: 280 - 320 Mm Diameter X 80 - 120 Mm Higher (mimimum) 4. Thickness: 2 Mm To 4 Mm (minimum) 5. The Item Must Be Of Good Quality 20 Piece Bath-towel, Towellete 1. Type: Bath Towel 2. Material: 100% Cotton 3.color: White 4. Dimension: ( L X W ) 120 - 125 Cm X 60 - 65 Cm (minimum) 5.washable 6.the Item Must Be Of Good Quality 5 Piece Bedpan 1.material: Hard Plastic, (ps) Polystyrene 2. Color: Any Color 3.dimension: ( L X W X H) 22 - 26 Cm X 27 - 32 Cm X 7 - 12 Cm (minimum) Approximate 4. Capacity: 1 Liter (minimum) 5.thickness: 2 To 5 Mm 6.saddle-shaped And Lightweight 7. The Item Must Be Of Good Quality 10 Piece Blanket 1. Type: Blanket 2. Material: Cotton 3.color: White 4. Dimension: (l X W) 80 - 90 Inches X 54 -64 Inches Approximate 5. Washable 6. The Item Must Be Of Good Quality 3 Piece Bottle Sterilizer, Electric 1. Type: Electric Steam Sterilizer 2. Material: Hard Plastic (p E) Polyethylene Or Its Equavalent 3.color: Any Color 4. Capacity: 6 Bottles (minimum) 5.sterilizes Bottle And Accessories By Steam 6. With Automatic Power Shut-off Function 7. Dimensions: 8. Power Supply: 220 V-240v Ac, 50/60 Hz. 9. The Item Must Be Of Good Quality 5 Piece Bread Toaster 1. Type: Electric Bread Toaster 2. Dimensions ( W X D X H): 25 - 30 Cm X 15 -20 Cm X 18 - 22 Cm (minimum) Approximate 3. Capacity: 2 Slices 4. Power Supply: 220v-240v Ac, 50/60 Hz. 5. 400 To 600 W (minimum) 6. The Item Must Be Of Good Quality 10 Piece Burping Cloth 1. Type: Burping Cloth 2. Material: 100% Cotton 3. Color: Any Color 4. Dimension: Length: 17 -19 Cm Width: 14 -16 Cm (minimum) 5.washable 6. The Item Must Be Of Good Quality 10 Piece Cane 1.type: Adjustable Offset-walking Cane 2. Material: Aluminum 3.tip Size: 18 4. Height Adjustment: 31 Inches To 39 Inches (with 1 Inch. Increment) 5.weight Capacity: 200 - 250 Lbs. (minimum) 6.with Rubber Handle; With Push-botton Height Adjustment 7. The Item Must Be Of Good Quality 5 Piece Carpet 4ft. X 8 Ft 1.material: Polyster 2. Color: Any Patterned Color 3.dimension:48 Inches X 96 Inches (minimum) 4.the Item Must Be Of Good Quality 5 Set China Ware 1.material: Porcelain 2. Fit To Be Used In Ovens And Microwaves 3.specific Dimensions: Dinner Plate Diameter: 10 Inches (minimum) 4. Salad Plate Diameter: 7 Inches (minimum) 5.bowl Diameter: 5 Inches (minimum) 6.mug: 12 Oz. (minimum) 7. The Item Must Be Of Good Quality 8. Set Includes: 1 Piece Dinner Plate, 1 Set Salad Plate, 1 Piece Bowl, 1 Piece Mug 10 Piece Clothes Brush 1. Type: Rectangular Clothes Brush 2. Handle Material: Wood 3. Bristle Material: Plastic Bristle 4. Color: Any Color 5.overall Dimension: ( L X W X H) 140 -160 Mm X 45- 60 Mm X 20 -30 Mm (minimum) 6. The Item Must Be Of Good Quality 10 Piece Clothes Hamper 1. Type: Square Hamper 2. Material: Polyester 3. Color: Any Color 5. Dimension: ( L X W X H) 32 To 34 Cm X 36 To 38 Cm X 56 To 58 Cm (minimum) 5. The Item Must Be Of Good Quality 2 Piece Clothes Rack 1.type: Single-pole Clothes Rack 2. Material: Stainless Steel 3. Dimension: ( L X W X H) 30 To 32 Inches X 14 To 38 Inches X 62 To 64 Inches (minimum) 4. Comes With 4 Caster Wheels 5. The Item Must Be Of Good Quality 3 Piece Comforter 1.type:comforter 2. Material: Polyester 3.color: Any Color 4. Dimension: ( L X W) 84 To 88 Inches X 62 To 65 Inches (minimum) 5.thickness: 20-30 Mm (minimum) 6.washable 7. The Item Must Be Of Good Quality 3 Piece Commode 1.type: Foldable Commode 2. Durable Plastic Snap- On Seat And Lid Withouot Pushing Buttons 3. Blue Powder-coated Steel-welded Construction 4. Plastic Arms For Added Comfort 5.comes Complete With 12 Qt. Commode Bucket With Carry Handle, Cover And Splash Shield 6. Specifications: Width 18 Inches Between Arms/ 22.5 Inches Outside Approximate 7. Set Dimensions: W 32 -36 Cm X D 35 -40 Cm, Height 38 -54 Cm Approximate 8. Weight 13 Lbs., Weitgh Limit 350 Lbs. 9. The Item Must Be Of Good Quality 5 Set Cooking Utensils 1. Material: Stainless Steel 2. The Set Is Comprised Of Ff:; 1 Pc. -16 X 9.5 Cm Sauce Pan With Glass Lid (minimum) 3. 1 Pc. - 16 X 95 Cm Casserole With One Glass Lid, (minimum) 4. 1 Pc. - 18 X 10.5 Cm Casserole With Glass Lid, (minimum) 5.1 Pc. - 20 X 11. 5 Cm Casserole With Glass Lid, (minimum) 6. The Item Must Be Of Good Quality 2 Piece Crutches, Adjustable 1.type: Adjustable Crutches 2. Set Includes: 3 Pcs./set 3.material: Aluminum Powder-coated 4. Color: Any Color 5.weight Capacity: 300 Lbs. (minimum) 6. Dimensions: Youth Size 7. User Heights: 4 Ft. 6 Inches To 5 Ft. 2 Inches 8. Underarm Height: 37 Inches To 46 Inches 9. Adult Size: User Heights: 5 Ft. 2 Inches To Ft. 10 Inches 10. Underam Heights: 45 Inches To 53 Inches 11. Tall Adult Size: User Heights: 5 To 10 Inches 12. Underam Height: 53 Inches To 61 Inches 13. The Item Must Be Of Good Quality 10 Piece Cutlery 1.material: Stainless Steel 2. 20 Pieces Set For 4 3. 4 Dinner Knives 4. 4 Dinner Forks 5. 4 Dinner Spoons 6. 4 Salad Forks 7. 4 Tea Spoons 8. The Item Must Be Of Good Quality 10 Piece Cutting Board, Plastic 1. Material: Polyethylene Plastic 2. Color: Any Color 3. Dimension: ( L X W X H) 240 - 260 Mm X 140 - 160 Mm X 10 - 15 Mm (minimum) 4. Reversible Cutting Surface 5. The Item Must Be Of Good Quality 10 Piece Digital Thermometer, 32 C-42.9 C (90.0f-109.9f 1. Case Material: Hard Plastic (pe) Polyethylene 2. Color: Any Color 3. Range: 32 C - 42.9 C (90.0f-109.9f) 4. Accuracy: + 0.1c 35.5c-42.0c(+ 0.2 F 95.9f-107.6f) 5. Battery Operated 6.memory: Last Measuring Reading 7.alarm: Approx. 10 Seconds Sound Signal When Peak Temperature Reached. 8. The Item Must Be Of Good Quality 2 Piece Dressing Trolley 1.material: Shelves: Powder-coated Steel Sheet 2. Dimensions: ( W X D X H) 48 - 50 Cm X 48 - 50 Cm X 83 - 85 Cm (minimum) 3.number Of Shelves: 2 4. With Four Revolving Castors, Two Lockable 5. The Item Must Be Of Good Quality 10 Piece Electric Knife 1. Type: Electric Knife 2. Material: Stainless Steel And Hard Plastic, (pe) Polyethylene 3. Power Supply: 220/240 Volts, Ac 50/60 Hz. 4. Dimensions: 4.25 X 2.75 X 11.88 Inches (minimum) 5.comes With Touch Button Control, Safety Lock And English User & 39;s Manual 6. Comes With English Manual That Contains: Users Guide, List Of Parts, Maintenance Guide, 7. The Item Must Be Of Good Quality 10 Piece Face Towel/towellete 1. Type: Face Towel 2. Material: 100% Cotton 3. Color: White 4. Dimension: ( L X W ) 28- 32 Cm X 28 -32 Cm (minimum) 5. Washable 6. The Item Must Be Of Good Quality 10 Piece Feeding Bottle Brush 1. Bristle Material: Nylon 2. Color: Any Color 3. Handle Material: Hard Plastic, (ps) Polystyrene 4. Total Length: 280 -320 Mm (minimum) 5. Fit With The Standard Feeding Bottle For The Baby 6.comes With Nipple Brush 7. Washable 8. The Item Must Be Of Good Quality 5 Set Feeding Utensils (child) 1.material: Hard Plastic, (ps) Polystyrene 2. Sets Includes: 6 Pcs./set 3. 1 Pc Knife 4. 1 Pc- Plate 5. 1 Pc. -bowl 6. 1 Pc. - Cup 7. 1 Pc. -fork 8.1 Pc. - Spoon 9. Color: Any 10. The Item Must Be Of Good Quality 7 Set First Aid Kit Type: Emergency Case; Contents: First Aid Quick Reference Guide, 1 Pc; Sterize Gauge Swab (4x 4 X 12 Ply) 100 Pcs/pack, 1 Pack; Adhesive Strips/band-aid, 50 Pcs/pack, 2 Packs; Gloves, Disposable, Medium Size, 2 Pairs; Hypo Allergenic Adhesive Tape, 5 Cm X 5 Cm, 2 Rolls; Triangular Bandage/arm Sling, Min 90 Cm X 90 Cm X 120 Cm, 2 Pcs; Safety Pins, 1 1/4 Inches, (12 Pcs), 1 3/4 Inches (12 Pcs); Stainless Steel Bandage Scissors, 2 Pcs; Betadine, 60ml, 2 -3 Years Expiration, 2 Bottles; Dust Mask, 2 Pcs; Hand Towels Or Face Towels, White Color, 6 Pcs; Gauze Bandage, Minimum 5 Cm X 4cm, 2 Rolls; Antiseptic Handwash/germicidal Soap, 60 Gms, 2 Pcs; Torniquet, 2 Pcs; Spirit Of Ammonia, 30ml, 2-3 Years Expiration, 1 Bottle; Burn Cream Ointment, 20g To 30g, 2-3 Years Expiration, 1 Tube; Medical Tweezers Min. 8 Cm, Plastic, 2 Pcs; Plastic Bags, Resealable, Minimum Of 24 Pcs, 100mm X 180mm, 24 Pcs, 150mm X 230mm; Cotton Balls, 50 Balls In A Sealed Package, 2 Packs; Hot And Cold Pack, Reusable, 1 Pack; Water Resistant And Sturdy Case W/ Handle That Can Accomodate All The Listed Items. 20 Piece Flat Sheet 1.type:bed Sheet 2. Material: 100% Cotton 3. Color: White 4. Dimension: Width - 137 - 145 Cm Length - 180 -200 Cm (minimum) 5. Washable 6. The Item Must Be Of Good Quality 10 Piece Garbage Bin Type: Swivel Lid Garbage Bin Body Shape: Round Material: Hard Plastic, Polypropylene Dimension: 4 Gallons ( Minimum) Removable Dome Shape Lid With Spring Return Swivel Preferably With Packing Case Color: Any Color Smooth And No Rough Surfaces 20 Box Gloves, Rubber (15 Mils) Medium Size (#8) Super Nitrile, Flocklined Interior (acid/solvent Resistant) Individually Packed For Hand Protection 10 Box Gloves, Surgical (disposable) 1.material: Latex 2. Color: White 3. Thickness: .09 Mm (minimum) 4. Disposable And Sterile 5. The Item Must Be Of Good Quality 20 Piece Gown (hospital) 1.type:unisex Hospital Gown 2. Material: Polyester- Cotton 3. Color: Any Color 4. Size: One Size Fits All 5. Comes With Overlap Back Closure 6. The Item Must Be Of Good Quality 5 Set Grooming Kit (hairbrush Comb, Nail Cutter, Nail Brush) 1. Set Includes: 6 Pcs./ Set (minimum) 2. Materials: Stainless Steel And Hard Plastic 3. 2 Nail Clippers/ Trimmers Of Different Sizes 4.1 Multipurpose Scissors 5. 1 Ear Pick 6. 1 Tweezer 7. 1 Comb 8. The Item Must Be Of Good Quality 10 Piece Hand Towel 1. Type: Hand Towel 2. Material: 100% Cotton 3. Color: Any Color 4. Dimension: ( L X W) 65 -75 Cm X 32 -42 Cm (minimum) 5. Washable 6. The Item Must Be Of Good Quality 3 Piece High Chair/booster Seat/ Portable Seat 1. Material: Foldable Powder Coated Steel Frame Or Its Equavalent 2. Phone Type: Corded 3. Polyester Harness, Seat/back Cushion 4. Overall Dimensions: ( L X W) 65 -75 Cm X 50 -60 Cm X 90 - 102 Cm (minimum) 5. Capacity: 40 Lbs. (minimum) 6. With 3-position Seat Recline 7. The Item Must Be Of Good Quality 10 Piece Hot Water Bag 1. Material: Rubber Or Its Equavalent 2. Color: Any Color 3. Overall Dimension: (lxw) 200- 300 Mm X 150 -200 Mm (minimum) 4. Leak-proof And Washable 5. The Item Must Be Of Good Quality 10 Piece Kettle 1. Material: Heat-resistant Hard Plastic 2. Capacity: 1- 1.5 Liters (minimum) 3. Height: 25-35 Cm (minimum) Approx 4. Voltage: 220/240 Volts, Ac 50/60 Hz 5. Power In Watts: 1000 To 1500 Watts 6.comes With Automatic Shut-off Feature And Permanent Water Level Indicator 7. Pitcher-type With Pouring. 8. Comes With English Manual That Contains: Users Guide, List Of Parts, Maintenance Guide, 9. The Item Must Be Of Good Quality 10 Set Measuring Cups .. 1/4, 13, 1/2 1 Cup Set 1. Materials: Stainless Steel 2. Set Includes: 4 Pcs./set; 3. 1 Pc. - 1/4 Cup (60 Ml) 4. 1 Pc- -1/3 Cup (80ml) 5. 1 Pc.- 1/2 Cup (125 Ml) 6. 1 Pc. - 1 Cup ( 250 Ml) 7. Thickness: .5 Mm To 1 Mm (minimum) 8. The Item Must Be Of Good Quality 10 Piece Medical Tray 1. Type: Tray 2. Material: Stainless Steel 3. Overall Dimension: (lxw X D) 300- 350 Mm X 200 -250 Mm X 12 - 19 Mm (minimum) 4. Thickness: .7 To 1 Mm (minimum) 5. The Item Must Be Of Good Quality 2 Set Mixing Bowl, Stainless, 6-piece Set 1. Material: Stainless Steel 2. Quantity Of Set: 6 Pcs./set 3. Dimension: 3/4 Qt., 1.5 Qt., 3 Qt., 4 Qt., 5 Qt., 8 Qt., 4. The Item Must Be Of Good Quality 10 Piece Pail, Plastic, 10 Liters 1. Material: Polyethylene Plastic 2. Dimension: 25-30 Cm Diameter X 23-27 Cm Depth (minimum) 3. Color: Any Color 4. Chromed Finished Handle 5. Capacity: 10 Liters (minimum) 6. Material Must Be Non-toxic 7. The Item Must Be Of Good Quality 10 Piece Pans 1. Type: Frying Pan 2. Material: Stainless Steel 3. Handle: With Hard Plastic Heat Insulation 4. Tempered Glass Lid With Steam Hole 5. Size 23 -26 Cm With Lid 6. The Item Must Be Of Good Quality 10 Piece Peeler 1. Type: Peeler 2. Blade Material: Stainless Steel 3. Handle Material: Stainless Steel 4. Overall Dimensions: 18 X 8 Cm (minimum) 5. Comes With Self-locking 6. The Item Must Be Of Good Quality 10 Piece Pick Up Forcep 1. Type: Curved Forceps 2. Material: Stainless Steel 3. Overall Length: 100-130 Mm (minimum) 4. Comes With Self-locking 5. The Item Must Be Of Good Quality 10 Piece Pillow 1. Material: Cotton 2. Color: Any Color 3. Dimensions: ( L X W) 50 - 56 Cm X 75 - 180 Cm (minimum) 4. With 4 Inches Hems 5. Washable 6. The Item Must Be Of Good Quality 20 Piece Pillow Case 1. Material: Cotton 2. Color: Any Color 3. Dimensions: ( L X W) 50 - 56 Cm X 75 - 180 Cm (minimum) 4. With 4 Inches Hems 5. Washable 6. The Item Must Be Of Good Quality 10 Piece Portable Mixer 1. Type: Portable Mixer 2. Material: Stainless Steel, Clear Acrylic 3. Capacity: 16-18 Oz. (minimum) 4. Size: 170 - 220 Mm X 75- 100 Mm 5. Requires 2 Aaa Batteries 6. Power In Watts: 250 To 300 Watts 7. The Item Must Be Of Good Quality 10 Piece Potato Masher 1. Type: Portable Masher 2. Material: Stainless Steel And Hard Plastic 3. Mesh Head Diameter: 70-90 Mm (minimum) 4. Overall Length: 250 - 270 Mm (minimum) 5. Handle Length: 120-140 Mm (minimum) 6. Washable 7. The Item Must Be Of Good Quality 5 Set Pots 1. Type: Cooking Pot 2. Material: Stainless Steel 3. Set Includes: 4 Pcs./set 4. 1 X Pot With Lid 5. 1 X Pan With Lid 6. 1 X Strainer 7. 1 X Egg Streamer 8. Size: (l X W X H) 40 To 42 Cm X 12 To 14 Cm X 26 To 28 Cm 9. The Item Must Be Of Good Quality 5 Piece Skillet 1. The Item Shall Have The Following Specifications. Material Including Handle: Cast Iron 2. Color: Any Color 3. Dimension ( Dia. X Depth): 250 - 320 Mm X 50 - 70 Mm (minimum) 4. Handle Casted With The Body And Having Plastic Or Rubber Heat Insulator 5. Body Thickness: 1.5 - 3 Mm (minimum) 6. Washable 7. The Item Must Be Branded And Have Good Quality. 5 Piece Sphygmomanometer 1. Type: Aneroid 2. Material: Nylon Cuff And Inflation Bag, Die - Cast Zinc Manometer 3. Package Inlcluded: 1 X Aneroid Sphygmomanometer. 4. Size: ( L X W X H Cm) = 18 To 20 Cm X 11 To 13 Cm X 11 13 Cm 5. Nylon Zippered Carrying Case 6. Capacity: 0 To 300 Mm Hg 7. The Item Must Have Good Quality. 5 Piece Stethoscope 1. Type: Dual Head Stethoscope 2. Material: Stainless Steel Chestpiece And Eartubes 3. Reinforced Pvc Tubing 4. Soft Pvc Eartips 5. Color: Any Color 6. Bell Diameter: 18-25 Mm Approx. 7. Diaphragm Diameter: 25-50 Mm Approx. 8. Overall Length: 66-75 Cm (minimum) 9. The Item Must Be Of Good Quality 5 Piece Urinal 1. Type: Unisex Portable Urinal 2. Material: Hard Plastic, (pp) Polypropylene 3. Color: Any Color 4. Total Capacity: 28 Oz. Minimum 5. Dimension: ( L X W X H) 270 To 290 Mm X 145 To 160 Mm X 70 To 80 Mm ( Minimum) 6. Thickness: 1 Mm To 3 Mm (minimum) 7. The Item Must Have Good Quality. 5 Piece Vacuum Cleaner 1. Material: Plastic (pp) Polypropylene Or Its Equavalent 2. Color: Any Color 3. Suction Power: 18 To 22 Kpa (minimum) 4. Tank Capacity: 24 Liters (minimum) 5. Vacuum Hose Length: 6 To 8 Ft. (minimum) 6. Power Supply: 220 V - 240 Ac , 50/60 Hz. 7. With Accesories: Extension Wand, Utility Nozzle, Standard Paper Filter 8. Comes With English Manual That Contains: Users Guide, List Of Parts, Maintenance Guide, Safety Guide 9. The Item Must Be Branded And Good Quality 3 Piece Wheel Chair 1. Type: Foldable Wheel Chair 2. Overall Dimensions: ( L X W X H) 40 - 44 Inches X 26 - 30 Inches X 34 - 38 Inches ( Minimum) 3. Folded Dimensions: ( L X W X H ) 40 To 44 Inches X 10 To 14 Inches X 34 To 38 Inches (minimum) 4. Capacity: 350 Lbs. (minimum) 5. With Padded Arm Rests; With Push-to-lock Wheel Brakes 6. The Item Must Be Of Good Quality Lot 2. Sta. Maria National High School (hairdressing Nc Ii)- Php 323,170.00 5 Pcs. Bowl, Mixing, Plastic With 10.5 Cm X 6cm 2 Pcs. Bowl, Shampoo, Stainless Steel Frame, Bowl Dimensions: 19 Inch X 20 Inch X 10 Inch With Hose Attachment Of 7 Ft. 5 Box Box, Hairpin, Metal With 3.5 X 4.5 X 0.5 Inches(100 Pcs Per Box) 5 Pcs. Brush, Applicator, Plastic With 70mm X 80mm 5 Pcs. Brush, Hair, Plastic Bristle And Wooden Handle, Width - 2 Inches 10 Pcs. Cap, Frosting, With Hook, Silicone With 31cm X 22cm,rounded Metal Hook 10 Pcs. Cap, Heating, Waterproof, Cordless With 21-24 Inches 10 Pcs. Cape, Polyester With 125 Cm X 140 Cm 5 Pcs. Chair,high, Metal Painted With Anti Rust With 15 Inches X 33 Inches, Synthetic Leather Seat 5 Pcs. Chair, Hydraulic, Metal Base With 59 Cm X 54 Cm X 51-78cm, 180kg, 360' Rotation 10 Pcs. Clamp, Plastic, Length:9.5cm, Thickness:10mm 10 Pcs. Clamp, Duck Bill, Metal, Length: 11 Cm, Elasticity Stainless Steel Spring 5 Pcs. Clipper, Hair, Body Material: Hard Plastic, Blade Material: Carbon Steel, 6 Watts 10 Pcs. Comb, Afro, Plastic, Length: 7 Inches, Width: 3.25 Inches, Number Of Teeth: 12 Teeth, Teeth Height: 2.5 Inches 10 Pcs. Comb, All Purpose, Plastic, 18 Cm Long , Has Both Fine And Medium Teeth Position On One Side Only, Height Of The Teeth: 2 Cm 10 Pcs. Comb, Haircutting, Hard Plastic, Length Including The Handle:180mm, Width: 30mm With Detachable Steel Blades And Blade Holder 10 Pcs. Comb, Large Toothed, Plastic, Size:15 Cm, Number Of Teeth: 10 Teeth, Gap Between Comb's Teeth: 0.4 To 0.5 Cm , Teeth Size: 0.3 Cm X 4cm 10 Pcs. Comb, Tail, Plastic, Size : 8 Inches X 1 Inches, Tail Length: 4 Inches Tooth Length: 3/4 Inch 10 Pcs. Comb, Teasing, Plastic,1st Row: Large Teeth 25 Mm Long, 2nd Row: Small Teeth 19 Mm, Over-all Size: 20cm X 3.8 Cm 5 Pcs. Comb, Wide Tooth, Plastic, Size:15 Cm, Number Of Teeth:10 Teeth, Gap Between Comb's Teeth:0.4 To 0.5 Cm, Teeth Size: 0.3cm X 4cm 8 Pcs. Crimpers, 25 Watts, Size:38 Cm X 15.5 Cm X 9 Cm, Maximum Temp.: 200 Degrees Centigrade, Rated Voltage:10 -230volts Ac 5 Pcs. Curling Iron, Ceramic, 65watts, 210-240volts Ac, Barrel Size: 1 Inch, Adjustable Heat Setting Of 200 Degrees Centigrade, Swivel Cord Up To 360 Degree 5 Pcs. Drip Pan, Hard Plastic, Size:17.5 X 25.8 X 1 Inches, Thickness: 1/8 Inch, Shallow Rectangular Type 5 Pcs. Dryer, Hair, 1000w, Rated Voltage: 220vac, 18.5cm X 16cm X 6.5cm With Plastic Handle Design 10 Box Gloves, Disposable, Size: 25cm X 23cm, 100 Pcs Per Box 5 Pouch Gloves, Rubber, Medium, Thickness: 4 Mil, Acid Resistant 5 Pouch Gown, Smock, Polyester, Sizes: Small (50inches X 56inches);medium (52inches X 58inches); Large (54 Inches X 60inches) 10 Pouch Hairclips, Metal, Size:67mm X 19mm 10 Pack Hairnet, Invisible, Nylon, Size: 55mm, Stretchable, Color: Black 10 Pc Headband, 6 Inches, Woven Crochet Tube 10 Pc Headband, Flannel, Cloth, Size : 45 Cm, Width: 8 Cm 6 Pc Infrared Iron, Ionic Ceramic Tourmaline-infused Plates And Abs Plastic Body, Power: 70 Watts, Power Rating: 220-240 Volts Ac; Over-all Size: 24 Cm, Heating Plate 50 Mm, Heating Time: Within 30 Seconds;variable Heat Settings: From 250 To 450 Degrees Fahrenheit 10 Pc Mirror, Hand, Plastic, Size 15 Cm Diameter, Frame Thickness: 6.5mm, Over-all Length With The Handle: 20 Cm 3 Pc Mirror, Modular, Plain Mirror, Mirror Material: Glass, Frame Material: Aluminum (cut To Fit), Dimensions: 75 Cm X 65 Cm, Mirror Thickness: 6mm 10 Pc Prong Clip, Double, Steel, Size: 45 Mm 10 Pc Prong Clip, Single,steel, Size: 55 Mm 10 Pc Razor, Straight, High Carbon Steel, Foldable Straight Razor, Replaceable Blade; Dimensions: 14 Cm X 2 Cm When Folded; Double-edged Razor Blades 3 Dz Roller Pins, Metal, Size: 60mm Long, Quantity By Dozen(12 Pieces) 10 Pc Rollers, Jumbo, Plastic 44mm In Diameter X 64mm 10 Pc Rollers, Large Sized, Plastic, Size: 40mm Diameter X 60mm Long 10 Pc Rollers, Medium Sized, Plastic; Diameter: 38 Mm ,length: 58mm 4 Pc Scissor, Cutting, Stainless Steel,length: 17cm,blade Width 10 Cm 4 Pc Scissor, Thinning, High Carbon Steel, Blade Length 6cm, Style: Right Handed Scissor, Length: 17cm 5 Pc Scoop, Plastic, Capacity:1/2 Cup, Rounded Edges With Handle Thickness: 1.5 Mm 5 Pc Shower Cap, Plastic, Size: One Size Fits All Or 30cm 5 Pc Spatula, Plastic, Dimension: 7.5 Cm X 1.5 Cm 5 Pc Spray Gun, Transparent Plastic, Capacity: 300ml, Dimension: Bottom Is 7 Cm And The Height Is 17cm 3 Pc Steamer, Hair, 450 Watts, 220 Volts/50-60hz, Hood Material: Polycarbonate, Hood 30 Cm Diameter Opening X 25 Cm, Timer Setting Is Up To 60 Minutes, 32 Ounce Water Reservoir, Adjustable Height 100- 150cm 30 Pcs. Stool, Metal, Electroplated, Load Capacity: 150kg, Design: Swivel Stool With Backrest With Hydraulic Lift To Adjust Height Freely Lot 3. Sta. Maria National High School (wellness Massage Nc Ii)-php 198,338.00 5 Pcs. Dummy, Anatomical, Plastic, 32" Tall, 27 Removable Parts That Are Held On By Metal Screws, Posts, And Hooks, Brain (2parts), Lungs (2 Parts), Heart (2 Parts, Liver, Intestines, Stomach, Base Is 13" X 9" (removable), Weighs 12 Lbs. 5 Pcs. Massage Bed/table, Hard Wood With Steel Bracings, Hardwood Frame, Marine, Plywood Deck; Color: Black, Dimensions: W:75 Cm X L:183 Cm X H: (adjustable) Height: Adjustable From 24 In. - 33in., Leg Thickness - 35mm, Cushion System: High Density Foam (7.5 Cm / 2.95") With Pu Leather Cover (1mm Thick), Weight Capacity: 250 Kg(minimum), Gross Weight: 21 Kg 2 Pcs. Massage Chair, Padded With 3" Thick, High-density, Small-cell Foam, Size: 14"-diameter Seat But Without Back And Arm Rest, With Metal Post And Hard Plastic Star, Pneumatic Spring Will Effortlessly Adjust The Height From 18" To 24" With The Pull Of A Lever, Five Heavy-duty, Smooth-rolling Wheels, Load Capacity: 265 Lbs / 120 Kg (maximum), Smooth Surface And No Sharp Edges 6 Pcs. Sphygmomanometer, 33 To 42 Cm Arm Diameters, Accuracy: ±3mm Hg;measurement Range : 0mm Hg To 300mm Hg; Smallest Scale: 1mm Hg Index And Range Markings On The Dial For Clear Readings, Nylon Cuff Is Durable And Stain Resistant With A Velcro Closure 6 Pcs. Stethoscope, Stainless Steel Double Chest Piece, Color: Black, Tubing Description: Y-tube Pvc, Uses Extra Soft Replaceable And Pivotable Ear Tips, The Binaural Is Chromium-plated, Chest-piece Diameter: 44 Mm And Non-chill Rim, Overall Length: 29" /74 Cm 6 Pcs. Talking Sphygmomanometer, Nylon Cuff Sizes: 33 To 42 Cm Arm Dia, Dimensions: 98mm*126mm*60mm, Measurement Range : 0mm Hg To 300mm Hg; Smallest Scale: 1mm Hg, Weight: 450g , Range: 20~280mmhg(0.4kpa-37.3kpa), Pressure Accuracy: ±3mmhg(±0.4kpa), Pulse Measurement Range: 40 ~199 Beats /min, Voltage: 4*aaa Alkaline Batteries 25 Pcs. Talking Thermometer, Hard Plastic, Sensing Unit: Thermistor, Measurement Range: 32 C - 42 C (89.6f-107.6f), Measurement Accuracy: ± 0.1c 32c-42.0c (± 0.2 F 89.6.9f-107.6f), Power Supply: 1.5v Dc, Lr41 Alkaline-magnesium Button Battery Real Voice, Temperature Display: 3-digit, +deg C (deg F) Display In 0.1 Degree Increment, Dimension Approx.: 2.0 (w) X 4.4 (h) X 1.2 (d) Inches / 51 (w) X 110 (h) X 30 (d) Mms 26 Pcs. Thermometer, Digital, Hard Plastic, Sensing Unit: Thermistor, Measurement Range: 32 C - 42 C (89.6f-107.6f), Measurement Accuracy: ± 0.1c 32c-42.0c (± 0.2 F 89.6.9f-107.6f) Power Supply: 1.5v Dc, 1 Lr41 Alkaline-magnesium Button Battery , Power Consumption: 0.1mw, Temperature Display: 3-digit, +deg C (deg F) Display In 0.1 Degree Increment, External Size (mm): 19.4(w) × 132.5 (l) × 10.0(d) 10 Pcs. White Board, White Formica Laminated, Board Size: Rectangular 1800mm W X 1000 To 1200mm H, Board Edges Secured With Aluminum Clip Edging 17 Mm Wih Plastic Corner Caps, The Stand And Frame Are Constructed With Aluminum Or Powder Coated Steel 25mm Square Tube , Sturdy, No Wobble With 4 Lockable Hard Plastic Caster Wheels, Height From Floor: 210 To 214cm Lot 4. Sumirap National High School And Tangub City National High School (bpp Nc Ii)-php 519,702.00 10 Set Air Compressor With Airbrush Cake Decorating Set(airbrush Gravity Feed Dual Action Airbrush Compressor Kit 0.2/0.3/0.5mm Needle Air Brush For Cake Decorating Painting. Material: Aluminum + Copper Type: Single Cylinder Piston Compressor Power: 1/5 Hp Plug Type: Eu Voltage: 220-240v/50hz Speed: 1450 Rpm Air Volume Per Minute/liter: 23l/min Maximum Pressure: 7bar (100psi) Working Pressure Of Spray Gun: 15-50psi Low Noise: ≤50db Accessories: Pressure Gauge, Pressure Gauge, Air Filter Automatic Stop, Starts At 2.8 Bar, Stops At 4 Bar (special Pressures Available) Connection: With Connection G 1/8" Bsp Cable: Approx. 1.8m / 6ft) 40 Pc Egg Beater(stainless Steel Semi-automatic Mixer/manual Whisk Egg Beater Kitchen Cooking Tool) 40 Set Board, Chopping ,6 Color( Type: Food Grade Body Shape: Rectangular Material: Plastic (polypropylene), Food Grade Board Size: Length: 38 Cm (minimum) Width: 30 Cm (minimum) Thickness: 1.27 Cm (minimum) Color-coded For Use With Different Types Of Food, Blue, Red, Yellow, Green, Brown And White, Preferably Packed In Set Comes With No Sharp Edges And With Hole For Storage Purposes) 10 Pc Double Boiler (material: Stainless Steel Thickness: 1/16 Inch (1.5 Mm) (minimum) Lid Material: Glass Rivetedhandle On Both Side Diameter: 9 1/2 Inches (minimum) Total Height: 9.4 Inches (minimum) Inset Bottom Diameter: 9 Inches (minimum) Inset Top Diameter: 9 Inches (minimum) Capacity: 2 Liters (minimum) Must Be A Set Which Includes One (1) Saucepan, One (1) Boiler, And One (1) Lid With Stainless Steel Handle And Smooth Surfaces With No Sharp Edges) 80 Set Bowl, Mixing Set Stainless (premium Stainless Steel Mixing Bowls Bowl Sizes Are: 5 Qt, 4 Qt, 3qt, 1.5qt, And ¾ Qt And They Each Fit Perfectly Within One Another) 70 Set Cake Pan, Round, Size: 4''x3'' (non-stick Aluminum Alloy Cake Round Pan) 30 Set Cake Stand, With Tier (type: Cake Stand With Tier, Food Grade Body Shape: Circular With 3 Tier Material: Hard Plastic, Polypropylene, 4 Mm Thick The Tier Consists Of The Following Sizes: Tier 1: 18 Cm Diameter (minimum) Tier 2: 25 Cm Diameter (minimum) Tier 3 : 30 Cm Diameter (minimum) Column Diameter: 20 To 30 Mm (solid) Distance Between Tiers: 15 Cm Over-all Length: 30 Cm (minimum) Assembled Column Is Used For Maximum Strength And Stability Of The Stand Must Be Packed In Set ) 60 Pc Cake Turn Table (type: Turn Table Body Shape : Circular Material: Cast Aluminum Plate.and Cast Iron Base Upper Plate: 30 Cm Diameter (minimum) And 1.4 Cm Thickness (minimum) Base Dimensions: 18 Cm (minimum); 1.4 Cm Thickness (minimum) Total Height: 10 Cm To 15 Cm Turntable With Ball Bearing To Turn Easier Preferably Packed In Any Kind Of Packaging Comes With No Sharp Edges To Rotate Smoothly In 360 Degrees Clockwise Or Counter Clockwise ) 30 Pc Coupler (type: Foood Grade Body Shape: Tubular Material: Hard Plastic, Polypropylene, Any Bright Color Height: 3cm (minimum) Top Diameter: 1.27 Cm (minimum) Bottom Diameter: 2.54 Cm (minimum) Preferably With Storage Case The Materials Used Must Be Non-toxic And Dishwasher Safe ) 50 Set Cup, Measuring (stainless Steel Measuring Cup Set For Dry Ingredients. Composed Of 1 Cup, 3/4 Cup, 1/2 Cup, 1/4 Cup, 1/8 Cup) 50 Set Cup, Measuring 250 Ml. For Liquid Glass (250 Ml Heat Resisting Measuring Glass) 40 Set Cup, Measuring 500 Ml. For Liquid Glass (500ml Heat Resisting Measuring Glass) 40 Pc Cutter, Dough (type: Scrapper Body Shape: Straight Blade Material: Stainless Steel Straight Blade With Stainless Steel Handle Blade Dimension: Lenght : 15 Cm X Width: 11 Cm X Thickness: 1.2 Mm(minimum) Handle Dimension: Length: 15 Cm X Diameter: 3 Cm (minimum) Preferably With Packing Case Food Grade And Dishwasher Safe Design Allows Item To Be Hung For Storage) 40 Pc Cutter, Pie (stainless Steel Rolling Knife/pizza Cutter) 30 Pc Flour Sifter,hand Cranked (type: Hand Cranked Body Shape: Round Shape Material: Stainless Steel Dimension: Diameter: 133.3 Mm ( Minimum) X Height: 165 Mm (minimum) Thickness: 0.79 Mm (minimum) (body) And Constructed With Stainless Steel Wire Mesh # 30 Bottom Volume Markings Should Be Seen Inside And Outside Of The Sifter Capacity: 5 Cups (1.18 Liter) Spring Action Squeeze Handle Stainless Steel Preferably With A Packing Case Dishwasher Safe) 40 Pc Grater (type: Four Sided Box Grater Body Shape: Box In Shape Material: Stainless Steel Blade And Plastic (polypropylene Handle) Grater Dimensions: Height- 25 Cm X Width-13 Cm X Depth-10 Cm (minimum) Side 1: Large-hole Shredder With 6 Mm Hole Side 2: Slicer Side 3: Small-hole Shredder With 3 Mm Hole Side 4: Grater With Strips About 1.27 Cm To 2.54 Cm Length Preferably With Packing Case Food Grade & Dishwashing Safe) 50 Pc Knife, Kitchen (premium Quality Stainless Steel Kitchen Knife, 6-8” In Length) 20 Pc Knife, Pallete (premium Quality Stainless Steel Pallete Knife Ideal For Butter.) 50 Pc Ladle, 3oz (premium Quality Stainless Steel Soup Ladle, 3oz) 40 Pc Loaf Pan, Big (carbon Steel Non-stick Loaf Pan, Size: L=32,w=13,h=7cm Minimum) 40 Pc Loaf Pan, Medium (carbon Steel Non-stick Loaf Pan, Size: L=28, W=15.5, H=7cm Minimum) 40 Pc Loaf Pan, Small (carbon Steel Non-stick Loaf Pan, Size: L=25.5, W=13.5, H=6cm Minimum) 40 Pc Muffin Pan, Big (carbon Steel Non-stick Muffin Pan, 12 Holes,3oz) 40 Pc Muffin Pan, Medium (carbon Steel Non-stick Muffin Pan, 9 Holes,3oz) 40 Pc Muffin Pan, Small (carbon Steel Non-stick Cupcake Pan, 6 Holes) 70 Pc Pie Pan, 10'' (premium Stainless Steel/aluminum Pie Plate. Thick And Durable, 10” In Diameter) 70 Pc Pie Pan, # 8 (premium Stainless Steel/aluminum Pie Plate. Thick And Durable, 8” In Diameter) 50 Set Pillars, Cake (premium Quality Acrylic Cake Support Pillar, 12cm In Diameter(minimum),straw Size Diameter ) 60 Pack Piping Bag (reusable Silicone Piping Bag, Biggest Size, 100pcs Per Pack) 40 Pc Rectangular Pan (carbon Steel Non-stick Rectangular Cake Pan. Size: L=10.8", W=7", H=1.5", Minimum) 70 Pc Rolling Pin, Plastic (non-stick Rolling Pin Made With Food Grade Nylon, Size:13") 100 Pc Rubber Scraper, Silicone (size: 21cm X 4.1cm, Material: Silicone) 40 Pc Sauce Pan Non Stick (non-stick Sauce Pan With Lid, Size: 20cm) 40 Pc Sheet Pan / Cookie Sheet (aluminum Baking Sheet, Size: 13x18”) 50 Set Spoon, Measuring (premium Quality Stainless Steel Measuring Spoon Set, Compost Of 1/8tsp, 1/4tsp, 1/2tsp, 1tsp, 1/4tbsp, 1/2tbsp, 1tbsp)) 70 Pc Spoon,wooden (premium Quality And Durable Long Handled Wooden Spoon/ladle. Length: 30.5cm Minimum) 40 Pc Strainer (stainless Steel, Fine Mesh Strainer, Size: 18cm) 40 Set Tip, Decorating, Large (type: Tube Tips Body Shape: Nozzles With Different Shape Material: Stainless Steel Tube Height: 3.5 Cm To 5 Cm Tube Diameter: 2 Cm To 3.5 Cm Thickness: 0.5 Mm (minimum) Tube Tip: Assorted Designs (create Swirls, Rosettes, Flowers, Roping,stars, Leaves And Other Designs Comes With 24 Different Shapes Of Nozzles Packed In Plastic Storage Box Smooth And Deformities Free Must Be Branded) 30 Pc Weighing Scale, 10 Kg. (kitchen Weighing Scale, 10kg Maximum) 40 Pc Weighing Scale, 5 Kg. Digital(digital Kitchen Weighing Scale, Digital Price Computing Weight Electronic Scale, Capacity Is At Least 5kilograms, Pan Size 34.5 X 23.5cm) 70 Pc Wire Whisk, Medium (stainless Steel Wire Whisk, Size: 14”) Lot 5. Sumirap National High School And Tangub City National High School ( Cookery Nc Ii )-php 1,405,964.00 30 Pcs. Apple Corer, Body Shape: Tubular Material: Stainless Steel Total Length: 18 Cm (minimum) Handle Material: Hard Plastic, Polypropylene Handle Dimension: Length-10 Cm X Diameter-2 Cm (minimum) Blade Size: Length-8cm X Diameter-2 Cm (minimum) Preferably With Packing Case Dishwasher Safe. 4 Pcs. Bain Marie, Table, (food Warmer) Body Shape: Rectangular Material: 304 Stainless Steel, 0.8 Mm Thick (minimum) Dimensions: Length-1500 Mm X Width-700mm X Height-800 Mm (minimum) Power Soiuce: Voltage: 220 Volts - 230 Volts, 50 Hz/ 60 Hz With Royal Cord 1.5 Meter Long With Attachment Standard Type A Male Plug Or Provide Plug Adopter 10a/220v 20 Pcs. Blender, Electric Heavy Duty, Body Shape: Round Jar Material Housing: Plastic (polypropylene) Jar Height : 25 Cm To 28 Cm Jar Thickness: 4 Mm To 8 Mm Heat Resistant Glass Jar With Cover Source Voltage: 220 Volts / 240 Volts,50 Hz / 60 Hz With Power Cord 1.5 Meter Long With Attachment Of Standard Type A Male Plug Or Provide Plug Adopter 10a/220v. Power Wattage: 300 To 700 Watts Blade: Stainless Steel, 3 To 4 Metal Blades 40 Pc Board, Chopping/ Cutting, Plastic, Body Shape: Rectangular Material: Plastic (polypropylene), Food Grade Board Size: Length: 15 Inches (minimum) Width: 12 Inches (minimum) Thickness: 0.5 Inch (minimum) With Hole For Storage Purposes Preferably With Packing Case Food Grade And Dishwasher Safe. 20 Pcs. Boiler, Double, Material: Stainless Steel Thickness: 1/16 Inch (1.5 Mm) (minimum) Lid Material: Glass Riveted Handle On Both Side Diameter: 9 1/2 Inches (minimum) Total Height: 9.4 Inches (minimum) Inset Bottom Diameter: 9 Inches (minimum) Inset Top Diameter: 9 Inches (minimum) Capacity: 2 Liters (minimum) 30 Pcs. Braising Pan, Medium, Body Shape: Round Material: Enameled Cast Iron And Stainless Steel Size: Diameter: 28 Cm X Height: 10 Cm (minimum) Capacity: 4 Liters (approximate) With Stainless Steel Cover, Solid Cast Stainless Steel Side Handles And Riveted Handle On Both Side: Length: 10 Cm (minimum) Handle Diameter: 8 Mm To 10 Mm 30 Pcs. Can Opener, Body Shape: Materials: Stainless Steel Dimension: Length-21 Cm X Width 10 Cm X Depth:2.5cm (minimum) Multi-use: 3 In 1 Can Opener Also Opens Bottle Tops- Can Lids And Tabs. 30 Pcs. Casserole,medium Pot, Body Shape:round Material:stainless Steel, 0.7 Mm Thick Dimension: Diameter- 24 Cm X Height -14 Cm (minimum) Tempered Glass Lid Welded Handle On Both Sides, Size: 7.5 Cm (minimum) Handle Diameter: 8 Mm To 10 Mm Preferably With Packing Case . 30 Pcs. Casserole,small Pot, Body Shape: Round Material: Stainless Steel, 0.7 Mm Thick Dimension: Diameter- 20 Cm X Height -12 Cm (minimum) Tempered Glass Lid Welded Handle On Both Sides, Size: 7.5 Cm (minimum) Handle Diameter: 8 Mm To 10 Mm. 20 Pcs. Colander, Medium, Medium Body Type: Round Material: 304 Stainless Steel Diameter: 30 Cm (minimum) Capacity: 8 Quarts (9 Liters) Welded Handle On Both Sides, Size: 7.5 Cm (minimum) Handle Diameter: 8 To 10 Mm Body Thickness: 0.8 Mm (minimum) 20 Pcs. Colander, Small, Body Shape: Round Material: 304 Stainless Steel Diameter: 26 Cm (minimum) Capacity: 5 Quarts (5.6 Liters) Welded Handle On Both Sides, Size: 7.5 Cm (minimum) Handle Diameter: 8 Mm To 10 Mm Body Thickness: 0.8 Mm (minimum) Full-ring Support Base, 15 Cm Diameter Preferably With Packing Case Food Grade And Dishwasher Safe 20 Set Cup,measuring( For Solid) Set Body Shape: Round Material: Stainless Steel, 0.7 Mm Thick (minimum) Each Set Contains The Following: 1 Pc - 1 Cup (237 Ml) 1 Pc - 1/2 Cup (118 Ml) 1 Pc - 1/3 Cup (79 Ml) 1 Pc - 1/4 Cup (59 Ml) Handle Dimension: Length-12 Cm X Width-1 Cm (minimum) Measuring Capacity Engraved On The Handle Strip Handles Have Provision For Hanging Preferably With Packing Case Smooth Surfaces And Dishwasher Safe 20 Pcs. Dispenser,paper Towel Body Shape: Rectangular Material: Abs Plastic Dimensions: Length =260 Mm X Width =100 Mm X Height = 211 Mm (minimum) Capacity: 200 Paper Paper Size: Length-20 Cm X Width- 8 Cm (approximate) Mounting Style: Wall Mounted Tissue Box 12 Pcs. Fan, Electric, Ceiling Material: Metal, Plastic Size/diameter: 18 Inches Power Rating: 70 Watts (minimum), 220 / 240 Vac, 50 / 60 Hz, Single Phase Rotation Angle: 90 Degrees Base: Stable, 16 Inches Diameter (approx.) Removable Metal Guard On Front And Rear 3-speed Settings Comes With 1.5 Meters Power Cord And With Molded Male Plug To Adapt Type A Outlet (or Providing 3a Minimum Plug Adapter Is An Option) Smooth Surface, No Sharp Edges Includes User's Manual In English Which Contains: A. A Diagram Of The Parts With Their Names 6 Pcs. Fire Extinguisher With Contents .for Type A, B, C Fire: Dry Chemicals (monoammonium Phosphate) 2.portable Type 3.capacity : 5 - 6 Kgs 4.rechargeable Cylinder Metal 5.working Pressure Of Cylinder : 400 Psi 6.brass Valve With Pressure Gage 7.with Rubberized Hose And Aluminum Nozzle Attached 8.with Squeeze Lever To Discharge And Safety Pin 10.painted With Metal Primer And Red Enamel Paint 20 Pcs. Fish Poacher,medium, Body Shape: Oval Pot For Poaching Material: Stainless Steel, 0.64 Mm Thick Dimensions (l X W X D): 45 Cm X 15 Cm X 12 Cm (minimum) Handle Material: Stainless Steel Riveted Looped Handles On Both Side, 7 Cm (minimum) Handle Diameter: 8 Mm To 10 Mm Includes Stainless Steel Lid With Handle And Removable Insert 20 Pcs. Fork, Carving Body Shape: Square Shape Prong Prong Material:high Carbon Stainless Steel Overall Length: 30 Cm (minimum) Blade Dimension: Length- 15 Cm X Width- 0.5 Cm X Thickness- 0.3 Cm (minimum) Number Of Prongs: 2 Prong Comes With Square- Shaped Prongs And Pointed Tips Abs Plastictriple-riveted Handle Preferably With Packing Case 400 Pcs. Fork, Kitchen Body Shape: Standard Material: Stainless Steel Dimension: Length - 32 Cm X Width- 3.5 Cm (minimum) Fork Size: Length: 8 Cm X Width -3.5 Cm (minimum) Handle :abs Plastic Number Of Tines: 2 Tines With Tapered End 36 Dozen Frying Pan, Large, Non Stick, Body Shape: Round Pan Material: Aluminum With Non-stick Coating Thickness: 3 Mm Thick (minimum) Dimension: Diameter-30 Cm (minimum) X Height- 5.5 Cm (minimum) 40 Pcs. Frying Pan, Medium, Non Stick, Body Shape: Round Pan Material: Aluminum With Non-stick Coating Thickness: 3 Mm Thick (minimum) Dimension: Diameter-24 Cm (minimum) X Height- 4.5 Cm (minimum) Handle Material: Stainless Steel With Silicone Riveted Handle: 19 Cm Long (minimum) Preferably With A Packing Case 30 Pcs. Frying Pan Small, Non Stick , Body Shape: Round Pan Material: Aluminum With Non-stick Coating Thickness: 3 Mm Thick (minimum) Dimension: Diameter-20 Cm (minimum) X Height- 3.8 Cm (minimum) Handle Material: Stainless Steel With Silicone Riveted Handle: 12 Cm Long (minimum) Preferably With A Packing Case Oven Safe Up To 250⁰f 22 Pcs. Funnel, S/s, Medium, Body Shape: Round Material: 304 Stainless Steel Dimension: Diameter-15 Cm (minimum) X Height- 15.8 Cm (minimum) Tube Diameter: 2 Cm X Length: 7.3 Cm (minimum) Comes With Handle For Easy Hanging Preferably With Packing Case Dishwasher Safe 22 Pcs. Funnel, S/s, Small, Body Shape: Round Material: 304 Stainless Steel Dimension: Diameter-11 Cm (minimum) X Height- 10 Cm (minimum) Tube Diameter: 1.5 Cm X Length: 5 Cm (minimum) Comes With Handle For Easy Hanging Preferably With A Packing Case Dishwasher Safe. 20 Pc Garbage Bin, Body Shape: Round Material: 304 Stainless Steel Dimension: Diameter-11 Cm (minimum) X Height- 10 Cm (minimum) Tube Diameter: 1.5 Cm X Length: 5 Cm (minimum) Comes With Handle For Easy Hanging Preferably With A Packing Case Dishwasher Safe. 20 Pc Glass Rack, Body Shape: Square Material: Polypropylene Plastic Overall Dimensions: Length - 19 1/2 Inches X Width - 19 1/2 Inches X Height - 4 Inches (minimum) Compartments: Full-size 25 Individual Compartment Glass Rack Compartment Dimensions: Length - 3 1/2 Inches X Width - 3 1/2 Inches X Height - 4 Inches (minimum) Easy Grip Handles Molded Into All Four Sides Preferably With A Packing Case 20 Pc Ice Cream Scoop, Stainless Steel Ice Cream Scoop 45mm. Simply Squeeze Handle. 