Shoes Tenders
Shoes Tenders
City Of Pagadian Tender
Automobiles and Auto Parts
Philippines
Details: Description Bids And Awards Committee Request For Quotation The City Government Of Pagadian, Through Its Bids And Awards Committee (bac), Invites Suppliers/manufacturers/distributors To Apply For Eligibility And If Found Eligible, To Bid For The Hereunder Supplies/goods Charged To 8751-200-5-02-13-060-01/2saip24-1000rf-2n (repair & Maintenance Expenses), Pagadian City, As Described Below: Goods-2025-01-70 Procurement Of Spareparts & Accessories For The Repair & Maintenance Of Motor Vehicle. Item No. Qty Unit Of Issue Description Approved Budget For The Contract (abc) Unit Cost ₱ Total Cost ₱ 1 2 Pcs Tire 205/80 R15 5,952.00 11,904.00 2 1 Pc Primer Pump Assy With Filter 2,393.00 2,393.00 3 2 Pcs Battery 11plates N70l 7,440.00 14,880.00 4 7 Liters Brake Fluid 353.00 2,471.00 5 2 Pcs Brake Shoe Coaster 1,292.00 2,584.00 6 2 Pcs Oil Seal 2,970.00 5,940.00 7 28 Liters Engine Oil 496.00 13,888.00 8 1 Pc Battery 21 Plates 11,175.00 11,175.00 9 2 Pcs Battery 11 Plates 6,006.00 12,012.00 10 3 Liters Atf Oil 318.00 954.00 11 3 Pails Oil # 140 6,710.00 20,130.00 12 2 Pcs Oil Filter 2,434.00 4,868.00 13 2 Pcs Fuel Filter 1,527.00 3,054.00 14 1 Pail Grease 8,432.00 8,432.00 15 1 Pail Oil #10 6,068.00 6,068.00 16 2 Pcs Tire 700 X 16 Tubeless 7,666.00 15,332.00 17 1 Pc Fuel Pump Assy 3,053.00 3,053.00 18 1 Pc Oil Filter Lf 3349 1,362.00 1,362.00 19 1 Pc Fuel Filter Fc-208a 528.00 528.00 20 4 Liters Radiator Coolant 396.00 1,584.00 21 2 Pcs Battery 12v N70l 6,130.00 12,260.00 22 1 Pc Water Temperature Gauge 1,155.00 1,155.00 Grand Total ₱ 156,027.00 " Quotation Forms Are Now Available At The Bac Secretariat And Upon Payment Of A Non-refundable Amount At 100.00 Per Set To The City Treasurer's Office-cashier. Quotations Are Evaluated On Lot Basis. Price Quotation Is Valid For 30 Calendar Days After Bid Opening." Submit Your Quotation Forms In A Sealed Envelope Per Project To The Bids And Awards Committee /secretariat On Or Before January 30,2025, 2:00 P.m. At The City General Services Office, City Hall, Pagadian City. The Bids And Awards Committee (bac) Reserves The Right To Reject Any And/ Or All Quotation Or Part Thereof, To Waive Formality Therein And/or To Accept The Quotations As May Be Considered Most Advantageous To The City Government Of Pagadian. Ms. Jenny Rose Z. Egama Bac Chairperson Date Of Publication: January 22, 2025 To January 30, 2025
Closing Date30 Jan 2025
Tender AmountPHP 156 K (USD 2.6 K)
UNIVERSIDAD DE MANILA Tender
Automobiles and Auto Parts
Philippines
Details: Description I. Background Per Ordinance No. 8635 Dated April 27, 2020 Of The City Council Of Manila, The Universidad De Manila (udm) Was Granted Its Fiscal Autonomy And Shall Be Treated As An Independent And Institutional Department Of The City Of Manila Wherein The Management Of Fiscal, Human Resources, And All Other Assets Shall Be Within Its Control. Ii. General Conditions 1. All Quotations Must Be Typewritten Legally. 2. Philgeps Registration Number, Mayor’s Or Business Permit, Bir Registration (form 2303), Dti/cda/sec Registration, And Notarized Omnibus Sworn Statement Shall Be Attached Upon Submission Of The Quotation. 3. All Quotations Shall Be Considered Fixed Prices And Not Subject To Price Escalation During The Contract Implementation. Iii. Specific Deliverables 1. The Provider/contractor Shall Deliver The Supply Of Labor And Materials For The Repair Of, Details As Follows: Qty Unit Scope Of Works 1 Lot 8 Liters Engine Oil 1 Pc. Air Filter 1 Pc. Oil Filter 1 Pc. Fuel Filter 1 Lot Egr Over-hall And Cleaning 1 Lot Cleaning Of Air Conditioning Unit 1 Lot Replace Busted Bulbs 1 Lot Repair And Repainting Of Rear Door 2 Pcs Wiper Blade Replaced 1 Lot Replace Brake Shoe, Bearings, Wheel Cap And Adjust Brake And Cleaning 1 Lot Check Electrical Harness 1 Lot Check Atf Fluid 1 Lot Body Buffing 4 Pcs Tires 2. The Provider/contractor Shall: 2.1 Conduct Of Thorough Inspection Of The Toyota Innova Vr 1057; 2.2 Inform Udm Of The Availability Of Parts And Supplies For Inspection Before Installation 2.3 Surrender All Waste Materials To Udm Upon Completion Of The Repair; 2.4 Accept Back Job Repairs Of Any Defect/s, Within The Warranty Period As Provided In Section Vii Of This Terms Of Reference Without Any Cost To Udm. Such Back Job Repairs Shall Be Undertaken By The Provider/contractor Within 24 Hours Upon Receipt Of Notice From Udm. Incidental Cost Like Towing Fee, Fuel, Among Others, Shall Be For The Account Of The Provider/contractor. Iv. Institutional Requirement 1. The Provider/contractor Shall Ensure That Its Employees Have The Technical Know-how And Capability To Do The Job Required For The Repair. 2. The Accountability Of The Service Vehicle Will Be Transferred To The Provider/contractor While It Was On Their Possession During The Period Of Trustworthy, Reliable And Dependable Crews/employees Are Expected From The Service Provider. 3. The Provider Shall Issue A Certificate Of Warranty. V. Schedule Of Delivery The Supply Of Labor And Materials For The Repair Of Toyota Innova Vr 1057 Shall Be Within 30 Calendar Days From Receipt Of The Notice To Proceed. Vi. Liquidated Damages In Case Of Delay In The Delivery Of Expected Service, The Amount Of The Liquidated Damages Shall Be At Least Equal To The One-tenth (1/10) Of One Percent (1%) Of The Cost Of The Unperformed Portion For Every Day Of Delay. Once The Cumulative Number Of Liquidated Damages Reaches 10% Of The Amount Of Contract, The Udm Shall Rescind The Contract, Without Prejudice To Other Courses Of Action And Remedies Open To It. Vii. Warranty 1. The Provider Shall Replace The Items Which Were Found Defective/substandard To Ensure That All Items Are Free From Production Defects. 2. A Warranty Security, In The Item Of Retention Money, Shall Be Withheld Equivalent To 1% Of The Total Contract Price To Cover Warranty. The Said Amount Shall Only Be Released After The Lapse Of The Warranty Period. 3. The Repair Job Shall Have A Warranty Period Of Six (6) Months From Udm’s Final Acceptance Of The Job Done By The Provider/contractor. Viii. Remuneration And Terms Of Payments The Provider/contractor Shall Be Paid Upon Udm’s Issuance Of The Corresponding Certificate Of Acceptance And Receipt Of Statement Of Account, Subject To Deduction Of Applicable Taxes. Ix. Approved Budget For The Contract The Approved Budget For The Contract Is ₱129,350.00.
