Shoes Tenders

Shoes Tenders

Municipality Of Balamban, Cebu Tender

Civil And Construction...+1Civil Works Others
Philippines
Details: Description Republic Of The Philippines Province Of Cebu Municipality Of Balamban Balamban, Cebu Tel. No: (032) 345-8220 Office Of The Bids And Awards Committee Invitation To Bid For Various Infrastructure Projects Of The Municipality (materials Only) 1. The Municipality Of Balamban, Through The Various Sources Of Funds, Intends To Apply The Sum Of One Million One Hundred Forty Three Thousand Seven Hundred Sixty Pesos Only (₱ 1,143,760.00) Being The Total Approved Budget For The Contract (abc) To Payments Under The Contract Stated. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. Name Of Project Source Of Funds Abc Rehabilitation Of Municipal Building Mayor’s Office – Bldg. Outlay – Current ₱ 718,745.00 Roofdeck (left Wing) & Function Hall (sto.nino – Sta. Cruz, Balamban Cebu) Materials Only Repair & Maintenance @ Bjmp Deep Well Pump Mayor’s Office – Repair & ₱ 280,915.00 (sitio Lingatong Dako, Brgy. Vito, Balamban Cebu) Maintenance Materials Only Installation Of Fire Alarm System At Mayor’s – Flood Control System ₱ 144,100.00 Balamban Health Diagnostic And Birthing Continuing Center (poblaciom Balamban Cebu) Materials Only Mayor’s Office – Other Property, Plant And Equipment 2. The Municipality Of Balamban, Now Invites Bids For The Various Infrastructure Projects Of The Municipality. Delivery Of Goods Is Required 30 Days After The Issuance Of The Notice Of Award. Bidders Should Have Completed, Within 2 Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii. Instruction To Bidders. 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The Implementing Rules And Regulations (irr) Of Republic Act (ra) 9184, Otherwise Known As The “government Procurement Reform Act”. Bidding Is Restricted To Filipino Citizen/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Right Or Privileges To Filipino Citizens, Pursuant To Ra 5183 And Subject To Commonwealth Act 138. 4. Interested Bidders May Obtain Further Information From The Municipality Of Balamban And Inspect The Bidding Documents At The Address Given Below During 8:00 Am- 12:00 Am And 1:00 Pm- 5:00 Pm, Monday To Friday Only. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders February 3 - 10, 2025 From The Given Address Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of One Thousand Pesos Only (₱ 1,000.00). The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person Or Through Electronic Means. 6. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated Below On Or Before February 11, 2025. Late Bids Shall Not Be Accepted. 7. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 8. Bid Opening Shall Be On February 11, 2025 At 1:00 Pm At The Given Address Below. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 9. Each Bidder Shall Submit One (1) Certified Copy From The Original Copies Of The First And Second Components Of The Bid. Bidders Shall Enclose Their Original Eligibility And Technical Documents In One Sealed Envelope Marked “original-technical Component”, And The Original Of Their Financial Component In Another Sealed Envelo4pe Marked “original- Financial Component”, Sealing Them All In An Outer Envelope Marked “original Bid”. 