30 Pc Knife,boning, Body Shape: Ergonomic Material: High Carbon Steel Overall Length: 28 Cm (minimum) Blade: Length-15 Cm X Width- 3 Cm (minimum), Pointed Tip Cutting Edge Angle From Tip To The Heel Is 13 To 14 Degrees Handle Length: 12 Cm (minimum) Handle Material: Hard Plastic Handle With Rivets Preferably Wiht Packing Case Dishwasher Safe 30 Pc Knife,chef, Body Shape: Flat Materials: Stainless Steel Overall Length: 30 Cm (minimum) Blade Size: Length - 20 Cm X Width-4 Cm (minimum) Blade Thickness: 2.5 Mm (minimum) 30 Pc Knife,cleaver, Cutting Edge: Straight, Pointed End Type: Cleaver Knife Body Shape: Flat Blade Material: Forged Stainless Steel Heavy Duty Blade Length: 17 Cm (minimum) Overall Length: 30 Cm (minimum Cutting Edge: Straight Handle Material: Ergonomic Wood Handle With Triple Rivets Blade Thickness: 3 Mm (minimum) 30 Pc Knife,oyster, Body Shape: Ergonomic Blade Material: Stainless Steel Blade Dimension: Length - 7 Cm (minimum) X Width - 2 Cm (minimum) Blade Thickness: 2 Mm (minimum) Handle Material: Smooth Wooded Handle Rounded Handle Size: Length-10 Cm X Diameter- 3.5 Cm (minimum) Total Length (from The Tip Of The Handle Up To Tip Of The Blade) :17 Cm (minimum) 4 Pc Light,emergency, 2 Heads Led Materials: Metal, Anti-rust Coated Duration Time (2 Heads): 5 Hours (minimum) Automatically Light Up During Power Outage Overcharge And Over- Discharge Protection Built - In Ac Charger, Power Cord Plug To Adapt Type A Outlet (or Providing 5a Minimum Plug Adapter Is An Option) Battery Test Switch - External Safety Fuse Head: White Led 1w (minimum) 3.5 " Dome Reflector 4 Pc Meat Slicer, Body Shape: Circular Housing Material: Die Cast Aluminum Alloy And Body Painted Dimensions: Width-40.5 Cm X Depth- 45.7 Cm X Height- 38 Cm (minimum) Stainless Steel Rotary Blade Diameter: 190 Mm (minimum) Power Source: 220 Volts-230 Volts, 60 Hz With Power Cord 1.5 Meter Long With Attachment Of Standard Type A Male Plug Or Provide Plug Adopter 10a/220v 30 Set Pastry Tube, Stainless Steel Pastry Tube 24, Big 40 Pc Peeler, Y -type, Rack Dimension: Length: 38 Cm X Width 23 Cm (minimum) Type: Y-type Peelers Body Shape: Ergonomic Material: Stainless Steel Overall Dimensions (l X W X H): 7 Inches X 2 1/4 Inches X 1 Inch (minimum) Blade Material: 304 Stainless Steel, 0.7 Mm Head Dimension: (l X W X H) 2 1/4 Inches X 2 1/4 Inches X 1 Inch (minimum) Handle Material: Stainless Steel Handle Length: 4 3/4 Inches X 1 Inch Diameter (minimum) 2 In 1 Design With 2 Blade Reel, Built In Potato Eye Remover And Hole For Hanger Preferably With A Packing Case 14 Set Pepper And Salt Mill Food Grade And Non-toxic Material. Mill Cookery Nc Ii Type: Pepper & Salt Mill Body Shape: Round Body Material: Wood Size: Diameter: 5 Cm X Height: 20 Cm (minimum) Carved Of Wood With Stainless Steel Grinding Mechanism 20 Pack Piping Bag, Body Shape: Triangular Material: Transparent Disposable Plastic For Dispensing Ingredients To Pastries Length: 9 Inches Minimum Width: 3 Inches (minimum) Volume: 500 Ml (approximate) 10 Pc Plate Rack Shape: Rectangular Material: 304 Stainless Steel Dimension: Length-475 Mm X Width- 290 Mm X Height- 380 Mm (minimum) 12 Set Preparation Table With Sink, Heavy Duty Wire Shelving, 2.6 Mm Diameter (minimum) Table With Sink Cookery Nc Ii Type: Preparation Table With Sink & Sheleves Body Shape: Rectangular Material: Stainless Steel, 1 Mm Thick (minimum) Dimensions: L-1200 Mm X W - 700 Mm X H - 850 Mm (minimum) Stainless Steel Table Top And Stainless Steel Under Shelf Fully Welded Construction Sink: Left Side Single Bowl Sink With Drainer 4 Inches & Faucet Provision Sink Dimension (l X W X D) 400 Mm X 500 Mmx 25 Mm (minimum) 4 Pc Pressure Cooker, Cooker Body Shape: Round Material: Polished Aluminum Dimension: Diameter: 32 Cm X Height: 25 Cm (minimum) Capacity: 10 Quarts (11.3 Liters) Side Handles For Secure Carrying Equipped With Safety Opening Mechanism, Spring Safety Valve, Rubber Seal Ring 24 Pc Roasting Pan , Body Shape:rectangular Material: Stainless Steel Dimension: Length: 40 Cm X Width-35 Cm X Height -7 1/2cm (minimum) Thickness: 1.5 Mm Thick (minimum) Welded Handles On Both Sides Removable Stainless Steel Wire Rack 40 Pc Scissor, Kitchen Type:kitchen Scissor Body Shape: Ergonomic Blade Material: Stainless Steel, 2 Mm Thick Handle Material Heavy Duty Acrylonitrile Butadiene Styrene (abs) Plastic Overall Length: 20 Cm (minimum ) Width: 7.5 Cm (minimum) 30 Pc Siever,small Type: Fine Mesh Siever Body Shape: Round Material: Stainless Steel Diameter: 20 Cm (minimum) Depth: 7 Cm (minimum) Twin Wire Handle: Length 20 Cm X 5 Mm Diameter (minimum) Fine Mesh: 0.7 Mm (1/32 Inch) (minimum) Preferably With A Packing Case 30 Pc Skimmer, Fine Type: Medium Fine Mesh Skimmer Body Shape: Round Material: Stainless Steel, Polished Overall Length: 34 Cm (minimum) Skimmer Head: Diameter -10 Cm X Depth- 4 Cm (minimum) Diameter Of Holes: 2 Mm (approx.) Handle: Length- 12 Cm X Diameter- 2 Cm (minimum) Handle Has Hole For Hanging Preferably With A Packing Case 30 Pcs. Skimmer,spider, Dishwashing Safe Type: Skimmer, Spider Body Shape: Round Material: Stainless Steel, Polished Overall Length: 35 Cm (minimum) Skimmer Head Diameter: 15 Cm X Depth 4 Cm (minimum) Handle Length: 12 Cm X 2 Cm Diameter (minimum) Preferably With A Packing Case Dishwasher Safe. 24 Pcs. Soup Cup, Rack Body Shape: Square Material: Polypropylene Plastic Dimension: Length: 50 Cm X Width: 50 Cm X Height: 10 Cm (minimum) Compartment Length: 11 Cm Compartment Width: 11 Cm Compartment /inside Height: 6.7 Cm No. Of Compartment: 16 Compartments 20 Pc Soup Ladle, 12oz Body Shape: Round Material: Stainless Steel Thickness: 1 Mm Thick (minimum) Handle Length: 34 Cm (minimum) Capacity: 12 Oz. (341 Ml) Ladle Type: Round Bottom Hooked Handle Design Allows It To Easily Sit On The Edge Of Pots. Preferably With A Packing Case Dishwasher Safe 20 Pc Soup Ladle, 3 Oz Body Shape: Round Material: Stainless Steel Thickness: 1 Mm Thick (minimum) Handle Length: 28 Cm (minimum) Capacity: 3 Oz. (85 Ml) Ladle Type: Round Bottom Hooked Handle Design Allows It To Easily Sit On The Edge Of Pots. Preferably With A Packing Case Dishwasher Safe Must Be Branded 20 Pc Soup Ladle 6 Oz. Body Shape: Round Material: Stainless Steel Thickness: 1 Mm Thick (minimum) Handle Length: 30 Cm (minimum) Capacity: 6 Oz. (170 Ml) Ladle Type: Round Bottom Hooked Handle Design Allows It To Easily Sit On The Edge Of Pots. Preferably With A Packing Case Dishwasher Safe 20 Pc Soup Ladle 8 Oz. Body Shape: Round Material: Stainless Steel Thickness: 1 Mm Thick (minimum) Handle Length: 30 Cm (minimum) Capacity: 8 Oz. (236 Ml) Ladle Type: Round Bottom Hooked Handle Design Allows It To Easily Sit On The Edge Of Pots. Preferably With A Packing Case 62 Pc Spatula, Type: Offset Spatula Body Shape: Flat Blade Material: Stainless Steel 316 Handle Material: Hardwood (smooth Finish) With Rivets Blade Dimension: Length= 7 .5 Inches X Width-1.5 Inches (minimum) Thickness Of Blade: 1.7 Mm Thick (minimum) Total Length = 12 To 14 Inches Preferably With A Packing Case Dishwasher Safe Must Be Branded. 400 Pc Spoon, Kitchen Body Shape: Oval Material: Stainless Steel, 1.5 Mm Thick Overall Length: 30.5 Cm X Width-7.5 Cm (minimum) Spoon Head Dimension (l X W) 9 Cm X 7.5 Cm (minimum) Handle: Abs Plastic Spoon Head: Oval Type Preferably With A Packing Case Heat Resistant Up To 220 ° C Dishwasher Safe Must Be Branded. 60 Pc Spoon, Kitchen (slotted) Kitchen Spoon Slotted Body Shape: Oval With Slot Material: Stainless Steel, 1.5 Mm Thick Overall Length: 30.5 Cm X Width-7.5 Cm (minimum) Spoon Head Dimension (l X W) 9 Cm X 7.5 Cm (minimum) 30 Set Spoon, Measuring Body Shape: Bowl In Shape Material: Stainless Steel, 0.7 Mm Thick (minimum) The Set Consists Of The Following Sizes: 1 Pc - 1 Tbsp. (15 Ml) 1 Pc - 1/2 Tbsp. ( 7.5 Ml) 1 Pc - 1 Tsp. (5 Ml) 1 Pc - 1/2 Tsp. (2.5 Ml) 40 Pcs. Spoon, Parisienne Body Shape: Round Double Headed Parisiennes Scoop Bar Tool Material: Stainless Steel, Polished Overall Length: 240 Mm (minimum) Scoop Diameter: 30 Mm And 24mm (minimum) With Plastic Handle (polypropylene), Size: 130 Mm X Width-20 Mm (minimum) Draining Small Hole In The Scoop 40 Pc Spoon, Serving Preferably With A Packing Case Type: Serving Spoon Body Shape: Oval Materials: Stainless Steel Dimension: Length: 23 Cm X Width: 5 Cm (minimum) Scoop Dimension (l X W X D): 7 Cm X 5 Cm X 0.9 Cm (minimum) Spoon Thickness: 1.6 Mm (minimum) Preferably With A Packing Case Dishwasher Safe Must Be Branded. 30 Pc Spoon,wooden Body Shape: Oval Material: Hardwood Dimensions: Length- 10 Inches X Width- 2 Inches (minimum) Bowl Dimension: Length -3 Inches X Width 2 Inches X Depth -3/4 Inches (minimum) Total Length: 10 Inches (minimum) Preferably With A Packing Case Smooth Surface Finished And No Sharp Edges 20 Pc Stock Pot,large . Body Shape: Round Material: Stainless Steel, 0.8 Mm Thick (minimum) Top Diameter: 30 Cm (minimum) Height: 31 Cm (minimum) 30 Pc Strainer, Chinois,small Body Shape: Conical Material: Stainless Steel Strainer Diameter: 20 Cm (minimum) Strainer Depth: 21.5 Cm (minimum) Handle Length: 20 Cm (minimum) With 2 Mm. (approx.) 30 Pc Strainer,chinois,medium Medium Body Shape: Conical Material: Stainless Steel Strainer Diameter: 20 Cm (minimum) Strainer Depth: 21.5 Cm (minimum) Handle Length: 20 Cm (minimum) With 2 Mm. (approx.) 26 Pc Strainer,medium,fine Body Shape: Round Material: Stainless Steel Strainer Diameter: 20 Cm (minimum) Strainer Depth: 7 Cm (minimum) Handle Length: 18 Cm (minimum) With 2 Mm. (approx.) 30 Pc Strainer, Small,fine Body Shape: Round Material: Stainless Steel Strainer Diameter: 13 Cm (minimum) Strainer Depth: 5 Cm (minimum) Handle Length: 13 Cm (minimum) With 1 Mm. (approx.) 30 Pc Tenderizer, Medium Aluminum Meat Tenderizer 16 Pc Thermometer,pocket/pin Pocket/pin Food Thermometer 20 Pc Tong,12'' Body Shape: Standard Material: Stainless Steel Size: 12 Inches Stainless-steel Arms With Soft, Comfortable Grips Nylon Heads Safe For Nonstick Cookware Heat-resistant Up To 400 Degrees Fahrenheit Tongs Lock Closed For Storage Preferably With A Packing Case Food Grade And Dishwasher-safe Must Be Branded 20 Pc Tong 8'' Stainless-steel Arms With Soft, Comfortable Grips Nylon Heads Safe For Nonstick Cookware Heat-resistant Up To 400 Degrees Fahrenheit Tongs Lock Closed For Storage Preferably With A Packing Case Food Grade And Dishwasher-safe Must Be Branded 30 Pc Tray,baking,small, Tray Body Shape: Rectangular Material: Stainless Steel Dimension: 20 Cm X 30 Cm X 3.7 Cm (minimum) 36 Pc Tray,utility,medium,plastic White Plastic, White Multi Purpose 13”x10”utility Tray 30 Pc Turner,3'x6'', Slotted Turner, 3" X 6" Type: Slotted Turner, 3" X 6" Body Shape: Straight Material: Stainless Steel Blade Size (lx W): 6 Inches X 3 Inches (minimum) Handle Length: 5 Inches (minimum) Overall Length: 13 Inches (minimum) Solid Turner With Straight Slotted Blade Wooden Handle With Triple Rivets Preferably With A Packing Case Dishwasher Safe Must Be Branded 4 Pc Utility Cart, Stainless Steel 3 Tier Trolley Cart 75x40x85. 20 Pc Weighing Scale 1 Kg. Digital Type: Digital Weighing Scale Body Shape: Rectangular Materials: Engineering Plastic And Stainless Steel Weighing Plate Capacity: 1 Kg Accuracy: 1 Gram Back Light Lcd Display With 15 Mm Minimum High Digits Weighing Units: Gram, Ounce, Pound Size: (l X W X H Mm ) 163 Mm X 245 Mm X 79 Mmm (minimum) 20 Set Weighing Scale 5kg. Type: Mechanical Weighing Scale Body Type: Circular Bowl Material: Stainless Steel Bowl And Metal Body (coated) Mechanism Type: Spring Lever Capacity: 5 Kg /11 Lb. Sensitivity/graduated By 10 Gm Measurement Units: Gram/kilogram Manual Setting On Zero, Must Be Accurate And Durable Calibrate The Scale Using The Adjustment Knob Preferably With A Packing Case Delivery Must Include Instruction Manual Written In Good English With Service Centers Located In The Major Cities In The Philippines Warranty Period Of 1 Year (parts And Service) Must Be Branded 40 Set Wire Skimmer Small, Type: Skimmer, Wire Mesh Body Shape: Round Material: Stainless Steel, Polished Overall Length: 40 Cm (minimum) Skimmer Head Diameter: 12 Cm (minimum) Diameter Of Holes: 2 Mm (approx.) Handle Has Hole For Hanging Preferably With A Packing Case Dishwashing Safe Must Be Branded. 40 Pc Wire Whisk Heavy Duty Type: Wire Whisk, Heavy Duty Body Shape: Ballon Material: Heavy Duty Stainless Steel Dimensions (l X W): 31.8 Cm X 7.6 Cm (minimum) Handle Length: 12 Cm (minimum) With Hanging Loop No. Of Wires: 8 Wires Wire Diameter: 2 Mm (minimum) Preferably With A Packing Case Dishwasher Safe Must Be Branded. 40 Pc Wire Whisk, Medium, Type Wire Whisk, Medium Body Shape: Ballon Material: Stainless Steel Wire Whisk Medium Dimensions (l X W): 25.4 Cm X 7 Cm (minimum) Handle Length: 10 Cm (minimum) With Hanging Loop No. Of Wires: 6 Wires Wire Diameter: 1.8 Mm (minimum) Preferably With A Packing Case Dishwasher Safe Must Be Branded. 40 Pc Wire Whisk,small, Type: Wire Whisk, Small Body Shape: Baloon Material: Stainless Steel Wire Whisk Medium Dimensions (l X W): 20.3 Cm X 6 Cm (minimum) Handle Length: 10 Cm (minimum) With Hanging Loop No. Of Wires: 6 Wires Wire Diameter: 1.8 Mm (minimum) Preferably With A Packing Case Dishwasher Safe Must Be Branded. 18 Pc Wok,medium Type: Wok, Medium Body Shape:round Material: Carbon Steel Thickness: 1.8 Mm Thick (minimum) Dimensions (dia. X H): 45 Cm X 14 Cm (minimum) Handle Material: Steel Riveted Convenient Both Side Handle 10 Cm (minimum) With Flat Bottom Preferably With A Packing Case Dishwashing Safe Must Be Branded 18 Pc Wok,small Type: Wok, Small Body Shape: Round Material: Carbon Steel Thickness: 1.5 Mm Thick (minimum) Dimensions (dia. X H): 36 Cm X 10 Cm (minimum) Handle Material: Steel Riveted Convenient Both Side Handle 8 Cm (minimum) With Flat Bottom Preferably With A Packing Case Dishwashing Safe Must Be Branded 12 Pc Working Table, Stainless, 4 Seaters Stainless Working Table , Two Layer (120x60x80) 30 Pc Zester, Type: Cheese Zester Body Shape: Standard Material: Stainless Steel Grating Surface Dimensions (l X W): 20.3 Cm X 4 Cm (minimum) Overall Length: 32.5 Cm (minimum) Handle Material: Plastic (polypropylene) Ergonomic Handle Preferably With A Packing Case Dishwasher Safe The Plastic Material Used Must Be Non-toxic Must Be Branded. Lot 6. Sumirap National High School (housekeeping Nc Ii)-php 326,452.00 1 Pc Alarm Clock Alarm Clock, Digital, Overall Dimensions: 13.5 X 8 X 4.5 Cm (approx.) Material: Plastic (pe/abs) Illuminated Lcd Digital Display: Time (12/24), Calendar (mm/dd), Temperature, Alarm Status (on/off), Snooze Display Size: 10 X 5 Cm (minimum), Time Can Be Read 30 Ft Day Time. Runs On Aaa Battery Which Come Together With The Item Smooth Surface, No Sharp Edges, Includes User's Manual Which Contains Operation Procedure, Name Of Parts, Safety Precautions, Trouble Shooting) 25 Pc Apron, Polyester-cotton (bib Apron, Sleeveless Adjustable Neck Loop Material : Polyester - Cotton Fabric Dimension : 70 To 60 Cm (minimum) With 2 Or 3 Pockets Uni-color, Dark No Sharp Edges And Loose Threads) 5 Pc Baskets, Laundry (3 - Bag Laundry Sorter, With Wheels Bag: Polyester, Rectangular Shape, Detachable From Frame With Metal Handle And Hanging Hook Bag Dimensions : Rectangular 22 X 15 X 8 Inch (minimum) Frame Material : Corrosion Resistant Steel, Sturdy No Wobble Frame Overall Dimensions : Rectangular, 31 X 30 X15 Inch (minimum) With Four Casters, 2 Inch Diameter (minimum) Smooth Surface, No Sharp Edges) 1 Set Bed, Queen (bed Set, Queen Size (60 X 75 Inch) Rectangular 1) Frame: Knock-down Type, All Steel, Powder Coated Including Head Board, Bare Weight: 20 Kg (minimum) No Wobble And Noise 2) Comes With Fabric Covered Foam 6 Inches Thick Foam Density: 29 -33 Kg/cu.m. 3) No Sharp Edges) 1 Set Bed, Single (bed, Single Size (w36 X L75 Inch) Rectangular 1) Frame: Knock-down Type, All Steel, Powder Coated Including Head Board, Bare Weight: 13 Kg (minimum) No Wobble And Noise 2) Comes With Fabric Covered Foam 6 Inches Thick Foam Density: 29 -33 Kg/cu.m. 3) No Sharp Edges) 10 Pc Board, Ironing (type: Foldable Type Ironing Board Body Shape : Standard Material : 25 Mm Tubing Approx., 0.8 Mm Thickness Board Size: 32 Inches (minimum ) Body Size :120 Cm X 30 Cm X 5 Cm Color : Any Comes With Box No Sharp Edges) 25 Pair Boots, Safety, Plastic (upper Material: Elastic Pvc Sizes: 7 Inches - 5pcs 8 Inches - 5pcs 9 Inches - 5pcs 10 Inches -5pcs 11 Inches - 5pcs Height: 13 To 14 Inches Plain Toe Type Of Boots: Unisex Rain Boots With Rugged Tractor Lug Outsole Packed With Carton Box Per Size) 15 Pc Brushes, For Housekeeping (brush, Floor Scrubbing, Angled Long Handle Bristle Material : Plastic, Stiff Handle Material : Metal Tubular Corrosion Reistant, Overall Length : 120 Cm. (minimum) Bristle Length : 5 Cm (=/- 1cm) Scrubbing Surface : 25 X 6 Cm (+/-1 Cm) No Sharp Edges) 10 Pc Buckets, Water (water Bucket Bucket Material : Hard Plastic, Round Body Capacity : 10 To 12 Liters Handle Material : Steel Smooth And Glossy Surface, No Sharp Edges) 10 Pc Caddy, Toilet (carrying Caddy For Toilet Cleaning Supplies Holds Spray Bottles And Other Cleaning Supplies, No. Of Compartments: 3 (minimum) Material :plastic Tray Depth: 11 Cm (approx.) Overall Dimension: 36 X 26 Cm (approx.) Smooth Surface, No Sharp Edges) 1 Unit Carpet Sweeper (carpet Sweeper, Cordless Electric Motorized Single Brush Roll (removable) Body Material : Hard Plastic ,(abs) Or Its Equivalent, Any Color Equipped With Rechargeable Battery (16 Minutes Run Time On Carpet), Removable Dirt Box Sweep Width : 8 Inches (minimum) Capacity (volume) : 0.35 Lit.(minimum) Handle: Metal, Powder- Coated, With Plastic/rubber Grip, Swivel Steering Assembled Height: 44 Inches (minimum) Comes With Battery Charger 220/240vac, 50/60hz With Plug To Adapt Type A Outlet (or Providing 3a Minimum Plug Adapter Is An Option) No Sharp Edges Includes User's Manual Which Contains Operation Procedure, Name Of Parts, Safety Precautions, Trouble Shooting.) 1 Unit Cart, For Housekeeping Nc Ii (housekeeping Cart Trolley, Equipped With Three-shelves With Steel/laminated Panels Single Door, Top Layer With Divider, Bag Holder, And 4 Wheels. Cart Frame: Steel, Powder Coated. Wheels: 2non-swivel 2 Swivel, 6 Inch Diameter, Non-markings. Overall Dimensions : Rectangular 90 X 48 X 1010 Cm (minimum) Comes With Accessory Linen Bag Smooth Surface, No Sharp Edges) 50 Pc Cleaning Cloth, Linth-free (lint Free Cleaning Cloths Material : Cotton Dimensions : Rectangular 16 X 26 Inch) 1 Unit Coffee Maker (coffee Maker, Electric Material: Metal, Plastic, Glass. Capacity: 6 Cups (minimum). Detachable Tank, With Water Level Indicator. Non-stick Warming Plate : Removable And Washable Filter Non-drip Valve : Lighted On/off Switch Power Supply: 220 V -240 V Ac 50/60 Hz , 500w Minimum Comes With A Heat Resistant Glass Pitcher. With A 1 Meter (minimum) Power Cord, Molded Male Plug To Adapt Type A Outlet (or Providing 5a Minimum Plug Adapter Is An Option). Smooth Surface, No Sharp Edges With Dti-bps Certification, Brand And Electrical Ratings Clearly And Permanently Mark On The Item. Comes With English Manual That Contains: Users Guide, List Of Parts, Maintenance Guide, Safety Guide. 1 Year Warranty Parts And Service With Service Centers Located In Major Cities In The Philippines) 5 Pc Dust Pan (dust Pan, Upright Standing Material: Plastic Overall Length: 65 Cm (minimum) Pan: Round Back, 24 X 26 X 9 Cm (minimum) Smooth Surface, No Sharp Edges) 5 Pc Duster, Anti-static (anti-static Duster Duster Material : Polypropylene Micro Fiber Duster: Length : 30 Cm (minimum), Overall Length: 50 Cm (minimum) Handle Material : Hard Plastic, No Sharp Edges) 7 Unit Fan, Electric ( Stand Fan, Electric Material: Metal, Plastic Size/diameter: 18 Inches Power Rating: 70 Watts (minimum), 220 / 240 Vac, 50 / 60 Hz, Single Phase Rotation Angle: 90 Degrees Base: Stable, 16 Inches Diameter (approx.) Removable Metal Guard On Front And Rear 3-speed Settings Comes With 1.5 Meters Power Cord And With Molded Male Plug To Adapt Type A Outlet (or Providing 3a Minimum Plug Adapter Is An Option) Smooth Surface, No Sharp Edges Includes User's Manual In English Which Contains: A. A Diagram Of The Parts With Their Names, B. Operating Procedures On How To Use The Equipment, C. Safety Precautions When Using The Equipment, D. Basic Troubleshooting And Maintenance Procedures With Dti-bps Certification, Brand And Electrical Ratings Clearly And Permanently Mark On The Item 1 Year Warranty Parts And Service) 3 Pc Fire Extinguisher(with Contents) (1.for Type A, B, C Fire: Dry Chemicals (monoammonium Phosphate) 2.portable Type 3.capacity : 5 - 6 Kgs 4.rechargeable Cylinder Metal 5.working Pressure Of Cylinder : 400 Psi 6.brass Valve With Pressure Gage 7.with Rubberized Hose And Aluminum Nozzle Attached 8.with Squeeze Lever To Discharge And Safety Pin 10.painted With Metal Primer And Red Enamel Paint 11.includes With User's Guide In English That Contains: A. Operating Procedure On How To Use The Equipment B. Safety Precaution When Using The Equipment 12.1 Year Warranty Parts And Service 13.the Item Must Be Branded And Have Good Quality) 10 Pc Flashlight (flashlight Led 1,000 Lumens (minimum), Color : White , Battery: Rechargeable, At Least 3,500 Mah , Can Be Used Also With 3 X Aaa Batteries; Body: Aluminum Alloy, No Sharp Edges Dimensions : 5 Inches X 1 Inch Diameter (minimum) Operating Duration Of Battery When Fully Charged : At Least 2 Hours; Includes 220/240vac, 50/60hz Power Adapter /charger And User's Manual In English Which Includes: A. A Diagram Of The Parts With Their Names, B. Operating Procedures On How To Use The Equipment, C. Safety Precautions When Using The Equipment, D. Basic Troubleshooting And Maintenance Procedures Branded, With 1 Year Warranty 10 Pc Flat Iron (clothes Flat Iron, Electric Material : Metal /plasic Body, Heat-resistant Plastic Handle, Aluminum Sole Overall Dimension : (l X W X H) 25 Cm X 12 Cm X 12 Cm (minimum) Power Rating : 220/240 Vac, 50/60 Hz; 1000 Watts (minimum) Equipped With Light Indicator, Variable Temperature Control, Overheat Protection, Power Cord And Plug To Adapt Type A Outlet (or Providing 10a Plug Adapter Is An Option) Smooth Surface, No Sharp Edges, Comes With English Manual That Contains : Users Guide, List Of Parts, Maintenance Guide, Safety Guide. The Item Must Be Branded, With Dti-bps Certification 1 Year Warranty Parts And Service With Service Centers Located In Major Cities In The Philippines.) 10 Pc Foam, Scrubbing (1. Material: Cellulose And A Scouring Pad On One Side 2. Dimension: Length : 140 - 180 Mm ; Width : 80 - 100 Mm ; Thickness : 12 - 20 Mm 3. The Item Must Be Of Good Quality) 4 Pc Garbage Receptacles (1.bucket / Tub Material : Hard Plastic, (ps) Polystyrene 2.bucket / Tub Color : Any Color 3.capacity (gallons) : 3 Gal. (minimum) Comes With A Cover 4.the Item Must Have Good Quality) 30 Pair Gloves, Rubber (1.heavy-duty Latex-free Vinyl Rubber Gloves 2.thickness : 4 Mil 3.color : Any Color 4.size : Medium 5.other Features: Acid/solvent Resistant. 6.the Item Must Be Of Good Quality) 15 Pc Goggles, Safety (safety Goggles, Clear Polycarbonate - One Piece Lens With 180° Panoramic View, Non-fog Size/dimension: L 17 - 18.5 Cm X W 8 Cm X D 5-7.5 Cm High Impact Resistant, Ansi "z87" Compliant Firm And Comfortable Seal Around Forehead, Cheeks, Nose And Temples Protects Against Splash, Chemicals, Dust Adjustable Head Strap Shall Bear Mark Z87 Embossed Or Engraved Or Etched On The Item. Smooth Surface, No Sharp Edges) 1 Pc Hairdryer( Electric Hairdryer, With Concentrator Nozzle Two Heat Setting And 1 Speed (minimum) Rating : 220/240 Vac, 1200 W (minimum) Body Length Including Nozzle: 20 Cm Folding Handle Design, With Hanging Ring Smooth Surface, No Sharp Edges Branded, Brand Name And Electric Rating Permanently Mark On The Item, With Dti-bps Certification With User's Manual Written In English That Contains Operating Procedure, Parts With Description, Safety Procedure, And Maintenance. With Service Centers Located In Major Cities In The Philippines. 1 Year Warranty(parts & Service) 2 Roll Hose, Water(water Hose Material: Pvc Fiber Reinforced, Three (3) Layers; Any Color; Hose Length: 50 Feet; Hose Diameter: 5/8 Inches; Pressure Capacity: 200 Pounds Per Square Inch (minimum); Fitted With Male And Female Brass Couplers (nh, 11.5 Tpi) For Spray Nozzle No Sharp Edges) 3 Pc Kettle, Electric(electric Kettle Cordless (with Pouring Spout), Hinged Lid, Detachable From And Can Rotate On Its Corded Base Material : Round Stainless Body, Plastic Handle, Lid And Base Capacity : 1.5 To 2 Liter Automatic Shut - Off, With Power Indicator Light Power Rating: 220//240vac, 50/60hz, 1000 -1600 Watts Base With A 50 Cm (minimum) Power Cord, Molded Male Plug To Adapt Type A Outlet (or Providing 10a Plug Adapter Is An Option) Smooth Surface, No Sharp Edges; Dti-bps Certified Comes With English Manual That Contains: Operation Procedure, Maintenance And Safety Guide. The Item Must Be Branded, Brand Name And Electrical Ratings Permanently Mark On The Item.) 5 Pc Laundry Sorter(3 - Bag Laundry Sorter, With Wheels Bag: Polyester, Rectangular Shape, Detachable From Frame With Metal Handle And Hanging Hook Bag Dimensions : Rectangular 22 X 15 X 8 Inch (minimum) Frame Material : Corrosion Resistant Steel, Sturdy No Wobble Frame Overall Dimensions : Rectangular, 31 X 30 X15 Inch (minimum) With Four Casters, 2 Inch Diameter (minimum) Smooth Surface, No Sharp Edges) 2 Pc Light, Emergency(emergency Light, 2 Heads Led Materials: Metal, Anti-rust Coated Duration Time (2 Heads): 5 Hours (minimum) Automatically Light Up During Power Outage Overcharge And Over- Discharge Protection Built - In Ac Charger, Power Cord Plug To Adapt Type A Outlet (or Providing 5a Minimum Plug Adapter Is An Option) Battery Test Switch - External Safety Fuse Head: White Led 1w (minimum) 3.5 " Dome Reflector Power Rating: 220 -240 Vac , 50/60 Hz 20-24 Hours Charge Time Dimensions: Rectangular 27 X 7 X 27 Cm (approx.) Sooth Surface, No Sharp Edges Includes User's Manual In English Which Contains: A. A Diagram Of The Parts With Their Names, B. Operating Procedures On How To Use The Equipment, C. Safety Precautions When Using The Equipment, D. Basic Troubleshooting And Maintenance Procedures The Item Must Be Branded, Brand Name And Electrical Ratings Permanently Mark On The Item.) 2 Pc Mirror Wall Mirror With Frame Flat Glass Mirror, 2 Mm Thick (minimum), Clear With No Distortion Frame: Wood Or Plastic Commercial Finish Rectangular Shape, 3600 Sq.cm (minimum) Includes Mounting Accessories Smooth Surface, No Sharp Edges) 20 Pc Mop (mop, Handle And Mop Head Set, Refillable Head Handle: Aluminum Or Anti-rust Coated Steel, With Hard/stiff Plastic Mop Head Holder, Clip Type With Tightening Knob Overall Handle Dimension: 130 X 19 Cm (minimum) Mop Head: Cotton Thread/yarn, Sewn Tailband, L 34 X 16 X 4 Cm (minimum), White Handle: Plated Steel Tube Or Wood, Length : 40 (minimum), No Sharp Edges 1 Set Polisher, Floor, Electric, With Accessories(electric Floor Polisher With Accessories Material: Stainless Steel, Aluminum Alloy Handle: Stainless Tube, Adjustable Height 1 Meter Long (approximate), With Dual Switch Lever Size/capacity :13 Inch (minimum) Diameter Power Supply: 220/240 Vac, 50/60 Hz. Power: 1/3 Hp (minimum) Rotation Speed : 160 Rpm (minimum) Heavy Duty (royal) Power Cord Length : 12 Meters (minimum) With Type A Plug (or Providing 10a Plug Adapter Is An Option) With Pair Of Rubber Wheels, Smooth Surface, No Sharp Edges Comes With Pad Holder, 2 Pcs - Polishing Brush And 3 Pcs - Floor Polishing Pads Includes User's Manual In English Which Contains: A. A Diagram Of The Parts With Their Names, B. Operating Procedures On How To Use The Equipment, C. Safety Precautions When Using The Equipment, D. Basic Troubleshooting And Maintenance Procedures Branded, Brand Name And Electric Rating Permanently Mark On The Item, With 1 Year Warranty Parts And Service The Offered Brand Of The Item Must Be An International Brand With At Least 5 Years Presence At The Local Market And Global Presence In The Usa, Europe Or In Japan Market.) 5 Pc Shelving(shelving, Open, Knockdown Type, Adjustable Shelves Metal Powder Coated Frame Number Of Shelves : 5 Overall Dimensions : 85 X 30 X 180 Cm(minimum) Sturdy Connection, No Wobble Smooth Surface, No Sharp Edges) 5 Pc Sign, Caution(caution Sign, A Shape-2 Panel Self Standing, With D-handle, Collapsible For Easy Storage Material : High Impact Plastic, Panel Dimension : Rectangular (lxw) 55-65 Cm X 25 X 61 0m (minimum), Panel Depth : 2 Cm (minimum) Color : Yellow Print Description : "caution: Wet Floor" On One Side "cleaning In Progress On The Other Side, Both Messages Provided With Graphics Printed In Black. Font Size: 100 -120 Mm X 50 -70 Mm, Arial Smooth Surface, No Sharp Edges) 10 Pc Sponges, Dish(dish Sponge, Cellulose, Non-scratch Dimensions : 5 X 3 X 1 Inch (minimum) Branded) 10 Pc Spray Gun, Water(barber/salon Spray Gun Material: Hdpe Transparent Plastic Capacity: 300 Ml.(minimum) Trigger Type Sprayer Dimension: Diameter :7 Cm. X Height: 16.3 Cm (minimum) Rotating Nozzle To Adjust Spray Patterns Smooth Surface, No Sharp Edges Must Be Branded) 10 Pc Squeegee(squeegee, Short Handle Head/blade Material: Stainless, Rubber Handle: Plastic Or Stainless Steel Blade Length: 25 - 30 Cm Overall Length (handle And Head) 20 - 32 Cm No Sharp Edges ) 5 Pc Squeezer, Mop(mop Bucket With Squeezer/wringer And Wheels Hand Lever To Squeeze, Made Of Metal, With Hand Grip Material : Hard Plastic, (ps) Polystyrene Or Its Equivalent Capacity : 30 L (minimum) Overall Dimension (excluding Handle: ( L X W X H ) 40 X 27 X 57 Cm (minimum) Color : Yellow With 3 Inches Non-marking Rubber Casters "caution" Printed In Black On Both Sides Of The Mop Bucket Smooth Surface, No Sharp Edges) 1 Pc Step Ladder(material: Aluminum U Channel Capacity: 250 Lbs (minimum) Type: Flatform Type Number Of Step: 6 (including Top Step) Reach Height: 6 To 8 Feet(minimum) Width: 15 Inches Minimum Spread: 4 Feet (minimum) Twin Steps With Gripped Treads To Prevent Slipping Step Braces On Top And Bottom Step Heavy Duty Aluminum Foot Bracket With Slip-resistant Foot Pad With User's Manual In English Which Includes: A. Parts Manual With Labels, B. Assembly Instructions, Brandedfeet(minimum) Width: 15 Inches Minimum Spread: 4 Feet (minimum)) 2 Pc Vacuum Cleaner, Dry And Wet(electric Vacuum Cleaner, Wet And Dry Function, Sucks Even Screws, With 4 Swivel Caster Wheels Material : Hard Plastic, (abs) Or Rust Proof Body Equivalent Power Supply : 220/240vac, 50/60hz, 1000 Watts (minimum) Auto Shut Off Tank Capacity : 20 Liters (minimum) Equipped With Complete Accessories I.e., Detachable Vacuum Hose Assembly (flexible Non-kink), Extension Tubes/wands, Carpet (long Square) Brush Nozzle, Wet And Dry Floor Brush Nozzle, Crevice Nozzle, Hepa Filter, Sponge Filter/washable Cloth Bag. Comes With 4 Meters (minimum) Heavy Duty (royal) Power Cord, Molded Male Plug To Adapt Type A Outlet (or Providing 10a Plug Adapter Is An Option) Smooth Surface, No Sharp Edges With User's Manual Written In English That Contains Operating Procedure, Parts With Description, Safety Procedure, And Maintenance. The Item Must Be Branded, Brand Name And Electric Rating Permanently Mark On The Item. 1 Year Warranty Parts And Service With Service Centers Located In Major Cities In The Philippines. The Offered Brand Of The Item Must Be An International Brand With At Least 5 Years Presence At The Local Market And Global Presence In The Usa, Europe Or In Japan Market.) 1 Unit Washer, Laundry(1. Front Load Electric Washer, Laundry 2. Electronic Control, Digital Indicator Display , Transparent Glass Door 3. Body Material : Steel, Powder Coated, Any Color 4. Dimensions (wxdxh): 590 Mm (minimum) X 490 Mm (minimum) X 820 Mm (minimum) 5. Drum Material : Stainless Steel 6. Capacity : 8 Kg (minimum) 7. Spin Speed : 1200 Rpm (minimum) 8. Power Rating: 220 /240vac, 50/60 Hz. 9. Comes With A 1 Meter (minimum) Heavy Duty Power Cord With Male Plug To Adapt Type A Outlet (or Providing 20a Plug Adapter Is An Option) 10. Smooth Surface, No Sharp Edges 11. With Dti-bps Certification, Brand And Electrical Ratings Clearly And Permanently Mark On The Item 9.includes User's Manual In English Which Contains: A. A Diagram Of The Parts With Their Names, B. Operating Procedures On How To Use The Equipment, C. Safety Precautions When Using The Equipment, D. Basic Troubleshooting And Maintenance Procedures 12.the Item Must Be Branded, Dti-bps Certified, 1 Year Warranty Parts And Service 13. With Service Centers Located In Major Cities In The Philippines. 14.the Offered Brand Of The Item Must Be An International Brand With At Least 5 Years Presence At The Local Market And Global Presence In The Usa, Europe Or In Japan Market.) 2 Pc White Board(white Board, Floor Standing, Rolling Board: White Formica Laminated, Plane Will Not Deform. Board Size: Rectangular 1800mm W X 1000 To 1200mm H, Board Edges Secured With Aluminum Clip Edging 17 Mm (minimum) Wih Plastic Corner Caps Comes With Metal Tray For Marker And Eraser The Stand And Frame Are Constructed With Aluminum Or Powder Coated Steel 25mm Square Tube (minimum), Sturdy, No Wobble With 4 Lockable Hard Plastic Caster Wheels Overall Height From Floor: 210 To 214cm Smooth Surface, No Sharp Edges) Lot 7. Tangub City National High School (food And Beverage Services Nc Ii) Php 571,245.00 50 Pcs Chair, Dining Type : Dining Side Chair Body Shape: Square Material : Metal (round Or Square) Dimesion: Total Height - 33" X 15" X15" (minimum) Capacity: 150 Kg. Black Colored Powder Coated Frame With Foam On Seat Packed In Carton Box The Item Must Have Good Quality 4 Pcs Coffee Pot, 2 Pints Type: Manual Drip Body Shape: Round Material : Stainless Steel With Cover Capacity : 2 Pints Outside Diameter : 90 -110 Mm Over-all Height : 200 - 230 Mm Thickness : 0.5 - 1 Mm With Handle And Spout Packed In Carton Box The Item Must Have Good Quality 6 Pcs Container, Creamer Design: Type: Porcelain With Spout Body Shape: Circular Material: Porcelain Diameter : 50 - 65 Mm Height : 80 - 105 Mm Color : White Appearance : Glossy White Packed In Carton Box The Item Must Have Good Quality 24 Set Cups Ans Saucers 5-6 Oz. 1. Material : Porcelain 2. Capacity : 5 Oz./140 Ml 3. Heatproof Up To 300 Deg. C 4. Color : White 5. The Item Must Be Of Good Quality 6. Packed In Carton Box 10 Pcs Folder, Menu Type: Leather Menu Folder Body Shape: Rectangular Material: Leather With 2 Partitions And 6 Inserts Size: 31.5cm X 24.5cm Color: Brown/black Applicable Paper Size: A4 50 Pcs Fork, Cocktail 1. Material/appearance: Stainless Steel, Highly Polished, W/ Plain Design 2. Type : Rounded Tip Handle 3. Over-all Length : 110 - 165 Mm 4. Width : 20 - 30 Mm (minimum) 5. Handle Thickness : 2 Mm To 4 Mm 6. Handle Length : 75 - 90 Mm 7. Small, 8. Color : Silver 9. The Item Must Be Branded And Have Good Quality. 50 Pcs Fork, Dessert Type : Dessert Fork Body Shape: Fork Shape, Round Tip Material/appearance : Stainless Steel, Highly Polished,with Plain Design, Rounded Tip Handle Length : 150 Mm - 175 Mmwidth : 20 - 30 Mmhandle Thickness : 1.5 Mm - 3 Mm Number Of Tines : 4 Handle : 130 Mm (minimum) Color : Silver Packed In Plastic Pouch The Item Must Be Of Good Quality 60 Pcs Fork, Dinner Type: Dinner Fork Body Shape: Fork Shape Material / Appearance : Stainless Steel, Highly Polished, With 4 Tines Over - All Length : 120 - 175 Mm Thickness Of Handle : 2 - 3 Mm Color : Silver Packed In Plastic Pouch The Item Must Be Of Good Quality 36 Pcs Fork, Fish Type : Fish Fork Body Shape: Fork Shape With Round Tip Material / Appearance : Stainless Steel, Highly Polished, With Plain Design Over-all Length : 180 - 215 Mm Fork Width : 1.5 Mm - 3 Mm Fork Thickness : 1 Mm - 2 Mm Number Of Tines : 4 Length Handle : 120 - 130 Mmhandle Thickness : 2 Mm - 3 Mm Color : Silver Packed In Plastic Pouch The Item Must Be Of Good Quality 36 Pcs Fork, Oyster Type: Oyster Fork Body Shape: Fork Shape Material: Stainless Steel, With High Polish Appearance, And With Plain Design Length: 90 - 120 Mm Thickness: 1 Mm - 3 Mm Silver Color With Three Short Wide Curved Tines Packed In Plastic Pouch The Item Must Be Of Good Quality 24 Pcs Glass, Champagne Flute Type : Flute Glass Body Shape: Round Material: Clear Crystal Glass Dimension : Height: 20 -24 Cm, Top Diameter: 50 -70 Mm, Bottom Diameter: 60 - 80 Mm Capacity: 250 Ml. (minimum) Thickness: 1.5 - 3 Mm Packed In Carton Box The Item Must Have Good Quality 36 Pcs Glass, Collins Type: Tumbler Body Shape: Round Material : Clear Glass Capacity : 10 Oz To 14 Oz Thickness : 1.5 -3 Mm (minimum) Packed In Carton Box The Item Must Have Good Quality 36 Pcs Glass, Juice/hi-ball 1. Material : Clear Glass 2. Type : Hi-ball 3. Height : 140 - 160 Mm 4. Bottom Diameter : 50 -70 Mm 5. Top Diameter : 50 - 70 Mm 6. Thickness : 2 - 4 (minimum) 7. Capacity : 8 Oz. To 10 Oz. 8. Diswasher Safe 9. The Item Must Be Branded And Good Quality 10. Packed In Carton Box 36 Pcs Glass ,pilsner(ice Tea Glass) Type:falired Rim,body Shape:round Slender Bowl,material:clear Glass Capacity:20 0z To 23 Oz With Flaired Rimand Slender Shape Packed In Carton Box.the Item Must Have Good Quality. 36 Pcs Glass, Red Wine Type: Royalty Body Shape: Balloon Shaped Bowl Material: Crystal Clear Glass Rim Diameter : 55 - 60 Mm Thickness : 1.5 Mm - 3 Mm Over - All Length : 200 -220 Mm Capacity : 250 -300 Ml Stem Diameter : 6 - 8 Mm Stem Length : 85 - 90 Mm Base Diameter : 75 - 85 Mm Base Thickness : 2 - 4 Mm 40 Pcs Glass, White Wine Type: Royalty Body Shape: Balloon Shaped Bowl Material: Crystal Clear Glass Rim Diameter : 55 - 60 Mm Thickness : 1.5 - 3 Mm Over -all Length : 200 -220 Mm Capacity : 270 - 300 Ml Stem Diameter : 6 - 8 Mm Stem Length : 75 - 85 Mm Base Diameter : 70 - 80 Mm Base Thickness : 2 - 5 Mm 4 Pcs Gravy Boats Type: Steel Type Body Shape: Boat Shape With Handle Material: Stainless Steel Capacity : 5 Oz. Appearance: Mirror Polish Finish Size :17cm X 7.3cm X 8.2 Cm / 6.7 X 2.9 X 3.2 Inches (minimum) The Item Must Have Good Quality Packed In Plastic Pouch 4 Pcs Ice Bucket, 2 Liters With Tongs Type: Steel Type Body Shape: Circular Set Includes: A. Ice Bucket Material : Stainless Steel Diameter : 140 - 180 Mm Height : 140 - 170 Mm Thickness Of Bucket : 0.7 - 2 Mm Capacity : 2 Liters (minimum) The Item Must Have Good Quality 24 Pcs Knife, Butter 1. Material : Stainless Steel W/ Highly Polished Appearance 2. Over-all Length : 140 Mm - 150 Mm 3. Handle Thickness : 3 Mm - 5 Mm 4. With Dull Edge And Rounded Tip 5. The Item Must Have Good Quality. 