Road Construction Tenders

Road Construction Tenders

NATIONAL PARK SERVICE USA Tender

Agriculture or Forestry Works
United States
Closing Date16 Oct 2024
Tender AmountRefer Documents 
Details: See Attached "sources Sought" Document For A More Legible Version Of The Sources Sought.this Sources Sought Is For Informational Purposes Only. This Is Not A “request For Proposal (rfp)” To Be Submitted. It Does Not Constitute A Solicitation And Shall Not Be Construed As A Commitment By The Government. Responses In Any Form Are Not Offers And The Government Is Under No Obligation To Award A Contract As A Result Of This Announcement. Note: This Sources Sought Notice Is For Small Businesses, Certified 8(a) Small Businesses, Certified Hubzone Small Businesses, Certified Service-disabled Veteran-owned Small Businesses, Indian Small Business Economic Enterprises (isbee) And/or Woman-owned Small Businesses.the National Park Service (nps), Contracting Operations Central (conops Central)northern Rockies Major Acquisition Buying Office (mabo) Contracting Office Seeks To Determine The Availability And Capability Of Potential Small Businesses, Certified 8(a) Small Businesses, Certified Hubzone Small Businesses, Certified Service-disabled Veteran-owned Small Businesses, Indian Small Business Economic Enterprises (isbee) And/or Woman-owned Small Businesses For The Project Below. The Government Anticipates A Competitive Method Of Procurement. The Information Received As A Result Of This Market Research Will Be Considered Solely For The Purpose Of Determining Whether To Conduct A Competitive Procurement Under One Of Sba's Socioeconomic Business Programs. The Nps Does Not Intend To Pay For Any Information Provided Under This Notice.solicitation Doipfbo240054project Name: Flagg Ranch Campground Water/wastewater Replacementlocation: John D. Rockefeller Jr. Memorial Parkway (jodr), Teton County, Wy, U.s.a.estimated Magnitude: Between $1,000,000 And $5,000,000estimated Period Of Performance: February 1, 2025 – November 1, 2026project Descriptionthe National Park Service Is Issuing This Sources Sought Synopsis As A Means Of Conducting Market Research To Identify Parties Having An Interest In And The Resources To Support The Requirement For Construction Of The Flagg Ranch Campground Water/wastewater Replacement In The John D. Rockefeller Jr. Memorial Parkway.the Project Site Is Flagg Ranch Campground Is Located On The West Side Of The John D. Rockefeller Jr. Memorial Parkway, Just North Of Grand Teton National Park And Approximately 43 Miles North Of Moose, Wyoming.the Headwaters Lodge And Cabins At Flagg Ranch Is Located In The John D. Rockefeller, Jr. Memorial Parkway, Which Is Located Between Yellowstone And Grand Teton National Parks, Just Two Miles South Of The Yellowstone South Entrance. This Facility Has 97 Rv Sites And 34 Tent Sites Available For Visitors In The Campground. This Concessions Operated Project Will Replace The Water And Wastewater Lines Servicing The Campground. This Project Will Install Approximately 9,873 Linear Feet (lf) Of Water Main, Approximately 2,870 Lf Of Water Service Line, Approximately 4,204 Lf Of Sewer Main And Approximately 3,183 Lf Of Sewer Service Line.see Attached “flagg Cg Overview” For An Overview Of The Proposed Campground Water And Sewer Systems. Full Specifications And Plans Will Be Provided In The Solicitation Phase And Are Not Currently Available. The Basic Requirements Of This Construction Include The Following Scope Items:a. install New 8” Pvc Sewer Mains And 6” And 4” Pvc Sewer Services Via Open Trench Excavation Methods In The Flagg Ranch Campground. Install New Sewer Manholes At Each Pipe Junction Beginning At The Downstream Manhole On The West Side Of The Campground. Install New Services To Three Buildings And 97 Rv Hook-ups For Sewage Waste.b. install New Hdpe Water Mains (2”-8”), 1” Yard Hydrant Services, 2” Building Services For Three Buildings, And Associated Appurtenances In The Flagg Ranch Campground Beginning At The Existing Water Main Connection On The South Side Of The Campground. Connect To The Water Main In The Access Road To The North Of The Campground For Redundant Connection. New Water Service Lines Will Provide Potable Water To The 97 Campsites And Three Buildings Shown On The Plans. No Work Upstream Of The Existing 8” Valve At The South Campground Or Beyond The Connection To The North Water Main Will Be Required Under This Contract. Water System Will Be Constructed To Drain At The End Of Each Season, Per The Construction Drawings.c. remove And Dispose Of Existing Asphalt In The Access Road As Required To Connect To The Existing Waterline North Of The Campground To The New 8” Water Line. Replace Asphalt Via Patching.d. place And Compact Crushed Aggregate On Roads In The Campground Where The Roads Were Disturbed During Construction To A Minimum Depth Of 6 Inches And The Full Width Of The Road.e. project Is Anticipated To Be Performed In 2 Phases Under A Single Prime Contract. Contractor Will Be Required To Keep Half Of The Campground Open With Water And Sewer Service At Any Point During Construction. Construction Is Anticipated To Occur Over Two Seasons.site Visit, Industry Day:a Site Visit And Industry Day Will Be Held For This Project During The Pre-solicitation Phase. Due To Anticipated Site Conditions During The Solicitation Phase, This Will Be The Only Site Visit For This Project. The Projected Solicitation Phase Will Begin In Approximately December 2024; This Site Will Be Unavailable Due To Snow Loads During Winter Months.if You Will Be Attending The Site Visit/industry Day, Please Rsvp To Molly_lynam@nps.gov At Least 24 Hours In Advance.date: Wednesday, October 9, 2024, At 11 Am Mt.location: Meet At The Flagg Ranch Campground. Search For The ‘flagg Ranch Campground Office’ In Google And It Should Take You There. See The Attached Document “flagg Ranch Site Visit Map And Directions” For Additional Information.instructions For Interested Parties, Capabilities:if Your Organization Has The Potential Capacity To Perform These Contract Services, Please Provide The Following Information: Name Of Firmaddressphone Numberemail Addressuei Numbersize Status/sba Certifications. Mark All That Apply. See Far Part 19, Small Business Programs.☐ Small Business (meets Size Standard For Naics) ☐ Women Owned Small Business (wosb) ☐ Economically Disadvantaged Women Owned Small Business (edwosb) ☐ Hubzone ☐ Service-disabled Veteran Owned Small Business (sdvosb)☐ Indian Small Business Economic Enterprise (isbee)☐ Other (specify) _________________contractor Must Be Registered As A Small Business Under The Listed Socio-economic Categories In Sam (system For Award Management) Under Naics Code 237110 To Be Considered/confirmed.capability Statement - A Brief Summary Of Capabilities Including: 1. Bonding Limits 2. Brief Explanation Of Your Company’s Ability/capabilities To Perform The Work Outlined Above 3. All Information Being Requested Above In Regard To The Table For: Company Name, Poc Info, Uei Number, And All Of The Size Status/sba Certifications.responses Shall Be Submitted By Email Only To The Following Email Address:molly_lynam@nps.gov Sources Sought Responses Are Due On Wednesday, October 16, 2024, By 1200 Mt.questions: All Questions Must Be Submitted To The Contract Specialist At Molly_lynam@nps.gov. The Government Is Not Committed Nor Obligated To Pay For The Information Provided, And No Basis For Claims Against The Government Shall Arise As A Result Of A Response To This Sources Sought.