10. Each Copy Of The First And Second Envelopes Shall Be Similarly Sealed Duly Marking The Inner Envelopes As “copy 1- Technical Component” And “copy 1- Financial Component” And The Outer Envelope As “copy 1”, Respectively. These Envelopes Containing The Original And The Copy Shall Then Be Enclosed In One Single Envelope. All Envelopes Shall Contain The Name Of The Contract To Be Bid In Capital Letters; Bear The Name And Address Of The Bidder In Capital Letters; Be Addressed To The Procuring Entity’s Bac And; Bear A Warning “do Not Open Before…” The Date And Time For The Opening Of The Bids. Bidders Are Also Required To Provide Table Of Contents With Corresponding Tab/label For Each Submitted Technical And Financial Components Of Its Bid. 11. The Municipality Of Balamban Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. For Further Information, Please Refer To: Jelyn K. Subang Bac Secretariat Bac Office, Market Operations Bldg.,/mbo Balamban, Cebu (032) 345-8220 Loc. 142 And 181 January 31, 2025 Michael Juryphel R. Playda Bac Chairman Rehabilitation Of Municipal Building Roofdeck (left Wing) & Function Hall (sto.nino – Sta. Cruz, Balamban Cebu) Materials Only 700 Bags Premium Cement 75 Cu.m Washed Sand 1 Pc 16" Heavy Duty Floor Polisher W/ Brush & Bracket 6 Pcs Floor Drain Stainless W/ Staigner ( 6"x6") 20 Pcs Construction Pail (heavy Duty Big) 6 Kls Nylon String #.90mm 5 Kls Concrete Nails #4" 2 Kls Concrete Nails #2" 40 Lngths Wall Angle 110 Lngths Double Furring Channel 35 Lngths Carrying Channel 50 Lngths Metal Furring Hanger 12 Lngths C-purlins 2"x6"x6m 2mm 20 Lngths Coco Lumber 2x2x10ft 130 Pcs Metal Furring Clip 50 Shts Hardiflex Board 4.5mmx1.22mmx2.44m 2 Boxes Panhead Screw 3/4 (1000/box) 2000 Pcs Hardiflex Screw 3/4" 5 Pcs Metal Drill Bit 1/8" 2 Boxes Blind Revits (1000/box) 30 Pcs No.120 Sand Paper 10 Gals Flat Latex Paint (white) 16 Gals Gloss Latex Paint ( White) 40 Gals Acrylic Emulsion 8 Gals Quick Dry Enamel (black) 10 Gals Epoxy Primer Grey Paint 30 Rlls Masking Tape #2 4 Gals Lacquer Thinner 5 Kls Cwn #4 5 Kls Concrete Nails #4" 2 Kls Concrete Nails #2" 2 Kls Concrete Nails # 1 1/2" 4 Ltrs Vulca Seal Sealant 10 Rlls Joint Tape #2" 3 Bags Skim Coat 25 Kg 15 Pcs 7" Paint Roller 15 Pcs 4" Paint Roller 10 Pcs 2" Paint Brush 1 Pc Circuit Breaker 20a 2-pole( Plug In Type) 2 Boxes 3.5mm^2 Thhn/thwn Stranded Wire 26 Pcs 18w Led Square Panel Light Warm White (surface Type) 3 Pcs Square Box 5 Pcs Utility Box 25 Pcs Junction Box 15 Pcs Pvc Conduit 1/2" Dia 45 Pcs Pvc Clip 1/2" 45 Pcs Pvc Connector 1/2" 1 Rll Flexible Hose 1/2" 1 Pack Cable Tie Black 7.2x250mm 1 Pc Blow Torch W/ Butane Gas 5 Pcs Electrical Tape 3m Repair & Maintenance @ Bjmp Deep Well Pump (sitio Lingatong Dako, Brgy. Vito, Balamban Cebu) Materials Only 1 Set Deep Well Water Pump Vertical (1hp Gould Pump Injector) 4 Pcs Drive Shoe Clayton Orig. #.2" 12 Lngths G.i Pipe Supreme ( S40 X 2" X 6m) 15 Lngths G.i Pipe Supreme ( S40 X 1 1/4" X 6m) 4 Lngths G.i Pipe Supreme ( S40 X 1 " X 6m) 28 Lngths 16mm Round Bar 8 Lngths Steel Flatbar (1/4" X 2") 20 Pcs G.i Coupling #.2" (france Or Simmon) 15 Pcs G.i Coupling #.1 1/4" (france Or Simmon) 5 Pcs G.i Neple ( 1 1/4 X 10) 5 Pcs Round Chainsaw Chainfile/limbas #12" 30 Rlls Tapelon # 1" 1 Pc G.i Male Plug # 1" 5 Pcs Foot Valve 1 1/4" (italy) 5 Pcs Chick Valve 1 1/4" (italy) 4 Shts Steel Plate (1/4" X 4ft X 8ft) Installation Of Fire Alarm System At Balamban Health Diagnostic And Birthing Center (poblaciom Balamban Cebu) Materials Only 12 Pcs Led Twin Head Emergency Light 8 Pcs 5kg Fire Extinguisher 32 Pcs Smoke Detector 1 Set Fire Alarm Bell With Fire Switch
Closing Date10 Feb 2025
Tender AmountPHP 144.1 K (USD 2.4 K)

