Shoes Tenders
Shoes Tenders
City Of Pagadian Tender
Automobiles and Auto Parts
Philippines
Closing Date14 Feb 2025
Tender AmountPHP 507.2 K (USD 8.7 K)
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 1011-200-5-01-13-060-01/df24-8000-a4b3 (const. & Heavy Equipment Parts), Pagadian City, As Described Below: Goods-2025-02-115 Purchase Of Spareparts And Accessories For The Use Of Different Vehicle Of City Governmentof Pagadian. Item No. Qty Unit Of Issue Description Approved Budget For The Contract (abc) Unit Cost ₱ Total Cost ₱ Lot 1 Pr.no. 259 1 8 Pcs Rubber Cap 195.00 1,560.00 2 2 Can Grease 289.00 578.00 3 1 Pcs Cross Bearing 2,738.00 2,738.00 4 2 Pcs Tire 185r14 5,010.00 10,020.00 5 4 Pcs Tire 185r14c Hd 5,745.00 22,980.00 6 1 Pc Oil Filter D.cab 1,345.00 1,345.00 7 1 Pc Fuel Filter D.cab 1,015.00 1,015.00 8 18 Liters Engine Oil 496.00 8,928.00 9 4 Pcs Glow Plug 462.00 1,848.00 10 1 Pc Cylinder Head Gasket 2,723.00 2,723.00 11 1 Pc Gasker Cement 231.00 231.00 12 3 Pcs Gasket All 149.00 447.00 13 1 Pc Oil Filter Pl# Cbp2156 2,228.00 2,228.00 14 1 Pc Fuel Pump Assy 2,393.00 2,393.00 15 2 Liters Brake Fluid 353.00 706.00 16 1 Liters Coolant 396.00 396.00 17 1 Pc Clutch Cable 957.00 957.00 18 1 Set Clutch Lining 544.00 544.00 19 1 Set Side Mirror 412.00 412.00 20 1 Pc Speedometer Cable 429.00 429.00 21 3 Pcs Tire 400 X 8 2,228.00 6,684.00 23 1 Pc Wiper 759.00 759.00 24 1 Pc Battery 7 Plates 4,154.00 4,154.00 25 1 Set Clutch Master Kit 677.00 677.00 26 6 Liters Engine Oil 15w-40 676.00 4,056.00 Sub-total 78,808.00 Lot 2 Pr.no. 266 1 2 Pcs Tire 205/70 R15 5,952.00 11,904.00 2 1 Pc Starter Motor Mustang 3,135.00 3,135.00 3 8 Liters Engine Oil 5w-40 792.00 6,336.00 4 1 Pcs Oil Filter Hi-lux 388.00 388.00 5 1 Pcs Fuel Filter Hi-lux 1,073.00 1,073.00 6 1 Set Egr Assembly 48,865.00 48,865.00 7 1 Set Window Riser Mechanism 10,090.00 10,090.00 8 1 Pcs Auxilliary Fan 10,091.00 10,091.00 9 3 Liters Coolant 396.00 1,188.00 10 3 Pcs Silicon Oil 165.00 495.00 11 1 Pcs Alternator Pully 7,920.00 7,920.00 12 2 Sets Shock Absorber Assy 7,357.00 14,714.00 13 2 Sets Upper Suspension Assy 13,860.00 27,720.00 14 2 Sets Lower Suspension Assy 15,015.00 30,030.00 15 2 Sets Tie Rod Assy 1,980.00 3,960.00 16 2 Pcs Hub Bearing L/r 5,940.00 11,880.00 17 4 Pcs Leaf Spring Bushing 970.00 3,880.00 18 4 Pcs Upper Bushing 869.00 3,476.00 19 2 Pcs Tire 265/65 R14 112t 10,245.00 20,490.00 Sub-total 217,635.00 Lot 3 Pr.no. 267 1 8 Liters Engine Oil 15w-40 Syn 676.00 5,408.00 2 1 Pc Oil Filter Hi-lux 429.00 429.00 3 1 Pc Fuel Filter Hi-lux 1,609.00 1,609.00 4 3 Cans Cvt Cleaner 405.00 1,215.00 5 1 Set Brake Pad D.cab 4,760.00 4,760.00 6 1 Pc Bolt And Nut Hitencil 162.00 162.00 7 1 Pc Battery 11 Plates W/clamp 5,935.00 5,935.00 8 8 Liters Engine Oil Fully Assy 714.00 5,712.00 9 1 Pc Oil Filter Patrol 001 442.00 442.00 10 1 Pc Cabin Filter 1,530.00 1,530.00 11 4 Liters Mt Fluid (gear Box Oil) 408.00 1,632.00 12 8 Liters Coolant 408.00 3,264.00 13 1 Set Rack End 4,911.00 4,911.00 14 1 Set Tie Rod End 4,571.00 4,571.00 15 1 Set Lower Ball Joint 4,061.00 4,061.00 16 1 Set Upper Ball Joint 1,953.00 1,953.00 17 2 Pcs Lower Arm Bushing L/r 2,676.50 5,353.00 18 2 Set Torque Rod Bushing 1,605.50 3,211.00 19 8 Liters Engine Oil 496.00 3,968.00 20 1 Pc Oil Filter Strada 2,191.00 2,191.00 21 1 Pc Fuel Filter Strada 1,669.29 1,669.29 22 5 Liters Gear Oil #90 408.00 2,040.00 23 2 Pcs Headlight Bulb 12v 2,720.00 5,440.00 24 1 Set Brake Pad Front 5,440.00 5,440.00 25 1 Set Brake Shoe Rear 5,015.00 5,015.00 26 1 Pc Release Bearing 5,950.00 5,950.00 27 2 Pc Tire 205/70 R15 7,394.00 14,788.00 Sub-total 102,659.29 Lot 4 Pr.no. 268 1 1 Pc Air Dter Housing Assy 10,362.00 10,362.00 2 1 Pc Battery 17 Plates 8,138.00 8,138.00 3 2 Pcs Battery Clamp 124.00 248.00 4 2 Pcs Battery With Clamp 11 Plates 6,130.00 12,260.00 5 4 Pails Oil 40 6,710.00 26,840.00 6 5 Pails Oil 10 6,068.00 30,340.00 7 2 Pcs Battery 11 Plates Motolite 9,970.00 19,940.00 Sub-total 108,128.00 Grand Total ₱ 507,230.29 " 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 February 14,2025, 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: February 7, 2025 To Febraury 14, 2025
Municipality Of Argao, Cebu Tender
Manpower Supply
Philippines
Closing Date20 Feb 2025
Tender AmountPHP 1.4 Million (USD 25.9 K)
Details: Description The Bids & Awards Committee (bac) Of Municipality Of Argao, Cebu, Invites All Interested Suppliers/manufacturers/distributors/contractors/consultants To Apply For Eligibility And To Submit Bids For The Following: B.9 Mobilization /demobilization Quantity 1.00 L.s. Dpwh Standard Output Per Hour (oph)= 1.00 L.s. 1.00 L.s. Mobilization /demobilization Direct Cost: A. Materials: B. Manpower: C. Equipment And Water: Number Of Hours 6.00 1.00 A. Backhoe (0.80 Mᶾ) 6.00 1.00 B. Dumptruck (12 Ydᶾ) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) B.5 Project Billboard/signboard Quantity 1.00 L.s. Dpwh Standard Output Per Day (opd)= 1 Ls 1.00 L.s. Project Billboard/signboard Direct Cost: A. Materials: 64.00 Sq.ft. A. Tarpaulin (4' X 8') 37.00 Bd.ft. B. Lumber Coco 1.00 Kg C. Common Nails Assorted 2.00 Sheets D. Plywood Marine (1/4" X 4' X 8') B. Manpower: Number Of Hours 4.00 1.00 A. Construction Foreman 4.00 1.00 B. Skilled Laborer 4.00 2.00 C. Unskilled Laborer C. Equipment And Water: Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) B.7(2) Occupational Safety And Health Program Quantity 1.00 L.s. Dpwh Standard Output Per Day (opd)= 1.00 L.s. 1.00 L.s. Occupational Safety And Health Program Direct Cost: A. Materials: 2769.00 Man-days A. Safety Helmet 2769.00 Man-days B. Safety Shoes 2769.00 Man-days D. Working Gloves 1.00 Set E. First Aid Kit B. Manpower: Number Of Days 14.00 1.00 A. Safety Practitioner/officer (part Time) C. Equipment And Water: Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) B.3 Permits And Clearances Quantity 1.00 L.s. Dpwh Standard Output Per Day (opd)= 1.00 L.s. 1.00 L.s. Permits And Clearances Direct Cost: A. Materials: 1.00 L.s. Permits And Other Clearances - Building Permit Processing Fees B. Manpower: C. Equipment And Water: Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 803(1)a Structure Excavation (common Soil) Quantity 43.41 M3 Dpwh Standard Output Per Hour (oph)= 20.00 M3 43.41 M3 Structure Excavation (common Soil) Direct Cost: A. Materials: B. Manpower: Number Of Hours 1.00 1.00 A. Construction Foreman 1.00 3.00 B. Unskilled Laborer C. Equipment And Water: Number Of Hours 1.00 1.00 A. Backhoe (0.80 Mᶾ) 1.00 2.00 B. Dumptruck (12 Ydᶾ) Minor Tools (10% Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 804(1)a Embankment From Structure Excavation Quantity 39.57 M3 Dpwh Standard Output Per Hour (oph)= 9.84 M3 39.57 M3 Embankment From Structure Excavation Direct Cost: A. Materials: B. Manpower: Number Of Hours 1.00 1.00 A. Construction Foreman 1.00 3.00 B. Unskilled Laborer C. Equipment And Water: Number Of Hours 0.75 1.00 A. Plate Compactor (5 Hp) 0.75 1.00 B. Backhoe (0.80 M3) Minor Tools (10% Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 804(4) Gravel Bedding Quantity 3.81 M3 Dpwh Standard Output Per Day (opd)= 1.20 M3 3.81 M3 Gravel Bedding Direct Cost: A. Materials: 1.05 M3 A. Gravel Bedding (g1)(w/5% Shrinkage Factor) B. Manpower: Number Of Hours 1.00 1.00 A. Construction Foreman 1.00 3.00 B. Unskilled Laborer C. Equipment And Water: Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 900(1)c2 "structural Concrete (footing, Slab On Fill)" Quantity 15.03 M3 Dpwh Standard Output Per Day (opd)= 0.357 M3 15.03 M3 " Structural Concrete (footing, Slab On Fill)" Direct Cost: A. Materials: 1.00 M3 A. Gravel 0.50 M3 B. Sand 9.10 Bags C. Portland Cement B. Manpower: Number Of Hours 1.00 1.00 A. Construction Foreman 1.00 1.00 B. Skilled Laborer 1.00 4.00 C. Unskilled Laborer C. Equipment And Water: 1.00 1.00 A. One Bagger Mixer Minor Tools (10% Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 900(1)c3 "structural Concrete (footing Tie Beam, Wall Footing)" Quantity 2.56 M3 Dpwh Standard Output Per Day (opd)= 0.270 M3 2.56 M3 " Structural Concrete (footing Tie Beam, Wall Footing)" Direct Cost: A. Materials: 1.00 M3 A. Gravel 0.50 M3 B. Sand 9.10 Bags C. Portland Cement B. Manpower: Number Of Hours 1.00 1.00 A. Construction Foreman 1.00 1.00 B. Skilled Laborer 1.00 4.00 C. Unskilled Laborer C. Equipment And Water: 1.00 1.00 A. One Bagger Mixer Minor Tools (10% Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 900(1)c4 "structural Concrete (columns)" Quantity 5.42 M3 Dpwh Standard Output Per Day (opd)= 0.270 M3 5.42 M3 " Structural Concrete (columns)" Direct Cost: A. Materials: 1.00 M3 A. Gravel 0.50 M3 B. Sand 9.10 Bags C. Portland Cement B. Manpower: Number Of Hours 1.00 1.00 A. Construction Foreman 1.00 1.00 B. Skilled Laborer 1.00 4.00 C. Unskilled Laborer C. Equipment And Water: 1.00 1.00 A. One Bagger Mixer Minor Tools (10% Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 900(1)c5 "structural Concrete (roof Beams, Lintel Beams, Cantilever Beams)" Quantity 3.90 M3 Dpwh Standard Output Per Day (opd)= 0.270 M3 3.90 M3 " Structural Concrete (roof Beams, Lintel Beams, Cantilever Beams)" Direct Cost: A. Materials: 1.00 M3 A. Gravel 0.50 M3 B. Sand 9.10 Bags C. Portland Cement B. Manpower: Number Of Hours 1.00 1.00 A. Construction Foreman 1.00 1.00 B. Skilled Laborer 1.00 4.00 C. Unskilled Laborer C. Equipment And Water: 1.00 1.00 A. One Bagger Mixer Minor Tools (10% Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 900(1)c6 "structural Concrete (suspended Slab)" Quantity 2.09 M3 Dpwh Standard Output Per Day (opd)= 0.270 M3 2.09 M3 " Structural Concrete (suspended Slab)" Direct Cost: A. Materials: 1.00 M3 A. Gravel 0.50 M3 B. Sand 9.10 Bags C. Portland Cement B. Manpower: Number Of Hours 1.00 1.00 A. Construction Foreman 1.00 1.00 B. Skilled Laborer 1.00 4.00 C. Unskilled Laborer C. Equipment And Water: 1.00 1.00 A. One Bagger Mixer Minor Tools (10% Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 902(1) "reinforcing Steel Of Reinforced Concrete Structures, Grade-40" Quantity 3,947.39 Kg Dpwh Standard Output Per Day (opd)= 143.44 Kg 3947.39 Kg " Reinforcing Steel Of Reinforced Concrete Structures, Grade-40" Direct Cost: A. Materials: 1.00 Kg A. Deformed Reinforcing Steel - G40 0.02 Kg B. #16galvanized Iron Wire C. Consumables (5% Of Materials Cost) B. Manpower: Number Of Hours 1.00 1.00 A. Construction Foreman 1.00 3.00 B. Skilled Laborer 1.00 12.00 C. Unskilled Laborer C. Equipment And Water: 0.50 1.00 A. Bar Cutter 0.50 1.00 B. Bar Bender Minor Tools (10% Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 903 (2) Formworks And Falseworks Quantity 56.65 M2 Dpwh Standard Output Per Day (opd)= 3.24 M2 56.65 M2 Formworks And Falseworks Direct Cost: A. Materials: 0.35 Pcs A. Ordinary Plywood - 3 Uses 7.19 Bd Ft B. Good Lumber - 3 Use 0.21 Kg C. Assorted Common Wire Nail D. Consumables (5% Of Materials Cost) B. Manpower: Number Of Hours 1.00 1.00 A. Construction Foreman 1.00 2.00 B. Skilled Laborer 1.00 4.00 C. Unskilled Laborer Removal 0.41 1.00 A. Construction Foreman 0.41 6.00 B. Unskilled Laborer C. Equipment And Water: Minor Tools (10% Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 1046.00 100 Mm Chb Non Load Bearinglload Bearing (including Reinforcing Steel) Quantity 188.21 M2 Dpwh Standard Output Per Day (opd)= 3.825 M2 188.21 M2 100 Mm Chb Non Load Bearinglload Bearing (including Reinforcing Steel) Direct Cost: A. Materials: 13.00 Pc A. 100 Mm Thk Chb (non-load Bearing) 0.53 Bag B. Cement 0.04 Cu.m C.sand 3.24 Kg D. Reinforcing Steel 0.05 Kg E. #16 Tie Wire B. Manpower: Number Of Hours 1.00 1.00 A. Construction Foreman 1.00 2.00 B. Skilled Laborer 1.00 3.00 C. Unskilled Laborer C. Equipment And Water: 1.00 1.00 A. One-bagger Mixer Minor Tools (10% Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 1016(1)a Waterproofing Cement Base Quantity 12.54 M2 Dpwh Standard Output Per Day (opd)= 1.875 M2 12.54 M2 Waterproofing Cement Base Direct Cost: A. Materials: 1.05 M2 A. Cement-based Waterproofing B. Manpower: Number Of Hours 1.00 1.00 A. Construction Foreman 1.00 1.00 B. Skilled Laborer 1.00 1.00 C. Unskilled Laborer C. Equipment And Water: Minor Tools (10% Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 1047 (2)b Structural Steel Roof Truss Quantity 507.84 Kg Dpwh Standard Output Per Day (opd)= 85.00 Kg 507.84 Kg Structural Steel Roof Truss Direct Cost: A. Materials: 1.00 Kg A. Structural Steel (channel Bar A36) 0.01 Kg B. Acetylene 0.02 Kg C. Oxygen 0.02 Kg D. Welding Rod E. Consumables (5% Of Materials Cost) B. Manpower: Number Of Hours 1.00 1.00 A. Construction Foreman 1.00 2.00 B. Skilled Laborer 1.00 2.00 C. Unskilled Laborer Erection 0.49 3.00 A. Skilled Laborer 0.49 3.00 B. Unskilled Laborer C. Equipment And Water: 0.75 1.00 A. Welding Machine 0.25 1.00 B. Cutting Outfit 0.49 1.00 C. Truck Mounted Crane (20-25 Mt) Minor Tools (10 % Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 1047 (2)c Structural Steel Purlins Quantity 200.46 Kg Dpwh Standard Output Per Day (opd)= 90.45 Kg 200.46 Kg Structural Steel Purlins Direct Cost: A. Materials: 1.05 Kg A. Structural Steel Framing Including Cross 0.02 Kg B. Acetylene C. Consumables (5% Of Materials Cost) B. Manpower: Number Of Hours 1.00 1.00 A. Construction Foreman 1.00 2.00 B. Skilled Laborer 1.00 4.00 C. Unskilled Laborer C. Equipment And Water: 1.00 2.00 A. Welding Machine Minor Tools (10 % Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 1014.00 Prepainted Metal Sheets (rib Type, Long Span, 0.427 Mm Thk.) Quantity 48.00 M2 Dpwh Standard Output Per Day (opd)= 2.769 M2 48.00 M2 Prepainted Metal Sheets (rib Type, Long Span, 0.427 Mm Thk.) Direct Cost: A. Materials: 1.00 M A. Prepainted Metal Sheets (rib Type, Long Span, 0.427mm Thk. 10.00 Pc B. Tek Screw C. Consumables (3% Of Materials Cost) B. Manpower: Number Of Hours 1.00 1.00 A. Construction Foreman 1.00 1.00 B. Skilled Laborer 1.00 2.00 C. Unskilled Laborer C. Equipment And Water: Minor Tools (10% Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 1013(1) Fabricated Metal Roofing Accessory (flashings) Quantity 54.76 M Dpwh Standard Output Per Day (opd)= 10.00 M 54.76 M Fabricated Metal Roofing Accessory (flashings) Direct Cost: A. Materials: 1.05 M A. Flashings (bended) 19.00 Pc B. Blind Rivets C. Consumables (3% Of Materials Cost) B. Manpower: Number Of Hours 1.00 1.00 A. Construction Foreman 1.00 1.00 B. Skilled Laborer 1.00 1.00 C. Unskilled Laborer C. Equipment And Water: Minor Tools (10% Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 1013(2)c Fabricated Metal Roofing Accessory (gutter) Quantity 7.76 M Dpwh Standard Output Per Day (opd)= 11.80 M 7.76 M Fabricated Metal Roofing Accessory (gutter) Direct Cost: A. Materials: 1.05 M A. Gutter (0.4 Mm) 3.00 Pc B. 12" X 1" Plain Gi Strap 16.00 Pc C. Blind Rivets C. Consumables (3% Of Materials Cost) B. Manpower: Number Of Hours 1.00 1.00 A. Construction Foreman 1.00 1.00 B. Skilled Laborer 1.00 1.00 C. Unskilled Laborer C. Equipment And Water: Minor Tools (10% Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 1038(1) "reflective Insulation" Quantity 50.00 M2 Dpwh Standard Output Per Day (opd)= 5.56 M2 50.00 M2 " Reflective Insulation" Direct Cost: A. Materials: 1.00 M2 A. Reflective Insulation B. Consumables (5% Of Materials Cost) B. Manpower: Number Of Hours 1.00 1.00 A. Construction Foreman 1.00 1.00 B. Skilled Laborer 1.00 2.00 C. Unskilled Laborer C. Equipment And Water: Minor Tools (10% Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 1100(10) Conduit Works, Boxes And Fittings Quantity 1.00 I.s. Dpwh Standard Output Per Day (opd)= "1.00 I.s." 1.00 I.s. Conduit Works, Boxes And Fittings Direct Cost: A. Materials: 1.00 Length A. 25 Mm Ø X 3.00 M Rsc Pipe 80.00 Length B. 15 Mm Ø X 3.00 Mm Pvc Pipes 10.00 Pcs C. 15mm Ø Pvc Coupling 30.00 Pcs D. 15mm Ø Pvc Elbow 25.00 Pcs E. Utility Box 30.00 Pcs F. Junction Box 1.00 Pcs G. 25mm Ø Entrance Cap H. Consumables (5% Of Materials Cost) B. Manpower: Number Of Hours 47.39 1.00 A. Construction Foreman 47.39 1.00 B. Skilled Laborer 47.39 1.00 C. Unskilled Laborer C. Equipment And Water: Minor Tools (10% Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 1101(33) Wires And Wiring Devices Quantity 1.00 I.s. Dpwh Standard Output Per Day (opd)= 1.00 I.s. 1.00 I.s. Wires And Wiring Devices Direct Cost: A. Materials: 200.00 M A.3.5 Mm2 Electric Wire Thhn 160.00 M B.5.5 Mm2 Electric Wire Thhn 25.00 M C. 8.00 Mm2 Electric Wire (thhn) 1.00 Set D. Single-gang Switch 4.00 Set E. Two-gang Switch 2.00 Set F. Three-gang Switch 13.00 Set G. Duplex Convenience Outlet H. Consumables (3% Of Materials Cost) B. Manpower: Number Of Hours 28.05 1.00 A. Construction Foreman 28.05 1.00 B. Skilled Laborer 28.05 1.00 C. Unskilled Laborer C. Equipment And Water: Minor Tools (10 % Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 1102(1) Panel Board With Main Breaker/branches, 3 Wires, 1 Neutral, 50 Amp - 200 Amp Quantity 1.00 Set Dpwh Standard Output Per Day (opd)= 1 Set 1.00 Set Panel Board With Main Breaker/branches, 3 Wires, 1 Neutral, 50 Amp - 200 Amp Direct Cost: A. Materials: 1.00 Set A. Panel Board With Main Breaker And 8 Branches 50 Amp - 200 Amp 1.00 Pcs B. 60 Amp. Plug-in Breaker 2.00 Pcs B. 30 Amp. Plug-in Breaker 2.00 Pcs B. 20 Amp. Plug-in Breaker 2.00 Pcs B. 15 Amp. Plug-in Breaker B. Consumables (3% Of Materials Cost) B. Manpower: Number Of Hours 5.50 1.00 A. Construction Foreman 5.50 1.00 B. Skilled Laborer 5.50 2.00 C. Unskilled Laborer C. Equipment And Water: Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 1001 (8) Sewer Line Work Quantity 1.00 Ls Dpwh Standard Output Per Day (opd)= 1.00 L.s. 1.00 Ls Sewer Line Work Direct Cost: A. Materials: 7.00 Lengths A. 50 Mm Ø Pvc Pipe,series 1000 3.00 Lengths B. 100 Mm Ø Pvc Pipe, Series 1000 8.00 Pcs C. Pvc 45 Deg. (3mm Bend X 50mm) 2.00 Pcs D. Pvc 45 Deg. (3mm Bend X 101mm) 2.00 Pcs E. Pvc 87.5 Deg. (6mm Bend X 101mm) 1.00 Pcs F. Pvc 45 Deg. Single Branch, Wye (101mm X 101mm) 1.00 Pcs G. Pvc 87.5 Deg. Single Branch, Seep, Tee (101mm X 50mm) 6.00 Pcs H. Pvc Coupling (50mm D) 2.00 Pcs I. Pvc Coupling3 (101mm D) 1.00 Pcs J. Pvc P-trap W/ Plug & Sealing Rings (50mm) 1.00 Pcs K. Pvc P-trap W/ Plug & Sealing Rings (101mm) 2.00 Pcs L. Pvc Cleanout W/ Plug & Sealing Rings (101mm) M. Consumables (5% Of Materials Cost) B. Manpower: Number Of Hours 10.00 1.00 A. Construction Foreman 10.00 1.00 B. Skilled Laborer 10.00 2.00 C. Unskilled Laborer C. Equipment And Water: Minor Tools (10% Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 1001 (9) Storm Drainage And Downspout Quantity 1.00 L.s. Dpwh Standard Output Per Day (opd)= 1.00 L.s. 1.00 L.s. Storm Drainage And Downspout Direct Cost: A. Materials: 8.00 Lengths A. 75 Mm Ø Pvc Pipe,series 1000 9.00 Ea B. Pvc 45 Deg. (3mm Bend X 76mm) 5.00 Ea C. Pvc Coupling (76mm D) D. Consumables (5% Of Materials Cost) B. Manpower: Number Of Hours 8.00 1.00 A. Construction Foreman 8.00 1.00 B. Skilled Laborer 8.00 2.00 C. Unskilled Laborer C. Equipment And Water: Minor Tools (10% Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 1002(6) Cold Waterline Pipes And Fittings Quantity 1.00 I.s. Dpwh Standard Output Per Day (opd)= "1.00 I.s." 1.00 I.s. Cold Waterline Pipes And Fittings Direct Cost: A. Materials: 5.00 Lengths A.13 Mm Ø X 4.00 M (ppr) Pipe, Pn 20 5.00 Pcs B.13 Mm Ø Ppr Elbow - Threaded 10.00 Pcs C.13 Mm Ø Ppr Elbow 10.00 Pcs D.13 Mm Ø Ppr Coupling 2.00 Pcs E.13 Mm Ø Gate Valve 2.00 Pcs F.13 Mm Ø Ppr Union 5.00 Pcs G.13 Mm Ø Ppr Tee H. Consumables (5% Of Materials Cost) B. Manpower: Number Of Hours 6.65 1.00 A. Construction Foreman 6.65 1.00 B. Skilled Laborer 6.65 2.00 C. Unskilled Laborer C. Equipment And Water: Minor Tools (10% Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 1032(1)c Painting Works (metal Painting) Quantity 58.55 M2 Dpwh Standard Output Per Day (opd)= 2.00 M2 58.55 M2 Painting Works (metal Painting) Direct Cost: A. Materials: 0.05 Gal A. Red Oxide Primer 0.10 Gal B. Enamel Paint 0.25 L C. Paint Thinner D. Consumables (5% Of Materials Cost) B. Manpower: Number Of Hours 1.00 1.00 A. Construction Foreman 1.00 2.00 B. Skilled Laborer 1.00 1.00 C. Unskilled Laborer C. Equipment And Water: Minor Tools (10% Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax)
Municipality Of Argao, Cebu Tender
Manpower Supply
Philippines
Closing Date20 Feb 2025
Tender AmountPHP 1.4 Million (USD 25.9 K)
Details: Description The Bids & Awards Committee (bac) Of Municipality Of Argao, Cebu, Invites All Interested Suppliers/manufacturers/distributors/contractors/consultants To Apply For Eligibility And To Submit Bids For The Following: B.9 Mobilization /demobilization Quantity 1.00 L.s. Dpwh Standard Output Per Hour (oph)= 1.00 L.s. 1.00 L.s. Mobilization /demobilization Direct Cost: A. Materials: B. Manpower: C. Equipment And Water: Number Of Hours 6.00 1.00 A. Backhoe (0.80 Mᶾ) 6.00 1.00 B. Dumptruck (12 Ydᶾ) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) B.5 Project Billboard/signboard Quantity 1.00 L.s. Dpwh Standard Output Per Day (opd)= 1.00 L.s. 1.00 L.s. Project Billboard/signboard Direct Cost: A. Materials: 64.00 Sq.ft. A. Tarpaulin (4' X 8') 37.00 Bd.ft. B. Lumber Coco 1.00 Kg C. Common Nails Assorted 2.00 Sheets D. Plywood Marine (1/4" X 4' X 8') B. Manpower: Number Of Days 4.00 1.00 A. Construction Foreman 4.00 1.00 B. Skilled Laborer 4.00 2.00 C. Unskilled Laborer C. Equipment And Water: Minor Tools (10% Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) B.7(2) Occupational Safety And Health Program Quantity 1.00 L.s. Dpwh Standard Output Per Day (opd)= 1.00 L.s. 1.00 L.s. B.7(2) Direct Cost: A. Materials: 2769.00 Man-days A. Safety Helmet 2769.00 Man-days B. Safety Shoes 2769.00 Man-days C. Working Gloves 1.00 Set D. First Aid Kit B. Manpower: Number Of Days 14.00 1.00 A. Safety Practitioner/officer (part Time) C. Equipment And Water: Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) B.3 Permits And Clearances Quantity 1.00 L.s. Dpwh Standard Output Per Day (opd)= 1.00 L.s. 1.00 L.s. Permits And Clearances Direct Cost: A. Materials: 1.00 L.s. Permits And Other Clearances B. Manpower: - Building Permit Processing Fees C. Equipment And Water: Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 803(1)a Structure Excavation (common Soil) Quantity 43.41 M3 Dpwh Standard Output Per Hour (oph)= 20.00 M3 43.41 M3 Structure Excavation (common Soil) Direct Cost: A. Materials: B. Manpower: Number Of Hours 1.00 1.00 A. Construction Foreman 1.00 3.00 B. Unskilled Laborer C. Equipment And Water: Number Of Hours 1.00 1.00 A. Backhoe (0.80 Mᶾ) 1.00 2.00 B. Dumptruck (12 Ydᶾ) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 804(1)a Embankment From Structure Excavation Quantity 39.57 M3 Dpwh Standard Output Per Hour (oph)= 9.84 M3 39.57 M3 Embankment From Structure Excavation Direct Cost: A. Materials: B. Manpower: Number Of Hours 1.00 1.00 A. Construction Foreman 1.00 3.00 B. Unskilled Laborer C. Equipment And Water: Number Of Hours 0.75 1.00 A. Plate Compactor (5 Hp) 0.75 1.00 B. Backhoe (0.80 M3) Minor Tools (10% Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 804(4) Gravel Bedding Quantity 3.81 M3 Dpwh Standard Output Per Day (opd)= 1.20 M3 3.81 M3 Gravel Bedding Direct Cost: A. Materials: 1.05 M3 A. Gravel Bedding (g1)(w/5% Shrinkage Factor) B. Manpower: Number Of Days 1.00 1.00 A. Construction Foreman 1.00 3.00 B. Unskilled Laborer C. Equipment And Water: 1.05 M3 A. Plate Compactor (5 Hp) Minor Tools (10% Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 900(1)c2 "structural Concrete (footing, Slab On Fill)" Quantity 15.03 M3 Dpwh Standard Output Per Day (opd)= 0.270 M3 15.03 M3 " Structural Concrete (footing, Slab On Fill)" Direct Cost: A. Materials: 1.00 M3 A. Gravel 0.50 M3 B. Sand 9.10 Bags C. Portland Cement B. Manpower: Number Of Days 1.00 1.00 A. Construction Foreman 1.00 1.00 B. Skilled Laborer 1.00 4.00 C. Unskilled Laborer C. Equipment And Water: 1.00 1.00 A. One Bagger Mixer Minor Tools (10% Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 900(1)c3 "structural Concrete (footing Tie Beam, Wall Footing)" Quantity 2.56 M3 Dpwh Standard Output Per Day (opd)= 0.270 M3 2.56 M3 " Structural Concrete (footing Tie Beam, Wall Footing)" Direct Cost: A. Materials: 1.00 M3 A. Gravel 0.50 M3 B. Sand 9.10 Bags C. Portland Cement B. Manpower: Number Of Days 1.00 1.00 A. Construction Foreman 1.00 1.00 B. Skilled Laborer 1.00 4.00 C. Unskilled Laborer C. Equipment And Water: 1.00 1.00 A. One Bagger Mixer Minor Tools (10% Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 900(1)c4 "structural Concrete (columns)" Quantity 5.42 M3 Dpwh Standard Output Per Day (opd)= 0.270 M3 5.42 M3 " Structural Concrete (columns)" Direct Cost: A. Materials: 1.00 M3 A. Gravel 0.50 M3 B. Sand 9.10 Bags C. Portland Cement B. Manpower: Number Of Days 1.00 1.00 A. Construction Foreman 1.00 1.00 B. Skilled Laborer 1.00 4.00 C. Unskilled Laborer C. Equipment And Water: 1.00 1.00 A. One Bagger Mixer Minor Tools (10% Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 900(1)c5 "structural Concrete (roof Beams, Lintel Beams, Cantilever Beams)" Quantity 3.90 M3 Dpwh Standard Output Per Day (opd)= 0.270 M3 3.90 M3 " Structural Concrete (roof Beams, Lintel Beams, Cantilever Beams)" Direct Cost: A. Materials: 1.00 M3 A. Gravel 0.50 M3 B. Sand 9.10 Bags C. Portland Cement B. Manpower: Number Of Days 1.00 1.00 A. Construction Foreman 1.00 1.00 B. Skilled Laborer 1.00 4.00 C. Unskilled Laborer C. Equipment And Water: 1.00 1.00 A. One Bagger Mixer Minor Tools (10% Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 900(1)c6 "structural Concrete (suspended Slab)" Quantity 2.09 M3 Dpwh Standard Output Per Day (opd)= 0.270 M3 2.09 M3 " Structural Concrete (suspended Slab)" Direct Cost: A. Materials: 1.00 M3 A. Gravel 0.50 M3 B. Sand 9.10 Bags C. Portland Cement B. Manpower: Number Of Days 1.00 1.00 A. Construction Foreman 1.00 1.00 B. Skilled Laborer 1.00 4.00 C. Unskilled Laborer C. Equipment And Water: 1.00 1.00 A. One Bagger Mixer Minor Tools (10% Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 902(1) "reinforcing Steel Of Reinforced Concrete Structures, Grade-40" Quantity 3,947.39 Kg Dpwh Standard Output Per Day (opd)= 143.44 Kg 3947.39 Kg " Reinforcing Steel Of Reinforced Concrete Structures, Grade-40" Direct Cost: A. Materials: 1.00 Kg A. Deformed Reinforcing Steel - G40 0.02 Kg B. #16galvanized Iron Wire C. Consumables (5% Of Materials Cost) B. Manpower: Number Of Days 1.00 1.00 