Department Of Public Works And Highways - DPWH Tender

Civil And Construction...+4Others, Civil Works Others, Electrical and Electronics, Solar Installation and Products
Philippines
Closing Date21 Oct 2024
Tender AmountPHP 9.9 Million (USD 177 K)
Details: Description Invitation To Bid 1. The Department Of Public Works And Highways, Agusan Del Sur 2nd District Engineering Office, Karaos, San Francisco, Agusan Del Sur, Through Its Bids And Award Committee (bac) And By Virtue Of The Government Procurement Policy Board (gppb) Circular 06-2019 Dated July 17, 2019, Re: Guidelines On The Implementation Of Early Procurement Activities (epa) Intends To Undertake Early Procurement Activities Of The Hereunder Projects From Pre-procurement Conference Until Post-qualification Of Bids As The Proposed National Budget Has Already Been Submitted To Congress, Short Of The Award, Until Approval Or Enactment Of Appropriations And Issuance Of Budget Authorization Documents. 2. The Dpwh Agusan Del Sur 2nd District Engineering Office, Through The Fy 2025 Nep Intends To Apply The Approved For The Contract (abc) Stated Below The Abc To Payments Under The Contracts Below. Bid Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 3. The Dpwh, Agusan Del Sur 2nd District Engineering Office, Through Its Bac Now Invites Bids For The Hereunder Works Of The Following Contracts Through Epa: 1 Contract Id 25nc0001 Contract Name Installation/application Of Road Safety Facilities (roadway Lighting) Along Nrj San Francisco – Bahi – Barobo Rd – K1312+238 – K1312+698, San Francisco, Agusan Del Sur Abc Php 19,600,000.00 Scope Of Works Installation Of Integrated Solar Powered Street Lights With Pole And Pedestal Contract Duration 150 Calendar Days Bid Documents Fee Php 25,000.00 2 Contract Id 25nc0002 Contract Name Construction Of Multi-purpose Building, Barangay Libuac, Rosario, Agusan Del Sur Abc Php 9,900,000.00 Scope Of Works Construction Of 1sty. Bldg. (brgy. Office With Evac. Center). Fully Functional Left Wing And Center Area With Electrical, Plumbing, Painting, Tileworks And Structural Preparations At 2 Span/bay (right Wing) Including Cr, Kitchen, Railings, Roofing & Flooring Contract Duration 150 Calendar Days Bid Documents Fee Php 10,000.00 3 Contract Id 25nc0003 Contract Name Construction Of Road, Nrj Poblacion – Magbuya – Comota Road, La Paz, Agusan Del Sur Abc Php 49,000,000.00 Scope Of Works Construction Of Concrete Road, Line Canal, And Slope Protection Contract Duration 158 Calendar Days Bid Documents Fee Php 25,000.00 4 Contract Id 25nc0004 Contract Name Construction/improvement Of Access Roads Leading To Declared Tourism Destinations Of Nrj Daang Maharlika – Purok 6 – Purok 9 – Masabong – Cossep Road Leading To Dinagitan Cave And Falls, Brgy. Bayugan 3, Rosario, Agusan Del Sur Abc Php 9,800,000.00 Scope Of Works Construction Of Concrete Road, Line Canal, And Drainage Contract Duration 92 Calendar Days Bid Documents Fee Php 10,000.00 5 Contract Id 25nc0005 Contract Name Construction Of Hinatuan – Bunawan – Rosario Bypass Road, Agusan Del Sur Abc Php 49,000,000.00 Scope Of Works Construction Of Concrete Road Contract Duration 239 Calendar Days Bid Documents Fee Php 25,000.00 Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 4. The Department Of Public Works And Highways, Agusan Del Sur 2nd District Engineering Office, Karaos, San Francisco, Agusan Del Sur Now Invites Bids For The Aforementioned Project. 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). 5. 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. 6. Interested Bidders May Obtain Further Information From Department Of Public Works And Highways, Agusan Del Sur 2nd District Engineering Office And Inspect The Bidding Documents At The Address Given Below From 8:00 A.m. To 5:00 P.m., Mondays To Fridays. 7. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders From The Address Below, Or May Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps), And The Website Of The Procuring Entity Starting On September 30, 2024, And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Above Stated. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person, By Facsimile Or Through Electronic Means. 8. The Dpwh Will Hold A Pre-bid Conference On October 7, 2024, 10:00 A.m. At The Procurement Conference Room, Dpwh Agusan Del Sur 2nd Deo, Karaos, San Francisco, Agusan Del Sur And Through Zoom (meeting Id: 857 8025 0282) And (password: 624749) And Live-streamed On Youtube Channel: Https://www.youtube.com/@dpwh.ads2deo, Which Shall Be Open To Prospective Bidders. 9. 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. 10. Bid Submission May Be Done Manually Or Electronically Online. However, Bidders Should Only Select One Mode Of Submission, Either Manual Or Electronic. Similar To Manual Submission, The Guidelines For The Preparation And Submission Of An Electronic Bid Are Contained In The Bds. 11. Bids Must Be Duly Received By The Bac Secretariat At The Address Below For Manual Submission Or At Electronicbids_agusandelsur2@dpwh.gov.ph For Electronic Submission On Or Before October 21, 2024 At Or Before 1:00 P.m. Late Bids Shall Not Be Accepted. 12. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 15. 13. Bid Opening Shall Be On October 21, 2024 Immediately After The Deadline For The Submission Of Bid, At The Procurement Conference Room, Department Of Public Works And Highways, Agusan Del Sur 2nd District Engineering Office, Karaos, San Francisco, Agusan Del Sur And Live Streamed On Facebook: Https://www.youtube.com/@dpwh.ads2deo. Bids Will Be Opened In The Presence Of The Bidders’ Representative Who Choose To Attend. 14. The Prospective Bidders Are Likewise Informed Of All Implications Of A Project Procurement Undertaken Through Epa. This Shall Include, But Not Limited To The: A. Rules And Procedures Of Epa; B. Fixed Price Rule In Procurement; C. Extension Of The Bid Validity And Security; D. Validity Of The Eligibility Requirements Prior To The Award Of The Contract; E. Conditions Of Award; And F. Date Of Earliest Delivery. 15. The Department Of Public Works And Highways, Dpwh Agusan Del Sur 2nd District Engineering Office, Karaos, San Francisco, Agusan Del Sur 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 Ra 9184 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 16. For Further Information, Please Refer To: Wilfred R. Visaya Thelma S. Espeso Bac Chairperson Bac Secretariat Head Dpwh Ads Ii Dpwh Ads Ii San Francisco, Agusan Del Sur San Francisco, Agusan Del Sur Approved: Wilfred R. Visaya Bac Chairperson Date Of Publication: September 30, 2024 @ Dpwh Website And Philgeps

Department Of Public Works And Highways - DPWH Tender

Civil And Construction...+4Others, Civil Works Others, Electrical and Electronics, Solar Installation and Products
Philippines
Closing Date21 Oct 2024
Tender AmountPHP 19.6 Million (USD 350.4 K)
Details: Description Invitation To Bid 1. The Department Of Public Works And Highways, Agusan Del Sur 2nd District Engineering Office, Karaos, San Francisco, Agusan Del Sur, Through Its Bids And Award Committee (bac) And By Virtue Of The Government Procurement Policy Board (gppb) Circular 06-2019 Dated July 17, 2019, Re: Guidelines On The Implementation Of Early Procurement Activities (epa) Intends To Undertake Early Procurement Activities Of The Hereunder Projects From Pre-procurement Conference Until Post-qualification Of Bids As The Proposed National Budget Has Already Been Submitted To Congress, Short Of The Award, Until Approval Or Enactment Of Appropriations And Issuance Of Budget Authorization Documents. 2. The Dpwh Agusan Del Sur 2nd District Engineering Office, Through The Fy 2025 Nep Intends To Apply The Approved For The Contract (abc) Stated Below The Abc To Payments Under The Contracts Below. Bid Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 3. The Dpwh, Agusan Del Sur 2nd District Engineering Office, Through Its Bac Now Invites Bids For The Hereunder Works Of The Following Contracts Through Epa: 1 Contract Id 25nc0001 Contract Name Installation/application Of Road Safety Facilities (roadway Lighting) Along Nrj San Francisco – Bahi – Barobo Rd – K1312+238 – K1312+698, San Francisco, Agusan Del Sur Abc Php 19,600,000.00 Scope Of Works Installation Of Integrated Solar Powered Street Lights With Pole And Pedestal Contract Duration 150 Calendar Days Bid Documents Fee Php 25,000.00 2 Contract Id 25nc0002 Contract Name Construction Of Multi-purpose Building, Barangay Libuac, Rosario, Agusan Del Sur Abc Php 9,900,000.00 Scope Of Works Construction Of 1sty. Bldg. (brgy. Office With Evac. Center). Fully Functional Left Wing And Center Area With Electrical, Plumbing, Painting, Tileworks And Structural Preparations At 2 Span/bay (right Wing) Including Cr, Kitchen, Railings, Roofing & Flooring Contract Duration 150 Calendar Days Bid Documents Fee Php 10,000.00 3 Contract Id 25nc0003 Contract Name Construction Of Road, Nrj Poblacion – Magbuya – Comota Road, La Paz, Agusan Del Sur Abc Php 49,000,000.00 Scope Of Works Construction Of Concrete Road, Line Canal, And Slope Protection Contract Duration 158 Calendar Days Bid Documents Fee Php 25,000.00 4 Contract Id 25nc0004 Contract Name Construction/improvement Of Access Roads Leading To Declared Tourism Destinations Of Nrj Daang Maharlika – Purok 6 – Purok 9 – Masabong – Cossep Road Leading To Dinagitan Cave And Falls, Brgy. Bayugan 3, Rosario, Agusan Del Sur Abc Php 9,800,000.00 Scope Of Works Construction Of Concrete Road, Line Canal, And Drainage Contract Duration 92 Calendar Days Bid Documents Fee Php 10,000.00 5 Contract Id 25nc0005 Contract Name Construction Of Hinatuan – Bunawan – Rosario Bypass Road, Agusan Del Sur Abc Php 49,000,000.00 Scope Of Works Construction Of Concrete Road Contract Duration 239 Calendar Days Bid Documents Fee Php 25,000.00 Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 4. The Department Of Public Works And Highways, Agusan Del Sur 2nd District Engineering Office, Karaos, San Francisco, Agusan Del Sur Now Invites Bids For The Aforementioned Project. 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). 5. 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. 6. Interested Bidders May Obtain Further Information From Department Of Public Works And Highways, Agusan Del Sur 2nd District Engineering Office And Inspect The Bidding Documents At The Address Given Below From 8:00 A.m. To 5:00 P.m., Mondays To Fridays. 7. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders From The Address Below, Or May Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps), And The Website Of The Procuring Entity Starting On September 30, 2024, And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Above Stated. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person, By Facsimile Or Through Electronic Means. 8. The Dpwh Will Hold A Pre-bid Conference On October 7, 2024, 10:00 A.m. At The Procurement Conference Room, Dpwh Agusan Del Sur 2nd Deo, Karaos, San Francisco, Agusan Del Sur And Through Zoom (meeting Id: 857 8025 0282) And (password: 624749) And Live-streamed On Youtube Channel: Https://www.youtube.com/@dpwh.ads2deo, Which Shall Be Open To Prospective Bidders. 9. 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. 10. Bid Submission May Be Done Manually Or Electronically Online. However, Bidders Should Only Select One Mode Of Submission, Either Manual Or Electronic. Similar To Manual Submission, The Guidelines For The Preparation And Submission Of An Electronic Bid Are Contained In The Bds. 11. Bids Must Be Duly Received By The Bac Secretariat At The Address Below For Manual Submission Or At Electronicbids_agusandelsur2@dpwh.gov.ph For Electronic Submission On Or Before October 21, 2024 At Or Before 1:00 P.m. Late Bids Shall Not Be Accepted. 12. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 15. 13. Bid Opening Shall Be On October 21, 2024 Immediately After The Deadline For The Submission Of Bid, At The Procurement Conference Room, Department Of Public Works And Highways, Agusan Del Sur 2nd District Engineering Office, Karaos, San Francisco, Agusan Del Sur And Live Streamed On Facebook: Https://www.youtube.com/@dpwh.ads2deo. Bids Will Be Opened In The Presence Of The Bidders’ Representative Who Choose To Attend. 14. The Prospective Bidders Are Likewise Informed Of All Implications Of A Project Procurement Undertaken Through Epa. This Shall Include, But Not Limited To The: A. Rules And Procedures Of Epa; B. Fixed Price Rule In Procurement; C. Extension Of The Bid Validity And Security; D. Validity Of The Eligibility Requirements Prior To The Award Of The Contract; E. Conditions Of Award; And F. Date Of Earliest Delivery. 15. The Department Of Public Works And Highways, Dpwh Agusan Del Sur 2nd District Engineering Office, Karaos, San Francisco, Agusan Del Sur 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 Ra 9184 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 16. For Further Information, Please Refer To: Wilfred R. Visaya Thelma S. Espeso Bac Chairperson Bac Secretariat Head Dpwh Ads Ii Dpwh Ads Ii San Francisco, Agusan Del Sur San Francisco, Agusan Del Sur Approved: Wilfred R. Visaya Bac Chairperson Date Of Publication: September 30, 2024 @ Dpwh Website And Philgeps