Province Of Misamis Oriental Tender

Healthcare and Medicine
Philippines
Details: Description Invitation To Bid Supply And Delivery Of 30-gals Alcohol And (71) Other Items Under Purchase Request No. 0180-25 1. The Provincial Government Of Misamis Oriental, Through The Moph-alubijid-medical/laboratory Supplies Intends To Apply The Sum Of One Million Three Hundred Fifty-eight Thousand Seven Hundred Sixty-five Pesos (php1,358,765.00) Being The Abc To Payments Under The Contract For The Supply And Delivery Of The Following: 1 70% Alcohol, Isopropyl 30 Gal 2 70% Alcohol 500ml 100 Bot 3 Ampule Cutter, Wall Mounted 2 Unit 4 Adhesive Tape, Hospital Size Assorted 15 Tube 5 Syringe, Disposable W/ Needle 1ml, 100's 30 Box 6 Syringe, Disposable W/ Needle 3ml, 100's 30 Box 7 Syringe, Disposable W/ Needle 5ml, 100's 30 Box 8 Syringe, Disposable W/ Needle 10ml, 100's 30 Box 9 Syringe, Disposable W/ Needle 20ml, 50's 5 Box 10 Gloves Disposable, Small, 50's 60 Box 11 Gloves Disposable, Medium, 50's 120 Box 12 Gloves Disposable, Large, 50's 120 Box 13 Gloves, Surgical Sterile Size 7.5, 50's 30 Box 14 Gloves, Surgical Sterile Size 7, 50's 30 Box 15 Gloves, Surgical Sterile Size 6.5, 50's 30 Box 16 Iv Cannula G22, 100's 10 Box 17 Suture, Silk 3-0 W/cutting Needle,non-abosorbale, 12's 15 Box 18 Ecg Paper 80mm X 20mm, 10's 5 Box 19 Infusion Set, Sterile (macro Set) 300 Pc 20 Infusion Set, Sterile (micro Set) 300 Pc 21 Endotracheal Tube, 3.0 20 Pc 22 Endotracheal Tube, 3.5 30 Pc 23 Endotracheal Tube, 4.0 30 Pc 24 Endotracheal Tube, 7.0 30 Pc 25 Endotracheal Tube, 5.0 30 Pc 26 Foley Catheter, Latex Silicon Coated Fr 14, 10's 15 Box 27 Foley Catheter, Latex Silicon Coated Fr 14, 10's 15 Box 28 Foley Catheter, Latex Silicon Coated Fr 16, 10's 15 Box 29 Bandage, Elastic, 2", 5 Yards 15 Roll 30 Bandage, Elastic, 3", 5 Yards 15 Roll 31 Bandage, Elastic, 4", 5 Yards 15 Roll 32 Bandage, Elastic, 6", 5 Yards 15 Roll 33 Lubricating Jelly, 150gms, Tube 20 Tube 34 Sugical Caps, 100's 15 Pack 35 Shoe Cover, 100's 15 Pack 36 Tongue Depressor, Wooden, Sterile, 100's 5 Box 37 Torniquet, Rubber 50 Pc 38 Pulse Oximeter, Adult 10 Pc 39 Pulse Oximeter, Pedia 10 Pc 40 Nebulizing Set, With Mask, Pedia 250 Pc 41 Nebulizing Set, With Mask, Adult 250 Pc 42 Gauze Roll 10 Roll 43 Hydrogen Peroxide 250ml 50 Bot 44 Glutaraldehyde, Activited Solution, (aidex) 10 Gal 45 Disinfectant Solution, Concentrated 5 Gal 46 Disinfectant Spray 510gms 10 Cannister 47 Povidone 10% 6 Bot 48 Needle, Hypodermic, G-18, Disposable, Sterile, 100's 5 Box 49 Needle, Hypodermic, G-19, Disposable, Sterile, 100's 5 Box 50 Needle, Hypodermic, G-20, Disposable, Sterile, 100's 5 Box 51 Needle, Hypodermic, G-21, Disposable, Sterile, 100's 5 Box 52 Needle, Hypodermic, G-23, Disposable, Sterile, 100's 5 Box 53 Needle, Hypodermic, G-24, Disposable, Sterile, 100's 5 Box 54 Needle, Hypodermic, G-27, Disposable, Sterile, 