A. Construction Foreman 1.00 3.00 B. Skilled Laborer 1.00 12.00 C. Unskilled Laborer C. Equipment And Water: 0.50 1.00 A. Bar Cutter 0.50 1.00 B. Bar Bender Minor Tools (10% Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 903 (2) Formworks And Falseworks Quantity 56.65 M2 Dpwh Standard Output Per Day (opd)= 3.24 M2 56.65 M2 Formworks And Falseworks Direct Cost: A. Materials: 0.35 Pcs A. Ordinary Plywood - 3 Uses 7.19 Bd Ft B. Good Lumber - 3 Use 0.21 Kg C. Assorted Common Wire Nail D. Consumables (5% Of Materials Cost) B. Manpower: Number Of Days 1.00 1.00 A. Construction Foreman 1.00 2.00 B. Skilled Laborer 1.00 4.00 C. Unskilled Laborer Removal 0.41 1.00 A. Construction Foreman 0.41 6.00 B. Unskilled Laborer C. Equipment And Water: Minor Tools (10% Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 1046.00 100 Mm Chb Non Load Bearinglload Bearing (including Reinforcing Steel) Quantity 188.21 M2 Dpwh Standard Output Per Day (opd)= 3.825 M2 188.21 M2 100 Mm Chb Non Load Bearinglload Bearing (including Reinforcing Steel) Direct Cost: A. Materials: 13.00 Pc A. 100 Mm Thk Chb (non-load Bearing) 0.53 Bag B. Cement 0.04 Cu.m C.sand 3.24 Kg D. Reinforcing Steel 0.05 Kg E. #16 Tie Wire B. Manpower: Number Of Days 1.00 1.00 A. Construction Foreman 1.00 2.00 B. Skilled Laborer 1.00 3.00 C. Unskilled Laborer C. Equipment And Water: 1.00 1.00 A. One-bagger Mixer Minor Tools (10% Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 1016(1)a Waterproofing Cement Base Quantity 12.54 M2 Dpwh Standard Output Per Day (opd)= 1.875 M2 12.54 M2 Waterproofing Cement Base Direct Cost: A. Materials: 1.05 M2 A. Cement-based Waterproofing B. Manpower: Number Of Days 1.00 1.00 A. Construction Foreman 1.00 1.00 B. Skilled Laborer 1.00 1.00 C. Unskilled Laborer C. Equipment And Water: Minor Tools (10% Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 1047 (2)b Structural Steel Roof Truss Quantity 507.84 Kg Dpwh Standard Output Per Day (opd)= 85.00 Kg 507.84 Kg Structural Steel Roof Truss Direct Cost: A. Materials: 1.00 Kg A. Structural Steel (channel Bar A36) 0.01 Kg B. Acetylene 0.02 Kg C. Oxygen 0.02 Kg D. Welding Rod E. Consumables (5% Of Materials Cost) B. Manpower: Number Of Days Fabrication 1.00 1.00 A. Construction Foreman 1.00 2.00 B. Skilled Laborer 1.00 2.00 C. Unskilled Laborer Erection 0.49 3.00 A. Skilled Laborer 0.49 3.00 B. Unskilled Laborer C. Equipment And Water: 0.75 1.00 A. Welding Machine 0.25 1.00 B. Cutting Outfit 0.49 1.00 C. Truck Mounted Crane (20-25 Mt) Minor Tools (10 % Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 1047 (2)c Structural Steel Purtins Quantity 200.46 Kg Dpwh Standard Output Per Day (opd)= 90.45 Kg 200.46 Kg Structural Steel Purtins Direct Cost: A. Materials: 1.05 Kg A. Structural Steel Framing Including Cross 0.02 Kg B. Acetylene C. Consumables (5% Of Materials Cost) B. Manpower: Number Of Days 1.00 1.00 A. Construction Foreman 1.00 2.00 B. Skilled Laborer 1.00 4.00 C. Unskilled Laborer C. Equipment And Water: 1.00 2.00 A. Welding Machine Minor Tools (10 % Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 1014.00 Prepainted Metal Sheets (rib Type, Long Span, 0.427 Mm Thk.) Quantity 48.00 M2 Dpwh Standard Output Per Day (opd)= 2.769 M2 48.00 M2 Prepainted Metal Sheets (rib Type, Long Span, 0.427 Mm Thk.) Direct Cost: A. Materials: 1.00 M A. Prepainted Metal Sheets (rib Type, Long Span, 0.427mm Thk. 10.00 Pc B. Tek Screw C. Consumables (3% Of Materials Cost) B. Manpower: Number Of Days 1.00 1.00 A. Construction Foreman 1.00 1.00 B. Skilled Laborer 1.00 2.00 C. Unskilled Laborer C. Equipment And Water: Minor Tools (10% Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 1013(1) Fabricated Metal Roofing Accessory (flashings) Quantity 54.76 M Dpwh Standard Output Per Day (opd)= 10.00 M 54.76 M Fabricated Metal Roofing Accessory (flashings) Direct Cost: A. Materials: 1.05 M A. Flashings (bended) 19.00 Pc B. Blind Rivets C. Consumables (3% Of Materials Cost) B. Manpower: Number Of Days 1.00 1.00 A. Construction Foreman 1.00 1.00 B. Skilled Laborer 1.00 1.00 C. Unskilled Laborer C. Equipment And Water: Minor Tools (10% Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 1013(2)c Fabricated Metal Roofing Accessory (gutter) Quantity 7.76 M Dpwh Standard Output Per Day (opd)= 11.80 M 7.76 M Fabricated Metal Roofing Accessory (gutter) Direct Cost: A. Materials: 1.05 M A. Gutter (0.4 Mm) 3.00 Pc B. 12" X 1" Plain Gi Strap 16.00 Pc C. Blind Rivets C. Consumables (3% Of Materials Cost) B. Manpower: Number Of Days 1.00 1.00 A. Construction Foreman 1.00 1.00 B. Skilled Laborer 1.00 1.00 C. Unskilled Laborer C. Equipment And Water: Minor Tools (10% Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 1038(1) "reflective Insulation" Quantity 50.00 M2 Dpwh Standard Output Per Day (opd)= 50.00 M2 50.00 M2 " Reflective Insulation" Direct Cost: A. Materials: 1.00 M2 A. Reflective Insulation B. Consumables (5% Of Materials Cost) B. Manpower: Number Of Days 1.00 1.00 A. Construction Foreman 1.00 1.00 B. Skilled Laborer 1.00 2.00 C. Unskilled Laborer C. Equipment And Water: Minor Tools (10% Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 1100(10) Conduit Works, Boxes And Fittings Quantity 1.00 I.s. Dpwh Standard Output Per Day (opd)= "1.00 I.s." 1.00 I.s. Conduit Works, Boxes And Fittings Direct Cost: A. Materials: 1.00 Length A. 25 Mm Ø X 3.00 M Rsc Pipe 80.00 Length B. 15 Mm Ø X 3.00 Mm Pvc Pipes 10.00 Pcs C. 15mm Ø Pvc Coupling 30.00 Pcs D. 15mm Ø Pvc Elbow 25.00 Pcs E. Utility Box 30.00 Pcs F. Junction Box 1.00 Pcs G. 25mm Ø Entrance Cap H. Consumables (5% Of Materials Cost) B. Manpower: Number Of Days 47.39 1.00 A. Construction Foreman 47.39 1.00 B. Skilled Laborer 47.39 1.00 C. Unskilled Laborer C. Equipment And Water: Minor Tools (10% Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 1101(33) Wires And Wiring Devices Quantity 1.00 I.s. Dpwh Standard Output Per Day (opd)= 1.00 I.s. 1.00 I.s. Wires And Wiring Devices Direct Cost: A. Materials: 200.00 M A.3.5 Mm2 Electric Wire Thhn 160.00 M B.5.5 Mm2 Electric Wire Thhn 25.00 M C. 8.00 Mm2 Electric Wire (thhn) 1.00 Set D. Single-gang Switch 4.00 Set E. Two-gang Switch 2.00 Set F. Three-gang Switch 13.00 Set G. Duplex Convenience Outlet H. Consumables (3% Of Materials Cost) B. Manpower: Number Of Days 28.05 1.00 A. Construction Foreman 28.05 1.00 B. Skilled Laborer 28.05 1.00 C. Unskilled Laborer C. Equipment And Water: Minor Tools (10 % Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 1102(1) Panel Board With Main Breaker/branches, 3 Wires, 1 Neutral, 50 Amp - 200 Amp Quantity 1.00 Set Dpwh Standard Output Per Day (opd)= 1 Set 1.00 Set Panel Board With Main Breaker/branches, 3 Wires, 1 Neutral, 50 Amp - 200 Amp Direct Cost: A. Materials: 1.00 Set A. Panel Board With Main Breaker And 8 Branches 50 Amp - 200 Amp 1.00 Pcs B. 60 Amp. Plug-in Breaker 2.00 Pcs B. 30 Amp. Plug-in Breaker 2.00 Pcs B. 20 Amp. Plug-in Breaker 2.00 Pcs B. 15 Amp. Plug-in Breaker B. Consumables (3% Of Materials Cost) B. Manpower: Number Of Days 5.50 1.00 A. Construction Foreman 5.50 1.00 B. Skilled Laborer 5.50 2.00 C. Unskilled Laborer C. Equipment And Water: Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 1001 (8) Sewer Line Work Quantity 1.00 Ls Dpwh Standard Output Per Day (opd)= 1.00 L.s. 1.00 Ls Sewer Line Work Direct Cost: A. Materials: 7.00 Lengths A. 50 Mm Ø Pvc Pipe,series 1000 3.00 Lengths B. 100 Mm Ø Pvc Pipe, Series 1000 8.00 Pcs C. Pvc 45 Deg. (3mm Bend X 50mm) 2.00 Pcs D. Pvc 45 Deg. (3mm Bend X 101mm) 2.00 Pcs E. Pvc 87.5 Deg. (6mm Bend X 101mm) 1.00 Pcs F. Pvc 45 Deg. Single Branch, Wye (101mm X 101mm) 1.00 Pcs G. Pvc 87.5 Deg. Single Branch, Seep, Tee (101mm X 50mm) 6.00 Pcs H. Pvc Coupling (50mm D) 2.00 Pcs I. Pvc Coupling3 (101mm D) 1.00 Pcs J. Pvc P-trap W/ Plug & Sealing Rings (50mm) 1.00 Pcs K. Pvc P-trap W/ Plug & Sealing Rings (101mm) 2.00 Pcs L. Pvc Cleanout W/ Plug & Sealing Rings (101mm) M. Consumables (5% Of Materials Cost) B. Manpower: Number Of Days 10.00 1.00 A. Construction Foreman 10.00 1.00 B. Skilled Laborer 10.00 2.00 C. Unskilled Laborer C. Equipment And Water: Minor Tools (10% Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 1001 (9) Storm Drainage And Downspout Quantity 1.00 L.s. Dpwh Standard Output Per Day (opd)= 1.00 L.s. 1.00 L.s. Storm Drainage And Downspout Direct Cost: A. Materials: 8.00 Lengths A. 75 Mm Ø Pvc Pipe,series 1000 9.00 Ea B. Pvc 45 Deg. (3mm Bend X 76mm) 5.00 Ea C. Pvc Coupling (76mm D) D. Consumables (5% Of Materials Cost) B. Manpower: Number Of Days 8.00 1.00 A. Construction Foreman 8.00 1.00 B. Skilled Laborer 8.00 2.00 C. Unskilled Laborer C. Equipment And Water: Minor Tools (10% Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 1002(6) Cold Waterline Pipes And Fittings Quantity 1.00 I.s. Dpwh Standard Output Per Day (opd)= "1.00 I.s." 1.00 I.s. Cold Waterline Pipes And Fittings Direct Cost: A. Materials: 5.00 Lengths A.13 Mm Ø X 4.00 M (ppr) Pipe, Pn 20 5.00 Pcs B.13 Mm Ø Ppr Elbow - Threaded 10.00 Pcs C.13 Mm Ø Ppr Elbow 10.00 Pcs D.13 Mm Ø Ppr Coupling 2.00 Pcs E.13 Mm Ø Gate Valve 2.00 Pcs F.13 Mm Ø Ppr Union 5.00 Pcs G.13 Mm Ø Ppr Tee H. Consumables (5% Of Materials Cost) B. Manpower: Number Of Days 6.65 1.00 A. Construction Foreman 6.65 1.00 B. Skilled Laborer 6.65 2.00 C. Unskilled Laborer C. Equipment And Water: Minor Tools (10% Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 1032(1)c Painting Works (metal Painting) Quantity 58.55 M2 Dpwh Standard Output Per Day (opd)= 2.00 M2 58.55 M2 Painting Works (metal Painting) Direct Cost: A. Materials: 0.05 Gal A. Red Oxide Primer 0.10 Gal B. Enamel Paint 0.25 L C. Paint Thinner D. Consumables (5% Of Materials Cost) B. Manpower: Number Of Days 1.00 1.00 A. Construction Foreman 1.00 2.00 B. Skilled Laborer 1.00 1.00 C. Unskilled Laborer C. Equipment And Water: Minor Tools (10% Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax)
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Civil And Construction...+1Civil Works Others
United States
Closing Date7 Feb 2025
Tender AmountRefer Documents
Details: 5. Project Number (if Applicable)
code
7. Administered By
2. Amendment/modification Number
code
6. Issued By
8. Name And Address Of Contractor
4. Requisition/purchase Req. Number
3. Effective Date
9a. Amendment Of Solicitation Number
9b. Dated
page Of Pages
10a. Modification Of Contract/order Number
10b. Dated
bpa No.
1. Contract Id Code
facility Code
code
offers Must Acknowledge Receipt Of This Amendment Prior To The Hour And Date Specified In The Solicitation Or As Amended, By One Of The Following Methods:
the Above Numbered Solicitation Is Amended As Set Forth In Item 14. The Hour And Date Specified For Receipt Of Offers
e. Important:
is Extended,
(a) By Completing Items 8 And 15, And Returning __________ Copies Of The Amendment; (b) By Acknowledging Receipt Of This Amendment On Each Copy Of The
offer Submitted; Or (c) By Separate Letter Or Electronic Communication Which Includes A Reference To The Solicitation And Amendment Numbers. Failure Of Your
acknowledgment To Be Received At The Place Designated For The Receipt Of Offers Prior To The Hour And Date Specified May
is Not Extended.
12. Accounting And Appropriation Data
(rev. 11/2016)
is Required To Sign This Document And Return ___________ Copies To The Issuing Office.
is Not,
a. This Change Order Is Issued Pursuant To: (specify Authority) The Changes Set Forth In Item 14 Are Made In The Contract Order No. In Item 10a.
15c. Date Signed
b. The Above Numbered Contract/order Is Modified To Reflect The Administrative Changes set Forth In Item 14, Pursuant To The Authority Of Far 43.103(b).
result In Rejection Of Your Offer. If By Virtue Of This Amendment You Desire To Change An Offer Already Submitted, Such Change May Be Made By Letter
or Electronic Communication, Provided Each Letter Or Electronic Communication Makes Reference To The Solicitation And This Amendment, And Is Received Prior To
the Opening Hour And Date Specified.
c. This Supplemental Agreement Is Entered Into Pursuant To Authority Of:
d. Other
contractor
16c. Date Signed
14. Description Of Amendment/modification
16b. United States Of America
except As Provided Herein, All Terms And Conditions Of The Document Referenced In Item 9a Or 10a, As Heretofore Changed, Remains Unchanged And In Full Force And Effect.
15a. Name And Title Of Signer
16a. Name And Title Of Contracting Officer
15b. Contractor/offeror
standard Form 30 previous Edition Not Usable
prescribed By Gsa - Far (48 Cfr) 53.243
(type Or Print)
(type Or Print)
(organized By Ucf Section Headings, Including Solicitation/contract Subject Matter Where Feasible.)
(number, Street, County, State And Zip Code)
(if Other Than Item 6)
(specify Type Of Modification And Authority)
(such As Changes In Paying Office, Appropriation Date, Etc.)
(if Required)
(see Item 11)
(see Item 13)
(x)
check
one
13. This Item Applies Only To Modifications Of Contracts/orders,
it Modifies The Contract/order No. As Described In Item 14.
11. This Item Only Applies To Amendments Of Solicitations
amendment Of Solicitation/modification Of Contract
(signature Of Person Authorized To Sign)
(signature Of Contracting Officer) 1 4 0002
01-16-2025 none
36c250
department Of Veterans Affairs
ann Arbor Healthcare System
network Contracting Office 10
2215 Fuller Road
ann Arbor, Mi 48105 36c250
department Of Veterans Affairs
ann Arbor Healthcare System
network Contracting Office 10
2215 Fuller Road
ann Arbor, Mi 48105 to All Offerors/bidders 36c25025q0149
12-19-2024 x x x
1 see Continuation Page 1. The Purpose Of This Amendment Is To: A. Answer Industry Questions; B. Provide An Updated Statement Of Work (sow), Attached Herein, Which Must Be The Sow Submitted With Any Offer, And; C. Provide A Revised Price Schedule, Attached Herein, Which Must Be The Price Schedule Submitted With Any Offer
2. No Other Changes To The Solicitation Are Made As A Result Of This Amendment. jeannie Ortiz
contracting Officer page 33 Of 44
a.1 Price/cost Schedule
item Number
description Of Supplies/services
quantity
unit
unit Price
amount
0001 4.00
mo
___________
____________ blue Pe1 - Elevator Maintenance, Repairs, Testing & Inspections
(warranty Coverage 12/16/2024 Through 12/15/2025)
contract Period: Base
pop Begin: 12-16-2025
pop End: 03-31-2026 0002 1.00
mo
___________
____________ blue Pe2 - Elevator Maintenance, Repairs, Testing & Inspection
(warranty Coverage 03/02/2025 To 03/01/2026)
contract Period: Base
pop Begin: 03-02-2026
pop End: 03-31-2026 0003 2.00
mo
___________
____________ blue Pe3 - Elevator Maintenance, Repairs, Testing & Inspection
(warranty Coverage 05/19/2025 To 05/18/2026)
contract Period: Base
pop Begin: 04-01-2025
pop End: 05-18-2025 0004 4.00
mo
___________
____________ blue Pe4 - Maintenance, Repairs, Testing & Inspection
(warranty Coverage And Gps 07/17/2025 To 07/16/2026)
contract Period: Base
pop Begin: 04-01-2025
pop End: 07-16-2025 0005 4.00
mo
___________
____________ yellow Pe8 - Elevator Maintenance, Repairs, Testing & Inspections
(warranty Coverage 12/16/2024 Through 12/15/2025)
contract Period: Base
pop Begin: 12-16-2025
pop End: 03-31-2026 0006 2.00
mo
___________
____________ yellow Pe9 - Elevator Maintenance, Repairs, Testing & Inspection
(warranty Coverage 05/19/2025 To 05/18/2026)
contract Period: Base
pop Begin: 04-01-2025
pop End: 05-18-2025 0007 1.00
mo
___________
____________ yellow Pe10 - Elevator Maintenance, Repairs, Testing & Inspection
(warranty Coverage 03/02/2025 To 03/01/2026)
contract Period: Base
pop Begin: 03-02-2026
pop End: 03-31-2026 0008 4.00
mo
___________
____________ red Pe11 - Elevator Maintenance, Repairs, Testing & Inspections
(warranty Coverage 12/16/2024 Through 12/15/2025)
contract Period: Base
pop Begin: 12-16-2025
pop End: 03-31-2026 0009 4.00
mo
___________
____________ red Pe12 - Maintenance, Repairs, Testing & Inspection
(warranty Coverage And Gps 07/17/2025 To 07/16/2026)
contract Period: Base
pop Begin: 04-01-2025
pop End: 07-16-2025 0010 1.00
mo
___________
____________ red Pe14 - Elevator Maintenance, Repairs, Testing & Inspection
(warranty Coverage 03/02/2025 To 03/01/2026)
contract Period: Base
pop Begin: 03-02-2026
pop End: 03-31-2026 0011 5.00
mo
___________
____________ blue Se5 - Maintenance, Repairs, Testing & Inspection
(warranty Coverage 09/01/2025 To 08/31/2026)
contract Period: Base
pop Begin: 04-01-2025
pop End: 08-31-2025 0012 5.00
mo
___________
____________ red Se15 - Maintenance, Repairs, Testing & Inspection
(warranty Coverage 09/01/2025 To 08/31/2026)
contract Period: Base
pop Begin: 04-01-2025
pop End: 08-31-2025 0013 8.00
mo
___________
____________ blue Se6 - Maintenance, Repairs, Testing & Inspection
(warranty Coverage 12/01/2025 To 11/30/2026)
contract Period: Base
pop Begin: 04-01-2025
pop End: 11-30-2025 0014 8.00
mo
___________
____________ red Se16 - Maintenance, Repairs, Testing & Inspection
(warranty Coverage 12/01/2025 To 11/30/2026)
contract Period: Base
pop Begin: 04-01-2025
pop End: 11-30-2025 0015 4.00
mo
___________
____________ blue Fe7 - Maintenance, Repairs, Testing & Inspection
(warranty Coverage And Gps 07/17/2025 To 07/16/2026)
contract Period: Base
pop Begin: 04-01-2025
pop End: 07-16-2025 0016 5.00
mo
___________
____________ yellow Cl7 - Maintenance, Repairs, Testing & Inspection
(warranty Coverage 09/01/2025 To 08/31/2026)
contract Period: Base
pop Begin: 04-01-2025
pop End: 08-31-2025 0017 8.00
mo
___________
____________ yellow Cl8 - Maintenance, Repairs, Testing & Inspection
(warranty Coverage 12/01/2025 To 11/30/2026)
contract Period: Base
pop Begin: 04-01-2025
pop End: 11-30-2025 0018 3.00
mo
___________
____________ blue Ge1 - Maintenance, Repairs, Testing & Inspections
(warranty Coverage 07/03/2025 To 07/02/2026)
contract Period: Base
pop Begin: 04-02-2025
pop End: 07-02-2025 0019 3.00
mo
___________
____________ red Ge3 - Maintenance, Repairs, Testing & Inspections
(warranty Coverage 07/03/2025 To 07/02/2026)
contract Period: Base
pop Begin: 04-02-2025
pop End: 07-02-2025 0020 7.00
mo
___________
____________ blue Ge2 - Maintenance, Repairs, Testing & Inspections
(warranty Coverage 11/03/2025 To 11/02/2026)
contract Period: Base
pop Begin: 04-02-2025
pop End: 11-02-2025 0021 7.00
mo
___________
____________ red Ge2 - Maintenance, Repairs, Testing & Inspections
(warranty Coverage 11/03/2025 To 11/02/2026)
contract Period: Base
pop Begin: 04-02-2025
pop End: 11-02-2025 base Year Total: $ _____________
1001 12.00
mo
___________
____________ blue Pe1 - Elevator Maintenance, Repairs, Testing & Inspections
contract Period: Option 1
pop Begin: 04-01-2026
pop End: 03-31-2027 1002 12.00
mo
___________
____________ blue Pe2 - Elevator Maintenance, Repairs, Testing & Inspection
contract Period: Option 1
pop Begin: 04-01-2026
pop End: 03-31-2027 1003 11.00
mo
___________
____________ blue Pe3 - Elevator Maintenance, Repairs, Testing & Inspection
(warranty Coverage 05/19/2025 To 05/18/2026)
contract Period: Option 1
pop Begin: 05-19-2026
pop End: 03-31-2027 1004 9.00
mo
___________
____________ blue Pe4 - Maintenance, Repairs, Testing & Inspection
(warranty Coverage And Gps 07/17/2025 To 07/16/2026)
contract Period: Option 1
pop Begin: 07-17-2026
pop End: 03-31-2027 1005 12.00
mo
___________
____________ yellow Pe8 - Elevator Maintenance, Repairs, Testing & Inspections
contract Period: Option 1
pop Begin: 04-01-2026
pop End: 03-31-2027 1006 11.00
mo
___________
____________ yellow Pe9 - Elevator Maintenance, Repairs, Testing & Inspection
(warranty Coverage 05/19/2025 To 05/18/2026)
contract Period: Option 1
pop Begin: 05-19-2026
pop End: 03-31-2027 1007 12.00
mo
___________
____________ yellow Pe10 - Elevator Maintenance, Repairs, Testing & Inspection
contract Period: Option 1
pop Begin: 04-01-2026
pop End: 03-31-2027 1008 12.00
mo
___________
____________ red Pe11 - Elevator Maintenance, Repairs, Testing & Inspections
contract Period: Option 1
pop Begin: 04-01-2026
pop End: 03-31-2027 1009 9.00
mo
___________
____________ red Pe12 - Maintenance, Repairs, Testing & Inspection
(warranty Coverage And Gps 07/17/2025 To 07/16/2026)
contract Period: Option 1
pop Begin: 07-17-2026
pop End: 03-31-2027 1010 12.00
mo
___________
____________ red Pe14 - Elevator Maintenance, Repairs, Testing & Inspection
contract Period: Option 1
pop Begin: 04-01-2026
pop End: 03-31-2027 1011 7.00
mo
___________
____________ blue Se5 - Maintenance, Repairs, Testing & Inspection
(warranty Coverage 09/01/2025 To 08/31/2026)
contract Period: Option 1
pop Begin: 09-01-2026
pop End: 03-31-2027 1012 7.00
mo
___________
____________ red Se15 - Maintenance, Repairs, Testing & Inspection
(warranty Coverage 09/01/2025 To 08/31/2026)
contract Period: Option 1
pop Begin: 09-01-2026
pop End: 03-31-2027 1013 4.00
mo
___________
____________ blue Se6 - Maintenance, Repairs, Testing & Inspection
(warranty Coverage 12/01/2025 To 11/30/2026)
contract Period: Option 1
pop Begin: 12-01-2026
pop End: 03-31-2027 1014 4.00
mo
___________
____________ red Se16 - Maintenance, Repairs, Testing & Inspection
(warranty Coverage 12/01/2025 To 11/30/2026)
contract Period: Option 1
pop Begin: 12-01-2026
pop End: 03-31-2027 1015 9.00
mo
___________
____________ blue Fe7 - Maintenance, Repairs, Testing & Inspection
(warranty Coverage And Gps 07/17/2025 To 07/16/2026)
contract Period: Option 1
pop Begin: 07-17-2026
pop End: 03-31-2027 1016 7.00
mo
___________
____________ yellow Cl7 - Maintenance, Repairs, Testing & Inspection
(warranty Coverage 09/01/2025 To 08/31/2026)
contract Period: Option 1
pop Begin: 09-01-2026
pop End: 03-31-2027 1017 4.00
mo
___________
____________ yellow Cl8 - Maintenance, Repairs, Testing & Inspection
(warranty Coverage 12/01/2025 To 11/30/2026)
contract Period: Option 1
pop Begin: 12-01-2026
pop End: 03-31-2027 1018 9.00
mo
___________
____________ blue Ge1 - Maintenance, Repairs, Testing & Inspections
(warranty Coverage 07/03/2025 To 07/02/2026)
contract Period: Option 1
pop Begin: 07-03-2026
pop End: 03-31-2027 1019 9.00
mo
___________
____________ red Ge3 - Maintenance, Repairs, Testing & Inspections
(warranty Coverage 07/03/2025 To 07/02/2026)
contract Period: Option 1
pop Begin: 07-03-2026
pop End: 03-31-2027 1020 5.00
mo
___________
____________ blue Ge2 - Maintenance, Repairs, Testing & Inspections
(warranty Coverage 11/03/2025 To 11/02/2026)
contract Period: Option 1
pop Begin: 11-03-2026
pop End: 03-31-2027 1021 5.00
mo
___________
____________ red Ge2 - Maintenance, Repairs, Testing & Inspections
(warranty Coverage 11/03/2025 To 11/02/2026)
contract Period: Option 1
pop Begin: 11-03-2026
pop End: 03-31-2027 option Year 1 Total: $_____________
2001 12.00
mo
___________
____________ blue Pe1 - Elevator Maintenance, Repairs, Testing & Inspections
contract Period: Option 2
pop Begin: 04-01-2027
pop End: 03-31-2028 2002 12.00
mo
___________
____________ blue Pe2 - Elevator Maintenance, Repairs, Testing & Inspection
contract Period: Option 2
pop Begin: 04-01-2027
pop End: 03-31-2028 2003 12.00
mo
___________
____________ blue Pe3 - Elevator Maintenance, Repairs, Testing & Inspection
contract Period: Option 2
pop Begin: 04-01-2027
pop End: 03-31-2028 2004 12.00
mo
___________
____________ blue Pe4 - Maintenance, Repairs, Testing & Inspection
contract Period: Option 2
pop Begin: 04-01-2027
pop End: 03-31-2028 2005 12.00
mo
___________
____________ yellow Pe8 - Elevator Maintenance, Repairs, Testing & Inspections
contract Period: Option 2
pop Begin: 04-01-2027
pop End: 03-31-2028 2006 12.00
mo
___________
____________ yellow Pe9 - Elevator Maintenance, Repairs, Testing & Inspection
contract Period: Option 2
pop Begin: 04-01-2027
pop End: 03-31-2028 2007 12.00
mo
___________
____________ yellow Pe10 - Elevator Maintenance, Repairs, Testing & Inspection
contract Period: Option 2
pop Begin: 04-01-2027
pop End: 03-31-2028 2008 12.00
mo
___________
____________ red Pe11 - Elevator Maintenance, Repairs, Testing & Inspections
contract Period: Option 2
pop Begin: 04-01-2027
pop End: 03-31-2028 2009 12.00
mo
___________
____________ red Pe12 - Maintenance, Repairs, Testing & Inspection
contract Period: Option 2
pop Begin: 04-01-2027
pop End: 03-31-2028 2010 12.00
mo
___________
____________ red Pe14 - Elevator Maintenance, Repairs, Testing & Inspection
contract Period: Option 2
pop Begin: 04-01-2027
pop End: 03-31-2028 2011 12.00
mo
___________
____________ blue Se5 - Maintenance, Repairs, Testing & Inspection
contract Period: Option 2
pop Begin: 04-01-2027
pop End: 03-31-2028 2012 12.00
mo
___________
____________ red Se15 - Maintenance, Repairs, Testing & Inspection
contract Period: Option 2
pop Begin: 04-01-2027
pop End: 03-31-2028 2013 12.00
mo
___________
____________ blue Se6 - Maintenance, Repairs, Testing & Inspection
contract Period: Option 2
pop Begin: 04-01-2027
pop End: 11-30-2028 2014 12.00
mo
___________
____________ red Se16 - Maintenance, Repairs, Testing & Inspection
contract Period: Option 2
pop Begin: 04-01-2027
pop End: 11-30-2028 2015 12.00
mo
___________
____________ blue Fe7 - Maintenance, Repairs, Testing & Inspection
contract Period: Option 2
pop Begin: 04-01-2027
pop End: 03-31-2028 2016 12.00
mo
___________
____________ yellow Cl7 - Maintenance, Repairs, Testing & Inspection
contract Period: Option 2
pop Begin: 04-01-2027
pop End: 03-31-2028 2017 12.00
mo
___________
____________ yellow Cl8 - Maintenance, Repairs, Testing & Inspection
contract Period: Option 2
pop Begin: 04-01-2027
pop End: 11-30-2028 2018 12.00
mo
___________
____________ blue Ge1 - Maintenance, Repairs, Testing & Inspections
(warranty Coverage 07/03/2025 To 07/02/2026)
contract Period: Option 2
pop Begin: 04-01-2027
pop End: 03-31-2028 2019 12.00
mo
___________
____________ red Ge3 - Maintenance, Repairs, Testing & Inspections
(warranty Coverage 07/03/2025 To 07/02/2026)
contract Period: Option 2
pop Begin: 04-01-2027
pop End: 03-31-2028 2020 12.00
mo
___________
____________ blue Ge2 - Maintenance, Repairs, Testing & Inspections
contract Period: Option 2
pop Begin: 04-01-2027
pop End: 03-31-2028 2021 12.00
mo
___________
____________ red Ge2 - Maintenance, Repairs, Testing & Inspections
contract Period: Option 2
pop Begin: 04-01-2027
pop End: 03-31-2028 option Year 2 Total: $_____________
3001 12.00
mo
___________
____________ blue Pe1 - Elevator Maintenance, Repairs, Testing & Inspections
contract Period: Option 3
pop Begin: 04-01-2028
pop End: 03-31-2029 3002 12.00
mo
___________
____________ blue Pe2 - Elevator Maintenance, Repairs, Testing & Inspection
contract Period: Option 3