Closing Date31 Jan 2025
Tender AmountPHP 128.3 K (USD 2.1 K)
City Government Iligan Tender
Civil And Construction...+1Building Construction
Corrigendum : Closing Date Modified
Philippines
Details: Description Invitation To Re-bid The Iligan City Government Bids And Awards Committee (bac), Through General Fund / Sb No. 1 Cy 2023 Intend To Apply The Sum Of P6,743,095.30 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Construction Of Halfway House Including Amenities, Brgy. Rogongon, Iligan City With Project No. Cb(b)-24-123 (ceo-infra) Re-bid. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. The Iligan City Government Bids And Awards Committee Now Invites For The Supply And Delivery Of Items Below-stated: Particulars Construction Of Halfway House Including Amenities, Brgy. Rogongon, Iligan City • Earth Works - Excavation For Foundations , Septic Vault,ground Tank, Grease Trap And Catch Basin - Backfilling, Earth Fill And Gravel Fill For Foundations And Building Area • Concrete Works - Concreting For Foundations ,columns, Beams, Ground Floor And 2nd Floor Slabs, Staircase , Roof, Septic Vault, Ground Tank, Grease Trap And Catch Basin - Formworks For Columns And Beams, And Scaffoldings For Building Construction • Masonry Works - Chb Walling For Building Exterior (foundation To 2nd Floor) ,chb For Ground Floor Interior Walling Up To Floor Line, Chb For Septic Vault, Ground Tank, Grease Trap And Catch Basin • Steel Reinforcement - Installation Of Deformed Steel Reinforcing Bars For Concrete And Masonry Structures • Steel Works - Construction Of Roofing Trusses And Purlins • Doors & Windows - Fabrication & Installation Of Ground Floor Doors And Windows (exterior) • Tinsmithry - Building Roofing Using Prepainted Rib-type Roofing Sheets And Prefab Ridge Rolls • Plumbing - Laying Of Embedded Waste And Water Lines For Ground Floor And Second Floor I. Project Billboard (q = 2.00 Sets) Includes 4' X 8' Tarpaulin, 8' X 8' Tarpaulin, 2" X 3" X 14' Coco Lumber, 2" X 3" X 10' Coco Lumber, 2" X 2" X 8' Coco Lumber, Assorted Sizes C.w. Nails. Ii. Occupational Safety And Health Program (q = 1.00 L.s.) Includes Safety Shoes, Safety Helmet, Safety Gloves, Specialized Ppe. Iii. Permits And Clearance (q = 1.00 L.s.) Includes Fire Safety Evaluation Fee, Brgy. Clearance For Construction Fee, Professional Fee, White Print (a-3). Iv. Mobilization / Demobilization (q = 1.00 Lot) V. Earthworks (q = 253.00 Cu.m.) A. Excavation (q = 131.00 Cu.m.) Includes Volume To Be Excavated. B. Earth Fill (q = 85.00 Cu.m.) Includes Volume For Earth Fill (includes Compaction): Petrun Soil (for Earth Fill) (w/ Compaction). C. Gravel Bedding (q = 37.00 Cu.m.) Includes Volume For Gravel Bedding: 1-1/2" Gravel Bedding (0.10m Thk.). Vi. Concrete Work, Formwork &. Scaffolding (q = 148.31 Cu.m.) Includes Portland Cement Type 1astm C-150 Pns 07, Washed Sand, Washed Gravel, (for Formworks And Scaffoldings): 1.2mm Thk. X 1.0m Width Composite Steel Deck, 4'x8'x1/4"thk. Marine Plywood, 2" X 2" X 12' Coco Lumber, Assorted Sizes C.w. Nails, Steel Scaffolding (including Complete Accessories) Vii. Masonry Work ( Q = 598.28 Sq.m.) Includes 4" X 8" X 16" Chb (700psi), Portland Cement Type 1astm C-150 Pns 07, Washed Sand, Skim Coat (20kg). Viii. Steel Reinforcement ( Q = 22,027.74 Kgs.) Includes 20mmø X 6000mm Dsb (grade 40), 16mmø X 6000mm Dsb (grade 40), 12mmø X 6000mm Dsb (grade 40), 10mmø X 6000mm Dsb (grade 40), #16 Gi Tie Wire. Ix. Steel Work ( Q = 257.00 Lengths) Includes 50mm X 50mm X 6mm Thk. Angle Bar (6m/length), 38mm X 38mm X 6mm Thk. Angle Bar (6m/length), 50mm X 50mm X 2mm Thk Tubular Bar (6m/length), 50mm X 100mm X 1.2mm Thk. C-purlins (6m/length), 1.2m X 2.4m X 10mm Thk. Ms Plate, Welding Rod (6011), Grinding Disk, Cutting Disk. X. Doors &. Windows (q = 15.00 Units) Includes D1: 4000mm X 2150mm (4 - 1000mm X 2150mm Panels) Fixed Glass Partition W/ Aluminum Framed Double Glass Swing Door, W/ Complete Accessories; D6: 800mm X 2150mm Flush Door, Including Door Knob, Jambs And Accessories; Wl: 2300mm X 1200mm (4 - 600mm X1200mm Panels) Analok Frame Sliding Window W/ 1/4" Thk. Bronze Glass; W2: 2500mm X 1200mm (2 - 1250mm X 1200mm Panels) Analok Frame Sliding Window W/ 1/4" Thk. Bronze Glass; W3: 2500mm X 800mm (2 - 1250mm X 800mm Panels) Analok Frame Sliding Window W/ 1/4" Thk. Bronze Glass; W4: 600mm X 600mm Analok Frame Awning Window W/ 1/4" Thk. Bronze Glass. Xi. Tinsmithry (q = 227.00 Ln.m.) Includes 1.1m X 0.50mm Thk Prepainted Rib-type Roofing, 0.9m X 2.4m X 0.5mm Thk. Prefab Ridge Roll, Tek Screw, Vulca Seal, 5mm Thk X 1000mm Insulation Foam (50m/roll), Touch-up Paint (500ml/can) . Xii. Plumbing (q = 1.00 Lot) Includes 4"x 4" Floor Drain, Stainless; 6" Dia. X 10' Pvc Pipe, S-1000; 4" Dia. X 10' Pvc Pipe, S-1000; 2" Dia. X 10' Pvc Pipe, S-1000; 6" Dia. Pvc Cleanout; 6" Dia. Pvc Coupling; 4" Dia. Pvc Elbow, 1/4 Bend; 4" Dia. Pvc Sanitary Tee; 4" Dia. Pvc Cleanout; 4" Dia. Pvc P-trap; 4" Dia. Pvc Coupling; 6" To 4" Pvc Tee Reducer; 4" To 2" Pvc Tee Reducer; 4" To 2" Pvc Bushing Reducer; 2" Dia. Pvc Elbow, 1/4 Bend; 2" Dia. Pvc Wye; 2" Dia. Pvc Tee; 2" Dia. Pvc P-trap; 2" Dia. Pvc Cleanout; 2" Dia. Pvc Coupling; Pvc Cement,400 Cc; 1/2" Dia. G.i. Elbow; 1/2" Dia. G.i. Tee; 1/2" Dia. X 4" G.i. Nipple; 1/2" Dia. G.i. Coupling; 1/2" Dia. X 20' G.i. Pipe, S-40; 1/2" Dia. Float Valve; 1/2" Dia. Gate Valve; Teflon Tape (big). Approved Budget For The Contract (abc): P 6,743,095.30 Required Bid Security: 2% Of The Abc If Cash, Manager’s Check; Bank Draft/guarantee, Irrevocable Letter Of Credit Confirmed Or Authenticated By A Universal Or Commercial Bank; And 5% Of The Abc If Surety Bond Callable Upon Demand Issued By A Surety Or Insurance Company Duly Certified By The Insurance Commission As Authorized To Issue Such Security Delivery Period Is Within One Hundred Sixty (160) Calendar Days From Receipt Of Notice To Proceed. Bidders Should Have Completed, Within Five (5) 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. Instruction To Bidders. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The Implementing Rules And Regulations (irr) Of Republic Act (ra) 9184, Otherwise Known As The “government Procurement Reform Act”. 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 5183 And Subject To Commonwealth Act 138. Interested Bidders May Obtain Further Information From Iligan City Government And Inspect The Bidding Documents During Office Hours From 8:00 A.m. – 12:00 P.m. And 1:00 P.m. – 5:00 P.m. At The Office Of The Bids And Awards Committee, Room 205, Left Wing, 2nd Floor, Sp Bldg., Buhanginan Hills, Palao, Iligan City. The Complete Schedule Of Activities Is Listed, As Follows: Activities Schedule 1.pre - Procurement: October 18, 2024 – 9:30 A.m. At Casimero P. Cabigon Hall, 2nd Floor City Hall Main Bldg., Buhanginan Hills, Pala-o, Iligan City 2.issuance Of Bid Documents: January 7 – January 28, 2025 – 8:00 A.m. At Room 205, Left Wing, 2nd Floor, Sp Bldg., Buhanginan Hills, Palao, Iligan City. 3.pre-bid Conference: January 14, 2025 – 9:30 A.m. At Casimero P. Cabigon Hall, 2nd Floor City Hall Main Bldg., Buhanginan Hills, Pala-o, Iligan City 4.submission Of Bids: January 28, 2025 – 9:30 A.m. At Casimero P. Cabigon Hall, 2nd Floor City Hall Main Bldg., Buhanginan Hills, Pala-o, Iligan City 5.opening Of Bids: January 28, 2025 – 9:30 A.m. At Casimero P. Cabigon Hall, 2nd Floor City Hall Main Bldg., Buhanginan Hills, Pala-o, Iligan City A Complete Set Of Bidding Documents Will Be Available To Prospective Bidders Upon Payment Of A Non-refundable Amount Of P10,000.00 To The Iligan City Government Cashier, At The Bac Office, 2nd Floor, City Hall Main Building, Buhanginan Hills, Pala-o, Iligan City. The Iligan City Government 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. Furthermore, The City Government Of Iligan Assumes No Responsibility Whatsoever To Compensate Or Indemnify Bidders For Any Expense Or Loss Incurred In The Preparation And Submission Of The Eligibility Statements And Bids. Approved By: (signed)darwin J. Manubag, Phd. Bac Chairman Date Of Advertisement/posting: January 7, 2025 Place Of Posting/advertisement: City Hall/ibjt Bulletin Boards, Iligan Official Website, Phil-geps Itb No. 24-123 (ceo-infra)
Closing Date28 Jan 2025
Tender AmountPHP 6.7 Million (USD 114.9 K)
Bulacan State University Tender
Textile, Apparel and Footwear
Corrigendum : Tender Amount Updated