6. Packed In Carton Box 24 Pcs Knife, Dinner Type: Dinner Knife Body Shape: Flat With Round Tip Material / Appearance : Stainless Steel Blade Highly Polished Handle Material : Stainless Steel Overall Length : 160 - 190 Mm Blade Thickness : 2 - 4 Mmhandle Thickness : 3 - 6 Mm Serrated Blade With Rounded Tip Packed In Carton Box The Item Must Have Good Quality 24 Pcs Knife, Fish Type : Fish Knife Body Shape: Flat With Pointed Tip Material / Appearance : Stainless Steel, Highly Polished W/ Plain Design Overall Length : 200 - 220 Mm Width Blade : 20 - 25 Mm Thickness Of Blade : 2 Mm - 4 Mm Thickness Of Handle: 3 Mm - 6 Mm Wide Blade, Dull Edge, Tip Made With A Notched Point Color : Silver Packed In Carton Box The Item Must Have Good Quality 20 Pcs Napkin Holder (stainless) Type: Steel Type Body Shape: Rectangular Material : Stainless Steel With Highly Polished Appearance Dimension : Width : 70 - 90 Mm X Length : 150 - 170 Mm , Thickness : 0.7 Mm -2 Mm Packed In Plastic Pouch The Item Must Have Good Quality 20 Pcs Order Pads Type: Numbered Pads Body Shape: Rectangular Material : 80 Gsm Offset Paper Each Pad Comes With A 100 Sheets And Corresponding Copy Page Each Pad Has Sequentially Numbered Orders To Make It Easy To Keep Track With 100 Sheets Per Pad And 10 Pads Included Can Take 1000 Orders Before You Run Out Packed In A Plastic Pouch 12 Pc Pepper And Salt Mill Type: Pepper & Salt Mill Body Shape: Round Body Material: Wood Size: Diameter: 5 Cm X Height: 20 Cm (minimum) Carved Of Wood With Stainless Steel Grinding Mechanism Color: Natural Screw Cap At The Top Of The Mill To Adjust The Thickness Of Peeper Or Spices Preferably With A Packing Case Food Grade And Nontoxic Must Be Branded 50 Pc Plate Covers Type: Steel Type Body Shape: Circular Material: Stainless Steel, Mirror Polished Diameter: 10 1/4 Inches (minimum) Height: 2 7/8 Inches (minimum) Thickness: 1/16 Inch. (minimum) With Handle Packed In Plastic Pouch The Item Must Have Good Quality 50 Pc Plate, Dessert, 7" To 8" Type: Plain Type Body Shape: Circular Material: Porcelain Supply Must Be A Set, Consisting Of One (1) Of Each: 7 Inches And 8 Inches Plates Color : White Inner Diameter: 145 To 165 Mm Thickness : 3 To 6 Mm Smooth And Glossy Surfaces Packed In Carton Box The Item Must Have Good Quality 60 Pc Plate, Dinner, 10" Type: Plain Type Body Shape: Circular Material: Porcelain With No Design Color: White Inner Diameter : 200 Mm - 215 Mm Outer Diameter : 250 - 260 Mm Thickness : 3 Mm - 6 Mm Smooth And Glossy Surfaces Packed In Carton Box The Item Must Have Good Quality 50 Pcs Plate, Fish, 8" To 9" Type: Plain Type Body Shape: Circular Material : Porcelain With No Design Supply Shall Be A Set Consisting Of: One (1) Each 8 Inches And One (1) Each, 9 Inches Color : White Inner Diameter : 165 Mm - 190 Mm (minimum) Thickness : 3 Mm - 6 Mm Smooth And Glossy Surfaces Packed In Carton Box The Item Must Have Good Quality 10 Pcs Round Table (8's) Type: Foldable Body Shape: Round Material: High Density Polyethylene Table Top Powder Coated Steel Frame Size: 154cm X 74cm X4.5cm (minimum) Good For 8 To 10 Seater Capacity Tube Size : 28 Mm Diameter X 1 Mm Thickness Packed In A Carton Box The Item Must Have Good Quality 50 Pcs Salad Forks Type: Salad Fork Body Shape: Fork Shape Material/appearance: Stainless Steel, Highly Polished, With 4 Tines Length: 150 Mm - 175 Mm Thickness Of Handle : 2 Mm - 3 Mm Color: Silver Packed In Plastic Pouch The Item Must Be Of Good Quality 50 Pcs Salad Knife Type: Salad Knife Body Shape: Semi Rectangular Blade With Pointed Tip Material/appearance: Stainless Steel, Highly Polished, W/ Plain Design Overall Length: 145 -160 Mm Blade Thickness: 2 Mm To 4 Mm Handle Thickness: 4 Mm To 6 Mm Handle Material: Stainless Steel Rounded Tip Handle Packed In Carton Box The Item Must Have Good Quality 50 Pcs Salad Plates 7" To 8" Type: Plain Type Body Shape: Circular Material: Porcelain With No Design Supply Must Be A Set Consisting Of One (1) Each: 7 Inches And 8 Inches Plates Color: White Diameter (inner): 150 Mm - 165 Mm Thickness: 3 Mm - 6 Mm Smooth And Glossy Surfaces Packed In Carton Box The Item Must Have Good Quality 20 Pcs Salt And Pepper Shakers Type: Glass Type Body Shape: Square Material: Glass And Aluminum Over-all Height: 75 -90 Mm Length: 50 -60 Mm Width: 50 -60 Mm Aluminum Cover Packed In Carton Box The Item Must Have Good Quality 25 Pcs Sauce Laddles Type: Spouted Bowl Body Shape: Circular With Pouring Spout Material: Stainless Steel, Highly Polished Appearance Over-all Length: 220 -230 Mm Ladle Bowl Length: 60 -65 Mm Long Ladle Bowl Diameter: 65 -70 Mm Depth: 10 -15 Mm Handle Details: 150-155 Mm Long X 20 -30 Mm Wide X 2 - 4 Mm Thick Color: Silver With Hang Hole For Hanging And Easy Access Dishwasher Safe Packed In Plastic Pouch The Item Must Have Good Quality 50 Pcs Server, Cake 1. Material : Stainless Steel Blade , Highly Polished Appearance 2. Over-all Length : 220 To 270 Mm 3. Width : 60 - 80 Mm 4. Thickness : 1.5 Mm To 2 Mm 5. Handle : 120 -140 Mm Long, Non-toxic Plastic 6. Shape : Shovel-shaped 7. Color : Silver 8. The Item Must Have Good Quality 9. Packed In Carton Box 50 Pcs Service Forks Type : Service Fork Body Shape: Fork Shape Material/appearance: Stainless Steel, Highly Polished, W/ Palin Design Over-all Length: 220 Mm - 260 Mm Width: 20 - 25 Mm Handle Thickness: 1.5 Mm - 4 Mm Handle Length - 165 Mm - 185 Mm 4 Tines Color: Silver Packed In Plastic Pouch 25 Pcs Service Tray Type: Plastic Body Shape: Rectangular Material: Plastic (pp) Size : 14 Inches X 18 Inches X 1 Inch (minimum) Color : Any Packed In Plastic Pouch The Item Must Have Good Quality 25 Set Show/service/base Plates 11" To 14" Type: Plain Type Body Shape: Round Material: Porcelain With No Design Supply Must Be A Set Consisting (1) Of Each: - 11 Inches, - 12 Inches, - 13 Inches, And - 14 Inches Plates Color: White Diameter, Inner : 225 Mm - 250 Mm Thickness: 3 Mm - 6 Mm Smooth And Glossy Surfaces 50 Pcs Side Plates Or Bread Plates 6'' Type: Plain Type Body Shape: Round Material: Porcelain With No Design Color: White Inner Diameter: 95 Mm To 120 Mm Outer Diameter: 145 Mm To 170 Mm Thickness : 3 Mm - 6mm Smooth And Glossy Surfaces Packed In Carton Box The Item Must Have Good Quality 50 Pcs Side Towels Type: Chef's Towel Body Shape: Rectangular Material: Oxford Polyester Soft Cloth Over-all Length : 640 - 680 Mm Over-all Width : 420 -460 Mm Color : Plain White Packed In Plastic Pouch The Item Must Have Good Quality 25 Pcs Silver Platter Type: Steel Type Body Shape: Round Material: Stainless Steel Diameter: 300 -330 Mm Thickness: 1 - 2 Mm Packed In Plastic Pouch The Item Must Have Good Quality 50 Pc Soup Bowl Type: Plain With Two Handles Body Shape: Circular Material : Porcelain Capacity : 24 Oz. (minimum) Packed In Carton Box The Item Must Have Good Quality Packed In A Carton Box 25 Pc Soup Laddle Type: Steel Type Body Shape: Circular Material: Stainless Steel, Highly Polished Appearance Over-all Length : 220 -235 Mm Ladle Bowl Details : 60 -65 Mm Long, 60 -75 Mm Diameter, 10 -15 Mm Deep Handle Details : 145 - 155 Mm Long X 12 - 25 Mm Wide X 1.5 -3 Mm Thick Color : Silver With Hang Hole For Hanging And Easy Access 15 Pc Soup Tureen Type: Steel Body Shape: Round Material: Stainless Steel Capacity: 7 - 11 Quart Size : 60 X 35 X 32 Cm (minimum) Packed In Plastic Pouch The Item Must Have Good Quality 100 Pc Spoon, Dinner Type : Dessert Spoon Body Shape: Oval Material/appearance: Stainless Steel, Highly Polished With Plain Design Over-all Length : 175 To 190 Mm Thickness : 2 Mm - 3 Mm Shorter Handle : 120 -130 Mm Color : Silver Packed In Plastic Pouch The Item Must Have Good Quality 100 Pc Spoon, Dessert Type : Dessert Spoon Body Shape: Oval Material/appearance: Stainless Steel, Highly Polished With Plain Design Over-all Length : 175 To 190 Mm Thickness : 2 Mm - 3 Mm Shorter Handle : 120 -130 Mm Color : Silver Packed In Plastic Pouch The Item Must Have Good Quality 100 Pc Spoons, Service Type : Service Spoon Body Shape: Oval Material: Stainless Steel, Highly Polished, W/ Plain Design Over-all Length: 220 Mm - 250 Mm Width: 30 - 38 Mm Handle Thickness: 1.5 Mm - 4 Mm Handle Length - 165 Mm - 185 Mm Color: Silver Packed In Plastic Pouch The Item Must Have Good Quality 100 Pc Spoons, Soup (cream And Cosume) Type: Soup Spoon Body Shape: Round Material/appearance : Stainless Steel, Highly Polished, W/ Plain Design, Rounded Tip Handle Over-all Length : 165 Mm - 200 Mm Smaller Oval Shaped Spoon Bowl And Tapers Slightly To The Tip Shorter Handle : 110 Mm - 170 Mm Thickness : 1.5 Mm - 3 Mm Color : Silver Packed In Plastic Pouch 50 Pc Steak Knife Type: Steak Knife Body Shape: Flat With Serrated Edge Material: Stainless Steel Steel Blade With Wooden Handle Length: 170 Mm To 203 Mm Handle Wood Thickness: 10 - 14 Mm With Serrated Blade Packed In Carton Box The Item Must Have Good Quality 25 Pc Sugar Container Type: Glass Type Body Shape: Round Material: Glass With Brass Lid (or Equivalent) Diameter: 70 -80 Mm Height: 130 -140 Mm Capacity: 12 Oz. Packed In Carton Box The Item Must Have Good Quality 50 Pc Table Cloth, 54 X 54 Inches Type: Plain Cloth Body Shape: Square Material: Oxford Polyester Cloth Color: Plain White Dimension: L 54 Inches X W 54 Inches (minimum) Packed In Plastic Pouch The Item Must Have Good Quality 100 Pc Table Cloth, Rectangular Type: Plain Cloth Body Shape: Rectangle Material : Linen Size : 120cm X160cm (minimum) Color : Any Color But Not Black Feature: Washable Packed In A Plastic Pouch 100 Pc Table Napkins, Cloth, 16"x16" Type: Plain Cloth Body Shape: Square Material: Oxford Polyester Cloth Or Its Equivalent Size: L 16 Inches X W 16 Inches (minimum) Color: Plain White Packed In Plastic Pouch The Item Must Have Good Quality 80 Pcs Table Skirting Cloth 90" To 90" Type: Plain Cloth Body Shape: Square Material: American Cotton Twill Cloth Color: Any Color Except Black Dimension: 90 Inches X 90 Inches (minimum) Packed In Plastic Pouch The Item Must Have Good Quality 50 Pcs Table, Square/rectangular (4's Or 6's) Type: Foldable Plastic Body Shape: Square/rectangle Material: High Density Polyethylene Table Top Powder Coated Steel Frame Dimension: 37 - 39 X 37 - 39 Inches Color: White Good For 4 Persons Packed In Carton Box The Item Must Have Good Quality 20 Pcs Tea Pot, 2 Pints Type: Porcelain Type Body Shape: Round With Handle And Pouring Spout Material : Porcelain Capacity : (2 Pint) Color : White Packed In Carton Box The Item Must Be Of Good Quality 50 Pcs Teaspoon Type : Tea Spoon Body Shape: Oval Tip Material/appearance: Stainless Steel, Highly Polished, W/ Plain Design Over-all Length: 120 Mm To 140 Mm Handle Thickness: 2 Mm To 4 Mm Short Handle Length - 100 Mm (minimum) Color: Silver Packed In Plastic Pouch The Item Must Have Good Quality 15 Pcs Tong, 8 Inches Type: Tong, 8 Inches Body Shape: Standard Material: Stainless Steel Size: 8 Inches Stainless-steel Arms With Soft, Comfortable Grips Nylon Heads Safe For Nonstick Cookware Heat-resistant Up To 400 Degrees Fahrenheit Tongs Lock Closed For Storage Preferably With A Packing Case Food Grade And Dishwasher-safe Must Be Branded 30 Pcs Tooth Pick Holder Type: Steel Type Body Shape: Round Material: Stainless Steel, Highly Polished In Appearance Diameter: 30 -35 Mm Diameter (minimum) Height: 65 -75 Mm Capacity: 1.24 Oz. (minimum) Packed In Plastic Pouch The Item Must Have Good Quality 20 Pcs Tray Stand Type: Foldable Body Shape: Rectangular Material: Chrome Plated Metal Folding Tray Stand Length: 470 -490 Mm Width: 400 -440 Mm Height: 770 -790 Mm Packed In Plastic Pouch The Item Must Have Good Quality 30 Pcs Tray, Bill Folders/change 1. Material : Heavy Duty Plastic ( Abs ) Or Its Equivalent 2. Height : 190 - 220 Mm 3. Width : 120 -140 Mm 4. Thickness : 2 Mm To 3 Mm (minimum) 5. Color : Black 6. With Check And Pen Holder 7. The Item Must Have Good Quality 8. Packed In Plastic Pouch 20 Pcs Tray, Round (bar) Type: Plastic Body Shape: Round Material: ( Pe/abs) Plastic Rubberized Surface, Non-slip/grip Tight Over-all Diameter: 345 -360 Mm (minimum) Thickness: 2 - 4 Mm (minimum) Color: Black Packed In Plastic Pouch The Item Must Have Good Quality 50 Pcs Water Goblet Type: Water Goblet Body Shape: Balloon-shaped Bowl Material: Crystal Clear Glass Over-all Length: 200 -220 Mm Capacity: 270 Ml To 300 Ml Rim Diameter - 55 -65 Mm Thickness: 1 Mm To 3 Mm Stem Length : 75 -85 Mm Stem Diameter : 6 -8 Mm Base Thickness : 3 -4 Mm Base Diameter : 7 -80 Mm Packed In Carton Box The Item Must Have Good Quality 30 Pcs Water Pitcher (stainless) Type: Steel Type Body Shape: Circular Material: Stainless Steel, Highly Polished Appearance Height: 170 Mm To 220 Mm Top Diameter: 110 -120 Mm (approximate) Capacity: 1 - 1.5 Liter With Pour Spout Dishwasher Safe Packed In Plastic Pouch The Item Must Have Good Quality Lot 8. Tangub City National High School (front Office Services And Local Guiding Services) Php 232,832.00 50 Pcs Calculator Type: Simple Calculator, Non Scientific Body Material: Hard Plastic Minimum Size: 110mm Width X 140mm Long Lcd Display: At Least Font Size Is 8mm X 5mm With Dual Power; Solar Cell And Battery With At Least 8 Digits Display Includes Spare Battery Packed With Protective Carton Box User's Manual In English Which Includes: A. Parts Manual With Labels, B. Assembly Instructions C. Operating Procedures On How To Use The Equipment, 1 Pcs Cart, Bell Boy Type:hotel Luggage Trolley Capacity: At Least 450 Kilograms Minimum Dimensions: Length - 1000mm X Width - 600mm X Height - 1700mm Frame Material: Stainless Steel Tubing Stainless Tube Diameter: At Least 35mm Black Powder Coated Steel Platform With Carpeted Surface And Rubber Bumper At The Edge With 4 Pieces X 200mm Diameter Black Pneumatic Swivel Wheels Packed With Shipping Carton Box Branded 1 Pcs Cash Register With Drawer Printer: Width: 57mm (minimum) Speed: 2 Lines/sec (minimum) Lcd Display Size: 5cm Width X 10cm Long(minimum) With Drawer At Least 4 Bills And 5 Coins Compartments With Drawer Dimension At Least 410mm Width X 450mm Depth Input Method: Numeric 10-key Interface With At Least 2 Ports Power Source: 220-240volts Ac, 50/60hz; With Ac/dc Adapter Can Be Operated With Battery Programmable User's Manual In English Which Includes: A. Parts Manual With Labels, 1 Pcs Credit Card Imprinter Height Of The Imprinter 2 1/2 Inch (minimum) X Width 5 1/2 Inch (minimum) X Length 11 Inches (minimum) Carriage Material: Steel Body:plastic Color: Black 20 Characters Per Line Card Mounting Can Accepts At Least 0.030" Thick Size Credit Cards Plate Can Accommodate Up To 5 Lines, Manual Type With User's Manual In English Which Includes: A. Parts Manual With Labels, B. Assembly Instructions, C. Operating Procedures 30 Pc Credit Card Voucher Holder Material: 3 Mm Thick Clear, Acrylic, Dimensions: Height: At Least 255 Mm, Width: At Least 210 Mm, Thickness: At Least 70 Mm 1 Pcs Detector, Fake Bills Led Display; Led Display Size: At Least 5 Cm Width X 10 Cm Long; Hard Plastic Casing; Ultraviolet (uv) And Magnetic (mg) Sensors; Power Source: Built In Rechargeable Battery,12v Output And Ac 100- 240v Adapter; With Complete Detection; Accessories Includes: Tough Plastic Carrying Case, Power Cord, Cleaning Brush, And Power Charger; User's Manual In English Which Includes: A. Parts Manual With Labels, B. Assembly Instructions, 3 Pcs Guest Folio Rack Material: Hard Plastic; Accommodates At Least 50 Room Divider Indexes; With Divider Boards With Metal Tabs; A4 Size Divider; With Metal Sidings 1 Pc Hypercom Memory: 1 Mb Ram (minimum) Lcd Display; 160 X 80 Pixel Graphics (minimum) With Card Reader Magnetic Stripe Pin Pad Port: 4-wire, Rs485; With Peripheral Ports For Pc Connection; Electronic Cash Register Or Journal Printer; With At Least 2400bps Modem; Support Synchronous (sdlc) And Asynchronous, Lan Operation; With Pin Encryption; With Thermal Printer At Least 576 Dots Per Line; Thermal Paper – 2 Inches Wide X 3 Inches Roll Diameter (min.); Keypad: Membrane, 12 Keys, Water-resistant; 1 Pc Key Card Maker With Verifier Set Of Hotel Door Lock System With Management Software; A) 1 Unit - Card Type Door Lock With Inductive Distance At Least 4cm B) 1 Unit - Card Encoder Unit With 25 Pieces Door Room Key Cards Computer Software System For Door Lock And Making Cards With Complete Accessories Including The Usb Type A Cable Interface To The Computer User's Manual In English Which Includes: A. Parts Manual With Labels, B. Assembly Instructions C. Operating Procedures On How To Use The Equipment 1 Pcs Key Rack Rack Material: Wood Number Of Racks: Can Accommodate At Least 40 Key Cards Minimum Rack Size: 70mm Width X 110mm Height Depth Of The Rack At Least 50mm Any Color Paint Type:wall Mounted Rack Pack With Shipping Carton Box 1 Pc Safety Deposit Box Vault Material: Metal, Powder Coated, Solid Steel Door Thickness: 4mm(minimum) Body Thickness: 2mm(minimum) Minimum Outer Dimension: L: 30cm X H: 20cm X W: 20cm Electronic Lock System Battery Operated Digital Panel: Requires 4 X ‘aa’ Batteries User's Manual In English Which Includes: A. Parts Manual With Labels, B. Assembly Instructions, C. Operating Procedures On How To Use The Equipment, Branded 20 Pcs Speaker, Lapel Frequency At Least 500mhz With Audio Input Connector With Operation Range At Least 50meters Receiver/70ma Earphone Output Level: 32ohm, 65mw Operates With Energizer Battery With Minimum Powerconsumption Of Transmitter At Least 3v/70ma Receiver: 3v/70ma 25 Sets First Aid Kit Type: Emergency Case; Contents: First Aid Quick Reference Guide, 1pc; Sterize Gauge Swab(4 X4 X12 Ply) 100 Pcs/pack, 1 Pack; Adhesive Strips/band -aid, 50 Pcs/pack, 2 Packs; Gloves, Disposable, Medium Size, 2 Pairs; Hypo Allergenic Adhesive Tape, 5cm X 5cm, 2 Rolls; Triangular Bandage/arm Sling, Min 90cm X 90cmx 120cm, 2pcs; Safety Pins, 1 1/4 Inches, (12 Pcs), 1 3/4 Inches (12 Pcs); Stainless Steel Bandage Scissors, 2pcs; Betadine, 60ml, 2 -3 Years Expiration, 2 Bottles; Dust Mask, 2pcs; Hand Towels Or Face Towels, White Color, 6 Pcs; Gauze Bandage, Minimum 5cm X 4cm, 2 Rolls; Antiseptic Handwash/germicidal Soap, 60 Gms , 2pcs; Torniquet, 2 Pcs; Spirit Of Ammonia, 30ml, 2-3 Years Expiration, 1 Bottle; Burn Cream Ointment, 20g To 30g, 2- 3years Expiration, 1 Tube; Medical Tweezers Min. 8cm, Plastic, 2pcs; Plastic Bags, Resealable, Minimum Of 24pcs, 100mm X 180mm, 24pcs, 150mm X 230mm Cotton Balls , 50 Balls In A Sealed Package, 2 Packs Hot And Cold Pack, Reuseable, 1 Pack Water Resistant And Sturdy Case W/ Handle That Can Accommodate All The Listed Items. 4 Pcs Megaphone Battery Operated (4 Pcs - Size D Battery) With Built-in Siren Power Output: 20-watts (minimum) Range: 700 Meters (minimum) With Hand Grip And Carrying Strap Branded With Users Manual That Contains The Specification, List Of Parts, Instruction Guide, Troubleshooting, Safety Instruction. 100 Pcs Whistle Anodized Aluminum;size : Length - 6.5cm X 3cm Diameter; Handy And Lightweight; Loud Whistle Can Be Heard For Far Distance Of 100 Meters; With Key Ring For Attachment 2 Pcs White Board, Floor Standing, Rolling Board: White Formica Laminated, Plane Will Not Deform.board Size: Rectangular 1800mm W X 1000 To 1200mm H, Board Edges Secured With Aluminum Clip Edging 17 Mm (minimum) Wih Plastic Corner Capscomes With Metal Tray For Marker And Eraserthe Stand And Frame Are Constructed With Aluminum Or Powder Coated Steel 25mm Square Tube (minimum), Sturdy, No Wobblewith 4 Lockable Hard Plastic Caster Wheelsoverall Height From Floor: 210 To 214cmsmooth Surface, No Sharp Edges Total Abc 3,978,106.00 2. The Department Of Education – Division Of Tangub City Now Invites Bids For The Above Procurement Project. Second Procurement Of Learning Tools And Equipment For Technical Vocational Livelihood To Deped-public Schools. Bidders Should Have Completed A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. 4. Interested Bidders May Obtain Further Information From Department Of Education – Division Of Tangub City And Inspect The Bidding Documents At The Address Given Below From 8:00 A.m. To 5:00 P.m. , Mondays To Fridays Except Holidays. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 8, 2025 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: Lot 1 - Five Hundred Pesos (p500.00) Lot 2 - Five Hundred Pesos (p500.00) Lot 3 - Five Hundred Pesos (p500.00) Lot 4 – One Thousand Pesos (p1,000.00) Lot 5 - Five Thousand Pesos (p5,000.00) Lot 6 - Five Hundred Pesos (p500.00) Lot 7 – One Thousand Pesos (p1,000.00) Lot 8 - Five Hundred Pesos (p500.00) The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees To Be Presented In Person. 6. The Department Of Education – Division Of Tangub City Will Hold A Pre-bid Conference On January 20, 2025, 9:00 Am At Division Office Conference Hall Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address As Indicated Below On Or Before 9:00 A.m. On February 4, 2025. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 16. 9. Bid Opening Shall February 4, 2025, 9:00 A.m. At The Given Address Below. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. Bidders Or Its Authorized Representatives Are Encouraged To Attend The Pre-bid Conference To Ensure That They Fully Understand The Procuring Entity’s Requirements. 11. The Department Of Education – Division Of Tangub City Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With 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. 12. For Further Information, Please Refer To: Gina L. Mandawe Head, Bac Secretariat Deped, Division Of Tangub City, Anecito Siete St., Mantic, Tangub City 7214 (088) 530-5988 Depedtangub.bacsec@deped.gov.ph Https://tangub.deped.gov.ph/ 13. You May Visit The Following Websites: For Downloading Of Bidding Documents: Https://tangub.deped.gov.ph/ Erlinda G. Dael, Phd., Cese Assistant Schools Division Superintendent Bac Chair
U S COAST GUARD USA Tender
Machinery and Tools
United States
Closing Date21 Jan 2025
Tender AmountRefer Documents
Details: The United States Coast Guard Surface Forces Logistics Center Has A Requirement To Open, Inspect, Report And Possible Overhaul Of The Below Item And Is Requesting Quotation: this Is A Combined Synopsis/solicitation For Commercial Items Prepared In Accordance With The Format Outlined In Far Subpart 12.6, And As Supplemented With Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation; Quotes Are Being Requested And A Written Solicitation Will Not Be Issued. solicitation Number 70z04025qag131 Is Issued As A Request For Quotation (rfq). This Solicitation Document And Incorporated Provisions And Clauses Are Those In Effect Through Federal Acquisition Circular (fac) 2025-02, Dated January 2025. It Is Anticipated That A Competitive Price Purchase Order Shall Be Awarded Because Of This Synopsis/solicitation. All Responsible Sources May Submit A Quotation Which If Timely Received, Shall Be Considered By This Agency. this Acquisition Will Be Issued Under Naics 811310. nsn 4320-01-122-3852 pump Centrifugal oem: Curtis -wright Pump pn: Y671191 qty: 06 Ea open, Inspect, Report With Possible Repair In Accordance With The Overhaul Description And Oem Specs. inspection Cost $__________ Each (this Cost Will Be Paid If Items Are Beyond Economic Repair) firm Fixed Repair Price $___________ Each. these Parts Are Used For The U. S. Coast Guard Medium Endurance Product Line. Substitute Parts Or Part Numbers Are Not Acceptable. The Uscg Does Not Own The Rights To The Proprietary Data And Therefore Cannot Provide Drawings, Specifications, Or Schematics For These Parts. packing And Marking: all Item S Shall Be Individually Packaged And Marked Per Sections 3.9.2 And 3.9.3 Of Overhaul Description. packing. Material Shall He Packed In Containers Meeting Astm D-3951 and Shall Be Suitable For Shipment By Rail Or Motor Freight. The Contractor shall Package Items In Such A Manner As To Prevent Damage To The Equipment during Shipment. The Equipment Shall Be Packaged In Skid Mounted Shipping containers, Suitable For Handling With A Forklift. The Containers Shall Be suitable For Long Term Inside Storage In A Warehouse. Containers Shall Be assembled With Screws To Permit Ease Of Removal Of The Cover Or Lid From The base. The Generator Shall He Bolted To The Framing System. Suitable Cribbing shall Be Provided To Prevent Damage During Shipment. Protrusions, - projections, Corners, Sharp Edges, And Fragile Areas Shall He Cushioned As required To Protect The Equipment And To Prevent Rupture Of Heat Shrink-wrap materials. The Generator Hub Coupling On The Rotor Shall Be Supported To prevent Movement Of The Rotor During Transit. Fiber Boards Shall Be Inserted between The Rotor And The Stator With Yellow Tag Visible On The Coupling End saying To Remove At Installation. marking. Each Package Shall Be Marked. Shipping Container Shall Be stenciled With Black Enamel Paint With The Information As Laid Out Below. stencil Shall Be Applied To The Container On Two Opposite Sides In Upper Left corner. Markings Shall Be 3/4 Inch Minimum Height Black Characters On A white Painted Background. All Previous Markings And /or Quality Assurance decals Shall Be Removed From The Reusable Shipping Container Prior To The application Of Any New Markings. Marking Shall Consist Of The National Stock number (nsn), Item Name, Part Number, Contract Number And Delivery Order number, Shipping Weight, Quantity And Unit Of Issue, And The Words "u.s. coast Guard Sflc Material, "condition-a". The Following Is An Example: nsn 4320-01-122-3852 pump Centrifugal oem: Curtis -wright Pump pn: Y671191 qty: 06 Ea delivery: delivery Is Required Jun 30, 2025. Please Provide Your Proposed Delivery To Address Below. Deliveries Are To Be Made Monday Through Friday Between The Hours Of 7:00 Am To 1:00 Pm. delivery Shall Be F.o.b. Destination To: united States Coast Guard (sflc) receiving Room, Bldg. #88a 2401 Hawkins Point Road baltimore, Md 21226. estimated Delivery Date: _________________ inspection And Acceptance: F.o.b. Destination inspection And Acceptance Shall Take Place After Verification Of Preservation, Individual Packaging And Marking Requirements And Confirmation Of No Damage During Transit. Failure To Comply With Packaging Requirements Will Result In Rejection And Nonpayment. the Provision At 52.212-1, Instructions To Offerors-commercial, Applies To This Acquisition. In Addition, The Following Language Applies To This Provision: multiple Awards Will Not Be Made. Vendor Shall Provide An All-or-nothing Quote For The Requirement Identified In (5) Above. award Will Be Made To The Lowest Price Offeror, That Is Deemed Technical Acceptable. the Contractor Shall Provide A Total Firm Fixed Price With Inspection Fee For All Necessary Equipment And Shipping Cost To Addresses Shown Under Delivery. vendor Must Be Registered At Https://www.sam.gov Prior To Quote Submittal. each Offeror’s Record In Fapiis Will Be Reviewed Prior To Award. Award Will Not Be Made To Any Offeror Who Has Any Adverse Financial Information Or Exclusions. offerors Shall Include A Completed Copy Of The Provision At 52.212-3, Offeror Representations And Certifications-commercial Products And Commercial Services (nov 2023), With Their Offer, If This Information Is Not Already Included In Https://www.sam.gov. the Clause At 52.212-4, Contract Terms And Conditions-commercial Items (nov 2023), Applies To This Acquisition. far 52.212-5 Contract Terms And Conditions Required To Implement Statues Or Executive Orders-commercial Product And Commercial Services (dec 2023) the Contractor Shall Comply With The Following Federal Acquisition Regulation (far) Clauses, Which Are Incorporated In This Contract By Reference, To Implement Provisions Of Laws Or Executive Orders Applicable To Acquisitions Of Commercial Products And Commercial Service: (1)52.203-19, Prohibition On Requiring Certain Internal Confidentiality Agreements Or Statements(jan 2017)(section 743 Of Division E, Title Vii, Of The Consolidated And Further Continuing Appropriations Act, 2015 (pub. L. 113-235) And Its Successor Provisions In Subsequent Appropriations Acts (and As Extended In Continuing Resolutions)). (2)52.204-23, Prohibition Oncontractingfor Hardware, Software, And Services Developed Or Provided By Kaspersky Lab And Other Covered Entities(dec 2023)(section 1634 Of Pub. L. 115-91). (3)52.204-25, Prohibition Oncontractingfor Certain Telecommunications And Video Surveillance Services Or Equipment.(nov 2021)(section 889(a)(1)(a) Of Pub. L. 115-232). (4)52.209-10, Prohibition Oncontractingwith Inverted Domestic Corporations(nov 2015). (5)52.232-40, Providing Accelerated Payments Tosmall Business Subcontractors(mar 2023)(31 U.s.c. 3903and10 U.s.c. 3801). (6)52.233-3, Protest After Award(aug 1996)(31u.s.c.3553). (7)52.233-4, Applicable Law For Breach Of Contractclaim(oct 2004)(public Laws 108-77 And 108-78 (19u.s.c.3805note)). (b)the Contractorshallcomply With The Far Clauses In This Paragraph (b) That Thecontracting Officerhas Indicated As Being Incorporated In This Contract By Reference To Implement Provisions Of Law Or Executive Orders Applicable Toacquisitionsofcommercial Productsandcommercial Services: [contracting Officercheck As Appropriate.] __(1)52.203-6, Restrictions On Subcontractor Sales To The Government(jun 2020),withalternatei(nov 2021)(41u.s.c.4704and10 U.s.c. 4655). __(2)52.203-13, Contractor Code Of Business Ethics And Conduct(nov 2021)(41u.s.c.3509)). __(3)52.203-15, Whistleblower Protections Under The American Recovery And Reinvestment Act Of 2009(jun 2010)(section 1553 Of Pub. L. 111-5). (applies To Contracts Funded By The American Recovery And Reinvestment Act Of 2009.) __(4)52.203-17, Contractor Employee Whistleblower Rights(nov 2023)(41 U.s.c. 4712); This Clause Does Not Apply To Contracts Of Dod, Nasa, The Coast Guard, Or Applicable Elements Of The Intelligence Community—see Far3.900(a). x(5)52.204-10, Reporting Executive Compensation And First-tier Subcontract Awards(jun 2020)(pub. L. 109-282) (31u.s.c.6101note). __(6)[reserved]. __(7)52.204-14, Service Contract Reporting Requirements(oct 2016)(pub. L. 111-117, Section 743 Of Div. C). __(8)52.204-15, Service Contract Reporting Requirements For Indefinite-delivery Contracts(oct 2016)(pub. L. 111-117, Section 743 Of Div. C). __(9)52.204-27, Prohibition On A Bytedance Covered Application(jun 2023)(section 102 Of Division R Of Pub. L. 117-328). (10)52.204–28, Federalacquisitionsupply Chain Security Act Orders—federal Supply Schedules, Governmentwideacquisitioncontracts, And Multi-agency Contracts.(dec 2023)(pub. L. 115–390, Title Ii). __(11)(i)52.204–30, Federalacquisitionsupply Chain Security Act Orders—prohibition.(dec 2023)(pub. L. 115–390, Title Ii). __(ii)alternatei(dec 2023)of 52.204–30. x (12)52.209-6, Protecting The Government’s Interest When Subcontracting With Contractors Debarred, Suspended, Or Proposed Fordebarment.(nov 2021)(31u.s.c.6101note). __(13)52.209-9, Updates Of Publicly Available Information Regarding Responsibility Matters(oct 2018)(41u.s.c.2313). __(14)[reserved]. __(15)52.219-3, Notice Ofhubzoneset-aside Or Sole-source Award (oct 2022) (15u.s.c.657a). __(16)52.219-4, Notice Of Price Evaluation Preference Forhubzonesmall Business Concerns (oct 2022) (if Theofferorelects To Waive The Preference, Itshallso Indicate In Itsoffer) (15u.s.c.657a). __(17)[reserved] x(18)(i)52.219-6, Notice Of Total Small Business Set-aside(nov 2020)(15u.s.c.644). __(ii)alternatei(mar 2020)of52.219-6. __(19)(i)52.219-7, Notice Of Partial Small Business Set-aside(nov 2020)(15u.s.c.644). __(ii)alternatei(mar 2020)of52.219-7. __(20)52.219-8, Utilization Of Small Business Concerns (sep 2023) (15u.s.c.637(d)(2)and (3)). __(21)(i)52.219-9, Small Business Subcontracting Plan (sep 2023) (15u.s.c.637(d)(4)). __(ii)alternatei(nov 2016)of52.219-9. __(iii)alternateii(nov 2016)of52.219-9. __(iv)alternateiii(jun 2020)of52.219-9. __(v)alternateiv (sep 2023) Of52.219-9. __(22)(i)52.219-13, Notice Of Set-aside Of Orders(mar 2020)(15u.s.c.644(r)). __(ii)alternatei(mar 2020)of52.219-13. __(23)52.219-14, Limitations On Subcontracting (oct 2022) (15u.s.c.637s). __(24)52.219-16, Liquidated Damages—subcontracting Plan(sep 2021)(15u.s.c.637(d)(4)(f)(i)). __(25)52.219-27, Notice Of Service-disabled Veteran-owned Small Business Set-aside (oct 2022) (15u.s.c.657f). __(26)(i)52.219-28, Post Award Small Business Program Rerepresentation (sep 2023)(15u.s.c.632(a)(2)). __(ii)alternatei(mar 2020)of52.219-28. __(27)52.219-29, Notice Of Set-aside For, Or Sole-source Award To, Economically Disadvantagedwomen-owned Small Business Concerns(oct 2022) (15u.s.c.637(m)). __(28)52.219-30, Notice Of Set-aside For, Or Sole-source Award To, Women-owned Small Business Concerns Eligible Under The Women-owned Small Business Program (oct 2022) (15u.s.c.637(m)). __(29)52.219-32, Orders Issued Directly Under Small Business Reserves(mar 2020)(15u.s.c.644(r)). __(30)52.219-33, Nonmanufacturer Rule(sep 2021)(15u.s.c. 637(a)(17)). x(31)52.222-3, Convict Labor(jun 2003)(e.o.11755). x(32)52.222-19, Child Labor-cooperation With Authorities And Remedies(nov 2023). x(33)52.222-21, Prohibition Of Segregated Facilities(apr 2015). x(34)(i)52.222-26, Equal Opportunity(sep 2016)(e.o.11246). __(ii)alternatei(feb 1999)of52.222-26. __(35)(i)52.222-35, Equal Opportunity For Veterans(jun 2020)(38u.s.c.4212). __(ii)alternatei(jul 2014)of52.222-35. x(36)(i)52.222-36, Equal Opportunity For Workers With Disabilities(jun 2020)(29u.s.c.793). __(ii)alternatei(jul 2014)of52.222-36. __(37)52.222-37, Employment Reports On Veterans (jun 2020) (38u.s.c.4212). __(38)52.222-40, Notification Of Employee Rights Under The National Labor Relations Act(dec 2010)(e.o. 13496). x(39)(i)52.222-50, Combating Trafficking In Persons(nov 2021)(22u.s.c.chapter78and E.o. 13627). __(ii)alternatei(mar 2015)of52.222-50(22u.s.c.chapter78and E.o. 13627). __(40)52.222-54, Employment Eligibility Verification(may2022)(executive Order 12989). (not Applicable To Theacquisitionof Commercially Available Off-the-shelf Items Or Certain Other Types Ofcommercial Productsorcommercial Servicesas Prescribed In Far22.1803.) __(41)(i)52.223-9, Estimate Of Percentage Ofrecovered Materialcontent For Epa–designated Items (may2008) (42u.s.c.6962(c)(3)(a)(ii)). (not Applicable To Theacquisitionof Commercially Available Off-the-shelf Items.) __(ii)alternatei(may2008)of52.223-9(42u.s.c.6962(i)(2)(c)). (not Applicable To Theacquisitionof Commercially Available Off-the-shelf Items.) __(42)52.223-11,ozone-depleting Substancesandhigh Global Warming Potential Hydrofluorocarbons(jun 2016) (e.o. 13693). __(43)52.223-12, Maintenance, Service, Repair, Or Disposal Of Refrigeration Equipment And Air Conditioners(jun 2016)(e.o. 13693). __(44)(i)52.223-13,acquisitionof Epeat®-registered Imaging Equipment(jun 2014)(e.o.s 13423 And 13514). __(ii)alternatei(oct 2015)of52.223-13. __(45)(i)52.223-14,acquisitionof Epeat®-registered Televisions(jun 2014)(e.o.s 13423 And 13514). __(ii)alternatei (jun2014) Of52.223-14. __(46)52.223-15, Energy Efficiency In Energy-consumingproducts(may2020)(42u.s.c.8259b). __(47)(i)52.223-16,acquisitionof Epeat®-registered Personal Computerproducts(oct 2015)(e.o.s 13423 And 13514). __(ii)alternatei(jun 2014)of52.223-16. x(48)52.223-18, Encouraging Contractor Policies To Ban Text Messaging While Driving(jun 2020)(e.o. 13513). __(49)52.223-20, Aerosols(jun 2016)(e.o. 13693). __(50)52.223-21, Foams (jun2016) (e.o. 13693). __(51)(i)52.224-3privacy Training(jan 2017)(5 U.s.c. 552 A). __(ii)alternatei(jan 2017)of52.224-3. __(52)(i)52.225-1, Buy American-supplies(oct 2022)(41u.s.c.chapter83). __(ii)alternatei(oct 2022)of52.225-1. x(53)(i)52.225-3, Buy American-free Trade Agreements-israeli Trade Act(nov 2023)(19 U.s.c. 3301 Note,19 U.s.c. 2112 Note,19 U.s.c. 3805 Note,19 U.s.c. 4001 Note, 19 U.s.c. Chapter 29 (sections 4501-4732), Public Law 103-182, 108-77, 108-78, 108-286, 108-302, 109-53, 109-169, 109-283, 110-138, 112-41, 112-42, And 112-43. __(ii)alternatei [reserved]. __(iii)alternateii(dec2022)of52.225-3. __(iv)alternateiii(nov 2023)of52.225-3. __(v)alternateiv (oct 2022) Of52.225-3. __(54)52.225-5, Trade Agreements(nov 2023)(19u.s.c.2501,et Seq.,19u.s.c.3301note). x(55)52.225-13, Restrictions On Certain Foreign Purchases(feb 2021)(e.o.’s, Proclamations, And Statutes Administered By The Office Of Foreign Assets Control Of The Department Of The Treasury). __(56)52.225-26, Contractors Performing Private Security Functions Outside Theunited States(oct 2016) (section 862, As Amended, Of Thenational Defenseauthorization Act For Fiscal Year 2008; 10 U.s.c. Subtitle A, Part V, Subpart G Note). __(57)52.226-4, Notice Of Disaster Oremergencyarea Set-aside (nov 2007) (42u.s.c.5150). __(58)52.226-5, Restrictions On Subcontracting Outside Disaster Oremergencyarea (nov2007) (42u.s.c.5150). __(59)52.229-12, Tax On Certain Foreignprocurements(feb 2021). __(60)52.232-29, Terms For Financing Of Purchases Ofcommercial Productsandcommercial Services(nov 2021)(41u.s.c.4505,10 U.s.c. 3805). __(61)52.232-30, Installment Payments Forcommercial Productsandcommercial Services(nov 2021)(41u.s.c.4505,10 U.s.c. 3805). x(62)52.232-33, Payment Byelectronic Funds Transfer-system For Award Management(oct2018)(31u.s.c.3332). __(63)52.232-34, Payment Byelectronic Funds Transfer-other Thansystem For Award Management(jul 2013) (31u.s.c.3332). __(64)52.232-36, Payment By Third Party(may2014)(31u.s.c.3332). __(65)52.239-1, Privacy Or Security Safeguards(aug 1996)(5u.s.c.552a). __(66)52.242-5, Payments Tosmall Business Subcontractors(jan 2017)(15u.s.c.637(d)(13)). __(67)(i)52.247-64, Preference For Privately Owned U.s.