pop Begin: 04-01-2028
pop End: 03-31-2029 3003 12.00
mo
___________
____________ blue Pe3 - Elevator Maintenance, Repairs, Testing & Inspection
contract Period: Option 3
pop Begin: 04-01-2028
pop End: 03-31-2029 3004 12.00
mo
___________
____________ blue Pe4 - Maintenance, Repairs, Testing & Inspection
contract Period: Option 3
pop Begin: 04-01-2028
pop End: 03-31-2029 3005 12.00
mo
___________
____________ yellow Pe8 - Elevator Maintenance, Repairs, Testing & Inspections
contract Period: Option 3
pop Begin: 04-01-2028
pop End: 03-31-2029 3006 12.00
mo
___________
____________ yellow Pe9 - Elevator Maintenance, Repairs, Testing & Inspection
contract Period: Option 3
pop Begin: 04-01-2028
pop End: 03-31-2029 3007 12.00
mo
___________
____________ yellow Pe10 - Elevator Maintenance, Repairs, Testing & Inspection
contract Period: Option 3
pop Begin: 04-01-2028
pop End: 03-31-2029 3008 12.00
mo
___________
____________ red Pe11 - Elevator Maintenance, Repairs, Testing & Inspections
contract Period: Option 3
pop Begin: 04-01-2028
pop End: 03-31-2029 3009 12.00
mo
___________
____________ red Pe12 - Maintenance, Repairs, Testing & Inspection
contract Period: Option 3
pop Begin: 04-01-2028
pop End: 03-31-2029 3010 12.00
mo
___________
____________ red Pe14 - Elevator Maintenance, Repairs, Testing & Inspection
contract Period: Option 3
pop Begin: 04-01-2028
pop End: 03-31-2029 3011 12.00
mo
___________
____________ blue Se5 - Maintenance, Repairs, Testing & Inspection
contract Period: Option 3
pop Begin: 04-01-2028
pop End: 03-31-2029 3012 12.00
mo
___________
____________ red Se15 - Maintenance, Repairs, Testing & Inspection
contract Period: Option 3
pop Begin: 04-01-2028
pop End: 03-31-2029 3013 12.00
mo
___________
____________ blue Se6 - Maintenance, Repairs, Testing & Inspection
contract Period: Option 3
pop Begin: 04-01-2028
pop End: 11-30-2029 3014 12.00
mo
___________
____________ red Se16 - Maintenance, Repairs, Testing & Inspection
contract Period: Option 3
pop Begin: 04-01-2028
pop End: 11-30-2029 3015 12.00
mo
___________
____________ blue Fe7 - Maintenance, Repairs, Testing & Inspection
contract Period: Option 3
pop Begin: 04-01-2028
pop End: 03-31-2029 3016 12.00
mo
___________
____________ yellow Cl7 - Maintenance, Repairs, Testing & Inspection
contract Period: Option 3
pop Begin: 04-01-2028
pop End: 03-31-2029 3017 12.00
mo
___________
____________ yellow Cl8 - Maintenance, Repairs, Testing & Inspection
contract Period: Option 3
pop Begin: 04-01-2028
pop End: 11-30-2029 3018 12.00
mo
___________
____________ blue Ge1 - Maintenance, Repairs, Testing & Inspections
contract Period: Option 3
pop Begin: 04-01-2028
pop End: 03-31-2029 3019 12.00
mo
___________
____________ red Ge3 - Maintenance, Repairs, Testing & Inspections
contract Period: Option 3
pop Begin: 04-01-2028
pop End: 03-31-2029 3020 12.00
mo
___________
____________ blue Ge2 - Maintenance, Repairs, Testing & Inspections
contract Period: Option 3
pop Begin: 04-01-2028
pop End: 03-31-2029 3021 12.00
mo
___________
____________ red Ge2 - Maintenance, Repairs, Testing & Inspections
contract Period: Option 3
pop Begin: 04-01-2028
pop End: 03-31-2029 Option Year 3 Total: $_____________
4001 12.00
mo
___________
____________ blue Pe1 - Elevator Maintenance, Repairs, Testing & Inspections
contract Period: Option 4
pop Begin: 04-01-2029
pop End: 03-31-2030 4002 12.00
mo
___________
____________ blue Pe2 - Elevator Maintenance, Repairs, Testing & Inspection
contract Period: Option 4
pop Begin: 04-01-2029
pop End: 03-31-2030 4003 12.00
mo
___________
____________ blue Pe3 - Elevator Maintenance, Repairs, Testing & Inspection
contract Period: Option 4
pop Begin: 04-01-2029
pop End: 03-31-2030 4004 12.00
mo
___________
____________ blue Pe4 - Maintenance, Repairs, Testing & Inspection
contract Period: Option 4
pop Begin: 04-01-2029
pop End: 03-31-2030 4005 12.00
mo
___________
____________ yellow Pe8 - Elevator Maintenance, Repairs, Testing & Inspections
contract Period: Option 4
pop Begin: 04-01-2029
pop End: 03-31-2030 4006 12.00
mo
___________
____________ yellow Pe9 - Elevator Maintenance, Repairs, Testing & Inspection
contract Period: Option 4
pop Begin: 04-01-2029
pop End: 03-31-2030 4007 12.00
mo
___________
____________ yellow Pe10 - Elevator Maintenance, Repairs, Testing & Inspection
contract Period: Option 4
pop Begin: 04-01-2029
pop End: 03-31-2030 4008 12.00
mo
___________
____________ red Pe11 - Elevator Maintenance, Repairs, Testing & Inspections
contract Period: Option 4
pop Begin: 04-01-2029
pop End: 03-31-2030 4009 12.00
mo
___________
____________ red Pe12 - Maintenance, Repairs, Testing & Inspection
contract Period: Option 4
pop Begin: 04-01-2029
pop End: 03-31-2030 4010 12.00
mo
___________
____________ red Pe14 - Elevator Maintenance, Repairs, Testing & Inspection
contract Period: Option 4
pop Begin: 04-01-2029
pop End: 03-31-2030 4011 12.00
mo
___________
____________ blue Se5 - Maintenance, Repairs, Testing & Inspection
contract Period: Option 4
pop Begin: 04-01-2029
pop End: 03-31-2030 4012 12.00
mo
___________
____________ red Se15 - Maintenance, Repairs, Testing & Inspection
contract Period: Option 4
pop Begin: 04-01-2029
pop End: 03-31-2030 4013 12.00
mo
___________
____________ blue Se6 - Maintenance, Repairs, Testing & Inspection
contract Period: Option 4
pop Begin: 04-01-2029
pop End: 11-30-2030 4014 12.00
mo
___________
____________ red Se16 - Maintenance, Repairs, Testing & Inspection
contract Period: Option 4
pop Begin: 04-01-2029
pop End: 11-30-2030 4015 12.00
mo
___________
____________ blue Fe7 - Maintenance, Repairs, Testing & Inspection
contract Period: Option 4
pop Begin: 04-01-2029
pop End: 03-31-2030 4016 12.00
mo
___________
____________ yellow Cl7 - Maintenance, Repairs, Testing & Inspection
contract Period: Option 4
pop Begin: 04-01-2029
pop End: 03-31-2030 4017 12.00
mo
___________
____________ yellow Cl8 - Maintenance, Repairs, Testing & Inspection contract Period: Option 4
pop Begin: 04-01-2029
pop End: 11-30-2030 4018 12.00
mo
___________
____________ blue Ge1 - Maintenance, Repairs, Testing & Inspections
contract Period: Option 4
pop Begin: 04-01-2029
pop End: 03-31-2030 4019 12.00
mo
___________
____________ red Ge3 - Maintenance, Repairs, Testing & Inspections
contract Period: Option 4
pop Begin: 04-01-2029
pop End: 03-31-2030 4020 12.00
mo
___________
____________ blue Ge2 - Maintenance, Repairs, Testing & Inspections
contract Period: Option 4
pop Begin: 04-01-2029
pop End: 03-31-2030 4021 12.00
mo
___________
____________ red Ge2 - Maintenance, Repairs, Testing & Inspections
contract Period: Option 4
pop Begin: 04-01-2029
pop End: 03-31-2030 option Year 4 Total: $_____________
base Plus Four Option Year Grand Total: $_____________ answers To Vendor Questions Asked 36c25025q0149 section B. Scope Of Work Oncall And Onsite Schedule
a. Please Clarify The Minimum Time Required To Be Included In The Monthly Cost. i. This Section States 50 Hours Of On-call Service (10hours Per Day)
1. Are These Hours In Addition To The 8hrs Per Day Maintenance Requirement For Monday, Wednesday, And Friday 2. 50 On Call Hours Please Clarify If These Hours Are Regular Time Or Overtime Hours. (there Are Cost Differences) answer: On-call Hours Are Regular Time And Separate From On-site Hours On Monday, Wednesday & Friday. There Is No Overtime For Any Services Required Under The Contract. This Is A Firm, Fixed-price Contract, And As Stated In The Sow The Monthly Rate Is To Be All-inclusive Of All Services Required Unless It Is Something Clearly Listed In The Exclusions. section B. Scope Of Work Callback Services
a. Does This Section Apply To Elevator Union Holidays As Well? answer: The Only Holidays Recognized/applicable Under This Federal Acquisition Are Federal Holidays A Link To The Federal Holidays At The Opm Website Was Included In The Rfq. See Sow Section B, Item 4, Sub Items A & B For Call-back Services Details. section B. Scope Of Work Callback Services 7
a. This Section States That Cleaning Of Door Tracks Are The Responsibility Of The Contractor. i. Based On The Site Requirements The Elevator Contractor Would Lonely Be Onsite 3 Days A Week And Cannot Monitor The Tracks On A Daily Basis.
answer: Item 7 Does Not Identify This As A Daily Requirement, Therefore, The Expectation Is That The Contractor Will Be Responsible For This On The Days They Are There/scheduled To Be There. ii. Can This Be A Shared Responsibility?
answer: The Contract Awardee Will Be Required To Do This. iii. Within The Industry, Cleaning Of Door Sills Are The Responsibility Of The Facility. We Check And Monitor When Conducting Maintenance Only. answer: The Sow Is What Drives The Acquisition And Future Contract Contractor Will Be Required To Perform These Services And Follow All Requirements Listed In The Sow. section B. Scope Of Work Callback Services 12
answer: In The Sow, There Is No Callback Services 12 There Is A Sow, Section B, Item 12 Which Is Not Related To Call-back Services, If That Is What Is Being Referenced. this Section States That The Cor Can Elect To Have Repairs Completed On Overtime At No Additional Cost.
answer: Yes, This Is An All-inclusive, Firm, Fixed-price Acquisition. All Services Required Must Be Covered Under The Monthly Rate With The Only Exception Being Items Clearly On The Exclusions List. i. There Is No Way To Capture That Cost Without Knowing What Could Be Required To Replace On Overtime.
answer: There Are No Overtime Hours As A Firm, Fixed-price Contract Does Not Engage In Variable Types Of Rates. Repairs Are Required Under The Contract Unless They Are Clearly Listed On The Exclusions List. The Monthly Rate Shall Cover All Services Required Under The Contract. Some Months May Require More Repair Work, While Other Months, Contractor Would Receive The Entire Monthly Payment When No Repairs Are Required. Please See The Attached Revised Sow For Slightly Updated Language To Section B, Item 12. ii. Would The Cor Be Willing To Adjust This Section To Cover The Cost Of The Difference In Labor (premium Portion Of Labor) Premium Portion Standard Rate. answer: No. This Is A Firm, Fixed-price Acquisition, Therefore, Additional/variable Rates Do Not Apply. The Contract Will Be All-inclusive Of Services Required, With A Monthly Fixed Rate, Fixed Annual Value, And A Fixed Total Contract Value (assuming Each Option Year Is Exercised At Government Discretion). section B. Scope Of Work Inspections 14, Performance Parameters 19
this Section Details Inspection Reports And Key Performance Indicators/parameters
i. Please Provide Evidence That The Units Included Within The Rfp Meet These Requirements And Parameters answer: Asme 17.1 Performance Parameters For Elevators Are Required. This Includes Elevators Still In Operation Since 1996, Elevators That Were Renovated In 2024, And New Elevators That Will Be Operational In 2025. Please See The Attached Sow For Updated Language To Section B, Item 19. does The Cor Recognize Elevator Union Holidays? answer: The Only Holidays Concerned/recognized Under This Federal Acquisition Are Federal Holidays A Link To The Federal Holidays At The Opm Website Was Included In The Rfq See Sow, Section E, Item 1 For The Opm Federal Holiday Link. is The Cor Aware Of Any City Of Detroit Elevator Division Violations That Are Outstanding? if So, Please Provide Documentation answer: The Service Is Unaware Of Any Facility Vertical Lift That Has Any Municipal Violations That Are Outstanding. how Will Pre-maintenance Repairs, Vandalism Etc Be Handled? answer: Regarding Vandalism, See/review Sow, Section F. Regarding Pre-maintenance Repairs, A Repair Is A Repair, Whether Pre- Or Post-maintenance. Repairs Of Any Nature, Except For Items On The Exclusion List, Are To Be Covered Under The Contract And Handled By Contractor In A Timely Manner Once The Contract Is Effective. All Elevators Are As Is If A Repair Is Required, The Contractor Is Required To Do The Repair. in The Event Of Water And/or Oil, Fluid Accumulates In The Elevator Pit, How Will It Be Handled?
a. Is This A Billable Situation answer: There Are No Billable Situations With A Firm, Fixed-price Contract. The Monthly Rate Paid By The Government Is Not A Variable Rate But A Firm, Fixed-rate Which Covers All Services Required Unless Clearly Listed As An Exclusion On The Exclusions List. will The Site Remove The Fluid And Dispose?
answer: The Contractor Is Required To Remove The Fluid And Properly Dispose Of It. will The Contractor Be Responsible For Removing The Fluid
answer: The Contractor Is Required To Remove The Fluid And Properly Dispose Of It. who Is Responsible For Maintaining The Elevator Phone Lines? answer: Contractor Is Responsible For Maintaining The Operation Of Elevator Cabin Phones. a. Elevator Contractors Do Not Manage Or Run The Lines.
answer: The Facility Will Provide An Operational Phone Signal, But The Contractor Is Responsible For Connecting Both Ends Of The Telephone Line (at Elevator Cabin, Within Each Elevator Travel Cable , And At Elevator Control Panel) In Order To Have Operational Phones In Each Elevator Cabin. b. If The Event Of An Inoperable Phone, Is The Site Responsible For Contacting The Phone Company answer: In The Event Of An Inoperable Phone, Detroit Va S Office Of Information & Technology (oi&t)/telecom Staff Will Repair Any Faulty Phone Signal. If The Facility Telecom Staff Confirms The Phone Signal Is Being Provided, Then The Contractor Is Responsible For Repairing An Inoperable Phone. how Will Obsolescence Be Handled? answer: None Of The Elevators Will Be Obsolete During The Course Of The Awarded Contract, Even If All Option Years Are Exercised, Therefore, This Question Is Irrelevant. the Site Is Currently Modernizing Elevators
a. Are There Any Components That Are Considered Proprietary? i. If So, Please Detail How The Cor Would Like To Approach The Situation answer: The Service/cor Is Unaware Of Any Proprietary Components. Contractors Must Be Capable Of Repairing Or Replacing Elevator Equipment To Properly Maintain The Facility S Vertical Lifts. badging Training
a. Please Detail Any Training Or Badging Requirements Needed For Access answer: Upon Arrival At Detroit Va, Contractor/contractor Staff Are Required To Report To Cor Who Will Handle Badge Information/access, Training Information And Any Other Items Required. will The Cor Consider Alternate Maintenance Approaches That Differ From The 3 Day A Week Maintenance Requirement? answer: No, The Sow Defines Exactly What The Requirement/needs Are. part A: I Noticed That There Are 3 New Elevators Red Garage 1, Blue Garage 3, And Red Passenger 13 These Upon Expiration Of Will Be Installed And Are Not On The List.â Is The Intent To Add These To The Agreement? answer: Yes, The Intent Will Likely Be To Add Them To The Contract Via Contract Modification At Whatever Point In Future They Should Be Added, However, For The Purposes Of The Contract Required At Present Time (which Does Not Include The Unknowns Regarding These Three Elevators), These Elevators Are Not Included In The Sow And Any Offers Submitted Should Related To The Actual Contents/requirements Of The Sow. part B: All 21 Elevators In The Hospital And Garages Are Undergoing Modernizations Over The Next 2 Years Plus Finishing At Various Times.â as The Elevators Are Upgraded They Go Onto A Free Service Period.â i Believe It Is A Full Year Free Service. If A Company Other Than The Installation Company Works On The Elevators In Any Way It Voids The Warranty.â it Would Appear If The Installation Company Is Not Maintaining These Upgraded Elevators The Va Is Paying Twice For The Same Services And Possibly Voiding Warranties.â is This The Intent Of This Agreement? answer: To More Clearly Define Which Elevators Will Be Requiring Services Under The Contract For Certain Periods Of Time, A New Price Schedule Has Been Drafted And Is Attached To This Amendment. Not All Elevators Will Need Services At The Same Time/in The Same Years, And As Such, It Is Imperative To Price Services Accordingly. Offerors Should Make Careful Note To Only Price Services For The Months Required, For The Base Year And For Each Potential Option Year, For Each Elevator. please Provide Any Information Available On:
the Manufacture Of Controls, Geared Or Gearless Type Of Machine And,
answer: 1. Original Parking Elevators: A. Dover (hydraulic) Motor. B. Dover Wcr Control Panel. 2. Original Cart-lifts: A. Dover Motor. B. Dover Msd1 Control Panel. 3. Original Freight Elevator: A. Dover (hydraulic) Motor. B. Dover Wcr Control Panel. 4. Original Passenger Elevators And Original Service Elevators: A. Dover Motor. B. Thyssenkrupp Tac 50-04 Control Panel. 5. New Passenger Elevators: A. Kone Mx40 Motor. B. Kone Kcm Control Panel. 6. New Service Elevator 15 And Service Elevator 16: A. Kone Mx40 Motor. B. Kone Kcm Control Panel. 7. New Service Elevator 5 And Service Elevator 6: A. Kone Mx Machine. (not The Same As Motor For Se15 & Se16). B. Kone Kcm Control Panel. 8. New Parking Elevators: A. Kone Mx Machine. B. Kone Kcm Control Panel. how Many Stops Each Elevator Has.
answer: This Information Is For The 21 Elevators Associated With This Requirement, And Also For The 3 Additional That May Or May Not Be Added To The Contract At A Later Date. Please Ensure Any Offer Submitted Pertains Only To The Actuals Of This Acquisition.
cart-lifts 7 And 8 (cl7, Cl8) Have Two Stops: Lower Level (ll) And Floor Four (f4).
freight Elevator (fe7) Has Two Stops: Ll And F1.
blue Parking Elevators 1, 2, And 3 (ge1, Ge2, Ge3) Have Six Stops: Ll Thru F5.
red Parking Ge1, Ge2, And Ge3 Have Six Stops: Ll Thru F5.
blue Passenger Elevators (pe1, Pe2, Pe3, Pe4) Have Eight Stops: Ll Thru F7.
blue Service Elevators (se5, Se6) Have Eight Stops: Ll Thru F7.
yellow Pe8 Has Six Stops: Ll Thru F5.
yellow Pe9 And Pe10 Have Five Stops: Ll Thru F4.
red Pe11, Pe12, Pe13, And Pe14 Have Six Stops: Ll Thru F5.
red Se15 And Se16 Have Six Stops: Ll Thru F5. please Provide Any Outstanding Repairs, Inspection Items To Be Corrected, Etc.:
answer: The Only Outstanding Issue Is With Cart-lift (cl) 8 For Dirty Surgical Instruments. A Padlock Has Been On The Power Switch Since 2019 For Two Reasons:
cart-lift Travels At About One-third The Expected Vertical Speed.
surgical Staff, Multiple Elevator Specialists, And I Have Witnessed Cl8 Travel Up And Down While Lobby Doors Are 100 Percent Open At Floor Four.
44 page 44 Of 44 statement Of Work
general
the Detroit Va Medical Center (dva) Located At 4646 John R. Street, Detroit, Michigan 48201 Requires A Firm, Fixed-price Contract For Preventive Maintenance And Repairs For All Operational Vertical Lifts At Vamc Detroit. Contractor Shall Provide All Tools, Parts, Materials, Equipment, Labor, Certified Elevator Specialists/technicians, Supervision, Licenses, Insurance And Transportation Necessary To Perform Preventive Maintenance, Repairs, Inspections And Call-back Services For The Vertical Transport Equipment Listed In This Statement Of Work (sow). Contractor Shall Provide Maintenance In A Manner Which Ensures The Safe And Continuous Operation Of All Equipment Listed In Accordance With Commercial Practices Or Manufacturer's Specifications (ansi-asme Al7). firm, Fixed-price Contracts Cover The Services Listed Within (with Exception To Any Exclusions List) At A Set Monthly Price, And Overall Total Contract Value. All Services And Repairs Under This Contract Are Included In The Monthly Price (except For Items On The Exclusions List). scope Of Work: elevator Services Include, But Are Not Limited To Scheduled Weekly Inspections, Adjustments, Cleaning And Lubrication Of All Machinery, Machinery Spaces, Hoist Ways, And Pits. reports:
annual No-load Test
five-year Full-load Test on-call And On-site Schedule:
the Contractor Shall Provide On-call Service Of 50 Hours Per Week, Ten Hours Per Day, Monday Through Friday, From 7:00 Am To 5:00 Pm Et, For All Vertical Transportation Equipment.
following Are Maintenance Hours Required By This Contract. Contractor Shall Be On-site:
monthly: 96 Hours
weekly: 24 Hours Assigned Day: 8-hour Shift. Assigned Days Are Monday, Wednesday And Friday, Unless One Of Those Days Is A Federal Holiday, In Which The Shift Shall Be Adjusted To A Non-federal Holiday Business Day That Week, Subject To Cor Approval. call-back Services: the Contractor Shall Provide Call-back Service During Federal Holidays And Non-business Hours For Emergencies. The Contractor Shall Provide Make-up Inspection Hours Lost Due To Holidays By Scheduling Additional Preventative Maintenance Hours Within The Month The Holiday Occurs. example: If The Holiday Falls On A Monday, Then The Makeup Day Shall Be Either Tuesday Or Thursday. contractor Shall Provide Scheduled Weekly Examinations, Adjustments, Cleaning, And Lubrication Of All Machinery, Machinery Spaces, Hoist Ways, And Pits. Contractor Shall Maintain All Parts Of The Vertical Transportation Equipment Systems Consisting Of, But Not Limited To, The Following: hoisting Machinery
operating And Signal Fixtures
wire Ropes
door Operating And Safety Equipment
control Apparatus And Power Drives .
fixed Mechanical Equipment
auxiliary Apparatus (to Include Any Cart Ejection Systems) And Appurtenance
electrical Wiring And Traveling Cables mechanical And Electrical Safety Devices contractor Shall Ensure That Elevator Door Tracks Are Free From Dirt And Debris To Ensure Smooth, Proper Operation Of Elevator Doors. contractor Shall Replace All Burned Out Light Bulbs Inside The Elevator Cabs To Maintain Proper Lighting At All Times. Vamc Detroit Will Provide The Light Bulbs For The Contractor. Install As Used In The Work Required, Specifications And Drawings Shall Mean Furnish, Install, Connect, Adjust And Test Except Where Otherwise Specified. brand Names Are Specified To Indicate Performance And Quality Characteristics. No Substitutes Of Specified Materials Shall Be Accepted. emergency Generator Test: Vamc Detroit Conducts Testing Of The Facility S Emergency Generators On The First Wednesday Of Each Month, From 6:15 Am To 6:45 Am. Duties To Be Performed Shall Include The Following:
before 6:00 Am: Be Present For Duty To Participate In The Test.
no Later Than 6:05 Am: Assist Vamc Detroit Staff In Utilizing The Fire Recall System To Bring All Elevators To The First Floor. Note: Waiting Until Five Minutes After 6:00 Am Is To Give Biomedical Engineering Staff Necessary Time To Shut Down Biomedical Equipment Prior To Generator Testing. after 6:15 Am: When The Facility Disconnects From Detroit Edison At 6:15 Am, The Contractor Will Assist Vamc Detroit Staff In Turning Off The Fire Recall System And Ensure That At Least One Elevator Is Running At Each Elevator Bank For The Duration Of The Generator Test.
assist Va Staff In Performing Code Blue Testing On Selected Elevators During The Test. different Elevators Will Be Selected By The Cor For Each Test. be Available To Troubleshoot Any Problems Occurring With The Elevators When Normal Power Has Been Restored Upon The Conclusion Of The Test. the Cor Will Notify The Contractor If There Is A Need To Take A Vertical Lift Out Of Service In Order For Contractor To Make Repairs. If The Contractor Determines That A Vertical Lift Is Operating In An Unsafe Manner, The Contractor Is Authorized To Remove The Vertical Lift From Service And Must Notify The Cor Immediately. The Cor Will Coordinate With The Contractor To Repair Off-line Vertical Lifts In A Timely Fashion. Repairs Will Be Covered Under This Contract Unless It Is An Item Clearly Listed On The Exclusions List. testing:
the Next Five-year Full-load Test Is Due In 2025.
monthly: Examine All Safety Devices And Governors.
quarterly: test The Communications And Elevator Fire Safety System. the Fire Safety System Testing Includes Manual Recall (phase I) And Fireman S elevator Operation (phase Ii).
confirmation And Results Of All Tests Shall Be Forwarded To The Cor Upon Completion Of Testing.
annually No-load Test Of Safety Mechanisms:
conduct A No-load Test Of Safety Mechanisms, In Accordance With The American Society Of Mechanical Engineers, Asme/ans1 A17.1 (2010).
confirmation And Results Of All Tests Shall Be Forwarded To The Cor Upon Completion Of Testing.
every Five Years Full Load Test Of Safety Mechanisms. During The Full-load Test, The Following Shall Also Be Conducted:
conduct A Full-load Test Of Safety Mechanisms, In Accordance With The American Society Of Mechanical Engineers, Asme/ans1 A17.1 (2010).
inspect Car Balances.
inspect The Governors. Set Them, Recalibrate Them, And Seal Them For Proper Tripping Speed.
confirmation And Results Of All Tests Shall Be Forwarded To The Cor Upon Completion Of Testing. inspections:
the Contractor Shall Provide Vertical Transportation System Efficiency And Maintenance Survey Inspections Annually. The Results Of These Inspections Shall Be Summarized With Appropriate Backup Material In An Annual Report To The Cor By The End Of The Month Following The Anniversary Date Of The Contract. This Report Shall Include The Following Performance Parameters And Summary Data For Each Vertical Transportation Unit As Appropriate:
unit Speed Up And Oem Specification.
unit Speed Down And Oem Specification.
door Open Speed And Oem Specification.
door Close Speed Normal And Code Limit.
door Close Speed Reduced And Code Limit.
door Closing Torque And Code Limit.
door Dwell Time For Car Call.
door Dwell Time For Hall Call.
leveling Accuracy Summary And Oem Specification.
date Of The Last Annual / Five-year Safety Test Completed.
date Of The Last Annual Communications And Fire Recall System Test.
annualized Call-back Rate With Backup Detail.
dedicated Maintenance Hours For The Preceding Twelve Months. semi-annual Inspections By Independent Consultant: Contractor Shall Accompany Cor Or Vamc Detroit S Independent Consultant On Inspections To Audit The Facility S Elevator Operations Every Six Months.
the Independent Consultant Shall Provide Semi-annual Inspection Reports To The Cor.
the Cor Shall Provide A Copy Of These Reports To The Contractor. The Contractor And Cor Will Determine Who Is Responsible For The Abatement Of Deficiencies Listed In The Semi-annual Reports.
the Cor Shall Provide A Copy Of These Reports To The Chief Of Facility Management Service. The Chief Of Facility Management Service Will Determine Abatement Procedures For Deficiencies That Are The Responsibility Of Vamc Detroit.