100's 5 Box 55 Oxygen Cannula, With Mask, Adult 300 Pc 56 Oxygen Cannula, With Mask, Pedia 300 Pc 57 Heparin Lock Flush (heplock) 100 Pc 58 Cotton Roll, Absorbent, 500mg 30 Roll 59 Arm Sling, Small 15 Pc 60 Arm Sling, Medium 15 Pc 61 Arm Sling, Large 15 Pc 62 Suction Catheter, Fr 8, 10's 2 Box 63 Suction Catheter, Fr 10, 10's 2 Box 64 Sharps Container, 5.4 Q.t. (5.1l) 10 Pc 65 Infusion Set, Volumetric (soluset) 50 Pc 66 Ultrasound Transmission Gel, Water Soluble 1 Gal 67 Floor Standing Aneriod Blood Pressure Monitor W/ Wheels & Basket 3 Unit 68 Nebulizer Heavy Duty 2 Unit 69 Oxygen Regulator 5 Unit 70 Bag Valve Mask - Adult 5 Unit 71 Bag Valve Mask - Infant 5 Unit 72 Iv Cannula G18 3 Box Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening 2. The Provincial Government Of Misamis Oriental Now Invites Bids For The Above Procurement Project. Delivery Of The Goods Is Required By 30 Calendar Days. Bidders Should Have Completed, Within 2 Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. A. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra No. 5183. 4. Prospective Bidders May Obtain Further Information From Bids And Awards Committee Thru The Bac Secretariat At The Procurement Unit, Capitol Building, Cagayan De Oro City And Inspect The Bidding Documents At The Address Given Below During [8:00am-5:00 Pm]. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On [february 6, 2025 To February 26, 2025; 8:00am-3:00pm] From The Given Address Bids And Awards Committee Thru The Bac Secretariat At The Procurement Unit, Capitol Building, Cagayan De Oro City And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of [php5,000.00]. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment. 6. The Pgmo Through Its Bids And Awards Committee Will Hold A Pre-bid Conference On February 13, 2025 At 10:30 Am., Bids And Awards Committee Office, Conference Room, 2nd Flr., Capitol Bldg., Velez St., Cagayan De Oro City, Misamis Oriental, Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Bids And Awards Committee Office, Conference Room, 2nd Floor, Capitol Building, Cagayan De Oro City. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 9. Submission Of Bids Shall Be On February 27, 2025; 8:00am-10:00am And Bid Opening Shall Be On February 27, 2025; 10:30am At The Given Address Bids And Awards Committee Office, Conference Room, 2nd Floor, Capitol Building, Cagayan De Oro City. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The Provincial Government Of Misamis Oriental Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 11. For Further Information, Please Refer To: Ms. Jacquiline M. Noble Head, Bac Secretariat C/o Procurement Unit Capitol Building Cagayan De Oro City. Bacmisamisoriental@gmail.com Www.misamisoriental.gov.ph Sgd Filemon R. Aguilar, Jr. Bac, Chairman
Closing Date27 Feb 2025
Tender AmountPHP 1.3 Million (USD 23.4 K)