Department Of Public Works And Highways - DPWH Tender

Civil And Construction...+4Others, Civil Works Others, Electrical and Electronics, Solar Installation and Products
Philippines
Closing Date21 Oct 2024
Tender AmountPHP 9.8 Million (USD 175.2 K)
Description: Contract Id No. 25nc0004 - Construction/improvement Of Access Roads Leading To Declared Tourism Destinations Of Nrj Daang Maharlika – Purok 6 – Purok 9 – Masabong – Cossep Road Leading To Dinagitan Ca , Construction Projects ,department Of Public Works And Highways - Agusan Del Sur 2nd Deo

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Real Estate Service
Corrigendum : Closing Date Modified
United States
Closing Soon4 Oct 2024
Tender AmountRefer Documents 
Details: Sources Sought Notice 36c250-24-ap-2693 modification No. 3 sam-notice 36c25024r0112 manistee, Michigan the U.s. Department Of Veterans Affairs (va) Seeks Expressions Of Interest For 7,000 American National Standards Institute/building Owners & Managers Association (ansi/boma) Of Space In Manistee, Michigan notice: This Advertisement Is A Notice Of A Potential Opportunity. This Advertisement Is Not A Solicitation For Offers, Nor Is It A Request For Lease Proposals. The Purpose Of This Advertisement Is To Identify Potential Sources And Suitable Locations And Is Not Intended To Pre-qualify Or Disqualify Any Potential Offers. The Government Will Not Pay For Any Costs Incurred As A Result Of This Advertisement. An Rlp May Or May Not Be Released. The Government Cannot Provide Any Warranty, Expressed Or Implied, As To The Accuracy, Reliability, Or Completeness Of Contents Of The Furnished Information Found Within This Advertisement; Government Is Under No Obligation To Respond To And Is Unable To Answer Any Inquiries Regarding This Advertisement. The Naics Code Is 531120 Lessors Of Nonresidential Buildings, And The Small Business Size Standard Is $34 Million. the Department Of Veterans Affairs (va) Is Also Conducting Market Research, Seeking Capable Sources That Are Classified And Registered At Www.vip.vetbiz.gov As Either Service Disabled Veteran Owned Small Business (sdvosb) Or Veteran Owned Small Business (vosb) That Are Interested In Leasing Space To The Department Of Veterans Affairs. respondents Are Advised That The Government Assumes No Responsibility To Award A Lease Based Upon Responses To This Advertisement. contracting Office Address: Network Contracting Office 10, Suite 325 - 8888 Keystone Crossing Indianapolis, In 46240 description: The Department Of Veterans Affairs Seeks To Lease 7,000 Aboa Square Feet (sf) Of Space And 50 Parking Spaces For Use By The Va As A Community-based Outpatient Clinic (cboc). The Space Shall Be Located Within The Delineated Area Stated Below. Va Will Consider Space Located In An Existing Building As Well As A Building Being Constructed For Multi-tenant Use And Not Specifically A Build-to-suit For Va Use Only. Aboa Is Generally Defined As The Space Remaining Once Common Areas, Lessor Areas, And Non-programmatic Areas Required By Code Are Deducted From The Rentable Square Feet Of The Facility. Aboa Does Not Include Areas Such As Stairs, Elevators, Mechanical And Utility Rooms, Ducts, Shafts, Vestibules, Public Corridors, And Public Toilets Required By Local Code. va Will Provide All Detailed Definitions, Should A Solicitation For Offers Or Request For Proposals Be Issued For This Project. lease Term: Not To Exceed 20 Years. delineated Area: To Receive Consideration, Submitted Properties Must Be Located Within The Following Area Described Below, Which Is Bound By The Following Roads, Or Must Front On Any Of The Following Boundary Lines: north: Memorial Dr, Dontz Rd, W. Kott Rd, E. Kott Rd west: Sr 110/lakeshore Rd, Cleveland St/arthur St, Maple Street, Us31/manistee Hwy south: Red Apple Rd, 4th Ave/stronach Rd, Flier City Road/huer Hill Rd, Us31, M55/gold Star Mothers Mem Hwy, east: Stronach Rd; M55/gold Star Mothers Mem Hwy, Sr 22, Siuda Rd, Huer Hill Rd see The Below-delineated Area Map For Further Clarification Of The Boundaries Of The Delineated Area. additional Requirements For Submissions: offered Space Must Be Located Within One Building. offered Space Should Preferably Be Located On The First (1st) Floors And One Single Floor. if The Offered Space Is Above The First (1st) Floor, A Minimum Of One (1) Passenger Elevator And One (1) Combination (passenger/freight) Elevator Must Be Provided. bifurcated Sites, Inclusive Of Parking, Are Not Permissible. the Following Space Configurations Will Not Be Considered: Space With Atriums, Extremely Long Or Narrow Runs Of Space (more Than Twice As Long As Wide), Irregularly Shaped Space Configurations Or Other Unusual Building Features Adversely Affecting Usage. column Size Cannot Exceed Two (2) Feet Square And Space Between Columns And/or Walls Cannot Be Less Than Twenty (20 ) Feet offered Space Cannot Be In The Fema 100-year Flood Plain. offered Space Must Be Zoned For Va S Intended Use By The Time Initial Offers Are Due. offered Space Will Not Be Considered If Located In Close Proximity To A Property With Incompatible Uses, Including But Not Limited To The Following Uses: Liquor Establishments, Dispensaries, Treatment Centers, Correctional Facilities, Where Firearms Are Sold/discharged, Railroad Tracks, Or Within Flight Paths. offered Space Will Not Be Considered If Located In Close Proximity To Residential Or Industrial Areas. offered Space Must Be Located In Proximity To Public Transportation. A Commuter Rail, Light Rail, Or Bus Stop Shall Be Located Within The Immediate Vicinity Of The Building; offered Space Will Not Be Considered If The Location Is Irregularly Shaped. space Will Not Be Considered Where Apartment Space Or Other Living Quarters Are Located Within The Same Building. offered Space Must Be Located In Close Proximity To Amenities Including But Not Limited To Restaurants, Hotels, Pharmacies, And Shopping. offered Space Must Be Located In Close Proximity To A Hospital Or Stand-alone Emergency Room Center And A Fire Department; offered Space Must Be Easily Accessible To Multiple Major Highways Which Provide Multiple Routes Of Travel; structured Parking Under The Space Is Not Permissible. offered Space Must Meet Federal And Local Government Requirements For Fire Safety, Physical Security, Accessibility, Seismic, And Sustainability Standards Per The Terms Of The Solicitation For Offers Or Requests For Proposals. a Fully Serviced Lease Is Required. offered Space Must Be Compatible With Va S Intended Use. all Submissions Must Include The Following Information: name And Address Of Current Property Owner; address Or Described Location Of Building; location On A Map, Demonstrating The Building Lies Within The Delineated Area; description Of Ingress/egress To The Building From A Public Right-of-way; a Statement As To Whether The Building Lies Within The Delineated Area; description Of The Uses Of Adjacent Properties; fema Map Of Location Evidencing Floodplain Status; a Description Of Any Planned Land Development Or Construction That Will Affect The Site, Including Neighboring Projects And Road/utility Line Construction; site Plan Depicting The Property Boundaries, Building, And Parking; floor Plan, Parking Plan, And Aboa/rsf/nusf, Of Proposed Space; a Document Indicating The Type Of Zoning; a Description Of Any Changes To The Property Necessary To Be Compatible With Va S Intended Use; building Owners Shall Provide Evidence Of Ownership. Non-owners (e.g. Prospective Developers/lessors) Submitting A Building Shall Provide Evidence Of Permission Or Authority Granted By The Property Owner To Submit The Building To Va For Development; any Information Related To Title Issues, Easements, And Restrictions On The Use Of The Building; a Statement Indicating The Current Availability Of Utilities Serving The Proposed Space Or Property. if You Are Qualified As A Veteran Owned Small Business (vosb) Or Service Disabled Veteran Owned Small Business (sdvosb) Under Naics Code 531120 Lessors Of Nonresidential Buildings With A Small Business Size Standard Of $34 Million, Please Read The Below Attachment, Entitled, Vosb Or Sdvosb Status . You Are Invited, But Not Required To Submit A Capabilities Statement; market Survey (estimated): October Or November 2024 occupancy (estimated): 2025 all Interested Parties Must Respond To This Advertisement No Later Than October 4, 2024, At 3:00 P.m. Local Time. please Submit Your Response (electronic) To: lisa Newlin Lisa.newlin@va.gov Lee Grant Lee.grant@va.gov attachment - Vosb Or Sdvosb Status this Is Not A Request For Proposals, Only A Request For Information For Planning Purposes, And Does Not Constitute A Solicitation. A Solicitation May Or May Not Be Issued. the Naics Code For This Procurement Is [531120 Lessors Of Nonresidential Buildings], And The Small Business Size Standard Is [$34 Million]. Responses To This Notice Will Assist In Determining If The Acquisition Should Be Set-aside For Sdvosb Or Vosb Concerns In Accordance With 38 Usc § 8127. the Magnitude Of The Anticipated Construction/buildout For This Project Is: __ (a) Less Than $25,000; __ (b) Between $25,000 And $100,000; __ (c) Between $100,000 And $250,000; __ (d) Between $250,000 And $500,000; __ (e) Between $500,000 And $1,000,000; __ (f) Between $1,000,000 And $2,000,000; X (g) Between $2,000,000 And $5,000,000; __ (h) Between $5,000,000 And $10,000,000; __ (i) Between $10,000,000 And $20,000,000; __ (j) Between $20,000,000 And $50,000,000; __ (k) Between $50,000,000 And $100,000,000; __ (l) More Than $100,000,000. va Makes Monthly Rental Payments In Arrears Upon Facility Acceptance And May Elect To Make A Single Lump-sum Payment Or Amortize Over The Course Of The Firm Term For Specified Tenant Improvements. Va Makes No Progress Payments During The Design Or Construction/build-out Phases Of The Project. project Requirements: This Sources Sought Notice Seeks Information From Potential Offerors Who Are Capable Of Successfully Performing A Lease Contract, Including Design And Construction Of The Facility Described Above, For A Term Of Up To 20 Years, Inclusive Of All Options, As Well As All Maintenance And Operation Requirements For The Duration Of The Lease Term, At A Fair And Reasonable Price. More Information On Va S Requirements Can Be Found On The Technical Information Library At The Following Link: Https://www.cfm.va.gov/til/leasing.asp . sdvosb And Vosb Firms Are Invited To Provide Information To Contribute To The Market Research For This Project. Sdvosb And Vosb Firms Must Be Registered In Va S Vendor Information Pages (vip) Site At Https://www.vip.vetbiz.gov/. All Business Concerns Must Have The Technical Skills And Financial Capabilities Necessary To Perform The Stated Requirements. All Business Concerns Are Requested To Submit A Capabilities Statement If They Are Interested In Participating In This Project. A Submission Checklist And Information Sheets Are Provided Below For Firms To Fill Out And Submit, Which Will Serve As The Firm S Capabilities Statement. capabilities Statement: 1. Company Name, Address, Point Of Contact, Phone Number, Experian Business Identification Number, And E-mail Address; 2. Evidence Of Sdvosb Or Vosb Status Through Registration At Vip (https://www.vip.vetbiz.gov); 3. Evidence Of Ability To Offer As A Small Business Under Naics Code [531120] And Listing In The System For Award Management (www.sam.gov ), Including A Copy Of The Representations And Certifications Made In That System; 4. A Summary Describing At Least Three (3) Projects Of Similar Size And Scope Completed In The Past Five (5) Years That Demonstrate Your Company S Experience Designing, Constructing, And Managing Federal Leased Facilities Or Health Care Facilities Relevant To The Project Described Above. (3-page Limit); 5. Evidence Of Capability To Obtain Financing For A Project Of This Size. if Desired, The Company May Also Submit A Narrative Describing Its Capability. although This Notice Focuses On Sdvosb And Vosb, We Encourage All Small Businesses And Other Interested Parties To Respond For Market Research Purposes. capabilities Statement submission Checklist And Information Sheet manistee, Mi Lease Sources Sought Notice company Name: __________________________________________ company Address: __________________________________________ dunn And Bradstreet Number: __________________________________________ uei Number: __________________________________________ point Of Contact: __________________________________________ phone Number: __________________________________________ email Address: __________________________________________ the Following Items Are Attached To This Capabilities Statement: evidence Of Sdvosb Or Vosb Status Through Registration At Vip (https://www.vip.vetbiz.gov/); evidence Of Ability To Offer As A Small Business Under Naics Code [531120] And Listing In The System For Award Management (www.sam.gov), With Representations And Certifications; a Summary Describing At Least Three (3) Projects Of Similar Size And Scope Completed In The Past Five (5) Years That Demonstrate The Company S Experience Designing, Constructing, And Managing Federal Leased Facilities Or Health Care Facilities Relevant To (input Project Specific Nusf). (3-page Limit); And evidence Of Capability To Obtain Financing For A Project Of This Size. if Desired, The Company May Also Submit A Narrative Describing Its Capability, Not To Exceed Two (2) Pages. by: _________________________________________________ (signature) __________________________________________________ (print Name, Title, Date)