the Cor Shall Archive Corrective Actions Taken By Contractor And Chief Of Facility Management, For A File-retention Period Of Five Years. lubrication: Lubricate Monthly (12 Times Per Year At Regularly Scheduled Intervals), All Mechanical Parts Recommended To Be Lubricated By The Oem Of The Vertical Transportation Equipment. cleaning: The Contractor Shall, During All Examinations, Remove And Discard Immediately All Accumulated Dirt And Debris From The Pit Areas, And Be Responsible For Always Maintaining The Cleanliness Of All Elevator Machine Rooms. Additionally, Prior To Each Annual Anniversary Date Of This Contract, Contractor Shall Thoroughly Clean Down The Entire Hoist Way Of All Accumulated Dirt, Grease, Dust, And Debris. painting: Contractor Shall Keep Machinery Exterior And Any Rust-prone Equipment Clean And Painted. Motor Windings And Controller Coils Shall Be Periodically Treated With Proper Insulating Compound. The Machine Room Floor And All Storage Areas Shall Be Painted Annually With Good Quality Deck Enamel. repairs And Replacements Shall Be Made Promptly By Contractor, Or When The Cor Advises The Contractor To Do So. Repairs And Replacements Shall Be Made In Accordance With Conformance Standards And Oem Standards. Repair And Replacement Of Parts Shall Be New/genuine Oem Or Equal In Design, Workmanship, Quality, Finish Fit, Adjustment, Operation And Appearance. Repairs And Replacements Shall Apply To All Mechanical, Electronic, And Electrical Parts, Including But Not Limited To: automatic Power And Manually Operated Door Systems, Car Door And Gate Hangers, Car Door And Gate Contact, Door Protective Device, Guides, Stops And Appurtenances, Car Safety Mechanism, Platform, Car Sills, Car Guide Shoes, Gibs Or Rollers And Appurtenances. geared And Gearless Machinery, Worm, Gear, Bearings, Drive Sheave, Deflector Sheave, And Brake Assembly, Component Parts And All Associated Castings. motor, Motor Generator, Motor Windings, Rotating Element, Stator, Bearings, Rotors, Starters, Solid-state Power Drives Complete And Associated Apparatus, Speed Monitoring Equipment And Attachments. controller, Selector And Dispatching Equipment, All Relays, Solid State Components, Resistors, Condensers, Transformers, Contact Leads, Dashpots, Timing Devices, Computer Devices, Insulators, Solenoids, Resistance Grids, Mechanical And Electrical Driving Equipment, Diagnostics, Troubleshooting Tools, Monitors And Associated Apparatus. governor, Governor Sheave And Shaft Assembly, Bearings, Contacts And Governor Tension Sheave Assemblies. overhead, Deflector Or Secondary Sheaves, Bearings, Car And Counterweight Buffers, Car And Counterweight Guide Rails, Top And Bottom Limit Switches, Activating Cams, Compensating Equipment, Counterweight And Counterweight Guide Shoes Including Rollers Or Gibs. hoist Way Door Interlocks, Top Tracks, Hanger Rollers, Operating Linkages And Auxiliary Door Closing Devices, Hoist Way Landing, Leveling And Encoding Systems Complete, And Power Door Clutch-engaging Systems Complete. car And Hall Lanterns, Lobby Fixtures, Car Operating Panels, Car And Hall Position Indicators, Hall Push-button Fixtures, Audible/visible Signals And Controls Complete, Emergency Lighting, Communication Devices, Remote Operating And Signal Equipment Complete. the Contractor Shall Examine And Equalize Tension On All Wire Ropes And Renew Them Whenever Necessary To Ensure The Maintenance Of Adequate Safety Factor. Contractor Shall Also Shorten All Ropes As Required To Maintain Legal Bottom Clearances And Perform All Safety Code Re-shackling Procedures Per Asme/ans1 A17.1 (2010). contractor Shall Repair Or Replace All Electrical Traveling Cables, Wiring And Conductors Extending To The Vertical Transportation Unit From Main Line Switch In The Machine Room And Outlets In The Hoist Ways. The Main Power Switch And Its Fuses Are Excluded. contractor Shall Be Responsible For Changing Lightbulbs And Lighting Fixtures In The Cab, Pit, Machine Room, And Hoist Way As Required. Dva Will Provide The Light Bulbs. hydraulic Systems Components, Including But Not Limited To, Tanks, Valves, Pump, Cylinder Head, Above Ground Piping, Hoses, Fittings, Gauges, Seals, O-rings, Packing S, Belts, Recovery Devices, Overflow Devices, Rescuvator (auxiliary Power Device) Or Other Emergency Operating And Signal Systems, Above-grade Cylinder And Plunger Assemblies Complete, Cathodic Protection Devices, Muffler, Heater And Shut-off Valves. performance Parameters: All Vertical Lifts Shall Meet The Standards Required By The American Society Of Mechanical Engineers (asme). Performance Parameters For Each Vertical Lift Must Comply With The Particular Version Of Asme 17.1, Safety Code For Elevators And Escalators, That Was In Effect At The Time Of Installation Or With The Most Recent Version For Each Renovated Vertical Lift. spare Parts: The Contractor Shall Provide And Maintain A Supply Of Contacts, Coils, Solid-state Boards And Associated Components, Leads, Brushes, Lubricants, Wiping Cloths, Rollers, Guides, Switches, And Other Minor Parts In The Vertical Transportation System(s) Machine Room(s) For The Performance Of Routine Preventive Maintenance. All Spare Parts Shall Be Kept In Storage Cabinets Provided By The Contractor. record Keeping: a Complete Permanent Record Of Maintenance Inspections And Routines, Repair Work, Lubrication, And Call Back Service Will Be Kept In The Machine Room. These Records Are To Be Always Available To The Cor. The Records Shall Indicate The Reason The Mechanic Was In The Building, Arrival And Departure Time, The Work Performed, Etc., And These Records Shall Be Property Of Vamc Detroit. Record Keeping Requirements Are The Responsibility Of Contractor S Maintenance Personnel. a Contractor S Proprietary System That Fulfills The Requirements In The Above Paragraph Will Be Accepted In Lieu Of The Method Specified, However, All Records, Including Annual Summary Reports Must Be Provided To The Cor And Are Property Of Dva. Hot Work : precautions Shall Be Taken By The Contractor, To Prevent Accidental Operation Of Any Existing Smoke Detectors By Minimizing The Amount Of Dust Generated In The Vicinity Of Any Smoke Detectors. the Contractor Shall Not Perform Any Hot Work Without An Approved Hot Work Permit From The Cor. Hot Work Is Any Work That May Generate A Source Of Ignition In Areas Where Flammable Or Combustible Materials May Be Present. Welding, Flame Cutting, Use Of Pneumatic Hammers, Soldering, Brazing, Thermal Spraying, Thawing Pipe And Spark Producing Equipment Are Examples Of This Type Of Work. before Any Hot Work Is Conducted, The Contractor Or Sub-contractors Shall Obtain A Hot Work Permit From The Cor. Cor Is The Overseer And Decider On Any And All Hot Work To Be Performed. contractor Storage Space On Dva Premises: There Will Be Space Made Available To Contractor For Storing Items. The Cor Will Designate The Space; The Space Designated May Be Subject To Change With Dva. list Of Elevators Requiring Services
lift Name
lift Type
lift Location
maximum Lift Capability
blue Pe1
geared Traction Passenger Elevator
blue Tower
4000
blue Pe2
geared Traction Passenger Elevator
blue Tower
4000
blue Pe3
geared Traction Passenger Elevator
blue Tower
4000
blue Pe4
geared Traction Passenger Elevator
blue Tower
4000
yellow Pe8
geared Traction Passenger Elevator
yellow Tower
5000
yellow Pe9
geared Traction Passenger Elevator
yellow Tower
5000
yellow Pe10
geared Traction Passenger Elevator
yellow Tower
5000
red Pe11
geared Traction Passenger Elevator
red Tower
4000
red Pe12
geared Traction Passenger Elevator
red Tower
4000
red Pe14
geared Traction Passenger Elevator
red Tower
4000
blue Se5
geared Traction Service Elevator blue Tower
6000
blue Se6
geared Traction Service Elevator blue Tower
6000
red Se15
geared Traction Service Elevator red Tower
5000
red Se16
geared Traction Service Elevator red Tower
5000
blue Fe7
hydraulic Freight Elevator
blue Tower
6000
yellow Cl7
geared-traction Cart Lifts
yellow Tower
1000
yellow Cl8
geared-traction Cart Lifts
yellow Tower
1000
red Ge2
hydraulic Garage Elevators
red Garage
3500
red Ge3
hydraulic Garage Elevators
red Garage
3500
blue Ge1
hydraulic Garage Elevators
blue Garage
3500
blue Ge2
hydraulic Garage Elevators
blue Garage
3500 elevator Warranty Coverage Periods during The Specific Warranty Period Listed For Each Elevator, An Elevator Modernization Warranty Is In Effect And Contractor Shall Not Perform Any Services To Any Elevator Within The Warranty Period Listed. Contractor Shall Provide All Sow Services Required For Any Elevator Beginning On The First Day That Elevator Is No Longer Covered Under Warranty. For Example, Elevator Blue Pe1 S Last Day Under Warranty Is 12/15/2025, Therefore, Contractor Must Begin Providing Services On 12/16/2025. The Following Schedule Is Provided To Clarify Existing Warranty Coverage Periods For Each Elevator: ten Gearless-traction Elevators:
blue Pe1 (warranty Coverage And Gps 12/16/2024 To 12/15/2025)
blue Pe2 (warranty Coverage And Gps 03/02/2025 To 03/01/2026)
blue Pe3 (warranty Coverage And Gps 05/19/2025 To 05/18/2026)
blue Pe4 (warranty Coverage And Gps 07/17/2025 To 07/16/2026)
yellow Pe8 (warranty Coverage And Gps 12/16/2024 To 12/15/2025)
yellow Pe9 (warranty Coverage And Gps 05/19/2025 To 05/18/2026)
yellow Pe10 (warranty Coverage And Gps 03/02/2025 To 03/01/2026)
red Pe11 (warranty Coverage And Gps 12/16/2024 To 12/15/2025)
red Pe12 (warranty Coverage And Gps 07/17/2025 To 07/16/2026)
red Pe14 (warranty Coverage And Gps 03/02/2025 To 03/01/2026) four Service Elevators:
blue Se5 (warranty Coverage And Gps 09/01/2025 To 08/31/2026) blue Se6 (warranty Coverage And Gps 12/01/2025 To 11/30/2026) red Se15 (warranty Coverage And Gps 09/01/2025 To 08/31/2026) red Se16 (warranty Coverage And Gps 12/01/2025 To 11/30/2026) one Hydraulic Freight Elevator: blue Fe7 (warranty Coverage And Gps 07/17/2025 To 07/16/2026) two Geared-traction Cart-lifts:
yellow Cl7 (warranty Coverage And Gps 09/01/2025 To 08/31/2026)
yellow Cl8 (warranty Coverage And Gps 12/01/2025 To 11/30/2026) four Gearless-traction Elevators: blue Ge1 (warranty Coverage And Gps 07/03/2025 To 07/02/2026)
blue Ge2 (warranty Coverage And Gps 11/03/2025 To 11/02/2026)
red Ge2 (warranty Coverage And Gps 11/03/2025 To 11/02/2026)
red Ge3 (warranty Coverage And Gps 07/03/2025 To 07/02/2026) conformance Standards
asme A17.1 / Csa B44 Safety Code For Elevators And Escalators (2013) Or Current asme A17.1 Safety Code For Elevators And Escalators The Particular Version Of Asme 17.1 In Effect At Time Of Installation Or At Time Of Most Recent Renovation Of Each Vertical Lift asme A17.2 Guide For Inspection Of Elevators, Escalators, And Moving Walks (2012) Or Current compliance With The Current Editions Of Ansi/asme Al 7 (a17.1, A17.2, And A17.3) original Equipment Manufacture (oem) Standards And Requirements va Standards And Regulations days And Hours Of Operation / Federal Holidays
a List Of All Federal Holidays Can Be Found At: Https://www.opm.gov/policy-data-oversight/pay-leave/federal-holidays/ all Work, Including Regular Examinations And Repairs In Accordance With This Contract Are To Be Made During Regular Business Hours Between 6:00 Am To 4:30 Pm, Monday Through Friday, Except For Federal Holidays. exclusions
all Repairs, Parts And Labor Required For Repairs Shall Be Included, At No Additional Cost, Unless It Is Clearly And Specifically An Excluded Item Listed Below: any Extra Charge Work Clearly Due To Vandalism Or Misuse. Contracting Officer Must Be Informed In Advance And Approve Of Work Being Outside Of Scope For This Contract No Invoice Will Be Paid Without Prior Approval. installation Of New Attachments, Which May Be Required Or Recommended By Insurance Agencies Or Government Authorities. repairs Or Replacement Of Cab Enclosure, Hoist Way Enclosures, Door Frames (not Doors) And Sills, Machine Room Lighting, Cab Tile Or Carpet. replacement Of Underground Hydraulic Piping Or Hydraulic Cylinder. it Is To Be Understood That Any Item Not Specifically Excluded In The List Above Shall Be Considered The Contractor's Responsibility And Fall Within The Costs Of This Contract. contractor & Contractor Staff Responsibilities
maintenance Work Shall Be Performed Only By Employees Directly Employed And Supervised By The Contractor. Contractor Employees Shall Be Experienced And Certified In Maintaining Vertical Transportation Systems/elevators. the Contractor Shall Be Regularly Engaged In The Business Of Servicing Equipment Similar To That Being Maintained Under This Contract And Shall Have Done So For A Period Of At Least Five Years Prior To The Date Of The Solicitation For This Contract. The Contractor Shall Have A Permanent Service Branch Capable Of Providing Normal Service Within Two Hours After A Request Is Made And Emergency Call-back Service As Specified In Paragraph 17. contractor Shall Make All Repairs Or Replacements Due To Damage By Contractor Employee Improper Repair, Negligent Or Willful Acts, Or Omissions Of Required Information, Services, Repairs, Etc.
City Of Bais Tender
Automobiles and Auto Parts
Philippines
Closing Date18 Feb 2025
Tender AmountPHP 649 K (USD 11.2 K)
Details: Description Republic Of The Philippines City Of Bais -o0o- Bids And Awards Committee Invitation To Apply For Eligibility And To Bid The City Government Of Bais Invites Interested Bidders To Apply For Eligibility And To Bid For Repair And Maintenance Of Various Machinery And Equipment, City Engineer’s Office, Viz: Item Approved Budget For The Contract (abc) Pr No. 35-25 Php 649,060.00 1 20 Pc Fuel Filter, Fs1000/equivalent (redcat Dt) 2 20 Pc Oil Filter, Lf9080/equivalent (redcat Dt) 3 20 Pc Fuel Water Separator Filter, Vg1540080311/equivalent (redcat Dt) 4 20 Pc Coolant Filter, Wf2075/equivalent (redcat Dt) 5 12 Pc Oil Filter, 1000428205/equivalent (faw 10w Dt) 6 12 Pc Fuel Filter, 1000053557/equivalent (faw 10w Dt, Mini Dt & Self-loading) 7 12 Pc Oil Filter-primary, Go-581/equivalent (isuzu Dt) 8 12 Pc Oil Filter-secondary, 06750/equivalent (isuzu Dt) 9 12 Pc Fuel Filter, Fe507j/equivalent (isuzu Dt) 10 6 Pc Oil Filter, 8dc8/9 (fuso Dt) 11 6 Pc Fuel Filter, Ft7269/equivalent (fuso Dt) 12 6 Pc Fuel Filter, Element Type 8dc8/9 (fuso Dt) 13 8 Pc Oil Filter, #313/equivalent (lefter Truck/canter) 14 4 Pc Oil Filter C101/equivalent (toyota Mini Dt) 15 4 Pc Oil Filter, 1011020-e00-wz10f/equivalent (aerial Platform) 16 4 Pc Fuel Filter, 1105104e5233/equivalent (aerial Platform) 17 4 Pc Fuel Filter, Cx710b31t/bf9840/equivalent (aerial Platform) 18 4 Pc Fuel Filter, Ff5052/bf788 (aerial Platform) 19 4 Pc Oil Filter, 1000428205/equivalent (faw Mini Dt) 20 4 Pc Oil Filter-primary, 1000053555 (faw Self-loading Truck) 21 8 Pc Oil Filter Secondary, 1000424655 (faw Self-loading Truck) 22 4 Pc Fuel Filter Primary, 1000424916 (faw Self-loading Truck) 23 48 Set Brake Lining (2 Pc/set) (faw & Redcat 10w Dt) 24 36 Set Brake Lining (2 Pc/set) (isuzu & Fuso Dt) 25 5 Set Brake Shoe, (4pc/set) (canter & Faw Mini Dt) The Approved Budget For The Contract Is To Be Taken From Repair And Maintenance – Machinery And Equipment (5-02-13-050). Partial Bids Are Allowed, However, Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. In Order To Qualify, Bidders Should Conform To The Eligibility Criteria As Prescribed Under Sec. 23 And 25 Of The Revised Irr-a Of R.a. 9184. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary "pass/fail" Criteria As Specified In The Revised Irr-a Of R.a. 9184. As Such Non-submission Of Any Of The Required Documents Will Result In The Disqualification Of The Bidder. Due To Covid-19 Pandemic And Quarantine Regulations Of Every Provinces, Presence Of The Bidders Is Not Necessary. The Bids And Awards Committee (bac) Allows The Submission Of Bids Through Electronic Means And Submission Through Courier Services. The Following Documents Are Required For Submission: A. Eligibility Documents Including Technical Documents (1st Envelope): 1. Registration Certificate From Dti For Sole Proprietorship, Sec For Corporation Or Cda For Cooperative. 2. Valid And Current Mayor's Permit Where The Principal Place Of Business Of The Bidder Is Located. 3. Bir Registration Certificate With Taxpayer’s Identification Number. 4. Statement Of The Bidder Of All Its Ongoing And Completed Government And Private Contracts, Including Contracts Awarded But Not Yet Started, If Any, Whether Similar Or Not Similar In Nature And Complexity To The Contract To Be Bid, Within The Relevant Period Where Applicable. The Statement Shall Be Supported With A Copy Of The Contracts/purchase Or Job Orders; And End-users Acceptance Or Delivery Receipt Duly Acknowledged. The Bidder Must Have Completed Within A Period Of Five (5) Years From The Date Of Submission And Receipt Of Bids, A Single Contract That Is Similar To The Contract To Be Bid Whose Value Must Be At Least Fifty (50%) Percent Of The Abc. However, In The Case Of Expendable Supplies, Said Single Contract Must Be At Least Twenty Five (25%) Percent Of The Abc, Or; The Bidder Should Have Completed At Least Two (2) Similar Contracts And The Aggregate Contract Amounts Should Be Equivalent To At Least The Percentage Of The Abc As Required Above. 5. Certificate Of Product Registration (cpr) From Food And Drug Administration (fda). (for Medicine Only)* 6. Certificate Of Good Manufacturing Practice From Fda. (for Medicine Only)* 7. Batch Release Certificate From Fda. (for Medicine Only)* 8. If The Supplier Is Not The Manufacturer, Certification From The Manufacturer That The Supplier Is An Authorized Distributor/dealer Of The Product(s)/item(s). (for Medicine Only)* 9. License To Operate (fda). (for Medicine Or Medical Supplies/equipment)* 10. Certificate Of Accreditation From Bureau Of Local Government Finance (blgf) (for Accountable Forms Only)* 11. Audited Financial Statements, Showing, Among Others, The Bidder's Total And Current Assets And Liabilities, Stamped "received" By The Bir Or Its Duly Accredited And Authorized Institutions, For The Preceding Calendar Year Which Should Not Be Earlier Than Two (2) Years From The Date Of Bid Submission. 12. The Bidder's Updated Computation For Its Net Financial Contracting Capacity (nfcc) Bearing The Date Thereof Must At Least Be Equal To The Abc To Be Bid, Or A Commitment From A Universal Or Commercial Bank To Extend A Credit Line In Favor Of The Bidder If Awarded The Contract To Be Bid (cl) Must At Least Be Equal To Ten Percent (10%) Of The Abc To Be Bid.* 13. Valid Joint Venture Agreement (jva), In Case Venture Is Already In Existence. 14. All Bids Must Be Accompanied By Bid Security In Any Or Combination Of The Acceptable Forms (below):* Form Of Bid Security Amount Of Bid Security A) Cash, Cashier's/manager's Check, Bank Draft/guarantee Confirmed By A Universal Or Commercial Bank. Two Percent (2%) B) Irrevocable Letter Of Credit Issued By A Universal Or Commercial Bank; Provided, However, That It Shall Be Confirmed Or Authenticated By A Commercial Or Universal Bank'; If Issued By A Foreign Bank. C) Surety Bond Callable Upon Demand Issued By A Surety Or Insurance Company Duly Certified By The Insurance Commission As Authorized To Issue Such Security. Five Percent (5%) D) Bid Securing Declaration Prospective Bidder May Also Submit Bid Securities In The Form Of Cashier's/manager's Check, Bank Draft/guarantee, Or Irrevocable Letter Of Credit From Other Banks Certified By The Bsp As Authorized To Issue Financial Statement. Bids And Bid Securities Shall Be Valid For A Reasonable Period As Determined By The Head Of The Procuring Entity, But In No Case Shall Exceed 120 Calendar Days From The Date Of The Opening Of Bids. 15. Production/delivery Schedule.* 16. Manpower Requirements* 17. After-sales Service/parts (if Applicable) 18. Sworn Statement By The Prospective Bidder Or Its Duly Authorized Representative As To The Following: A) It Is Not Blacklisted Or Barred From Bidding By The Gop Or Any Of Its Agencies; Office Corporations, Or Lgu's, Including Foreign Government/foreign Or International Financing Institutions Whose Blacklisting Rules Have Been Recognized By The Gppb; B) Each Of The Documents Submitted In Satisfaction Of The Bidding Requirements Is An Authentic Copy Of The Original, Complete, And All Statement And Information Provided Therein Are True And Correct; C) It Is Authorizing The Head Of Procuring Entity Or The Duly Authorized Representative/s To Verify All Documents Submitted; D) Authority Of The Signatory; E) Affidavit Of Disclosure Of No Relationship; F) Certification On Bidder's Responsibilities; G) It Comply With Existing Labor Laws And Standards, In The Case Of Procurement Of Services; H) It Did Not Give Or Pay Directly Or Indirectly, Any Commission, Amount, Fee, Or Any Form Of Consideration, Pecuniary Or Otherwise, To Any Person Or Official, Personnel Or Representative Of The Government In Relation To Any Procurement Project Activity, And I) In Case Advance Payment Was Made Or Given, Failure To Perform Or Deliver Any Of The Obligations And Undertakings In The Contract Shall Be Sufficient Grounds To Constitute Criminal Liability For Swindling (estafa) Or The Commission Of Fraud With Unfaithfulness Or Abuse Of Confidence Through Misappropriating Or Converting Any Payment Received By A Person Or Entity Under An Obligation Involving The Duty To Deliver Certain Goods Or Services, To The Prejudice Of The Public And The Government Of The Philippines Pursuant To Article 315 Of Act No. 3815 S. 1930, As Amended, Or The Revised Penal Code. 19. Technical Specifications With Brochures, If Applicable.* 20. Certificate Of Philgeps Registration* 21. Tax Clearance* 22. Latest Income And Business Tax Returns (quarterly/monthly); (optional/required Upon Post-qualification)** Note:*required Documents To Be Submitted By Pre-qualified Suppliers/bidders Per Bac Resolution No. 74-g Dated July 30, 2019. **optional Submission During The Opening Of Bids But Mandatory Requirement Upon Post-qualification Per Bac Resolution No. 58-d Dated August 4, 2020. B. Financial Documents: (2nd Envelope) (a) Bid Prices In The Bill Of Quantities Failure To Submit The Above Requirements On Time Or A Finding Against The Veracity Of Such Shall Be Ground For The Forfeiture Of The Bid Security And Disqualify The Bidder For Award. Performance Security And Warranty Shall Be Governed By The Provisions Of Secs. 39 And 62, Respectively, Of The Revised Irr-a Of R.a. 9184. Bid Documents Can Be Obtained Upon Payment Of Non-refundable Fee Equivalent To The Total Amount Of The Abc Of The Items In Which Interested Bidders Intend To Bid, In Accordance With The Guidelines On The Sale Of Bidding Documents, Appendix 25 Of The Revised Irr Of R.a. 9184: Approved Budget For The Contract (abc) Maximum Cost Of Bidding Documents (in Philippine Peso) 500,000 And Below 500.00 More Than 500,000 Up To 1 Million 1,000.00 More Than 1 Million Up To 5 Million 5,000.00 More Than 5 Million Up To 10 Million 10,000.00 More Than 10 Million Up To 50 Million 25,000.00 More Than 50 Million Up To 500 Million 50,000.00 More Than 500 Million 75,000.00 Bid Documents Can Be Obtained At The Bac Secretariat, Office Of The Bids And Awards Committee, This City, Tel. No. (035) 402-8047, Anytime During Office Hours; And Can Also Be Inquired For Further Information Or Particulars. All Other Particulars Relative To The Procurement Process Shall Be Governed By The Revised Implementing Rules And Regulations Of R.a. 9184 Otherwise Known As The Government Procurement Reform Act. Eligibility Requirements Including Technical Documents And Financial Documents Shall Be Submitted Together Each In Separate Sealed Envelopes Duly Marked As Such On February 18, 2025 At The City Budget Office, 2nd Floor, City Hall Annex Building, This City, At 2:00 Pm At Which Date, Place, And Time Said Envelopes Shall Be Opened In The Presence Of The Members Of The Bac, The Attending Bidders, The Observers, Or Their Duly Authorized Representative. Late And Unsealed Bids Shall Not Be Accepted. The City Government Of Bais Reserves The Right To Accept Or Reject Any Bid, And To Annul The Bidding Process And Reject All Bids At Anytime Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. (sgd.) Mr. Rene C. Llera, Lpt Sao /oic-cbo Chair, Bids And Awards Committee
Local Government Unit Of Daet Tender
Others
Philippines
Closing Date10 Feb 2025
Tender AmountPHP 925 K (USD 15.9 K)