City Of Pagadian Tender

Automobiles and Auto Parts
Philippines
Details: Description Bids And Awards Committee Request For Quotation The City Government Of Pagadian, Through Its Bids And Awards Committee (bac), Invites Suppliers/manufacturers/distributors To Apply For Eligibility And If Found Eligible, To Bid For The Hereunder Supplies/goods Charged To 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
Closing Date14 Feb 2025
Tender AmountPHP 507.2 K (USD 8.7 K)

Municipality Of Argao, Cebu Tender

Manpower Supply
Philippines
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)
Closing Date20 Feb 2025
Tender AmountPHP 1.4 Million (USD 25.9 K)

Municipality Of Argao, Cebu Tender

Manpower Supply
Philippines
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)
Closing Date20 Feb 2025
Tender AmountPHP 1.4 Million (USD 25.9 K)

Province Of Misamis Oriental Tender

Healthcare and Medicine
Philippines
Details: Description Invitation To Bid Supply And Delivery Of 6 Gals Glutaraldehyde Activated Solution And (92) Other Items Under Purchase Request No. 0102-25 1. The Provincial Government Of Misamis Oriental, Through The Moph-gingoog-medical-laboratory Supplies Intends To Apply The Sum Of One Million Six Hundred Ninety-seven Thousand Two Hundred Ninety-six Pesos And Twenty-one Centavos (php1,697,296.21) Being The Abc To Payments Under The Contract For The Supply And Delivery Of The Following: 1. Glutaraldehyde, Activated Solution (aidex) 5l, 2s 6 Gals 2. Adhesive Plaster, Hypoallergenic 1", 10 Yards 12's 45 Bxs 3. Ecg Electrodes Pedia 50 Pcs 4. Ecg Electrodes Adult 50 Pcs 5. Bandage, Elastic, 3", 5 Yards 90 Rolls 6. Bandage, Elastic, 4", 5 Yards 50 Rolls 7. Bandage, Elastic, 6", 5 Yards 70 Rolls 8. Cotton Roll 450g 30 Rolls 9. Umbilical Cord Clamp (plastic) 100's 6 Bxs 10. Ecg Paper 80mm X 20mm 10's 15 Rolls 11. Gloves, Non-sterile, Large 25 Bxs 12. Gloves, Non-sterile, Medium 50 Bxs 13. Gloves, Non-sterile, Small 50 Bxs 14. Heplock 200 Pcs 15. Hydrogen Peroxide 250ml 10 Bots 16. Iv Cannula, G16 100's 2 Bxs 17. Iv Cannula, G18 100's 5 Bxs 18. Iv Cannula, G20 100's 5 Bxs 19. Iv Cannula, G22 100's 5 Bxs 20. Iv Cannula, G24 100's 5 Bxs 21. Iv Cannula, G26 100's 5 Bxs 22. Lancet 100's G23 10 Bxs 23. Lubricating Jelly 30 Tubes 24. Macroset 250 Pcs 25. Microset 250 Pcs 26. Micropore Plaster Hypoallergenic 4 Inches 5 Bxs 27. Needle, Disposable, G18, 100's 15 Bxs 28. Needle, Disposable, G23, 100's 15 Bxs 29. Needle, Disposable, G25, 100's 15 Bxs 30. Needle, Disposable, G26, 100's 15 Bxs 31. Needle, Disposable, G20, 100's 10 Bxs 32. Needle, Disposable, G19, 100's 5 Bxs 33. Needle, Disposable, G30, 100's 5 Bxs 34. Povidone 7.5% Cleanser 15 Gals 35. Formalin 2 Gals 36. Suction Set With Yankeur Handle 50 Pcs 37. Syringe, Disposable, 20cc/ml, 50's 10 Bxs 38. Syringe, Disposable, With Needle, 1ml, 100's 20 Bxs 39. Syringe, Disposable, With Needle, 3ml, 100's 10 Bxs 40. Syringe, Disposable, With Needle, 5ml, 100's 10 Bxs 41. Syringe, Disposable, With Needle, 10ml, 100's 10 Bxs 42. Syringe, Disposable, With Needle, 30ml, 100's 10 Bxs 43. Syringe, Disposable, With Needle, 50ml, 100's 10 Bxs 44. Asepto Syringe 50 Pcs 45. Surgical Cap 100's 20 Bxs 46. Iv Splint (neonate) 20's 5 Bxs 47. Iv Splint (pedia) 20's 5 Bxs 48. Iv Splint (adult) 20's 5 Bxs 49. Blood Set 100 Pcs 50. Soluset 100 Pcs 51. Alcohol 75% 20 Gals 52. Silk 2/0 Curve Cutting 24's 3 Bxs 53. Silk 2/0 Suture Pack 24's 3 Bxs 54. Silk 2/0 Round 24's 3 Bxs 55. Silk 3/0 Cutting 24's 3 Bxs 56. Silk 3/0 Suturepack 