Philippines
Details: Description Combative Sports Equipment 1 40 Pairs Arnis Padded Sticks "size: 28 Or 30 Inches Long Color : Red 20 Pcs Color: Blue 20 Pcs." 2 2 Pcs Arnis Live Stick Armor "color Blue (1 Pc) Color Red (1 Pc) Size: # 1 For Adult " 3 20 Pcs Painted Live Stick (rattan) "color: Red (10 Pcs) 'color: Blue (10 Pcs)" 4 5 Pcs Arnis Wooden Sword Replica "material: Mahogany Wood / Yakal / Bahi Wood 'weapon Type: Kris 'use For Arnis Anyo" 5 5 Pcs Arnis Wooden Dagger Replica "material: Mahogany Wood / Yakal / Bahi Wood 'weapon Type: Knife 'use For Arnis Anyo" 6 2 Pairs Arnis Live Stick Hand Gloves "size: # 1 Color: Blue Size : # 1 Color: Red Velcro Strap" 7 4 Pairs Arnis Live Stick Leg Guard "size : # 2 Large Color : Blue Size : # 2 Large Color : Red Velcro Strap And Garter Strap " 8 4 Pcs Arnis Live Stick Arm Guard "size : # 2 Color : Blue Size : # 2 Color : Red Velcro Strap And Garter Strap " 9 2 Pcs Taekwondo Head Gear "with Thick Gartered Strap And Chin Protector 'round Air Channels 'double-layer Ear Padding 'color: Red Sizes: 1 Pcs. Large 'color: Blue Sizes: 1 Pcs. Large 'philippine Taekwondo Association (pta) Approved." 10 30 Pcs Single Mouth Guard "color: Transparent Design: Single Mouth Guard Size : 30 Pcs. Senior Size" 11 2 Pcs Taekwondo Body Armor "size Large (1 Pc) 'size Extra Large (1 Pc) High-grade, Leatherette Material 'criss-cross Tying System, Shoulder Guards, And Back Guards. Colors: Blue, Red (reversible) Philippine Taekwondo Association (pta) Approved " 12 3 Pcs Taekwondo Groin Guard (male) "1 Pcs. Large '2 Pcs Xtra Large 'dual-velcro Strap Color : White Philippine Taekwondo Association (pta) Approved " 13 3 Pcs Taekwondo Groin Guard (female) "2 Pcs. Medium '1 Pcs Large 'dual-velcro Strap Color : White Philippine Taekwondo Association (pta) Approved " 14 3 Set Taekwondo Pu Elite Shin And Arm Guard With Elbow Support "2 Pcs. Large '1 Pc Xl '(pu Shin And Arm With Elbow Guard Protection) 'color: White 'philippine Taekwondo Association (pta) Approved" 15 3 Pairs Taekwondo Hand Gloves "1 Pcs. Size : Xtra Large 2 Pcs. Size : Large 'color : White 'soft Synthetic Leather 'semi-open Palm 'spandex Type Strap With Velcro Strip Philippine Taekwondo Association (pta) Approved " 16 3 Pairs Taekwondo Foot Gloves "1 Pc. Size : Medium '1 Pc. Size : Large 1 Pc. Size : Extra Large 'color : White 'soft Synthetic Leather 'semi-open Palm 'spandex Type Strap With Velcro Strip Philippine Taekwondo Association (pta) Approved " 17 8 Pcs Double Kick Pad "dual Face Targets 'with Wrist Strap 'color : Black 'made From Synthetic Leather And Eva Foam 'philippine Taekwondo Association (pta) Approved" 18 5 Pcs Taekwondo Kick Shield "color : Black 'made From Synthetic Leather And Eva Foam '6 - 8 Inches Thick Foam With 2 Back Hundle " 19 8 Pairs Karate - Gloves And Hand Protector "world Karate Federation (wkf) Approved 'removable Foot Attached To The Shin With Velcro 'size Small (1pc Red, 1 Pc Blue) 'size Medium (1 Pc Red, 1 Pc Blue) 'size Xtra Large (2 Pcs Red, 2 Pcs Blue) 'high-grade, Leatherette Material 'criss-cross Tying System, Shoulder Guards, And Back Guards. 'colors: Blue And Red " 20 8 Pairs Karate - Do In Step Shin Guard And Foot Protector "world Karate Federation (wkf) Approved 'removable Foot Attached To The Shin With Velcro 'size Small (1pc Red, 1 Pc Blue) 'size Medium (1 Pc Red, 1 Pc Blue) 'size Xtra Large (2 Pcs Red, 2 Pcs Blue) 'high-grade, Leatherette Material 'criss-cross Tying System, Shoulder Guards, And Back Guards. 'colors: Blue And Red " 21 5 Pcs Karate Chest Body Protector "world Karate Federation (wkf) Approved 'thickness : 4-6cm, Lace Type, 'hick High-elastic Foam 'size: Small 1 Pc 'size: Medium 2 Pcs 'size: Xtra Large 2 Pcs Color : White" 22 10 Pcs Badminton String "gauge0.61 Mm / 22 Ga 'length 10 M (33 Ft) 'core High Intensity Nylon Multifilament 'color: Any" 23 50 Tube Shuttlecocks "material: Grade Feathers Goose '12 Pcs. Per Tube 'speed : 77 '25 To 28 Mm (0.98 1.10 In Diameter Cork '62 To 70 Mm (2.4 To 2.8 In) Length 16 Pcs. Goose Feather For Competition Standard " Boxing Equipment 24 1 Pair Boxing Gloves "100% Genuine Leather Velco Wrist Strap Weight : 16 Oz Color : Any Color 1 Pair Weight : 16 Oz Association Of Boxing Alliances In The Philippines (abap) Approved " 25 2 Pairs Boxing Mitts "material : Syntetic Leather, Eva Foam Velco Wrist Strap Pad Area: 23cm H X 18.5 Cm W" 26 8 Pcs Boxing Mouth Guard "8 Pcs. Senior Size 'color: 4 Red And 4 Blue 'association Of Boxing Alliances In The Philippines (abap) Approved " Ball Games Equipment 27 4 Pair Football And Futsal Goalkeeper Gloves "material: Polyurethane, Ethylene Vinyl Acetate, Rubber Size: 2 Pairs Large And 2 Pairs Extra Large Color: Any Color For Adults" 28 12 Pcs Football Ball "leather Or Synthetic Leather. 'circumference Of 68–70 Cm (27–28 In) 'weight Of Between 410–450 G (14–16 Oz) 'size : 5 'fifa-approved" 29 6 Pcs Futsal Ball "leather Or Synthetic Leather. 410 – 430 G Size : 4 'fifa-approved" 30 10 Pcs Volleyball Ball "circumference (mm) 650- 670 Weight (g) 260- 280 For Indoor Volleyball Double Dimpled Microfiber Mv 300 Size : 5 'latest World Fivb Official Ball Approved " 31 10 Pcs Sepak Takraw Ball "3 Pcs For Women Size And 7 Pcs For Men Size Size: 0.41m To 0.43m 12 Holes And 20 Intersections Circumference (13 Cms Diameter) 42 To 44 Cm (16.5–17.3 In) For Men And From 43 To 45 Cm (16.9–17.7 In) For Women 'approved By Istaf" 32 6 Pcs Basketball Ball (women) "circumference: 29.5 Inches (75 Cm) Size :6 Weight: 22 Oz 12 Panel And 2 Tone Design" 33 4 Pcs Basketball Ball (men) "circumference: 29.5 Inches (75 Cm) Size :7 Weight: 22 Oz 12 Panel And 2 Tone Design" 34 2 Pcs Coaching Board "sport: Basketball Material : Pvc" 35 24 Pcs Baseball Ball "material: Lether Cushioned Cork Center 9 To 9.25 Inches (229 To 235 Mm) Weight: 5 To 5.25 Ounces Official Ball" 36 24 Pcs Softball Ball "optic Yellow Synthetic Cover With Red Stitching Cor .52, Max 300 Lbs. Size: 11"", 12"" Material: Synthetic Leather" 37 2 Pc Volleyball Net "material : Mesh Rein Nylon 210t, 60 Reins Upper Cable: Steel Cable 3.0mm Upper Belt: 7cm, Bottom Belt 5cm, Tarpaulin Meets Fivb Regulation Color: Black Size 1m (width), 9.5m (length), 10cm Square Box Net" 38 1 Pc Beach Volleyball Line "outside Sand Court Dimensions: 52.5 Ft Length By 26.2 Ft Width Or 16 M By 8 M 2 Inches Line Width Material: Nylon Color Black + Anchors 'with Carrying Bag" Athletics Equipment 39 2 Pcs Starting Block "height: 50 Mm Length: 86 Mm Width:82mm (rail Width) 'chrom Plated 8mm Steel Plate 'weight : 9kg Aluminuim Pedal: Block Rubber Matt Pedal Size1: 20mm×190mm Adjustable Height :15-22cm Bottom Is Equipped With Nail And World Athletics Approved" 40 400 Pcs Stainless Spikenails "shape: Pyramidal Form Size : 6 Mm 400 Pcs For All Brand Of Track And Field Shoes" 41 2 Pcs Athletic Discus "weight :1 Pc 2 Kg / 22cm In Diameter For Men Weight: 1 Pc 1 Kg / 18cm In Diameter For Women" 42 1 Pcs Meter / Metro Length: 100 Meter 43 2 Pcs Javelin "1pc 600g For Women 1pc 800g For Men World Athletics Approved" 44 1 Set Athletics Relay Baton "300 Mm Long X 38 Mm Diameter For Adults 8 Pcs Per Set World Athletics Approved" 45 8 Pcs Athletic Hurdles "adjustable Material: Aluminum And Hard Pvc Plastic Height : 0.76 - 1.06 Cm Length: 1.2 M Depth 0.71m Weight: 14kg " 46 20 Pcs Muller Tape "made Of Hospital-grade, 100% Cotton Backcloth Size: 1 And 1/2 Inche 3.8cm For Sports (1 Roll) Color: White" 47 20 Pcs Pro Warp Tape "size: 1 And 3/4 Inches Material:foam" 48 20 Pcs Muscle Tape (kinesiology Tape) "elastic Waterproof 16 Ft. Uncut Roll Color : Any Color" 49 30 Cans Topical Aerosol Rapid Relief Spray 50ml Table Tennis Equipment 50 20 Boxes Table Tennis Ball "size 44 'color: White Tri Star Professional Competition Standard" 51 10 Pcs Table Tennis Rubber Sheets "class: High Tension Pimples - In 'surface: Pimples - In 'speed: 13 Spin: 10 Thickness : 2.1 Mm Color : Black 10 Pcs. Hardness: 35 Professional Competition Standard (for Varsity Athletes)" 52 10 Pcs Table Tennis Rubber Sheets (backhand) "class: High Tension Pimples - In 'surface: Pimples - In 'speed: 13 'spin: 10 'thickness : 2.1 Mm Color : Red 10 Pcs. Hardness: 35 'professional Competition Standard (for Varsity Athletes)" 53 2 Pcs Table Tennis Racquet Adhesive "100 Ml 'water Base Glue" Swimming Equipment 54 6 Pcs Kick Board "color: Any '17 X 11.5 Inches 'for Adults" 55 6 Pair Hand Paddle "length: 21 Width: 18 Size Small (2pcs) 'length: 23 Width: 20 Size Medium (2pcs) 'length: 25 Width: 21 Size Large (2pcs) For Adults" 56 4 Pairs Swimming Fins "size: 8 (1 Pc) Size: 9 (1 Pc) Size: 10 (1pc) Size: 11 (1pc) For Adults" 57 4 Pcs Snorkle (front) "silicone Mouthpiece Front Configuration 44 Cm / 17.32 Inches" 58 2 Pcs Swimming Resistance Parachute "30 Cm - 40 Cm (2pcs) With Belt And Clip " 59 4 Unit Massage Gun Machine "30 Speed (5 Constant Speed And 2 Automatic) '6 Heads 'battery Capacity: 1500mah 'material: Plastic And Metal Paint 'rechargable 2-3 Hours" 60 15 Pcs Yoga Column Roller "size: 33 X 14 Cm 'material: Eva 'color: Any Color" 61 25 Tubes Lawn Tennis Ball "4 Pcs Per Tube 'color: Yellow Green 'itf Approved (for Professional)" Note: All Equipment Is To Be Double-checked By The Bulsu Coaches For Authentication Purposes. By Lot