-flag Commercial Vessels(nov 2021)(46 U.s.c. 55305and10u.s.c.2631). __(ii)alternatei(apr 2003)of52.247-64. __(iii)alternateii(nov 2021)of52.247-64. (c)the Contractorshallcomply With The Far Clauses In This Paragraph (c), Applicable Tocommercial Services, That Thecontracting Officerhas Indicated As Being Incorporated In This Contract By Reference To Implement Provisions Of Law Or Executive Orders Applicable Toacquisitionsofcommercial Productsandcommercial Services: (contracting Officercheck As Appropriate.] x(1)52.222-41, Service Contract Labor Standards(aug 2018)(41u.s.c.chapter67). x(2)52.222-42, Statement Of Equivalent Rates For Federal Hires(may2014)(29u.s.c.206and41u.s.c.chapter67). __(3)52.222-43, Fair Labor Standards Act And Service Contract Labor Standards-price Adjustment (multiple Year Andoptioncontracts)(aug 2018)(29u.s.c.206and41u.s.c.chapter67). __(4)52.222-44, Fair Labor Standards Act And Service Contract Labor Standards-price Adjustment (may2014) (29u.s.c.206and41u.s.c.chapter67). __(5)52.222-51, Exemption From Application Of The Service Contract Labor Standards To Contracts For Maintenance, Calibration, Or Repair Of Certain Equipment-requirements (may2014) (41u.s.c.chapter67). __(6)52.222-53, Exemption From Application Of The Service Contract Labor Standards To Contracts For Certain Services-requirements(may2014)(41u.s.c.chapter67). __(7)52.222-55, Minimum Wages For Contractor Workers Under Executive Order 14026(jan 2022). __(8)52.222-62, Paid Sick Leave Under Executive Order 13706(jan 2022)(e.o. 13706). __(9)52.226-6, Promoting Excess Food Donation To Nonprofit Organizations (jun 2020) (42u.s.c.1792). (d)comptroller General Examination Of Record. The Contractorshallcomply With The Provisions Of This Paragraph (d) If This Contract Was Awarded Using Other Than Sealed Bid, Is In Excess Of Thesimplified Acquisition Threshold, As Defined In Far2.101, On The Date Of Award Of This Contract, And Does Not Contain The Clause At52.215-2, Audit And Records-negotiation. (1)the Comptroller General Of Theunited States, Or An Authorized Representative Of The Comptroller General,shallhave Access To And Right To Examine Any Of The Contractor’s Directly Pertinent Records Involving Transactions Related To This Contract. (2)the Contractorshallmake Available At Its Offices At All Reasonable Times The Records, Materials, And Other Evidence For Examination, Audit, Or Reproduction, Until 3 Years After Final Payment Under This Contract Or For Any Shorter Period Specified In Far Subpart4.7, Contractor Records Retention, Of The Other Clauses Of This Contract. If This Contract Is Completely Or Partially Terminated, The Records Relating To The Work Terminatedshallbe Made Available For 3 Years After Any Resulting Final Termination Settlement. Records Relating To Appeals Under The Disputes Clause Or To Litigation Or The Settlement Ofclaimsarising Under Or Relating To This Contractshallbe Made Available Until Such Appeals, Litigation, Orclaimsare Finally Resolved. (3)as Used In This Clause, Records Include Books, Documents, Accounting Procedures And Practices, And Other Data, Regardless Of Type And Regardless Of Form. This Does Not Require The Contractor To Create Or Maintain Any Record That The Contractor Does Not Maintain In The Ordinary Course Of Business Or Pursuant To A Provision Of Law. (e) (1)notwithstanding The Requirements Of The Clauses In Paragraphs (a), (b), (c), And (d) Of This Clause, The Contractor Is Not Required To Flow Down Any Far Clause, Other Than Those In This Paragraph (e)(1), In A Subcontract Forcommercial Productsor Commercial Services. Unless O (i)52.203-13, Contractor Code Of Business Ethics And Conduct(nov 2021)(41u.s.c.3509). (ii)52.203-17, Contractor Employee Whistleblower Rights(nov 2023)(41 U.s.c. 4712). (iii)52.203-19, Prohibition On Requiring Certain Internal Confidentiality Agreements Or Statements (jan 2017) (section 743 Of Division E, Title Vii, Of The Consolidated And Further Continuing Appropriations Act, 2015 (pub. L. 113-235) And Its Successor Provisions In Subsequent Appropriations Acts (and As Extended In Continuing Resolutions)). (iv)52.204-23, Prohibition Oncontractingfor Hardware, Software, And Services Developed Or Provided By Kasperskylab Covered Entities(dec 2023)(section 1634 Of Pub. L. 115-91). (v)52.204-25, Prohibition Oncontractingfor Certain Telecommunications And Video Surveillance Services Or Equipment.(nov 2021)(section 889(a)(1)(a) Of Pub. L. 115-232). (vi)52.204-27, Prohibition On A Bytedance Covered Application(jun 2023)(section 102 Of Division R Of Pub. L. 117-328). (vii)(a)52.204–30, Federalacquisitionsupply Chain Security Act Orders—prohibition.(dec 2023)(pub. L. 115–390, Title Ii). (b)alternatei(dec 2023)of 52.204–30. (viii)52.219-8, Utilization Of Small Business Concerns (sep 2023) (15u.s.c.637(d)(2)and (3)), In All Subcontracts Thatofferfurther Subcontracting Opportunities. If The Subcontract (except Subcontracts To Small Business Concerns) Exceeds The Applicable Threshold Specified In Far19.702(a) On The Date Of Subcontract Award, The Subcontractormustinclude52.219-8in Lower Tier Subcontracts Thatoffersubcontracting Opportunities. (ix)52.222-21, Prohibition Of Segregated Facilities(apr 2015). (x)52.222-26, Equal Opportunity(sep 2015)(e.o.11246). (xi)52.222-35, Equal Opportunity For Veterans(jun 2020)(38u.s.c.4212). (xii)52.222-36, Equal Opportunity For Workers With Disabilities(jun 2020)(29u.s.c.793). (xiii)52.222-37, Employment Reports On Veterans(jun 2020)(38u.s.c.4212). (xiv)52.222-40, Notification Of Employee Rights Under The National Labor Relations Act(dec 2010)(e.o. 13496). Flow Down Required In Accordance With Paragraph (f) Of Far Clause52.222-40. (xv)52.222-41, Service Contract Labor Standards(aug 2018)(41u.s.c.chapter67). (xvi)(a)52.222-50, Combating Trafficking In Persons(nov 2021)(22u.s.c.chapter78and E.o 13627). (b)alternatei(mar 2015)of52.222-50(22u.s.c.chapter78ande.o.13627). (xvii)52.222-51, Exemption From Application Of The Service Contract Labor Standards To Contracts For Maintenance, Calibration, Or Repair Of Certain Equipment-requirements (may2014) (41u.s.c.chapter67). (xviii)52.222-53, Exemption From Application Of The Service Contract Labor Standards To Contracts For Certain Services-requirements(may2014)(41u.s.c.chapter67). (xix)52.222-54, Employment Eligibility Verification(may2022)(e.o. 12989). (xx)52.222-55, Minimum Wages For Contractor Workers Under Executive Order 14026(jan 2022). (xxi)52.222-62, Paid Sick Leave Under Executive Order 13706(jan 2022)(e.o. 13706). (xxii)(a)52.224-3, Privacy Training (jan 2017) (5u.s.c.552a). (b)alternatei(jan 2017)of52.224-3. (xxiii)52.225-26, Contractors Performing Private Security Functions Outside Theunited States(oct 2016)(section 862, As Amended, Of Thenational Defenseauthorization Act For Fiscal Year 2008; 10 U.s.c. Subtitle A, Part V, Subpart G Note). (xxiv)52.226-6, Promoting Excess Food Donation To Nonprofit Organizations(jun 2020)(42u.s.c.1792). Flow Down Required In Accordance With Paragraph (e) Of Far Clause52.226-6. (xxv)52.232-40, Providing Accelerated Payments Tosmall Business Subcontractors(mar 2023) (31 U.s.c. 3903and10 U.s.c. 3801). Flow Down Required In Accordance With Paragraph (c) Of52.232-40. (xxvi)52.247-64, Preference For Privately Owned U.s.-flag Commercial Vessels(nov 2021)(46 U.s.c. 55305and10u.s.c.2631). Flow Down Required In Accordance With Paragraph (d) Of Far Clause52.247-64. (2)while Not Required, The Contractormayinclude In Its Subcontracts Forcommercial Productsandcommercial Servicesa Minimal Number Of Additional Clauses Necessary To Satisfy Its Contractual Obligations. 14. Electronic Submission Of Payment Requests (a) Definitions. As Used In These Instructions - (1) “payment Request” Means A Bill, Voucher, Invoice, Or Request For Contract Financing Payment With Associated Supporting Documentation. The Payment Request Must: Comply With The Requirements Identified In Far 32.905(b), “content Of Invoices” And The Applicable Payment Clause Included In This Contract. In Addition, Discount Offerings And Small Business Status If Available Shall Be Stated. If Travel Was Allowable And Approved, Components In Accordance With Far 31.205-46 Shall Be Provided. (b) The Contractor Shall Submit Payment Requests Electronically Using The Invoice Processing Platform (ipp). The Contractor Will Submit Payment Requests Using The Blank Form In Ipp. (c) Information Regarding Ipp, Including Ipp Customer Support Contact Information, Is Available At Www.ipp.gov Or Any Successor Site. (d) Ipp Enrollment Information Is At Https://www.uscg.mil/fincen/ipp/. additional Clauses hsar 3052.212-70contract Terms And Conditions Applicable To Dhs Acquisition Of Commercial Items. as Prescribed In (hsar) 48 Cfr 3012.301, Insert The Following Clause: contract Terms And Conditions Applicable To Dhs Acquisition Of Commercial Items (sep 2012) the Contractor Agrees To Comply With Any Provision Or Clause That Is Incorporated Herein By Reference To Implement Agency Policy Applicable To Acquisition Of Commercial Items Or Components. The Provision Or Clause In Effect Based On The Applicable Regulation Cited On The Date The Solicitation Is Issued Applies Unless Otherwise Stated Herein. The Following Provisions And Clauses Are Incorporated By Reference: [the Contracting Officer Should Either Check The Provisions And Clauses That Apply Or Delete The Provisions And Clauses That Do Not Apply From The List. The Contracting Officer May Add The Date Of The Provision Or Clause If Desired For Clarity.] (a)provisions. x 3052.247-72 F.o.b. Destination Only. (end Of Clause) 15. Defense Priorities And Allocations System (dpas) Ratings Are Not Applicable. 16. Quotes Are Due Not Later Than Jan 21, 2025, By 10:00 Am Eastern Daylight Savings Time (dst). 17. All Questions Regarding This Notice Shall Be Submitted In Writing To Yvette.r.johnson@uscg.mil. overhaul Description
for Official Use Only
item Name Pump,centrifugal
stock Number 4320-01-122-3852
part Number D1161-6x4x6
used On Wmec 270 Class
items As Received By The Contractor Must Be Complete And Of
the Proper Cited Part Number. Discrepancies Shall Be Reported To
the Coast Guard Contracting Officer.
overhaul Requirements:
descriptive Specification Data:
pump Serial Nrs Y671191 - Y671191g And Y724155 - Y724155q; Verticle Style
pump; 6 Inch Suction Qty One; 4 Inch Discharge Qty One; Max Discharge
flowrate 900 Gpm; Intake / Discharge Connection Type Round Flange; Total Head
90 Ft; 3550 Rpm Auxilary Saltwater Cooling (u/w Asw Pump).
consolidated List Of References
the Below-listed Documents Form A Part Of This Specification To The Extent
specified Herein. Approval / Publication Dates Or Revision Dates / Numbers
are Also Identified, To Ensure That Same Document Versions Are Used At Time
of Specification Writing And During Contract Execution.
all Coast Guard Drawings, Technical Publications, And Standard Specifications
will Be Provided To Contractors By The Coast Guard At An Appropriate Time, Or
upon Request, Free Of Charge. Other Government Documents May Be Accessed -
free Of Charge - As Follows:
mil/dod/cid Specifications:
http://www.assistdocs.com/search/search_basic.cfm
commandant Instruction Manuals: Http://www.uscg.mil/directives/default.asp
public Laws, Code Of Federal Regulations, U.s Codes, And Other Federal
government Laws:: Www.gpoaccess.gov
the Government Is Aware Of The Following Internet Web Links Where Contractors
may Procure Commercial Specifications:
american Welding Society (aws): Http://www.awspubs.com/index.php
ansi, Astm, Ieeee, Nfpa, Asme, Sae Standards: Http://www.techstreet.com/
nfpa: Http://www.nfpa.org
sspc Standards And Pictorial Guides:
http://shopping.netsuite.com/sspcmarketplace
coast Guard Drawings:
not Applicable.
coast Guard Publications:
coast Guard Technical Manual (tm) 2700, Swbs 256 A, Auxiliary Salt Water
cooling Pump. (work Item 1).
surface Forces Logistics Center Specification D-000-0100 Rev G, Change 1
dated 03/06/2006, Bar Coding For Uscg Surface Forces Logistics Center
material.
other References:
sae Standard, general Requirements
1. Scope
1.1 Intent: This Section Describes The Requirements Which The Contractor
shall Follow Applicable To All Pumps Inducted For Overhaul Under This
contract. Additional Specific Requirements Applicable To A Designated Model
/ Unit Are Addressed In The Applicable Individual Work Items (wi) Within This
specification Package. These General Requirements In Conjunction With The
applicable Wi Make Up The Overall Contractor Repair / Overhaul Requirements
for Each Pump.
2. References
coast Guard Drawings
none
coast Guard Publications
surface Forces Logistics Center Specification D-000-0100 Rev G Dated 06/2006,
bar Coding For Uscg Surface Forces Logistics Center Material.
other References
code Of Federal Regulations (cfr), Title 40, Chapter I, 2008, Environmental
protection Agency.
national Conference Of Standards Laboratories (ncsl) Z540-3-2006, Dated 2006,
requirement For The Calibration Of Measuring And Test Equipment.
mil-prf-81309f Dated 05/16/2005, Type 2, Class 1 Or 2, Corrosion Preventive
compounds, Water Displacing, Ultra-thin Film.
mil-d-3464e Dated 04/1987- Desiccants, Activated, Bagged, Packaging Use And
static Dehumidification.
mil-prf-131k Type 1, Dated 28 Aug 1998- Barrier Materials, Water Vapor
proof, Greaseproof, Flexible, Heat Sealable.
astm International (astm) D3951, Reapproved 2004, Standard Practice For 3.3 Billable Costs: The Contractor Shall Provide All Labor And Materials To
perform The Overhaul Services As Described In The Wi For Each Pump.
3.4 Inspections:
3.4.1 Receiving Inspection: The Contractor Shall Immediately Notify The
coast Guard Contracting Officer (cg Ko) If The Make, Part Number, Model
and/or Inlet/outlet Size Delivered For Overhaul Do Not Conform To The Pump
cited. A Government Furnished Property Discrepancy Report Shall Be Submitted
to The Cg Ko Within 10 Business Days.
3.4.2 Preliminary Inspection: The Contractor Shall Conduct A Preliminary
disassembly And Inspection Of The Pump/pump Unit And Its Shipping Container
in Accordance With Pump/pump Unit Oem Procedures, Specifications, References,
and Standard Practices Addressed In Each Wi. A Condition Found Report (cfr)
shall Be Submitted Within Three Days Of The Completion Of The Inspection
pump/pump Unit Inducted For Overhaul.
3.4.3 Condition Found Report: The Cfr Shall Provide A Detailed Cost
estimate And Lead Time For Any Additional Work And Replacement Parts That Are
determined To Be Required Beyond The Scope Of This Specification And The
standard Practice For Overhaul As Detailed In The Manufacturer's Technical
manual. The Contractor Shall Provide The Pump Replacement Cost And Lead Time
for Comparison To The Overhaul Cost. The Cg Ko Will Make The Determinations
as To The Disposition Of Any Pump Delivered For Overhaul To Be Beyond
economical Repair (ber).
3.4.4 Beyond Economical Repair: If The Pump Is Ber, The Government
reserves The Right To Dispose Of The Pump/pump Unit.
3.5 Photo Documentation: The Contractor Shall Provide Digital Photo
documentation To The Contracting Officer As Follows:
a. During Initial Opening Of The Pump After Receipt, Including The Shipping
container
b. When Significant Findings That Will Affect Cost Of Repair/overhaul At Time
they Are Discovered
c. When Other Significant Or Unusual Findings Such As Failed Parts Or Damages
are Discovered
d. When The Pump Is Tested To Document Configuration
e. When The Pump Is Prepared For Shipment To Document "as Shipped"
configuration To Include Images Of The Preservation, Package And Marking
(pp&m)
f. The Photo Documentation Shall Be Color Digital And Shall Be Sent To The Cg
ko And The Coast Guard Contracting Officer's Representative (cor) Via Email.
3.6 Status Report: The Contractor Shall Submit A Monthly Status Report On An
excel Spreadsheet Via Email To The Cg Ko And The Cor. All Pumps Shall Be
listed With The Current Repair Status. The Excel Spreadsheet Shall Contain
the Following Column Headings.
a. Delivery Order Number
b. Work Item Number
c. Part Number
d. Serial Number
e. National Stock Number (nsn)
f. Date Pump Received
g. Date Pump Detailed Cost Estimate Sent (section 3.3.2. Of This h. Date Material Ordered.
i. Date Material Received.
j. Date Of Quality Assurance Final Inspection
k. Date Pump Shipped
l. Comments/remarks
3.7 Quality Assurance: The Contractor Shall Maintain An Inspection System
per American Society For Quality (asq) Q90001-2008 Which Shall Insure That
each Item Offered To The Coast Guard For Acceptance Or Approval Conforms To
the Contract Requirements. The Inspection System Shall Be Documented And
available For Review By The Coast Guard.
3.8 Records: The Contractor Shall Maintain Records Of All Inspections And
tests. The Records, At A Minimum, Shall Indicate The Nature And Number Of
observations Made, The Number And Type Of Deficiencies Found, And The
corrective Action Taken.
3.9 Calibration System: The Contractor, As Well As Any Sub-contractors,
shall Be Required To Maintain A Measuring And Test Equipment Calibration
program In Compliance With The National Conference Of Standards Laboratories
(ncsl) Z540-3. The Program Shall Be Documented And Traceable To The National
institute Of Standards (nist).
3.10 Responsibility For Inspection: The Contractor Shall Be Responsible For
the Performance Of All Inspection Requirements Specified Herein. The
contractor Shall Provide Space, Personnel, And Test Equipment To Conduct All
required Inspections. All Inspection And Testing Shall Be Performed At The
contractor's Plant Or At Other Facilities Acceptable To The Coast Guard. The
coast Guard Reserves The Right To Verify Or Have Performed Any Of The
inspections Or Tests That Are Deemed Necessary To Assure That Supplies And
services Conform To The Prescribed Requirements. It Is The Coast Guard's
intent For The Coast Guard Quality Assurance Representative (qar) To Have The
discretion To Witness And Or Verify Inspections And Tests Of All Pumps
overhauled By The Contractor. Any Inspection Scheduling Issues That May
occur That Would Impede Progress May Only Be Waived By The Cg Ko.
3.11 Responsibility For Compliance: The Contractor Shall Meet The Provisions
of Section 3 Of This Specification. The Inspections Set Forth In This
specification Shall Become Part Of The Contractor's Overall Inspection System
and Quality Program. The Absence Of Any Inspection Requirements In The
specification Shall Not Relieve The Contractor Of The Responsibility Of
assuring That All Products Or Supplies Submitted To The Government For
acceptance Comply With All Requirements Of The Contract. Sampling For
quality Conformance Does Not Authorize Submission Of Known Defective Material
(either Indicated Or Actual) Nor Does It Commit The Government To Acceptance
of Defective Material.
3.12 Quality 3.7 Quality Assurance: The Contractor Shall Maintain An Inspection System
per American Society For Quality (asq) Q90001-2008 Which Shall Insure That
each Item Offered To The Coast Guard For Acceptance Or Approval Conforms To
the Contract Requirements. The Inspection System Shall Be Documented And
available For Review By The Coast Guard.
3.8 Records: The Contractor Shall Maintain Records Of All Inspections And
tests. The Records, At A Minimum, Shall Indicate The Nature And Number Of
observations Made, The Number And Type Of Deficiencies Found, And The
corrective Action Taken.
3.9 Calibration System: The Contractor, As Well As Any Sub-contractors,
shall Be Required To Maintain A Measuring And Test Equipment Calibration
program In Compliance With The National Conference Of Standards Laboratories
(ncsl) Z540-3. The Program Shall Be Documented And Traceable To The National
institute Of Standards (nist).
3.10 Responsibility For Inspection: The Contractor Shall Be Responsible For
the Performance Of All Inspection Requirements Specified Herein. The
contractor Shall Provide Space, Personnel, And Test Equipment To Conduct All
required Inspections. All Inspection And Testing Shall Be Performed At The
contractor's Plant Or At Other Facilities Acceptable To The Coast Guard. The
coast Guard Reserves The Right To Verify Or Have Performed Any Of The
inspections Or Tests That Are Deemed Necessary To Assure That Supplies And
services Conform To The Prescribed Requirements. It Is The Coast Guard's
intent For The Coast Guard Quality Assurance Representative (qar) To Have The
discretion To Witness And Or Verify Inspections And Tests Of All Pumps
overhauled By The Contractor. Any Inspection Scheduling Issues That May
occur That Would Impede Progress May Only Be Waived By The Cg Ko.
3.11 Responsibility For Compliance: The Contractor Shall Meet The Provisions
of Section 3 Of This Specification. The Inspections Set Forth In This
specification Shall Become Part Of The Contractor's Overall Inspection System
and Quality Program. The Absence Of Any Inspection Requirements In The
specification Shall Not Relieve The Contractor Of The Responsibility Of
assuring That All Products Or Supplies Submitted To The Government For
acceptance Comply With All Requirements Of The Contract. Sampling For
quality Conformance Does Not Authorize Submission Of Known Defective Material
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Others
United States
Closing Date10 Jan 2025
Tender AmountRefer Documents
Details: B.3 Statement Of Work replacement And Testing Of Backflow Preventers objective the Purpose Of This Service Contract Is To Inspect, Test, And Repair Any Failed Backflow Preventers At Veterans Hospital At 10 North Greene St, Baltimore, Maryland, And Va Medical Center At 3901 The Alameda, Baltimore Md 21218 To Ensure Compliance With The Latest Plumbing And Safety Standards. Testing Must Be Conducted By A Certified Backflow Inspector, And All Repairs Or Replacements Must Meet Applicable Codes To Protect Potable Water Systems And Maintain Operational Safety. applicable Standards all Work Shall Adhere To The Latest Editions Of The Following: american Society Of Sanitary Engineering (asse) Standards, Including Asse 1013 And Asse 1024. uniform Plumbing Code (upc) Or International Plumbing Code (ipc) As Applicable. environmental Protection Agency (epa) Cross-connection Control Manual. manufacturer Specifications For All Backflow Preventers. hospital Infection Control Protocols, Including Infection Control Risk Assessment (icra) Guidelines. occupational Safety And Health Administration (osha) Standards. general-duty Valves For Plumbing Piping Https://www.cfm.va.gov/til/spec/220523.docx scope Of Work
the Contractor Shall Provide Certified Personnel And Follow The Steps Outlined Below:
pre-inspection Activities: review Existing Plumbing Schematics And Previous Inspection Records To Locate All Backflow Preventers. collaborate With Hospital Staff To Coordinate Inspection And Repair Schedules, Ensuring Minimal Disruption To Operations And Water Services. develop And Submit An Infection Control Risk Assessment (icra) Plan To Hospital Management For Approval. inspection And Testing: perform A Visual Inspection Of All Backflow Preventers To Assess General Condition, Installation Compliance, And Any Visible Damage Or Corrosion. before Testing Backflow Preventer, Shut Off The Water Supply To The Plumbing System. Notify Fes (facilities And Engineering) Poc Staff To Conduct A Proper Utility System Shutdown Where Applicable. certified Backflow Inspector(s) Shall Conduct Functional Testing On Each Device Using Calibrated And Approved Testing Equipment. verify Proper Pressure, Flow, And Valve Operation. document Test Results, Noting Any Failures Or Performance Issues. identify And Tag All Failed Backflow Preventers For Repair Or Replacement: provide A Detailed Quote For The Necessary Work To Bring Any Non-compliant Backflow Preventers Up To The Compliance. include A Breakdown Of Labor, Materials, And Any Other Costs Associated With The Repair Work. repair Or Replacement Of Failed Units: before Repair Or Replacement Backflow Preventer, Shut Off The Water Supply To The Plumbing System. Notify Fes (facilities And Engineering) Poc Staff To Conduct Utility System Shutdown Where Applicable. repair Failed Backflow Preventers Using Manufacturer-approved Repair Kits And Materials. if Repair Is Not Feasible, Replace The Failed Unit With A New Backflow Preventer Of Equivalent Or Superior Specifications. ensure All Installations Are Properly Secured, Leak-free, And In Compliance With Plumbing Codes. conduct A Post-repair Performance Test To Confirm Proper Operation And Compliance. post-repair Activities: restore All Work Areas To Their Original Condition Or Better, Including Any Necessary Patching Or Painting. remove And Dispose Of Old Or Defective Parts In Compliance With Local Environmental Regulations. prepare And Submit A Detailed Report Documenting The Following: test Results For All Inspected Devices.
description Of Repairs Or Replacements Performed.
certification Details Of The Inspector(s) certification Requirements all Testing Must Be Performed By A Certified Backflow Inspector With Current Credentials From An Approved Certifying Organization (e.g., Asse, Abpa, Or Similar). proof Of Certification For All Inspectors Involved In The Service Contract Must Be Provided To Hospital Management Prior To The Start Of Work. deliverables detailed Inspection Report With Test Results For Each Backflow Preventer. certification Documents For Inspectors Performing The Work. list Of Backflow Preventers Repaired Or Replaced, Including Specifications, Warranties, And Manufacturer Details. updated Listed Of: location
function required installed
type
serial Number
size schedule the Service Contract Shall Commence On Day Of Award And Be Completed By 60 Days. a Detailed Timeline, Including Milestones For Inspection, Testing, Repair, And Final Reporting, Shall Be Submitted Prior To Work Commencement. contractor Responsibilities provide Certified Personnel, Tools, And Materials Required For The Completion Of The Work. adhere To Hospital Policies, Infection Control Protocols, And Safety Guidelines. coordinate With Hospital Staff To Minimize Disruptions To Operations And Patient Care. submit Daily Progress Reports To The Hospital Project Manager. quality Assurance And Warranty provide A Warranty Of 1 Year For All Repairs, Replacements, And Associated Labor. All Work Shall Be Performed To The Highest Professional Standards And In Compliance With Applicable Codes. safety And Compliance ensure All Work Complies With Osha Standards And Hospital Safety Protocols. maintain Containment Measures To Protect Hospital Staff And Patients From Contaminants. report Any Incidents Or Hazards Immediately To Hospital Authorities. period Of Performance hours Of Operation 6:00 Am To 4:30pm. the Initial Term Of This Agreement Shall Commence After Contract Has Been Awarded Of 1 Year. The Agreement May Be Extended For Up To Four (4) Additional Years Periods Upon The Written Exercise Of An Option By Veterans Affairs Hospital Delivered To The Other Party At Least 30 Days Prior To The Expiration Of The Then-current Term. points Of Contact brandon Johnson (cor) Louis Hopson Vincent Butler
10 N. Greene St 3901 The Alameda 10 N.greene St
baltimore Md 21201 Baltimore Md 21218 Baltimore Md 21201
mobile: 443-939-5568 410-605-7000x 5889 410-605-7000x 6044
brandon.johnson8@va.gov Louis.hopson@va.gov Vincent.butler2@va.gov invoicing And Payment each Invoice Shall Contain The Documentation Required By Ob10. The Invoices Shall Be Itemized To Contain The Equipment S Identifier. When Parts Are Furnished By The Government, They Shall Be Itemized On Contractor's Invoice At No-cost And Indicated As Government Furnished Parts. Contractor Will Forward Invoices To The Following Address, In Arrears Electronically To: vendor Electronic Invoice Submission Methods: Invoices Will Be Electronically Submitted To The Tungsten Website At Http://www.tungstennetwork.com/uk/en/ Tungsten Direct Vendor Support Number Is 877-489-6135 For Va Contracts. The Va-fsc Pays All Associated Transaction Fees For Va Orders. During Implementation (technical Set-up) Tungsten Will Confirm Your Taxpayer Id Number With The Va-fsc. This Process Can Take Up To 5 Business Days To Complete To Ensure Your Invoice Is Automatically Routed To Your Certifying Official For Approval And Payment. To Successfully Submit An Invoice To Va-fsc Please Review How To Create An Invoice Within The How To Guides. All Invoices Submitted Through Tungsten To The Va-fsc Should Mirror Your Current Submission Of Invoice, With The Following Items Required. Clarification Of Additional Requirements Should Be Confirmed With Your Certifying Official (your Co Or Buyer). The Va-fsc Requires Specific Information In Compliance With The Prompt Pay Act And Business Requirements. For Additional Information, Please Contact: department Of Veterans Affairs Financial Service Center: Tungsten Support
phone: 1-877-489-6135
website: http://www.tungsten-network.com/uk/en/ email:
vafscched@va.gov loch Raven building/
location
function
required
installed
type
missing
1
1 G19
main Domestic
yes
yes
dual High Hazard 2
1 G19
main Domestic Secondary
yes
yes
dual High Hazard 3
1 G19
pk Heating Hot Water
yes
yes
single Check 4
1 G19
main Domestic (kitchen)
yes
yes
single Check 5
1 G19
boiler Water Feed
yes
yes
prv 6
i Exp
main Domestic Water
yes
yes
dual High Hazard 7
2
main Domestic
yes
no
none 8
2
heating Hot Water
yes
no
none 9
4
main Domestic
yes
no
none 10
4
main Domestic 4"
yes
yes
single Check 11
4
boiler Water Feed
yes
yes
prv 12
4
heating Hot Water
yes
yes
single Check 13
5
main Domestic
yes
yes
single Check 14
5
heating Hot Water
yes
yes
single Veck 15
6
main Domestic
yes
yes
dual High Hazard 16
6
heating Hot Water
yes
yes
prv 17
7
main Domestic
yes
yes
dual High Hazard 18
14
main Domestic
yes
no
none baltimore location
function
required
install
type
missing
1
7d100
main Domestic
yes
yes
reduced Pressure Zone (rpz) High Hazard 2
7d100e
main Domestic Secondary
yes
yes
rpz (high Harzard) 3
7d100e
pk Heating Hot Water
yes
yes
single Check 4
7d100e
main Domestic (kitchen)
yes
yes
rpz (high Harzard) 5
6d158 Service Bay
boiler Water Feed
yes
yes
rpz (high Harzard) 6
6c101 Service Bay
main Domestic Water
yes
yes
single Check (tested) Low Hazard 7
6b129 Service Bay
main Domestic
yes
no
single Check (tested) 8
6a133 Service Bay
heating Hot Water
yes
no
single Check/dual Check Harzard 9
5d130 Single Check
main Domestic
yes
no
single Check Harzard 10
5a127 Service Bay
main Domestic 4"
yes
yes
single Check/dual Check Harzard 11
5b182 Service Bay
boiler Water Feed
yes
yes
single Check/dual Check Harzard 12
5c114 Service Bay
heating Hot Water
yes
yes
single Check/dual Check Harzard 13
5d121 Cystoscopy 1/2
main Domestic
yes
yes
rpz High Harzard 14
5d124 Instrument Decontamination
heating Hot Water
yes
yes
high Harzard 15
5d100b Scrub Area
main Domestic
yes
yes
rpz 16
5d101 Or's 8/7
heating Hot Water
yes
yes
rpz 17
5d101b Or's 3/4 Steris
main Domestic
yes
yes
rpz 18
4d154 Service Bay
main Domestic
yes
no
dual Singles Checks 19
4c120 Service Bay
unknown double Check/single Ck. 20
4b182 Service Bay
unknown single Check 21
4a133 Service Bay
unknown single Check 22
3a133 Service Bay
unknown zurn Wilkins 3" Dual Check 23
3b182 Service Bay
unknown zurn Wilkins 3" Dual Check 24
3c100 Service Bay
unknown nibco 3" Single Check 25
3d119 Service Bay
unknown nibco 3" Single Check 26
2d126 Service Bay
unknown single Checks 27
2c124 Service Bay
unknown single Checks 28
2b118 Service Bay
unknown single/double Checks 29
2a114 Service Bay
unknown single Check 30
1c100 Service Bay
unknown single Checks 31
1b141 Service Bay
unknown single Checks 32
bb137 Service Bay
unknown single Checks 33
bb123 Animal Lab.
unknown 34
bd116 Service Bays
unknown single Checks 35
1pa102 Service Bay
unknown dual Checks 36
1pa103 Balto. St. Side Domestic Main
unknown 37
1pc103 Service Bay Domestic Water
unknown dual Check 38
3c-101aâ Washer
unknown rpz 39
3c-101â Washer
unknown rpz 40
bb-131 Â washer
unknown rpz 41
bb-123 Â sterilizer
unknown rpz 42
bb-123 Â washer
unknown rpz 43
bb-119 Â sterilizer (not In Use)
unknown rpz 44
bb-119 Â sterilizer (not In Use)
unknown rpz 45
bb-109 Â sterilizer (not In Use)
unknown ppz 46
4c-125 Â water Meter (not In Use)
unknown rpz 47
2b-119 Â oven
unknown dcv 48
ba-115 Dialysis 5b-166 Room
unknown dcv interested & Capable Responses:â nco 5 Is Seeking Responses From Entities That Are Interested In This Procurement And Consider Themselves To Have The Resources, Capabilities, And Qualifications Necessary To Provide The Services Required For The Baltimore Va Medical Center. please Respond To This Rfi/sources Sought 36c24525q0217 With Your: business Name (including Unique Entity Id (sam.gov)â â
business Type, Socio-economic Status (e.g., Veteran-owned, Woman-owned, Disadvantaged Small Business, 8(a), Etc.), Andâ â
person Of Contact (including Telephone Number & Email Address).â â â
capability Statement And Summary Of Previous Experience Providing These Types Of Services For The Veterans Health Administration Or Other Similar Facilities.â â
available Contract Vehicles (gsa Fss, Etc.) For Use By Department Of Va (include Applicable Naics)â
brief Summary Of Categories Of Services That Your Company Can/cannot Provide.â
certification(s) / Licenses For Meeting The Local Requirements To Provide These Services At The Dc Vamc (if Applicable)â
confirmation That Your Organization Has The Capability & Expertise To Meet The Performance Requirements While Complying With Applicable Limitations In Subcontracting By Responding To The Questions Below With Your Response:â â â
do You Intend To Self-perform This Effort?â
if You Are Located Outside The Immediate Area, How Will You Self-perform?â
or Do You Intend To Subcontract Work Under This Contract?â
if You Intend To Subcontract Work Under This Contract, How Will You Ensure Compliance With The Limitations On Subcontracting?â
â
response Instructions:â responses Must Be Submitted By 10:00 Am (et) 1/10/2025. Responses To The Information Requested Above Must Be Submitted Via Email To John Ritter At John.ritter2@va.gov. this Request For Information/sources Sought Notice Is For Planning Purposes Only And Does Not Constitute A Solicitation, Responses To This Notice Are Not Offers And Cannot Be Accepted By The Government To Form A Binding Contract.â The Results Of This Market Research Will Assist In The Development Of (1) The Requirement, And (2) The Acquisition Strategy (e.g., Sdvosb/sdvosb Set-aside, Small Business Set-aside, Full And Open Competition, Etc.).â Va Assumes No Responsibility For Any Costs Incurred As A Result Of A Vendor S Attendance To The Site-visit Nor The Preparation Of Responses Submitted As A Result Of This Notice. john Ritter
contracting Officer
vha-nco 5 John.ritter2@va.gov
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Others
United States
Closing Date14 Jan 2025
Tender AmountRefer Documents
Details: This Is A Sources Sought Notice Only.
this Is Not A Solicitation For Bids, Proposals, Proposal Abstracts, Or Quotations. The Purpose Of This Sources Sought Notice Is To Obtain Information Regarding The Availability And Capability Of Qualified Sources To Perform The Potential Requirement. This Sources Sought Notice Is Part Of Market Research Effort And Invites Contractors Capable Of Fulfilling The Requirement In Accordance With The Statement Of Work And Salient Characteristics.â The Responses Received From Interested Contractors Will Assist The Government In Determining The Appropriate Acquisition Method.
the Department Of Veterans Affairs (va), Network Contracting Office (nco) 23, Is Conducting Market Research To Identify Potential Sources Which Can Provide The Following:â statement Of Work
mold Remediation Services introduction/background air Quality Testing In A Va Building, Revealed Levels Of Airborne Microbial Particles That Exceed An Acceptable Level For A Healthcare Facility. Due To This Hazard, The Building Has Been Vacated Of All Patients And Staff And Will Remain So Until It Is Safe To Occupy. project Objective
remediation Services To Remove Or Clean All Surfaces And Materials Located Inside Building. Building To Be Placed Under Negative Pressure, With Additional Units To Be Used As Air Filtrations. Hvac System To Be Isolated, All Diffusers Removed, Cleaned, Then Set Aside, All Flex Ducting To Be Removed (to Later Be Replaced), And All Duct Openings To Be Sealed. All Carpet In The Building To Be Removed. All Ceiling Tiles In The Building To Be Removed. All Drywall (including Above The Drop Ceiling) That Has Microbial Growth Or Moisture Damage To Be Removed. All Pipe And Ductwork Insulation Showing Evidence Of Growth Or Moisture Damage To Be Removed. All Building Semi And Non-porous Surfaces - Such As But Not Limited To Cabinetry, Countertops, Metal, Glass, Rubber Baseboards, Lighting And Plumbing Fixtures - Needs To Be Thoroughly Disinfected Via Appropriate Cleaning Methods. specifications mold Remediation Technical Specifications
part 1 General scope this Specification Covers The Remediation Of Mold Including Removal, Cleanup And Disposal Of Mold Contaminated Materials From A Va Building. The Methods And Procedures In This Specification Are Based On The Observations And Previously Collected Background Air Samples. an Estimate Of The Amount Of Material To Be Removed Or Cleaned Is Not Given. The Determination Of The Actual Amounts, For Bidding Purposes, Is The Responsibility Of The Contractor. By Submitting A Bid, The Contractor Acknowledges That He Has Investigated And Satisfied Himself As To: the Conditions Affecting The Work, Including, But Not Limited To, Physical Conditions Of The Site Which May Affect Site Access, Handling And Storage Of Tools And Materials, Access To Water, Electricity Or Other Utilities, Or Otherwise Affect Performance Of Required Activities. the Character And Quantity Of All Surface And Subsurface Materials Or Obstacles To Be Encountered As Far As This Information Is Reasonably Ascertainable From An Inspection Of The Site, Including Exploratory Work Done By The Building Owner Or A Designated Consultant, As Well As Information Presented In Drawings And Specifications Included With This Contract. Any Failure By The Contractor To Acquaint Himself With Available Information Will Not Relieve Him From The Responsibility For Estimating Properly The Difficulty Or Cost Of Successfully Performing The Work. The Building Owner Is Not Responsible For Any Conclusions Or Interpretations Made By The Contractor On The Basis Of The Information Made Available By The Building Owner. description the Work Specified Herein Shall Be The Remediation Of Mold By Competent Persons
trained, Knowledgeable And Qualified In The Techniques Of Remediation, Handling And Disposal Of Mold Contaminated Materials And The Subsequent Cleaning Of Contaminated Areas, Who Comply With All Applicable Federal, State And Local Regulations And Are Capable Of, And Willing To Perform, The Work Of This Contract. the Contractor Shall Supply All Labor, Materials, Services, Insurance, Permits,
licenses, Patents, And Equipment Necessary To Carry Out The Work In Accordance With All Applicable Federal, State And Local Regulations And These Specifications.