Department Of Public Works And Highways - DPWH Tender

Philippines
Closing Date16 Oct 2024
Tender AmountPHP 49 Million (USD 876.1 K)
Details: Description Ib: 25df0001-25df0005 21d00042, 21page 1 Of 4 Republic Of The Philippines Department Of Public Works And Highways Office Of The District Engineer Cavite 1 St District Engineering Office Brgy. De Ocampo, Trece Martires City Invitation To Bid 1. The Department Of Public Works And Highways (dpwh), Cavite 1 St District Engineering Office, Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works: 1. Name Of Contract : Organizational Outcome 1 : Ensure Safe And Reliable National Road System Network Development Program Construction Of By-pass And Diversion Roads Malabon Grande- San Juan - Mulawin Diversion Road, Tanza Section, Segment 6, Tanza, Cavite Contract Id No. : 25df0001 Contract Location : Tanza, Cavite Scope Of Works : Construction Of Road With Drainage Net Length : 1.70 Km Road, W = 3.50 M With 851.20 M Drainage (36” Rcpc) Approved Budget For The Contract : ₱ 49,000,000.00 Source Of Funds : Fy 2025 Nep For Dpwh Infra Program Contract Duration : 211 C.d. Size Range : Medium A License Category : B Cost Of Bidding Documents : ₱ 25,000.00 2. 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 Revetment Along Rio Grande River, Barangay Pasong Kawayan (east Side), General Trias City, Cavite Contract Id No. : 25df0002 Contract Location : General Trias City, Cavite Scope Of Works : Construction Of Revetment Net Length : 245.20 Lm Revetment Approved Budget For The Contract : ₱ 49,000,000.00 Source Of Funds : Fy 2025 Nep For Dpwh Infra Program Contract Duration : 195 C.d. Size Range : Medium A License Category : B Cost Of Bidding Documents : ₱ 25,000.00 3. Name Of Contract : Organizational Outcome 2 : Protect Lives And Properties Against Major Floods Flood Management Program Construction/ Maintenance Of Flood Mitigation Structures And Drainage Systems Construction Of Revetment Along Rio Grande River, Phase 2, Barangay Pasong Kawayan (east Side), General Trias City, Cavite Contract Id No. : 25df0003 Contract Location : General Trias City, Cavite Scope Of Works : Construction Of Revetment Net Length : 245.20 Lm Revetment Approved Budget For The Contract : ₱ 49,000,000.00 Source Of Funds : Fy 2025 Nep For Dpwh Infra Program Contract Duration : 195 C.d. Size Range : Medium A License Category : B Cost Of Bidding Documents : ₱ 25,000.00 Ib: 25df0001-25df0005 21d00042, 21page 2 Of 4 4. Name Of Contract : Organizational Outcome 2 : Protect Lives And Properties Against Major Floods Flood Management Program Construction/ Maintenance Of Flood Mitigation Structures And Drainage Systems Construction Of Revetment Along Taguilid River, Phase 2, West Section, Barangay Marulas, Kawit, Cavite Contract Id No. : 25df0004 Contract Location : Kawit, Cavite Scope Of Works : Construction Of Revetment Net Length : 598.00 Lm Revetment Approved Budget For The Contract : ₱ 96,500,000.00 Source Of Funds : Fy 2025 Nep For Dpwh Infra Program Contract Duration : 277 C.d. Size Range : Medium A License Category : B Cost Of Bidding Documents : ₱ 50,000.00 5. 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 Revetment Along Taguilid River, Phase 2, East Section, Barangay Marulas, Kawit, Cavite Contract Id No. : 25df0005 Contract Location : Kawit, Cavite Scope Of Works : Construction Of Revetment Net Length : 598.00 Lm Revetment Approved Budget For The Contract : ₱ 96,500,000.00 Source Of Funds : Fy 2025 Nep For Dpwh Infra Program Contract Duration : 277 C.d. Size Range : Medium A License Category : B Cost Of Bidding Documents : ₱ 50,000.00 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 Section Ii 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), 5 Th 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 8:00 Am To 5:00 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), Cavite 1 St District Engineering Office, And Inspect The Bidding Documents At The Address Given Below During Weekdays From 8am – 5pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On September 26 – October 16, 2024 @ 8am-5pm From The Address Below And Upon Payment Of The Applicable Fee For The Bidding Documents (amount 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 Website Of The Procuring Entity, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 6. The Department Of Public Works And Highways (dpwh), Cavite 1 Ib: 25df0001-25df0005 21d00042, 21page 3 Of 4 St District Engineering Office, Will Hold A Prebid Conference On October 3, 2024 @ 10:00 A.m. At Bidding Room, Dpwh Cavite 1 St District Engineering Office, Which Shall Be Open To Prospective Bidders. Bid Submission Maybe Done Manually Or Electronically/online. However, Bidders Should Only Select One Mode Of Submission, Either Manual Or Electronic. Similar To Manual Submission, The Guidelines For The Preparation And Submission Of An Electronic Bid Are Contained In The Bds. 7. Bids Must Be Duly Received By The Bac Secretariat At The Address Below For Manual Submission Or At Electronicbids_cavite1@dpwh.gov.ph For Electronic Submission On Or Before October 16, 2024 @ 10:00 A.m. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 15. 9. Bid Opening Shall Be On October 16, 2024 @ 10:00 A.m. At Bidding Room, Dpwh Cavite 1 St District Engineering Office 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 Rirr 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 To Be Bid. 11. The Department Of Public Works And Highways (dpwh), Cavite 1 St 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 35.6 And 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. Strict Implementation R.a. No. 6685 Which Was Approved On December 12, 1998 That Provides: “all Private Contractors, Including Subcontractors, To Whom Awards Are Made For The Undertaking Of National And Local Public Works Funded By Either National Government Or Any Local Government Unit Including Foreign Assisted Projects Must Hire At Least Fifty Percent (50%) Of The Unskilled And Thirty Percent (30%) Of The Skilled Labor Requirements From The Unemployed Bona Fide And Actual Residents In The Province, City And Municipality Who Are Ready, Willing And Able As Determined By The Governor, City Mayor Or Municipal Mayor Concerned Where The Projects Are To Be Undertaken: Provided, That The Labor Used Or To Be Used For The Manufacture Of Prefabricated Construction Materials And Other Materials Premade Outside The Place Of Project Implementation And Skilled Manpower Utilizes Or To Be Utilized For The Preparation Of Engineering Designs And Project Plans And Layouts Shall Be Exempted From The Labor Requirements Shall Be Based On The Maximum Number Of Locally Available Labor Resources Which Fact Shall Be Certified By The Municipal, City, Provincial Or District Engineer As Sufficient Compliance With The Labor Requirements Under This Act.” 13. Requiring An Accredited Project Engineer To Be Assigned To The Project As Per D.o. 156 Series Of 2023 For Interested Bidders. 14. For Further Information, Please Refer To: Adonis B. Angelia Bac Chairperson Dpwh, Cavite 1 St Deo, Brgy. De Ocampo Trece Martires City, Cavite Telephone No. (046) 404-5474 Reynante B. Salazar, Sr. Bac Secretariat Head Dpwh, Cavite 1 St Deo, Brgy. De Ocampo Trece Martires City, Cavite Telephone No. (046) 404-5474 Department Of Public Works And Highways Cavite 1 St District Engineering Office Brgy. De Ocampo, Trece Martires City, Cavite 15. You May Visit The Following Websites: For Downloading Of Bidding Documents At Www.dpwh.gov.ph. For Online Bid Submission At Electronicbids_cavite1@dpwh.gov.ph. September 26, 2024 Approved By: Adonis B. Angelia Bac Chairperson Noted By: Rolando F. Valdez District Engineer Ib: 25df0001-25df0005 21d00042, 21page 4 Of 4