Closing Date17 Jan 2025
Tender AmountPHP 746.6 K (USD 12.7 K)
Department Of Education Region Ix Tender
Automobiles and Auto Parts
Philippines
Details: Description Contract Of Service Provider For The Preventive Maintenance Servicing (pms) And Possible Repairs Of The Service Vehicles January To December 2025 Preventive Maintenance Servicing: Frequency: Quarterly February 2025, May 2025, August 2025 & November 2025 And/or As The Need Requires Toyota Hi-ace (a9 Y209) 4 Packs 6,493.00 Toyota Hi-ace (po F340) 4 Packs 6,493.00 Toyota Hi-ace (p5 Y896) 4 Packs 6,493.00 Inclusion: Materials Brake Cleaner, 12 Pcs. Engine Flush, 24 Liters Fuel Filter, 12 Pcs Engine Oil (7 Liters/quarter/service Vehicle), 84 Liters Labor Engine Change Oil Replace Fuel Filter Brake Cleaning Toyota Avanza (a9f-819) 4 Packs 4,089.00 Inclusion: Materials Brake Cleaner, 4 Pcs Engine Flush, 8 Liters Oil Filter, 4 Pcs Engine Oil, 16 Liters Labor Brake Cleaning Engine Change Oil Replace Fuel Filter Toyota Innova (092006) 4 Packs 4,089.00 Inclusion: Materials Brake Cleaner, 4 Pcs Engine Flush , 8 Liters Fuel Filter, 4pcs Engine Oil, 16 Liters Labor Brake Cleaning Engine Change Oil Replace Fuel Filter Mitsubishi Strada (b6-t490) 4 Packs 6,769.00 Mitsubishi Strada (092009) 4 Packs 6,769.00 Inclusion: Materials Brake Cleaner, 8 Pcs Engine Flush, 16 Liters Fuel Filter, 8 Liters Engine Oil (7 Liters/quarter/service Vehicle), 56 Liters Labor Engine Change Oil Replace Fuel Filter Brake Cleaning Minor/major Repairs: Inclusive Of Installation/labor And Materials Tire Branded Toyota Avanza (a9f-819), 185x70xr14 4 Pcs 5,450.00 Toyota Innova (tmi 916), 205/65/r15 4 Pcs 6,350.00 Toyota Hi-ace (a9 Y209), 195 R15 4 Pcs 7,700.00 Toyota Hi-ace (po F340), 195 R15 4 Pcs 7,700.00 Toyota Hi-ace (p5 Y896), 195 R15 4 Pcs 7,700.00 "mitsubishi Strada (b6-t490), 265/60 R18, All Terrain" 4 Pcs 17,900.00 "mitsubishi Strada (092009), 265/60 R17, All Terrain" 4 Pcs 17,950.00 Brake Pads Branded (original) Toyota Avanza (a9f-819) 2 Set 2,200.00 Mitsubishi Strada (b6-t490) 2 Set 7,350.00 Toyota Hi-ace (a9 Y209) 2 Set 2,550.00 Toyota Hi-ace (po F340) 2 Set 2,550.00 Toyota Hi-ace (p5 Y896) 2 Set 2,550.00 Toyota Innova (tmi 916) 2 Set 3,650.00 Mitsubishi Strada (092009) 2 Set 7,350.00 Brake Shoe Toyota Hi-ace (a9 Y209) 1 Set 3,770.00 Toyota Hi-ace (po F340) 2 Set 3,770.00 Toyota Hi-ace (p5 Y896) 1 Set 3,770.00 Mitsubishi Strada (b6-t490) 1 Set 3,860.00 Battery Branded Toyota Avanza (a9f-819) 1 Unit 6,580.00 Mitsubishi Strada (b6-t490) 1 Unit 10,850.00 Toyota Hi-ace (a9 Y209) 1 Unit 9,750.00 Toyota Hi-ace (po F340) 1 Unit 9,750.00 Toyota Hi-ace (p5 Y896) 1 Unit 9,750.00 Toyota Innova (tmi 916) 1 Unit 8,500.00 Mitsubishi Strada (092009) 1 Unit 10,850.00 Generator Set 1 Unit 10,850.00 Provision/s: - Free Use Of The Amenities - Free Check Up
Closing Date28 Jan 2025
Tender AmountPHP 600 K (USD 10.2 K)
City Government Of Isabela Tender
Furnitures and Fixtures
Philippines
Details: Description 1. The City Government Of Isabela, Basilan, Intends To Apply The Sum Of Four Million Two Hundred Thirty-three Thousand Nine Hundred Seventy-eight Pesos Only (₱4,233,978.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Procurement Of Furniture For The New City Hall Building. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The City Government Of Isabela, Basilan Now Invites Bids For Procurement Of Furniture For The New City Hall Building To Wit: Stock Quantity Unit Of Item Description 1 17 Pcs Executive Table 2 17 Pcs Executive Chair Employee Tables: 3 7 Pcs A. 6-person Workstation 4 2 Pcs B. 4-person Workstation 5 110 Pcs C. Single Workstation 6 160 Pcs Employee Chair 7 2 Pcs Conference Table 8-seater 8 16 Pcs Conference Chairs 9 25 Pcs Visitors Chairs 10 28 Pcs Printer Tables 11 7 Pcs 3-seater Gang Chairs 13 2 Rolls Carpet (40 Sqm/roll) Filing Cabinets For Fabrication 14 1 Pcs Shoe Cabinet Partition (2.60m X 0.40m X 2.40m) 15 17 Pcs Cabinet-1 (3.60m X 0.45m X 0.90m) 16 1 Pcs Cabinet-2 (4.60m X 0.45m X 0.90m) 17 2 Pcs Cabinet-3 (1.40m X 0.45m X 0.90m) 18 1 Pcs Cabinet-4 (2.40m X 0.90m X 2.40m) 19 2 Pcs Cabinet-5 (1.60m X 0.90m X 2.40m) 20 2 Pcs Cabinet-6 (3.60m X 0.45m X 2.40m) 21 8 Pcs Cabinet-7 (2.40m X 0.45m X 2.40m) 22 5 Pcs Cabinet-8 (3.00m X 0.45m X 2.40m) 23 1 Pcs Cabinet-9 (2.00m X 0.45m X 2.40m) 24 2 Pcs Cabinet-10 (1.80m/4.80m X 0.45m X 2.40m) 25 1 Pcs Cabinet-11 (4.00m/3.45m X 0.45m X 2.40m) 26 3 Pcs Cabinet-12 (3.00m X 0.45m X 0.90m) 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 Implementing Rules And Regulations (irr) Of Republic Act (ra) 9184, Otherwise Known As The “government Procurement Reform Act”. 4. Interested Bidders May Obtain Further Information From Bids And Awards Committee City Of Isabela, Basilan And Inspect The Bidding Documents At The Address Given Below During 9:00 Am To 5:00 Pm, Monday To Friday. 5. A Complete Set Of Bidding Documents May Be Purchased By Interested Bidders Starting On January 3, 2025 From The Address Below And Upon Payment Of A Nonrefundable Fee For The Bidding Documents In The Amount Of Php 5,000.00. It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps) Provided That Bidders Shall Pay The Nonrefundable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 6. Bids Must Be Delivered To The Address Below On Or Before January 24, 2025 At 9:30 A.m., Sakayan Conference Room, Mayor’s Office, City Hall Complex, Sunrise Barangay, Isabela City, Basilan. All Bids Must Be Accompanied By A Bid Security In Cash, Certified Checks Or Bank Guarantee. Bid Opening Shall Be On January 24, 2025 At 9:30 A.m Sakayan Conference Room, Mayor’s Office, City Hall Complex, Sunrise Barangay, Isabela City, Basilan. 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. 7. The Bac Isabela City, Basilan 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: Roberto E. Arsena Ii Bac Secretariat Head Bac Office, 2nd Floor Main Building, City Hall Sunrise, Isabela City, Basilan Cp No. 09958110219 Vido F. Yu Bac Chairman Pre-bid Conference
Closing Date24 Jan 2025
Tender AmountPHP 4.2 Million (USD 72.2 K)
Balicuatro College Of Arts And Trades Tender
Textile, Apparel and Footwear
Philippines
Details: Description Tesda Viii-tti-op-06-f02 Rev. No. 00 – 03/18/2024 Request For Quotation Date: 01 – 06 – 2025 Rfq No. : 2025-01-0008 Pr No : 2025-01-0008 Name Of Business/ Company : Address : Tax Identification No.: Philgeps Registration No.: The Balicuatro College Of Arts And Trades, Through Its Procurement Unit, Intends To Procure Materials To Conduct Training In Housekeeping Nc Ii Twsp (biri, Nothern Samar), Which Will Be Undertaken In Accordance With Section 53.9 (small Value Procurement) Of The 2016 Revised Implementing Rules And Regulations Of Republic Act No. 9184. Please Quote Your Best Offer For The Item/s Described Herein Subject To The Terms And Conditions Provided In The Last Page Of This Rfq. Submit Your Quotation Duly Signed By You Or Your Duly Authorized Representative Not Later Than January 17,2025 At 2:00 P.m. Through Email At Tesdabcatsupply17@gmail.com. Interested Suppliers Are Required To Submit Copies Of The Following As Per Annex “h” Of The 2016 Revised Irr Of Republic Act No. 9184 Along With Your Quotation/proposal: A) Philgeps Registration Number B) Mayor’s/business Permit C) Income/business Tax Return (for Abc Above P500k) D) Omnibus Sworn Statement (for Abc Above P50k) Open Quotations May Be Submitted Manually At The Tesda-bcat Campus, Magallanes St., Sabang Ii, Allen, Northern Samar Or Email At Tesdabcatsupply17@gmail.com In Pdf Format. For Further