the Contractor Is Responsible For Restoring The Work Area And Auxiliary Areas Utilized During The Remediation To Conditions At Least Equal To Original Conditions. (this Excludes Any Material Removed As Part Of Scope.) Any Damages Caused During The Performance Of Remediation Activities Shall Be Repaired By The Contractor (e.g., Paint Peeled Off By Barrier Tape, Nail Holes, Water Damage, Broken Glass) At No Additional Expense To The Owner. applicable Standards And Guidelines all Work Under This Contract Shall Be Done In Strict Accordance With All Applicable Federal, State, And Local Regulations, Standards, And Codes Governing Mold Remediation And Any Other Trade Work Done In Conjunction With The Remediation.
the Most Recent Edition Of Any Relevant Regulation, Standard, Document Or Code Shall Be In Effect. Where Conflict Among The Requirements Or With These Specifications Exists, The Most Stringent Requirements Shall Be Utilized. specific Requirements:
title 29, Code Of Federal Regulations, 1926. Occupational Safety And Health Administration (osha), U.s. Department Of Labor. quality Assurance
bidders Must Be Licensed As Required By The Iowa Bureau Of Labor. bidders Shall Demonstrate Prior Experience On Mold Remediation Projects Of Similar Nature And Scope Through The Submission Of Letters Of Reference From The Owners Including The Name, Address, And Telephone Numbers Of Contact Person (someone Specifically Familiar With The Contractor's Work) For At Least Three (3) Previous Users Of Service If Requested By The Owners. the Owner Reserves The Right To Reject Bids For Any Reason That Serves The Best Interests Of The Owner Or Building Occupants. The Owner Also Reserves The Right To Waive Any Technicality Or Irregularity In A Bid. Failure To Submit Requested
information/documentation Can Result In Automatic Disqualification Of Bid Package.
submittals And Notices pre-remediation: submit The Location Of The Landfill To Be Used For Disposal Of The Mold Contaminated Material.
submit A List Of All Personnel Who Will Be Involved In The Remediation Activity Including, Supervisors, Workers, And Any Other Personnel Or Agent Who May Be Responsible For Any Aspect Of The Remediation Activities. submit Documentation From A Physician That All Employees Or Agents Have Been Medically Monitored To Determine Whether They Are Physically Capable Of Working While Wearing The Respirator Required Without Suffering Adverse Health Effects.
submit Documentation Of Respirator Fit Testing For All Employees And Agents Who Must Enter The Work Area. Document Niosh Approval Of All Respiratory Protective Devices Utilized On-site. submit A List Of Equipment For This Project. with The Owner Or Owner's Representative, Inspect The Premises Wherein All Remediation And Remediation Related Activities Will Occur And Submit A Statement Signed By Both, Agreeing On Building And Fixture Condition Prior To The Commencement Of The Work.
submit Manufacturer's Certification That Hepa Vacuums, Negative Pressure Ventilation Units, And Other Local Exhaust Ventilation Equipment Conform To Ansi 29.2-79.
when Rental Equipment Is To Be Used In Remediation Areas Or To Transport Mold Contaminated Waste, A Written Notification Concerning Intended Use Of The Rental Equipment Must Be Provided To The Rental Agency With A Copy Submitted To The Owner. during Remediation Activities: submit Weekly Job Progress Reports Detailing Remediation Activities And Progress. submit Copies Of All Transport Manifests, Trip Tickets And Disposal Receipts For All Mold Waste Materials Removed From The Work Area During The Remediation Process. post In The Clean Room Area Of The Worker Decontamination Enclosure: a List Containing The Names, Addresses, And Telephone Numbers Of The Contractor, The Owner, The Assessment Professional, The Testing Laboratory And Any Other Personnel Who May Be Required To Assist During Remediation Activities. a Logbook To Record Names Of All Personnel Who Enter The Work Area. a Copy Of Emergency Procedures. telephone Numbers Of All Emergency Personnel And Principals For This Remediation Project.
the Project Will Not Be Considered Completed Until All Submittals Are Received By The Owner. This Will Affect Payment For The Project. site Security the Work Area Is To Be Restricted Only To Authorized, Trained, And Protected Personnel. These May Include The Contractor's Employees, Employees Of
subcontractors, Owner Employees And Representatives, State And Local Inspectors And Any Other Designated Individuals. entry Into The Work Area By Unauthorized Individuals Shall Be Reported Immediately To The Owner By The Contractor.
access To The Work Area Shall Be Through A Single Worker Decontamination System. All Other Means Of Access (doors, Windows, Hallways, Etc.) Shall Be Blocked Or Locked So As To Prevent Entry To Or Exit From The Work Area. The Only Exceptions For This Rule Are The Waste Pass Out Airlock Which Shall Be Sealed Except During The Removal Of Containerized Mold Waste From The Work Area, And Emergency Exits In Case Of Fire Or Accident. Emergency Exits Shall Not Be Locked From The Inside; However, They Shall Be Sealed With Polyethylene Sheeting And Tape Until Needed.
the Contractor Shall Have Control Of Site Security During Remediation Operations Whenever Possible, In Order To Protect Work Efforts And Equipment. contractor Will Have Owner's Assistance In Notifying Building Occupants Of Impending Activity And Enforcement Of Restricted Access By Owner's Employees. emergency Planning
emergency Planning Shall Be Developed Prior To Remediation Initiation And Agreed To By Contractor And Owner. emergency Planning Shall Include Considerations Of Fire, Explosion, Toxic Atmospheres, Electrical Hazards, Slips, Trips And Falls, Confined Spaces, And Heat Related Injury. Written Procedures Shall Be Developed And Employee Training In Procedures Shall Be Provided. employees Shall Be Trained In Evacuation Procedures In The Event Of Work Place Emergencies. part 2 Materials And Equipment materials general: deliver All Materials In The Original Packages, Containers, Or Bundles Bearing The Name Of The Manufacturer And The Brand Name.
store All Materials Subject To Damage Off The Ground, Away From Wet Or Damp
surfaces, And Under Cover Sufficient Enough To Prevent Damage Or Contamination. polyethylene Sheeting For Walls And Stationary Objects Shall Be A Minimum Of 4 Mil Thick. For Floors And All Other Sheeting Of At Least 6 Mil Thickness Shall Be Used In Widths Selected To Minimize The Frequency Of Joints. tape - Duct, Glass Fiber, Or Other Type Capable Of Sealing Adjacent Sheets Of Polyethylene And Capable Of Sealing Polyethylene To Dissimilar Finished Or Unfinished Surfaces Under Both Wet And Dry Conditions Including The Use Of Amended Water.
polyethylene Sheeting Utilized For Worker Decontamination Enclosure Shall Be Opaque White Or Black In Color. disposal Bags Shall Be Of 6 Mil Polyethylene. disposal Drums Shall Be Metal Or Fiberboard With Locking Ring Tops. equipment general: a Sufficient Quantity Of Negative Pressure Ventilation Units Equipped With Hepa Filtration Shall Be Utilized To Provide One Workplace Air Change Every 15 Minutes Or A Static Pressure Within The Work Area Of At Least -0.02 Inches Of Water Column. These Ventilation Units Must Be Commercially Produced Units And Not Self-manufactured. Ventilation Units To Be Exhausted Outside.the Contractor Shall Furnish A Copy Of Their Calculations To Obtain This Air Flow Or Static Pressure If Requested By The Owner. air Purifying Respirators Equipped With Hepa Filters Will Be Required. A Sufficient Supply Of Filters Shall Be Available In The Clean Change Area. This Requirement May be Modified By The Assessment Professional If Air Sampling Results Indicate The Need For More Protection. air Purifying Respirators With Dual High Efficiency (hepa) Filters May Be Utilized During Work Area Preparation Activities. Spectacle Kits And Eyeglasses Must Be Provided For Employees Who Wear Glasses And Who Must Wear Full Face Piece Respirators. Respirators Shall Be Provided That Have Been Tested And Approved By The National
institute Of Occupational Safety And Health For Use In Mold Contaminated Atmospheres.
full Body Disposable Protective Clothing, Including Head, Body And Foot Coverings (unless Using Footwear As Described In Section 2.02 (a)(6) Consisting Of Material Impenetrable By Mold (tyvek Or Equivalent) Shall Be Provided To All Workers In Sizes Adequate To Accommodate Movement Without Tearing. additional Safety Equipment (e.g., Hard Hats, Eye Protection, Safety Shoes Meeting The Applicable Ansi Standard, Disposable Pvc Gloves) As Necessary, Shall Be Provided To All Workers And Authorized Visitors. nonskid Footwear Shall Be Provided To All Remediation Workers. Disposable Clothing Shall Be Adequately Sealed To The Footwear To Prevent Body Contamination. a Sufficient Supply Of Disposable Mops, Rags And Sponges For Work Area Decontamination Shall Be Available. mobile Radios, Telephones, Etc. As Required By The Project Will Be Provided By The Contractor. removal/cleaning Equipment: sufficient Supply Of Scaffolds, Ladders, Lifts And Hand Tools Shall Be Provided As Needed. sprayers With Pumps Capable Of Providing A Water Stream Or Mist For Dust Control. rubber Dustpans And Rubber Squeegees Shall Be Provided For Cleanup. brushes Utilized For Removing Loose Mold Containing Material Shall Have Nylon Or Fiber Bristles, Not Metal.
a Sufficient Supply Of Hepa Filtered Vacuum Systems Shall Be Available During Cleanup. part 3 Execution preparation post Caution Signs At Any Location And Approaches To A Location Where Airborne Concentrations Of Mold May Exceed Ambient Background Levels. Additional Signs May Need To Be Posted Following Construction Of Workplace Enclosure Barriers. shut Down And Lock Out Electric Power To All Work Areas As Necessary If Wet Conditions Warrant. Provide Temporary Power And Lighting. Ensure Safe Installation (including Ground Faulting) Of Temporary Power Sources And Equipment By Compliance With All Applicable Electrical Code Requirements And Osha Requirements For Temporary Electrical Systems. shut Down And Lock Out All Heating, Cooling And Air Conditioning System (hvac) Components That Are In, Supply Or Pass Through The Work Area. Seal All Intake And Exhaust Vents In The Work Area With Tape And 6 Mil Polyethylene. Also Seal Any Seams In System Components That Pass Through The Work Area. Remove All Hvac System Filters And Place In Labeled 6 Mil Polyethylene Bags For Staging And Eventual Disposal As Mold Contaminated Waste. due To Hvac Being Offline During Winter Conditions, Contractor To Provide Temporary Heat To Maintain Indoor Temperature Of 60 Degrees Fahrenheit Throughout Building.
the Contractor Shall Provide Sanitary Facilities For Remediation Personnel Outside Of The Enclosed Work Area And Maintain Them In A Clean And Sanitary Condition Throughout The Project. seal Off All Windows, Doorways, Elevator Openings, Corridor Entrances, Drains, Ducts, Grills, Grates, Diffusers, Skylights, And Any Other Openings Between The Work Area And Uncontaminated Areas Outside Of The Work Area With 4 Mil Polyethylene Sheeting And Tape.
barrier Walls Will Be Constructed Of 4 Mil Polyethylene Sheeting Extending From The Ceiling To Floor. workplace Exits worker Decontamination Enclosure System:
worker Decontamination Enclosure Systems Shall Be Provided At All Locations Where Workers Will Enter Or Exit The Work Area. worker Decontamination Enclosure Systems Constructed At The Work Site Shall Utilize 6 Mil Opaque White Or Black Polyethylene Sheeting Or Other Acceptable Materials For Privacy. Detailed Descriptions Of Portable, Prefabricated Units, If Used, Must Be
submitted For The Owner's Approval. Plans Must Include Floor Plan With Dimensions, Materials, Size, Thickness, Plumbing, And Electrical Utilities. the Worker Decontamination Enclosure System Shall Consist Of At Least A Clean Room And An Airlock. entry And Exit From The Decontamination Enclosure System Chamber Shall Be Through Curtained Doorways Consisting Of Two Sheets Of Overlapping Polyethylene Sheeting. One Sheet Shall Be Secured At The Top And Left Side, The Other Sheet At The Top And Right Side. Both Sheets Shall Have Weights Attached To The Bottom To Ensure That They Hang Straight And Maintain A Seal Over The Doorway When Not In Use. the Clean Room Shall Be Sized To Adequately Accommodate The Work Crew. Benches Shall Be Provided As Well As Hooks For Hanging Up Street Clothes. Shelves For Storing Respirators Shall Also Be Provided In This Area. Clean Work Clothes: Clean Disposable Clothing, Replacement Filters For Respirators, Towels, And Other Necessary Items Shall Be Provided In Adequate Supply In The Clean Room. A Location For Postings Shall Also Be Provided In This Area. Whenever Possible, A Lockable Door Shall Be Used To Permit Access Into The Clean Room From Outside The Work Area. Lighting, Heat, And Electricity Shall Be Provided As Necessary For Comfort. This Space Shall Not Be Used For Storage Of Tools, Equipment Or Materials, Or As An Office Space. waste Container Pass Out Airlock: the Waste Container Pass Out Airlock Shall Be The Same As The Exit Entry Airlock. emergency Exits: emergency Exits Shall Be Established And Clearly Marked With Duct Tape Arrows Or Other Effective Designations To Permit Easy Identification From Anywhere Within The Work Area. They Shall Be Secured To Prevent Access From Uncontaminated Areas And Still Permit Emergency Exiting. These Exits Shall Be Properly Sealed With Polyethylene Sheeting Which Can Be Cut To Permit Egress If Needed. These Exits May Be The Worker Decontamination Enclosure, The Waste Pass Out Airlock And/or Other Alternative Exits Satisfactory To Fire Officials. isolation Of The Workplace
maintenance Of Enclosure Systems: following Completion Of The Construction Of All Polyethylene Barriers And Decontamination System Enclosures, Allow Overnight Settling To Ensure That Barriers Will Remain Intact And Secured To Walls And Fixtures Before Beginning Actual Remediation Activities.
all Polyethylene Barriers Inside The Workplace, In The Worker Decontamination Enclosure System, In The Waste Container Pass Out Airlock And At Partitions
constructed To Isolate The Work Area From Occupied Areas Shall Be Inspected At Least Twice Daily, Once Prior To The Start Of Each Day's Remediation Activities. Document Inspections And Observations In The Daily Project Log. damage And Defects In The Enclosure System Are To Be Repaired Immediately Upon Discovery. negative Pressure To Be Monitored With A Continuous Reading Device. A Record Of This Shall Be Furnished To The Owner. Use Smoke Tubes To Test The Effectiveness Of The Barrier System When Directed By The Owner. at Any Time During The Remediation Activities After Barriers Have Been Erected, If Visible Material Is Observed Outside Of The Work Area Or If Damage Occurs To Barriers, Work Shall Immediately Stop, Repairs Be Made To Barriers, And Debris/residue Cleaned Up Using Appropriate Hepa Vacuuming And Wet Mopping Procedures.
install And Initiate Operation Of Negative Pressure Ventilation Equipment As Needed To Provide One Air Change In The Work Area Every 15 Minutes Or Produce A Static Pressure Of -0.02 Inches Of Water Column. (see Section 2.02 (a)) Openings Made In The Enclosure System To Accommodate These Units Shall Be Made Airtight With Tape And/or Caulking As Needed. If More Than One Unit Is Installed, They Should Be Turned On One At A Time, Checking The Integrity Of Wall Barriers For Secure Attachment And The Need For Additional Reinforcement. Ensure That Adequate Power Supply Is Available To Satisfy The Requirements Of The Ventilating Units. Negative Pressure Ventilation Units Shall Be Exhausted To The Outside Of The Building Whenever Feasible. Additional Negative Pressure Ventilation Units May Be Exhausted Inside The Work Area To Provide Continuous Air Cleaning. They Shall Not Be Exhausted Into Occupied Areas Of The
building. Twelve-inch Extension Ducting Shall Be Used To Reach From The Work Area To The Outside When Required. Careful Installation, Air Monitoring And Daily Inspections Shall Be Done To Ensure That The Ducting Does Not Release Fibers Into Uncontaminated Building Areas. once Constructed And Reinforced As Necessary, With Negative Pressure Ventilation Units In Operation As Required, Test Enclosure For Leakage Utilizing Smoke Tubes. Repair Or Reconstruct As Needed. workplace Entry And Exit Procedures personnel Entry And Exit:
all Workers And Authorized Personnel Shall Enter The Work Area Through The Worker Decontamination Enclosure System. Workers Shall Not Eat, Chew, Or Smoke Once They Have Entered The Work Area. Eating May Take Place Just Outside The Clean Room. Smoking, At Any Time During The Project, Is Prohibited On The Campus. all Personnel, Before Entering The Work Area, Shall Read And Be Familiar With All Posted Regulations, Personal Protection Requirements (including Workplace Entry And Exit Procedures) And Emergency Procedures. A Sign Off Sheet Shall Be Used To Acknowledge That These Procedures Have Been Reviewed And Understood By All Personnel Prior To Entry. all Personnel Shall Proceed First To The Clean Room And Appropriately Don Respiratory Protection And Launderable And/or Disposable Coveralls, Head Covering, And Foot Covering. Hard Hats, Eye Protection, And Gloves Shall Also Be Utilized If Required. Clean Respirators And Protective Clothing Shall Be Provided And Utilized By Each Person For Each Separate Entry Into The Work Area. personnel Wearing Designated Personal Protective Equipment Shall Proceed From The Clean Room Through The Airlock Into The Main Work Area. before Leaving The Work Area All Personnel Shall Remove Gross Contamination From The Outside Of Respirators And The Outer Protective Clothing By Brushing And/or Wet Wiping Procedures. Each Person Shall Clean Bottoms Of Protective Footwear Just Prior To Entering The Airlock. personnel Shall Proceed To The Airlock Where They Remove The Outer Protective
equipment Except Respirators. Deposit Disposable And/or Launderable Clothing Back Into The Work Area Into Appropriately Labeled Containers For Disposal And/or
laundering. reusable, Contaminated Footwear Shall Be Stored In The Airlock When Not In Use In The Work Area. Upon Completion Of Remediation, It Shall Be Disposed Of As Mold Contaminated Waste. Rubber Boots May Be Decontaminated At The Completion Of The Remediation Project For Reuse. still Wearing Respirators, Personnel Shall Proceed To The Clean Room, Clean The Outside Of The Respirators And The Exposed Face Area Under Running Water Prior To Removal Of Respirator. Various Types Of Respirators Will Require Slight Modification Of These Procedures. don Clean Disposable And/or Launderable Clothing If There Will Be Later Reentry Into The Work Area Or Street Clothes If It Is The End Of The Work Shift.
these Procedures Shall Be Posted In The Clean Room And Equipment Room. waste Container Pass Out Procedures:
mold Contaminated Waste That Has Been Containerized Shall Be Transported Out Of The Work Area Through The Waste Container Pass Out Airlock Or Through The Worker Decontamination Enclosure If A Separate Airlock Has Not Been Construction. waste Pass Out Procedures Shall Utilize Two Teams Of Workers, An "inside" Team And An "outside" Team. the Inside Team Wearing Appropriate Protective Clothing And Respirators For Inside The Work Area Shall Clean The Outside, Including Bottoms, Containers (bags, Drums, Or Wrapped Components) Using Hepa Vacuums And Wet Wiping Techniques And
transport Them Into The Waste Container Pass Out Airlock. the Outside Team, Wearing Appropriately Assigned Respirators, Shall Enter The Airlock From The Outside Of The Work Area, Remove Them From The Airlock To The Outside. No Worker From The Outside Team Shall Further Enter The Work Area Through This Airlock. The Exit From This Airlock Shall Be Secured When Not In Use To Prevent Unauthorized Entry. personnel Protection Requirements training: prior To Commencement Of Remediation Activities, The Contractor Shall Have One Person Designated As A Competent Supervisor. This Person Shall Be On-site At All Times. special On-site Training On Equipment And Procedures Unique To This Job Site Shall Be Performed As Required.
training In Emergency Response And Evaluation Procedures Shall Be Provided. respiratory Protection:
all Respiratory Protection Shall Be Provided To Workers In Accordance With The Written Respiratory Protection Program, Which Includes All Items In
osha 29 Cfr 1910.134 (b)(1-11). This Program Shall Be Posted In The Clean Room Of The Worker Decontamination Enclosure System. workers Shall Be Provided With Personally Issued, Individually Identified Respirators. respirator Types Shall Be Utilized According To The Following Schedule: full Face Air Purifying Respirators With Dual Hepa Filters Shall Be Utilized By Workers During Remediation Operations. full Face Powered Air Purifying Respirators Equipped With Hepa Filters May Be Used During Remediation Activities. fit Testing: workers Must Perform Positive And Negative Air Pressure Fit Tests Each Time A Respirator Is Put On, Wherever The Respirator Design So Permits. Powered Air Purifying Respirators Shall Be Tested For Adequate Flow As Specified By The
manufacturer. workers Shall Be Given A Qualitative Fit Test In Accordance With Procedures Detailed In The Osha Lead Standard (29 Cfr 1910.1025, Appendix D, Qualitative Fit Test Protocols) For All Respirators To Be Used On This Remediation Project. An Appropriate
administered Quantitative Fit Test May Be Substituted For The Qualitative Fit Test. documentation Of Adequate Respirator Fit Must Be Provided To The Owner. no One Wearing A Beard Shall Be Permitted To Don A Respirator And Enter The Work Area. protective Clothing: disposable Clothing Including Head, Foot, And Full Body Protection Shall Be Provided In Sufficient Quantities And Adequate Sizes For All Workers And Authorized Visitors.
launderable Clothing, If Required, Shall Be Provided In Sufficient Quantities And Adequate Sizes For All Workers And Authorized Visitors.
hard Hats, Protective Eyewear, Gloves, Rubber Boots, And/or Other Footwear Shall Be Provided As Required For Workers And Authorized Visitors. Safety Shoes May Be Required For Some Activities. commencement Of Work enclosure Systems Have Been Constructed And Tested.
negative Pressure Ventilation Systems Are Functioning Adequately. all Pre-remediation Submissions, Notifications, Postings, And Permits Have Been Provided And Are Satisfactory To The Owner. all Equipment For Remediation, Cleanup, And Disposal Are On Hand. all Worker Training Is Completed. contractor Receives Written Permission From The Owner To Commence Remediation. removal/cleaning Procedures protection Of Materials Not Being Removed:
materials That Are Not Being Removed Are To Be Protected From Any Damage That May Occur During Work. The Acoustic Ceiling Tile Suspension Grid Is To Be Cleaned Yet Remain In Place And Is Not To Be Damaged During The Removal Of The Tiles. level One: clean And Isolate Active Work Areas In Accordance With Section 3.01. wet All Mold Containing Materials With An Approved Biocide Solution Using Equipment Capable Of Providing A Fine Spray Mist, To Reduce Airborne Concentrations When The Material Is Disturbed. Keep All Removed Material Wet Enough To Prevent Release Until It Can Be Containerized For Disposal. removal And Cleaning: all Acoustic Ceiling Tiles, All Carpet Throughout The Entire Building Are To Be Removed And Properly Disposed Of. non-porous Materials - All Non-porous Surfaces Are To Be Cleaned Using A
detergent Solution Or Solution Of Contractor's Choice That Will Re Move Mold. Hepa Vacuums May Be Used Along With The Solution For Cleaning.
all Materials Need To Be Dried. Examples Of Non-porous Materials Include: metal
glass
hard Plastics
plumbing Fixtures
all Hvac Diffusers Are To Be Removed, Thoroughly Cleaned (as Detailed Above) And Set Aside Per Owner S Direction To Be Re-installed Later.
semi-porous (e.g. Wood Doors, Unsealed Concrete) All Semi-porous Surfaces Are To Be Cleaned Using A Detergent Solution Or Solution Of Contractor's Choice That Will Remove Mold. This Solution Must Be Approved By Owner. Hepa Vacuums May Be Used Along With The Solution For Cleaning. All Materials Need To Be Dried. Examples Of Semi-porous Materials Include:
wood
concrete
porous Materials - Remove All Porous Materials Where Visible Mold Growth Or Evidence Of Moisture Is Present. The Materials Should Be Removed, Bagged And Discarded. Examples Of Porous Materials Include: drywall
insulation Of All Types
carpet (all Being Removed, Regardless Of Evidence)
acoustic Ceiling Tiles (all Being Removed, Regardless Of Evidence)
containers (6 Mil Polyethylene Bags) Shall Be Sealed When Full. Bags Shall Not Be Overfilled. They Should Be Securely Sealed To Prevent Accidental Opening And Leakage By Tying Tops Of Bags In An Overhead Knot Or By Taping In
gooseneck Fashion. Do Not Seal Bags With Wire Or Cord. Bags Shall Be Decontaminated On Exterior Surfaces By Wet Cleaning And Hepa Vacuuming. large Components Removed Intact May Be Wrapped In 2 Layers Of 6 Mil Polyethylene Sheeting Secured With Tape For Transport To The Landfill. mold Containing Waste With Sharp Edged Components (e.g., Nails, Screws, Metal Lath, Tin Sheeting) Will Tear The Polyethylene Bags And Sheet And Shall Be Reinforces With Extra Bags Or Wrapping. cleanup Procedure remove And Containerize All Visible Accumulations Of Mold Containing Material And Mold Contaminated Debris Utilizing Rubber Dust Pans, Rubber Squeegees, Hepa
vacuums, Etc. remove All Containerized Waste From The Work Area And Waste Container Pass Out Airlock.
decontaminate All Tools And Equipment And Remove At The Appropriate Time In The Cleaning Sequence. inspect The Work Area For Visible Residue. If Any Accumulation Of Residue Is Observed, It Will Be Assumed To Be Mold And The Work Area Must Be Re-cleaned.
the Work Area Shall Be Cleaned Until It In Compliance With Criteria Agreed Upon By The Contractor And Owner Prior To Initiation Of Remediation Activities. following The Satisfactory Completion Of Clearance Criteria Remaining Barriers May Be Removed And Properly Disposed Of. A Final Visual Inspection By The Owner Shall Ensure That No Contamination Remains In The Work Area. Unsatisfactory Conditions May Require Additional Cleaning And Air Monitoring (see Section 3.11, Reestablishment Of The Work Area). clearance Testing following The Completion Of Cleanup Operations, The Remediation Contractor Shall Notify The Owner (or Industrial Hygiene Consultant Selected By Owner) When The Building Area Is Ready For Clearance Testing. Remediation Contractor Will Not Be Responsible For Performing Clearance Testing. The Owner (via Contracted Industrial Hygienist) Shall Arrange For Collecting Samples. 3.10 Disposal Procedures general: as The Work Progresses, To Prevent Exceeding Available Storage Capacity Onsite, Sealed And Labeled Containers Of Mold Containing Waste Shall Be Removed And Stored In The Dumpster On-site Until It Is Transported To The Prearranged Disposal Location. all Waste Shipment Records Shall Be Delivered To The Owner. A Recommended Record Keeping Format Utilizes The Waste Shipment Record (wsr) Which Includes The Names And Addresses Of The Generator (owner), Contractor, Transporter, And Disposal Site, The Estimated Quantity Of The Mold Waste And The Type Of Containers Used. transportation To The Landfill: once Drums, Bags And Wrapped Components Have Been Removed From The Work Area, They Shall Be Loaded Into An Enclosed Truck Or Dumpster For Transportation. any Debris Or Residue Observed On Containers Or Surfaces Outside Of The Work Area Resulting From Cleanup Or Disposal Activities Shall Be Immediately Cleaned Up Using Hepa Filtered Vacuum Equipment And/or Wet Methods As Appropriate. large Metal Dumpsters Are Sometimes Used For Mold Waste Disposal. These Should Have Doors Or Tops That Can Be Closed And Locked To Prevent Vandalism Or Other Disturbance Of The Bagged Mold Debris And Wind Dispersion Of Mold Fibers. Bags Shall Be Placed, Not Thrown, Into These Containers To Avoid Splitting. disposal At The Landfill:
upon Reaching The Landfill, Trucks Are To Approach The Dump Location As Closely As Possible For Unloading Of The Mold Containing Waste. bags, Drums, And Components Shall Be Inspected As They Are Off Loaded At The Disposal Site. Waste Containers Shall Be Placed On The Ground At The Disposal Site, Not Pushed Or Thrown Out Of The Trucks.
following The Removal Of All Containerized Waste, The Truck Cargo Area Shall Be Decontaminated Using Hepa Vacuums And/or Wet Methods To Meet The No Visible Residue Criteria. 3.11 Re-establishment Of The Work Area And Systems re-establishment Of The Work Area Shall Only Occur Following The Completion Of Cleanup Procedures And After Clearance Criteria Have Been Met And Documented To The Satisfaction Of The Owner.
the Contractor And Owner Shall Visually Inspect The Work Area For Any Remaining Visible Residue. Evidence Of Contamination Will Necessitate Additional Cleaning Requirements In Accordance With Section 3.07. following Satisfactory Clearance Of The Work Area, Remaining Polyethylene Barriers May Be Removed And Disposed Of As Mold Contaminated Waste.
at The Discretion Of The Contractor, Mandatory Requirements For Personal Protective Equipment May Be Waived Following The Removal Of All Barriers.
re-secure Mounted Objects Removed From Their Former Positions During Area Preparation Activities. relocate Objects That Were Removed To Temporary Locations Back To Their Original Positions. reestablish Hvac, Mechanical And Electrical Systems In Proper Working Order. Remove Contaminated Hvac System Filters And Dispose Of As Mold Contaminated Waste. Decontaminate Filter Assembly Using Hepa Vacuums And Wet Cleaning Techniques. Install New Filters In Hvac Systems. Dispose Of Old Filters. repair All Areas Of Damage That Occurred Because Of Remediation Activities. period Of Performance upon Notice To Proceed, Contractor Shall Have 30 Calendar Days To Complete The Scope Detailed In This Document.
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Civil And Construction...+1Civil Works Others
United States
Closing Date7 Feb 2025
Tender AmountRefer Documents
Details: 5. Project Number (if Applicable)
code
7. Administered By
2. Amendment/modification Number
code
6. Issued By
8. Name And Address Of Contractor
4. Requisition/purchase Req. Number
3. Effective Date
9a. Amendment Of Solicitation Number
9b. Dated
page Of Pages
10a. Modification Of Contract/order Number
10b. Dated
bpa No.
1. Contract Id Code
facility Code
code
offers Must Acknowledge Receipt Of This Amendment Prior To The Hour And Date Specified In The Solicitation Or As Amended, By One Of The Following Methods:
the Above Numbered Solicitation Is Amended As Set Forth In Item 14. The Hour And Date Specified For Receipt Of Offers
e. Important:
is Extended,
(a) By Completing Items 8 And 15, And Returning __________ Copies Of The Amendment; (b) By Acknowledging Receipt Of This Amendment On Each Copy Of The
offer Submitted; Or (c) By Separate Letter Or Electronic Communication Which Includes A Reference To The Solicitation And Amendment Numbers. Failure Of Your
acknowledgment To Be Received At The Place Designated For The Receipt Of Offers Prior To The Hour And Date Specified May
is Not Extended.
12. Accounting And Appropriation Data
(rev. 11/2016)
is Required To Sign This Document And Return ___________ Copies To The Issuing Office.
is Not,
a. This Change Order Is Issued Pursuant To: (specify Authority) The Changes Set Forth In Item 14 Are Made In The Contract Order No. In Item 10a.
15c. Date Signed
b. The Above Numbered Contract/order Is Modified To Reflect The Administrative Changes set Forth In Item 14, Pursuant To The Authority Of Far 43.103(b).
result In Rejection Of Your Offer. If By Virtue Of This Amendment You Desire To Change An Offer Already Submitted, Such Change May Be Made By Letter
or Electronic Communication, Provided Each Letter Or Electronic Communication Makes Reference To The Solicitation And This Amendment, And Is Received Prior To
the Opening Hour And Date Specified.
c. This Supplemental Agreement Is Entered Into Pursuant To Authority Of:
d. Other
contractor
16c. Date Signed
14. Description Of Amendment/modification
16b. United States Of America
except As Provided Herein, All Terms And Conditions Of The Document Referenced In Item 9a Or 10a, As Heretofore Changed, Remains Unchanged And In Full Force And Effect.
15a. Name And Title Of Signer
16a. Name And Title Of Contracting Officer
15b. Contractor/offeror
standard Form 30 previous Edition Not Usable
prescribed By Gsa - Far (48 Cfr) 53.243
(type Or Print)
(type Or Print)
(organized By Ucf Section Headings, Including Solicitation/contract Subject Matter Where Feasible.)
(number, Street, County, State And Zip Code)
(if Other Than Item 6)
(specify Type Of Modification And Authority)
(such As Changes In Paying Office, Appropriation Date, Etc.)
(if Required)
(see Item 11)
(see Item 13)
(x)
check
one
13. This Item Applies Only To Modifications Of Contracts/orders,
it Modifies The Contract/order No. As Described In Item 14.