Details: Description Purchase Of Ict & Office Equipment 1 Unit Aircraft Drone For Mapping Weight (with Propellers, Without Accessories) - 915 G Max Takeoff Weight - 1,050 G "dimensions Folded (without Propellers): 221×96.3×90.3 Mm (l×w×h) Unfolded (without Propellers): 347.5×283×107.7 Mm (l×w×h)" Diagonal Distance - 380.1 Mm "max Ascent Speed - 6 M/s (normal Mode) 8 M/s (sport Mode)" "max Descent Speed - 6 M/s (normal Mode) 6 M/s (sport Mode)" "max Flight Speed (at Sea Level, No Wind) - 15 M/s (normal Mode) Forward: 21 M/s, Side: 20 M/s, Backward: 19 M/s (sport Mode)" Max Wind Speed Resistance -12 M/s Max Take-off Altitude Above Sea Level - 6000 M (without Payload) Max Flight Time (no Wind) - 45 Mins Max Hover Time (no Wind) -38 Mins Max Flight Distance - 32 Km "max Pitch Angle - 30° (normal Mode) 35° (sport Mode)" Max Angular Velocity - 200°/s Gnss - Gps+galileo+beidou+glonass (glonass Is Supported Only When The Rtk Module Is Enabled) "hovering Accuracy -vertical: ±0.1 M (with Vision System); ±0.5 M (with Gnss); ±0.1 M (with Rtk) Horizontal: ±0.3 M (with Vision System); ±0.5 M (with High-precision Positioning System); ±0.1 M (with Rtk)" Operating Temperature Range -10° To 40° C (14° To 104° F) Internal Storage - N/a Motor Model - 2008 Propeller Model - 9453f Propellers Beacon - Built Into The Aircraft Class - C2 (eu) Wide Camera Sensor-dji Mavic 3e: 4/3 Cmos, Effective Pixels: 20 Mp "lens - Fov: 84° Format Equivalent: 24 Mm Aperture: F/2.8-f/11 Focus: 1 M To ∞" Iso Range - 100-6400 "shutter Speed - Electronic Shutter: 8-1/8000 S Mechanical Shutter: 8-1/2000 S" Max Image Size - 5280×3956 "still Photography Modes- Single: 20 Mp Timed: 20 Mp Jpeg: 0.7/1/2/3/5/7/10/15/20/30/60 S Jpeg+raw: 3/5/7/10/15/20/30/60 S Smart Low-light Shooting: 20 Mp Panorama: 20 Mp (raw Image)" "video Resolution - H.264 4k: 3840×2160@30fps Fhd: 1920×1080@30fps" "bitrate - 4k: 130 Mbps Fhd: 70 Mbps" Supported File Formats - Exfat Photo Format - Jpeg/dng (raw) Video Format - Mp4 (mpeg-4 Avc/h.264) Tele Camera Sensor 1/2-inch Cmos, Effective Pixels: 12 Mp Lens Fov: 15° Format Equivalent: 162 Mm Aperture: F/4.4 Focus: 3 M To ∞ Iso Range Dji Mavic 3e: 100-6400 Shutter Speed Electronic Shutter: 8-1/8000 S Max Image Size 4000×3000 Photo Format Jpeg Video Format Mp4 (mpeg-4 Avc/h.264) Still Photography Modes Dji Mavic 3e: Single: 12 Mp Timed: 12 Mp Jpeg: 0.7/1/2/3/5/7/10/15/20/30/60 S Smart Low-light Shooting: 12 Mp Video Resolution H.264 4k: 3840×2160@30fps Fhd: 1920×1080@30fps Bitrate 4k: 130 Mbps Fhd: 70 Mbps Digital Zoom 8x (56x Hybrid Zoom) Gimbal Stabilization 3-axis (tilt, Roll, Pan) Mechanical Range Tilt: -135° To 100° Roll: -45° To 45° Pan: -27° To 27° Sensing Type Omnidirectional Binocular Vision System, Supplemented With An Infrared Sensor At The Bottom Of The Aircraft. Forward Measurement Range: 0.5-20 M Detection Range: 0.5-200 M Effective Sensing Speed: Flight Speed ≤15 M/s Fov: Horizontal 90°, Vertical 103° Backward Measurement Range: 0.5-16 M Effective Sensing Speed: Flight Speed ≤12 M/s Fov: Horizontal 90°, Vertical 103° Lateral Measurement Range: 0.5-25 M Effective Sensing Speed: Flight Speed ≤15 M/s Fov: Horizontal 90°, Vertical 85° Upward Measurement Range: 0.2-10 M Effective Sensing Speed: Flight Speed ≤6 M/s Fov: Front And Back 100°, Left And Right 90° Downward Measurement Range: 0.3-18 M Effective Sensing Speed: Flight Speed ≤6 M/s Fov: Front And Back 130°, Left And Right 160° Operating Environment Forward, Backward, Lateral, And Upward: Surface With A Clear Pattern And Adequate Lighting (lux >15) Downward: Diffuse Reflective Surface With Diffuse Reflectivity>20% (e.g. Walls, Trees, People) And Adequate Lighting (lux >15) Video Transmission Video Transmission System Live View Quality Remote Controller: 1080p/30fps Operating Frequency [6] 2.400-2.4835 Ghz 5.725-5.850 Ghz Max Transmission Distance (unobstructed, Free Of Interference) [7] Fcc: 15 Km Ce: 8 Km Srrc: 8 Km Mic: 8 Km Battery Capacity 5000 Mah Standard Voltage 15.4 V Max Charging Voltage 17.6 V Type Lipo 4s Chemical System Licoo2 Energy 77 Wh Weight 335.5 G Charging Temperature 5° To 40° C (41° To 104° F) Charger Input 100-240 V (ac Power), 50-60 Hz, 2.5 A Output Power 100 W Output Max. 100 W (total) Charging Hub Input Usb-c: 5-20 V, 5.0 A Output Battery Port: 12-17.6 V, 8.0 A Rated Power 100 W Rtk Module Dimensions 50.2×40.2×66.2 Mm (l×w×h) Weight 24±2 G Interface Usb-c Power Approx. 1.2 W Rtk Positioning Accuracy Rtk Fix: Horizontal: 1 Cm + 1 Ppm; Vertical: 1.5 Cm + 1 Ppm Speaker Dimensions 114.1×82.0×54.7 Mm (l×w×h) Weight 85±2 G Interface Usb-c Rated Power 3 W Max Volume [11] 110 Db @ 1 M Effective Broadcast Distance [11] 100 M @ 70 Db Bit Rate 16 Kbps/32 Kbps Operating Temperature Range -10° To 40° C (14° To 104° F) 2 Units "high End Laptop 15.6"" Fhd Ag 300n, 165hz Monitor Processor - 16c (8p + 8e) / 24t, P-core 2.2 / 5.2ghz, E-core 1.6 / 3.7ghz, 30mb Memory - 16gb Ddr5 5600 Storage - 1000tb 2 M.2 2242 Ssd Graphics - 8gb Camera - 720p White Backlit Keyboard Wifi 6 60wh Batter Windows 11 Home" 1 Units "camera - Af Modes - One-shot Af, Ai Focus Af (stills), Servo Af / Movie Servo Af" Af Point Selection - Spot Af, 1-point Af, Expand Af Area (above/below/left/right Or Around), Flexible Zone Af 1/2/3, Whole Area Af Af System Points - Up To 651 Af Frame Zones Built-in Flash - Available Closest Focusing Distance (cm) - 20 (af, F=18mm) - 15 (mf, F=18mm) Continuous Shooting Speed (shots Per Sec) (up To) - Electronic 1st Curtain: 12 - Electronic Shutter: 15electronic 1st Curtain: 12 - Electronic Shutter: 15* - *if Flicker Is Detected, Continuous Shooting Will Slow Down Even When Anti-flicker Shooting Is Turned Off. Digital Zoom - Digital Tele-converter X2.0 & X4.0 Dimensions (excl. Protrusions) (mm) (approx.) - 116.3 × 85.5 × 113.1 Drive System - Leadscrew-type Stm Effective Iso - Stills: 100–32,000 (h:51,200) - Movie: 100–12,800 (h:25,600) - Hdr Pq Movies: Iso 100–12,800 Effective Pixels (megapixels) - 24.2 Exposure Compensation - ±3 Stops In 1/3-stop Increments - Aeb: ±3 Stops In 1/3-stop Increments Eye Detection Af - Yes (auto) Flash Modes - E-ttl Ii Flash Metering / Manual Flash Focal Length (35mm Equivalent) - 29-72mm Guide Number Iso 100 Metres - 6 Image Resolution - 6000×4000 (jpeg L/raw/c-raw/heif) - 3984×2656 (heif, Jpeg M) - 2976×1984 (heif, Jpeg S1) - 2400×1600 (heif, Jpeg S2) In-body Image Stabilizer (sensor Shift Is) - No Lcd Monitor (size) (inch) - 3 Lcd Monitor Resolutions (dots) - 1.62 Million Manual Focus - Yes Memory Card Type - Single Card Slot (sd, Sdhc*, Sdxc*) - *uhs-i Cards Compatible Metering Mode - Stills: Evaluative, Partial, Spot, Center-weighted Average - Movie: Evaluative Movie Digital Is - Yes Movie Format - Mp4 Optical Image Stabilizer - Yes Optical Zoom - 2.5x Optional Power - Ac Power (ac Adapter Ac-e6n And Dc Coupler Dr-e18) - Usb Power (pd-e1) Peripheral Connections - Usb Type-c (hi-speed Usb (usb 2.0) Equivalent - External Microphone In - Hdmi Micro (type D) - Multi-function Shoe Processor Type - Digic X Sensor Size - Aps-c Cmos Shooting Modes - Stills : A+/hybrid Auto/special Scene/creative Filters/p/tv/av/m - Movies : Movie For Close-up Demos/movie Is Mode/hdr Movies/movie Auto Exposure/movie Manual Exposure/custom Shooting Mode (c Mode) Shutter Speed Range (sec.) - Stills: - Electronic 1st-curtain: 30 - 1/4000 - Electronic Shutter: 30 - 1/8000 Movie Recording: - Auto Exposure: 1/25* - 1/4000 - Manual Exposure: 1/8* - 1/4000 - *varies By Shooting Mode And Frame Rate Silent Shutter - Yes Standard Power Supply - Lp-e17 Still Image Format - Jpeg, Heif, Raw, C-raw Viewfinder Coverage (approx.) - 1 Viewfinder Type - 0.39-inch Oled, Approx. 2.36million Dots - 59.94/119.88 Fps Refresh Rate Weight (g) (including The Battery And Memory Card) (approx.) - 505 (black) | 506 (white) *for Camera Kits, Weight Includes Kit Lens(es). - White Balance - Auto (ambience Priority / White Priority), Daylight, Shade, Cloudy (effective In Twilight And Sunset), Tungsten Light, White Fluorescent Light, Flash*, Custom, Colour Temperature Setting (approx. 2500–10000 K) - - White Balance Shift And White Balance Bracketing Features Available - - *flash Colour Temperature Information Transmission Possible (ex / El Series Speedlite) X-sync (sec.) - Electronic 1st Curtain: 1/250 2 Pcs External Hard Drive 2tb
Municipality Of Antequera, Bohol Tender
Healthcare and Medicine
Philippines
Closing Date7 Feb 2025
Tender AmountPHP 967.5 K (USD 16.5 K)
Details: Description 4.00 Box Acetylcysteine 600mg Tablet 100.00 Bottle Amoxicillin 250mg. Suspension 25.00 Bottle Amoxicillin Drops 100mg 75.00 Bottle Ascorbic Acid+zinc(50ml.)syrup 40.00 Box Azithromycin 500mg(3tablet/box) 100.00 Bottle Cefalexin 250mg 60ml 100.00 Bottle Cetirizine 5mg/ml Syrup 10.00 Box Cetirizine 10mg Tablet 10.00 Box Celecoxib 200mg 1.00 Box Chlorphenamine 4mg/tabs 1.00 Box Ciprofloxacin 500mg. Caps 1.00 Box Ciprofloxacin 250mg. Caps 1.00 Box Clarithromycin 500mg 1.00 Box Clarithromycin 500mg Mr 5.00 Bottle Clarithromycin 125/5 3.00 Box Clindamycin 300mg 5.00 Bottle Cloxacillin 125mg Susp 30.00 Bottle Cloxacillin 250mg Susp 1.00 Box Cloxacillin 500mg Capsule 50.00 Box Co-amoxiclav 625mg. Caps(14 Tablets/box) 5.00 Bottle Co-amoxiclab(125 Mg Amoxicillin(as Trihydrate)+31 Mg Potassium Clavulanate Per 5ml Granule/powder For Suspension, 60ml) 5.00 Bottle Co-amoxiclab(200mg Amoxicillin(as Trihydrate)+28.5mg Potassium Clavulanate Per 5ml Granule/powder For Suspension, 70ml) 5.00 Bottle Co-amoxiclab(250mg Amoxicillin(as Trihydrate)+62.5mg Potassium Clavulanate Per 5ml Granule/powder For Suspension, 100ml) 5.00 Bottle Co-amoxiclab(400mg Amoxicillin(as Trihydrate)+57mg Potassium Clavulanate Per 5ml Granule/powder For Suspension, 30ml) 5.00 Bottle Co-amoxiclab(400mg Amoxicillin(as Trihydrate)+57mg Potassium Clavulanate Per 5ml Granule/powder For Suspension, 70ml) 10.00 Box Colchicine 500mg Tablet 1.00 Box Diphenhydramine Tablet 25mg 10.00 Bottle Domperidone 5mg/ml Drops 10.00 Bottle Domperidone 5mg/ml Syrup 3.00 Box Eperisone 50mg 1.00 Box Betahistine Hcl 8mg 10.00 Box Ferrous Sulfate Iron+folic Acid 2.00 Puff Fluticasone+salmeterol(inhalation:dpi 100micgrograms Fluticasone(as Propionate)+50 Micgrograms Salmeterol(asxinafoate)x60 Doses W/ Appropriate Accompanying Dispenser 2.00 Puff Fluticasone+salmeterol(inhalation:dpi 500micgrograms Fluticasone(as Propionate)+50 Micgrograms Salmeterol(asxinafoate)x60 Doses W/ Appropriate Accompanying Dispenser 2.00 Puff Fluticasone+salmeterol(inhalation:dpi 500micgrograms Fluticasone(as Propionate)+50 Micgrograms Salmeterol(asxinafoate)x28 Doses W/ Appropriate Accompanying Dispenser 1.00 Box Hydrochlorothiazide 50mg Tablet 2.00 Box Ibuprofen 400mg. Tablet 5.00 Box Ibuprofen 200mg. Tablet 1.00 Box Levofloxacin Tablet 500mg 5.00 Box Mefenamic Acid 500mg Capsule 20.00 Tube Mupirocin Ointment 20.00 Bottle Multivitamin Drops 20.00 Box Multivitamin Capsule 500mg 50.00 Bottle Multivitamin Syrup 10.00 Box Acetylcysteine 20.00 Box Omeprazole 40mg 5.00 Box Ors 75 (5.575g)25 Sachet/box 1.00 Box Prednisone 30mg. Tablet 1.00 Box Prednisone 10mg. Tablet 5.00 Bottle Prednisone 10mg./5ml,60ml Suspension 1.00 Box Prednisone 20mg. Tablet 1.00 Box Prednisone 5mg Tablet 50.00 Bottle Paracetamol 125mg/5ml 50.00 Bottle Paracetamol 100mg/ml 100.00 Bottle Paracetamol 250mg Syrup 1.00 Box Paracetamol 300mg Tablet 25.00 Pc Paracetamol 250mg. Suppository 5.00 Box Polymyxin Neomycin And Bacitracin 2.00 Box Salbutamol Nebule 1.00 Box Salbutamol 2mg Tablet(as Sulfate) 1.00 Box Salbutamol 4mg Mr Tablet(as Sulfate) 1.00 Box Salbutamol 8mg Mr Tablet(as Sulfate) 25.00 Bottle Salbutamol 2mg/5ml Syrup, 60ml Sulfate 3.00 Bottle Salbutamol Mdi:100micrograms/dosex200 Dozes(as Sulfate) 3.00 Bottle Salbutamol Breath-actuated Mdi (authohaler):100micrograms/dose X400 Doses(as Sulfate) 2.00 Bottle Salbutamol(as Sulfate)+ Ipratropium(inhalation:mdi 21 Micrograms Ipratropium(as Bromide)+120 Micrograms Salbutamolx200 Doses X10ml 2.00 Bottle Salbutamol(as Sulfate)+ Ipratropium(resp. Soln.(for Nebulization)500micrograms Ipratropium(as Bromide Anhyrous)+2.5 Mg Salbutamol(as Base)x2.5 Ml (unit Dose) 50.00 Bottle Salbutamol Syrup 2mg/5ml Syrup 25.00 Ampule Tetanus Toxoid Ampule 5.00 Box Tobramycin Opthalmic Drops 10.00 Box Vit. B Complex Tablet 20.00 Bottle Zinc Sulfate 10mg./ml Oral Drops 30.00 Bottle Zinc Sulfate 20mg 5ml Syrup 50.00 Box Amlodipine 5mg 200.00 Box Amlodipine 10mg 6.00 Box Aspirin Tablet 80mg 1.00 Box Captopril 25mg. Tablet 3.00 Box Gliclazide 60mg Tablet 2.00 Box Gliclazide 80mg Tablet 250.00 Box Losartan 50mg Tablet 20.00 Box Losartan 100mg Tablet 50.00 Box Metformin 500mg Tablet 1.00 Box Simvastatine 10mg 1.00 Box Simvastatine 20mg 25.00 Box Simvastatine 40mg 10.00 Box Simvastatine 80mg Dental/medical & Birthing Supplies 3.00 Gallon Alcohol 70% 1.00 Bottle Listerine Total Care (1000 Ml) 1.00 Pack Disposable Bib 2.00 Box Disposable Examination Gloves 3.00 Pack Disposable Glass/paper Glass(50pcs/pack) 12.00 Box Facemask 2.00 Roll Kitchen Paper Towel 5.00 Box Lidocaine Anesthesia (hizon) 2.00 Can Disinfectant Spray 340 Grms 1.00 Dozen Powder Soap 1.00 Bottle Povidone Iodine 240ml 1.00 Box Refill Mouth Mirror 1.00 Box Short Needle Gauge 30 1.00 Set Surgery Burs (3 Pieces Round) 1.00 Pc Surgery Burs (tapered) 1.00 Can Topical Anesthesia(lidogel) 1.00 Pcs Luxators For Extraction 1.00 Tube Adhesive Plaster 1.00 Roll Adhesive Tape Roll 2"x3" Hypoallergenic 1.00 Roll Adhesive Tape Roll 2"x3" None Hypoallergenic 10.00 Pc Adult Diaper 10.00 Vial Ampicillin 250 Mg/vial 10.00 Vial Amikacin 125mg 3.00 Ampule Atropine Ampule 1mg/ml 1.00 Gallon Betadine Providone Iodine Sol. Gallon 2.00 Bottle Betadine 250ml Feminine Wash 2.00 Ampule Calcium Gluconate 10mg. Amp 1.00 Box Cord Clamp(brown) 1.00 Roll Cotton 300g 2.00 Box Chromic 2.0 1.00 Gallon Denatured Alcohol 1.00 Box Dexamethasone 5mg/1amp 3.00 Pc Dextrose 50% 50ml Vial 1.00 Box Diphenhydramine(benadryl)50mg/amp 3.00 Bottle Dishwashing Liquid 15.00 Vial Dmpa Vial 1.00 Box Epinephrine Ampule 10/box 1.00 Tube Erythromycin Opthalmic Ointment 0.5%(teramycin Ointment) 20.00 Pc Expanded Newborn Screening Kit 2.00 Pc Filter Paper 610x610mm 2.00 Pc Heavy Bandage Or Paramedic Scissors For Cutting Clothes, Belts& Boots 1.00 Liter Hydrogen Peroxide 5.00 Box Incontinent Pad 5.00 Pc Iv Drip Set Macroset 3.00 Pc Iv Drip Set Microset 5.00 Pc Iv Canula 26 Gauge 5.00 Pc Iv Canula 22 Gauge 5.00 Pc Iv Canula 20 Gauge 5.00 Pc Iv Canula 18 Gauge 5.00 Pc Iv Canula 24 Gauge 3.00 Tube Ky Jelly Tube Big 2.00 Pc Lens Paper 1.00 Vial Lidocaine 2% 50cc. 50ml 2.00 Gallon Liquid Handsoap 3.00 Gallon Disinfectant Solution 5liter/gallon 2.00 Bottle Disinfectant Spray 340grms 10.00 Vial Magnesium Sulfate 250mg/vial 10.00 Pc Methyldopa 250mg Tablets 10.00 Pc Nasal Oxygen Canula(newborn) 10.00 Pc Nasal Oxygen Canula(pedia) 25.00 Pc Nasal Oxygen Canula(adult) 50.00 Pc Newborn Diaper 5.00 Pack None-sterile Elastic Bandage Various Size 50pcs Pack 2.00 Pc Oxygen Gauge With Regulator 3.00 Pc Oxygen Mask (pedia) 7.00 Tank Refill Oxygen Refill 25.00 Ampule Oxytocin Ampule 10.00 Bottle Plain Nss 1 Liter 20.00 Pack Pills Coc 20.00 Pack Pills Lactating 2.00 Pc Plasma Expander 1.00 Pc Pulse Oximeter 10.00 Box Rbs Strips 2.00 Box Scalpel & Blade #11 100/box 5.00 Pair Shoe Covers 1.00 Pc Sphygmomanometer Adult 1.00 Pc Sphygmomanometer Newborn 1.00 Pack Sterile Burn Sheets(40x90) 2.00 Pack Sterile Dressings 10"x30" Or Larger 2.00 Pack Sterile Dressings 10"x12" Or Larger 2.00 Pack Sterile Occlusive Dressing 3x8 Or Larger 10 Sheets/pack 2.00 Box Sterile Gloves Size 7 1.00 Box Sterile Gloves Size 8 1.00 Box Sterile Gloves Size 6.5 5.00 Bottle Sterile Water For Irrigation 1 Liter 2.00 Roll Surgical Gauze Roll 3.00 Box Non Sterile Gloves Size 7 3.00 Box Non Sterile Gloves Size 7.5 3.00 Box Non Sterile Gloves Size 8 1.00 Box Syringe 10cc 100/box 1.00 Box Syringe 20cc 50/box 3.00 Box Syringe 5cc 100/box 4.00 Box Syringe 3cc 500/box 4.00 Box Syringe 1cc 100/box 5.00 Pack Tissue Paper 12rolls/pack 3.00 Bottle Muriatic Acid 3.00 Pack Trash Bag Large 10s/pack 3.00 Pack Trash Bag Medium 10s/pack 4.00 Piece Trash Can 50 Liters (green,black,yellow,red) 3.00 Ampule Tranexamic Acid Ampule 100mg/ml(500mg/5ml) 25.00 Pc Underpads/curity Pads For Bed(large) 1.00 Bottle Urine Strips 10 Parameters 1.00 Gallon Bleaching Liquid 1.00 Box Micropore 2 Inches(hypoallergenic) Plastic 2.00 Pack Plastic Cellophane Large (handybag) 2.00 Pack Plastic Cellophane Medium (handybag) 2.00 Pc First Aide Kit Box Handle 50.00 Pc Sputum Cups Medicine For Mental Health 5.00 Box Biperiden Tablet 2mg. 5.00 Box Carbamazepine Tablet 4.00 Box Clozapine 100mg. Tabs 50.00 Ampule Fluphenazine Ampule 2.00 Box Haloperidol Tablet 10.00 Box Olanzapine 10mg. Tablet 8.00 Box Valproic Acid 500mg Tablet 2.00 Box Chlorpromazine 200mg Animal Bite Vaccines 10.00 Vial Equirab 200 Luml 100.00 Ampule Tt Injection Ampule 5.00 Box 5 Cc Syringe 5.00 Box 3 Cc Syringe Gauge 26 30.00 Vial Purified Chick Vero Cell Rabies Vaccine 6.00 Box Disposable Insulin Syringe 1cc Gauge 30 Needle 3.00 Box Disposable Insulin Syringe 3cc Gauge 30 Needle 3.00 Box Disposable Insulin Syringe 5cc Gauge 30 Needle 2.00 Box Disposable Insulin Syringe 10cc Gauge 23
STATE, DEPARTMENT OF USA Tender
Textile, Apparel and Footwear
United States
Closing Date21 Jan 2025
Tender AmountRefer Documents
Details: The U.s Embassy Bujumbura, Burundi Has A Requirement To Buy The Uniforms: # description qty unit 1 mpn# 105291-stl Carhartt Force® Relaxed Fit Lightweight Long- Sleeve Shirt Manufacturer: Carhartt Color: Steel Size: M (regular) 52.00 each 2 mpn# 105291-stl Carhartt Force® Relaxed Fit Lightweight Long- Sleeve Shirt Manufacturer: Carhartt Color: Steel Size: L (regular) 38.00 each 3 mpn# 105291-stl Carhartt Force® Relaxed Fit Lightweight Long- Sleeve Shirt Manufacturer: Carhartt Color: Steel Size: Xl (regular) 4.00 each 4 mpn# 102517-dkh Men's 5-pocket Pant - Relaxed Fit - Rugged Flex® - Canvas Manufacturer: Carhartt Color: Dark Kaki Size: 32x30 62.00 each 5 mpn# 102517-dkh Men's 5-pocket Pant - Relaxed Fit - Rugged Flex® - Canvas Manufacturer: Carhartt Color: Dark Kaki Size: 32x32 20.00 each 6 mpn# 102517 Men's 5-pocket Pant - Relaxed Fit - Rugged Flex® - Canvas Manufacturer: Carhartt Color: Dark Kaki Size: 34x32 20.00 each 7 mpn# 102517-dkh Men's 5-pocket Pant - Relaxed Fit - Rugged Flex® - Canvas Manufacturer: Carhartt Color: Dark Kaki Size: 36x30 8.00 each 8 mpn# 103574 Men's 5-pocket Pant - Relaxed Fit - Rugged Flex® - Canvas Manufacturer: Carhartt Color: Dark Kaki Size: 38x28 4.00 each 9 mpn# 102517-dkh Men's 5-pocket Pant - Relaxed Fit - Rugged Flex® - Canvas Manufacturer: Carhartt Color: Dark Kaki Size: 38x30 12.00 each 10 mpn# 102517-dkh Men's 5-pocket Pant - Relaxed Fit - Rugged Flex® - Canvas Manufacturer: Carhartt Color: Dark Kaki Size: 38x32 8.00 each 11 mpn# 105538-i26 Women's Carhartt Force® Relaxed Fit Lightweight Long Sleeve Shirt Manufacturer: Carhartt Color: Navy Size: Xxl 4.00 each 12 mpn# 105538-i26 Women's Carhartt Force® Relaxed Fit Lightweight Long Sleeve Shirt Manufacturer: Carhartt Color: Navy Size: L 4.00 each 13 mpn# 105113 Women's Canvas Work Pant - Relaxed Fit - Rugged Flex® Manufacturer: Carhartt Color: Dark Khaki Size: 14 - Tall 4.00 each 14 mpn# 105113 Women's Canvas Work Pant - Relaxed Fit - Rugged Flex® Manufacturer: Carhartt Color: Dark Khaki Size: 12 - Tall 4.00 each 15 mpn# 105113 Women's Canvas Work Pant - Relaxed Fit - Rugged Flex® Manufacturer: Carhartt Color: Dark Khaki Size: 20 - Tall 4.00 each 16 carhartt Force® Grid Midweight Merino Wool Blend Crew Sock (style #sc9270m) Size: S Color: Olive 100.00 each 17 carhartt Force® Grid Midweight Merino Wool Blend Crew Sock (style #sc9270m) Size: M Color: Olive 75.00 each 18 carhartt Force® Grid Midweight Merino Wool Blend Crew Sock (style #sc9270m) Size: L Color: Olive 85.00 each 19 carhartt Force® Grid Midweight Merino Wool Blend Crew Sock (style #sc9270m) Size: Xl Color: Olive 5.00 each 20 jean Belt Carhartt (style #a0005511) Size: 34 Color: Black 25.00 each 21 jean Belt -carhartt (style #a0005511) Size: 35 Color: Black 10.00 each 22 jean Belt -carhartt (style #a0005511) Size: 36 Color: Black 5.00 each 23 jean Belt -carhartt (style #a0005511) Size: 37 Color: Black 8.00 each 24 best Women's Lightweight Composition Shoe For Industrial And Construction Size: 8 1.00 each 25 carhartt Women's Straight Leg Scrub Pant (style #c51213) Size: M Color: Olive 2.00 each 26 carhartt Women's Straight Leg Scrub Pant (style #c51213) Size: M Color: Purple 2.00 each 27 carhartt Women's Straight Leg Scrub Pant (style #c51213) Size: M Color: Royal 2.00 each 28 carhartt Women's Straight Leg Scrub Pant (style #c51213) Size: M Color: Navy 2.00 each 29 carhartt Women's Straight Leg Scrub Pant (style #c51213) Size: L Color: Olive 2.00 each 30 carhartt Women's Straight Leg Scrub Pant (style #c51213) Size: L Color: Purple 2.00 each 31 carhartt Women's Straight Leg Scrub Pant (style #c51213) Size: L Color: Ceil Blue 2.00 each 32 carhartt Women's Straight Leg Scrub Pant (style #c51213) Size: L Color: Navy 2.00 each 33 carhartt Women's Straight Leg Scrub Pant (style #c51213) Size: M Color: Ceil Blue 2.00 each 34 carhartt Women's Straight Leg Scrub Pant (style #c51213) Size: L Color: Royal 2.00 each 35 ua Butter-soft Stretch Women's 3-pocket Ankle Length Scrub Skirt Color: Caribbean/blue Navy Size: M 1.00 each 36 ua Butter-soft Stretch Women's 3-pocket Ankle Length Scrub Skirt Color: Wine Size: M 1.00 each 37 ua Butter-soft Stretch Women's 3-pocket Ankle Length Scrub Skirt Color: Royal Size: M 1.00 each 38 ua Butter-soft Stretch Women's 3-pocket Ankle Length Scrub Skirt Color: Ceil Blue Size: M 1.00 each 39 ua Butter-soft Stretch Women's 3-pocket Ankle Length Scrub Skirt Color: Caribbean/blue Navy Size: Xxl 1.00 each 40 ua Butter-soft Stretch Women's 3-pocket Ankle Length Scrub Skirt Color: Wine Size: Xxl 1.00 each 41 ua Butter-soft Stretch Women's 3-pocket Ankle Length Scrub Skirt Color: Royal Size: Xxl 1.00 each 42 ua Butter-soft Stretch Women's 3-pocket Ankle Length Scrub Skirt Color: Ceil Blue Size: Xxl 1.00 each 43 ua Butter-soft Stretch Women's 3-pocket Ankle Length Scrub Skirt Color: Navy Size: Xxl 1.00 each 44 ua Butter-soft Stretch Women's 3-pocket Ankle Length Scrub Skirt Color: Navy Size: M 1.00 each 45 women's Scrub Top One Pocket Tuck In Scrub Top For Women Color: Olive Green Size: M 3.00 each 46 women's Scrub Top One Pocket Tuck In Scrub Top For Women Color: Lavender Size: M 3.00 each 47 women's Scrub Top One Pocket Tuck In Scrub Top For Women Color: Royal Blue Size: M 3.00 each 48 women's Scrub Top One Pocket Tuck In Scrub Top For Women Color: Ceil Blue Size: M 3.00 each 49 women's Scrub Top One Pocket Tuck In Scrub Top For Women Color: Navy Size: M 3.00 each 50 women's Scrub Top One Pocket Tuck In Scrub Top For Women Color: Olive Green Size: L 2.00 each 51 women's Scrub Top One Pocket Tuck In Scrub Top For Women Color: Lavender Size: L 2.00 each 52 women's Scrub Top One Pocket Tuck In Scrub Top For Women Color: Royal Blue Size: L 2.00 each 53 women's Scrub Top One Pocket Tuck In Scrub Top For Women Color: Ceil Blue Size: L 2.00 each 54 women's Scrub Top One Pocket Tuck In Scrub Top For Women Color: Navy Size: L 2.00 each 55 women's Scrub Top One Pocket Tuck In Scrub Top For Women Color: Olive Green Size: Xxl 1.00 each 56 women's Scrub Top One Pocket Tuck In Scrub Top For Women Color: Lavender Size: Xxl 1.00 each 57 women's Scrub Top One Pocket Tuck In Scrub Top For Women Color: Royal Blue Size: Xxl 1.00 each 58 women's Scrub Top One Pocket Tuck In Scrub Top For Women Color: Ceil Blue Size: Xxl 1.00 each 59 women's Scrub Top One Pocket Tuck In Scrub Top For Women Color: Navy Size: Xxl 1.00 each 60 red Kap Men's Wrinkle-resistant Cotton Work Shirt - Sc40 / Sc30 (long Sleeve) Size: M Color: Khaki 2.00 each 61 red Kap Men's Wrinkle-resistant Cotton Work Shirt - Sc40 / Sc30 (long Sleeve) Size: M Color: Orange 2.00 each 62 red Kap Men's Wrinkle-resistant Cotton Work Shirt - Sc40 / Sc30 (long Sleeve) Size: M Color: White 2.00 each 63 red Kap Men's Wrinkle-resistant Cotton Work Shirt - Sc40 / Sc30 (long Sleeve) Size: M Color: Postman Blue 2.00 each 64 red Kap Men's Wrinkle-resistant Cotton Work Shirt - Sc40 / Sc30 (long Sleeve) Size: M Color: Light Blue 2.00 each 65 red Kap Men's Dura-kap Industrial Pant - Pt20 Size: 30*30 Color: Black 2.00 each 66 red Kap Men's Dura-kap Industrial Pant - Pt20 Size: 30*30 Color: Brown 2.00 each 67 red Kap Men's Dura-kap Industrial Pant - Pt20 Size: 30*30 Color: Charcoal 2.00 each 68 red Kap Men's Dura-kap Industrial Pant - Pt20 Color: Navy Size: 30*30 2.00 each 69 red Kap Men's Dura-kap Industrial Pant - Pt20 Color: Khaki Size: 30*30 2.00 each 70 carhartt Loose Fit Midweight Short-sleeve Pocket Polo (style #106685) Size: S Color: Carbon Heather 26.00 each 71 carhartt Loose Fit Midweight Short-sleeve Pocket Polo (style #106685) Color: Carbon Heather Size: M 10.00 each 72 carhartt Loose Fit Midweight Short-sleeve Pocket Polo (style #106685) Color: Carbon Heather Size: L 16.00 each 73 carhartt Loose Fit Midweight Short-sleeve Pocket Polo (style #106685) Color: Carbon Heather Size: Xl 3.00 each 74 carhartt Loose Fit Midweight Short-sleeve Pocket Polo (style #106685) Color: Carbon Heather Size: Xxl 7.00 each men's Carhartt Shirts: Https://www.carhartt.com/product/105291-dkh2xlreg/carhartt-force%c2%ae-relaxed-fit-lightweight-long-sleeve-shirt Men's Carhartt Pants: Https://www.carhartt.com/product/102517-039w28l32/men-s-5-pocket-pant-relaxed-fit-rugged-flex%c2%ae-canvas Women's Shirt: Https://www.carhartt.com/product/105538-dkhmreg/women-s-carhartt-force%c2%ae-relaxed-fit-lightweight-long-sleeve-shirt Socks: Https://www.carhartt.com/product/802218-026l/carhartt-force%c2%ae-grid-midweight-merino-wool-blend-crew-sock Belts: Https://www.carhartt.com/product/800610-20136w/jean-belt Women's Pants: Https://www.carhartt.com/product/802656-lgr2xltll/women-s-straight-leg-scrub-pant Women's Skirt: Https://www.uniformadvantage.com/search/?q=ua+butter-soft+stretch+women%27s+3-pocket+ankle+length+scrub+skirt&search-button=&lang=en_us Women's Shirt Https://www.amazon.com/monarch-uniforms-womens-scrub-pocket/dp/b0cb4rsrg1/ref=sr_1_1?crid=3jbr0pwgp2t6x&dib=eyj2ijoimsj9.qbexutdfltru48vl6h1tlsxb21ggxsms1wpbvn_cyxiv1sutdng19xt4sbwjam4yjmb-86nyf2xzfrpx55zecrak30yfpui5ez6ph64gsijrz_sl6othc9tujh3o6bmmbcuuyjyucjn2kwj47uvoq3fm8zhsbgrasl0uaqyvdzdnfcnntkc7lwn5hljj9chaqjmvy_pz11zmeqfs4jr3djfo2w0uymilvga_mjrkooqotue4doq8xwwkvk21mhxgrxlfn-xy1_zd9sivqlx0sl9azouu11_lfjfwx0ib-wo.ar6vwi9caos0fbla_tr1fn9kbcvmxv9xg2qwcvangpy&dib_tag=se&keywords=women%27s+scrub+top+one+pocket+tuck+in+scrub+top+for+women&qid=1722851701&sprefix=women%27s+scrub+top+one+pocket+tuck+in+scrub+top+for+women%2caps%2c1338&sr=8-1 Men's Work Shirt: Https://copperstoneworkwear.com/red-kap-mens-wrinkle-resistant-cotton-work-shirt-sc40-sc30/ Polo For Everyone: Https://www.carhartt.com/product/106685-nvy2xlreg/loose-fit-midweight-short-sleeve-pocket-polo additional Technical Specifications: add The Additional Specifications Here. notes: the Subject Of The Quotation Must Be “quotation Enclosed: Pr12262928. only Electronic Quotations Are Accepted. They Must Be Emailed By The Deadline To Bujprocurement@state.gov value Added Tax (18%) Must Be Included As A Separate Line Item (if Applicable) interested Vendors Should Be Registered In Sam And Should Be Ndaa 899 Compliant On The Submission Date Of The Quote. quotations Must Specify The Delivery Lead-time And Delivery Location. thank You To Send Your Proposal In Two Parts, A Financial Offer Detailing The Prices Plus A Technical Offer With A Visual Of What You Are Quoting For (pictures) the Following Delivery Addresses Are Permissible: u.s. Embassy Bujumbura 50, Avenue Des Etats-unis kigobe bujumbura, Burundi
City Of Cagayan De Oro Tender
Healthcare and Medicine
Philippines
Closing Date16 Jan 2025
Tender AmountPHP 10.9 Million (USD 187.4 K)