Queries, You May Contact Us At Telephone No. 09275821039 Or Email Address At Bcat2016@tesda.gov.ph Daryl P. Lim Administrative Officer Iv Head, Finance And Administrative Unit Tesda Viii-tti-op-06-f03 Rev. No. 00 – 03/18/2024 Price Quotation Form Date: __________________ Balicuatro College Of Arts And Trades Magallanes St. Sabang Zone Ii Allen Northern Samar Tesdabcatsupply17@gmail.com Sir/madam: After Having Carefully Read And Accepted The Terms And Conditions, I/we Submit Our Quotation/s For The Item/s As Follows: No. Item/technical Specifications Qty. Unit Approved Budget For The Contract (in Peso) Offer Compliance With The Technical Specifications (please Check) Price Offer Remarks Yes No 1 Cleaning Detergent 20 Liters 380.00 [ ] [ ] 2 Liquid Detergent 20 Liters 380.00 [ ] [ ] 3 Toilet Disinfectant 20 Liters 380.00 [ ] [ ] 4 Toilet Bowl Swabs 5 Pieces 300.00 [ ] [ ] 5 Air Freshener 10 Bottles 280.00 [ ] [ ] 6 Toilet Paper 20 Roll 50.00 [ ] [ ] 7 Microfiber Cloth 10 Pieces 50.00 [ ] [ ] 8 Disinfectant 20 Liters 380.00 [ ] [ ] 9 Drain Solvents 10 Bottles 200.00 [ ] [ ] 10 Garbage Bags 10 Rolls 250.00 [ ] [ ] 11 All Purpose Detergents 20 Liters 380.00 [ ] [ ] 12 Pesticides 20 Bottles 300.00 [ ] [ ] 13 Deodorizers 20 Pieces 200.00 [ ] [ ] 14 Rug 10 Pieces 50.00 [ ] [ ] 15 Shoe Polish Set 20 Set 200.00 [ ] [ ] 16 Dishwashing Liquid 20 Bottles 200.00 [ ] [ ] 17 Alcohol 20 Pieces 200.00 [ ] [ ] 18 Baking Soda 20 Packs 50.00 [ ] [ ] 19 Vinegar 20 Bottles 150.00 [ ] [ ] 20 Toilet Bowl Cleaner 20 Bottles 200.00 [ ] [ ] 21 Tile Cleaner 20 Bottles 200.00 [ ] [ ] 22 Glass Cleaner 20 Bottles 200.00 [ ] [ ] 23 Powder Detergent 20 Packs 300.00 [ ] [ ] 24 Color Safe Bleach 20 Bottles 380.00 [ ] [ ] 25 Fabric Conditioner 20 Bottles 300.00 [ ] [ ] 26 Spray Bottles 10 Pieces 150.00 [ ] [ ] Pqf Page 1 Terms And Conditions 1. Bidders Shall Provide Correct And Accurate Information Required In This Form. 2. Bidders May Quote For Any Or All Of The Items. 3. Price Quotation/s Must Be Valid For A Period Of Thirty (30) Calendar Days From The Date Of Submission. 4. Price Quotation/s, To Be Denominated By Philippine Peso Shall Include All Taxes, Duties, And Or Levies Payable. 5. Quotations Exceeding The Approved Budget For The Contract Shall Be Rejected. 6. Award Of Contract Shall Be Made To The Lowest Quotation Which Complies With The Technical Specifications, And Other Terms And Conditions Stated Herein. 7. Any Interlineations, Erasures Or Overwriting Shall Be Valid Only If They Are Signed Or Initialed By You Or Any Of Your Duly Authorized Representative/s. 8. The Item/s Shall Be Delivered According To The Requirements In The Technical Specifications. 9. Tesda Shall Have The Right To Inspect And/or To Test The Goods To Confirm Their Conformity To The Technical Specifications. 10. Liquidated Damages Equivalent To One Tenth Of One Percent (0.001) Of The Value Of The Goods Not Delivered Within The Prescribed Delivery Period Shall Be Imposed Per Day Of Delay. Tesda Shall Rescind The Contract Once The Cumulative Amount Of Liquidated Damages Reaches Ten Percent (10%) Of The Amount Of The Contract, Without Prejudice To Other Courses Of Action And Remedies Open To It. Name Of Business/company Signature Over Printed Name Office Telephone/fax No. Mobile No. Email Address Pqf Page 2
Closing Date20 Jan 2025
Tender AmountPHP 107.9 K (USD 1.8 K)
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Healthcare and Medicine
United States
Details: This Is Not A Solicitation. This Is A Sources Sought Notice Only And Is Issued To Conduct Market Research And Gain Knowledge Of Current Market Capabilities. Responses To This Notice Are Not Offers And Cannot Be Accepted By The Government To Form A Binding Contract. This Notice Is Issued Solely For Information And Planning Purposes And Does Not Constitute A Solicitation Or A Guarantee To Issue A Solicitation In The Future. This Notice Does Not Commit The Government To Contract For Any Supply Or Service. All Information Submitted In Response To This Announcement Is Voluntary; The Government Will Not Pay For Information Requested Nor Will It Compensate Any Respondent For Any Cost Incurred In Developing Information Provided To The Government. Not Responding To This Notice Does Not Preclude Participation In Any Future Solicitation, If Issued. This Announcement Is Based On The Best Information Available At This Time And Is Subject To Future Amendment.
the Department Of Veterans Affairs, Network Contracting Office 4, Is Conducting A Market Survey To Identify Potential Sources To Perform A Firm Fixed Price Contract For Procurement Of Scrub Dispensing Machines For The Lebanon Va Medical Center, 1700 S. Lincoln Ave., Lebanon, Pa 17042:
draft Requirements Description (not Comprehensive)
the Lebanon Va Medical Center Is Seeking To Procure A Contract For Scrub Dispensing Machines To Cover A Five-year Period.
description
the Lebanon Veterans Affairs Medical Center (lvamc), Located At 1400 S. Lincoln Avenue, Lebanon, Pa 17042, Has A Requirement For A Firm Fixed Price Five-year Idiq Requirements Contract For Automated Scrub Dispensing Machines.
the Contractor Shall Provide All Resources Necessary To Install And Maintain Four Automated Scrub Dispensing Machines, Eight Automated Return Units, And All Scrub Rentals To Include A Loss/replacement Program, Laundering, And Restocking Of The Dispensers. The Automated Dispensing Machines And Automated Return Units Shall Be Located Throughout The Lvamc.
the Contractor Shall Provide All Labor, Equipment, Tools, Materials, Supervision, And Technical Expertise Necessary To Maintain A Properly Managed Automated Dispensing And Scrub Rental Program.
place Of Performance:
department Of Veterans Affairs
lebanon Va Medical Center
1700 South Lincoln Ave
lebanon, Pa 17042
anticipated Period Of Performance:
year 1 - 05/10/2025 Through 05/09/2026
year 2 - 05/10/2026 Through 05/09/2027
year 3 - 05/10/2027 Through 05/09/2028
year 4 - 05/10/2028 Through 05/09/2029
year 5 - 05/10/2029 Through 05/09/2030
scope Of Work:
contractor Shall Provide The Lebanon Va Medical Center With Surgical Scrub Services. All Personnel, Equipment, Tools, Materials, Supervision Shall Be Provided By The Contractor. Contractor Shall Provide, Install, And Maintain Four Automated Scrub Dispensing Machines, Eight Automated Return Units, Along With All Scrub Rentals To Include An Auto-loss Replacement Program, Laundering And Restocking The Dispensers. The Contractor Shall Furnish Everything Needed To Perform This Contract According To All Its Terms.
all Automated Dispensing And Return Units Shall Adhere To The Provided Size Restraints Annotated Herein, And All Scrubs Shall Be Laundered, Folded And Tracked In Accordance With This Statement Of Work.
performance Requirements
the Contractor Shall Provide, Install, And Maintain To Ensure Proper Operations Of:
4 Automated Scrub Dispensers:
dispenser #1 Shall Fit Into The Dimensions Of 93 H X 158 W X 34 D
dispenser #2 Shall Fit Into The Dimensions Of 108 H X 158 W X 34 D
dispenser #3 Shall Fit Into The Dimensions Of 100 H X 79 W X 30 D
dispenser #4 Shall Fit Into The Dimensions Of 123 H X 112 W X 108 D
8 Automated Scrub Return Units:
return Unit #1 Shall Fit Into The Dimensions Of 94 H X 106 W X 30 D
return Unit #2 Shall Fit Into The Dimensions Of 96 H X 95.5 W X 29 D
return Unit #3 Shall Fit Into The Dimensions Of 109 H X 37 W X 24 D
return Unit #4 Shall Fit Into The Dimensions Of 108 H X 60 W X 33 D
return Unit #5 Shall Fit Into The Dimensions Of 100 H X 40 W X 25 D
return Unit #6 Shall Fit Into The Dimensions Of 100 H X 40 W X 25 D
return Unit #7 Shall Fit Into The Dimensions Of 123 H X 112 W X 108 D
return Unit #8 Shall Fit Into The Dimensions Of 123 H X 112 W X 108 D
the Contractor Shall Provide, Stock, Collect, Transport, Hygienically Launder, Fold, Individually Package In Poly Wrap, And Maintain Stock Of Contractor-owned Scrubs Of Various Sizes With Estimated:
minimum Annual Order Of 300,000 Scrubs
maximum Annual Order Of 800,000 Scrubs
the Contractor Shall Have The Ability To Track Weekly Use Of Garments Via An Electronic Monitoring System And Provide A Report Of Items Serviced Upon Request. The Contractor Shall Provide A Rental Program For Scrub Pants, Shirts And Jackets And Provide The Lvamc With An Auto-loss Replacement Policy To Replace Any Scrubs That May Become Damaged Or Deemed No Longer Usable.