Department Of Public Works And Highways - DPWH Tender

Philippines
Closing Date16 Oct 2024
Tender AmountPHP 96.5 Million (USD 1.7 Million)
Details: Description Ib: 25df0001-25df0005 21d00042, 21page 1 Of 4 Republic Of The Philippines Department Of Public Works And Highways Office Of The District Engineer Cavite 1 St District Engineering Office Brgy. De Ocampo, Trece Martires City Invitation To Bid 1. The Department Of Public Works And Highways (dpwh), Cavite 1 St District Engineering Office, Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works: 1. Name Of Contract : Organizational Outcome 1 : Ensure Safe And Reliable National Road System Network Development Program Construction Of By-pass And Diversion Roads Malabon Grande- San Juan - Mulawin Diversion Road, Tanza Section, Segment 6, Tanza, Cavite Contract Id No. : 25df0001 Contract Location : Tanza, Cavite Scope Of Works : Construction Of Road With Drainage Net Length : 1.70 Km Road, W = 3.50 M With 851.20 M Drainage (36” Rcpc) Approved Budget For The Contract : ₱ 49,000,000.00 Source Of Funds : Fy 2025 Nep For Dpwh Infra Program Contract Duration : 211 C.d. Size Range : Medium A License Category : B Cost Of Bidding Documents : ₱ 25,000.00 2. 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 Revetment Along Rio Grande River, Barangay Pasong Kawayan (east Side), General Trias City, Cavite Contract Id No. : 25df0002 Contract Location : General Trias City, Cavite Scope Of Works : Construction Of Revetment Net Length : 245.20 Lm Revetment Approved Budget For The Contract : ₱ 49,000,000.00 Source Of Funds : Fy 2025 Nep For Dpwh Infra Program Contract Duration : 195 C.d. Size Range : Medium A License Category : B Cost Of Bidding Documents : ₱ 25,000.00 3. Name Of Contract : Organizational Outcome 2 : Protect Lives And Properties Against Major Floods Flood Management Program Construction/ Maintenance Of Flood Mitigation Structures And Drainage Systems Construction Of Revetment Along Rio Grande River, Phase 2, Barangay Pasong Kawayan (east Side), General Trias City, Cavite Contract Id No. : 25df0003 Contract Location : General Trias City, Cavite Scope Of Works : Construction Of Revetment Net Length : 245.20 Lm Revetment Approved Budget For The Contract : ₱ 49,000,000.00 Source Of Funds : Fy 2025 Nep For Dpwh Infra Program Contract Duration : 195 C.d. Size Range : Medium A License Category : B Cost Of Bidding Documents : ₱ 25,000.00 Ib: 25df0001-25df0005 21d00042, 21page 2 Of 4 4. Name Of Contract : Organizational Outcome 2 : Protect Lives And Properties Against Major Floods Flood Management Program Construction/ Maintenance Of Flood Mitigation Structures And Drainage Systems Construction Of Revetment Along Taguilid River, Phase 2, West Section, Barangay Marulas, Kawit, Cavite Contract Id No. : 25df0004 Contract Location : Kawit, Cavite Scope Of Works : Construction Of Revetment Net Length : 598.00 Lm Revetment Approved Budget For The Contract : ₱ 96,500,000.00 Source Of Funds : Fy 2025 Nep For Dpwh Infra Program Contract Duration : 277 C.d. Size Range : Medium A License Category : B Cost Of Bidding Documents : ₱ 50,000.00 5. 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 Revetment Along Taguilid River, Phase 2, East Section, Barangay Marulas, Kawit, Cavite Contract Id No. : 25df0005 Contract Location : Kawit, Cavite Scope Of Works : Construction Of Revetment Net Length : 598.00 Lm Revetment Approved Budget For The Contract : ₱ 96,500,000.00 Source Of Funds : Fy 2025 Nep For Dpwh Infra Program Contract Duration : 277 C.d. Size Range : Medium A License Category : B Cost Of Bidding Documents : ₱ 50,000.00 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 Section Ii 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), 5 Th 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 8:00 Am To 5:00 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), Cavite 1 St District Engineering Office, And Inspect The Bidding Documents At The Address Given Below During Weekdays From 8am – 5pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On September 26 – October 16, 2024 @ 8am-5pm From The Address Below And Upon Payment Of The Applicable Fee For The Bidding Documents (amount 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 Website Of The Procuring Entity, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 6. The Department Of Public Works And Highways (dpwh), Cavite 1 Ib: 25df0001-25df0005 21d00042, 21page 3 Of 4 St District Engineering Office, Will Hold A Prebid Conference On October 3, 2024 @ 10:00 A.m. At Bidding Room, Dpwh Cavite 1 St District Engineering Office, Which Shall Be Open To Prospective Bidders. Bid Submission Maybe Done Manually Or Electronically/online. However, Bidders Should Only Select One Mode Of Submission, Either Manual Or Electronic. Similar To Manual Submission, The Guidelines For The Preparation And Submission Of An Electronic Bid Are Contained In The Bds. 7. Bids Must Be Duly Received By The Bac Secretariat At The Address Below For Manual Submission Or At Electronicbids_cavite1@dpwh.gov.ph For Electronic Submission On Or Before October 16, 2024 @ 10:00 A.m. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 15. 9. Bid Opening Shall Be On October 16, 2024 @ 10:00 A.m. At Bidding Room, Dpwh Cavite 1 St District Engineering Office 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 Rirr 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 To Be Bid. 11. The Department Of Public Works And Highways (dpwh), Cavite 1 St 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 35.6 And 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. Strict Implementation R.a. No. 6685 Which Was Approved On December 12, 1998 That Provides: “all Private Contractors, Including Subcontractors, To Whom Awards Are Made For The Undertaking Of National And Local Public Works Funded By Either National Government Or Any Local Government Unit Including Foreign Assisted Projects Must Hire At Least Fifty Percent (50%) Of The Unskilled And Thirty Percent (30%) Of The Skilled Labor Requirements From The Unemployed Bona Fide And Actual Residents In The Province, City And Municipality Who Are Ready, Willing And Able As Determined By The Governor, City Mayor Or Municipal Mayor Concerned Where The Projects Are To Be Undertaken: Provided, That The Labor Used Or To Be Used For The Manufacture Of Prefabricated Construction Materials And Other Materials Premade Outside The Place Of Project Implementation And Skilled Manpower Utilizes Or To Be Utilized For The Preparation Of Engineering Designs And Project Plans And Layouts Shall Be Exempted From The Labor Requirements Shall Be Based On The Maximum Number Of Locally Available Labor Resources Which Fact Shall Be Certified By The Municipal, City, Provincial Or District Engineer As Sufficient Compliance With The Labor Requirements Under This Act.” 13. Requiring An Accredited Project Engineer To Be Assigned To The Project As Per D.o. 156 Series Of 2023 For Interested Bidders. 14. For Further Information, Please Refer To: Adonis B. Angelia Bac Chairperson Dpwh, Cavite 1 St Deo, Brgy. De Ocampo Trece Martires City, Cavite Telephone No. (046) 404-5474 Reynante B. Salazar, Sr. Bac Secretariat Head Dpwh, Cavite 1 St Deo, Brgy. De Ocampo Trece Martires City, Cavite Telephone No. (046) 404-5474 Department Of Public Works And Highways Cavite 1 St District Engineering Office Brgy. De Ocampo, Trece Martires City, Cavite 15. You May Visit The Following Websites: For Downloading Of Bidding Documents At Www.dpwh.gov.ph. For Online Bid Submission At Electronicbids_cavite1@dpwh.gov.ph. September 26, 2024 Approved By: Adonis B. Angelia Bac Chairperson Noted By: Rolando F. Valdez District Engineer Ib: 25df0001-25df0005 21d00042, 21page 4 Of 4