11. This Item Only Applies To Amendments Of Solicitations
amendment Of Solicitation/modification Of Contract
(signature Of Person Authorized To Sign)
(signature Of Contracting Officer) 1 4 0002
01-16-2025 none
36c250
department Of Veterans Affairs
ann Arbor Healthcare System
network Contracting Office 10
2215 Fuller Road
ann Arbor, Mi 48105 36c250
department Of Veterans Affairs
ann Arbor Healthcare System
network Contracting Office 10
2215 Fuller Road
ann Arbor, Mi 48105 to All Offerors/bidders 36c25025q0149
12-19-2024 x x x
1 see Continuation Page 1. The Purpose Of This Amendment Is To: A. Answer Industry Questions; B. Provide An Updated Statement Of Work (sow), Attached Herein, Which Must Be The Sow Submitted With Any Offer, And; C. Provide A Revised Price Schedule, Attached Herein, Which Must Be The Price Schedule Submitted With Any Offer
2. No Other Changes To The Solicitation Are Made As A Result Of This Amendment. jeannie Ortiz
contracting Officer page 33 Of 44
a.1 Price/cost Schedule
item Number
description Of Supplies/services
quantity
unit
unit Price
amount
0001 4.00
mo
___________
____________ blue Pe1 - Elevator Maintenance, Repairs, Testing & Inspections
(warranty Coverage 12/16/2024 Through 12/15/2025)
contract Period: Base
pop Begin: 12-16-2025
pop End: 03-31-2026 0002 1.00
mo
___________
____________ blue Pe2 - Elevator Maintenance, Repairs, Testing & Inspection
(warranty Coverage 03/02/2025 To 03/01/2026)
contract Period: Base
pop Begin: 03-02-2026
pop End: 03-31-2026 0003 2.00
mo
___________
____________ blue Pe3 - Elevator Maintenance, Repairs, Testing & Inspection
(warranty Coverage 05/19/2025 To 05/18/2026)
contract Period: Base
pop Begin: 04-01-2025
pop End: 05-18-2025 0004 4.00
mo
___________
____________ blue Pe4 - Maintenance, Repairs, Testing & Inspection
(warranty Coverage And Gps 07/17/2025 To 07/16/2026)
contract Period: Base
pop Begin: 04-01-2025
pop End: 07-16-2025 0005 4.00
mo
___________
____________ yellow Pe8 - Elevator Maintenance, Repairs, Testing & Inspections
(warranty Coverage 12/16/2024 Through 12/15/2025)
contract Period: Base
pop Begin: 12-16-2025
pop End: 03-31-2026 0006 2.00
mo
___________
____________ yellow Pe9 - Elevator Maintenance, Repairs, Testing & Inspection
(warranty Coverage 05/19/2025 To 05/18/2026)
contract Period: Base
pop Begin: 04-01-2025
pop End: 05-18-2025 0007 1.00
mo
___________
____________ yellow Pe10 - Elevator Maintenance, Repairs, Testing & Inspection
(warranty Coverage 03/02/2025 To 03/01/2026)
contract Period: Base
pop Begin: 03-02-2026
pop End: 03-31-2026 0008 4.00
mo
___________
____________ red Pe11 - Elevator Maintenance, Repairs, Testing & Inspections
(warranty Coverage 12/16/2024 Through 12/15/2025)
contract Period: Base
pop Begin: 12-16-2025
pop End: 03-31-2026 0009 4.00
mo
___________
____________ red Pe12 - Maintenance, Repairs, Testing & Inspection
(warranty Coverage And Gps 07/17/2025 To 07/16/2026)
contract Period: Base
pop Begin: 04-01-2025
pop End: 07-16-2025 0010 1.00
mo
___________
____________ red Pe14 - Elevator Maintenance, Repairs, Testing & Inspection
(warranty Coverage 03/02/2025 To 03/01/2026)
contract Period: Base
pop Begin: 03-02-2026
pop End: 03-31-2026 0011 5.00
mo
___________
____________ blue Se5 - Maintenance, Repairs, Testing & Inspection
(warranty Coverage 09/01/2025 To 08/31/2026)
contract Period: Base
pop Begin: 04-01-2025
pop End: 08-31-2025 0012 5.00
mo
___________
____________ red Se15 - Maintenance, Repairs, Testing & Inspection
(warranty Coverage 09/01/2025 To 08/31/2026)
contract Period: Base
pop Begin: 04-01-2025
pop End: 08-31-2025 0013 8.00
mo
___________
____________ blue Se6 - Maintenance, Repairs, Testing & Inspection
(warranty Coverage 12/01/2025 To 11/30/2026)
contract Period: Base
pop Begin: 04-01-2025
pop End: 11-30-2025 0014 8.00
mo
___________
____________ red Se16 - Maintenance, Repairs, Testing & Inspection
(warranty Coverage 12/01/2025 To 11/30/2026)
contract Period: Base
pop Begin: 04-01-2025
pop End: 11-30-2025 0015 4.00
mo
___________
____________ blue Fe7 - Maintenance, Repairs, Testing & Inspection
(warranty Coverage And Gps 07/17/2025 To 07/16/2026)
contract Period: Base
pop Begin: 04-01-2025
pop End: 07-16-2025 0016 5.00
mo
___________
____________ yellow Cl7 - Maintenance, Repairs, Testing & Inspection
(warranty Coverage 09/01/2025 To 08/31/2026)
contract Period: Base
pop Begin: 04-01-2025
pop End: 08-31-2025 0017 8.00
mo
___________
____________ yellow Cl8 - Maintenance, Repairs, Testing & Inspection
(warranty Coverage 12/01/2025 To 11/30/2026)
contract Period: Base
pop Begin: 04-01-2025
pop End: 11-30-2025 0018 3.00
mo
___________
____________ blue Ge1 - Maintenance, Repairs, Testing & Inspections
(warranty Coverage 07/03/2025 To 07/02/2026)
contract Period: Base
pop Begin: 04-02-2025
pop End: 07-02-2025 0019 3.00
mo
___________
____________ red Ge3 - Maintenance, Repairs, Testing & Inspections
(warranty Coverage 07/03/2025 To 07/02/2026)
contract Period: Base
pop Begin: 04-02-2025
pop End: 07-02-2025 0020 7.00
mo
___________
____________ blue Ge2 - Maintenance, Repairs, Testing & Inspections
(warranty Coverage 11/03/2025 To 11/02/2026)
contract Period: Base
pop Begin: 04-02-2025
pop End: 11-02-2025 0021 7.00
mo
___________
____________ red Ge2 - Maintenance, Repairs, Testing & Inspections
(warranty Coverage 11/03/2025 To 11/02/2026)
contract Period: Base
pop Begin: 04-02-2025
pop End: 11-02-2025 base Year Total: $ _____________
1001 12.00
mo
___________
____________ blue Pe1 - Elevator Maintenance, Repairs, Testing & Inspections
contract Period: Option 1
pop Begin: 04-01-2026
pop End: 03-31-2027 1002 12.00
mo
___________
____________ blue Pe2 - Elevator Maintenance, Repairs, Testing & Inspection
contract Period: Option 1
pop Begin: 04-01-2026
pop End: 03-31-2027 1003 11.00
mo
___________
____________ blue Pe3 - Elevator Maintenance, Repairs, Testing & Inspection
(warranty Coverage 05/19/2025 To 05/18/2026)
contract Period: Option 1
pop Begin: 05-19-2026
pop End: 03-31-2027 1004 9.00
mo
___________
____________ blue Pe4 - Maintenance, Repairs, Testing & Inspection
(warranty Coverage And Gps 07/17/2025 To 07/16/2026)
contract Period: Option 1
pop Begin: 07-17-2026
pop End: 03-31-2027 1005 12.00
mo
___________
____________ yellow Pe8 - Elevator Maintenance, Repairs, Testing & Inspections
contract Period: Option 1
pop Begin: 04-01-2026
pop End: 03-31-2027 1006 11.00
mo
___________
____________ yellow Pe9 - Elevator Maintenance, Repairs, Testing & Inspection
(warranty Coverage 05/19/2025 To 05/18/2026)
contract Period: Option 1
pop Begin: 05-19-2026
pop End: 03-31-2027 1007 12.00
mo
___________
____________ yellow Pe10 - Elevator Maintenance, Repairs, Testing & Inspection
contract Period: Option 1
pop Begin: 04-01-2026
pop End: 03-31-2027 1008 12.00
mo
___________
____________ red Pe11 - Elevator Maintenance, Repairs, Testing & Inspections
contract Period: Option 1
pop Begin: 04-01-2026
pop End: 03-31-2027 1009 9.00
mo
___________
____________ red Pe12 - Maintenance, Repairs, Testing & Inspection
(warranty Coverage And Gps 07/17/2025 To 07/16/2026)
contract Period: Option 1
pop Begin: 07-17-2026
pop End: 03-31-2027 1010 12.00
mo
___________
____________ red Pe14 - Elevator Maintenance, Repairs, Testing & Inspection
contract Period: Option 1
pop Begin: 04-01-2026
pop End: 03-31-2027 1011 7.00
mo
___________
____________ blue Se5 - Maintenance, Repairs, Testing & Inspection
(warranty Coverage 09/01/2025 To 08/31/2026)
contract Period: Option 1
pop Begin: 09-01-2026
pop End: 03-31-2027 1012 7.00
mo
___________
____________ red Se15 - Maintenance, Repairs, Testing & Inspection
(warranty Coverage 09/01/2025 To 08/31/2026)
contract Period: Option 1
pop Begin: 09-01-2026
pop End: 03-31-2027 1013 4.00
mo
___________
____________ blue Se6 - Maintenance, Repairs, Testing & Inspection
(warranty Coverage 12/01/2025 To 11/30/2026)
contract Period: Option 1
pop Begin: 12-01-2026
pop End: 03-31-2027 1014 4.00
mo
___________
____________ red Se16 - Maintenance, Repairs, Testing & Inspection
(warranty Coverage 12/01/2025 To 11/30/2026)
contract Period: Option 1
pop Begin: 12-01-2026
pop End: 03-31-2027 1015 9.00
mo
___________
____________ blue Fe7 - Maintenance, Repairs, Testing & Inspection
(warranty Coverage And Gps 07/17/2025 To 07/16/2026)
contract Period: Option 1
pop Begin: 07-17-2026
pop End: 03-31-2027 1016 7.00
mo
___________
____________ yellow Cl7 - Maintenance, Repairs, Testing & Inspection
(warranty Coverage 09/01/2025 To 08/31/2026)
contract Period: Option 1
pop Begin: 09-01-2026
pop End: 03-31-2027 1017 4.00
mo
___________
____________ yellow Cl8 - Maintenance, Repairs, Testing & Inspection
(warranty Coverage 12/01/2025 To 11/30/2026)
contract Period: Option 1
pop Begin: 12-01-2026
pop End: 03-31-2027 1018 9.00
mo
___________
____________ blue Ge1 - Maintenance, Repairs, Testing & Inspections
(warranty Coverage 07/03/2025 To 07/02/2026)
contract Period: Option 1
pop Begin: 07-03-2026
pop End: 03-31-2027 1019 9.00
mo
___________
____________ red Ge3 - Maintenance, Repairs, Testing & Inspections
(warranty Coverage 07/03/2025 To 07/02/2026)
contract Period: Option 1
pop Begin: 07-03-2026
pop End: 03-31-2027 1020 5.00
mo
___________
____________ blue Ge2 - Maintenance, Repairs, Testing & Inspections
(warranty Coverage 11/03/2025 To 11/02/2026)
contract Period: Option 1
pop Begin: 11-03-2026
pop End: 03-31-2027 1021 5.00
mo
___________
____________ red Ge2 - Maintenance, Repairs, Testing & Inspections
(warranty Coverage 11/03/2025 To 11/02/2026)
contract Period: Option 1
pop Begin: 11-03-2026
pop End: 03-31-2027 option Year 1 Total: $_____________
2001 12.00
mo
___________
____________ blue Pe1 - Elevator Maintenance, Repairs, Testing & Inspections
contract Period: Option 2
pop Begin: 04-01-2027
pop End: 03-31-2028 2002 12.00
mo
___________
____________ blue Pe2 - Elevator Maintenance, Repairs, Testing & Inspection
contract Period: Option 2
pop Begin: 04-01-2027
pop End: 03-31-2028 2003 12.00
mo
___________
____________ blue Pe3 - Elevator Maintenance, Repairs, Testing & Inspection
contract Period: Option 2
pop Begin: 04-01-2027
pop End: 03-31-2028 2004 12.00
mo
___________
____________ blue Pe4 - Maintenance, Repairs, Testing & Inspection
contract Period: Option 2
pop Begin: 04-01-2027
pop End: 03-31-2028 2005 12.00
mo
___________
____________ yellow Pe8 - Elevator Maintenance, Repairs, Testing & Inspections
contract Period: Option 2
pop Begin: 04-01-2027
pop End: 03-31-2028 2006 12.00
mo
___________
____________ yellow Pe9 - Elevator Maintenance, Repairs, Testing & Inspection
contract Period: Option 2
pop Begin: 04-01-2027
pop End: 03-31-2028 2007 12.00
mo
___________
____________ yellow Pe10 - Elevator Maintenance, Repairs, Testing & Inspection
contract Period: Option 2
pop Begin: 04-01-2027
pop End: 03-31-2028 2008 12.00
mo
___________
____________ red Pe11 - Elevator Maintenance, Repairs, Testing & Inspections
contract Period: Option 2
pop Begin: 04-01-2027
pop End: 03-31-2028 2009 12.00
mo
___________
____________ red Pe12 - Maintenance, Repairs, Testing & Inspection
contract Period: Option 2
pop Begin: 04-01-2027
pop End: 03-31-2028 2010 12.00
mo
___________
____________ red Pe14 - Elevator Maintenance, Repairs, Testing & Inspection
contract Period: Option 2
pop Begin: 04-01-2027
pop End: 03-31-2028 2011 12.00
mo
___________
____________ blue Se5 - Maintenance, Repairs, Testing & Inspection
contract Period: Option 2
pop Begin: 04-01-2027
pop End: 03-31-2028 2012 12.00
mo
___________
____________ red Se15 - Maintenance, Repairs, Testing & Inspection
contract Period: Option 2
pop Begin: 04-01-2027
pop End: 03-31-2028 2013 12.00
mo
___________
____________ blue Se6 - Maintenance, Repairs, Testing & Inspection
contract Period: Option 2
pop Begin: 04-01-2027
pop End: 11-30-2028 2014 12.00
mo
___________
____________ red Se16 - Maintenance, Repairs, Testing & Inspection
contract Period: Option 2
pop Begin: 04-01-2027
pop End: 11-30-2028 2015 12.00
mo
___________
____________ blue Fe7 - Maintenance, Repairs, Testing & Inspection
contract Period: Option 2
pop Begin: 04-01-2027
pop End: 03-31-2028 2016 12.00
mo
___________
____________ yellow Cl7 - Maintenance, Repairs, Testing & Inspection
contract Period: Option 2
pop Begin: 04-01-2027
pop End: 03-31-2028 2017 12.00
mo
___________
____________ yellow Cl8 - Maintenance, Repairs, Testing & Inspection
contract Period: Option 2
pop Begin: 04-01-2027
pop End: 11-30-2028 2018 12.00
mo
___________
____________ blue Ge1 - Maintenance, Repairs, Testing & Inspections
(warranty Coverage 07/03/2025 To 07/02/2026)
contract Period: Option 2
pop Begin: 04-01-2027
pop End: 03-31-2028 2019 12.00
mo
___________
____________ red Ge3 - Maintenance, Repairs, Testing & Inspections
(warranty Coverage 07/03/2025 To 07/02/2026)
contract Period: Option 2
pop Begin: 04-01-2027
pop End: 03-31-2028 2020 12.00
mo
___________
____________ blue Ge2 - Maintenance, Repairs, Testing & Inspections
contract Period: Option 2
pop Begin: 04-01-2027
pop End: 03-31-2028 2021 12.00
mo
___________
____________ red Ge2 - Maintenance, Repairs, Testing & Inspections
contract Period: Option 2
pop Begin: 04-01-2027
pop End: 03-31-2028 option Year 2 Total: $_____________
3001 12.00
mo
___________
____________ blue Pe1 - Elevator Maintenance, Repairs, Testing & Inspections
contract Period: Option 3
pop Begin: 04-01-2028
pop End: 03-31-2029 3002 12.00
mo
___________
____________ blue Pe2 - Elevator Maintenance, Repairs, Testing & Inspection
contract Period: Option 3
pop Begin: 04-01-2028
pop End: 03-31-2029 3003 12.00
mo
___________
____________ blue Pe3 - Elevator Maintenance, Repairs, Testing & Inspection
contract Period: Option 3
pop Begin: 04-01-2028
pop End: 03-31-2029 3004 12.00
mo
___________
____________ blue Pe4 - Maintenance, Repairs, Testing & Inspection
contract Period: Option 3
pop Begin: 04-01-2028
pop End: 03-31-2029 3005 12.00
mo
___________
____________ yellow Pe8 - Elevator Maintenance, Repairs, Testing & Inspections
contract Period: Option 3
pop Begin: 04-01-2028
pop End: 03-31-2029 3006 12.00
mo
___________
____________ yellow Pe9 - Elevator Maintenance, Repairs, Testing & Inspection
contract Period: Option 3
pop Begin: 04-01-2028
pop End: 03-31-2029 3007 12.00
mo
___________
____________ yellow Pe10 - Elevator Maintenance, Repairs, Testing & Inspection
contract Period: Option 3
pop Begin: 04-01-2028
pop End: 03-31-2029 3008 12.00
mo
___________
____________ red Pe11 - Elevator Maintenance, Repairs, Testing & Inspections
contract Period: Option 3
pop Begin: 04-01-2028
pop End: 03-31-2029 3009 12.00
mo
___________
____________ red Pe12 - Maintenance, Repairs, Testing & Inspection
contract Period: Option 3
pop Begin: 04-01-2028
pop End: 03-31-2029 3010 12.00
mo
___________
____________ red Pe14 - Elevator Maintenance, Repairs, Testing & Inspection
contract Period: Option 3
pop Begin: 04-01-2028
pop End: 03-31-2029 3011 12.00
mo
___________
____________ blue Se5 - Maintenance, Repairs, Testing & Inspection
contract Period: Option 3
pop Begin: 04-01-2028
pop End: 03-31-2029 3012 12.00
mo
___________
____________ red Se15 - Maintenance, Repairs, Testing & Inspection
contract Period: Option 3
pop Begin: 04-01-2028
pop End: 03-31-2029 3013 12.00
mo
___________
____________ blue Se6 - Maintenance, Repairs, Testing & Inspection
contract Period: Option 3
pop Begin: 04-01-2028
pop End: 11-30-2029 3014 12.00
mo
___________
____________ red Se16 - Maintenance, Repairs, Testing & Inspection
contract Period: Option 3
pop Begin: 04-01-2028
pop End: 11-30-2029 3015 12.00
mo
___________
____________ blue Fe7 - Maintenance, Repairs, Testing & Inspection
contract Period: Option 3
pop Begin: 04-01-2028
pop End: 03-31-2029 3016 12.00
mo
___________
____________ yellow Cl7 - Maintenance, Repairs, Testing & Inspection
contract Period: Option 3
pop Begin: 04-01-2028
pop End: 03-31-2029 3017 12.00
mo
___________
____________ yellow Cl8 - Maintenance, Repairs, Testing & Inspection
contract Period: Option 3
pop Begin: 04-01-2028
pop End: 11-30-2029 3018 12.00
mo
___________
____________ blue Ge1 - Maintenance, Repairs, Testing & Inspections
contract Period: Option 3
pop Begin: 04-01-2028
pop End: 03-31-2029 3019 12.00
mo
___________
____________ red Ge3 - Maintenance, Repairs, Testing & Inspections
contract Period: Option 3
pop Begin: 04-01-2028
pop End: 03-31-2029 3020 12.00
mo
___________
____________ blue Ge2 - Maintenance, Repairs, Testing & Inspections
contract Period: Option 3
pop Begin: 04-01-2028
pop End: 03-31-2029 3021 12.00
mo
___________
____________ red Ge2 - Maintenance, Repairs, Testing & Inspections
contract Period: Option 3
pop Begin: 04-01-2028
pop End: 03-31-2029 Option Year 3 Total: $_____________
4001 12.00
mo
___________
____________ blue Pe1 - Elevator Maintenance, Repairs, Testing & Inspections
contract Period: Option 4
pop Begin: 04-01-2029
pop End: 03-31-2030 4002 12.00
mo
___________
____________ blue Pe2 - Elevator Maintenance, Repairs, Testing & Inspection
contract Period: Option 4
pop Begin: 04-01-2029
pop End: 03-31-2030 4003 12.00
mo
___________
____________ blue Pe3 - Elevator Maintenance, Repairs, Testing & Inspection
contract Period: Option 4
pop Begin: 04-01-2029
pop End: 03-31-2030 4004 12.00
mo
___________
____________ blue Pe4 - Maintenance, Repairs, Testing & Inspection
contract Period: Option 4
pop Begin: 04-01-2029
pop End: 03-31-2030 4005 12.00
mo
___________
____________ yellow Pe8 - Elevator Maintenance, Repairs, Testing & Inspections
contract Period: Option 4
pop Begin: 04-01-2029
pop End: 03-31-2030 4006 12.00
mo
___________
____________ yellow Pe9 - Elevator Maintenance, Repairs, Testing & Inspection
contract Period: Option 4
pop Begin: 04-01-2029
pop End: 03-31-2030 4007 12.00
mo
___________
____________ yellow Pe10 - Elevator Maintenance, Repairs, Testing & Inspection
contract Period: Option 4
pop Begin: 04-01-2029
pop End: 03-31-2030 4008 12.00
mo
___________
____________ red Pe11 - Elevator Maintenance, Repairs, Testing & Inspections
contract Period: Option 4
pop Begin: 04-01-2029
pop End: 03-31-2030 4009 12.00
mo
___________
____________ red Pe12 - Maintenance, Repairs, Testing & Inspection
contract Period: Option 4
pop Begin: 04-01-2029
pop End: 03-31-2030 4010 12.00
mo
___________
____________ red Pe14 - Elevator Maintenance, Repairs, Testing & Inspection
contract Period: Option 4
pop Begin: 04-01-2029
pop End: 03-31-2030 4011 12.00
mo
___________
____________ blue Se5 - Maintenance, Repairs, Testing & Inspection
contract Period: Option 4
pop Begin: 04-01-2029
pop End: 03-31-2030 4012 12.00
mo
___________
____________ red Se15 - Maintenance, Repairs, Testing & Inspection
contract Period: Option 4
pop Begin: 04-01-2029
pop End: 03-31-2030 4013 12.00
mo
___________
____________ blue Se6 - Maintenance, Repairs, Testing & Inspection
contract Period: Option 4
pop Begin: 04-01-2029
pop End: 11-30-2030 4014 12.00
mo
___________
____________ red Se16 - Maintenance, Repairs, Testing & Inspection
contract Period: Option 4
pop Begin: 04-01-2029
pop End: 11-30-2030 4015 12.00
mo
___________
____________ blue Fe7 - Maintenance, Repairs, Testing & Inspection
contract Period: Option 4
pop Begin: 04-01-2029
pop End: 03-31-2030 4016 12.00
mo
___________
____________ yellow Cl7 - Maintenance, Repairs, Testing & Inspection
contract Period: Option 4
pop Begin: 04-01-2029
pop End: 03-31-2030 4017 12.00
mo
___________
____________ yellow Cl8 - Maintenance, Repairs, Testing & Inspection contract Period: Option 4
pop Begin: 04-01-2029
pop End: 11-30-2030 4018 12.00
mo
___________
____________ blue Ge1 - Maintenance, Repairs, Testing & Inspections
contract Period: Option 4
pop Begin: 04-01-2029
pop End: 03-31-2030 4019 12.00
mo
___________
____________ red Ge3 - Maintenance, Repairs, Testing & Inspections
contract Period: Option 4
pop Begin: 04-01-2029
pop End: 03-31-2030 4020 12.00
mo
___________
____________ blue Ge2 - Maintenance, Repairs, Testing & Inspections
contract Period: Option 4
pop Begin: 04-01-2029
pop End: 03-31-2030 4021 12.00
mo
___________
____________ red Ge2 - Maintenance, Repairs, Testing & Inspections
contract Period: Option 4
pop Begin: 04-01-2029
pop End: 03-31-2030 option Year 4 Total: $_____________
base Plus Four Option Year Grand Total: $_____________ answers To Vendor Questions Asked 36c25025q0149 section B. Scope Of Work Oncall And Onsite Schedule
a. Please Clarify The Minimum Time Required To Be Included In The Monthly Cost. i. This Section States 50 Hours Of On-call Service (10hours Per Day)
1. Are These Hours In Addition To The 8hrs Per Day Maintenance Requirement For Monday, Wednesday, And Friday 2. 50 On Call Hours Please Clarify If These Hours Are Regular Time Or Overtime Hours. (there Are Cost Differences) answer: On-call Hours Are Regular Time And Separate From On-site Hours On Monday, Wednesday & Friday. There Is No Overtime For Any Services Required Under The Contract. This Is A Firm, Fixed-price Contract, And As Stated In The Sow The Monthly Rate Is To Be All-inclusive Of All Services Required Unless It Is Something Clearly Listed In The Exclusions. section B. Scope Of Work Callback Services
a. Does This Section Apply To Elevator Union Holidays As Well? answer: The Only Holidays Recognized/applicable Under This Federal Acquisition Are Federal Holidays A Link To The Federal Holidays At The Opm Website Was Included In The Rfq. See Sow Section B, Item 4, Sub Items A & B For Call-back Services Details. section B. Scope Of Work Callback Services 7
a. This Section States That Cleaning Of Door Tracks Are The Responsibility Of The Contractor. i. Based On The Site Requirements The Elevator Contractor Would Lonely Be Onsite 3 Days A Week And Cannot Monitor The Tracks On A Daily Basis.
answer: Item 7 Does Not Identify This As A Daily Requirement, Therefore, The Expectation Is That The Contractor Will Be Responsible For This On The Days They Are There/scheduled To Be There. ii. Can This Be A Shared Responsibility?
answer: The Contract Awardee Will Be Required To Do This. iii. Within The Industry, Cleaning Of Door Sills Are The Responsibility Of The Facility. We Check And Monitor When Conducting Maintenance Only. answer: The Sow Is What Drives The Acquisition And Future Contract Contractor Will Be Required To Perform These Services And Follow All Requirements Listed In The Sow. section B. Scope Of Work Callback Services 12
answer: In The Sow, There Is No Callback Services 12 There Is A Sow, Section B, Item 12 Which Is Not Related To Call-back Services, If That Is What Is Being Referenced. this Section States That The Cor Can Elect To Have Repairs Completed On Overtime At No Additional Cost.
answer: Yes, This Is An All-inclusive, Firm, Fixed-price Acquisition. All Services Required Must Be Covered Under The Monthly Rate With The Only Exception Being Items Clearly On The Exclusions List. i. There Is No Way To Capture That Cost Without Knowing What Could Be Required To Replace On Overtime.
answer: There Are No Overtime Hours As A Firm, Fixed-price Contract Does Not Engage In Variable Types Of Rates. Repairs Are Required Under The Contract Unless They Are Clearly Listed On The Exclusions List. The Monthly Rate Shall Cover All Services Required Under The Contract. Some Months May Require More Repair Work, While Other Months, Contractor Would Receive The Entire Monthly Payment When No Repairs Are Required. Please See The Attached Revised Sow For Slightly Updated Language To Section B, Item 12. ii. Would The Cor Be Willing To Adjust This Section To Cover The Cost Of The Difference In Labor (premium Portion Of Labor) Premium Portion Standard Rate. answer: No. This Is A Firm, Fixed-price Acquisition, Therefore, Additional/variable Rates Do Not Apply. The Contract Will Be All-inclusive Of Services Required, With A Monthly Fixed Rate, Fixed Annual Value, And A Fixed Total Contract Value (assuming Each Option Year Is Exercised At Government Discretion). section B. Scope Of Work Inspections 14, Performance Parameters 19
this Section Details Inspection Reports And Key Performance Indicators/parameters
i. Please Provide Evidence That The Units Included Within The Rfp Meet These Requirements And Parameters answer: Asme 17.1 Performance Parameters For Elevators Are Required. This Includes Elevators Still In Operation Since 1996, Elevators That Were Renovated In 2024, And New Elevators That Will Be Operational In 2025. Please See The Attached Sow For Updated Language To Section B, Item 19. does The Cor Recognize Elevator Union Holidays? answer: The Only Holidays Concerned/recognized Under This Federal Acquisition Are Federal Holidays A Link To The Federal Holidays At The Opm Website Was Included In The Rfq See Sow, Section E, Item 1 For The Opm Federal Holiday Link. is The Cor Aware Of Any City Of Detroit Elevator Division Violations That Are Outstanding? if So, Please Provide Documentation answer: The Service Is Unaware Of Any Facility Vertical Lift That Has Any Municipal Violations That Are Outstanding. how Will Pre-maintenance Repairs, Vandalism Etc Be Handled? answer: Regarding Vandalism, See/review Sow, Section F. Regarding Pre-maintenance Repairs, A Repair Is A Repair, Whether Pre- Or Post-maintenance. Repairs Of Any Nature, Except For Items On The Exclusion List, Are To Be Covered Under The Contract And Handled By Contractor In A Timely Manner Once The Contract Is Effective. All Elevators Are As Is If A Repair Is Required, The Contractor Is Required To Do The Repair. in The Event Of Water And/or Oil, Fluid Accumulates In The Elevator Pit, How Will It Be Handled?
a. Is This A Billable Situation answer: There Are No Billable Situations With A Firm, Fixed-price Contract. The Monthly Rate Paid By The Government Is Not A Variable Rate But A Firm, Fixed-rate Which Covers All Services Required Unless Clearly Listed As An Exclusion On The Exclusions List. will The Site Remove The Fluid And Dispose?
answer: The Contractor Is Required To Remove The Fluid And Properly Dispose Of It. will The Contractor Be Responsible For Removing The Fluid
answer: The Contractor Is Required To Remove The Fluid And Properly Dispose Of It. who Is Responsible For Maintaining The Elevator Phone Lines? answer: Contractor Is Responsible For Maintaining The Operation Of Elevator Cabin Phones. a. Elevator Contractors Do Not Manage Or Run The Lines.
answer: The Facility Will Provide An Operational Phone Signal, But The Contractor Is Responsible For Connecting Both Ends Of The Telephone Line (at Elevator Cabin, Within Each Elevator Travel Cable , And At Elevator Control Panel) In Order To Have Operational Phones In Each Elevator Cabin. b. If The Event Of An Inoperable Phone, Is The Site Responsible For Contacting The Phone Company answer: In The Event Of An Inoperable Phone, Detroit Va S Office Of Information & Technology (oi&t)/telecom Staff Will Repair Any Faulty Phone Signal. If The Facility Telecom Staff Confirms The Phone Signal Is Being Provided, Then The Contractor Is Responsible For Repairing An Inoperable Phone. how Will Obsolescence Be Handled? answer: None Of The Elevators Will Be Obsolete During The Course Of The Awarded Contract, Even If All Option Years Are Exercised, Therefore, This Question Is Irrelevant. the Site Is Currently Modernizing Elevators
a. Are There Any Components That Are Considered Proprietary? i. If So, Please Detail How The Cor Would Like To Approach The Situation answer: The Service/cor Is Unaware Of Any Proprietary Components. Contractors Must Be Capable Of Repairing Or Replacing Elevator Equipment To Properly Maintain The Facility S Vertical Lifts. badging Training
a. Please Detail Any Training Or Badging Requirements Needed For Access answer: Upon Arrival At Detroit Va, Contractor/contractor Staff Are Required To Report To Cor Who Will Handle Badge Information/access, Training Information And Any Other Items Required. will The Cor Consider Alternate Maintenance Approaches That Differ From The 3 Day A Week Maintenance Requirement? answer: No, The Sow Defines Exactly What The Requirement/needs Are. part A: I Noticed That There Are 3 New Elevators Red Garage 1, Blue Garage 3, And Red Passenger 13 These Upon Expiration Of Will Be Installed And Are Not On The List.â Is The Intent To Add These To The Agreement? answer: Yes, The Intent Will Likely Be To Add Them To The Contract Via Contract Modification At Whatever Point In Future They Should Be Added, However, For The Purposes Of The Contract Required At Present Time (which Does Not Include The Unknowns Regarding These Three Elevators), These Elevators Are Not Included In The Sow And Any Offers Submitted Should Related To The Actual Contents/requirements Of The Sow. part B: All 21 Elevators In The Hospital And Garages Are Undergoing Modernizations Over The Next 2 Years Plus Finishing At Various Times.â as The Elevators Are Upgraded They Go Onto A Free Service Period.â i Believe It Is A Full Year Free Service. If A Company Other Than The Installation Company Works On The Elevators In Any Way It Voids The Warranty.â it Would Appear If The Installation Company Is Not Maintaining These Upgraded Elevators The Va Is Paying Twice For The Same Services And Possibly Voiding Warranties.â is This The Intent Of This Agreement? answer: To More Clearly Define Which Elevators Will Be Requiring Services Under The Contract For Certain Periods Of Time, A New Price Schedule Has Been Drafted And Is Attached To This Amendment. Not All Elevators Will Need Services At The Same Time/in The Same Years, And As Such, It Is Imperative To Price Services Accordingly. Offerors Should Make Careful Note To Only Price Services For The Months Required, For The Base Year And For Each Potential Option Year, For Each Elevator. please Provide Any Information Available On:
the Manufacture Of Controls, Geared Or Gearless Type Of Machine And,
answer: 1. Original Parking Elevators: A. Dover (hydraulic) Motor. B. Dover Wcr Control Panel. 2. Original Cart-lifts: A. Dover Motor. B. Dover Msd1 Control Panel. 3. Original Freight Elevator: A. Dover (hydraulic) Motor. B. Dover Wcr Control Panel. 4. Original Passenger Elevators And Original Service Elevators: A. Dover Motor. B. Thyssenkrupp Tac 50-04 Control Panel. 5. New Passenger Elevators: A. Kone Mx40 Motor. B. Kone Kcm Control Panel. 6. New Service Elevator 15 And Service Elevator 16: A. Kone Mx40 Motor. B. Kone Kcm Control Panel. 7. New Service Elevator 5 And Service Elevator 6: A. Kone Mx Machine. (not The Same As Motor For Se15 & Se16). B. Kone Kcm Control Panel. 8. New Parking Elevators: A. Kone Mx Machine. B. Kone Kcm Control Panel. how Many Stops Each Elevator Has.
answer: This Information Is For The 21 Elevators Associated With This Requirement, And Also For The 3 Additional That May Or May Not Be Added To The Contract At A Later Date. Please Ensure Any Offer Submitted Pertains Only To The Actuals Of This Acquisition.
cart-lifts 7 And 8 (cl7, Cl8) Have Two Stops: Lower Level (ll) And Floor Four (f4).
freight Elevator (fe7) Has Two Stops: Ll And F1.
blue Parking Elevators 1, 2, And 3 (ge1, Ge2, Ge3) Have Six Stops: Ll Thru F5.
red Parking Ge1, Ge2, And Ge3 Have Six Stops: Ll Thru F5.
blue Passenger Elevators (pe1, Pe2, Pe3, Pe4) Have Eight Stops: Ll Thru F7.
blue Service Elevators (se5, Se6) Have Eight Stops: Ll Thru F7.
yellow Pe8 Has Six Stops: Ll Thru F5.
yellow Pe9 And Pe10 Have Five Stops: Ll Thru F4.
red Pe11, Pe12, Pe13, And Pe14 Have Six Stops: Ll Thru F5.
red Se15 And Se16 Have Six Stops: Ll Thru F5. please Provide Any Outstanding Repairs, Inspection Items To Be Corrected, Etc.:
answer: The Only Outstanding Issue Is With Cart-lift (cl) 8 For Dirty Surgical Instruments. A Padlock Has Been On The Power Switch Since 2019 For Two Reasons:
cart-lift Travels At About One-third The Expected Vertical Speed.
surgical Staff, Multiple Elevator Specialists, And I Have Witnessed Cl8 Travel Up And Down While Lobby Doors Are 100 Percent Open At Floor Four.
44 page 44 Of 44 statement Of Work
general
the Detroit Va Medical Center (dva) Located At 4646 John R. Street, Detroit, Michigan 48201 Requires A Firm, Fixed-price Contract For Preventive Maintenance And Repairs For All Operational Vertical Lifts At Vamc Detroit. Contractor Shall Provide All Tools, Parts, Materials, Equipment, Labor, Certified Elevator Specialists/technicians, Supervision, Licenses, Insurance And Transportation Necessary To Perform Preventive Maintenance, Repairs, Inspections And Call-back Services For The Vertical Transport Equipment Listed In This Statement Of Work (sow). Contractor Shall Provide Maintenance In A Manner Which Ensures The Safe And Continuous Operation Of All Equipment Listed In Accordance With Commercial Practices Or Manufacturer's Specifications (ansi-asme Al7). firm, Fixed-price Contracts Cover The Services Listed Within (with Exception To Any Exclusions List) At A Set Monthly Price, And Overall Total Contract Value. All Services And Repairs Under This Contract Are Included In The Monthly Price (except For Items On The Exclusions List). scope Of Work: elevator Services Include, But Are Not Limited To Scheduled Weekly Inspections, Adjustments, Cleaning And Lubrication Of All Machinery, Machinery Spaces, Hoist Ways, And Pits. reports:
annual No-load Test
five-year Full-load Test on-call And On-site Schedule:
the Contractor Shall Provide On-call Service Of 50 Hours Per Week, Ten Hours Per Day, Monday Through Friday, From 7:00 Am To 5:00 Pm Et, For All Vertical Transportation Equipment.
following Are Maintenance Hours Required By This Contract. Contractor Shall Be On-site:
monthly: 96 Hours
weekly: 24 Hours Assigned Day: 8-hour Shift. Assigned Days Are Monday, Wednesday And Friday, Unless One Of Those Days Is A Federal Holiday, In Which The Shift Shall Be Adjusted To A Non-federal Holiday Business Day That Week, Subject To Cor Approval. call-back Services: the Contractor Shall Provide Call-back Service During Federal Holidays And Non-business Hours For Emergencies. The Contractor Shall Provide Make-up Inspection Hours Lost Due To Holidays By Scheduling Additional Preventative Maintenance Hours Within The Month The Holiday Occurs. example: If The Holiday Falls On A Monday, Then The Makeup Day Shall Be Either Tuesday Or Thursday. contractor Shall Provide Scheduled Weekly Examinations, Adjustments, Cleaning, And Lubrication Of All Machinery, Machinery Spaces, Hoist Ways, And Pits. Contractor Shall Maintain All Parts Of The Vertical Transportation Equipment Systems Consisting Of, But Not Limited To, The Following: hoisting Machinery
operating And Signal Fixtures
wire Ropes
door Operating And Safety Equipment
control Apparatus And Power Drives .
fixed Mechanical Equipment
auxiliary Apparatus (to Include Any Cart Ejection Systems) And Appurtenance
electrical Wiring And Traveling Cables mechanical And Electrical Safety Devices contractor Shall Ensure That Elevator Door Tracks Are Free From Dirt And Debris To Ensure Smooth, Proper Operation Of Elevator Doors. contractor Shall Replace All Burned Out Light Bulbs Inside The Elevator Cabs To Maintain Proper Lighting At All Times. Vamc Detroit Will Provide The Light Bulbs For The Contractor. Install As Used In The Work Required, Specifications And Drawings Shall Mean Furnish, Install, Connect, Adjust And Test Except Where Otherwise Specified. brand Names Are Specified To Indicate Performance And Quality Characteristics. No Substitutes Of Specified Materials Shall Be Accepted. emergency Generator Test: Vamc Detroit Conducts Testing Of The Facility S Emergency Generators On The First Wednesday Of Each Month, From 6:15 Am To 6:45 Am. Duties To Be Performed Shall Include The Following:
before 6:00 Am: Be Present For Duty To Participate In The Test.
no Later Than 6:05 Am: Assist Vamc Detroit Staff In Utilizing The Fire Recall System To Bring All Elevators To The First Floor. Note: Waiting Until Five Minutes After 6:00 Am Is To Give Biomedical Engineering Staff Necessary Time To Shut Down Biomedical Equipment Prior To Generator Testing. after 6:15 Am: When The Facility Disconnects From Detroit Edison At 6:15 Am, The Contractor Will Assist Vamc Detroit Staff In Turning Off The Fire Recall System And Ensure That At Least One Elevator Is Running At Each Elevator Bank For The Duration Of The Generator Test.
assist Va Staff In Performing Code Blue Testing On Selected Elevators During The Test. different Elevators Will Be Selected By The Cor For Each Test. be Available To Troubleshoot Any Problems Occurring With The Elevators When Normal Power Has Been Restored Upon The Conclusion Of The Test. the Cor Will Notify The Contractor If There Is A Need To Take A Vertical Lift Out Of Service In Order For Contractor To Make Repairs. If The Contractor Determines That A Vertical Lift Is Operating In An Unsafe Manner, The Contractor Is Authorized To Remove The Vertical Lift From Service And Must Notify The Cor Immediately. The Cor Will Coordinate With The Contractor To Repair Off-line Vertical Lifts In A Timely Fashion. Repairs Will Be Covered Under This Contract Unless It Is An Item Clearly Listed On The Exclusions List. testing:
the Next Five-year Full-load Test Is Due In 2025.
monthly: Examine All Safety Devices And Governors.
quarterly: test The Communications And Elevator Fire Safety System. the Fire Safety System Testing Includes Manual Recall (phase I) And Fireman S elevator Operation (phase Ii).
confirmation And Results Of All Tests Shall Be Forwarded To The Cor Upon Completion Of Testing.
annually No-load Test Of Safety Mechanisms:
conduct A No-load Test Of Safety Mechanisms, In Accordance With The American Society Of Mechanical Engineers, Asme/ans1 A17.1 (2010).
confirmation And Results Of All Tests Shall Be Forwarded To The Cor Upon Completion Of Testing.
every Five Years Full Load Test Of Safety Mechanisms. During The Full-load Test, The Following Shall Also Be Conducted:
conduct A Full-load Test Of Safety Mechanisms, In Accordance With The American Society Of Mechanical Engineers, Asme/ans1 A17.1 (2010).
inspect Car Balances.
inspect The Governors. Set Them, Recalibrate Them, And Seal Them For Proper Tripping Speed.
confirmation And Results Of All Tests Shall Be Forwarded To The Cor Upon Completion Of Testing. inspections:
the Contractor Shall Provide Vertical Transportation System Efficiency And Maintenance Survey Inspections Annually. The Results Of These Inspections Shall Be Summarized With Appropriate Backup Material In An Annual Report To The Cor By The End Of The Month Following The Anniversary Date Of The Contract. This Report Shall Include The Following Performance Parameters And Summary Data For Each Vertical Transportation Unit As Appropriate:
unit Speed Up And Oem Specification.
unit Speed Down And Oem Specification.
door Open Speed And Oem Specification.
door Close Speed Normal And Code Limit.
door Close Speed Reduced And Code Limit.
door Closing Torque And Code Limit.
door Dwell Time For Car Call.
door Dwell Time For Hall Call.
leveling Accuracy Summary And Oem Specification.
date Of The Last Annual / Five-year Safety Test Completed.
date Of The Last Annual Communications And Fire Recall System Test.
annualized Call-back Rate With Backup Detail.
dedicated Maintenance Hours For The Preceding Twelve Months. semi-annual Inspections By Independent Consultant: Contractor Shall Accompany Cor Or Vamc Detroit S Independent Consultant On Inspections To Audit The Facility S Elevator Operations Every Six Months.
the Independent Consultant Shall Provide Semi-annual Inspection Reports To The Cor.
the Cor Shall Provide A Copy Of These Reports To The Contractor. The Contractor And Cor Will Determine Who Is Responsible For The Abatement Of Deficiencies Listed In The Semi-annual Reports.
the Cor Shall Provide A Copy Of These Reports To The Chief Of Facility Management Service. The Chief Of Facility Management Service Will Determine Abatement Procedures For Deficiencies That Are The Responsibility Of Vamc Detroit.
the Cor Shall Archive Corrective Actions Taken By Contractor And Chief Of Facility Management, For A File-retention Period Of Five Years. lubrication: Lubricate Monthly (12 Times Per Year At Regularly Scheduled Intervals), All Mechanical Parts Recommended To Be Lubricated By The Oem Of The Vertical Transportation Equipment. cleaning: The Contractor Shall, During All Examinations, Remove And Discard Immediately All Accumulated Dirt And Debris From The Pit Areas, And Be Responsible For Always Maintaining The Cleanliness Of All Elevator Machine Rooms. Additionally, Prior To Each Annual Anniversary Date Of This Contract, Contractor Shall Thoroughly Clean Down The Entire Hoist Way Of All Accumulated Dirt, Grease, Dust, And Debris. painting: Contractor Shall Keep Machinery Exterior And Any Rust-prone Equipment Clean And Painted. Motor Windings And Controller Coils Shall Be Periodically Treated With Proper Insulating Compound. The Machine Room Floor And All Storage Areas Shall Be Painted Annually With Good Quality Deck Enamel. repairs And Replacements Shall Be Made Promptly By Contractor, Or When The Cor Advises The Contractor To Do So. Repairs And Replacements Shall Be Made In Accordance With Conformance Standards And Oem Standards. Repair And Replacement Of Parts Shall Be New/genuine Oem Or Equal In Design, Workmanship, Quality, Finish Fit, Adjustment, Operation And Appearance. Repairs And Replacements Shall Apply To All Mechanical, Electronic, And Electrical Parts, Including But Not Limited To: automatic Power And Manually Operated Door Systems, Car Door And Gate Hangers, Car Door And Gate Contact, Door Protective Device, Guides, Stops And Appurtenances, Car Safety Mechanism, Platform, Car Sills, Car Guide Shoes, Gibs Or Rollers And Appurtenances. geared And Gearless Machinery, Worm, Gear, Bearings, Drive Sheave, Deflector Sheave, And Brake Assembly, Component Parts And All Associated Castings. motor, Motor Generator, Motor Windings, Rotating Element, Stator, Bearings, Rotors, Starters, Solid-state Power Drives Complete And Associated Apparatus, Speed Monitoring Equipment And Attachments. controller, Selector And Dispatching Equipment, All Relays, Solid State Components, Resistors, Condensers, Transformers, Contact Leads, Dashpots, Timing Devices, Computer Devices, Insulators, Solenoids, Resistance Grids, Mechanical And Electrical Driving Equipment, Diagnostics, Troubleshooting Tools, Monitors And Associated Apparatus. governor, Governor Sheave And Shaft Assembly, Bearings, Contacts And Governor Tension Sheave Assemblies. overhead, Deflector Or Secondary Sheaves, Bearings, Car And Counterweight Buffers, Car And Counterweight Guide Rails, Top And Bottom Limit Switches, Activating Cams, Compensating Equipment, Counterweight And Counterweight Guide Shoes Including Rollers Or Gibs. hoist Way Door Interlocks, Top Tracks, Hanger Rollers, Operating Linkages And Auxiliary Door Closing Devices, Hoist Way Landing, Leveling And Encoding Systems Complete, And Power Door Clutch-engaging Systems Complete. car And Hall Lanterns, Lobby Fixtures, Car Operating Panels, Car And Hall Position Indicators, Hall Push-button Fixtures, Audible/visible Signals And Controls Complete, Emergency Lighting, Communication Devices, Remote Operating And Signal Equipment Complete. the Contractor Shall Examine And Equalize Tension On All Wire Ropes And Renew Them Whenever Necessary To Ensure The Maintenance Of Adequate Safety Factor. Contractor Shall Also Shorten All Ropes As Required To Maintain Legal Bottom Clearances And Perform All Safety Code Re-shackling Procedures Per Asme/ans1 A17.1 (2010). contractor Shall Repair Or Replace All Electrical Traveling Cables, Wiring And Conductors Extending To The Vertical Transportation Unit From Main Line Switch In The Machine Room And Outlets In The Hoist Ways. The Main Power Switch And Its Fuses Are Excluded. contractor Shall Be Responsible For Changing Lightbulbs And Lighting Fixtures In The Cab, Pit, Machine Room, And Hoist Way As Required. Dva Will Provide The Light Bulbs. hydraulic Systems Components, Including But Not Limited To, Tanks, Valves, Pump, Cylinder Head, Above Ground Piping, Hoses, Fittings, Gauges, Seals, O-rings, Packing S, Belts, Recovery Devices, Overflow Devices, Rescuvator (auxiliary Power Device) Or Other Emergency Operating And Signal Systems, Above-grade Cylinder And Plunger Assemblies Complete, Cathodic Protection Devices, Muffler, Heater And Shut-off Valves. performance Parameters: All Vertical Lifts Shall Meet The Standards Required By The American Society Of Mechanical Engineers (asme). Performance Parameters For Each Vertical Lift Must Comply With The Particular Version Of Asme 17.1, Safety Code For Elevators And Escalators, That Was In Effect At The Time Of Installation Or With The Most Recent Version For Each Renovated Vertical Lift. spare Parts: The Contractor Shall Provide And Maintain A Supply Of Contacts, Coils, Solid-state Boards And Associated Components, Leads, Brushes, Lubricants, Wiping Cloths, Rollers, Guides, Switches, And Other Minor Parts In The Vertical Transportation System(s) Machine Room(s) For The Performance Of Routine Preventive Maintenance. All Spare Parts Shall Be Kept In Storage Cabinets Provided By The Contractor. record Keeping: a Complete Permanent Record Of Maintenance Inspections And Routines, Repair Work, Lubrication, And Call Back Service Will Be Kept In The Machine Room. These Records Are To Be Always Available To The Cor. The Records Shall Indicate The Reason The Mechanic Was In The Building, Arrival And Departure Time, The Work Performed, Etc., And These Records Shall Be Property Of Vamc Detroit. Record Keeping Requirements Are The Responsibility Of Contractor S Maintenance Personnel. a Contractor S Proprietary System That Fulfills The Requirements In The Above Paragraph Will Be Accepted In Lieu Of The Method Specified, However, All Records, Including Annual Summary Reports Must Be Provided To The Cor And Are Property Of Dva. Hot Work : precautions Shall Be Taken By The Contractor, To Prevent Accidental Operation Of Any Existing Smoke Detectors By Minimizing The Amount Of Dust Generated In The Vicinity Of Any Smoke Detectors. the Contractor Shall Not Perform Any Hot Work Without An Approved Hot Work Permit From The Cor. Hot Work Is Any Work That May Generate A Source Of Ignition In Areas Where Flammable Or Combustible Materials May Be Present. Welding, Flame Cutting, Use Of Pneumatic Hammers, Soldering, Brazing, Thermal Spraying, Thawing Pipe And Spark Producing Equipment Are Examples Of This Type Of Work. before Any Hot Work Is Conducted, The Contractor Or Sub-contractors Shall Obtain A Hot Work Permit From The Cor. Cor Is The Overseer And Decider On Any And All Hot Work To Be Performed. contractor Storage Space On Dva Premises: There Will Be Space Made Available To Contractor For Storing Items. The Cor Will Designate The Space; The Space Designated May Be Subject To Change With Dva. list Of Elevators Requiring Services
lift Name
lift Type
lift Location
maximum Lift Capability
blue Pe1
geared Traction Passenger Elevator
blue Tower
4000
blue Pe2
geared Traction Passenger Elevator
blue Tower
4000
blue Pe3
geared Traction Passenger Elevator
blue Tower
4000
blue Pe4
geared Traction Passenger Elevator
blue Tower
4000
yellow Pe8
geared Traction Passenger Elevator
yellow Tower
5000
yellow Pe9
geared Traction Passenger Elevator
yellow Tower
5000
yellow Pe10
geared Traction Passenger Elevator
yellow Tower
5000
red Pe11
geared Traction Passenger Elevator
red Tower
4000
red Pe12
geared Traction Passenger Elevator
red Tower
4000
red Pe14
geared Traction Passenger Elevator
red Tower
4000
blue Se5
geared Traction Service Elevator blue Tower
6000
blue Se6
geared Traction Service Elevator blue Tower
6000
red Se15
geared Traction Service Elevator red Tower
5000
red Se16
geared Traction Service Elevator red Tower
5000
blue Fe7
hydraulic Freight Elevator
blue Tower
6000
yellow Cl7
geared-traction Cart Lifts
yellow Tower
1000
yellow Cl8
geared-traction Cart Lifts
yellow Tower
1000
red Ge2
hydraulic Garage Elevators
red Garage
3500
red Ge3
hydraulic Garage Elevators
red Garage
3500
blue Ge1
hydraulic Garage Elevators
blue Garage
3500
blue Ge2
hydraulic Garage Elevators
blue Garage
3500 elevator Warranty Coverage Periods during The Specific Warranty Period Listed For Each Elevator, An Elevator Modernization Warranty Is In Effect And Contractor Shall Not Perform Any Services To Any Elevator Within The Warranty Period Listed. Contractor Shall Provide All Sow Services Required For Any Elevator Beginning On The First Day That Elevator Is No Longer Covered Under Warranty. For Example, Elevator Blue Pe1 S Last Day Under Warranty Is 12/15/2025, Therefore, Contractor Must Begin Providing Services On 12/16/2025. The Following Schedule Is Provided To Clarify Existing Warranty Coverage Periods For Each Elevator: ten Gearless-traction Elevators:
blue Pe1 (warranty Coverage And Gps 12/16/2024 To 12/15/2025)
blue Pe2 (warranty Coverage And Gps 03/02/2025 To 03/01/2026)
blue Pe3 (warranty Coverage And Gps 05/19/2025 To 05/18/2026)
blue Pe4 (warranty Coverage And Gps 07/17/2025 To 07/16/2026)
yellow Pe8 (warranty Coverage And Gps 12/16/2024 To 12/15/2025)
yellow Pe9 (warranty Coverage And Gps 05/19/2025 To 05/18/2026)
yellow Pe10 (warranty Coverage And Gps 03/02/2025 To 03/01/2026)
red Pe11 (warranty Coverage And Gps 12/16/2024 To 12/15/2025)
red Pe12 (warranty Coverage And Gps 07/17/2025 To 07/16/2026)
red Pe14 (warranty Coverage And Gps 03/02/2025 To 03/01/2026) four Service Elevators:
blue Se5 (warranty Coverage And Gps 09/01/2025 To 08/31/2026) blue Se6 (warranty Coverage And Gps 12/01/2025 To 11/30/2026) red Se15 (warranty Coverage And Gps 09/01/2025 To 08/31/2026) red Se16 (warranty Coverage And Gps 12/01/2025 To 11/30/2026) one Hydraulic Freight Elevator: blue Fe7 (warranty Coverage And Gps 07/17/2025 To 07/16/2026) two Geared-traction Cart-lifts:
yellow Cl7 (warranty Coverage And Gps 09/01/2025 To 08/31/2026)
yellow Cl8 (warranty Coverage And Gps 12/01/2025 To 11/30/2026) four Gearless-traction Elevators: blue Ge1 (warranty Coverage And Gps 07/03/2025 To 07/02/2026)
blue Ge2 (warranty Coverage And Gps 11/03/2025 To 11/02/2026)
red Ge2 (warranty Coverage And Gps 11/03/2025 To 11/02/2026)
red Ge3 (warranty Coverage And Gps 07/03/2025 To 07/02/2026) conformance Standards
asme A17.1 / Csa B44 Safety Code For Elevators And Escalators (2013) Or Current asme A17.1 Safety Code For Elevators And Escalators The Particular Version Of Asme 17.1 In Effect At Time Of Installation Or At Time Of Most Recent Renovation Of Each Vertical Lift asme A17.2 Guide For Inspection Of Elevators, Escalators, And Moving Walks (2012) Or Current compliance With The Current Editions Of Ansi/asme Al 7 (a17.1, A17.2, And A17.3) original Equipment Manufacture (oem) Standards And Requirements va Standards And Regulations days And Hours Of Operation / Federal Holidays
a List Of All Federal Holidays Can Be Found At: Https://www.opm.gov/policy-data-oversight/pay-leave/federal-holidays/ all Work, Including Regular Examinations And Repairs In Accordance With This Contract Are To Be Made During Regular Business Hours Between 6:00 Am To 4:30 Pm, Monday Through Friday, Except For Federal Holidays. exclusions
all Repairs, Parts And Labor Required For Repairs Shall Be Included, At No Additional Cost, Unless It Is Clearly And Specifically An Excluded Item Listed Below: any Extra Charge Work Clearly Due To Vandalism Or Misuse. Contracting Officer Must Be Informed In Advance And Approve Of Work Being Outside Of Scope For This Contract No Invoice Will Be Paid Without Prior Approval. installation Of New Attachments, Which May Be Required Or Recommended By Insurance Agencies Or Government Authorities. repairs Or Replacement Of Cab Enclosure, Hoist Way Enclosures, Door Frames (not Doors) And Sills, Machine Room Lighting, Cab Tile Or Carpet. replacement Of Underground Hydraulic Piping Or Hydraulic Cylinder. it Is To Be Understood That Any Item Not Specifically Excluded In The List Above Shall Be Considered The Contractor's Responsibility And Fall Within The Costs Of This Contract. contractor & Contractor Staff Responsibilities
maintenance Work Shall Be Performed Only By Employees Directly Employed And Supervised By The Contractor. Contractor Employees Shall Be Experienced And Certified In Maintaining Vertical Transportation Systems/elevators. the Contractor Shall Be Regularly Engaged In The Business Of Servicing Equipment Similar To That Being Maintained Under This Contract And Shall Have Done So For A Period Of At Least Five Years Prior To The Date Of The Solicitation For This Contract. The Contractor Shall Have A Permanent Service Branch Capable Of Providing Normal Service Within Two Hours After A Request Is Made And Emergency Call-back Service As Specified In Paragraph 17. contractor Shall Make All Repairs Or Replacements Due To Damage By Contractor Employee Improper Repair, Negligent Or Willful Acts, Or Omissions Of Required Information, Services, Repairs, Etc.