detailed Performance Requirements
automated Scrub Dispensers
contractor Shall Deliver All Automated Scrub Dispensers To Proper Locations, Install, Program, Stock And Insure Proper Operations Of Every System.
the Dispensing Machine Units Shall Be Provided By The Contractor On A Rental Basis For As Long As The Contract Is In Place. The Machines Shall Be Installed, Serviced, And Maintained By The Contractor As Well As Be Fully Functional. If A Machine Has Any Technical Difficulties And/or Malfunctions, The Contractor Shall Make Every Effort To Properly Resolve The Issue By Coming On Site As Needed, As Well As Maintaining Open Communication With The Program Point Of Contact (poc) During This Process. The Contractor May Leave A Key To The Dispensing Machines With The Poc In Case Of A Malfunction, Requiring Them To Be Opened For Simple Fixes.
contractor Shall Gather Usage Data Through Input Collected At Each Station. The Collected Data Will Not Require Any Medical Staff Phi/pii Information. Contractor Shall Have No Need To Connect To The Lvamc Network. At No Time Will Patient Or Employee Information Be Shared With The Contractor.
contractor Shall Train All Necessary Staff On How To Properly Use The Dispenser/return Units.
dispenser Locations:
Dispenser #1 Shall Be Housed Within Building 1 Sterile Processing Service Department
Dispenser #2 Shall Be Housed Within Building 101 Operating Room
Dispenser #3 Shall Be Housed Within Building 17, 5th Floor, Dental
Dispenser #4 Shall Be Housed Within Building 101, Room 140
automated Scrub Returns
contractor Shall Deliver All Automated Scrub Returns To Proper Locations, Install, Program, Stock And Insure Proper Operations Of Every System.
the Return Machine Units Shall Be Provided By The Contractor On A Rental Basis For As Long As The
contract Is In Place. The Machines Shall Be Installed, Serviced, And Maintained By The Contractor As Well As Be Fully Functional. If A Machine Has Any Technical Difficulties And/or Malfunctions, The Contractor Shall Make Every Effort To Properly Resolve The Issue By Coming On Site As Needed, As Well As Maintaining Open Communication With The Poc During This Process. The Contractor May Leave A Key To The Return Machines With The Poc In Case Of A Malfunction And The Machine Would Need To Be Opened For Simple Fixes.
contractor Shall Gather Usage Data Thru Input Collected At Each Station. The Collected Data Will Not Require Any Medical Staff Phi/pii Information. Contractor Shall Have No Need To Connect To The Lvamc Network. At No Time Will Patient Or Employee Information Be Shared With The Contractor.
contractor Shall Train All Necessary Staff On How To Properly Use The Return Units.
return Locations:
Return Unit #1 And #2 Shall Be Housed Within Building 1 Sterile Processing Service
Department
Return Unit #3 Shall Be Housed Within Building 101 Operating Room Locker Room #1
Return Unit #4 Shall Be Housed Within Building 101 Operating Room Locker Room #2
Return Unit #5 Shall Be Housed Within Building 17, 5th Floor, Dental Lab
Return Unit #6 Shall Be Housed Within Building 17, 5th Floor, Dental Lab
Return Unit #7 Shall Be Housed Within Building 101, Room 140
Return Unit #8 Shall Be Housed Within Building 101, Room 140
scrubs
the Contractor Shall Be Capable Of Providing Hygienically Clean Scrubs Individually Folded And In Individually Poly-wrapped Packages. The Contractor Shall Have A Management System That Uses Barcoded Garments To Determine Lifecycle Of The Garments For Replacement And Be Capable Of Delivering Disinfected, Sterilized, And Cleaned Scrubs Within 24 Hours To The Facility.
contractor Shall Barcode Each Item To Maintain Precise Management Of Rental Garments In Accordance With Contractor S Regular Business Practices. Contractor Shall Sort And Stock/restock Clean Scrubs Into Dispensing Machines In Designated Areas Of The Medical Center. Contractor Shall Empty Out Soiled Items From The Return Units Located In Designated Areas Of The Medical Center. Contractor Shall Launder Scrubs To Infection Control Standards As Well As The Removal Of Foreign Material (e.g., Soil, And Organic Material) From Scrub Supply Using High-level Disinfection And Sterilization Process. Contractor Shall Also Provide Cleaned Scrubs With No Stained, Marked, Tinted, Or Any Other Foreign Material That Did Not Come With The Original Fabric Of The Surgical Scrubs. All Scrubs Shall Be Cleaned Within Hohenstein And Cdc Approved Standards.
each Item Shall Be Individually Folded And Individually Poly-wrapped Prior To Delivery. Each Item Shall Be Loaded Individually As To Allow For Mix Matching Of Sizes To Be Dispersed As Needed.
contractor Shall Track The Weekly Use Of Garments And Provide A Report Of What Items Have Been Serviced To The Poc Upon Request.
contractor Shall Have The Ability To Custom Tailor Garments To Fit Staffing Sizing Needs And
requirements. Each Dispenser Is To Stock Complete Sizes Of Scrub Sets, I.e. Extra Small, Small, Medium, Large, Extra-large, 2 Extra-large, 3 Extra-large, 4 Extra-large Etc. Request For More Or Less Of Certain Sizes Due To Employee Needs And/or New Sizes Of Scrubs, Due To Change Of Employees, Shall Be Communicated On A Written Request Through The Poc. Contractor Shall Fill The Dispensers To Their Full Capacity On Each Visit. Sizes For Each Dispenser Shall Be Adjusted Based On The Average Weekly Demand History After The Contract Is Awarded. The Contractor Shall Establish, Track, And Modify Distribution Based On Demand History.
the Contractor Shall Provide All Personnel, Rental Equipment, Tools, Materials, Supervision, Other Items And Services Necessary To Manage The Required Garments For Pick-up Three Times Per Week (mondays, Wednesdays And Fridays), Cleaning, Drop-off Three Times Per Week (mondays, Wednesdays And Fridays) And Restocking Of Cotton/polyester Blend Scrub Uniforms/scrub Jackets For The Lebanon Va Medical Center As Defined In This Statement Of Work.
the Following Scrub Colors Shall Be Available And Decided Upon Award Of Contract:
ceil Blue
royal Blue
navy
steel Grey
teal
black
forecasted Demand Per Dispenser By Size:
regular Sizes
4-xl-5%
3-xl-5%
2-xl 10%
xl-25%
large 25%
medium 10%
small-5%
extra Small-5%
hours Of Operation
the Contractor Shall Perform The Tasks As Required By The Sow Under This Contract During The Following Hours: Monday, Wednesday, And Friday Between 6:00am, Et, And 2:30pm, Et, Unless Other Time Is Specified.
holidays: Delivery Of Scrubs Shall Not Occur On Federal Holidays. Should A Delivery Be Regularly Scheduled On A Holiday, The Delivery Shall Occur On The Workday Prior To The Holiday. The Observed Federal Government Holidays Are: New Year S Day, Martin Luther King Jr. Day, Presidents Day, Memorial Day, Juneteenth, Independence Day, Labor Day, Columbus Day,
veterans Day, Thanksgiving Day, And Christmas Day. When Such Holiday Falls On First Non-workday, The Preceding Workday Shall Be Considered A Holiday. When Such Holiday Falls On The Second Non-workday, The Next Workday Shall Be Considered A Holiday.
a Special Event Or Adjusted Work Hours: If Circumstances Should Arise Wherein The Contractor Desires A Different Work Schedule As Required, The Contractor Shall Request This In Writing. Submit A Written Request To The Government Poc A Minimum Of 72 Hours Before The Requested Adjusted Work Schedule, To Include Inclement Weather.
general Information
quality Control
the Contractor Shall Monitor Its Employees' Performance And Based Upon The Results Of Such
monitoring, Shall Establish Performance Improvement Activities To Assure Employee Efficiency And Knowledge Meets Standards. Contractor Shall Ensure Employees Are Performing Their Duties In A Manner Consistent With All Federal, State, And Local Rules And Regulations As Set Forth By Applicable Regulatory Agencies And This Contractual Agreement.
quality Assurance
if The Government Performs Inspections Or Tests On The Premises Of The Contractor, The
contractor Shall Furnish, Without Additional Charge, All Reasonable Facilities And Assistance For
the Safe And Convenient Performance Of These Duties.
infection Control
all Laundering Employees, Including Truck Drivers, Shall Be Educated As Well As Practice Proper
hand-washing Techniques And Shall Also Participate In Educational Programs To Learn About Blood Borne-pathogen Management And The Use Of Personal Protective Equipment (ppe). Care Shall Be Taken To Contain Pathogens During Transport (separation Of Clean From Soiled), Efforts To Avoid Cross Contamination Between Soiled And Clean Items And Use Of A Consistent Thorough Wash Process. A Quality Assurance Program Shall Be Used To Ensure Life Of Textile Is Not Exceeded Per Manufacture Recommendations. Transportation Of Any Scrubs Shall Be Covered With Heavy Plastic Prior To Leaving The Plant To Avoid Any Pathogen Contamination And Handled In Accordance With Industry Best Practice To Ensure That They Remain Hygienically Clean. This Includes The Use Of A Truck Dedicated To Healthcare Transport And Proper Use Of Personal Protective Equipment (ppe).
inspections
the Government, At All Reasonable Times, Shall Have Access And Permission To Inspect The Delivery Truck And Carts.
contractor Staff Information
the Contractor Shall Provide A Contract Manager Who Shall Be Responsible For The Performance Of The Work. The Name Of This Person, And An Alternate Or Alternates, Who Shall Act For The Contractor When The Manager Is Absent, Shall Be Designated In Writing To The Contracting Officer. The Contract Manager Or Alternate Shall Have Full Authority To Act For The Contractor On All Contract Matters Relating To Daily Operation Of This Contract. The Contract Manager And Alternate Or Alternates Shall Be Able To Read, Write, Speak, And Understand The English Language.