Department Of Public Works And Highways - DPWH Tender

Philippines
Closing Date16 Oct 2024
Tender AmountPHP 49 Million (USD 876.1 K)
Details: Description Ib: 25df0001-25df0005 21d00042, 21page 1 Of 4 Republic Of The Philippines Department Of Public Works And Highways Office Of The District Engineer Cavite 1 St District Engineering Office Brgy. De Ocampo, Trece Martires City Invitation To Bid 1. The Department Of Public Works And Highways (dpwh), Cavite 1 St District Engineering Office, Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works: 1. Name Of Contract : Organizational Outcome 1 : Ensure Safe And Reliable National Road System Network Development Program Construction Of By-pass And Diversion Roads Malabon Grande- San Juan - Mulawin Diversion Road, Tanza Section, Segment 6, Tanza, Cavite Contract Id No. : 25df0001 Contract Location : Tanza, Cavite Scope Of Works : Construction Of Road With Drainage Net Length : 1.70 Km Road, W = 3.50 M With 851.20 M Drainage (36” Rcpc) Approved Budget For The Contract : ₱ 49,000,000.00 Source Of Funds : Fy 2025 Nep For Dpwh Infra Program Contract Duration : 211 C.d. Size Range : Medium A License Category : B Cost Of Bidding Documents : ₱ 25,000.00 2. 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 Revetment Along Rio Grande River, Barangay Pasong Kawayan (east Side), General Trias City, Cavite Contract Id No. : 25df0002 Contract Location : General Trias City, Cavite Scope Of Works : Construction Of Revetment Net Length : 245.20 Lm Revetment Approved Budget For The Contract : ₱ 49,000,000.00 Source Of Funds : Fy 2025 Nep For Dpwh Infra Program Contract Duration : 195 C.d. Size Range : Medium A License Category : B Cost Of Bidding Documents : ₱ 25,000.00 3. Name Of Contract : Organizational Outcome 2 : Protect Lives And Properties Against Major Floods Flood Management Program Construction/ Maintenance Of Flood Mitigation Structures And Drainage Systems Construction Of Revetment Along Rio Grande River, Phase 2, Barangay Pasong Kawayan (east Side), General Trias City, Cavite Contract Id No. : 25df0003 Contract Location : General Trias City, Cavite Scope Of Works : Construction Of Revetment Net Length : 245.20 Lm Revetment Approved Budget For The Contract : ₱ 49,000,000.00 Source Of Funds : Fy 2025 Nep For Dpwh Infra Program Contract Duration : 195 C.d. Size Range : Medium A License Category : B Cost Of Bidding Documents : ₱ 25,000.00 Ib: 25df0001-25df0005 21d00042, 21page 2 Of 4 4. Name Of Contract : Organizational Outcome 2 : Protect Lives And Properties Against Major Floods Flood Management Program Construction/ Maintenance Of Flood Mitigation Structures And Drainage Systems Construction Of Revetment Along Taguilid River, Phase 2, West Section, Barangay Marulas, Kawit, Cavite Contract Id No. : 25df0004 Contract Location : Kawit, Cavite Scope Of Works : Construction Of Revetment Net Length : 598.00 Lm Revetment Approved Budget For The Contract : ₱ 96,500,000.00 Source Of Funds : Fy 2025 Nep For Dpwh Infra Program Contract Duration : 277 C.d. Size Range : Medium A License Category : B Cost Of Bidding Documents : ₱ 50,000.00 5. 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 Revetment Along Taguilid River, Phase 2, East Section, Barangay Marulas, Kawit, Cavite Contract Id No. : 25df0005 Contract Location : Kawit, Cavite Scope Of Works : Construction Of Revetment Net Length : 598.00 Lm Revetment Approved Budget For The Contract : ₱ 96,500,000.00 Source Of Funds : Fy 2025 Nep For Dpwh Infra Program Contract Duration : 277 C.d. Size Range : Medium A License Category : B Cost Of Bidding Documents : ₱ 50,000.00 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 Section Ii 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), 5 Th 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 8:00 Am To 5:00 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), Cavite 1 St District Engineering Office, And Inspect The Bidding Documents At The Address Given Below During Weekdays From 8am – 5pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On September 26 – October 16, 2024 @ 8am-5pm From The Address Below And Upon Payment Of The Applicable Fee For The Bidding Documents (amount 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 Website Of The Procuring Entity, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 6. The Department Of Public Works And Highways (dpwh), Cavite 1 Ib: 25df0001-25df0005 21d00042, 21page 3 Of 4 St District Engineering Office, Will Hold A Prebid Conference On October 3, 2024 @ 10:00 A.m. At Bidding Room, Dpwh Cavite 1 St District Engineering Office, Which Shall Be Open To Prospective Bidders. Bid Submission Maybe Done Manually Or Electronically/online. However, Bidders Should Only Select One Mode Of Submission, Either Manual Or Electronic. Similar To Manual Submission, The Guidelines For The Preparation And Submission Of An Electronic Bid Are Contained In The Bds. 7. Bids Must Be Duly Received By The Bac Secretariat At The Address Below For Manual Submission Or At Electronicbids_cavite1@dpwh.gov.ph For Electronic Submission On Or Before October 16, 2024 @ 10:00 A.m. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 15. 9. Bid Opening Shall Be On October 16, 2024 @ 10:00 A.m. At Bidding Room, Dpwh Cavite 1 St District Engineering Office 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 Rirr 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 To Be Bid. 11. The Department Of Public Works And Highways (dpwh), Cavite 1 St 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 35.6 And 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. Strict Implementation R.a. No. 6685 Which Was Approved On December 12, 1998 That Provides: “all Private Contractors, Including Subcontractors, To Whom Awards Are Made For The Undertaking Of National And Local Public Works Funded By Either National Government Or Any Local Government Unit Including Foreign Assisted Projects Must Hire At Least Fifty Percent (50%) Of The Unskilled And Thirty Percent (30%) Of The Skilled Labor Requirements From The Unemployed Bona Fide And Actual Residents In The Province, City And Municipality Who Are Ready, Willing And Able As Determined By The Governor, City Mayor Or Municipal Mayor Concerned Where The Projects Are To Be Undertaken: Provided, That The Labor Used Or To Be Used For The Manufacture Of Prefabricated Construction Materials And Other Materials Premade Outside The Place Of Project Implementation And Skilled Manpower Utilizes Or To Be Utilized For The Preparation Of Engineering Designs And Project Plans And Layouts Shall Be Exempted From The Labor Requirements Shall Be Based On The Maximum Number Of Locally Available Labor Resources Which Fact Shall Be Certified By The Municipal, City, Provincial Or District Engineer As Sufficient Compliance With The Labor Requirements Under This Act.” 13. Requiring An Accredited Project Engineer To Be Assigned To The Project As Per D.o. 156 Series Of 2023 For Interested Bidders. 14. For Further Information, Please Refer To: Adonis B. Angelia Bac Chairperson Dpwh, Cavite 1 St Deo, Brgy. De Ocampo Trece Martires City, Cavite Telephone No. (046) 404-5474 Reynante B. Salazar, Sr. Bac Secretariat Head Dpwh, Cavite 1 St Deo, Brgy. De Ocampo Trece Martires City, Cavite Telephone No. (046) 404-5474 Department Of Public Works And Highways Cavite 1 St District Engineering Office Brgy. De Ocampo, Trece Martires City, Cavite 15. You May Visit The Following Websites: For Downloading Of Bidding Documents At Www.dpwh.gov.ph. For Online Bid Submission At Electronicbids_cavite1@dpwh.gov.ph. September 26, 2024 Approved By: Adonis B. Angelia Bac Chairperson Noted By: Rolando F. Valdez District Engineer Ib: 25df0001-25df0005 21d00042, 21page 4 Of 4