Details: Description Republic Of The Philippines City Of Cagayan De Oro Bids And Awards Committee Invitation To Bid For Supply And Delivery Of Medical, Dental And Laboratory Supplies (lot No. 1 To 6,8,10 To 12); Pr No. 24-4171 Dated October 09, 2024; Sn 347a - 2024 1. The City Government Of Cagayan De Oro, Through The Jrbgh - Medical, Dental And Laboratory Supplies Expenses , Intends To Apply The Following Sums Being The Corresponding Approved Budgets For The Contract (abcs) To Payments Under The Corresponding Lots Of The Contract For Supply And Delivery Of Medical, Dental And Laboratory Supplies (lot No. 1 To 6,8,10 To 12); Pr No. 24-4171 Dated October 09, 2024; Sn 347a - 2024, Viz: Lot Identification Number Lot Abc (php) Lot No. 1 816,000.00 Lot No. 2 1,227,000.00 Lot No. 3 1,430,500.00 Lot No. 4 595,500.00 Lot No. 5 1,278,500.00 Lot No. 6 2,057,500.00 Lot No. 8 761,000.00 Lot No. 10 1,512,000.00 Lot No. 11 260,000.00 Lot No. 12 1,012,200.00 Bids Received In Excess Of The Abc For Each Lot Shall Be Automatically Rejected At Bid Opening. 2. The City Government Of Cagayan De Oro Now Invites Bids For: Lot No. 1 Item No. Quantity Unit Of Issue Item Description 1 5 Bottle Alkytriamine Cationic 2.5% + Trigger Spray 750ml, 2 5 Gal Alkytriamine Cationic 2.5% High-level Disinfectant Solution: Lemon Scent 3 5 Liter Alkytriamine Cationic 2.5% High-level Disinfectant Solution: Lemon Scent 4 5 Gal Disinfectant Solution : High-level Enzymatic Pre-cleaning Device 5 10 Gal High-level Disinfectant : Hydrogen Peroxide 75 Ready To Use,2.5l/gal 6 50 Pack Laparotomy : Sterile Disposable (1 Laparotomy Drape, 1 Mayo Stand Cover, 1 Outerwrap/back Table Cover, 4 Surgical Gown) 7 15 Pack Ceasarian Pack : Sterile (1 Cs Incise Drape With Pouch, 4 Surgical Gown, 8 Hand Towels, 1 Mayo Stand Cover, 1 Outer Wrap Back Table Cover, 4 Absorbable Hand Towels, 2 Baby Blanket) Lot No. 2 Item No. Quantity Unit Of Issue Item Description 8 400 Box Blue Nitrile Gloves Powder Free : Large 9 400 Box Blue Nitrile Gloves Powder Free : Medium 10 100 Box Sterile Gloves : Surgeon Gloves No. 6.0 50's Non-powdered 11 200 Box Sterile Gloves : Surgeon Gloves No. 7.0 50's Non-powdered 12 100 Box Sterile Gloves : Surgeon Gloves No. 7.5 50's Non-powdered 13 20 Box Sterile Gloves : Surgeon Gloves No. 8.0 50's Non-powdered 14 5000 Pc Shoe Wrap : Pair Lot No. 3 Item No. Quantity Unit Of Issue Item Description 15 50 Pack Battery : Alkaline Aa, 2's 16 50 Pack Battery : Alkaline Aaa, 2's 17 300 Pc Bacterial Filter : For Anesthesia 18 20 Box Surgical Blade : No. 10 100's 19 20 Box Surgical Blade : No. 15 100's 20 20 Box Surgical Blade : No.12 100's 21 300 Pc Cautery : Pad 22 300 Pc Cautery : Pencil 23 20 Pack Decontaminating Mat : W/glue 90x120cm- 30 Sheets 24 100 Pc Surgical Clipper Blade : . 25 100 Gal Povidone Iodine : 10% 26 100 Gal Povidone Iodine : 7.5% 27 100 Bottle Wound Irrigation Solution : 300ml Lot No. 4 Item No. Quantity Unit Of Issue Item Description 28 100 Box Catheter Foley Bag : No. 14 10's 29 100 Box Catheter Foley Bag : No. 16 10's 30 300 Pc Catheter Suction : No. 10 31 300 Pc Catheter Suction : No.12 32 1500 Pc Catheter Suction : No.14 33 500 Pc Catheter Suction : No.16 34 1500 Pc Catheter Suction : No.8 35 50 Pc Endotracheal Tube : No. 3.0 Uncuffed 36 50 Pc Endotracheal Tube : No. 3.5 Uncuffed 37 200 Pc Endotracheal Tube : No. 4.5 Cuffed 38 200 Pc Endotracheal Tube : No. 5.0 Cuffed 39 200 Pc Endotracheal Tube : No. 7.5 Cuffed 40 200 Pc Tube Feeding : Fr.14 41 1000 Pc Tube Feeding : Fr.16 42 1000 Pc Tube Feeding : Fr.8 43 50 Pc Umbilical Catheter : 4.0 44 50 Box Umbilical Cord Clamp, Box Of 100's : . Lot No. 5 Item No. Quantity Unit Of Issue Item Description 45 200 Roll Gauze Roll - 2 Ply 36x100 Yd (28x24) : Hospital Size 46 300 Roll Plaster Of Paris : 4" 47 50 Tube Plaster : Hospital Size -medical Plaster With Strong Adhesive, Water-resistant 48 200 Tube Plaster : Hospital Size-medical Plaster With Adhesive, Water- Resistant (regular) 49 50 Box Surgical Tape : Hypoallergenic Surgical Silk Tape 1" X 10yd 12's 50 50 Box Surgical Tape : Hypoallergenic Surgical Silk Tape 1/2" X 10yd 24's 51 50 Box Surgical Tape : Hypoallergenic Surgical Silk Tape 2 X 10yd 6's 52 50 Box Surgical Tape : Hypoallergenic Surgical Silk Tape 3 X 10yd 4's Lot No. 6 Item No. Quantity Unit Of Issue Item Description 53 200 Box Needle Sterile : G-26, 100's 54 100 Pc Skin Stapler : . 55 200 Box Sterile Syringe : 0.5cc Insulin 100 "s (needle Attached) 56 250 Box Sterile Syringe : 10cc Disp. 50's (needle Attached) 57 250 Box Sterile Syringe : 1cc Disp. 100's (needle Attached) 58 100 Box Sterile Syringe : 1cc Insulin 100's(needle Attached) 59 100 Box Sterile Syringe : 20cc Disp. 50's (needle Attached) 60 250 Box Sterile Syringe : 3cc Disp. 100's (needle Attached) 61 250 Box Sterile Syringe : 5cc Disp. 100's (needle Attached) 62 500 Pc Sterile Syringe Asepto 4oz : (needle Attached) Lot No. 8 Item No. Quantity Unit Of Issue Item Description 80 10 Pc Stethoscope : Adult - Medical Grade 81 100 Box Patient I.d. Band - Adult : White 100's 82 150 Box Patient I.d. Band - Pedia : Blue 100's 83 100 Box Patient I.d. Band - Pedia : Pink 100's 84 10 Pc Pulse Oximeter : Fingertip - Pedia 85 50 Pc Pulse Oximeter : Sensor - Adult 86 100 Pc Pulse Oximeter : Sensor - Neonate 87 50 Pc Pulse Oximeter : Sensor - Pedia 88 20 Pc Resuscitator Bag : Adult 89 20 Pc Resuscitator Bag : Pedia 90 20 Pc Resuscitator Bag : Neonate 91 50 Kit Epidural : Pack (anesthetic Device) 92 100 Pc Eye Drape : . 93 20 Gal Formalin : Solution 35% Solution 94 10 Pc Guide Wire : Pedia Fr6/2.0mm 95 10 Pc Guide Wire : Adult 96 30 Pc Wound Drainage : Reservoir For Infra And Post Operation Procedure (jackson-pratt),100ml Lot No. 10 Item No. Quantity Unit Of Issue Item Description 104 2000 Pc Heplock : . 105 3000 Pc Intravenous Administration Set : Adult 106 1500 Pc Intravenous Administration Set : Pediatric 107 3000 Pc Intravenous Cannula : G-18 108 3000 Pc Intravenous Cannula : G-20 109 3000 Pc Intravenous Cannula : G-22 110 3000 Pc Intravenous Cannula : G-24 111 3000 Pc Intravenous Cannula : G-26 112 200 Pc I.v Extension Tubing : 2-way 113 150 Pc I.v Extension Tubing : 3-way 114 1030 Pc I.v. : Infusion Set W/burette 150cc (soluset) 115 200 Pc I.v. : Infusion Set, Blood Volumetric (bloodset) 116 150 Pc Stopcock 3-way : . 117 300 Pc Tourniquet : Rubber 118 300 Roll Wadding Sheet : 4" Lot No. 11 Item No. Quantity Unit Of Issue Item Description 119 100 Pack Monitoring Electrode : W/foam 50's 120 150 Pc Mouth Guard Oral Airway : #2 (green) 121 100 Pc Mouth Guard Oral Airway : #3 (yellow) 122 1000 Pc Nebulization Set : Pedia 123 100 Pc Non-rebreather Mask : Pedia 124 100 Pc Mucus Trap : . 125 50 Pc Suction Bulb : W/ Mucous Air Pump 60ml 126 100 Pc Suction Connecting Tube : W/yankauer 127 100 Pc Suction Set Poole : Drain Lot No. 12 Item No. Quantity Unit Of Issue Item Description 128 100 Gal Bleaching Solution : . 129 50 Bottle Bleaching Solution : Color Safe 900ml 130 50 Bottle Fabric Conditioner : 800-900ml 131 30 Gal Disinfectant Solution : For Surface, Toilet And Bathroom 132 385 Gal Distilled Water : 6.6l 133 30 Pc Disinfectant Spray : 510g (tin) 134 3000 Pc Trash Bag 11x11x24 .002 Thickness : Black Medical Grade 135 3000 Pc Trash Bag 11x11x24 .002 Thickness : Green Medical Grade 136 3000 Pc Trash Bag 11x11x24 .002 Thickness : Yellow Medical Grade 137 4000 Pc Trash Bag 15x15x37 .002 Thickness : Black Medical Grade 138 4000 Pc Trash Bag 15x15x37 .002 Thickness : Green Medical Grade 139 4000 Pc Trash Bag 15x15x37 .002 Thickness : Yellow Medical Grade 140 12000 Pc Trash Bag 18.5"x18.5"x40",.002 Thickness : Black Medical Grade 141 8000 Pc Trash Bag 18.5"x18.5"x40",.002 Thickness : Green Medical Grade 142 8000 Pc Trash Bag 18.5"x18.5"x40",.002 Thickness : Green Medical Grade 143 500 Pc Trash Bag 18.5"x18.5"x40",.002 Thickness : Transparent Medical Grade Delivery Of The Goods Is Required Within Thirty (30) Calendar Days From The Receipt Of The Notice To Proceed. Bidders Should Have Completed, Within Three (3) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii. Instructions To Bidders. 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) 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. 4. Interested Bidders May Obtain Further Information From City Government Of Cagayan De Oro And Inspect The Bidding Documents At The Address Given Below During Office Hours Of 19 December 2024 To 12:00 Noon Of 09 January 2025. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On Office Hours Of 19 December 2024 To 12:00 Noon Of 09 January 2025 From The Address Below And Upon Payment Of A Nonrefundable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Following Corresponding Amounts: Lot Identification Number Fee (php) Lot No. 1 1,000.00 Lot No. 2 5,000.00 Lot No. 3 5,000.00 Lot No. 4 1,000.00 Lot No. 5 5,000.00 Lot No. 6 5,000.00 Lot No. 8 1,000.00 Lot No. 10 5,000.00 Lot No. 11 500.00 Lot No. 12 5,000.00 It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps) And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 6. The City Government Of Cagayan De Oro Will Hold A Pre-bid Conference On 26 December 2024; 2:00 P.m. At The Bids And Awards Committee Office Conference Room, 3rd Floor Administrative Building, City Hall, Cagayan De Oro City, Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat At The Address Below Between 1:00 P.m. - 2:00 P.m. Of 09 January 2025. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. Bid Opening Shall Be On 2:00 P.m. Of 09 January 2025 At Bids And Awards Committee Office Conference Room, 3rd Floor Administrative Building, City Hall, Cagayan De Oro City. 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. 8. The City Government Of Cagayan De Oro Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Section 41 Of Ra 9184 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 9. For Further Information, Please Refer To: Mr. Antonio Ramon Resma, Jr. Bids And Awards Committee-secretariat 3rd Floor Administrative Building, City Hall, Cagayan De Oro City Tel No. (088) – 881-1567 (sgd.) Atty. Joeffrey D. Namalata Bac Chairperson
BARANGAY STA ROSA, BALANGIGA EASTERN SAMAR Tender
Civil And Construction...+1Civil Works Others
Philippines
Closing Date12 Feb 2025
Tender AmountPHP 500 K (USD 8.6 K)
Details: Description S P E C I F I C A T I O N S B.5 Project Billboard The Contractor Shall Install One (1) Billboard Measuring 8 Ft. X 8 Ft. Tarpaulin, In Front Of The Project Site. Project Billboard Shall Be Installed For Government Information Projects To Inform The Public Of The Implementation Of The Project And To Advise The Road Users Of The On-going Construction. Upon Completion Of The Work, All Signs Installed Shall Be Removed From The Site. 102(1) Roadway Excavation Removal Of Unsuitable Material Where The Plans Show The Top Portion Of The Roadbed To Be Selected Topping, All Unsuitable Materials Shall Be Excavated To The Depth Necessary For Replacement Of The Selected Topping To The Required Compacted Thickness. Where Excavation To The Finished Graded Section Results In A Subgrade Or Slopes Of Unsuitable Soil, The Engineer May Require The Contractor To Remove The Unsuitable Material And Backfill To The Finished Graded Section With Approved Material. The Contractor Shall Conduct His Operations In Such A Way That The Engineer Can Take The Necessary Cross-sectional Measurements Before The Backfill Is Placed. The Excavation Of Muck Shall Be Handled In A Manner That Will Not Permit The Entrapment Of Muck Within The Backfill. The Material Used For Backfilling Up To The Ground Line Or Water Level, Whichever Is Higher, Shall Be Rock Or Other Suitable Granular Material Selected From The Roadway Excavation, If Available. If Not Available, Suitable Material Shall Be Obtained From Other Approved Sources. Unsuitable Material Removed Shall Be Disposed Off In Designated Areas Shown On The Plans Or Approved By The Engineer. Item 201 – Aggregate Base Course 201.1 Description This Item Shall Consist Of Furnishing, Placing And Compacting An Aggregate Base Course On A Prepared Sub-grade/sub-base In Accordance With This Specification And The Lines, Grades, Thickness And Typical Cross-sections Shown On The Plans, Or As Established By The Lgu Project Engineer. 201.2 Material Requirements Aggregate For Base Course Shall Consist Of Hard, Durable Particles Or Fragments Of Crushed Stone, Crushed Slag Or Crushed Or Natural Gravel And Filler Of Natural Or Crushed Sand Or Other Finely Divided Mineral Matter. The Composite Material Shall Be Free From Vegetable Matter And Lumps Or Balls Of Clay, And Shall Be Of Such Nature That It Can Be Compacted Readily To Form A Firm, Stable Base. In Some Areas Where The Conventional Base Course Materials Are Scarce Or Non-available, The Use Of 40% Weathered Limestone Blended With 60% Crushed Stones Or Gravel Shall Be Allowed, Provided That The Blended Materials Meet The Requirements Of This Item. The Base Course Material Shall Conform To Table 201.1, Whichever Is Called For In The Bill Of Quantities Table 201.1 – Grading Requirements Sieve Designation Mass Percent Passing Standard, Mm Alternate Us Standard Grading A Grading B 50 2” 100 37.5 1-1/2” - 100 25.0 1” 60 – 85 - 19.0 ¾” - 60 – 85 12.5 ½” 35 – 65 - 4.75 No. 4 20 – 50 30 – 55 0.425 No. 40 5 – 20 8 – 25 0.075 No. 200 0 – 12 2 – 14 The Fraction Passing The 0.075 Mm (no. 200) Sieve Shall Not Be Greater Than 0.66 (two Thirds) Of The Fraction Passing The 0.425 Mm (no. 40) Sieve. The Fraction Passing The 0.425 Mm (no. 40) Sieve Shall Have A Liquid Limit Not Greater Than 25 And Plasticity Index Not Greater Than 6 As Determined By Aashto T 89 And T 90, Respectively. The Coarse Portion, Retained On A 2.00 Mm (no. 10) Sieve Shall Have A Mass Percent Of Wear Not Exceeding 50 By The Los Angeles Abrasion Test Determined By Aashto T 96. The Material Passing The 19 Mm (3/4 Inch) Sieve Shall Have A Soaked Cbr Value Of Not Less Than 80% As Determined By Aashto T 193. The Cbr Value Shall Be Obtained At The Maximum Dry Density (mdd) As Determined By Aashto T 180, Method D. If Filler, In Addition To That Naturally Present, Is Necessary For Meeting The Grading Requirements Or For Satisfactory Bonding, It Shall Be Uniformly Blended With The Base Course Material On The Road Or In A Pug Mill Unless Otherwise Specified Or Approved. Filler Shall Be Taken From Sources Approved By The Lgu Project Engineer, Shall Be Free From Hard Lumps And Shall Not Contain More Than 15 Percent Of Material Retained On The 4.75 Mm (no. 4) Sieve. 201.3 Construction Requirements 201.3.1 Preparation Of Existing Surface The Existing Surface Shall Be Graded And Finished As Provided Under Item 105, Sub-grade Preparation, Before Placing The Base Material. 201.3.2 Placing It Shall Be In Accordance With All The Requirements Of Subsection 200.3.2, Placing. 201.3.3 Spreading And Compacting It Shall Be In Accordance With All The Requirements Of Subsection 200.3.3, Spreading And Compacting. 201.3.4 Additional Filler Additional Filler, When Required And When Not Added At The Screening Plant, Shall Be Spread In A Uniform Layer Over The Loosely Spread Base Material As Specified By The Lgu Project Engineer, Scarified By Appropriate Heavy Equipment And Then Watered And Mixed As Described Above. These Materials Are Incidental To The Work And No Payment Shall Be Made By The Project To The Contractor. 201.3.5 Trial Sections Trial Sections Shall Conform In All Respects To The Requirements Specified In Subsection 200.3.4. 201.3.6 Tolerances The Aggregate Base Course Shall Be Laid To The Designed Level And Transverse Slopes Shown On The Plans. The Allowable Tolerances Shall Be In Accordance With Following: Permitted Variation From Design Thickness Of Layer ± 10 Mm Permitted Variation From Design Level Of Surface + 5 Mm -10 Mm Permitted Surface Irregularity Measured By 3-m Straight-edge 5 Mm Permitted Variation From Design Crossfall Or Camber ± 0.2% Permitted Variation From Design Longitudinal Grade Over 25 M In Length ± 0.1% 201.4 Environmental Measures During The Course Of Hauling Operations, The Contractor Must At All Times Provide The Necessary Cover For The Dump Body Of The Hauling Equipment To Prevent Accidental Spoilage Of Earth Materials That Will Injure The Travelling Public Or People Living Near By. The Travel Route Of The Hauling Equipment’s Must Always Be Moist To Prevent Blowing Up Of Dusts Particles. Likewise, The Contractor Must Always Observe The Noise Level Of The Exhaust Mufflers Of The Heavy Equipment’s To Be At Minimum. Otherwise, Exhaust Muffler Must Be Provided With Silencers To Reduce Noise Levels Of The Hauling Equipment’s. Travelling Speed Of All Hauling Equipment’s Must Be Reduce When Passing Populated Areas Or At The School Site During School Days. Item 311 – Portland Cement Concrete Pavement 311.1 Description This Item Shall Consist Of Pavement Of Portland Cement Concrete, With Or Without Reinforcement, Constructed On The Prepared Base In Accordance With This Specification And In Conformity With Lines, Grades, Thickness And Typical Cross-section Shown On The Plans. 311.2 Material Requirements 311.2.1 Portland Cement Only Type I Portland Cement Shall Be Used Unless Otherwise Provided For In The Special Provisions. Different Brands Or The Same Brands From Different Mills Shall Not Be Mixed Nor Shall They Be Used Alternately Unless The Mix Is Approved By The Lgu Project Engineer. Cement Which For Any Reason Has Become Partially Set Or Which Contains Lumps Of Caked Cement Will Be Rejected. Cement Salvaged From Discarded Or Used Bags Shall Not Be Used. Samples Of Cement Shall Be Obtained In Accordance With Aashto T 127. 311.2.2 Fine Aggregate It Shall Consist Of Natural Sand, Stone Screenings Or Other Inert Materials With Similar Characteristics, Or Combinations Thereof, Having Hard, Strong And Durable Particles. Fine Aggregate From Different Sources Of Supply Shall Not Be Mixed Or Stored In The Same Pile Nor Used Alternately In The Same Class Of Concrete Without The Approval Of The Lgu Project Engineer. It Shall Not Contain More Than Three (3) Mass Percent Of Material Passing The 0.075 Mm (no. 200 Sieve) By Washing Nor More Than One (1) Mass Percent Each Of Clay Lumps Or Shale. The Use Of Beach Sand Will Not Be Allowed Without The Approval Of The Lgu Project Engineer. If The Fine Aggregate Is Subjected To Five (5) Cycles Of The Sodium Sulfate Soundness Test, The Weighted Loss Shall Not Exceed 10 Mass Percent. The Fine Aggregate Shall Be Free From Injurious Amounts Of Organic Impurities. If Subjected To The Colorimetric Test For Organic Impurities And A Color Darker Than The Standard Is Produced, It Shall Be Rejected. However, When Tested For The Effect Of Organic Impurities Of Strength Of Mortar By Aashto T 71, The Fine Aggregate May Be Used If The Relative Strength At 7 And 28 Days Is Not Less Than 95 Mass Percent. The Fine Aggregate Shall Be Well-graded From Coarse To Fine And Shall Conform To Table 311.1 Table 311.1 – Grading Requirements For Fine Aggregate Sieve Designation Mass Percent Passing 9.5 Mm (3/8 In) 100 4.75 Mm (no. 4) 95 – 100 2.36 Mm (no. 8) - 1.18 Mm (no. 16) 45 – 80 0.600 Mm (no. 30) - 0.300 Mm (no. 50) 5 – 30 0.150 Mm (no. 100) 0 – 10 311.2.3 Coarse Aggregate It Shall Consist Of Crushed Stone, Gravel, Blast Furnace Slag, Or Other Approved Inert Materials Of Similar Characteristics, Or Combinations Thereof, Having Hard, Strong, Durable Pieces And Free From Any Adherent Coatings. It Shall Contain Not More Than One (1) Mass Percent Of Material Passing The 0.075 Mm (no. 200) Sieve, Not More Than 0.25 Mass Percent Of Clay Lumps, Nor More Than 3.5 Mass Percent Of Soft Fragments. If The Coarse Aggregate Is Subjected To Five (5) Cycles Of The Sodium Sulfate Soundness Test, The Weighted Loss Shall Not Exceed 12 Mass Percent. It Shall Have A Mass Percent Of Wear Not Exceeding 40 When Tested By Aashto T 96. If The Slag Is Used, Its Density Shall Not Be Less Than 1120 Kg/m3 (70 Lb./cu. Ft.). The Gradation Of The Coarse Aggregate Shall Conform To Table 311.2. Only One Grading Specification Shall Be Used From Any One Source. Table 311.2 – Grading Requirement For Coarse Aggregate Sieve Designation Mass Percent Passing Standard Mm Alternate U. S. Standard Grading A Grading B Grading C 75.00 3 In. 100 - - 63.00 2-1/2 In. 90-100 100 100 50.00 2 In. - 90-100 95-100 37.5 1-1/2 In. 25-60 35-70 - 25.0 1 In. - 0-15 35-70 19.0 ¾ In. 0-10 - - 12.5 ½ In. 0-5 0-5 10-30 4.75 No. 4 - - 0-5 311.2.4 Water Water Used In Mixing, Curing Or Other Designated Application Shall Be Reasonably Clean And Free Of Oil, Salt, Acid, Alkali, Grass Or Other Substances Injurious To The Finished Product. Water Will Be Tested In Accordance With And Shall Meet The Requirements Of Item 714, Water. Water Which Is Drinkable May Be Used Without Test. Where The Source Of Water Is Shallow, The Intake Shall Be So Enclosed As To Exclude Silt, Mud, Grass Or Other Foreign Materials. 311.2.5 Reinforcing Steel It Shall Conform To The Requirements Of Item 404, Reinforcing Steel. Dowels And Tie Bars Shall Conform To The Requirements Of Aashto M 31 Or M 42, Except That Rail Steel Shall Not Be Used For Tie Bars That Are To Be Bent And Re-straightened During Construction. Tie Bars Shall Be Deformed Bars. Dowels Shall Be Plain Round Bars. Before Delivery To The Site Of Work, One-half Of The Length Of Each Dowel Shall Be Painted With One Coat Of Approved Lead Or Tar Paint. The Sleeves For Dowel Bars Shall Be Metal Of Approved Design To Cover 50 Mm ( 2 Inches), Plus Or Minus 5 Mm (1/4 Inch) Of The Dowel, With A Closed End, And With A Suitable Stop To Hold The End Of The Sleeve At Least 25 Mm (1 Inch) From The End Of The Dowel. Sleeves Shall Be Of Such Design That They Do Not Collapse During Construction. 311.2.6 Joint Fillers Poured Joint Fillers Shall Be Mixed Asphalt And Mineral Or Rubber Filler. Preformed Joint Filler Shall Conform To The Applicable Requirements. It Shall Be Punched To Admit The Dowels Where Called For In The Plans. The Filler For Each Joint Shall Be Furnished In A Single Piece For The Full Depth And Width Required For The Joint. 311.2.7 Admixtures Air-entraining Admixture Shall Conform To The Requirements Of Aashto M 154. Chemical Admixtures, If Specified Or Permitted, Shall Conform To The Requirements Of Aashto M 194. Fly Ash, If Specified Or Permitted As A Mineral Admixture And As 20% Partial Replacement Of Portland Cement In Concrete Mix Shall Conform To The Requirements Of Astm C 618. Admixture Should Be Added Only To The Concrete Mix To Produce Some Desired Modifications To The Properties Of Concrete Where Necessary, But Not As Partial Replacement Of Cement. 311.2.8 Curing Materials Curing Materials Shall Conform To The Following Requirements As Specified; A) Burlap Cloth - Aashto M 182 B) Liquid Membrane Forming Compounds - Aashto M 148 C) Sheeting (film) Materials - Aashto M 171 Cotton Mats And Water-proof Paper Can Be Used. 311.2.9 Calcium Chloride/calcium Nitrate It Shall Conform To Aashto M 144, If Specified Or Permitted By The Lgu Project Engineer, As Accelerator. 311.2.10 Storage Of Cement And Aggregate All Cement Shall Be Stored, Immediately Upon Delivery At The Site, In Weatherproof Building Which Will Protect The Cement From Dampness. The Floor Shall Be Raised From The Ground. The Buildings Shall Be Placed In Locations Approved By The Lgu Project Engineer. Provisions For Storage Shall Be Ample, And The Shipments Of Cement As Received Shall Be Separately Stored In Such A Manner As To Allow The Earliest Deliveries To Be Used First And To Provide Easy Access For Identification And Inspection Of Each Shipment. Storage Buildings Shall Have Capacity For Storage Of A Sufficient Quantity Of Cement To Allow Sampling At Least Twelve (12) Days Before The Cement Is To Be Used. Bulk Cement, If Used, Shall Be Transferred To Elevated Air Tight And Weatherproof Bins. Stored Cement Shall Meet The Test Requirements At Any Time After Storage When Retest Is Ordered By The Lgu Project Engineer. At The Time Of Use, All Cement Shall Be Free-flowing And Free Of Lumps. The Handling And Storing Of Concrete Aggregates Shall Be Such As To Prevent Segregation Or The Inclusion Of Foreign Materials. The Lgu Project Engineer May Require That Aggregates Be Stored On Separate Platforms At Satisfactory Locations. In Order To Secure Greater Uniformity Of Concrete Mix, The Lgu Project Engineer May Require That The Coarse Aggregate Be Separated Into Two Or More Sizes. Different Sizes Of Aggregate Shall Be Stored In Separate Bins Or In Separate Stockpiles Sufficiently Removed From Each Other To Prevent The Material At The Edges Of The Piles From Becoming Intermixed. 311.2.11 Proportioning, Consistency And Strength Of Concrete The Contractor Shall Prepare The Design Mix Based On The Absolute Volume Method As Outlined In The American Concrete Institute (aci) Standard 211.1, “recommended Practice For Selecting Proportions For Normal And Heavyweight Concrete”. It Is The Intent Of This Specification To Require At Least 364 Kg Of Cement Per Cubic Meter Of Concrete To Meet The Minimum Strength Requirements. The Lgu Project Engineer Shall Determine From Laboratory Tests Of The Materials To Be Used, The Cement Content And The Proportions Of Aggregate And Water That Will Produce Workable Concrete Having A Slump Of Between 40 And 75 Mm (1-1/2 And 3 Inches) If Not Vibrated Or Between 10 And 40 Mm (1/2 And 1-1/2 Inches) If Vibrated, And A Flexural Strength Of Not Less Than 3.8 Mpa (550 Psi) When Tested By The Third-point Method Or 4.5 Mps (650 Psi) When Tested By The Mid-point Method At Fourteen (14) Days In Accordance With Aashto T97 And T177, Respectively; Or A Compressive Strength Of 24.1 Mps (3500 Psi) For Cores Taken At Fourteen (14) Days And Tested In Accordance With Aashto T24. Slump Shall Be Determined Using Aashto T 119. The Designer Shall Consider The Use Of Lean Concrete (econcrete) Mixtures Using Local Materials Or Specifically Modified Conventional Concrete Mixes In Base Course And In The Lower Course Composite, Monolithic Concrete Pavements Using A Minimum Of 75 Mm (3 Inches) Of Conventional Concrete As The Surface Course. The Mix Design Shall Be Submitted To The Lgu Project Engineer For Approval And Shall Be Accompanied With Certified Test Data From An Approved Laboratory Demonstrating The Adequacy Of The Mix Design. A Change In The Source Of Materials During The Progress Of Work May Necessitate A New Design Mix. 311.3 Construction Requirements 311.3.1 Quality Control Of Concrete 1. General The Contractor Shall Be Responsible For The Quality Control Of All Materials During The Handling, Blending, And Mixing And Placement Operations. 2. Quality Control Plan The Contractor Shall Furnish The Lgu Project Engineer A Quality Control Plan Detailing His Production Control Procedures And The Type And Frequency Of Sampling And Testing To Insure That The Concrete Produces Complies With The Specifications. The Lgu Project Engineer Shall Be Provided Free Access To Recent Plant Production Records, And If Requested, Informational Copies Of Mix Design, Materials Certifications And Sampling And Testing Reports. 3. Qualification Of Workmen Experienced And Qualified Personnel Shall Perform All Batching Or Mixing Operation For The Concrete Mix, And Shall Be Present At The Plant And Job Site To Control The Concrete Productions Whenever The Plant Is In Operation. They Shall Be Identified And Duties Defined As Follows: A. Concrete Batcher. The Person Performing The Batching Or Mixing Operation Shall Be Capable Of Accurately Conducting Aggregate Surface Moisture Determination And Establishing Correct Scale Weights For Concrete Materials. He Shall Be Capable Of Assuring That The Proportioned Batch Weights Of Materials Are In Accordance With The Mix Design. B. Concrete Technician. The Person Responsible For Concrete Production Control And Sampling And Testing For Quality Control Shall Be Proficient In Concrete Technology And Shall Have A Sound Knowledge Of The Specifications As They Relate To Concrete Production. He Shall Be Capable Of Conducting Tests On Concrete And Concrete Materials In Accordance With These Specifications. He Shall Be Capable Of Adjusting Concrete Mix Designs For Improving Workability And Specification Compliance And Preparing Trial Mix Designs. He Shall Be Qualified To Act As The Concrete Batcher In The Batcher’s Absence. 4. Quality Control Testing The Contractor Shall Perform All Sampling, Testing And Inspection Necessary To Assure Quality Control Of The Component Materials And The Concrete. The Contractor Shall Be Responsible For Determining The Gradation Of Fine And Coarse Aggregates And For Testing The Concrete Mixture For Slump, Air Content, Water-cement Ratio And Temperature. He Shall Conduct His Operations So As To Produce A Mix Conforming To The Approved Mix Design. 5. Documentation The Contractor Shall Maintain Adequate Records Of All Inspections And Tests. The Records Shall Indicate The Nature And Number Of Observations Made, The Number And Type Of Deficiencies Found, The Quantities Approved And Rejected, And Nature Of Any Corrective Action Taken. The Lgu Project Engineer May Take Independent Assurance Samples At Random Location For Acceptance Purposes As He Deems Necessary. 311.3.2 Equipment Equipment And Tools Necessary For Handling Materials And Performing All Parts Of The Work Shall Be Approved By The Lgu Project Engineer As To Design, Capacity And Mechanical Condition. The Equipment Shall Be At The Jobsite Sufficiently Ahead Of The Start Of Construction Operations To Be Examined Thoroughly And Approved. 1. Batching Plant And Equipment A. General. The Batching Shall Include Bins, Weighing Hoppers, And Scales For The Fine Aggregate And For Each Size Of Coarse Aggregate. If Cement Is Used In Bulk, A Bin, A Hopper, And Separate Scale For Cement Shall Be Included. The Weighing Hopper Shall Be Properly Sealed And Vented To Preclude Dusting Operation. The Batch Plant Shall Be Equipped With A Suitable Non-resettable Batch Counter Which Will Correctly Indicate The Number Of Batches Proportioned. B. Bins And Hoppers. Bins With Adequate Separate Compartments For Fine Aggregate And For Each Size Of Coarse Aggregate Shall Be Provided In The Batching Plant. C. Scales. Scales For Weighing Aggregates And Cement Shall Be Of Either The Beam Type Or The Spring-less-dial Type. They Shall Be Accurate Within One-half Percent (0.5%) Throughout The Range Of Use. Poises Shall Be Designed To Be Locked In Any Position And To Prevent Unauthorized Change. Scales Shall Be Inspected And Sealed As Often As The Lgu Project Engineer May Deem Necessary To Assure Their Continued Accuracy. D. Automatic Weighing Devices. Unless Otherwise Allowed On The Contract, Batching Plants Shall Be Equipped With Automatic Weighing Devices Of An Approved Type To Proportion Aggregates And Bulk Cement. 2. Mixers. A. General. Concrete May Be Mixed At The Site Of Construction Or At A Central Plant, Or Wholly Or In Part In Truck Mixers. Each Mixer Shall Have A Manufacturer’s Plate Attached In A Prominent Place Showing The Capacity Of The Drum In Terms Of Volume Of Mixed Concrete And The Speed Of Rotation Of The Mixing Drum Or Blades. B. Mixers At Site Of Construction. Mixing Shall Be Done In An Approved Mixer Capable Of Combining The Aggregates, Cement And Water Into A Thoroughly Mixed And Uniform Mass Within The Specified Mixing Period And Discharging And Distributing The Mixture Without Segregation On The Prepared Grade. The Mixer Shall Be Equipped With An Approved Timing Device Which Will Automatically Lock The Discharge Lever When The Drum Has Been Charged And Released It At The End Of The Mixing Period. In Case Of Failure Of The Timing Device, The Mixer May Be Used For The Balance Of The Day While It Is Being Repaired, Provided That Each Batch Is Mixed 90 Seconds. The Mixer Shall Be Equipped With A Suitable Non-resettable Batch Counter Which Shall Correctly Indicate The Number Of The Batches Mixed. C. Truck Mixer And Truck Agitators. Truck Mixers Used For Mixing And Hauling Concrete, And Truck Agitators Used For Hauling Central-mixed Concrete, Shall Conform To The Requirements Of Aashto M 157. D. Non-agitator Truck. Bodies Of Non-agitating Hauling Equipment For Concrete Shall Be Smooth, Mortar-tight Metal Containers And Shall Be Capable Of Discharging The Concrete At A Satisfactory Controlled Rate Without Segregation. 