uniforms
all Employees Shall Wear Contractor Provided Uniforms (contractor Code Of Dress), Which Include Pants, Shirts Or Blouses, And Protective Clothing Which Are Clearly Distinguishable From Other Lvamc Uniforms Currently In Use. The Uniform Shall Be Worn As Designed By The Manufacturer. Open Toe Shoes Or Sandals Shall Not Be Worn. A Basic Leather Shoe Covering The Entire Foot Is Recommended. All Personnel Shall Display Identification Badges On Their Uniforms, Which Will Show The Employee S Last Name And The Contractor S Full Name.
personal Hygiene
contractor S Personnel Shall Be Clean, Bathe Daily (including Hair), And Wear A Clean Uniform Daily. Fingernails Shall Be Clean And Free Of Dirt. Hair Shall Be Neatly Trimmed And Combed.
security Requirements
the Contractor S Employees Shall Wear Visible Identification At All Times While On The Premises. It Is The Responsibility Of The Contractor To Park In The Appropriate Designated Parking Areas. The Department Of Veterans Affairs Shall Not Invalidate Or Make Reimbursement For Parking Violations Of The Contractor Under Any Conditions. Smoking Is Prohibited On Va Grounds. Possession Of Weapons Is Prohibited. Violations Of Va Regulations May Result In Citation Answerable In The United States (federal) District Court, Not A Local District, State, Or Municipal Court. All Contractor Employees Performing Tasks Related To This Sow, While On Lvamc Property, Shall Have Proper Valid Identification. All Applicable Background Checks Shall Be Completed Before Contractor Employees May Begin Work. Badges After Security Clearances Shall Be Worn At All Times While On Va Grounds.
damage
extreme Caution Shall Be Exercised To Prevent Damage To The Building And Its Contents. Any Damage Shall Be Reported To The Poc Immediately For Appropriate Action. Any Damage Caused By The Contractor Shall Be Repaired And Or Replaced To The Satisfaction Of The Va At The Contractor S Expense. Damage To The Building, Its Contents Or Loss Of Government Property In Excess Of $100,000 Shall Require A Report Of Survey Or Investigation Report By The Vacc. Appropriate Government Personnel Shall Conduct The Investigation. The Responsible Party Shall Be Required To Replace And/or Submit Payment For Damage Or Loss.
access (keys)
if The Poc Provides Keys For Access, It Shall Be The Contractors Responsibility To Safeguard And Control Keys Provided.
capabilities Statement And Documentation:
companies Are Invited To Provide Their Capabilities, Experience, And Knowledge In The Provision Of Scrub Dispensing Machines. Sources Are Asked To Provide Information To Demonstrate Their Answers To The Following Items Of Information:
1. General Information About Your Company To Include:
company Name:
company Address:
socioeconomic Status:
gsa Contract Number Covering These Services And Expiration Date (if Applicable):
company Unique Equity Identifier (uei):
company Naics Code(s):
point Of Contact Name:
point Of Contact Phone Number:
point Of Contact Email Address:
company Website (if Available):
2. The North American Industry Classification System Code (naics) Is 812332 (industrial Launderers), And The Small Business Size Standard Is $47 Million.
3. Based On Market Response, The Following Clauses May Be Included In A Resulting Solicitation, Should One Be Issued:
vaar 852.219-10, Va Notice Of Total Service-disabled Veteran-owned Small Business Set-aside.
vaar 852.219-11, Va Notice Of Total Veteran-owned Small Business Set-aside.
far 52.219-6, Notice Of Total Small Business Set-aside.
accordingly, Prospective Contractors Will Be Required At Time Of Solicitation Response To Certify To The Applicable Limitation On Subcontracting Requirements In 13 Cfr 125.6, With Reference To The Appropriate Set-aside. Please Include In The Response To This Sources Sought Notice Your Ability Or Inability To Certify To The Clause Applicable To Your Organization.
4. Provide A Summary Of Your Firm S Ability To Provide The Services Described In This Announcement. In Addition To A Capability Statement, Submissions Can Include Specifications, Brochures, And Manuals As Attachments.
submit Responses Via Email Only To Contracting Officer Stephanie Mcfadden At Stephanie.mcfadden@va.gov, No Later Than 1:00 Pm Est, Tuesday, January 14, 2025, With Sources Sought Number 36c24425q0186 In The Subject Line. Telephone Responses And/or Questions Shall Not Be Accepted. The Government Will Not Provide Feedback In Response To Vendor Questions About The Requirement At This Time. If You Identify Ambiguities Or Have Concerns About Anything In The Description Of The Requirement, However, Please Include Them With Your Response. Confirming Receipt Of The Response Is The Responsibility Of The Contractor. Contact The Contract Specialist If The Government Does Not Confirm Receipt Of The Sources Sought Response Within 2 Business Days.
simply Responding As An Interested Party Does Not Constitute Your Company As A Source. Prospective Contractors Must Provide The Above Requested Information. After Review Of The Responses To This Sources Sought Notice, A Solicitation Announcement May Be Published On The Sam, Nasa Sewp V Or Gsa Websites In The Near Future. Responses To This Sources Sought Notice Are Not Considered Adequate Responses To A Solicitation Announcement. All Prospective Contractors Are Required To Respond To A Solicitation Announcement In Addition To Responding To This Sources Sought Notice.
prospective Contractors Are Reminded That In Accordance With Far 4.11 They Shall Be Registered In The System For Award Management (sam) Database And Shall Complete Electronic Annual Representations And Certifications In Sam Prior To Award Of A Contract. Sam Is Located At Https://sam.gov/sam/ And Consolidated The Capabilities Of Ccr/fedreg, Orca, And Epls. There Is No Cost To Use Sam.
no Solicitation Document Is Available At This Time; This Notice Is To Acquire Information Only.
Closing Date14 Jan 2025
Tender AmountRefer Documents
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Others
United States
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.
Closing Date14 Jan 2025
Tender AmountRefer Documents
City Government Iligan Tender
Civil And Construction...+1Building Construction
Philippines
Details: Description Invitation To Re-bid The Iligan City Government Bids And Awards Committee (bac), Through Special Educational Fund Intend To Apply The Sum Of P 4,830,913.32 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Three-storey Guidance And Counselling Building, Iligan City National High School (icnhs), Brgy. Mahayahay, Iligan City With Project No. Cb(b)-24-130 (ceo-infra) Re-bid. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. The Iligan City Government Bids And Awards Committee Now Invites For The Supply And Delivery Of Items Below-stated: Particulars Three-storey Guidance And Counselling Building, Iligan City National High School (icnhs), Brgy. Mahayahay, Iligan City •general Requirements -pennits & Clearances; -installation Of Project Billboard,2 Sets; -occupational Safety & Health Program; •clearing & Grubbing -cutting Of Trees; •earthworks -excavation For Foundation, Tie Beam, Wall-footing , Zocalo, Septic Vault, Concrete Storage, Stairs Foundation & Grease Trap; -backfilling & Compaction For The Slab On Grade; -gravel Bedding For Foundation , Tie Beam, Wall-footing , Slab On Grade, Zocalo, Septic Vault , Concrete Storage, Stairs Foundation & Catch Basin; •concrete Works, Forms & Scaffoldings -concrete Pouring For Foundation , Columns, Tie Beam, 2nd & 3rd Floor Beams, Suspended Slab, Roof Beams , Cantilever Beams, Slab On Grade, Wall-footing (foundation) , Zocalo (foundation) , Septic Vault Flooring (top & Bottom), Concrete Storage (foundation), & Catch Basin Flooring; •masonry Works -installation Of 4" X 8" X 16" Concrete Hollow Blocks (chb) For Wallings At Ground Floor, Balcony (2nd Floor) , Parapet,wall-footing ,septic Vault, Catch Basin, Concrete Storage & Zocalo, W/plaster Finish,& Smooth On Expose Areas; -using 10mmø X 6m Deformed Steel Bars Wf#.16 G.i Tie Wire; And Vertical Spaced @600mm O.c & For Horizontal, Every @3rd Layer; •steel Reinforcement -using 10mmø, 12mmø, 16mmø & 20mmø Deformed Steel Bars Wf#.16 G.i Tie Wire; •paint Works & Finishes; -skim Coating Only For All Wallings At Ground Floor Only; •steel Works -fabrication & Installation Of 50mm X 50mm X 6mm Thk., 38mm X 38mm X 6mm Thk., 38mm X 38mm X 4.smm Thk ., 