Department Of Public Works And Highways - DPWH Tender

Philippines
Closing Date16 Oct 2024
Tender AmountPHP 96.5 Million (USD 1.7 Million)
Details: Description Ib: 25df0001-25df0005 21d00042, 21page 1 Of 4 Republic Of The Philippines Department Of Public Works And Highways Office Of The District Engineer Cavite 1 St District Engineering Office Brgy. De Ocampo, Trece Martires City Invitation To Bid 1. The Department Of Public Works And Highways (dpwh), Cavite 1 St District Engineering Office, Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works: 1. Name Of Contract : Organizational Outcome 1 : Ensure Safe And Reliable National Road System Network Development Program Construction Of By-pass And Diversion Roads Malabon Grande- San Juan - Mulawin Diversion Road, Tanza Section, Segment 6, Tanza, Cavite Contract Id No. : 25df0001 Contract Location : Tanza, Cavite Scope Of Works : Construction Of Road With Drainage Net Length : 1.70 Km Road, W = 3.50 M With 851.20 M Drainage (36” Rcpc) Approved Budget For The Contract : ₱ 49,000,000.00 Source Of Funds : Fy 2025 Nep For Dpwh Infra Program Contract Duration : 211 C.d. Size Range : Medium A License Category : B Cost Of Bidding Documents : ₱ 25,000.00 2. 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 Revetment Along Rio Grande River, Barangay Pasong Kawayan (east Side), General Trias City, Cavite Contract Id No. : 25df0002 Contract Location : General Trias City, Cavite Scope Of Works : Construction Of Revetment Net Length : 245.20 Lm Revetment Approved Budget For The Contract : ₱ 49,000,000.00 Source Of Funds : Fy 2025 Nep For Dpwh Infra Program Contract Duration : 195 C.d. Size Range : Medium A License Category : B Cost Of Bidding Documents : ₱ 25,000.00 3. Name Of Contract : Organizational Outcome 2 : Protect Lives And Properties Against Major Floods Flood Management Program Construction/ Maintenance Of Flood Mitigation Structures And Drainage Systems Construction Of Revetment Along Rio Grande River, Phase 2, Barangay Pasong Kawayan (east Side), General Trias City, Cavite Contract Id No. : 25df0003 Contract Location : General Trias City, Cavite Scope Of Works : Construction Of Revetment Net Length : 245.20 Lm Revetment Approved Budget For The Contract : ₱ 49,000,000.00 Source Of Funds : Fy 2025 Nep For Dpwh Infra Program Contract Duration : 195 C.d. Size Range : Medium A License Category : B Cost Of Bidding Documents : ₱ 25,000.00 Ib: 25df0001-25df0005 21d00042, 21page 2 Of 4 4. Name Of Contract : Organizational Outcome 2 : Protect Lives And Properties Against Major Floods Flood Management Program Construction/ Maintenance Of Flood Mitigation Structures And Drainage Systems Construction Of Revetment Along Taguilid River, Phase 2, West Section, Barangay Marulas, Kawit, Cavite Contract Id No. : 25df0004 Contract Location : Kawit, Cavite Scope Of Works : Construction Of Revetment Net Length : 598.00 Lm Revetment Approved Budget For The Contract : ₱ 96,500,000.00 Source Of Funds : Fy 2025 Nep For Dpwh Infra Program Contract Duration : 277 C.d. Size Range : Medium A License Category : B Cost Of Bidding Documents : ₱ 50,000.00 5. 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 Revetment Along Taguilid River, Phase 2, East Section, Barangay Marulas, Kawit, Cavite Contract Id No. : 25df0005 Contract Location : Kawit, Cavite Scope Of Works : Construction Of Revetment Net Length : 598.00 Lm Revetment Approved Budget For The Contract : ₱ 96,500,000.00 Source Of Funds : Fy 2025 Nep For Dpwh Infra Program Contract Duration : 277 C.d. Size Range : Medium A License Category : B Cost Of Bidding Documents : ₱ 50,000.00 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 Section Ii 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), 5 Th 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 8:00 Am To 5:00 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), Cavite 1 St District Engineering Office, And Inspect The Bidding Documents At The Address Given Below During Weekdays From 8am – 5pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On September 26 – October 16, 2024 @ 8am-5pm From The Address Below And Upon Payment Of The Applicable Fee For The Bidding Documents (amount 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 Website Of The Procuring Entity, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 6. The Department Of Public Works And Highways (dpwh), Cavite 1 Ib: 25df0001-25df0005 21d00042, 21page 3 Of 4 St District Engineering Office, Will Hold A Prebid Conference On October 3, 2024 @ 10:00 A.m. At Bidding Room, Dpwh Cavite 1 St District Engineering Office, Which Shall Be Open To Prospective Bidders. Bid Submission Maybe Done Manually Or Electronically/online. However, Bidders Should Only Select One Mode Of Submission, Either Manual Or Electronic. Similar To Manual Submission, The Guidelines For The Preparation And Submission Of An Electronic Bid Are Contained In The Bds. 7. Bids Must Be Duly Received By The Bac Secretariat At The Address Below For Manual Submission Or At Electronicbids_cavite1@dpwh.gov.ph For Electronic Submission On Or Before October 16, 2024 @ 10:00 A.m. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 15. 9. Bid Opening Shall Be On October 16, 2024 @ 10:00 A.m. At Bidding Room, Dpwh Cavite 1 St District Engineering Office 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 Rirr 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 To Be Bid. 11. The Department Of Public Works And Highways (dpwh), Cavite 1 St 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 35.6 And 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. Strict Implementation R.a. No. 6685 Which Was Approved On December 12, 1998 That Provides: “all Private Contractors, Including Subcontractors, To Whom Awards Are Made For The Undertaking Of National And Local Public Works Funded By Either National Government Or Any Local Government Unit Including Foreign Assisted Projects Must Hire At Least Fifty Percent (50%) Of The Unskilled And Thirty Percent (30%) Of The Skilled Labor Requirements From The Unemployed Bona Fide And Actual Residents In The Province, City And Municipality Who Are Ready, Willing And Able As Determined By The Governor, City Mayor Or Municipal Mayor Concerned Where The Projects Are To Be Undertaken: Provided, That The Labor Used Or To Be Used For The Manufacture Of Prefabricated Construction Materials And Other Materials Premade Outside The Place Of Project Implementation And Skilled Manpower Utilizes Or To Be Utilized For The Preparation Of Engineering Designs And Project Plans And Layouts Shall Be Exempted From The Labor Requirements Shall Be Based On The Maximum Number Of Locally Available Labor Resources Which Fact Shall Be Certified By The Municipal, City, Provincial Or District Engineer As Sufficient Compliance With The Labor Requirements Under This Act.” 13. Requiring An Accredited Project Engineer To Be Assigned To The Project As Per D.o. 156 Series Of 2023 For Interested Bidders. 14. For Further Information, Please Refer To: Adonis B. Angelia Bac Chairperson Dpwh, Cavite 1 St Deo, Brgy. De Ocampo Trece Martires City, Cavite Telephone No. (046) 404-5474 Reynante B. Salazar, Sr. Bac Secretariat Head Dpwh, Cavite 1 St Deo, Brgy. De Ocampo Trece Martires City, Cavite Telephone No. (046) 404-5474 Department Of Public Works And Highways Cavite 1 St District Engineering Office Brgy. De Ocampo, Trece Martires City, Cavite 15. You May Visit The Following Websites: For Downloading Of Bidding Documents At Www.dpwh.gov.ph. For Online Bid Submission At Electronicbids_cavite1@dpwh.gov.ph. September 26, 2024 Approved By: Adonis B. Angelia Bac Chairperson Noted By: Rolando F. Valdez District Engineer Ib: 25df0001-25df0005 21d00042, 21page 4 Of 4