3. Paving And Finishing Equipment The Concrete Shall Be Placed With An Approved Paver Designed To Spread, Consolidate, Screed And Float Finish The Freshly Placed Concrete In One Complete Pass Of The Machine In Such A Manner That A Minimum Of Hand Finishing Will Be Necessary To Provide A Dense And Homogeneous Pavement In Conformance With The Plans And Specifications. The Finishing Machine Shall Be Equipped With At Least Two (2) Oscillating Type Transverse Screed. Vibrators Shall Operate At A Frequency Of 8,300 To 9,600 Impulses Per Minute Under Load At A Maximum Spacing Of 60 Cm. 4. Concrete Saw The Contractor Shall Provide Sawing Equipment In Adequate Number Of Units And Power To Complete The Sawing With Water-cooled Diamond Edge Saw Blade Or An Abrasive Wheel To The Required Dimensions And At The Required Rate. He Shall Provide At Least One (1) Stand-by Saw In Good Working Condition And With An Ample Supply Of Saw Blades. 5. Forms Forms Shall Be Of Steel, Of An Approved Section, And Of Depth Equal To The Thickness Of The Pavement At The Edge. The Base Of The Forms Shall Be Of Sufficient Width To Provide Necessary Stability In All Directions. The Flange Braces Must Extend Outward On The Base To Not Less Than 2/3 The Height Of The Form. All Forms Shall Be Rigidly Supported On Bed Of Thoroughly Compacted Material During The Entire Operation Of Placing And Finishing The Concrete. Forms Shall Be Provided With Adequate Devices For Secure Setting So That When In Place, They Will Withstand, Without Visible Spring Or Settlement, The Impact And Vibration Of The Consolidation And Finishing Or Paving Equipment. 311.3.3 Preparation Of Grade After The Sub-grade Of Base Has Been Placed And Compacted To The Required Density, The Areas Which Will Support The Paving Machine And The Grade On Which The Pavement Is To Be Constructed Shall Be Trimmed To The Proper Elevation By Means Of A Properly Designed Machine Extending The Prepared Work Areas Compacted At Least 60 Cm Beyond Each Edge Of The Proposed Concrete Pavement. If Loss Of Density Results From The Trimming Operations, It Shall Be Restored By Additional Compaction Before Concrete Is Placed. If Any Traffic Is Allowed To Use The Prepared Sub-grade Or Base, The Surface Shall Be Checked And Corrected Immediately Ahead Of The Placing Concrete. The Sub-grade Or Base Shall Be Uniformly Moist When The Concrete Is Placed. 311.3.4 Setting Forms 1. Base Support. The Foundation Under The Forms Shall Be Hard And True To Grade So That The Form When Set Will Be Firmly In Contact For Its Whole Length And At The Specified Grade. (any Roadbed, Which At The Form Line Is Found Below Established Grade, Shall Be Filled With Approved Granular Materials To Grade In Lifts Of Three (3) Cm Or Less, And Thoroughly Re-rolled Or Tamped.) Imperfections Or Variations Above Grade Shall Be Corrected By Tamping Or By Cutting As Necessary. 2. Form Setting Forms Shall Be Set Sufficiently In Advance Of The Point Where Concrete Is Being Placed. After The Forms Have Been Set To Correct Grade, The Grade Shall Be Thoroughly Tamped, Mechanically Or By Hand, At Both The Inside And Outside Edges Of The Base Of The Forms. The Forms Shall Not Deviate From True Line Bv More Than One (1) Cm At Any Point. 3. Grade And Alignment The Alignment And Grade Elevations Of The Forms Shall Be Checked And Corrections Made By The Contractor Immediately Before Placing The Concrete. Testing As To Crown And Elevation, Prior To Placing Of Concrete Can Be Made By Means Of Holding An Approved Template In A Vertical Position And Moved Backward And Forward On The Forms. When Any Form Has Been Disturbed Or Any Grade Has Become Unstable, The Form Shall Be Reset And Rechecked. 311.3.5 Conditioning Of Sub-grade Or Base Course When Side Forms Have Been Securely Set To Grade, The Sub-grade Or Base Course Shall Be Brought To Proper Cross-section. High Areas Shall Be Trimmed To Proper Elevation. Low Areas Shall Be Filled And Compacted To A Condition Similar To That Of Surrounding Grade. The Finished Grade Shall Be Maintained In A Smooth And Compacted Condition Until The Pavement Is Placed. Unless Waterproof Sub-grade Or Base Course Cover Material Is Specified, The Sub-grade Or Base Course Shall Be Uniformly Moist When The Concrete Is Placed. If It Subsequently Becomes Too Dry, The Sub-grade Or Base Course Shall Be Sprinkled, But The Method Of Sprinkling Shall Not Be Such As To Form Mud Or Pools Of Water. 311.3.6 Handling, Measuring And Batching Materials The Batch Plant Site, Layout, Equipment And Provisions For Transporting Material Shall Be Such As To Assure A Continuous Supply Of Material To The Work. Stockpiles Shall Be Built Up In Layers Of Not More Than One (1) Meter In Thickness. Each Layer Shall Be Completely In Place Before Beginning The Next Which Shall Not Be Allowed To “cone” Down Over The Next Lower Layer. Aggregates From Different Sources And Of Different Grading Shall Not Be Stockpiled Together. All Washed Aggregates And Aggregates Produced Or Handled By Hydraulic Methods, Shall Be Stockpiled Or Binned For Draining At Least Twelve (12) Hours Before Being Batched. When Mixing Is Done At The Side Of The Work, Aggregates Shall Be Transported From The Batching Plant To The Mixer In Batch Boxes, Vehicle Bodies, Or Other Containers Of Adequate Capacity And Construction To Properly Carry The Volume Required. Partitions Separating Batches Shall Be Adequate And Effective To Prevent Spilling From One Compartment To Another While In Transit Or Being Dumped. When Bulk Cement Is Used, The Contractor Shall Use A Suitable Method Of Handling The Cement From Weighing Hopper To Transporting Container Or Into The Batch Itself For Transportation To The Mixer, With Chute, Boot Or Other Approved Device, To Prevent Loss Of Cement, And To Provide Positive Assurance Of The Actual Presence In Each Batch Of The Entire Cement Content Specified. Bulk Cement Shall Be Transported To The Mixer In Tight Compartments Carrying The Full Amount Of Cement Required For The Batch. However, If Allowed In The Special Provisions, It May Be Transported Between The Fine And Coarse Aggregate. When Cement Is Placed In Contact With The Aggregates, Batches May Be Rejected Unless Mixed Within 1-1/2 Hours Of Such Contact. Cement In Original Shipping Packages May Be Transported On Top Of The Aggregates, Each Batch Containing The Number Of Sacks Required By The Job Mix. The Mixer Shall Be Charged Without Loss Of Cement. Batching Shall Be So Conducted As To Result In The Weight To Each Material Required Within A Tolerance Of One (1) Percent For The Cement And Two (2) Percent For Aggregates. Water May Be Measured Either By Volume Or By Weight. The Accuracy Of Measuring The Water Shall Be Within A Range Of Error Of Not Over Than One (1) Percent. Unless The Water Is To Be Weighed, The Water-measuring Equipment Shall Include An Auxiliary Tank From Which The Measuring Tank Shall Be Equipped With An Outside Tap And Valve To Provide Checking The Setting, Unless Other Means Are Provided For Readily And Accurately Determining The Amount Of Water In The Tank. The Volume Of The Auxiliary Tank Shall Be At Least Equal To That Of The Measuring Tank. 311.3.7 Mixing Concrete The Concrete May Be Mixed At The Site Of The Work In A Central-mix Plant, Or In Truck Mixers. The Mixer Shall Be Of An Approved Type And Capacity. Mixing Time Will Be Measured From The Time All Materials, Except Water, Are In The Drum. Ready-mixed Concrete Shall Be Mixed And Delivered In Accordance With Requirements Of Aashto M 157, Except That The Minimum Required Revolutions At The Mixing Speed For Transit-mixed Concrete May Be Reduced To Not Less Than That Recommended By The Mixer Manufacturer. The Number Of Revolutions Recommended By The Mixer Manufacturer Shall Be Indicated On The Manufacturer’s Serial Plate Attached To The Mixer. The Contractor Shall Furnish Test Data Acceptable To The Lgu Project Engineer Verifying That The Make And Model Of The Mixer Will Produce Uniform Concrete Conforming To The Provision Of Aashto M 157 At The Reduced Number Of Revolutions Shown On The Serial Plate. When Mixed At The Site Or In A Central Mixing Plant, The Mixing Time Shall Not Be Less Than Fifty (50) Seconds Nor More Than Ninety (90) Seconds, Unless Mixer Performance Tests Prove Adequate Mixing Of The Concrete Is A Shorter Time Period. Four (4) Seconds Shall Be Added To The Specified Mixing Time If Timing Starts At The Instant The Skip Reaches Its Maximum Raised Positions. Mixing Time Ends When The Discharge Chute Opens. Transfer Time In Multiple Drum Mixers Is Included In Mixing Time. The Contents Of An Individual Mixer Drum Shall Be Removed Before A Succeeding Batch Is Emptied Therein. The Mixer Shall Be Operated At The Drum Speed As Shown On The Manufacturer’s Name Plate Attached On The Mixer. Any Concrete Mixed Less Than The Specified Time Shall Be Discarded And Disposed Off By The Contractor At His Expense. The Volume Of Concrete Mixed Per Batch Shall Not Exceed The Mixer’s Nominal Capacity In Cubic Metre, As Shown On The Manufacturer’s Standard Rating Plate On The Mixer, Except That An Overload Up To Ten (10) Percent Above The Mixer’s Nominal Capacity May Be Permitted Provided Concrete Test Data For Strength, Segregation, And Uniform Consistency Are Satisfactory, And Provided No Spillage Of Concrete Takes Place. The Batches Shall Be So Charged Into The Drum That A Portion Of The Mixing Water Shall Be Entered In Advance Of The Cement And Aggregates. The Flow Of Water Shall Be Uniform And All Water Shall Be In The Drum By The End Of The First Fifteen (15) Seconds Of The Mixing Period. The Throat Of The Drum Shall Be Kept Free Of Such Accumulations As May Restrict The Free Flow Of Materials Into The Drum. Mixed Concrete From The Central Mixing Plant Shall Be Transported In Truck Mixers, Truck Agitators Or Non-agitating Truck Specified In Subsection 311.3.2, Equipment. The Time Elapsed From The Time Water Is Added To The Mix Until The Concrete Is Deposited In Place At The Site Shall Not Exceed Forty Five (45) Minutes When The Concrete Is Hauled In Non-agitating Trucks, Nor Ninety (90) Minutes When Hauled In Truck Mixers Or Truck Agitators, Except That In Hot Weather Or Under Other Conditions Contributing To Quick Hardening Of The Concrete, The Maximum Allowable Time May Be Reduced By The Lgu Project Engineer. In Exceptional Cases And When Volumetric Measurements Are Authorized For Small Project Requiring Less Than 75 Cu.m. Of Concrete Per Day Of Pouring, The Weight Proportions Shall Be Converted To Equivalent Volumetric Proportions. In Such Cases, Suitable Allowance Shall Be Made For Variations In The Moisture Condition Of The Aggregates, Including The Bulking Effect In The Fine Aggregate. Batching And Mixing Shall Be In Accordance With Astm C 685, Section 6 Through 9. Concrete Mixing By Chute Is Allowed Provided That A Weighing Scale For Determining The Batch Weight Will Be Used. Retendering Concrete By Adding Water Or By Other Means Shall Not Be Permitted, Except That When Concrete Is Delivered In Truck Mixers, Additional Water May Be Added To The Batch Materials And Additional Mixing Performed To Increase The Slump To Meet The Specified Requirements, If Permitted By The Lgu Project Engineer, Provided All These Operations Are Performed Within Forty-five (45) Minutes After The Initial Mixing Operation And The Water-cement Ratio Is Not Exceeded. Concrete That Is Not Within The Specified Slump Limits At The Time Of Placement Shall Not Be Used. Admixtures For Increasing The Workability Or For Accelerating The Setting Of The Concrete Will Be Permitted Only When Specifically Approved By The Lgu Project Engineer. 311.3.8 Limitation Of Mixing No Concrete Shall Be Mixed, Placed Or Finished When Natural Light Is Insufficient, Unless An Adequate And Approved Artificial Lighting System Is Operated. During Hot Weather, The Lgu Project Engineer Shall Require That Steps Be Taken To Prevent The Temperature Of Mixed Concrete From Exceeding A Maximum Temperature Of (900f 320c). Concrete Not In Place Within Ninety (90) Minutes From The Time The Ingredients Were Charged Into The Mixing Drum Or That Has Developed Initial Set Shall Not Be Used. Retendering Of Concrete Or Mortar Which Has Partially Hardened, That Is Remixing With Or Without Additional Cement, Aggregate, Or Water, Shall Not Be Permitted. In Order That The Concrete May Be Properly Protected Against The Effects Of Rain Before The Concrete Is Sufficiently Hardened, The Contractor Will Be Required To Have Available At All Times Materials For The Protection Of The Edges And Surface Of The Unhardened Concrete. 311.3.9 Placing Concrete Concrete Shall Be Deposited In Such A Manner To Require Minimal Rehandling. Unless Truck Mixers Or Non-agitating Hauling Equipment Are Equipped With Means To Discharge Concrete Without Segregation Of The Materials, The Concrete Shall Be Unloaded Into An Approved Spreading Device And Mechanically Spread On The Grade In Such A Manner As To Prevent Segregation. Placing Shall Be Continuous Between Transverse Joints Without The Use Of Intermediate Bulkheads. Necessary Hand Spreading Shall Be Done With Shovels, Not Rakes. Workmen Shall Not Be Allowed To Walk In The Freshly Mixed Concrete With Boots Or Shoes Coated With Earth Or Foreign Substances. When Concrete Is To Be Placed Adjoining A Previously Constructed Lane And Mechanical Equipment Will Be Operated Upon The Existing Lane, That Previously Constructed Lane Shall Have Attained The Strength For Fourteen (14) Day Concrete. If Only Finishing Equipment Is Carried On The Existing Lane, Paving In Adjoining Lanes May Be Permitted After Three (3) Days. Concrete Shall Be Thoroughly Consolidated Against And Along The Faces Of All Forms And Along The Full Length And On Both Sides Of All Joint Assemblies, By Means Of Vibrators Inserted In The Concrete. Vibrators Shall Not Be Permitted To Come In Contact With A Joint Assembly, The Grade, Or A Side Form. In No Case Shall The Vibrator Be Operated Longer Than Fifteen (15) Seconds In Any One Location. Concrete Shall Be Deposited As Near As Possible To The Expansion And Contraction Joints Without Disturbing Them, But Shall Not Be Dumped From The Discharge Bucket Or Hopper Into A Joint Assembly Unless The Hopper Is Well Centered On The Joint Assembly. Should Any Concrete Material Fall On Or Be Worked Into The Surface Of A Complete Slab, It Shall Be Removed Immediately. 311.3.10 Test Specimens As Work Progresses, At Least One (1) Set Consisting Of Three (3) Concrete Beam Test Specimens, 150 Mm X 150 Mm X 525 Mm Or 900 Mm Shall Be Taken From Each 330 M2 Of Pavement, 230 Mm Depth, Or Fraction Thereof Placed Each Day. Test Specimens Shall Be Made Under The Supervision Of The Lgu Project Engineer, And The Contractor Shall Provide All Concrete And Other Facilities Necessary In Making The Test Specimens And Shall Protect Them From Damage By Construction Operations. Cylinder Samples Shall Not Be Used As Substitute For Determining The Adequacy Of The Strength Of Concrete. The Beams Shall Be Made, Cured, And Tested In Accordance With Aashto T 23 And T 97. 311.3.11 Strike-off Of Concrete And Placement Of Reinforcement Following The Placing Of The Concrete, It Shall Be Struck Off To Conform To The Cross-section Shown On The Plans And To An Elevation Such That When The Concrete Is Properly Consolidated And Finished, The Surface Of The Pavement Will Be At The Elevation Shown On The Plans. When Reinforced Concrete Pavement Is Placed In Two (2) Layers, The Bottom Layer Shall Be Struck Off And Consolidated To Such Length And Depth That The Sheet Of Fabric Or Bar Mat May Be Laid Full Length On The Concrete In Its Final Position Without Further Manipulation. The Reinforcement Shall Then Be Placed Directly Upon The Concrete, After Which The Top Layer Of The Concrete Shall Be Placed, Struck Off And Screened. Any Portion Of The Bottom Layer Of Concrete Which Has Been Placed More Than 30 Minutes Without Being Covered With The Top Layer Shall Be Removed And Replaced With Freshly Mixed Concrete At The Contractor’s Expense. When Reinforced Concrete Is Placed In One Layer, The Reinforcement May Be Firmly Positioned In Advance Of Concrete Placement Or It May Be Placed At The Depth Shown On The Plans In Plastic Concrete, After Spreading By Mechanical Or Vibratory Means. Reinforcing Steel Shall Be Free From Dirt, Oil, Paint, Grease, Mill Scale And Loose Or Thick Rust Which Could Impair Bond Of The Steel With The Concrete. 311.3.12 Joints Joints Shall Be Constructed Of The Type And Dimensions, And At The Locations Required By The Plans Or Special Provisions. All Joints Shall Be Protected From The Intrusion Of Injurious Foreign Material Until Sealed. 1. Longitudinal Joint Deformed Steel Tie Bars Of Specified Length, Size, Spacing And Materials Shall Be Placed Perpendicular To The Longitudinal Joints, They Shall Be Placed By Approved Mechanical Equipment Or Rigidly Secured By Chair Or Other Approved Supports To Prevent Displacement. Tie Bars Shall Not Be Painted Or Coated With Asphalt Or Other Materials Or Enclosed In Tubes Or Sleeves. When Shown On The Plans And When Adjacent Lanes Of Pavement Are Constructed Separately, Steel Side Forms Shall Be Used Which Will Form A Keyway Along The Construction Joint. Tie Bars, Except Those Made Of Rail Steel, May Be Bent At Right Angles Against The Form Of The First Lane Constructed And Straightened Into Final Position Before The Concrete Of The Adjacent Lane Is Placed, Or In Lieu Of Bent Tie Bars, Approved Two-piece Connectors May Be Used. Longitudinal Formed Joints Shall Consist Of A Groove Or Cleft, Extending Downward From And Normal To, The Surface Of The Pavement. These Joints Shall Be Effected Or Formed By An Approved Mechanically Or Manually Operated Device To The Dimensions And Line Indicated On The Plans And While The Concrete Is In A Plastic State. The Groove Or Cleft Shall Be Filled With Either A Premolded Strip Or Poured Material As Required. The Longitudinal Joints Shall Be Continuous, There Shall Be No Gaps In Either Transverse Or Longitudinal Joints At The Intersection Of The Joints. Longitudinal Sawed Joints Shall Be Cut By Means Of Approved Concrete Saws To The Depth, Width And Line Shown On The Plans. Suitable Guide Lines Or Devices Shall Be Used To Assure Cutting The Longitudinal Joint On The True Line. The Longitudinal Joint Shall Be Sawed Before The End Of The Curing Period Or Shortly Thereafter And Before Any Equipment Or Vehicles Are Allowed On The Pavement. The Sawed Area Shall Be Thoroughly Cleaned And, If Required, The Joint Shall Immediately Be Filled With Sealer. Longitudinal Pavement Insert Type Joints Shall Be Formed By Placing A Continuous Strip Of Plastic Materials Which Will Not React Adversely With The Chemical Constituent Of The Concrete. 2. Transverse Expansion Joint The Expansion Joint Filler Shall Be Continuous From Form To Form, Shaped To Sub-grade And To The Keyway Along The Form. Preformed Joint Filler Shall Be Furnished In Lengths Equal To The Pavement Width Or Equal To The Width Of One Lane. Damaged Or Repaired Joint Filler Shall Not Be Used. The Expansion Joint Filler Shall Be Held In A Vertical Position. An Approved Installing Bar, Or Other Device, Shall Be Used If Required To Secure Preformed Expansion Joint Filler At The Proper Grade And Alignment During Placing And Finishing Of The Concrete. Finished Joint Shall Not Deviate More Than 6 Mm From A Straight Line. If Joint Fillers Are Assembled In Sections, There Shall Be No Offsets Between Adjacent Units. No Plugs Of Concrete Shall Be Permitted Anywhere Within The Expansion Space. 3. Transverse Contraction Joint/weakened Joint When Shown On The Plans, It Shall Consist Of Planes Of Weakness Created By Forming Or Cutting Grooves In The Surface Of The Pavement And Shall Include Load Transfer Assemblies. The Depth Of The Weakened Plane Joint Should At All Times Not Be Less Than 50 Mm, While The Width Should Not Be More Than 6 Mm. A. Transverse Strip Contraction Joint. It Shall Be Formed By Installing A Parting Strip To Be Left In Place As Shown On The Plans. B. Formed Groove. It Shall Be Made By Depressing An Approved Tool Or Device Into The Plastic Concrete. The Tool Or Device Shall Remain In Place At Least Until The Concrete Has Attained Its Initial Set And Shall Then Be Removed Without Disturbing The Adjacent Concrete, Unless The Device Is Designed To Remain In The Joint. C. Sawed Contraction Joint. It Shall Be Created By Sawing Grooves In The Surface Of The Pavement Of The Width Not More Than 6 Mm, Depth Should At All Times Not Be Less Than 50 Mm, And At The Spacing And Lines Shown On The Plans, With An Approved Concrete Saw. After Each Joint Is Sawed, It Shall Be Thoroughly Cleaned Including The Adjacent Concrete Surface. Sawing Of The Joint Shall Commence As Soon As The Concrete Has Hardened Sufficiently To Permit Sawing Without Excessive Raveling, Usually 4 To 24 Hours. All Joints Shall Be Sawed Before Uncontrolled Shrinkage Cracking Takes Place. If Necessary, The Sawing Operations Shall Be Carried On During The Day Or Night, Regardless Of Weather Conditions. The Sawing Of Any Joint Shall Be Omitted If Crack Occurs At Or Near The Joint Location Prior To The Time Of Sawing. Sawing Shall Be Discounted When A Crack Develops Ahead Of The Saw. In General, All Joints Should Be Sawed In Sequence. If Extreme Condition Exist Which Make It Impractical To Prevent Erratic Cracking By Early Sawing, The Contraction Joint Groove Shall Be Formed Prior To Initial Set Of Concrete As Provided Above. 4. Transverse Construction Joint It Shall Be Constructed When There Is An Interruption Of More Than 30 Minutes In The Concreting Operations. No Transverse Joint Shall Be Constructed Within 1.50 M Of An Expansion Joint, Contraction Joint, Or Plane Of Weakness. If Sufficient Concrete Has Been Mixed At The Time Of Interruption To Form A Slab Of At Least 1.5 M Long, The Excess Concrete From The Last Preceding Joint Shall Be Removed And Disposed Off As Directed. 5. Load Transfer Device Dowel, When Used, Shall Be Held In Position Parallel To The Surface And Center Line Of The Slab By A Metal Device That Is Left In The Pavement. The Portion Of Each Dowel Painted With One Coat Of Lead Or Tar, In Conformance With The Requirements Of Item 404, Reinforcing Steel, Shall Be Thoroughly Coated With Approved Bituminous Materials, E.g., Mc-70, Or An Approved Lubricant, To Prevent The Concrete From Binding To That Portion Of The Dowel. The Sleeves For Dowels Shall Be Metal Designed To Cover 50 Mm Plus Or Minus 5 Mm (1/4 Inch), Of The Dowel, With A Watertight Closed End And With A Suitable Stop To Hold The End Of The Sleeves At Least 25 Mm (1 Inch) From The End Of The Dowel. In Lieu Of Using Dowel Assemblies At Contraction Joints, Dowel May Be Placed In The Full Thickness Of Pavement By A Mechanical Device Approved By The Lgu Project Engineer. 311.3.13 Final Strike-off (consolidation And Finishing) 1. Sequence The Sequence Of Operations Shall Be The Strike-off And Consolidation, Floating And Removal Of Laitance, Straight-edging And Final Surface Finish. Work Bridges Or Other Devices Necessary To Provide Access To The Pavement Surface For The Purpose Of Finishing Straight-edging, And Make Corrections As Hereinafter Specified, Shall Be Provided By The Contractor. In General, The Addition Of Water To The Surface Of The Concrete To Assist In Finishing Operations Will Not Be Permitted. If The Application Of Water To The Surface Is Permitted, It Shall Be Applied As Fog Spray By Means Of An Approve Spray Equipment. 2. Finishing Joints The Concrete Adjacent To Joints Shall Be Compacted Or Firmly Placed Without Voids Or Segregation Against The Joint Material Assembly, Also Under And Around All Load Transfer Devices, Joint Assembly Units, And Other Features Designed To Extend Into The Pavement. Concrete Adjacent To Joints Shall Be Mechanically Vibrated As Required In Subsection 311.3.9, Placing Concrete. After The Concrete Has Been Placed And Vibrated Adjacent To The Joints As Required In Subsection 311.3.9, The Finishing Machine Shall Be Brought Forward, Operating In A Manner To Avoid Damage Or Misalignment Of Joints. If Uninterrupted Operation Of The Finishing Machine, To Over And Beyond The Joints Causes Segregation Of Concrete, Damage To, Or Misalignment Of The Joints, The Finishing Machine Shall Be Stopped When The Front Screed Is Approximately 20 Cm (8 Inches) From The Joint. Segregated Concrete Shall Be Removed From In Front Of And Off The Joint. The Front Screed Shall Be Lifted And Set Directly On Top Of The Joint And The Forward Motion Of The Finishing Machine Resumed. When The Second Screed Is Close Enough To Permit The Excess Mortar In Front Of It To Flow Over The Joint, It Shall Be Lifted And Carried Over The Joint. Thereafter, The Finishing Machine May Be Run Over The Joint Without Lifting The Screeds, Provided There Is No Segregated Concrete Immediately Between The Joint And The Screed Or On Top Of The Joint. 3. Machine Finishing A. Non-vibratory Method. The Concrete Shall Be Distributed Or Spread As Soon As Placed. As Soon As The Concrete Has Been Placed, It Shall Be Struck Off And Screwed By An Approved Finishing Machine. The Machine Shall Go Over Each Area Of Pavement As Many Times And At Such Intervals As Necessary To Give The Proper Compaction And Leave A Surface Of Uniform Texture. Excessive Operation Over A Given Area Shall Be Avoided. The Tops Of The Forms Shall Be Kept Clean By An Effective Device Attached To The Machine And The Travel Of The Machine On The Forms Shall Be Maintained True Without Wobbling Or Other Variation Tending To Affect The Precision Finish. During The First Pass Of The Finishing Machine, A Uniform Ridge Of Concrete Shall Be Maintained Ahead Of The Front Screed In Its Entire Length. B. Vibratory Method. When Vibration Is Specified, Vibrators For Full Width Vibration Of Concrete Paving Slabs, Shall Meet The Requirements In Subsection 311.3.2, Equipment. If Uniform And Satisfactory Density Of The Concrete Is Not Obtained By The Vibratory Method At Joints, Along Forms, At Structures, And Throughout The Pavement, The Contractor Will Be Required To Furnish Equipment And Method Which Will Produce Pavement Conforming To The Specifications. All Provisions In Item (a) Above Not In Conflict With The Provisions For The Vibratory Method Shall Govern. 4. Hand Finishing Hand Finishing Methods May Only Be Used Under The Following Conditions: A. In The Event Of Breakdown Of The Mechanical Equipment, Hand Methods May Be Used To Finish The Concrete Already Deposited On The Grade. B. In Narrow Widths Or Areas Of Irregular Dimensions Where Operations Of The Mechanical Equipment Is Impractical, Hand Methods May Be Used. Concrete, As Soon As Placed, Shall Be Struck Off And Screeded. An Approved Portable Screed Shall Be Used. A Second Screed Shall Be Provided For Striking Off The Bottom Layer Of Concrete If Reinforcement Is Used. The Screed For The Surface Shall Be At Least 60 Cm (2 Feet) Longer Than The Maximum Width Of The Slab To Be Struck Off. It Shall Be Of Approved Design, Sufficiently Rigid To Retain Its Shape, And Constructed Either Of Metal Or Other Suitable Material Shod With Metal. Consolidation Shall Be Attained By The Use Of Suitable Vibrator Or Other Approved Equipment. In Operation, The Screed Shall Be Moved Forward On The Forms With A Combined Longitudinal And Transverse Shearing Motion, Moving Always In The Direction In Which The Work Is Progressing And So Manipulated That Neither End Is Raised From The Side Forms During The Striking Off Process. If Necessary, This Shall Be Repeated Until The Surface Is Of Uniform Texture, True To Grade And Cross-section, And Free From Porous Areas. 