25mm X 25mm X 4.smm Thk., 25mm X 25mm X 2mm Thk. Angle Bar,25mm X 25mm X 3/16" Thk. Angle Bar, 25mm X 3/16" Thk. Flat Bar. 2" X 4" X 1.smm Thk. C-purtins W/ 10mmø Dsb Sagrods, 12mmø Turnbuckle & Cross Brace; 10mmø Anchor Bolt,epoxy Primer; -installation Of Stainless Steel Square Tube Railings- Grade 304 For Stairs & Balcony; •tinsmithry Works -installation Of 0.4mm Thk. Colored Roof Long-span Rib Type,0.4mm Thk. Pre-fab End Flashing, 0.4mm Thk. Pre-fab Fascia Cover,& 0.30m X 2.40m X 0.4mm Thk. Pre-fab Colored Gutter Spanish Type W/complete Accessories ; •electrical Works ; -electrical Works At Ground Floor, & Provisions; •plumbing Works; -installation Of Plumbing Fixtures At Ground Floor Only; -installation Of 3"ø Pvc Pipe For Downspout W/ G.i Basket Strainer, Pvc Pipe Clip W/complete Accessories ; -provision Of Pvc & G.i Pipes For 2nd Floor & 3rd Floor Fixtures; I. Permits And Clearance (q = 1.00 Lumpsum) Includes Fire, Brgy. Clearance For Construction Fee, Professional Fee, White Print (a-3)-6 Sets Of Plans. Ii. Construction Safety And Health Program (q = 1.00 Lot) Includes Safety Shoes, Safety Helmet, Safety Gloves, Specialized Ppe, First Aide Kit & Medicines. Iii. Project Billboard (q = 2.00 Set/s) Includes 4' X 8' Tarpaulin Print Billboard, 8' X 8' Tarpaulin Print Billboard, 2"x 2"x 8' Coco Lumber, 2"x 2"x 10' Coco Lumber, 2"x 2"x 14' Coco Lumber, Assorted Sizes C.w Nails. Iv.mobilization & Demobilization (q = 1.00 Lot) V.clearing And Grubbing (q = 1.00 Lot) Vi. Earthworks (q = 147.48 Cu.m) Includes Volume To Be Excavated, Volume To Be Backfilled, Pit Run Soil/earthfill (backfilling Suitable Materials), Gravel Bedding (1-1/2"ø). Vii. Concrete Works, Formworks And Scaffoldings (q = 75.99 Cu.m) Includes Portland Cement, Washed Sand, Washed Gravel, 4' X 8' X 1/4" Thk. Marine Plywood, Assorted Sized Coco Lumber, Assorted Sized C.w Nails. Viii. Masonry Works (q = 284.81 Sq.m) Includes 4" X 8" X 16" Chb, Portland Cement, Washed Sand, 10mm Dia. X 6m Dsb, #16 G.i Tie Wire. Ix.steel Reinforcements (q = 16,429.80 Kgs.) Includes 10mm Dia. X 6m Dsb, 12mm Dia. X 6m Dsb, 16mm Dia. X 6m Dsb, 20mm Dia. X 6m Dsb, #16 G.i Tie Wire. X.steel Works (q = 2,034.40 Kg/s) Includes 50mm X 50mm X 6m X 6mm Thk. Angle Bar- 16pcs, 38mm X 38mm X 6m X 4.smm Thk. Angle Bar- 20pcs, 38mm X 38mm X 6m X 6mm Thk. Angle Bar- 23pcs, 25mm X 25mm X 6m X 4.5mm Thk. Angle Bar- 24pcs, 25mm X 25mm X 6m X 2.0mm Thk. Angle Bar- 7pcs, 1" X 1" X 6m X 3/16" Thk. Angle Bar- 4pcs, 25mm X 6m X 3/16" Thk. Flat Bar- 3pcs, 50mm X 100mm X 6m X 1.5mm Thk. C-purlins- 20pcs, 12mmø X 6mm Plain Bar Cross Brace- 8pcs, 12mmø Turnbuckle, Sagrods-10mmø X 6mm Dsb- 18pcs, 10mmø Anchor Bolt (l-type), Welding Rod (6011), 2" X 3" X 6m X 1.0mm Thk. Stainless Steel Rectangular Tube- Grade 304, 2" X 2" X 6m X 1.0mm Thk. Stainless Steel Rectangular Tube- Grade 304, Stainless Welding Rod (1.60mm), Epoxy Primer, 4" Paint Brush, 4"ø Cutting Disc, 4"ø Grinding Disc, Assorted Sand Paper. Xi.tinsmithry (q = 80.73 Sq.m) Includes 0.4mm Thk. Colored Roof Long Span Rib Type, Pre-fab Colored End Flashing (0.4mm Thk. X 8'), 0.30m X 2.40m X 0.4mm Thk. Pre-fab Colored Gutter Spanish Type, Pre-fab Colored Fascia Cover (0.4mm Thk. X 8'), Sealant, Teksrew, Blind Rivets (1000pcs/box), Riveter, Aviation Metal Snip Scissor. Xii. Paint Works & Finishes (q = 388.99 Sq.m) Includes Skim Coat, Sand Paper. Xiii. Electrical Works (q = 1.00 Lot) Includes 2.0mm2 Thhn Stranded Copper Wire, 3.5mm2 Thhn Stranded Copper Wire, 8.0mm2 Thhn Stranded Copper Wire, 14.0mm2 Thhn Stranded Copper Wire, 38.0mm2 Thhn Stranded Copper Wire, Pvc Conduit 15mm, Pvc Elbow 15mm, Junction Box 4x4", Utility Box 2x4", Pvc Conduit 20mm, Pvc Elbow 20mm, Emt Conduit 32mm, Emt Coupling 32mm, Service Entrance Cap 32mm, Secondary Rack With 2 Spool, Duplex Convenience Outlet, Airconditioning Outlet, Single Gang Switch With Led Indicator 230v, Two Gang Switch With Led Indicator 230v, Three Gang Switch With Led Indicator 230v, Single Gang Three Way Switch With Led Indicator 230v, Led Panel Light Recessed Round Type 18w (230v), Led Panel Light 30x60 24w (230v Daylight), Led Panel Light 30x30 18w (230v), Circuit Breaker 2 Pole 15at (230v Plug In Type), Circuit Breaker 2 Pole 20at (230v Plug In Type), Circuit Breaker 2 Pole 60at (230v Plug In Type), Electrical Panelboard 10 Holes 8 Branches Plug In Type, Mccb 125 At 2 Pole 230v, Enclosure For 125 At Mccb, Solvent Cement 100cc, Minor Electrical Peripherals. Xiv. Plumbing Works (q = 1.00 Lot) Includes 6" Dia. X 10' Pvc Pipe S-1000, 4" Dia. X 10' Pvc Pipe S-1000, 4" Dia. Pvc Sanitary Tee (s-1000), 4" Dia. Pvc Elbow 1/4 Bend (90 Deg.), 4" Dia. Pvc Elbow 1/8 Bend (45 Deg.), 4" Dia. Pvc Coupling, 4" Dia. Pvc Clean Out W/adapter & Plug, 4" X 2" Dia. Pvc Coupling Reducer, 4" Dia. Pvc Cross Tee, 3" Dia. X 10' Pvc Pipe S-1000, 3" Dia. Pvc Elbow 1/4 Bend (90 Deg.), 3" X 2" Dia. Pvc Coupling Reducer, 3" X 2" Dia. Pvc Wye, 3" Dia. Pvc Elbow 1/8 Bend (45 Deg .), 3" Dia. Pvc Clean Out W/adapter & Plug, 3" Dia. Pvc Sanitary Tee (s-1000), Pvc Pipe Strap/clip, Bolt (54pcs), Nut (54pcs) And Washer (54pcs), 2" Dia. X 10' Pvc Pipe S-1000, 2" Dia. Pvc Tee, 2" Dia. Pvc P-trap, 2" Dia. Stainless P Trap, 2" Dia. Pvc Elbow 1/4 Bend (90 Deg.), Pvc Cement (400cc), 1/2" Dia. X 20' G.i Threaded Pipe Water Supply Line, 1/2" Diam. G.i Threaded Pipe Elbow (90deg.), 1/2" Diam. G.i Threaded Pipe Tee, 1/2" Diam. G.i Threaded Union Patente, G.i Basket Strainer, 4" X 4" Stainless Floor Drain, Water Closet W/complete Fittings/accessories-heavy Duty, Lavatory -heavy Duty, Faucet W/complete Accessories-heavy Duty, Teflon Tape (3/4" X 10m). Approved Budget For The Contract (abc): P 4,830,913.32 Required Bid Security: 2% Of The Abc If Cash, Manager’s Check; Bank Draft/guarantee, Irrevocable Letter Of Credit Confirmed Or Authenticated By A Universal Or Commercial Bank; And 5% Of The Abc If Surety Bond Callable Upon Demand Issued By A Surety Or Insurance Company Duly Certified By The Insurance Commission As Authorized To Issue Such Security Delivery Period Is Within One Hundred Eighty (180) Calendar Days From Receipt Of Notice To Proceed. Bidders Should Have Completed, Within Five (5) 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. Instruction To Bidders. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The Implementing Rules And Regulations (irr) Of Republic Act (ra) 9184, Otherwise Known As The “government Procurement Reform Act”. 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 5183 And Subject To Commonwealth Act 138. Interested Bidders May Obtain Further Information From Iligan City Government And Inspect The Bidding Documents During Office Hours From 8:00 A.m. – 12:00 P.m. And 1:00 P.m. – 5:00 P.m. At The Office Of The Bids And Awards Committee, Room 205, Left Wing, 2nd Floor, Sp Bldg., Buhanginan Hills, Palao, Iligan City. The Complete Schedule Of Activities Is Listed, As Follows: Activities Schedule 1.issuance Of Bid Documents: December 10, 2024 – January 7, 2025 – 8:00 A.m. At Room 205, Left Wing, 2nd Floor, Sp Bldg., Buhanginan Hills, Palao, Iligan City. 2.pre-bid Conference: December 17, 2024 – 9:30 A.m. At Casimero P. Cabigon Hall, 2nd Floor City Hall Main Bldg., Buhanginan Hills, Pala-o, Iligan City 3.submission Of Bids: January 7, 2025 – 9:30 A.m. At Casimero P. Cabigon Hall, 2nd Floor City Hall Main Bldg., Buhanginan Hills, Pala-o, Iligan City 4.opening Of Bids: January 7, 2025 – 9:30 A.m. At Casimero P. Cabigon Hall, 2nd Floor City Hall Main Bldg., Buhanginan Hills, Pala-o, Iligan City A Complete Set Of Bidding Documents Will Be Available To Prospective Bidders Upon Payment Of A Non-refundable Amount Of P 5,000.00 To The Iligan City Government Cashier, At The Bac Office, Room 205, Left Wing, 2nd Floor, Sp Bldg., Buhanginan Hills, Palao, Iligan City.the Iligan City Government 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. Furthermore, The City Government Of Iligan Assumes No Responsibility Whatsoever To Compensate Or Indemnify Bidders For Any Expense Or Loss Incurred In The Preparation And Submission Of The Eligibility Statements And Bids. Approved By: (signed) Darwin J. Manubag, Phd. Bac Chairman Date Of Advertisement/posting: December 10, 2024 Place Of Posting/advertisement: City Hall/ibjt Bulletin Boards, Iligan Official Website, Phil-geps Itb No. 24-130 (ceo-infra)
Closing Date7 Jan 2025
Tender AmountPHP 4.8 Million (USD 83.2 K)
1091-1100 of 1115 archived Tenders