24's 3 Bxs 57. Silkam 4/0 Round 24's 3 Bxs 58. Silkam 2/0 Cutting 24's 3 Bxs 59. Silkam 3/0 Cutting 24's 3 Bxs 60. Silkam 4/0 Cutting 24's 3 Bxs 61. Adult Blood Pressure With Stethoscope 10 Pcs 62. Pedia Blood Pressure 5 Pcs 63. Neonate Blood Pressure 5 Pcs 64. Catheter, Folley Fr.16 10's 10 Bxs 65. Nasogastric Tube Fr. 8 50 Pcs 66. Tube, Endoctracheal (size 2.0) 5 Pcs 67. Tube, Endoctracheal (size 2.5) 100 Pcs 68. Tube, Endoctracheal (size 3.0) 100 Pcs 69. Tube, Endoctracheal (size 3.5) 100 Pcs 70. Tube, Endoctracheal (size 6.5) 100 Pcs 71. Tube, Endoctracheal (size 7.0) 100 Pcs 72. Tube, Endoctracheal (size 7.5) 100 Pcs 73. Tube, Endoctracheal (size 8.0) 100 Pcs 74. Hospital Gauze Big 10 Rolls 75. Novosyn 1-0 Taper 1 Bxs 76. Novosyn 2-0 Big Needle Taper 1 Bxs 77. Novosyn 3.0 Cutting 1 Bxs 78. Novosyn 4.0 Cutting 1 Bxs 79. Pulse Oximeter Neonate 10 Pcs 80. Shoe Cover 100's 10 Bxs 81. Skin Taper 10 Bxs 82. Autoclave Tape 20 Pcs 83. Spinal Needle G25 20's 25 Bxs 84. Armsling Large 60 Pcs 85. Armsling Medium 60 Pcs 86. Armsling Small 60 Pcs 87. Lidocaine Hcl 2% Carpules 50's 18 Bxs 88. Disposable Dental Needle G27 Short 100's 6 Bxs 89. Topical Anesthetic Gel (benzocaine 30g) 5 Bots 90. Disposable Dental Bibs 100's 18 Packs 91. Disposable Glass 25's 18 Packs 92. Thermometer 120 Pcs 93. Hair Bonnet 100's 10 Bxs Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening 2. The Provincial Government Of Misamis Oriental Now Invites Bids For The Above Procurement Project. Delivery Of The Goods Is Required By 30 Calendar Days. Bidders Should Have Completed, Within 2 Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. A. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra No. 5183. 4. Prospective Bidders May Obtain Further Information From Bids And Awards Committee Thru The Bac Secretariat At The Procurement Unit, Capitol Building, Cagayan De Oro City And Inspect The Bidding Documents At The Address Given Below During [8:00am-5:00 Pm]. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On [february 6, 2025 To February 26, 2025; 8:00am-3:00pm] From The Given Address Bids And Awards Committee Thru The Bac Secretariat At The Procurement Unit, Capitol Building, Cagayan De Oro City And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of [php5,000.00]. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment. 6. The Pgmo Through Its Bids And Awards Committee Will Hold A Pre-bid Conference On February 13, 2025 At 10:30 Am., Bids And Awards Committee Office, Conference Room, 2nd Flr., Capitol Bldg., Velez St., Cagayan De Oro City, Misamis Oriental, Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Bids And Awards Committee Office, Conference Room, 2nd Floor, Capitol Building, Cagayan De Oro City. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 9. Submission Of Bids Shall Be On February 27, 2025; 8:00am-10:00am And Bid Opening Shall Be On February 27, 2025; 10:30am At The Given Address Bids And Awards Committee Office, Conference Room, 2nd Floor, Capitol Building, Cagayan De Oro City. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The Provincial Government Of Misamis Oriental Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 11. For Further Information, Please Refer To: Ms. Jacquiline M. Noble Head, Bac Secretariat C/o Procurement Unit Capitol Building Cagayan De Oro City. Bacmisamisoriental@gmail.com Www.misamisoriental.gov.ph Sgd Filemon R. Aguilar, Jr. Bac, Chairman
Closing Date27 Feb 2025
Tender AmountPHP 1.6 Million (USD 29.3 K)