5. Floating After The Concrete Has Been Struck Off And Consolidated, It Shall Be Further Smoothed, Trued, And Consolidated By Means Of A Longitudinal Float, Either By Hand Or Mechanical Method. A. Hand Method. The Hand-operated Longitudinal Float Shall Be Not Less Than 365 Cm (12 Feet) In Length And 15 Cm (6 Inches) In Width, Properly Stiffened To Prevent Flexibility And Warping. The Longitudinal Float, Operated From Foot Bridges Resting On The Side Forms And Spanning But Not Touching The Concrete, Shall Be Worked With A Sawing Motion While Held In A Floating Position Parallel To The Road Center Line, And Moving Gradually From One Side Of The Pavement To The Other. Movement Ahead Along The Center Line Of The Pavement Shall Be In Successive Advances Of Not More Than One-half The Length Of The Float. Any Excess Water Or Soupy Material Shall Be Wasted Over The Side Forms On Each Pass. B. Mechanical Method. The Mechanical Longitudinal Float Shall Be Of A Design Approved By The Lgu Project Engineer, And Shall Be In Good Working Condition. The Tracks From Which The Float Operates Shall Be Accurately Adjusted To The Required Crown. The Float Shall Be Accurately Adjusted And Coordinated With The Adjustment Of The Transverse Finishing Machine So That A Small Amount Of Mortar Is Carried Ahead Of The Float At All Times. The Forward Screed Shall Be Adjusted So That The Float Will Lap The Distance Specified By The Lgu Project Engineer On Each Transverse Trip. The Float Shall Pass Over Each Areas Of Pavement At Least Two Times, But Excessive Operation Over A Given Area Will Not Be Permitted. Any Excess Water Or Soupy Material Shall Be Wasted Over The Side Forms On Each Pass. C. Alternative Mechanical Method. As An Alternative, The Contractor May Use A Machine Composed Of A Cutting And Smoothing Float Or Floats Suspended From And Guided By A Rigid Frame. The Frame Shall Be Carried By Four Or More Visible Wheels Riding On, And Constantly In Contact With The Side Forms. If Necessary, Following One Of The Preceding Method Of Floating, Long Handled Floats Having Blades Not Less Than 150 Cm (5 Feet) In Length And 15 Cm (6 Inches) In Width May Be Used To Smooth And Fill In Open-textured Areas In The Pavement. Long-handled Floats Shall Not Be Used To Float The Entire Surface Of The Pavement In Lieu Of, Or Supplementing, One Of The Preceding Methods Of Floating. When Strike Off And Consolidation Are Done By The Hand Method And The Crown Of The Pavement Will Not Permit The Use Of The Longitudinal Float, The Surface Shall Be Floated Transversely By Means Of The Long-handled Float. Care Shall Be Taken Not To Work The Crown Out Of The Pavement During The Operation. After Floating, Any Excess Water And Laitance Shall Be Removed From The Surface Of The Pavement By A 3-m Straight-edge Or More In Length. Successive Drags Shall Be Lapped One-half The Length Of The Blade. 6. Straight-edge Testing And Surface Correction After The Floating Has Been Completed And The Excess Water Removed, But While The Concrete Is Still Plastic, The Surface Of The Concrete Shall Be Tested For Trueness With A 300 Cm Long Straight-edge. For This Purpose, The Contractor Shall Furnish And Use An Accurate 300-cm Straight-edge Swung From Handles 100 Cm (3 Feet) Longer Than One-half The Width Of The Slab. The Straight-edge Shall Be Held In Contact With The Surface In Successive Positions Parallel To The Road Center Line And The Whole Area Gone Over From One Side Of The Slab To The Other As Necessary. Advances Along The Road Shall Be In Successive Stages Of Not More Than One-half The Length Of The Straight-edge. Any Depressions Found Shall Be Immediately Filled With Freshly Mixed Concrete, Struck Off, Consolidated And Refinished. High Areas Shall Be Cut Down And Refinished. Special Attention Shall Be Given To Assure That The Surface Across Joints Meets The Requirements For Smoothness. Straight-edge Testing And Surface Corrections Shall Continue Until The Entire Surface Is Found To Be Free From Observable Departures From The Straight-edge And The Slab Conforms To The Required Grade And Cross-section. 7. Final Finish If The Surface Texture Is Broom Finished, It Shall Applied When The Water Sheen Has Practically Disappeared. The Broom Shall Be Drawn From The Center To The Edge Of The Pavement With Adjacent Strokes Slightly Overlapping. The Brooming Operation Should Be So Executed That The Corrugations Produced In The Surface Shall Be Uniform In Appearance And Not More Than 1.5 Mm In Depth. Brooming Shall Be Completed Before The Concrete Is In Such Condition That The Surface Will Be Unduly Roughened By The Operation. The Surface Thus Finished Shall Be Free From Rough And Porous Areas, Irregularities, And Depressions Resulting From Improper Handling Of The Broom. Brooms Shall Be Of The Quality Size And Construction And Be Operated So As To Produce A Surface Finish Meeting The Approval Of The Lgu Project Engineer. Subject To Satisfactory Results Being Obtained And Approval Of The Lgu Project Engineer, The Contractor Will Be Permitted To Substitute Mechanical Brooming In Lieu Of The Manual Brooming Herein Described. If The Surface Texture Is Belt Finished, When Straight-edging Is Complete And Water Sheen Has Practically Disappeared And Just Before The Concrete Becomes Non-plastic, The Surface Shall Be Belted With 2-ply Canvass Belt Not Less Than 20 Cm Wide And At Least 100 Cm Longer Than The Pavement Width. Hand Belts Shall Have Suitable Handles To Permit Controlled, Uniform Manipulation. The Belt Shall Be Operated With Short Strokes Transverse To The Center Line And With A Rapid Advances Parallel To The Center Line. If The Surface Texture Is Drag Finished, A Drag Shall Be Used Which Consists Of A Seamless Strip Of Damp Burlap Or Cotton Fabric, Which Shall Produce A Uniform Of Gritty Texture After Dragging It Longitudinally Along The Full Width Of Pavement. For Pavement 5 M Or More In Width, The Drag Shall Be Mounted On A Bridge Which Travels On The Forms. The Dimensions Of The Drag Shall Be Such That A Strip Of Burlap Or Fabric At Least 100 Cm Wide Is In Contact With The Full Width Of Pavement Surface While The Drag Is Used. The Drag Shall Consist Of Not Less Than 2 Layers Of Burlap With The Bottom Layer Approximately 15 Cm Wider Than The Layer. The Drag Shall Be Maintained In Such Condition That The Resultant Surface Is Of Uniform Appearance And Reasonably Free From Grooves Over 1.5 Mm In Depth. Drag Shall Be Maintained Clean And Free From Encrusted Mortar. Drags That Cannot Be Cleaned Shall Be Discarded And New Drags Be Substituted. Regardless Of The Method Used For Final Finish, The Hardened Surface Of Pavement Shall Have A Coefficient Of Friction Of 0.25 Or More. Completed Pavement That Is Found To Have A Coefficient Of Friction Less Than 0.25 Shall Be Grounded Or Scored By The Contractor At His Expense To Provide The Required Coefficient Of Friction. 8. Edging At Forms And Joints After The Final Finish, But Before The Concrete Has Taken Its Initial Set, The Edges Of The Pavement Along Each Side Of Each Slab, And On Each Side Of Transverse Expansion Joints, Formed Joints, Transverse Construction Joints, And Emergency Construction Joints, Shall Be Worked With An Approved Tool And Rounded To The Radius Required By The Plans. A Well – Defined And Continuous Radius Shall Be Produced And A Smooth, Dense Mortar Finish Obtained. The Surface Of The Slab Shall Not Be Unduly Disturbed By Tilting The Tool During The Use. At All Joints, Any Tool Marks Appearing On The Slab Adjacent To The Joints Shall Be Eliminated By Brooming The Surface. In Doing This, The Rounding Of The Corner Of The Slab Shall Not Be Disturbed. All Concrete On Top Of The Joint Filler Shall Be Completely Removed. All Joints Shall Be Tested With A Straight-edge Before The Concrete Has Set And Correction Made If One Edge Of The Joint Is Higher Than The Other. 311.3.14 Surface Test As Soon As The Concrete Has Hardened Sufficiently, The Pavement Surface Shall Be Tested With A 3-m Straight-edge Or Other Specified Device. Areas Showing High Spots Of More Than 3 Mm But Not Exceeding 12 Mm In 3 M Shall Be Marked And Immediately Ground Down With An Approved Grinding Tool To An Elevation Where The Area Or Spot Will Not Show Surface Deviations In Excess Of 3 Mm When Tested With 3 M Straight-edge. Where The Departure From Correct Cross-section Exceeds 12 Mm, The Pavement Shall Be Removed And Replaced By And At The Expense Of The Contractor. Any Area Or Section So Removed Shall Be Not Less Than 1.5 M In Length And Not Less Than The Full Width Of The Lane Involved. When It Is Necessary To Remove And Replace A Section Of Pavement, Any Remaining Portion Of The Slab Adjacent To The Joints That Is Less Than 1.5 M In Length, Shall Also Be Removed And Replaced. 311.3.15 Curing Immediately After The Finishing Operations Have Been Completed And The Concrete Has Sufficiently Set, The Entire Surface Of The Newly Placed Concrete Shall Be Cured In Accordance With Either One Of The Methods Described Herein. Failure To Provide Sufficient Cover Material Of Whatever Kind The Contractor May Elect To Use, Or The Lack Of Water To Adequately Take Care Of Both Curing And Other Requirements, Shall Be A Cause For Immediate Suspension Of Concreting Operations. The Concrete Shall Not Be Left Exposed For More Than ½ Hour Between Stages Of Curing Or During The Curing Period. In All Congested Places, Concrete Works Should Be Designed So That The Designed Strength Is Attained. 1. Cotton Of Burlap Mats The Surface Of The Pavement Shall Be Entirely Covered With Mats. The Mats Used Shall Be Of Such Length (or Width) That As Laid They Will Extend At Least Twice The Thickness Of The Pavement Beyond The Edges Of The Slab. The Mat Shall Be Placed So That The Entire Surface And The Edges Of The Slab Are Completely Covered. Prior To Being Placed, The Mats Shall Be Saturated Thoroughly With Water. The Mat Shall Be So Placed And Weighted Down So As To Cause Them To Remain In Intimate Contact With The Covered Surface. The Mat Shall Be Maintained Fully Wetted And In Position For 72 Hours After The Concrete Has Been Placed Unless Otherwise Specified. 2. Waterproof Paper The Top Surface And Sides Of The Pavement Shall Be Entirely Covered With Waterproof Paper, The Units Shall Be Lapped At Least 45 Cm. The Paper Shall Be So Placed And Weighted Down So As To Cause It To Remain In Intimate Contact With The Surface Covered. The Paper Shall Have Such Dimension But Each Unit As Laid Will Extend Beyond The Edges Of The Slab At Least Twice The Thickness Of The Pavement, Or At Pavement Width And 60 Cm Strips Of Paper For The Edges. If Laid Longitudinally, Paper Not Manufactured In Sizes Which Will Provide This Width Shall Be Securely Sewed Or Cemented Together, The Joints Being Securely Sealed In Such A Manner That They Do Not Open Up Or Separate During The Curing Period. Unless Otherwise Specified, The Covering Shall Be Maintained In Place For 72 Hours After The Concrete Has Been Placed. The Surface Of The Pavement Shall Be Thoroughly Wetted Prior To The Placing Of The Paper. 3. Straw Curing When This Type Of Curing Is Used, The Pavement Shall Be Cured Initially With Burlap Or Cotton Mats, Until After Final Set Of The Concrete Or, In Any Case, For 12 Hours After Placing The Concrete. As Soon As The Mats Are Removed, The Surface And Sides Of The Pavement Shall Be Thoroughly Wetted And Covered With At Least 20 Cm Of Straw Or Hay, Thickness Of Which Is To Be Measured After Wetting. If The Straw Or Hay Covering Becomes Displaced During The Curing Period, It Shall Be Replaced To The Original Depth And Saturated. It Shall Be Kept Thoroughly Saturated With Water For 72 Hours And Thoroughly Wetted Down During The Morning Of The Fourth Day, And The Cover Shall Remain In Place Until The Concrete Has Attained The Required Strength. 4. Impervious Membrane Method The Entire Surface Of The Pavement Shall Be Sprayed Uniformly With White Pigmented Curing Compound Immediately After The Finishing Of The Surface And Before The Set Of The Concrete Has Taken Place, Or If The Pavement Is Cured Initially With Jute Or Cotton Mats, It May Be Applied Upon Removal Of The Mass. The Curing Compound Shall Not Be Applied During Rain. Curing Compound Shall Be Applied Under Pressure At The Rate 4 L To Not More Than 14 M2 By Mechanical Sprayers. The Spraying Equipment Shall Be Equipped With A Wind Guard. At The Time Of Use, The Compound Shall Be In A Thoroughly Mixed Condition With The Pigment Uniformly Dispersed Throughout The Vehicle. During Application, The Compound Shall Be Stirred Continuously By Effective Mechanical Means. Hand Spraying Of Odd Widths Or Shapes And Concrete Surface Exposed By The Removal Of Forms Will Be Permitted. Curing Compound Shall Not Be Applied To The Inside Faces Of Joints To Be Sealed, But Approved Means Shall Be Used To Insure Proper Curing At Least 72 Hours And To Prevent The Intrusion Of Foreign Material Into The Joint Before Sealing Has Been Completed. The Curing Compound Shall Be Of Such Character That The Film Will Harden Within 30 Minutes After Application. Should The Film Be Damaged From Any Cause Within The 72 Hour Curing Period, The Damaged Portions Shall Be Repaired Immediately With Additional Compound. 5. White Polyethylene Sheet The Top Surface And Sides Of The Pavement Shall Be Entirely Covered With Polyethylene Sheeting. The Units Used Shall Be Lapped At Least 45 Cm. The Sheeting Shall Be So Placed And Weighted Down So As To Cause It To Remain Intimate Contact With The Surface Covered. The Sheeting As Prepared For Use Shall Have Such Dimension That Each Unit As Laid Will Extend Beyond The Edges Of The Slab At Least Twice The Thickness Of The Pavement. Unless Otherwise Specified, The Covering Shall Be Maintained In Place For 72 Hours After The Concrete Has Been Placed. 311.3.16 Removal Of Forms After Forms For Concrete Shall Remain In Place Undisturbed For Not Less Than Twenty Four (24) Hours After Concrete Pouring. In The Removal Of Forms, Crowbars Should Be Used In Pulling Out Nails And Pins. Care Should Be Taken So As Not To Break The Edges Of The Pavement. In Case Portions Of The Concrete Are Spalled, They Shall Be Immediately Repaired With Fresh Mortar Mixed In The Proportion Of One Part Of Portland Cement And Two Parts Fine Aggregates. Major Honeycomb Areas Will Be Considered As Defective Work And Shall Be Removed And Replaced At The Expense Of The Contractor. Any Area Or Section So Removed Shall Not Be Less Than The Distance Between Weakened Plane Joint Nor Less Than The Full Width Of The Lane Involved. 311.3.17 Sealing Joints Joints Shall Be Sealed With Asphalt Sealant Soon After Completion Of The Curing Period And Before The Pavement Is Opened To Traffic, Including The Contractor’s Equipment. Just Prior To Sealing, Each Joint Shall Be Thoroughly Cleaned Of All Foreign Materials Including Membrane Curing Compound And The Joint Faces Shall Be Clean And Surface Dry When The Seal Is Applied. The Sealing Material Shall Be Applied To Each Joint Opening To Conform To The Details Shown On The Plans Or As Directed By The Lgu Project Engineer. Material For Seal Applied Hot Shall Be Stirred During Heating So That Localized Overheating Does Not Occur. The Pouring Shall Be Done In Such A Manner That The Material Will Not Be Spilled On The Exposed Surfaces Of The Concrete. The Use Of Sand Or Similar Material As A Cover For The Seal Will Not Be Permitted. Preformed Elastomeric Gaskets For Sealing Joints Shall Be Of The Cross-sectional Dimensions Shown On The Plans. Seals Shall Be Installed By Suitable Tools, Without Elongation And Secured In Placed With An Approved Lubricant Adhesive Which Shall Cover Both Sides Of The Concrete Joints. The Seals Shall Be Installed In A Compressive Condition And Shall At Time Of Placement Be Below The Level Of The Pavement Surface By Approximately 6 Mm. The Seals Shall Be In One Piece For The Full Width Of Each Transverse Joint. 311.3.18 Protection Of Pavement The Contractor Shall Protect The Pavement And Its Appurtenances Against Both Public Traffic And Traffic Caused By His Own Employees And Agents. This Shall Include Watchmen To Direct Traffic And The Erection Of And Maintenance Of Warning Signs, Lights, Pavement Bridges Or Cross-overs, Etc. The Plans Or Special Provisions Will Indicate The Location And Type Of Device Or Facility Required To Protect The Work And Provide Adequately For Traffic. All Boreholes After Thickness And/or Strength Determinations Of Newly Constructed Asphalt And Concrete Pavements Shall Be Immediately Filled/restored With The Prescribed Concrete/asphalt Mix After Completion Of The Drilling Works. Any Damage To The Pavement, Occurring Prior To Final Acceptance, Shall Be Repaired Or The Pavement Be Replaced. 311.3.19 Concrete Pavement – Slip Form Method If The Contract Calls For The Construction Of Pavement Without The Use Of Fixed Forms, The Following Provisions Shall Apply: 1. Grade After The Grade Or Base Has Been Placed And Compacted To The Required Density, The Areas Which Will Support The Paving Machine Shall Be Cut To The Proper Elevation By Means Of A Properly Designed Machine. The Grade On Which The Pavement Is To Be Constructed Shall Then Be Brought To The Proper Profile By Means Of Properly Designed Machine. If The Density Of The Base Is Disturbed By The Grading Operation, It Shall Be Corrected By Additional Compaction Before Concrete Is Placed. The Grade Should Be Constructed Sufficiently In Advance Of The Placing Of The Concrete. If Any Traffic Is Allowed To Use The Prepared Grade, The Grade Shall Be Checked And Corrected Immediately Before The Placing Of Concrete. 2. Placing Concrete The Concrete Shall Be Placed With An Approved Slip-form Paver Designed To Spread, Consolidate, Screed And Float-finish The Freshly Placed Concrete In One Complete Pass Of The Machine In Such A Manner That A Minimum Of Hand Finish Will Be Necessary To Provide A Dense And Homogenous Pavement In Conformance With The Plans And Specifications. The Machine Shall Vibrate The Concrete For The Full Width And Depth Of The Strip Of Pavement Being Placed. Such Vibration Shall Be Accompanied With Vibrating Tubes Or Arms Working In The Concrete Or With A Vibrating Screed Or Pan Operating On The Surface Of The Concrete. The Sliding Forms Shall Be Rigidly Held Together Laterally To Prevent Spreading Of The Forms. The Forms Shall Trail Behind The Paver For Such A Distance That No Appreciable Slumping Of The Concrete Will Occur, And That Necessary Final Finishing Can Be Accomplished While The Concrete Is Still Within The Forms. Any Edge Slump Of The Pavement, Exclusive Of Edge Rounding, In Excess Of 6 Mm Shall Be Corrected Before The Concrete Has Hardened. The Concrete Shall Be Held At A Uniform Consistency, Having A Slump Of Not More Than 40 Mm (1-12/ Inches). The Slip Form Paver Shall Be Operated With As Nearly As Possible A Continuous Forward Movement And That All Operations Of Mixing, Delivering And Spreading Concrete Shall Be Coordinated So As To Provide Uniform Progress With Stopping And Starting Of The Paver Held To A Minimum. If, For Any Reason, It Is Necessary To Stop The Forward Movement Of The Paver The Vibratory And Tamping Elements Shall Also Be Stopped Immediately. No Tractive Force Shall Be Applied To The Machine, Except That Which Is Controlled From The Machine. 3. Finishing The Surface Smoothness And Texture Shall Meet The Requirements Of Subsections 311.3.13 And 311.3.14. 4. Curing Unless Otherwise Specified, Curing Shall Be Done In Accordance With One Of The Methods Included In Subsection 311.3.15. The Curing Media Shall Be Applied At The Appropriate Time And Shall Be Applied Uniformly And Completely To All Surfaces And Edges Of The Pavement. 5. Joints All Joints Shall Be Constructed In Accordance With Subsection 311.3.12. 6. Protection Against Rain In Order That The Concrete May Be Properly Protected Against Rain Before The Concrete Is Sufficiently Hardened, The Contractor Will Be Required To Have Available At All Times, Materials For The Protection Of The Edges And Surface Of The Unhardened Concrete. Such Protective Materials Shall Consist Of Standard Metal Forms Or Wood Planks Having A Nominal Thickness Of Not Less Than 50 Mm (2 Inches) And A Nominal Width Of Not Less Than The Thickness Of The Pavement At Its Edge For The Protection Of The Pavement Edges, And Covering Material Such As Burlap Or Cotton Mats, Curing Paper Or Plastic Sheeting Materials For The Protection Of The Surface Of The Pavement. When Rain Appears Imminent, All Paving Operations Shall Stop And All Available Personnel Shall Begin Placing Forms Against The Sides Of The Pavement And Covering The Surface Of The Unhardened Concrete With The Protective Covering. 311.3.22 Acceptance Of Concrete The Strength Level Of The Concrete Will Be Considered Satisfactory If The Averages Of All Sets Of Three (3) Consecutive Strength Test Results Equal Or Exceed The Specified Strength, Fc’ And No Individual Strength Test Result Is Deficient By More Than 15% Of The Specified Strength, Fc’. Concrete Deemed To Be Not Acceptable Using The Above Criteria May Be Rejected Unless The Contractor Can Provide Evidence, By Means Of Core Tests, That The Quality Of Concrete Represented By Failed Test Results Is Acceptable In Place. At Least Three (3) Representative Cores Shall Be Taken From Each Member Or Area Of Concrete In Place That Is Considered Deficient. The Location Of Cores Shall Be Determined By The Engineer So That There Will Be At Least Impairment Of Strength Of The Structure. The Obtaining And Testing Of Drilled Cores Shall Be In Accordance With Aashto T 24. Concrete In The Area Represented By The Cores Will Be Considered Adequate If The Average Strength Of The Cores Is Equal To At Least 85% Of, And If No Single Core Is Less Than 75% Of, The Specified Strength, Fc’. If The Strength Of Control Specimens Does Not Meet The Requirements Of This Subsection, And It Is Not Feasible Or Not Advisable To Obtain Cores From The Structure Due To Structural Considerations, Payment Of The Concrete Will Be Made At An Adjusted Price Due To Strength Deficiency Of Concrete Specimens As Specified Hereunder: Deficiency In Strength Of Concrete Specimens, Percent (%) Percent (%) Of Contract Price Allowed Less Than 5 100 5 To Less Than 10 80 10 To Less Than 15 70 15 To Less Than 20 60 20 To Less Than 25 50 25 Or More 0 311.3.23 Opening To Traffic The Engineer Will Decide When The Pavement May Be Opened To Traffic. The Road Will Not Be Opened To Traffic Until Test Specimens Molded And Cured In Accordance With Aashto T 23 Have Attained The Minimum Strength Requirements In Subsection 311.2.11. If Such Tests Are Not Conducted Prior To The Specified Age The Pavement Shall Not Be Operated To Traffic Until 14 Days After The Concrete Was Placed. Before Opening To Traffic, The Pavement Shall Be Cleaned And Joint Sealing Completed. 311.3.24 Tolerance And Pavement Thickness 1. General The Thickness Of The Pavement Will Be Determined By Measurement Of Cores From The Completed Pavement In Accordance With Aashto T 148. The Completed Pavement Shall Be Accepted On A Lot Basis. A Lot Shall Be Considered As 1000 Linear Meters Of Pavement When A Single Traffic Lane Is Poured Or 500 Linear Meters When Two Lanes Are Poured Concurrently. The Last Unit In Each Slab Constitutes A Lot In Itself When Its Length Is At Least ½ Of The Normal Lot Length. If The Length Of The Last Unit Is Shorter Than ½ Of The Normal Lot Length, It Shall Be Included In The Previous Lot. Other Areas Such As Intersections, Entrances, Crossovers, Ramp, Etc., Will Be Grouped Together To Form A Lot. Small Irregular Areas May Be Included With Other Unit Areas To Form A Lot. Each Lot Will Be Divided Into Five (5) Equal Segments And One Core Will Be Obtained From Each Segment In Accordance With Aashto T 24. 2. Pavement Thickness It Is The Intent Of This Specification That The Pavement Has A Uniform Thickness As Called For On The Plans For The Average Of Each Lot As Defined. After The Pavement Has Met All Surface Smoothness Requirements, Cores For Thickness Measurements Will Be Taken. In Calculating The Average Thickness Of The Pavement, Individual Measurements Which Are In Excess Of The Specified Thickness By More Than 5 Mm Will Be Considered As The Specified Thickness Plus 5 Mm And Measurement Which Are Less Than The Specified Thickness By More Than 25 Mm Shall Not Be Included In The Average. When The Average Thickness For The Lot Is Deficient, The Contract Unit Price Will Be Adjusted For Thickness In Accordance With Paragraph (3 Below). Individual Areas Within A Segment Found Deficient In Thickness By More Than 25 Mm Shall Be Evaluated By The Lgu Project Engineer, And If In His Judgment, The Deficient Areas Warrant Removal, They Shall Be Removed And Replaced By The Contractor With Pavement Of The Specified Thickness At His Entire Expense. However, If The Evaluation Of The Lgu Project Engineer Is That The Deficient Area Should Not Be Removed And Replaced, Such Area Will Not Be Paid. When The Measurement Of Any Core Is Less Than The Specified Thickness By More Than 25 Mm, The Actual Thickness Of The Pavement In This Area Will Be Determined By Taking Additional Cores At No Less Than 5 M Intervals Parallel To The Center Line In Each Direction From The Affected Location Until A Core Is Found In Each Direction, Which Is Not Deficient In Thickness By More Than 25 Mm. The Area Of Slab For Which No Payment Will Be Made Shall Be The Product Of The Paving Width Multiplied By The Distance Along The Center Line Of The Road Between Transverse Sections Found Not Deficient In Thickness By More Than 25 Mm. The Thickness Of The Remainder Of The Segment To Be Used To Get The Average Thickness Of Each Lot Shall Be Determined By Taking The Average Thickness Of Additional Cores Which Are Not Deficient By More Than 25 Mm. 3. Adjustment For Thickness When The Average Thickness Of The Pavement Per Lot Is Deficient, Payment For The Lot Shall Be Adjusted As Follows: Deficiency In The Average Thickness Per Lot (mm) Percent (%) Of Contract Price Per Lot 0 – 5 100% Payment 6 – 10 95% Payment 11 – 15 85% Payment 16 – 20 70% Payment 21 – 25 50% Payment More Than 25 Remove And Replace/ No Payment No Acceptance And Final Payment Shall Be Made On Completed Pavement Unless Core Test For Thickness Determination Is Conducted 311.4 Environmental Measures In Loading Cement To The Truck And Unloading It To The Temporary Bodega, And From The Bodega To Batching Plant And During Concrete Work Operation Workers Doing This Job Shall Be Provided With Gears So As To Avoid Inhaling Cement Dust Particles That Could Affect Their Health. Workers In Construction Site Shall Be Provided With Working Gloves, Mask Boots And Clothing To Prevent Workers From Being Contaminated With Concrete Mix. The Contractor Shall See To It That The Noise Level Of The Exhaust Mufflers Of The Equipment Shall Be At The Minimum. Otherwise, The Contractor Must Replace All The Exhaust Mufflers Of The Equipment With A New One And Or Provide Muffler Silencers. All Roads Leading The Construction Site And Batching Plant Shall Be Moist During The Entire Works Operation To Prevent The Blowing Up Of Dust Particles. During Work Operation, Precautionary Signboards Shall Be Provided By The Contractor To Prevent Accidents And Damage To The Freshly Laid Concrete.
2131-2140 of 2148 archived Tenders