Municipality Of Mapanas, Northern Samar Tender
Civil And Construction...+1Civil Works Others
Philippines
Closing Date21 Jan 2025
Tender AmountPHP 3.9 Million (USD 67.6 K)
Details: Description Bidding Documents Procurement Of Infrastructure Projects Name Of Project: Construction Of Accessible Stairs To Municipal Evacuation Center Phase I Barangay Sta Potenciana, Mapanas Northern Samar Contract Reference No. 2025-01-03 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 Accessible Stairs To Municipal Evacuation Center Phase I, Brgy. Sta Potenciana, Mapanas, Northern Samar The Lgu- Mapanas, Northern Samar, Through The 20% Economic Development Fund (edf) Of Fy 2025 Intends To Apply The Sum Of Three Million Nine Hundred Sixty Four Thousand Three Hundred Fifty Eight Pesos 83/100 Only (p3,964,358.83) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For : Construction Of Accessible Stairs To Municipal Evacuation Center Phase I, Brgy. Sta Potenciana, Mapanas, Northern 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 Accessible Stairs To Municipal Evacuation Center Phase I, Brgy. Sta Potenciana, Mapanas, Northern Samar B.5 Project Billboard/sign Board 1.00 Lot B.7 Construction Safety And Health 1.00 Lot B.9 Mobilization/demobilization 1.00 Lot 103(1)a Structure Excavation (common Soil) 109.54 Cu.m 804(4) Gravel Bedding 20.09 Cu.m 804 Embankment 186.32 Cu.m. 900(1)c1 Structural Concrete (class A), 28 Days 226.00 Cu.m. 902(1)a Reinforcing Steel, Deformed Grade 1440.00 Kg. 903 Formworks And Falseworks 113.17 Sq.m. 1047 Metal Structures 1,235.10 In.m. 505(2)a Grouted Riprap 115.10 Cu.m. 200(1) Aggregate Sub Base Course 56.00 Cu.m 201(1) Aggregate Base Course 42 Cu.m 311 Pcc Pavement (plain)-conventional Method, 200mm Thk. 280 Sq.m. Completion Of The Works Is Required 180 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 January 3-20, 2025, 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 P5,000.00. 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 January 10, 2025 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 January 21, 2025 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 January 21, 2025 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 Accessible Stairs To Municipal Evacuation Center Phase I, Brgy. Sta Potenciana, Mapanas, Northern Samar B.5 Project Billboard/sign Board 1.00 Lot B.7 Construction Safety And Health 1.00 Lot B.9 Mobilization/demobilization 1.00 Lot 103(1)a Structure Excavation (common Soil) 109.54 Cu.m 804(4) Gravel Bedding 20.09 Cu.m 804 Embankment 186.32 Cu.m. 900(1)c1 Structural Concrete (class A), 28 Days 226.00 Cu.m. 902(1)a Reinforcing Steel, Deformed Grade 1440.00 Kg. 903 Formworks And Falseworks 113.17 Sq.m. 1047 Metal Structures 1,235.10 In.m. 505(2)a Grouted Riprap 115.10 Cu.m. 200(1) Aggregate Sub Base Course 56.00 Cu.m 201(1) Aggregate Base Course 42 Cu.m 311 Pcc Pavement (plain)-conventional Method, 200mm Thk. 280 Sq.m. Completion Of The Works Is Required 180 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 January 03-20, 2025, 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 P5,000.00. 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 January 10, 2025 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 January 21, 2025 At Bac Office, 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 1.2. 1.3. Section Vi. Specifications. The Name And Identification Number Of The Contract Is Provided In The Bds. 1.4. 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 Accessible Stairs To Municipal Evacuation Center Phase I Brgy. Sta Potenciana, Mapanas N. Samar The Identification Number Of The Contract Is Pr No-2025-01-03___ 2 The Funding Source Is: 20% Economic Development Fund (edf) For Fy 2025. The Name Of The Project Is: Construction Of Accessible Stiars To Municipal Evacuation Center Phase I, 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 January 10, 2025 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 Php3,964,358.83 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 60 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 79,287.17 If Bid Security Is In Cash, Cashier’s/manager’s Check, Bank Draft/guarantee Or Irrevocable Letter Of Credit; 2. The Amount Of P198,217.94 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 January 21, 2025. 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 January 21, 2025 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 180 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 Accessible Stairs To Municipal Evacuation Center Phase I, Brgy. Sta Potenciana, Mapanas Northern Samar B.5 Project Billboard/sign Board 1.00 Lot B.7 Construction Safety And Health 1.00 Lot B.9 Mobilization/demobilization 1.00 Lot 103(1)a Structure Excavation (common Soil) 109.54 Cu.m 804(4) Gravel Bedding 20.09 Cu.m 804 Embankment 186.32 Cu.m. 900(1)c1 Structural Concrete (class A), 28 Days 226.00 Cu.m. 902(1)a Reinforcing Steel, Deformed Grade 1440.00 Kg. 903 Formworks And Falseworks 113.17 Sq.m. 1047 Metal Structures 1,235.10 In.m. 505(2)a Grouted Riprap 115.10 Cu.m. 200(1) Aggregate Sub Base Course 56.00 Cu.m 201(1) Aggregate Base Course 42 Cu.m 311 Pcc Pavement (plain)-conventional Method, 200mm Thk. 280 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 Accessible Stiars To Municipal Evacuation Location : Brgy. Magtaon, Mapanas, Northern Samar Item No. Description Qty. Unit. B.5 Project Billboard/signboard 1.00 Each A. A. Tarpaulin (8’x8’) 1.00 Pc B. Plywood Marine (1/4” X1.2m X1.2m X 2.44m) 2.00 Pc C. Coco Lumber, 2”x3” X 12” 84.00 Bd.ft. D. Common Nails Assorted 1.00 Kg Labor Requirement Foreman 1.00 1.00 Skilled Carpenter 1.00 1.00 Unskilled 1.00 1.00 B.7 Construction Safety And Health Program A. Safety Helmet 1.00 Pc. B. Safety Shoes 1.00 Pc. C. Safety Vest 1.00 Pc. D. Working Gloves 1.00 Pc. E. Facemask (surgical/cloth) 5.00 Pc. F. Eye Googles 1.00 Pc. G. Sanitizing Solution 1.00 Lit. H. Ethyl Alcohol 1.00 Lit. I. Disinfectant Spray 1.00 Can J. Liquid Hand Soap 1.00 Lit. Environmental Mitigating Cost A. Plywood Ordinary (¼” X 1.2m X 2.44m) 1.00 Pc. B. Coco Lumber (2” X 2” X 12’) 32.00 Pcs. C. Qde White Enamel 2.00 Lit. D. Qde Red 1.00 Pint E. Qde Green 1.00 Pint F. Qde Blue 1.00 Pint G. Paint Brush, 2” 1.00 Pc. H. Lettering Brush 1.00 Pc. I. Cwn 2” 1.00 Kg. J. Cwn ½” 1.00 Kg. K. Trapal, 12’ X 12’ 1.00 Unit Labor Requirement Safety Officer 1.00 15 Days Health Personnel (full Time First Aider) 1.00 15 Days Sanitation Aide 1.00 15 Days Material A. Gravel G1-1/2 20.00 Cu.m. 804 Embankment A. Common Borrow (w/ 25% Shrinkage Factor) 187.00 Cu.m. Labor Requirement Foreman 1.00 18.00 Days Unskilled 1.00 18.00 Days Material A. Portland Cement, Type 1 592.00 Bag B. Gravel, ¾” 53.00 Cu.m. C. Sand, Washed 33.00 Cu.m. Labor Requirement Foreman 1.00 15.00 Days Skilled Mason 2.00 15.00 Days Unskilled 8.00 15.00 Days 902(1)a Reinforcing Steel, Deformed Grade 40 Material A. Rsb, Deformed, 10mmo 4,841.76 Kgs. B. Tie Wire # 16 54.00 Kg Equipment Bar, Cutter, Single Phase 1.00 16 Days Labor Requirement Foreman 1.00 16 Days Skilled Steel Man 4.00 16 Days Unskilled 4.00 16 Days 903 Formworks And Falsworks 113.17 Sq.m. Material Forms (2 Uses) A. Plywood Ordinary (1/4” X 1.2m X 2.44m) 21.00 Pc. B. Good Lumber, 2”x3”x12’ 121.00 Pc. C. Cwn 1” 26.00 Kg. Scaffoldings (2 Uses) A. Good Lumber, 2” X 3” X 12’ 142.00 Pc. B. Coco Lumber, 2” X 3” X 12 182.00 Pc. C. Cwn 4” 120.00 Kg. Labor Requirement Foreman 1.00 6.00 Days Skilled Carpenter 2.00 6.00 Days Unskilled 4.00 6.00 Days 1047 Metal Structures A. Gi Pipe Schedule 40 Dia (38mm) 206.00 Pc. B. Welding Rod 233.00 Kg. C. Paint Red Lead, Epoxy Paint 10.00 Gal. D. Paint Brush, 2” 8.00 Pc. Labor Derivation (subsidiary Work Description) Truss Fabrication And Installation (including Purlins) Fabrication And Install: 1 Gang=1 Foreman, 1-welder, 3 Laborers Capability: 18 In.m./day/gang 1,235.10 18.00 Labor Requirement Foreman 1.00 69.00 Days Skilled Welder 1.00 69.00 Days Unskilled 3.00 69.00 Days 200(1) Aggregate Sub Base Corse Labor Labor A. Construction Foreman 1.00 1 C. Unskilled Laborer 1.00 2 Equipment A. Motorized Road Grader, G710a 1.00 1 B. Vibratory Roller (10ml.), Sd 100dc 1.00 1 C. Water Truck/pump (16000 L) 0.25 1 Materials A. Aggregate Subbase Course (w/ 15% Shrinkage Factor) 1.15 Cu.m. 201(1) Aggregate Base Course 42.00 Cu.m. Labor A. Construction Foreman 1.00 1 B. Unskilled Laborer 1.00 2 Equipment A. Motorized Road Grader 1.00 1 B. Vibratory Roller (10 Ml.) Sd1000c 1.00 1 C. Water Truck/pump (16000 L) 0.25 1 Materials A. Aggregate Subbase Course 1.15 Cu.m. 311(1)a.2 Pcc Pavement (plain)-conventional Method, 200mm Thk. Labor A. Construction Foreman 1.00 1 B. Skilled Laborer 1.00 4 C. Unskilled Laborer 1.00 12 Equipment A. Transit Mixer (5-6 Cu. Yd) 1.00 4.00 B. Concrete Vibrator 1.00 2.00 C. Concrete Batch Plant (30 Cu.m.) 1.00 1 D. Payloader (1.50 Cu.m.), Lx80-2c 1.00 1 E. Concrete Screeder (5.5 Hp) 1.00 1 F. Water Truck/pump (16000l) 1.00 1 G. Concrete Saw, Blade O14”(7.5hp) 1.00 1 H. Bar Cutter Single Phase 0.10 1 I. Joint Sealer Machine 0.25 1 Materials A. Reinforcing Steel Bar, Grade 40 0.39 Kg. B. Curing Compound 0.29 Lit. C. Asphalt Sealant 0.12 Lit. D. Steel Forms (rental) 0.46 I.m. E. Sand 0.1100 Cu.m. F. Gravel 0.20 Cu.m. G. Portland Cement, Type 1 1.90 Bag H. Concrete Saw (diamond Blade 14”) 0.00015 Pc. I. Pipe Sleeve, 2” Dia 0.0086 I.m. J. Greasse/tar 0.0056 Lit. 505(2)a Grouted Riprap Labor A. Construction Foreman 1.00 1 B. Skilled Laborer 1.00 2 C. Unskilled Laborer 1.00 8 Equipment A.one Bagger 1.00 1 B.water Truck (16000 L) 0.05 1 Materials A. Portland Cement 3.00 Bag B. Sand 0.25 Cu.m. C. Gravel Fill 0.015 Cu.m. D. Weep Holes (pvc) 0.30 M. E. Filter Cloth 0.015 Sq.m. F. Boulder (15-25 Kg.) 1.05 Cu.m. Section Vii. Drawings Bill Of Quantities Item No. Scope Of Work Quantity Unit Unit Cost Total Amount 1.) Construction Of Accessible Stairs To Municipal Evacuation Center Phase 1, Brgy. Sta Potenciana, Mapanas, N. Samar B.5 Project Billboard/signboard 1.00 Lot 9,015.36 10,959.69 B.7 (2) Construction Safety And Health 1.00 Lot 36,645.00 36,645.00 B.9 Mobilization/demobilization 1.00 Lot 12,528.00 12,528.00 103(1)a Structure Excavation (common Soil) 109.54 Cu.m. 376.50 41,242.08 804(4) Gravel Bedding 20.09 Cu.m 2,775.33 55,752.80 804 Embankment 186.32 Cu.m. 1,006.26 187,483.20 900(1)c1 Structural Concrete (class A), 28 Days 65.77 Cu.m. 7,333.26 482,280.00 902(1)a Reinforcing Steel, Deformed Grade 40 4,841.76 Kg. 83.46 404,093.28 903 Formworks And Falseworks 113.17 Sq.m. 1,817.10 205,645.12 1047 Metal Structures 1,235.10 In.m. 389.60 481,199.40 505(2)a Grouted Riprap 115.10 Cu.m. 4,284.76 493,188.73 200(1) Aggregate Sub Base Course 56.00 Cu.m. 1,243.72 69,648.32 201(1) Aggregate Base Course 42.00 Cu.m. 2,166.59 90,996.78 311 Pcc Pavement (plain) Conventional Method, 200mm Thk 280.00 Sq.m. 1,644.93 460,580.40 Total 3,030,298.47 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 Accessible Stairs To Municipal Evacuation Center Phase I , Barangay Magtaon , 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.
Municipality Of Irosin, Sorsogon Tender
Civil And Construction...+1Building Construction
Philippines
Closing Date31 Jan 2025
Tender AmountPHP 714.7 K (USD 12.1 K)
Details: Description Republic Of The Philippines Province Of Sorsogon Municipality Of Irosin Bids & Awards Committee Invitation To Bid For Facility Enhancement/repair & Maintenance(super Health Center) 1. The Local Government Unit Of Irosin, Through The Trust Fund(philhealth) Intends To Apply The Sum Of Seven Hundred Fourteen Thousand Seven Hundred Three Pesos (p 714,703.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For The Facility Enhancement/repair & Maintenance(super Health Center), Infr-01-2025. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. Name Of Contract : Facility Enhancement/repair & Maintenance(super Health Center) Brief Description: Chb Laying And Plastering/fabrication/installation Of Forms & Rsb And Tile Setting For Lavatories And Counters/installation Of Plumbing And Electrical Fixtures Approved Budget For The Contract : P 714,703.00 Source Of Fund : Trust Fund(philhealth) 2. The Local Government Unit Of Irosin Now Invites Bids For The Above Procurement Project. Completion Of Works Is Sixty (60) Calendar Days. Bidders Should Have Completed At Least One Similar Project For The Last Five(5) Years And Whose Value, Of The Contract, Adjusted To Current Prices Using The Nso Consumer Price Indices Must Be Equal To 50% Of The Abc To Be Bid. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii. Instruction To Bidders. 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary “pass/fail” Criterion As Specified In The 2016 Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184). 4. Interested Bidders May Obtain Further Information From Local Government Unit Of Irosin And Inspect The Bidding Documents At The Address Given Below From 8:00 Am-5:00 Pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 9, 2025 Until January 31, 2025 From The Given Address And Philgeps Website And Lgu-irosin Website And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of One Thousand Pesos (p 1,000.00). The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees By Presenting In Person The Official Receipt Of Bid Documents To The Bac Office. 6. The Local Government Unit Of Irosin Will Hold A Pre-bid Conference On January 16, 2025, 9:00am At The Conference Room, Office Of The Municipal Mayor, Municipal Compound, San Julian, Irosin, Sorsogon, Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address As Indicated Below On Or Before January 31, 2025, 8:59 Am At Bac Office, Municipal Compound, San Julian, Irosin, Sorsogon. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 16. 9. Bid Opening Shall Be On January 31, 2025, 9:00 Am At The Given Address Below Conference Room, Office Of The Mayor, Municipal Compound, San Julian, Irosin, Sorsogon. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. 10. The Local Government Unit Of Irosin Reserves The Right To Accept Any And All Bids, Declare A Failure Of Bidding Or Not Award A Contract At Any Time Prior To Contract Award In Accordance With Section 35.6 And 41 Of The 2016 Revised Implementing Rules And Regulations(irr) Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 11.for Further Information, Please Refer To: Benjamin M. Gabionza, Ce Municipal Engineer Municipal Compound, San Julian, Irosin, Sorsogon Url: Www.irosin.gov.ph Email Address: Bengabionza@gmail.com 12. You May Visit The Following Websites: For Downloading Of Bidding Documents: Philgeps Website And Www.irosin.gov.ph Date Of Posting: January 9, 2025 _____________________ Noel D. Mercado Ii Bac Chairman Standard Form Number: Sf-infr-07 Revised On: July 29, 2004 Checklist Of Technical And Financial Documents I. 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; Or B) Registration From Sec, Department Of Trade And Industry(dti) For Sole Proprietorship And Cda For Cooperatives C) Valid Mayor’s Permit By The City Or Municipality Where The Principal Place Of Business Is Located D) Tax Clearance Per Eo 398 E) Tax Clearance For Collection Purposes Technical Documents ⬜ (b) Statement Of The Prospective Bidder Of All Its Ongoing Government And Private Contracts, Including Contracts Awarded But Not Yet Started, If Any, Whether Similar Or Not Similar In Nature And Complexity To The Contract To Be Bid; And ⬜ (c) Statement Of The Bidder’s Single Largest Completed Contract (slcc) Similar To The Contract To Be Bid Completed Within The Last Five(5) Years, Except Under Conditions Provided Under The Rules; And • The Statement Shall Include The Following: (1)name Of The Contract; (2)date Of The Contract; (3)contract Duration; (4)owner’s Name And Address; (5)nature Of Work; (6)contractor’s Role (whether Sole Contractor, Subcontractor, Or Partner In A Jv) And Percentage Of Participation; (7)total Contract Value At Award; (8)date Of Completion Or Estimated Completion Time; (9)total Contract Value At Completion, If Applicable; (10)percentages Of Planned And Actual Accomplishments, If Applicable; (11)value Of Outstanding Works, If Applicable; (12)the Statement Shall Be Supported By The Notices Of Award And/or Notices To Proceed Issued By The Owners; And (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; ⬜ (d) Valid Pcab License-category B, Size Range Medium A Or Higher/special Pcab License In Case Of Joint Ventures And Registration For The Type And Cost Of The Contract To Be Bid; And ⬜ (e) 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 (f) Project Requirements, Which Shall Include The Following: ⬜ A. Organizational Chart For The Contract To Be Bid; ⬜ B. 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; ⬜ C. 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 ⬜ (g) 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. (h) Affidavit Of Site Inspection Financial Documents ⬜ (i) Audited Financial Statement Stamped Received By The Bureau Of Internal Revenue(bir) Or Its Duly Authorized Institutions, For The Immediately Preceding Calendar Year, Which Should Not Be Earlier From Two(2) Years From The Date Of Submission (j) The Prospective Bidder’s Computation Of Net Financial Contracting Capacity (nfcc). Class “b” Documents ⬜ (k) 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. Ii. Financial Component Envelope ⬜ (l) Original Of Duly Signed And Accomplished Financial Bid Form; And Other Documentary Requirements Under Ra No. 9184 ⬜ (m) Original Of Duly Signed Bid Prices In The Bill Of Quantities; And ⬜ (n) 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 ⬜ (o) Cash Flow By Quarter. Instruction To Bidders 1. Scope Of Bid The Procuring Entity, Local Government Unit Of Irosin Invites Bids For The Facility Enhancement/repair & Maintenance(super Health Center), With Project Identification Number Infr-01-2025. [note: The Project Identification Number Is Assigned By The Procuring Entity Based On Its Own Coding Scheme And Is Not The Same As The Philgeps Reference Number, Which Is Generated After The Posting Of The Bid Opportunity On The Philgeps Website.] The Procurement Project (referred To Herein As “project”) Is For The Construction Of Works, As Described In Section Vi (specifications). 2. Funding Information 2.1. The Gop Through The Source Of Funding As Indicated Below For Trust Fund (philhealth) In The Amount Of Seven Hundred Fourteen Thousand Seven Hundred Three Pesos ( P 714,703.00). 2.2. The Source Of Funding Is: Trust Fund(philhealth) 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 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. 4. 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. 5. Eligible Bidders 5.1. Only Bids Of Bidders Found To Be Legally, Technically, And Financially Capable Will Be Evaluated. 5.2. 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. 5.3. 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. 5.4. The Bidders Shall Comply With The Eligibility Criteria Under Section 23.4.2 Of The 2016 Irr Of Ra No. 9184. 6. 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. 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 Fifty Percent (50%) Of The Project. The Procuring Entity Has Prescribed That: A. Subcontracting Is Not Allowed. 7.1. Subcontracting Is Not Allowed During The Bidding. 7.2. Subcontracting Is Not Allowed During The Contract Implementation Stage. 7.3. Subcontracting Of Any Portion Of The Project Does Not Relieve The Contractor Of Any Liability Or Obligation Under The Contract. The Supplier Will Be Responsible For The Acts, Defaults, And Negligence Of Any Subcontractor, Its Agents, Servants, Or Workmen As Fully As If These Were The Contractor’s Own Acts, Defaults, Or Negligence, Or Those Of Its Agents, Servants, Or Workmen. 8. Pre-bid Conference The Procuring Entity Will Hold A Pre-bid Conference For This Project On January 16, 2025, 9:00am And Either At Its Physical Address Office Of The Mayor, Municipal Compound, San Julian, Irosin, Sorsogon In A Face-to-face Manner 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 Ix. Checklist Of Technical And Financial Documents. 10.2. 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. 10.3. A Valid Special Pcab License In Case Of Joint Ventures, And Registration For The Type And Cost Of The Contract For This Project. Any Additional Type Of Contractor License Or Permit Shall Be Indicated In The Bds. 10.4. 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. 10.5. 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. 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 Ix. Checklist Of Technical And Financial Documents. 11.2. Any Bid Exceeding The Abc Indicated In Paragraph 1 Of The Ib Shall Not Be Accepted. 11.3. 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. 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. 13. 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. 14. Bid And Payment Currencies 14.1. 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. 14.2. Payment Of The Contract Price Shall Be Made In: Philippine Pesos 15. Bid Security 15.1. 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. 15.2. The Bid And Bid Security Shall Be Valid Until One Hundred Twenty(120) Calendar Days. Any Bid Not Accompanied By An Acceptable Bid Security Shall Be Rejected By The Procuring Entity As Non-responsive. 16. 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. 17. 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. 18. Opening And Preliminary Examination Of Bids 18.1. 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. 18.2. The Preliminary Examination Of Bids Shall Be Governed By Section 30 Of The 2016 Revised Irr Of Ra No. 9184. 19. Detailed Evaluation And Comparison Of Bids 19.1. 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. 19.2. 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 15 Shall Be Submitted For Each Contract (lot) Separately. 19.3. 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. 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 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. 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: Facility Enhancement/repair & Maintenance(super Health Center) I.formworks Ii. Concrete And Masonry And Tile Works Iii. Plumbing Works Iv. Electrical Works V. Painting Works Vi. Doors And Windows Spl-1 Ppe’s Spl-2 Project Signage 7.1 Not Applicable Since Sub-contracting Is Not Allowed. 10.3 The Other Contractor’s License Or Permit Required Is Bir Registration. 10.4 The Key Personnel Must Meet The Required Minimum Years Of Experience Set Below: Facility Enhancement/repair & Maintenance(super Health Center) Key Personnel General Experience Relevant Experience 1. Foreman 2. Skilled Worker 3.laborer 10.5 Facility Enhancement/repair & Maintenance(super Health Center) The Minimum Major Equipment Requirements Are The Following: Equipment Capacity Number Of Units 1.enough Hand Tools 12 Value Engineering Clause Is 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: A. [two Percent (2%) Of Abc], If Bid Security Is In Cash, Cashier’s/manager’s Check, Bank Draft/guarantee Or Irrevocable Letter Of Credit; B. [five Percent (5%) Of Abc] If Bid Security Is In Surety Bond. 19.2 Partial Bids Are Not Allowed. 20 Licenses And Permits Relevant To The Project And The Corresponding Law Requiring It: Bir Registration 21 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 Dole, And Other Acceptable Tools Of Project Scheduling. 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. 2. 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). 3. Possession Of Site 3.1 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. 3.2 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. 4. 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. 5. Performance Security 5.1. 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 Successful Bidder Shall Furnish The Performance Security In Any Of The Forms Prescribed In Section 39 Of The 2016 Revised Irr. 5.2. 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. 6. 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. 7. Warranty 7.1. 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. 7.2. 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. 8. 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. 9. 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. 10. 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. 11. Program Of Work 11.1. 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. 11.2. 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. 12. 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. 13. 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. 14. 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. 15. Operating And Maintenance Manuals 15.1. If Required, The Contractor Will Provide “as Built” Drawings And/or Operating And Maintenance Manuals As Specified In The Scc. 15.2. 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 Rehabilitation/improvement Of Brgy. Cawayan Level Ii Water System Gcc Clause 2 Sectional Completion Is Not Applicable Since All Works Must Be Completed Within 60 Calendar Days. 4.1 The Schedule Of Delivery Of The Possession Of The Site To The Contractor, Whether Full Or In Part Is Seven(7) Calendar Days After The Issuance Of The Notice To Proceed(ntp). 6 The Site Investigation Reports Are: Completion Of Existing Constructed Building. 7.2 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 A. Dayworks Are Applicable At The Rate Shown In The Contractor’s Original Bid. 11.1 The Contractor Shall Submit The Program Of Work To The Procuring Entity’s Representative Within Not Applicable Days Of Delivery Of The Notice Of Award. Not Applicable Since The End-user, Municipal Engineering Office, Was The One Who Made The Program Of Work(pow). 11.2 The Amount To Be Withheld For Late Submission Of An Updated Program Of Work Is Not Applicable. Reason Was Stated In 11.1. 13 The Amount Of The Advance Payment Shall Not Exceed 15% Of The Total Contract Price And Schedule Of Payment. 14 15.1 The Date By Which Operating And Maintenance Manuals Are Required Is 120 Calendar Days After The Commencement Of Works. The Date By Which “as Built” Drawings Are Required Is 60 Calendar Days After The Commencement Of Works. 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 Not Applicable. Section Vi. Specifications Specifications Is Provided In The Program Of Work(pow) And Detailed Estimates Section Vii. Drawings Please Seek The Drawings At The Office Of The Municipal Engineer Of Local Government Unit Of Irosin. Section Viii. Bill Of Quantities Rehabilitation/improvement Of Brgy. Cawayan Level Ii Water System Item No. Scope Of Work Quantity Unit 1.direct Cost(dc) I Formworks Ii Concrete And Masonry And Tile Works Iii Plumbing Works Iv Electrical Works V Painting Works Vi Doors And Windows Spl-1 Ppe’s Spl-2 Project Signage 2 Indirect Cost(ic), Contractor’s Mark-up 2.1 Contractor’s Profit(10% Of Direct Cost) 2.2 Ocm(15% Of Direct Cost) 2.3 Vat Component (5% Of Contractor’s Profit+dc+ocm) 2.4 Mobilization 2.5 Utilities(professional Fee’s For Electrical Engineers) 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 Form Of Contract Agreement Omnibus Sworn Statement Affidavit Of Site Inspection Bid Securing Declaration Bid Form Date: Project Id No.: Infr-01-2025 To: [name And Address Of Procuring Entity] Having Examine The Philippine Bidding Documents(pbds) Including The Supplemental Or Bid Bulletin Numbers ______, The Receipt Of Which Is Hereby Duly Acknowledged, We, The Undersigned, Declare That: (a) We Have Reservation To The Pbds, Including The Supplemental Or Bid Bulletins, For The Procurement Projects, Facility Enhancement/repair & Maintenance(super Health Center); (b) We Offer To Execute The Works For This Contract In Accordance With The Pbds; (c) The Total Price Of Our Bid In Words And Figures , Excluding Any Discounts Offered Below Is (insert Information); (d) The Discounts Offered And The Methodology For Their Application Are: [insert Information) (e) The Total Bid Price Includes The Cost Of All Taxes, Such As, But Not Limited To: Value Added Tax, Income Tax, Local Taxes And Other Fiscal Levies And Duties Which Are Itemized Herein And Reflected In The Detailed Estimates; (f) Our Bid Shall Be Valid Within A Period Stated In The Pbds, And It Shall Remain Binding Upon Us At Any Time Before The Expiration Of That Period; (g) 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 Allowable Forms Of The Performance Security, Subject To The Terms And Conditions Of Issued Gppb Guidelines For This Purpose; (h) 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; (i) 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 (j) We Understand That You Are Not Bound To Accept The Lowest Evaluated Bid Or Any Other Bid That You May Receive. (k) 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 Facility Enhancement/repair & Maintenance(super Health Center). (l) We Acknowledge That Failure To Sign Each And Every Page Of This Bid Form, Including The Bill Of Quantities, Shall Be Ground For The Rejection Of Our Bid. Name: Legal Capacity: Signed: Duly Authorized To Sign The Bid For And On Behalf Of: Date: ___________ Contract Agreement For The Procurement Of Infrastructure Projects(revised) __________________________________________________________________________ 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 As Required By The 2016 Revised Implementing Rules And Regulations Of Republic Act No. 9184 Shall Be Deemed To Form And Be Read And Construed As Part Of This Agreement, Viz.: A. Philippine Bidding Documents(pbds) I.drawings/plans; Ii.specifications; Iii.bill Of Quantities Iv.general And Special Conditions Of Contract; V.supplemental Or Bid Bulletins B. Winning Bidder’s Bid, Including The Eligibility Requirements, Technical And Financial Proposals, And All Other Documents Or Statements Submitted; Bid Form, Including All The Documents/statements Contained In The Bidder’s Bidding Envelopes, As Annexes, And All Other Documents Submitted(e.g., Bidder’s Response To Request For Clarifications On The Bid), Including Corrections To The Bid, If Any, Resulting From The Procuring Entity’s Bid Evaluation; C. Performance Security D. Notice Of Award Of Contract And The Bidder’s Conforme Thereto; And E. Other Contract Documents That May Be Required By Existing Laws And/or The Procuring Entity Concerned In The Pbds. Winning Bidder Agrees That Additional Contract Documents Or Information Prescribed By The Gppb That Are Subsequently Required For Submission After The Contract Execution, Such As The Notice To Proceed, Variation Orders And Warranty Security, Shall Likewise Form Part Of The Contract. 3. In Consideration For The Sum Of [total Contract Price In Words And Figures) Or Such Other Sums As May Be Ascertained, [name Of Bidder] Agrees To Execute The Works For The [state The Object Of The Contract] In Accordance With His/her/its Bid. 4. The [name Of The Procuring Entity] To Pay The Above-mentioned Sum In Accordance With The Terms Of Bidding. In Witness, Whereof The Parties Thereto Have Caused This Agreement To Be Executed The Day And Year First Before Written. Binding Signature Of The Procuring Entity: Binding Signature Of Contractor: Insert Name And Signature] [insert Name And Signature] [insert Signatory’s Legal Capacity] [insert Signatory’s Legal Capacity] Signed In The Presence Of: ______________________ ________________ Municipal Engineer Liaison Officer For: For: [insert Procuring Entity] [insert Name Of Supplier] Acknowledgement Before Me, As The Notary Public For And In The City/municipality Of _____________, Personally Appeared _________________, Representing The ________________________ With _____________ Issued On __________ At __________________ And ___________________, _____________________ Representing ________________________ With ______________________ Issued On _________________ At __________________________, Known To Me The Same Persons Who Executed The Foregoing Contract Agreement And They Acknowledged To Me That The Same Are Their True Act And Deed For And In Behalf Of The Parties They Represent. This Instrument Consists Of ____ Pages Including This Page On Which The Acknowledgement Is Written Duly Signed By The Contracting Parties And Their Witnesses. In Witness Whereof, I Have Hereunto Affixed My Signature And Seal This _______ Day _____________, Philippines. Doc. No. ______________ Page No: ______________ Book No. ______________ Series Of 2025. Omnibus Sworn Statement(revised) Republic Of The Philippines ) City/municipality Of ______ ) S.s. Affidavit I, [name Of Affiant], Of Legal Age, [civil Status], [nationality], And Residing At [address Of Affiant], After Having Been Duly Sworn In Accordance With Law, Do Hereby Depose And State That: 1. Select One, Delete The Other: If A Sole Proprietorship: I Am The Sole Proprietor Or Authorized Representative Of [name Of Bidder] With Office Address At [address Of Bidder]; If A Partnership, Corporation, Cooperative, Or Joint Venture: I Am The Duly Authorized And Designated Representative Of [name Of Bidder] With Office Address At [address Of Bidder]; 2. Select One, Delete The Other: 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] 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]; 3. [name Of Bidder] Is Not “blacklisted” Or Barred From Bidding By The Government Of The Philippines Or Any Of Its Agencies, Offices, Corporations, Or Local Government Units, Foreign Government/foreign Or International Financing Institution Whose Blacklisting Rules Have Been Recognized By The Government Procurement Policy Board, By Itself Or By Relation, Membership, Association, Affiliation Or Controlling Interest With Another Blacklisted Person Or Entity As Defined And Provided For And In The Uniform Guidelines On Blacklisting; 4. Each Of The Documents Submitted In Satisfaction Of The Bidding Requirements Is An Authentic Copy Of The Original, Complete, And All Statements And Information Provided Therein Are True And Correct; 5. [name Of Bidder] Is Authorizing The Head Of The Procuring Entity Or Its Duly Authorized Representative(s) To Verify All The Documents Submitted; 6. Select One, Delete The Rest: If A Sole Proprietorship: The Owner Or Sole Proprietor Is Not Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; If A Partnership Or Cooperative: None Of The Officers And Members Of [name Of Bidder] Is Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; If A Corporation Or Joint Venture: None Of The Officers, Directors, And Controlling Stockholders Of [name Of Bidder] Is Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; 7. [name Of Bidder] Complies With Existing Labor Laws And Standards; And 8. [name Of Bidder] Is Aware Of And Has Undertaken The Following Responsibilities As A Bidder: A) Carefully Examine All Of The Bidding Documents; B) Acknowledging All Conditions, Local Or Otherwise, Affecting The Implementation Of The Contract; C) Making An Estimate Of The Facilities Available And Needed For The Contract To Be Bid, If Any; And D) Inquiring Or Securing Supplemental/bid Bulletin(s) Issued For The [name Of The Project]. 9. [name Of Bidder] Did Not Give Or Pay, Directly Or Indirectly, Any Commission, Amount, Fee, Or Any Form Of Consideration, Pecuniary Or Otherwise, To Any Person Or Official, Personnel Or Representative Of The Government In Relation To Any Procurement Project Or Activity. 10. In Case Of 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 Series Of 1930, As Amended, Or The Revised Penal Code. In Witness Whereof, I Have Hereunto Set My Hand This ___________ Day Of __________________, 2025 At ____________, Philippines. _____________________________________ Bidder’s Representative/authorized Signatory [insert Signatory’s Legal Capacity] Affiant Acknowledgement Before Me, As The Notary Public For And In The City/municipality Of _____________, Personally Appeared _________________, Representing The ________________________ With _____________ Issued On __________ At __________________ And ___________________, _____________________ Representing ________________________ With ______________________ Issued On _________________ At __________________________, Known To Me The Same Persons Who Executed The Foregoing Document And They Acknowledged To Me That The Same Are Their True Act And Deed For And In Behalf Of The Parties They Represent. In Witness Whereof, I Have Hereunto Affixed My Signature And Seal This _______ Day _____________, Philippines. Doc. No. ______________ Page No: ______________ Book No. ______________ Series Of 2025. Infr-01-2025 Facility Enhancement/repair And Maintenance (super Health Center) Irosin, Sorsogon Standard Form Number: Sf-infr-51 Revised On: August 11, 2004 Affidavit Of Site Inspection I, ________________________, Of Legal Age, _____________, Filipino And Residing At __________________________, Under Oath, Hereby Depose And Say: 1. That I Am The _________________________ Of The ____________________________________________, With Office Address At ______________________________; 2. That I Have Inspected The Site For Facility Enhancement/repair And Maintenance(super Health Center); 3. That I Am Making This Statement As Part Of The Requirement For The Technical Proposal Of The _________________________ Of ___________________________. In Faith Whereof, I Hereby Affix My Signature This ______ Day Of ________, 2025 At _________________________, Philippines. ___________________ Affiant Subscribed And Sworn To Before Me This ____ Day Of _________ 2025, Affiant Exhibiting To Me His/her Community Tax Certificate No. _______________ Issued On ________________ At ______________________________, Philippines. _______________________ Notary Public Until ______________ Ptr No. ______________ Date ______________ Place ______________ Tin ______________ Doc No. __________ Page No. _________ Book No. _________ Series Of _________. Republic Of The Philipppines ) City Of Sorsogon ) S.s. X ---------------------------------------------------x Bid Securing Declaration Project Identification No. Infr-01-2025 To: [insert Name And Address Of Procuring Entity] I/we, The Undersigned, Declare That: 1. I/we Understand That, According To Your Conditions, Bids Must Be Supported By A Bid Security, Which May Be In The Form Of A Bid-securing Declaration. 2. I/we Accept That: (a) I 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(f) Of The Irr Of Ra No. 9184; Without Prejudice To Other Legal Action The Government May Undertake. 3. I/we Understand That This Bid-securing Declaration Shall Cease To Be Valid On The Following Circumstances: (a) Upon Expiration Of The Bid Validity Period, Or Any Extension Thereof Pursuant To Your Request; (b) I Am 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 (c) I Am/we Declared As The Bidder With The Lowest Calculated And Responsive Bid And I/we Have Furnished The Performance Security And Signed The Contract. In Witness Whereof, I Have Hereunto Set My Hand This _____ Day Of ________, 2025 At __________________. _____________________________________ Bidder’s Representative/authorized Signatory [insert Signatory’s Legal Capacity] Affiant Acknowledgement Before Me, As The Notary Public For And In The City/municipality Of _____________, Personally Appeared _________________, Representing The ________________________ With _____________ Issued On __________ At __________________ And ___________________, _____________________ Representing ________________________ With ______________________ Issued On _________________ At __________________________, Known To Me The Same Persons Who Executed The Foregoing Document And They Acknowledged To Me That The Same Are Their True Act And Deed For And In Behalf Of The Parties They Represent. In Witness Whereof, I Have Hereunto Affixed My Signature And Seal This _______ Day _____________, Philippines. Doc. No. __________ Page No. __________ Book No. __________ Series Of 2025.