Department Of Public Works And Highways - DPWH Tender

Philippines
Closing Date16 Oct 2024
Tender AmountPHP 49 Million (USD 876.1 K)
Details: Description Ib: 25df0001-25df0005 21d00042, 21page 1 Of 4 Republic Of The Philippines Department Of Public Works And Highways Office Of The District Engineer Cavite 1 St District Engineering Office Brgy. De Ocampo, Trece Martires City Invitation To Bid 1. The Department Of Public Works And Highways (dpwh), Cavite 1 St District Engineering Office, Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works: 1. Name Of Contract : Organizational Outcome 1 : Ensure Safe And Reliable National Road System Network Development Program Construction Of By-pass And Diversion Roads Malabon Grande- San Juan - Mulawin Diversion Road, Tanza Section, Segment 6, Tanza, Cavite Contract Id No. : 25df0001 Contract Location : Tanza, Cavite Scope Of Works : Construction Of Road With Drainage Net Length : 1.70 Km Road, W = 3.50 M With 851.20 M Drainage (36” Rcpc) Approved Budget For The Contract : ₱ 49,000,000.00 Source Of Funds : Fy 2025 Nep For Dpwh Infra Program Contract Duration : 211 C.d. Size Range : Medium A License Category : B Cost Of Bidding Documents : ₱ 25,000.00 2. 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 Revetment Along Rio Grande River, Barangay Pasong Kawayan (east Side), General Trias City, Cavite Contract Id No. : 25df0002 Contract Location : General Trias City, Cavite Scope Of Works : Construction Of Revetment Net Length : 245.20 Lm Revetment Approved Budget For The Contract : ₱ 49,000,000.00 Source Of Funds : Fy 2025 Nep For Dpwh Infra Program Contract Duration : 195 C.d. Size Range : Medium A License Category : B Cost Of Bidding Documents : ₱ 25,000.00 3. Name Of Contract : Organizational Outcome 2 : Protect Lives And Properties Against Major Floods Flood Management Program Construction/ Maintenance Of Flood Mitigation Structures And Drainage Systems Construction Of Revetment Along Rio Grande River, Phase 2, Barangay Pasong Kawayan (east Side), General Trias City, Cavite Contract Id No. : 25df0003 Contract Location : General Trias City, Cavite Scope Of Works : Construction Of Revetment Net Length : 245.20 Lm Revetment Approved Budget For The Contract : ₱ 49,000,000.00 Source Of Funds : Fy 2025 Nep For Dpwh Infra Program Contract Duration : 195 C.d. Size Range : Medium A License Category : B Cost Of Bidding Documents : ₱ 25,000.00 Ib: 25df0001-25df0005 21d00042, 21page 2 Of 4 4. Name Of Contract : Organizational Outcome 2 : Protect Lives And Properties Against Major Floods Flood Management Program Construction/ Maintenance Of Flood Mitigation Structures And Drainage Systems Construction Of Revetment Along Taguilid River, Phase 2, West Section, Barangay Marulas, Kawit, Cavite Contract Id No. : 25df0004 Contract Location : Kawit, Cavite Scope Of Works : Construction Of Revetment Net Length : 598.00 Lm Revetment Approved Budget For The Contract : ₱ 96,500,000.00 Source Of Funds : Fy 2025 Nep For Dpwh Infra Program Contract Duration : 277 C.d. Size Range : Medium A License Category : B Cost Of Bidding Documents : ₱ 50,000.00 5. 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 Revetment Along Taguilid River, Phase 2, East Section, Barangay Marulas, Kawit, Cavite Contract Id No. : 25df0005 Contract Location : Kawit, Cavite Scope Of Works : Construction Of Revetment Net Length : 598.00 Lm Revetment Approved Budget For The Contract : ₱ 96,500,000.00 Source Of Funds : Fy 2025 Nep For Dpwh Infra Program Contract Duration : 277 C.d. Size Range : Medium A License Category : B Cost Of Bidding Documents : ₱ 50,000.00 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 Section Ii 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), 5 Th 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 8:00 Am To 5:00 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), Cavite 1 St District Engineering Office, And Inspect The Bidding Documents At The Address Given Below During Weekdays From 8am – 5pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On September 26 – October 16, 2024 @ 8am-5pm From The Address Below And Upon Payment Of The Applicable Fee For The Bidding Documents (amount 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 Website Of The Procuring Entity, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 6. The Department Of Public Works And Highways (dpwh), Cavite 1 Ib: 25df0001-25df0005 21d00042, 21page 3 Of 4 St District Engineering Office, Will Hold A Prebid Conference On October 3, 2024 @ 10:00 A.m. At Bidding Room, Dpwh Cavite 1 St District Engineering Office, Which Shall Be Open To Prospective Bidders. Bid Submission Maybe Done Manually Or Electronically/online. However, Bidders Should Only Select One Mode Of Submission, Either Manual Or Electronic. Similar To Manual Submission, The Guidelines For The Preparation And Submission Of An Electronic Bid Are Contained In The Bds. 7. Bids Must Be Duly Received By The Bac Secretariat At The Address Below For Manual Submission Or At Electronicbids_cavite1@dpwh.gov.ph For Electronic Submission On Or Before October 16, 2024 @ 10:00 A.m. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 15. 9. Bid Opening Shall Be On October 16, 2024 @ 10:00 A.m. At Bidding Room, Dpwh Cavite 1 St District Engineering Office 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 Rirr 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 To Be Bid. 11. The Department Of Public Works And Highways (dpwh), Cavite 1 St 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 35.6 And 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. Strict Implementation R.a. No. 6685 Which Was Approved On December 12, 1998 That Provides: “all Private Contractors, Including Subcontractors, To Whom Awards Are Made For The Undertaking Of National And Local Public Works Funded By Either National Government Or Any Local Government Unit Including Foreign Assisted Projects Must Hire At Least Fifty Percent (50%) Of The Unskilled And Thirty Percent (30%) Of The Skilled Labor Requirements From The Unemployed Bona Fide And Actual Residents In The Province, City And Municipality Who Are Ready, Willing And Able As Determined By The Governor, City Mayor Or Municipal Mayor Concerned Where The Projects Are To Be Undertaken: Provided, That The Labor Used Or To Be Used For The Manufacture Of Prefabricated Construction Materials And Other Materials Premade Outside The Place Of Project Implementation And Skilled Manpower Utilizes Or To Be Utilized For The Preparation Of Engineering Designs And Project Plans And Layouts Shall Be Exempted From The Labor Requirements Shall Be Based On The Maximum Number Of Locally Available Labor Resources Which Fact Shall Be Certified By The Municipal, City, Provincial Or District Engineer As Sufficient Compliance With The Labor Requirements Under This Act.” 13. Requiring An Accredited Project Engineer To Be Assigned To The Project As Per D.o. 156 Series Of 2023 For Interested Bidders. 14. For Further Information, Please Refer To: Adonis B. Angelia Bac Chairperson Dpwh, Cavite 1 St Deo, Brgy. De Ocampo Trece Martires City, Cavite Telephone No. (046) 404-5474 Reynante B. Salazar, Sr. Bac Secretariat Head Dpwh, Cavite 1 St Deo, Brgy. De Ocampo Trece Martires City, Cavite Telephone No. (046) 404-5474 Department Of Public Works And Highways Cavite 1 St District Engineering Office Brgy. De Ocampo, Trece Martires City, Cavite 15. You May Visit The Following Websites: For Downloading Of Bidding Documents At Www.dpwh.gov.ph. For Online Bid Submission At Electronicbids_cavite1@dpwh.gov.ph. September 26, 2024 Approved By: Adonis B. Angelia Bac Chairperson Noted By: Rolando F. Valdez District Engineer Ib: 25df0001-25df0005 21d00042, 21page 4 Of 4
3261-3270 of 3283 active Tenders