DEPARTMENT OF AGRICULTURE REGION II Tender
Agriculture or Forestry Works
Philippines
Closing Date15 Jan 2025
Tender AmountPHP 76 Million (USD 1.3 Million)
Details: Description Invitation To Bid For Supply And Delivery Of Various Agricultural Supplies (hvcdp) Ib No. 2024-12-86 1. The Department Of Agriculture Regional Field Office 02, Through The Hvcdp Fy 2025 And Qrf (typhoon-kristine, Marce, Ofel, Pepito) Fy 2024 Intends To Apply The Sum Of Php 76,098,650.00, Being The Total Abc To Payments Under The Contract For Supply And Delivery Of Various Agricultural Supplies/ib No. 2024-12-86. Bids Received In Excess Of The Respective Abc Shall Be Automatically Rejected At Bid Opening. The Department Of Agriculture Regional Field Office 02, Through Hvcdp Fy 2025 And Qrf (typhoon-kristine, Marce, Ofel, Pepito) Fy 2024, Intends To Apply The Sum Of The Following Vegetable And Onion Seeds, Planting Materials, Fertilizers, Bagging And Postharvest Materials Being The Abc To Payments Under The Contract Of Each Lot: Lot No. Qty. Unit Particular Abc (₱) Hvcdp Fy 2025 Lot I: Lowland Vegetable Seeds 1. 425 500 Grams/ Pack Yard Long Bean - Star Of All Sitao, Ideal For Off Season Planting, Long Shelf Life , Prolific And With Trademark Of Purple Tip; 425,000.00 2. 350 50 Grams/ Can Eggplant - High Yielding Cluster Type With Medium Size Long Purple Fruits And Very Green Calyx 665,000.00 3. 350 100 Grams/ Can Ampalaya - Hybrid Bitter Gourd Noted For Its Large, Glossy, Dark Green Fuits That Re Uniformly Cylindrical With Blunt Blossom End Rot 875,000.00 4. 350 50grams/ Can Pumpkin - Small Butternut Variety, Orange Flesh Color , Equal Ribs And Good Eating Quality 330,750.00 5. 350 50 Grams/ Can Upo - Hybrid With Premium Performance, Uniform Cylindrical Fruits 28-40 Cm, Early Maturing 40-45 Dat 280,000.00 Total: 2,575,750.00 Lot Ii: Highland Vegetables 1. 350 25 Grams/ Can Tomato - Semi - Determinate That Is Prolific And Vigorous; Early Maturing 60-65 Dat, Hybrid Thick Flesh, Firm Fruits, Ideal For Shipping; Tested Variety In Region 02 For 5 Years 980,000.00 2. 600 500 Grams/ Pack Snap Beans - High Yielding ( Round Pencil Type) French Beans. Pods Are Straight , Uniform And Stringless 390,000.00 3. 150 25 Grams/ Can Hot Pepper - High Yielding Pungent Hot Pepper With Heavy And Long Fruits For Fresh And Processing 262,500.00 4. 500 25 Grams/ Pack Cauliflower - Uniform Bright White Curds; Tolerant To Heat And Rain Stress; Maturity 40-50 Days Dat 650,000.00 5. 400 25 Grams/ Can Conical Pepper - High Yielding That Produces Big Uniform And Dark Green Fruits. Ideal For Canning And Processing 720,000.00 Total: 3,002,500.00 Lot Iii: Onion Seeds 1. 1800 400g/can Red Creole - Maturity 82-85 Dat;very Good Storage Quality ; Adoptable For Off Season And Regular Season 4,950,000.00 2. 2430 400g/can Red Creole - Maturity 100-110, Suited To Regular Season, Bulb Weight 40-60 Grams, Excellent Storability 6,682,500.00 3. 1020 400g/can Red Creole - Maturity 65 Dat, Regular Season Planting, Bulb Weight 50-60 Grams; Excellent Storability 6-8months 2,805,000.00 4. 50 454g/can Yellow Onion F1 - Early Maturing 65- 100 Dat; Double Skin,resistant To Damping Off And Purple Blotch 500,000.00 5. 300 400g/can White Onion Op - Early Maturing 90 Dat; Dehydrator / Processing Type 915,000.00 Total: 15,852,500.00 Iv. 33,333 Pcs Certified Grafted Mango Planting Materials 4,999,950.00 Various Fertilizers V. 870 Liter Plant Growth Promoter Carageenan Foliar Fertilizer For Mungbean - With Nitrogen, Calcium, Potassium , Magnesium And Iron; Fpa Registered; Labeled With Da - Rfo 02 Hvcdp Not For Sale 261,000.00 Vi. 235 Pack Soluble Boron Fertilizer- 100 Grams/pack - Guaranteed Analysis At Least 65 – 70% B203 ; Labeled With Da - Rfo 02 Hvcdp Not For Sale ; Fpa Registered; Supplier To Provide Brochures And Technical Speakers During The Conduct Of Technical Briefing To Farmers 199,750.00 Vii. 214 Liters Liquid Foliar Fertilizer For Garlic - Growth Booster - Npk (8-18-16) With Chelated Micronutrients - Sulfur, Calcium, Sodium, Magnesium, Iron, Boron, Zinc And Molybdenum - Fpa Registered Labed With Da - Rfo 02 Not For Sale 64,200.00 Viii. 204 Liters Organic Liquid Fertilizer For Vegetables @ 1000ml - Total Npk - 5-10% With Organic Matter ; From Seaweeds Extract > Labeled With Da - Rfo 02 Hvcdp Logo Not For Sale > Bafs Registered 255,000.00 Ix. 2678 Bag Certified Organic Fertilizer For Garlic And Citrus @ 50kgs/bag 1,339,000.00 X. 12,000 Box Inorganic Fertilizer For Onion And Vegetables- Npk (0-45 -30) Box @ 1 Kg; Labeled With Da -rfo 02 Hvcdp Not For Sale ; Fpa Registered ;> Supplier Must Willing To Provide Technical Assistance Relative To Package Of Technology Production For Onion And Vegetables 6,000,000.00 Xi. 1428 Bags Organic Plant Supplement For Vegetables @ 20kgs/bag 2,499,000.00 Xii. 700 Bag Controlled Release Fertilizer For Coffee - Npk (10-8-18) With Chelated Micronutrients Magnesium, Boron, Copper, Iron, Manganese, Molybdenum, Zinc And Chloride, Packaging Must Be 25 Kgs/bag Pack In Polypropylene And Polyethylene; Labeled With Da Rfo 02 Hvcdp Not For Sale ; Product Registered At Fertilizer Pesticide Authority;supplier To Provide Brochures And Technical Speakers During The Conduct Of Technical Briefing To Farmers 3,500,000.00 Xiii. Mango & Citrus Fertilization Technology 1. 250 Bag Npk (15 – 9 – 20) + Sulfur, Manganese, Magnesium, Boron And Zinc For Mango Flowering – Bag @ 50kgs Pack In Polypropylene Materials; Labeled With Da – Rfo 02 Hvcdp Not For Sale ; Fpa Registered; 737,500.00 2. 250 Bag Calcium Nitrate (cano3) 26.4+15.6 For Mango Flower Inducer – Bag @ 50kgs Pack In Polypropylene Materials With Da – Rfo 02 Hvcdp Not For Sale Label ; Fpa Registered 587,500.00 3. 5000 Box Potassium Chloride ( 0-0-61) For Mango & Citrus - Box @ 1 Kg; Labeled With Da -rfo 02 Hvcdp Not For Sale Label ; Fpa Registered 1,250,000.00 Total: 2,575,000.00 Xiv. Bagging Materials For Banana And Mango 1. 100,000 Pcs Mango Bagging Materials- Fruit Bag Dimension Minimum - 22.6 X 19cm; Thickness – 38gms; Made Up Of Long Fiber Paper With Wire For Clipping And Water Repellant; Box In 500 Pcs Labeled With Da – Rfo 02 -hvcdp Logo Not For Sale 200,000.00 2. 500 Kgs Banana Bagging Materials – Polybag Threated With Chemicals -light Blue - Can Wrap At Least 20 Bunch- Box In 5ks/box Labeled With Da – Rfo 02 -hvcdp Not For Sale 150,000.00 Total: 350,000.00 Post Harvest Materials Xv. 1,900 Pcs Food Grade Plastic Crates For Fruits (mango, Banana, Pineapple)- 25 Kgs Capacity, Available Stocks Upon Inspection, At Least 1.9 Kgs Weight - Fda Certified, Color Blue; Painted With Da - Rfo -2 Hvcdp Logo 950,000.00 Xvi. 100 Pcs Heavy Duty Pallets - Dimension 1000mm (l) X 1200 Mm (w) X 160 Mm(h); Material - 100% High Density Polyethylene Plastic ; Static Capacity - 2000 Kg ; Dynamic And Racking Load - 1000kgs; Weight Approximately 18 Kgs; Color Blue; Available Stocks Upon Inspection 400,000.00 Xvii. Gulayan Sa Bayan Project 1. 267 Pcs Water Plastic Drum - 200 Liters Capacity, With Printed Hvcdp Logo, Color Blue, Open Mounted With Cover - Available Stocks Upon Inspection 574,050.00 2. 267 Pcs Peat Moss - Ph 5.5 - 6.5 , 225 L, 1- 10mm Particle Size, 70% Neutralized White Peat, 30% Neutralized Black Peat With Da - Rfo 02 - Hvcdp Not For Sale 560,700.00 3. 445 Pcs Blow Molding Watering Sprinkler - Made Up - Of Polypropylene - 8 Liters Capacity, Box In 5pcs With Da - Rfo 02 Hvcdp Not For Sale 244,750.00 4. 900 Packs Vegetables Seeds 10 In 1 Pack (100 Grams Kangkong, 25 Grams Eggplant, 10 Grams Tomato, 100 Grams Pole Sitao, 50 Grams Squash, 50 Grams Bitter Gourd, 20 Grams Upo, 50 Grams Okra, 50 Grams Pechay, 5 Grams Panigang Pepper) - 85 % Germination , Use Of Seeds Standard Packaging Of Da- Rfo 02 7 ¾ X 11 Inches By 120 Microns , Box In 10 Packs With Label Da - Rfo 02 Not For Sale 900,000.00 5. 4,450 Pcs Seedling Tray - Premium Class A - 100 Holes, Box In 25 Pcs With Sticker Outside Box - Da - Rfo 02 Hvcdp Not For Sale 333,750.00 6. 445 Pcs Grab Hoe (heavy Duty)-at Least 100cm Length Hardwood; Blade: 15cm X Length 25cm; 0.5 Cm Thickness, Box In 5 Pcs With Da - Rfo 02 - Hvcdp Not For Sale 289,250.00 7. 445 Pcs Food Grade Plastic Crates - 25 Kgs Capacity, Color Green With Da - Logo & Hvcdp, Outside Dimension: 520 X 360 X 305 Mm, Inside Dimension: 485 X 325 X 295 M, Available Stocks Upon Inspection , At Least 2 Kgs Weight 222,500.00 8. 900 Bag Certified Organic Fertilizer @ 50kgs/bag 450,000.00 Total: 3,575,000.00 Xviii. 90 Unit Portable Thumb Edible Garden Nursery - 95cm X 149cm Bench Size - 1.5 Meters Height Inclusion Of The Fallowing: 1. 6 Packs Vermicast @ 2kgs 2. 250 Ml Foliar Fertilizer 3. 3 Pcs Planting Tray, 4. 4 Pcs Seedling Tray @ 104 Holes, 5. 15pcs Black Square 6. 6packs Vegetable Seeds ( 5 Grams Pechay; 10 Grams Kangkong; 5 Grams Mustasa; 2 Grams Chinese Pechay; 0.5 Grams Green Lettuce; 1 Grams Spinach) 2,700,000.00 Total (hvcdp Fy 2025): 51,098,650.00 Qrf (typhoon-kristine, Marce, Ofel, Pepito) Fy 2024 Xix. Lowland Vegetable Seeds 1. 1105 500 Grams/ Pack Yard Long Bean - Star Of All Sitao, Ideal For Off Season Planting, Long Shelf Life , Prolific And With Trademark Of Purple Tip; 1,105,000.00 2. 1000 50 Grams /can Eggplant - High Yielding Cluster Type With Medium Size Long Purple Fruits And Very Green Calyx 1,900,000.00 3. 1000 100 Grams/ Can Ampalaya - Hybrid Bitter Gourd Noted For Its Large, Glossy, Dark Green Fuits That Re Uniformly Cylindrical With Blunt Blossom End Rot 2,500,000.00 4. 750 50grams/ Can Pumpkin - Small Butternut Variety, Orange Flesh Color , Equal Ribs And Good Eating Quality 708,750.00 5. 800 50 Grams/ Can Upo - Hybrid With Premium Performance, Uniform Cylindrical Fruits 28-40 Cm, Early Maturing 40-45 Dat 640,000.00 6. 500 25 Grams/ Can Hot Pepper - High Yielding Pungent Hot Pepper With Heavy And Long Fruits For Fresh And Processing 945,000.00 7. 800 25 Grams/ Can Tomato - Color Must Firm Red Medium In Size With Long Shelf Life And Excellent Export Quaility, Vigorous With Moderate Resistance To Bacterial Wilt. Performs Well Even In Rainy Season. 2,360,000.00 Total: 10,158,750.00 Xx. Onion Seeds 1. 1050 400g/can Red Creole - Maturity 82-85 Dat;very Good Storage Quality ; Adoptable For Off Season And Regular Season 2,887,500.00 2. 1525 400g/can Red Creole - Maturity 100-110, Suited To Regular Season, Bulb Weight 40-60 Grams, Excellent Storability 4,193,750.00 Total: 7,081,250.00 Xxi. Highland Vegetables 1. 3500 500 Grams/ Pack Snap Beans - High Yielding ( Round Pencil Type) French Beans. Pods Are Straight , Uniform And Stringless 2,275,000.00 2. 750 25 Grams/ Pack Cauliflower - Uniform Bright White Curds; Tolerant To Heat And Rain Stress; Maturity 40-50 Days Dat 975,000.00 3. 500 100 Grams/ Can Carrots - High Rate Of Marketable Roots-thick Long And Smooth Skinned Roots With Uniques Blunt Ends. Early Maturing ,slow Bolting, Deep Orange Color, Sweet And Tasty. Good Field Holding Capacity, 190-200g Per Fruit, 100-110 Das, Suitable For All Season 910,000.00 4. 800 25 Grams/ Can Conical Pepper - High Yielding That Produces Big Uniform And Dark Green Fruits. Ideal For Canning And Processing 1,440,000.00 5. 800 25 Grams/ Can Cabbage- Heavy Compact Heads With Small Core And Purple Veins, Very Good Eating Quality, Juicy With Uniques Tinge Of Sweetness, Heat Tolerance Variety, Head Weight 1-1.2kg, Early Maturity 65-70dat, Suitable For All Season 640,000.00 6. 500 50 Grams/ Can Chinese Cabbage - Firm, Heavy And Compact Heads. Good Shelf Life And Export Quality, Resitant To Bacterial Rot, 1.5-2-2 Kg Per Fruit, Early Maturity 60-65 Dat, Suitable For All Season 420,000.00 7. 1000 1 Kilogram/ Pack Sweet/garden Pea- Contains An Average Of 8-10 Seed Per Pod, Ideal For Stir-fried Cooking And Ingredient For Rice And Noodles. Early Maturing 60-70 Dat, Resistance To Bean Rust, Pod Length 5.5cm, Pod Weight 2g. 1,100,000.00 Total: 7,760,000.00 Total Qrf (typhoon-kristine, Marce, Ofel, Pepito) Fy 2024: 25,000,000.00 Grand Total: 76,098,650.00 2. The Department Of Agriculture Regional Field Office 02 Now Invites Bids For The Above Procurement Project. Delivery Of The Goods Is Required By Each Lot: Lot No. Particular Delivery Period I. Lowland Vegetable Seeds March 2025 Ii. Highland Vegetables March 2025 Iii. Onion Seeds March 2025 Iv. Certified Grafted Mango Planting Materials May 2025 V. Plant Growth Promoter Carageenan Foliar Fertilizer For Mungbean March 2025 Vi. Soluble Boron Fertilizer March 2025 Vii. Liquid Foliar Fertilizer For Garlic - Growth Booster - Npk (8-18-16) March 2025 Viii. Organic Liquid Fertilizer For Vegetables March 2025 Ix. Certified Organic Fertilizer For Garlic And Citrus 50kgs/bag March 2025 X. Inorganic Fertilizer For Onion And Vegetables- Npk (0-45 -30) March 2025 Xi. Organic Plant Supplement For Vegetables 20kgs/bag March 2025 Xii. Controlled Release Fertilizer For Coffee - Npk (10-8-18) March 2025 Xiii. Mango & Citrus Fertilization Technology March 2025 Xiv. Bagging Materials For Banana And Mango March 2025 Xv. Food Grade Plastic Crates For Fruits (mango, Banana, Pineapple) March 2025 Xvi. Heavy Duty Pallets March 2025 Xvii. Gulayan Sa Bayan Project March 2025 Xviii. Portable Thumb Edible Garden Nursery March 2025 Xix. Lowland Vegetable Seeds 15 Calendar Days Xx. Onion Seeds 15 Calendar Days Xxi. Highland Vegetables 15 Calendar Days Bidders Should Have Completed, Within 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. A. 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 Department Of Agriculture Regional Field Office 02 And Inspect The Bidding Documents At The Address Given Below During 8:00 Am To 5:00 P.m. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders From December 19, 2024, To January 08, 2025, From The Given Address Below Or You Can Download At Philgeps Website And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Indicated Below: Lot No. Particular Abc Cost Of Bid Documents I. Lowland Vegetable Seeds 2,575,750.00 5,000.00 Ii. Highland Vegetables 3,002,500.00 5,000.00 Iii. Onion Seeds 15,852,500.00 25,000.00 Iv. Certified Grafted Mango Planting Materials 4,999,950.00 5,000.00 V. Plant Growth Promoter Carageenan Foliar Fertilizer For Mungbean 261,000.00 500.00 Vi. Soluble Boron Fertilizer 199,750.00 500.0 Vii. Liquid Foliar Fertilizer For Garlic - Growth Booster - Npk (8-18-16) 64,200.00 500.0 Viii. Organic Liquid Fertilizer For Vegetables 255,000.00 500.0 Ix. Certified Organic Fertilizer For Garlic And Citrus 50kgs/bag 1,339,000.00 5,000.00 X. Inorganic Fertilizer For Onion And Vegetables- Npk (0-45 -30) 6,000,000.00 10,000.00 Xi. Organic Plant Supplement For Vegetables 20kgs/bag 2,499,000.00 5,000.00 Xii. Controlled Release Fertilizer For Coffee - Npk (10-8-18) 3,500,000.00 5,000.00 Xiii. Mango & Citrus Fertilization Technology 2,575,000.00 5,000.00 Xiv. Bagging Materials For Banana And Mango 350,000.00 500.00 Xv. Food Grade Plastic Crates For Fruits (mango, Banana, Pineapple) 950,000.00 1,000.00 Xvi. Heavy Duty Pallets 400,000.00 500.00 Xvii. Gulayan Sa Bayan Project 3,575,000.00 5,000.00 Xviii. Portable Thumb Edible Garden Nursery 2,700,000.00 5,000.00 Xix. Lowland Vegetable Seeds 10,158,750.00 10,000.00 Xx. Onion Seeds 7,081,250.00 10,000.00 Xxi. Highland Vegetables 7,760,000.00 10,000.00 Prospective Bidder Has The Option To Pay The Cost Of Bid Documents In The Cashiering Unit Or May Deposit The Payment Thru Da Landbank – Trust Fund Account Number: 0122 1484 16 And Present Its Proof Of Payment To The Bac Secretariat Or By Sending Thru Email Address Bacregion2@yahoo.com. 6. The Department Of Agriculture Regional Field Office 02 Will Hold A Pre-bid Conference On December 26, 2024 @ 9:00 A.m. At Administration And Training Center Building Conference Room - Da Rfo 02, San Gabriel, Tuguegarao City, Cagayan, Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated Below, On Or Before January 08, 2025 @ 12:00 Noon. 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 January 08, 2025 @ 1:30 P.m At Administration And Training Center Building Conference Room - Da Rfo 02, San Gabriel, Tuguegarao City, Cagayan. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The Department Of Agriculture Regional Field Office 02 Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 11. For Further Information, Please Refer To: Engr. Darlina D. Mabatan Bids And Awards Committee Secretariat Department Of Agriculture Regional Field Office 02 Tuguegarao City, Cagayan Telephone No. (078) 304-0560 Email Address: Bacregion2@yahoo.com 12. You May Visit The Following Websites: For Downloading Of Bidding Documents: Philgeps Website Sgd Rtd Kay S. Olivas, Mabe, Mpa, Enp Bac Chairperson
Department Of Public Works And Highways - DPWH Tender
Civil And Construction...+1Road Construction
Philippines
Closing Date3 Feb 2025
Tender AmountPHP 14.8 Million (USD 253.9 K)
Details: Description Invitation To Bid (cw-01-2025-001) 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, Special Road Fund - Motor Vehicle User's Charge (mvuc) As Per R.a. 11239, Installation Of Streetlights Along Batangas-quezon Road, Ibaan, Batangas Contract Id No. : 25dd0092 Project Location : Ibaan, Batangas Scope Of Works : Installation Of 18,650.00 L.m. (746 Poles) Solar Streetlights Including Removal Of Structure/obstruction Approved Budget For The Contract : Php 98,000,000.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : 245 Calendar Days Size Range : Medium A License Category : B Amount Of Bidding Documents : Php 50,000.00 1.2 Name Of Contract : Organizational Outcome 1 : Ensure Safe And Reliable National Road System, Asset Preservation Program, Rehabilitation/ Reconstruction/ Upgrading Of Damaged Paved Roads - Secondary Roads, Batangas-lobo Rd - K0121 + 587 - K0123 + 343 Contract Id No. : 25dd0093 Project Location : Taysan, Batangas Scope Of Works : Rehabilitation/reblocking Of 1,770.00 L.m. Carriageway And 367.50 L.m. Shoulder With Width Of 6.10m And 2.58m Respectively And Thickness Of 0.30m Using Boulder Fill With Cement Treated Base And Reinforced Concrete Pavement Including Application Of Thermoplastic Pavement Markings Approved Budget For The Contract : Php 80,112,060.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : 250 Calendar Days Size Range : Medium A License Category : B Amount Of Bidding Documents : Php 50,000.00 1.3 Name Of Contract : Convergence And Special Support Program, Basic Infrastruture Program (bip), Flood Mitigation Structures Protecting Major/ Strategic Public Buildings/ Facilities, Construction Of Seawall, Brgy. Catmon, San Juan, Batangas (phase 3) Contract Id No. : 25dd0094 Project Location : San Juan, Batangas Scope Of Works : Construction Of 584.50 L.m. Concrete Seawall Using Steel Sheet Piles Foundation Approved Budget For The Contract : Php 70,290,000.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : 243 Calendar Days Size Range : Medium A License Category : B Amount Of Bidding Documents : Php 50,000.00 1.4 Name Of Contract : Organizational Outcome 1 : Ensure Safe And Reliable National Road System, Asset Preservation Program, Preventive Maintenance - Secondary Roads, Lipa-rosario Rd - K0081 + 000 - K0082 + 809 Contract Id No. : 25dd0095 Project Location : Lipa City, Batangas Scope Of Works : Asphalt Overlay Of 1,804.20 L.m. Road With Varying Width Of 10.80m To 11.80m And Thickness Of 50mm Including Application Of Reflective Thermoplastic Pavement Markings And Reblocking Of 1,921.00 Sq.m. Road With Thickness Of 0.28m Approved Budget For The Contract : Php 60,795,000.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : 154 Calendar Days Size Range : Medium A License Category : B Amount Of Bidding Documents : Php 50,000.00 1.5 Name Of Contract : Organizational Outcome 1 : Ensure Safe And Reliable National Road System, Asset Preservation Program, Preventive Maintenance - Primary Roads, Manila-batangas Rd - K0089 + 031 - K0089 + 941, K0090 + 024 - K0090 + 067, K0091 + 080 - K0091 + 630 Contract Id No. : 25dd0096 Project Location : San Jose, Batangas Scope Of Works : Asphalt Overlay Of 941.00 L.m., 43.00 L.m. And 550.00 L.m. Road With Width Of 15.00m, 14.70m And 16.10m Respectively And Thickness Of 50mm Including Application Of 770.00 Sq.m. Reflective Thermoplastic Pavement Markings Approved Budget For The Contract : Php 60,409,000.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : 106 Calendar Days Size Range : Medium A License Category : B Amount Of Bidding Documents : Php 50,000.00 1.6 Name Of Contract : Organizational Outcome 1 : Ensure Safe And Reliable National Road System, Asset Preservation Program, Preventive Maintenance - Tertiary Roads, Lipa-balete Rd - K0078 + 659 - K0079 + 940, K0081 + 240 - K0081 + 930 Contract Id No. : 25dd0097 Project Location : Lipa City, Batangas Scope Of Works : Reblocking Of 223.20 L.m. Shoulder With Varying Width Of 2.10m To 2.50m And Thickness Of 0.28m; Asphalt Overlay Of 1,512.90 L.m. Carriageway With Varying Width Of 11.30m To 12.80m And Thickness Of 50mm; Asphalt Overlay Of 454.00 L.m. Shoulder (both Sides) With Width Of 2.50m And Thickness Of 50mm; Application Of Thermoplastic Pavement Markings And Installation Of Warning And Regulatory Signs Approved Budget For The Contract : Php 57,900,000.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : 119 Calendar Days Size Range : Medium A License Category : B Amount Of Bidding Documents : Php 50,000.00 1.7 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 Seawall, Phase 1, Barangay Catmon, San Juan, Batangas Contract Id No. : 25dd0098 Project Location : San Juan, Batangas Scope Of Works : Construction Of 434.50 L.m. Concrete Seawall Using Steel Sheet Piles Foundation Approved Budget For The Contract : Php 49,000,000.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : 206 Calendar Days Size Range : Medium A License Category : B Amount Of Bidding Documents : Php 25,000.00 1.8 Name Of Contract : Convergence And Special Support Program, Special Road Fund - Motor Vehicle User's Charge (mvuc) As Per R.a. 11239, Installation Of Street Lights, Padre Garcia, Batangas Contract Id No. : 25dd0099 Project Location : Padre Garcia, Batangas Scope Of Works : Installation Of 368 Wired Streetlights Along 13,045.50 L.m. Road At Various Barangays Approved Budget For The Contract : Php 49,000,000.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : 148 Calendar Days Size Range : Medium A License Category : B Amount Of Bidding Documents : Php 25,000.00 1.9 Name Of Contract : Organizational Outcome 1 : Ensure Safe And Reliable National Road System, Asset Preservation Program, Preventive Maintenance - Secondary Roads, Fernando Airbase Rd - K0084 + (-922) - K0085 + 195 Contract Id No. : 25dd0100 Project Location : Lipa City, Batangas Scope Of Works : Asphalt Overlay Of 805.80 L.m. Road (5,547.00 Sq.m.) With Thickness Of 50mm Including Removal; Construction Of 544.50 L.m. Road With Thickness Of 0.28m Including Asphalt Overlay Of 544.50 L.m. Road With Thickness Of 50mm And Application Of Reflectorized Thermoplastic Pavement Markings (white) Approved Budget For The Contract : Php 47,040,000.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : 168 Calendar Days Size Range : Medium A License Category : B Amount Of Bidding Documents : Php 25,000.00 1.10 Name Of Contract : Organizational Outcome 1 : Ensure Safe And Reliable National Road System, Asset Preservation Program, Preventive Maintenance - Secondary Roads, Lipa-rosario Rd - K0086 + 685 - K0087 + 373, K0088 + 398 - K0088 + 858 Contract Id No. : 25dd0101 Project Location : Padre Garcia, Batangas Scope Of Works : "section I (k0086 + 685 - K0087 + 373) : Asphalt Overlay Of 688.00 L.m. Road With Varying Width Of 12.80m To 13.00m And Thickness Of 50mm Including Intermittent Reblocking And Application Of Thermoplastic Pavement Markings Section Ii (k0088 + 398 - K0088 + 858) : Asphalt Overlay Of 460.00 L.m. Road With Varying Width Of 11.30m To 12.80m And Thickness Of 50mm Including Intermittent Reblocking And Application Of Thermoplastic Pavement Markings" Approved Budget For The Contract : Php 39,430,300.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : 106 Calendar Days Size Range : Medium A License Category : B Amount Of Bidding Documents : Php 25,000.00 1.11 Name Of Contract : Organizational Outcome 1 : Ensure Safe And Reliable National Road System, Asset Preservation Program, Rehabilitation/ Reconstruction/ Upgrading Of Damaged Paved Roads - Secondary Roads, Rosario-sn Juan Rd - K0127 + 800 - K0128 + 684, K0130 + 2575 - K0130 + 2653 Contract Id No. : 25dd0102 Project Location : Rosario, Batangas Scope Of Works : Reconstruction Of 947.00 L.m. Carriageway And 32.00 L.m. Shoulder With Width Of 6.10m And 3.10m Respectively And Thickness Of 0.30m Including 300mm Thick Boulder Fill And Application Of 406.00 Sq.m. Reflectorized Thermoplastic Pavement Markings Approved Budget For The Contract : Php 39,200,000.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : 186 Calendar Days Size Range : Medium A License Category : B Amount Of Bidding Documents : Php 25,000.00 1.12 Name Of Contract : Organizational Outcome 1 : Ensure Safe And Reliable National Road System, Asset Preservation Program, Rehabilitation/ Reconstruction/ Upgrading Of Damaged Paved Roads - Secondary Roads, Batangas-quezon Rd - K0115 + 587 - K0116 + 000, K0121 + 719 - K0121 + 961 Contract Id No. : 25dd0103 Project Location : Rosario, Batangas Scope Of Works : Reconstruction Of 717.00 L.m. Carriageway With Width Of 6.10m And Thickness Of 0.30m Including Application Of Reflectorized Thermoplastic Pavement Markings White (edge Lines And Broken Lines) Approved Budget For The Contract : Php 29,400,000.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : 141 Calendar Days Size Range : Small B License Category : C & D Amount Of Bidding Documents : Php 25,000.00 1.13 Name Of Contract : Organizational Outcome 1 : Ensure Safe And Reliable National Road System, Network Development Program, Off-carriageway Improvement - Tertiary Roads, Sn Juan-laiya Rd - K0158 + 631 - K0159 + 537 Contract Id No. : 25dd0104 Project Location : San Juan, Batangas Scope Of Works : Construction Of 908.00 L.m. Shoulder With Width Of 2.58m And Thickness Of 0.28m; Construction Of 29.00 L.m. Sidewalk And Curb & Gutter At Right Side Approved Budget For The Contract : Php 25,008,620.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : 105 Calendar Days Size Range : Small B License Category : C & D Amount Of Bidding Documents : Php 25,000.00 1.14 Name Of Contract : Convergence And Special Support Program, Basic Infrastruture Program (bip), Flood Mitigation Structures Protecting Major/ Strategic Public Buildings/ Facilities, Construction Of Revetment Along Tubig Ng Bayan River, Payapa Section, Padre Garcia, Batangas Contract Id No. : 25dd0105 Project Location : Padre Garcia, Batangas Scope Of Works : Construction Of 172.70 L.m. Revetment On Left Side (upstream) Using Stone Masonry And Grouted Riprap Including Clearing And Grubbing, Excavation, Embankment And Craneway Works Approved Budget For The Contract : Php 19,800,000.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : 223 Calendar Days Size Range : Small B License Category : C & D Amount Of Bidding Documents : Php 25,000.00 1.15 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, Rehabilitation Of Road At Barangay Balagtasin - Barangay Pinagtung-ulan, San Jose, Batangas Contract Id No. : 25dd0106 Project Location : San Jose, Batangas Scope Of Works : Asphalt Overlay Of 922.00 L.m. Road With Width Of 6.10m And Thickness Of 50mm Including 3.00 L.m. Transition (start & End) And Application Of Thermoplastic Pavement Markings Approved Budget For The Contract : Php 14,850,000.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : 54 Calendar Days Size Range : Small B License Category : C & D Amount Of Bidding Documents : Php 25,000.00 1.16 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 Namuco, Rosario, Batangas Contract Id No. : 25dd0107 Project Location : Rosario, Batangas Scope Of Works : Construction Of 310.00 L.m. And 277.80 L.m. Road With Width Of 6.00m And 4.00m Respectively And Thickness Of 0.20m Approved Budget For The Contract : Php 9,900,000.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : 54 Calendar Days Size Range : Small B License Category : C & D Amount Of Bidding Documents : Php 10,000.00 1.17 Name Of Contract : Convergence And Special Support Program, Basic Infrastruture Program (bip), Access Roads And/or Bridges From The National Roads Connecting To Indigenous People (ip) Communities, Construction Of Road, Barangay Matala, Ibaan Batangas Contract Id No. : 25dd0108 Project Location : Ibaan, Batangas Scope Of Works : Construction/reblocking Of 100.00 L.m. Road With Width Of 4.00m And Thickness Of 0.20m Including Parapet Walls And Grouted Riprap; Construction/reblocking Of 213.00 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 General Appropriations Act (gaa) Contract Duration : 46 Calendar Days Size Range : Small B License Category : C & D Amount Of Bidding Documents : Php 5,000.00 1.18 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 Santo Nino, Taysan, Batangas Contract Id No. : 25dd0109 Project Location : Taysan, Batangas Scope Of Works : Completion Of Three (3) Storey Barangay Hall Including Finishing Works, Painting Works, Ceiling Works (2f & 3f), Railings Of Stairs (2f), Stainless Letterings, Electrical Works, Installation Of 1-50kva Transformer, Mechanical Works, Airconditioning Unit, Installation Of 1-1500l Water Tank, 1-0.75hp Booster Pump And 1-300l Bladder Tank, Smoke Detector System And Finishing Hardware Approved Budget For The Contract : Php 4,950,000.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : 90 Calendar Days Size Range : Small B License Category : C & D Amount Of Bidding Documents : Php 5,000.00 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 January 14, 2025 To January 31, 2025, 8:00 A.m.-5:00 P.m.; February 03, 2025, 8:00 A.m.-08:15 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 January 22, 2025 At 09:00 A.m. At Bidding Room, Dpwh-batangas Iv District Engineering Office, Marawoy, Lipa City, Batangas, Which Shall Be Open To Prospective Bidders. For Youtube Livestreaming, Https://youtube.com/@batangas_4th_deo?si=lsq1bcqacx-uowzq 7. Bid Submission Maybe Done Manually Or Electronically/online. However, Bidders Should Only Select One Mode Of Submission, Either Manual Or Electronic. For Bids To Be Submitted Electronically/online, The Following Procedures Should Be Observed Following Department Order No. 87, Series Of 2020. It Is Also Indicated In The Bds. 8. Bids Must Be Duly Received By The Bac Secretariat At The Address Below For Manual Submission Or At Electronicbids_batangas4@dpwh.gov.ph For Electronic Submission On Or Before February 03, 2025 At 08:30 A.m. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. 9. Bid Opening Shall Be On February 03, 2025 At 08:30 A.m. At Bidding Room, Dpwh-batangas Iv District Engineering Office, Marawoy, Lipa City, Batangas And Through Live-streamed On Youtube (https://youtube.com/@batangas_4th_deo?si=lsq1bcqacx-uowzq). Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. Late Bids Shall Not Be Accepted. 10. "if At The Time Of The Post-qualification Procedure, The Bac Verifies That Any Of The Deficiencies Is Due To The Contractor’s Fault Or Negligence Pursuant To 34.3(b)(ii) Of The 2016 Revised Implementing Rules And Regulations Of Republic Act No. 9184 (2016 Irr Of Ra 9184), The Procuring Entity Shall Disqualify The Contractor From The Award Without Any Right To Reimburse Fees And Incidental Cost Paid For The Procurement Of Infrastructure Contract Subject Of The Bid. " 11. The Dpwh-batangas Iv District Engineering Office Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35 And Section 41 Of The 2016 Revised Implementing Rules And Regulations (irr) Of Ra 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. All Representatives Who Will Submit Their Bids Must Be Duly Authorized And Registered Liaison Officers As Reflected In The Contractor Registration Certificate (crc). Authorized Representatives Are Required To Present Their Company Ids And Government Id For Verification Purposes. 13. Please Be Informed That On The Day Of Bid Opening, The Approved Appointment Intended For Purchasing Bidding Documents Will Be Limited To 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 January 13, 2025 Approved By: Leo S. Matias Bac, Chairperson Noted By: Jehela G. Roxas District Engineer Date Of Publication: January 14, 2025 To January 20, 2025 Publication: Dpwh Website/ Philgeps
Department Of Public Works And Highways - DPWH Tender
Civil And Construction...+1Road Construction
Philippines
Closing Date3 Feb 2025
Tender AmountPHP 80.1 Million (USD 1.3 Million)
Details: Description Invitation To Bid (cw-01-2025-001) 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, Special Road Fund - Motor Vehicle User's Charge (mvuc) As Per R.a. 11239, Installation Of Streetlights Along Batangas-quezon Road, Ibaan, Batangas Contract Id No. : 25dd0092 Project Location : Ibaan, Batangas Scope Of Works : Installation Of 18,650.00 L.m. (746 Poles) Solar Streetlights Including Removal Of Structure/obstruction Approved Budget For The Contract : Php 98,000,000.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : 245 Calendar Days Size Range : Medium A License Category : B Amount Of Bidding Documents : Php 50,000.00 1.2 Name Of Contract : Organizational Outcome 1 : Ensure Safe And Reliable National Road System, Asset Preservation Program, Rehabilitation/ Reconstruction/ Upgrading Of Damaged Paved Roads - Secondary Roads, Batangas-lobo Rd - K0121 + 587 - K0123 + 343 Contract Id No. : 25dd0093 Project Location : Taysan, Batangas Scope Of Works : Rehabilitation/reblocking Of 1,770.00 L.m. Carriageway And 367.50 L.m. Shoulder With Width Of 6.10m And 2.58m Respectively And Thickness Of 0.30m Using Boulder Fill With Cement Treated Base And Reinforced Concrete Pavement Including Application Of Thermoplastic Pavement Markings Approved Budget For The Contract : Php 80,112,060.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : 250 Calendar Days Size Range : Medium A License Category : B Amount Of Bidding Documents : Php 50,000.00 1.3 Name Of Contract : Convergence And Special Support Program, Basic Infrastruture Program (bip), Flood Mitigation Structures Protecting Major/ Strategic Public Buildings/ Facilities, Construction Of Seawall, Brgy. Catmon, San Juan, Batangas (phase 3) Contract Id No. : 25dd0094 Project Location : San Juan, Batangas Scope Of Works : Construction Of 584.50 L.m. Concrete Seawall Using Steel Sheet Piles Foundation Approved Budget For The Contract : Php 70,290,000.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : 243 Calendar Days Size Range : Medium A License Category : B Amount Of Bidding Documents : Php 50,000.00 1.4 Name Of Contract : Organizational Outcome 1 : Ensure Safe And Reliable National Road System, Asset Preservation Program, Preventive Maintenance - Secondary Roads, Lipa-rosario Rd - K0081 + 000 - K0082 + 809 Contract Id No. : 25dd0095 Project Location : Lipa City, Batangas Scope Of Works : Asphalt Overlay Of 1,804.20 L.m. Road With Varying Width Of 10.80m To 11.80m And Thickness Of 50mm Including Application Of Reflective Thermoplastic Pavement Markings And Reblocking Of 1,921.00 Sq.m. Road With Thickness Of 0.28m Approved Budget For The Contract : Php 60,795,000.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : 154 Calendar Days Size Range : Medium A License Category : B Amount Of Bidding Documents : Php 50,000.00 1.5 Name Of Contract : Organizational Outcome 1 : Ensure Safe And Reliable National Road System, Asset Preservation Program, Preventive Maintenance - Primary Roads, Manila-batangas Rd - K0089 + 031 - K0089 + 941, K0090 + 024 - K0090 + 067, K0091 + 080 - K0091 + 630 Contract Id No. : 25dd0096 Project Location : San Jose, Batangas Scope Of Works : Asphalt Overlay Of 941.00 L.m., 43.00 L.m. And 550.00 L.m. Road With Width Of 15.00m, 14.70m And 16.10m Respectively And Thickness Of 50mm Including Application Of 770.00 Sq.m. Reflective Thermoplastic Pavement Markings Approved Budget For The Contract : Php 60,409,000.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : 106 Calendar Days Size Range : Medium A License Category : B Amount Of Bidding Documents : Php 50,000.00 1.6 Name Of Contract : Organizational Outcome 1 : Ensure Safe And Reliable National Road System, Asset Preservation Program, Preventive Maintenance - Tertiary Roads, Lipa-balete Rd - K0078 + 659 - K0079 + 940, K0081 + 240 - K0081 + 930 Contract Id No. : 25dd0097 Project Location : Lipa City, Batangas Scope Of Works : Reblocking Of 223.20 L.m. Shoulder With Varying Width Of 2.10m To 2.50m And Thickness Of 0.28m; Asphalt Overlay Of 1,512.90 L.m. Carriageway With Varying Width Of 11.30m To 12.80m And Thickness Of 50mm; Asphalt Overlay Of 454.00 L.m. Shoulder (both Sides) With Width Of 2.50m And Thickness Of 50mm; Application Of Thermoplastic Pavement Markings And Installation Of Warning And Regulatory Signs Approved Budget For The Contract : Php 57,900,000.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : 119 Calendar Days Size Range : Medium A License Category : B Amount Of Bidding Documents : Php 50,000.00 1.7 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 Seawall, Phase 1, Barangay Catmon, San Juan, Batangas Contract Id No. : 25dd0098 Project Location : San Juan, Batangas Scope Of Works : Construction Of 434.50 L.m. Concrete Seawall Using Steel Sheet Piles Foundation Approved Budget For The Contract : Php 49,000,000.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : 206 Calendar Days Size Range : Medium A License Category : B Amount Of Bidding Documents : Php 25,000.00 1.8 Name Of Contract : Convergence And Special Support Program, Special Road Fund - Motor Vehicle User's Charge (mvuc) As Per R.a. 11239, Installation Of Street Lights, Padre Garcia, Batangas Contract Id No. : 25dd0099 Project Location : Padre Garcia, Batangas Scope Of Works : Installation Of 368 Wired Streetlights Along 13,045.50 L.m. Road At Various Barangays Approved Budget For The Contract : Php 49,000,000.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : 148 Calendar Days Size Range : Medium A License Category : B Amount Of Bidding Documents : Php 25,000.00 1.9 Name Of Contract : Organizational Outcome 1 : Ensure Safe And Reliable National Road System, Asset Preservation Program, Preventive Maintenance - Secondary Roads, Fernando Airbase Rd - K0084 + (-922) - K0085 + 195 Contract Id No. : 25dd0100 Project Location : Lipa City, Batangas Scope Of Works : Asphalt Overlay Of 805.80 L.m. Road (5,547.00 Sq.m.) With Thickness Of 50mm Including Removal; Construction Of 544.50 L.m. Road With Thickness Of 0.28m Including Asphalt Overlay Of 544.50 L.m. Road With Thickness Of 50mm And Application Of Reflectorized Thermoplastic Pavement Markings (white) Approved Budget For The Contract : Php 47,040,000.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : 168 Calendar Days Size Range : Medium A License Category : B Amount Of Bidding Documents : Php 25,000.00 1.10 Name Of Contract : Organizational Outcome 1 : Ensure Safe And Reliable National Road System, Asset Preservation Program, Preventive Maintenance - Secondary Roads, Lipa-rosario Rd - K0086 + 685 - K0087 + 373, K0088 + 398 - K0088 + 858 Contract Id No. : 25dd0101 Project Location : Padre Garcia, Batangas Scope Of Works : "section I (k0086 + 685 - K0087 + 373) : Asphalt Overlay Of 688.00 L.m. Road With Varying Width Of 12.80m To 13.00m And Thickness Of 50mm Including Intermittent Reblocking And Application Of Thermoplastic Pavement Markings Section Ii (k0088 + 398 - K0088 + 858) : Asphalt Overlay Of 460.00 L.m. Road With Varying Width Of 11.30m To 12.80m And Thickness Of 50mm Including Intermittent Reblocking And Application Of Thermoplastic Pavement Markings" Approved Budget For The Contract : Php 39,430,300.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : 106 Calendar Days Size Range : Medium A License Category : B Amount Of Bidding Documents : Php 25,000.00 1.11 Name Of Contract : Organizational Outcome 1 : Ensure Safe And Reliable National Road System, Asset Preservation Program, Rehabilitation/ Reconstruction/ Upgrading Of Damaged Paved Roads - Secondary Roads, Rosario-sn Juan Rd - K0127 + 800 - K0128 + 684, K0130 + 2575 - K0130 + 2653 Contract Id No. : 25dd0102 Project Location : Rosario, Batangas Scope Of Works : Reconstruction Of 947.00 L.m. Carriageway And 32.00 L.m. Shoulder With Width Of 6.10m And 3.10m Respectively And Thickness Of 0.30m Including 300mm Thick Boulder Fill And Application Of 406.00 Sq.m. Reflectorized Thermoplastic Pavement Markings Approved Budget For The Contract : Php 39,200,000.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : 186 Calendar Days Size Range : Medium A License Category : B Amount Of Bidding Documents : Php 25,000.00 1.12 Name Of Contract : Organizational Outcome 1 : Ensure Safe And Reliable National Road System, Asset Preservation Program, Rehabilitation/ Reconstruction/ Upgrading Of Damaged Paved Roads - Secondary Roads, Batangas-quezon Rd - K0115 + 587 - K0116 + 000, K0121 + 719 - K0121 + 961 Contract Id No. : 25dd0103 Project Location : Rosario, Batangas Scope Of Works : Reconstruction Of 717.00 L.m. Carriageway With Width Of 6.10m And Thickness Of 0.30m Including Application Of Reflectorized Thermoplastic Pavement Markings White (edge Lines And Broken Lines) Approved Budget For The Contract : Php 29,400,000.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : 141 Calendar Days Size Range : Small B License Category : C & D Amount Of Bidding Documents : Php 25,000.00 1.13 Name Of Contract : Organizational Outcome 1 : Ensure Safe And Reliable National Road System, Network Development Program, Off-carriageway Improvement - Tertiary Roads, Sn Juan-laiya Rd - K0158 + 631 - K0159 + 537 Contract Id No. : 25dd0104 Project Location : San Juan, Batangas Scope Of Works : Construction Of 908.00 L.m. Shoulder With Width Of 2.58m And Thickness Of 0.28m; Construction Of 29.00 L.m. Sidewalk And Curb & Gutter At Right Side Approved Budget For The Contract : Php 25,008,620.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : 105 Calendar Days Size Range : Small B License Category : C & D Amount Of Bidding Documents : Php 25,000.00 1.14 Name Of Contract : Convergence And Special Support Program, Basic Infrastruture Program (bip), Flood Mitigation Structures Protecting Major/ Strategic Public Buildings/ Facilities, Construction Of Revetment Along Tubig Ng Bayan River, Payapa Section, Padre Garcia, Batangas Contract Id No. : 25dd0105 Project Location : Padre Garcia, Batangas Scope Of Works : Construction Of 172.70 L.m. Revetment On Left Side (upstream) Using Stone Masonry And Grouted Riprap Including Clearing And Grubbing, Excavation, Embankment And Craneway Works Approved Budget For The Contract : Php 19,800,000.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : 223 Calendar Days Size Range : Small B License Category : C & D Amount Of Bidding Documents : Php 25,000.00 1.15 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, Rehabilitation Of Road At Barangay Balagtasin - Barangay Pinagtung-ulan, San Jose, Batangas Contract Id No. : 25dd0106 Project Location : San Jose, Batangas Scope Of Works : Asphalt Overlay Of 922.00 L.m. Road With Width Of 6.10m And Thickness Of 50mm Including 3.00 L.m. Transition (start & End) And Application Of Thermoplastic Pavement Markings Approved Budget For The Contract : Php 14,850,000.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : 54 Calendar Days Size Range : Small B License Category : C & D Amount Of Bidding Documents : Php 25,000.00 1.16 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 Namuco, Rosario, Batangas Contract Id No. : 25dd0107 Project Location : Rosario, Batangas Scope Of Works : Construction Of 310.00 L.m. And 277.80 L.m. Road With Width Of 6.00m And 4.00m Respectively And Thickness Of 0.20m Approved Budget For The Contract : Php 9,900,000.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : 54 Calendar Days Size Range : Small B License Category : C & D Amount Of Bidding Documents : Php 10,000.00 1.17 Name Of Contract : Convergence And Special Support Program, Basic Infrastruture Program (bip), Access Roads And/or Bridges From The National Roads Connecting To Indigenous People (ip) Communities, Construction Of Road, Barangay Matala, Ibaan Batangas Contract Id No. : 25dd0108 Project Location : Ibaan, Batangas Scope Of Works : Construction/reblocking Of 100.00 L.m. Road With Width Of 4.00m And Thickness Of 0.20m Including Parapet Walls And Grouted Riprap; Construction/reblocking Of 213.00 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 General Appropriations Act (gaa) Contract Duration : 46 Calendar Days Size Range : Small B License Category : C & D Amount Of Bidding Documents : Php 5,000.00 1.18 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 Santo Nino, Taysan, Batangas Contract Id No. : 25dd0109 Project Location : Taysan, Batangas Scope Of Works : Completion Of Three (3) Storey Barangay Hall Including Finishing Works, Painting Works, Ceiling Works (2f & 3f), Railings Of Stairs (2f), Stainless Letterings, Electrical Works, Installation Of 1-50kva Transformer, Mechanical Works, Airconditioning Unit, Installation Of 1-1500l Water Tank, 1-0.75hp Booster Pump And 1-300l Bladder Tank, Smoke Detector System And Finishing Hardware Approved Budget For The Contract : Php 4,950,000.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : 90 Calendar Days Size Range : Small B License Category : C & D Amount Of Bidding Documents : Php 5,000.00 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 January 14, 2025 To January 31, 2025, 8:00 A.m.-5:00 P.m.; February 03, 2025, 8:00 A.m.-08:15 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 January 22, 2025 At 09:00 A.m. At Bidding Room, Dpwh-batangas Iv District Engineering Office, Marawoy, Lipa City, Batangas, Which Shall Be Open To Prospective Bidders. For Youtube Livestreaming, Https://youtube.com/@batangas_4th_deo?si=lsq1bcqacx-uowzq 7. Bid Submission Maybe Done Manually Or Electronically/online. However, Bidders Should Only Select One Mode Of Submission, Either Manual Or Electronic. For Bids To Be Submitted Electronically/online, The Following Procedures Should Be Observed Following Department Order No. 87, Series Of 2020. It Is Also Indicated In The Bds. 8. Bids Must Be Duly Received By The Bac Secretariat At The Address Below For Manual Submission Or At Electronicbids_batangas4@dpwh.gov.ph For Electronic Submission On Or Before February 03, 2025 At 08:30 A.m. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. 9. Bid Opening Shall Be On February 03, 2025 At 08:30 A.m. At Bidding Room, Dpwh-batangas Iv District Engineering Office, Marawoy, Lipa City, Batangas And Through Live-streamed On Youtube (https://youtube.com/@batangas_4th_deo?si=lsq1bcqacx-uowzq). Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. Late Bids Shall Not Be Accepted. 10. "if At The Time Of The Post-qualification Procedure, The Bac Verifies That Any Of The Deficiencies Is Due To The Contractor’s Fault Or Negligence Pursuant To 34.3(b)(ii) Of The 2016 Revised Implementing Rules And Regulations Of Republic Act No. 9184 (2016 Irr Of Ra 9184), The Procuring Entity Shall Disqualify The Contractor From The Award Without Any Right To Reimburse Fees And Incidental Cost Paid For The Procurement Of Infrastructure Contract Subject Of The Bid. " 11. The Dpwh-batangas Iv District Engineering Office Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35 And Section 41 Of The 2016 Revised Implementing Rules And Regulations (irr) Of Ra 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. All Representatives Who Will Submit Their Bids Must Be Duly Authorized And Registered Liaison Officers As Reflected In The Contractor Registration Certificate (crc). Authorized Representatives Are Required To Present Their Company Ids And Government Id For Verification Purposes. 13. Please Be Informed That On The Day Of Bid Opening, The Approved Appointment Intended For Purchasing Bidding Documents Will Be Limited To 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 January 13, 2025 Approved By: Leo S. Matias Bac, Chairperson Noted By: Jehela G. Roxas District Engineer Date Of Publication: January 14, 2025 To January 20, 2025 Publication: Dpwh Website/ Philgeps
8701-8710 of 8729 archived Tenders