Province Of Ifugao Tender

Automobiles and Auto Parts
Philippines
Details: Description Republic Of The Philippines Cordillera Administrative Region Provincial Local Government Unit Of Ifugao Bids And Awards Committee On Goods Request For Price Quotation (for Abc Of Php 100,000 & Above) Pr No. 973 Date: February 18, 2025 Office: Pgo-pdrrmo Rfq No.: Bac Canvass Cost Of Bid Documents: Php 500.00 (please Fill Up This Part) ( Mandatory) Company/ Business Name: Address; Business/mayor's Permit No. Tin: Philgeps Registration Number(required): The Provincial Local Government Unit Of Ifugao, Through Its Bids And Awards Committee (bac), Intends To Procure Vehicle Spareparts , In Accordance With Section 53.9 (negotiated Procurement-small Value Procurement) Of The 2016 Revised Implementing Rules And Regulations Of Public Act. No. 9184 Please Quote Your Best Offer For The Item/s Described Herein,subject To The Terms And Conditions Provided On The Last Page Of The Rfq. Submit Your Quotation Using This Form, Duly Signed By You Or Your Duly Authorized Representative On Or Before February 27, 2025 At 1:00 Pm Based On The Bac- Wall Clock. Late Submission Will Not Be Accepted. The Following Documents Are Required To Be Submitted During The Post-evaluation And Qualification Of Your Offered Bid. Failure To Submit/ Comply With The Said Documents Will Be A Ground For Disqualification. Document Remarks Official Receipt Of Payment Issued By The Provincial Treasury Office Or Deposit Slip From The Land Bank Account Of The Plgu (0832-1085-53) 1. For 100,000.00-500,000.00 Abc (php 500.00) 2.for 500,001.00- 1 Million Abc (php 1,000.00) Copy Of 2024 Mayor's Permit Or Business Permit 1. No Need To Submit If A Copy Of The 2024 Mayors Permit Was Already Submitted At The Bac Office. Notarized Omnibus Sworn Statement (gppb-prescribed Form)(for Above 50k Abc) 1. Forms Are Available At The Bac Office. Annual Income Tax Return (for Above 500k Abc) 1. 2023 Annual Income Tax Return. 2. No Need To Submit If A Copy Of The 2022 Annual Income Tax Return Was Already Submitted At The Bac Office. Special Power Of Attorney (spa Or Secretary's Certificate) 1. To Be Submitted If The Person Is An Authorized Representative. 2. Should Be Duly Notarized. 3. To Be Presented To The Bac-secretariat Upon Submission Of The Rfq. Original Brochure With Complete Specifications 1. For Office Equipments, Information Technology (it)equipments, Agricultural And Medical Equipments, Motor Cycles, Industrial Equipments And All Other Equipments That Has Technical Specifications. For Any Clarification, You May Contact Us At Telephone No. 09539316730 Or Email Address At Bacgoodsifugao13@gmail.com. Carmelita B. Buyuccan Bac- Chairperson Page 1 Instructions: 1. Accomplish This Rfq Correctly And Accurately. 2. Do Not Alter The Contents Of This Form In Any Way. 3. All Technical Specifications Are Mandatory. Failure To Comply With Any Of The Mandatory Requirements Will Disqualify Your Quotation. 4. Fill Up Completely All Necessary Information & Affix Signature Over Printed Name On The Place As Designated. 5. Pay The Cost Of Bid Documents At The Provincial Treasury Office Or Thru The Land Bank Account Of The Plgu (php 500.00 For Abc Of 100,000.00-500, 000.00 & Php1,000.00 For Abc Of 500,001- 1,000,000.00). 6.submit The Complete Rfq Form From Page 1 To 5 Together W/ The Official Receipt Of The Paid Bid Documents. 7. Quotations May Also Be Submitted Through Electronic Mail At Bacgoodsifugao13@gmail.com. 8. For Quotations Submitted Via Electronic Mail, The Date And Time Of Receipt Indicated In The Email Shall Be Used. 9. Failure To Follow These Instructions Will Disqualify Your Entire Quotation. After Having Carefully Read And Accepted The Terms And Conditions, I/we Submit Our Quotation/s For The Item/s As Follows: Item Purchasers Specifications Unit Of Qty Supplier's Supplier's Total Cost Brand Offered No. Issue Unit Cost 1 Valve Seat Ring Pc 1 - 2 Cylinder Head Gasket Set 1 - 3 Transfer Case Gasket Set 1 - 4 Valve Seal Ps 16 - 5 Valve Cover Gasket Set 1 - 6 Glow Plug Pcs 4 - 7 1a92/1b 92 Engine Valve Set 1 - 8 Air Filter - Mar 3759 Set 1 - 9 Axle Grease Pcs 6 - 10 Mark Fak Mp3 Pc 1 - 11 Stud With Nut Pcs 3 - 12 Brake Shoe Pc 1 - 13 Front Inner Bearing Pcs 2 - 14 Front Outer Bearing Pcs 2 - Page 2 15 Oil Seal Pcs 2 - 16 C-clip Pc 1 - 17 Hose Clamp Pc 1 - 18 Brake Drum Pc 1 - 19 Bearing Pc 1 - 20 Grease Fitting Pcs 4 - 21 Cross Joint - Guis52 Pc 1 - 22 Wurth Brake Cleaner Pcs 2 - 23 8-53343r Hand Brake Cable Pc 1 - 24 8-9353343r Hand Brake Cable Pc 1 - 25 Insulator Hose Pc 1 - 26 Electrical Tape Pcs 2 - 27 Auto Lamp W2, 1x9, 5d Pcs 2 - 28 Flat Blade Fuse (mini-10,8x16, 5mm-red-10a Pc 1 - 29 Contact Cleaner Pcs 2 - 30 Specialist Fast Drying Contact Cleaner 200ml Pc 1 - 31 Fuel Filter Pc 1 - 32 Injector Cleaning Pcs 4 - 33 Injector Seat Pcs 4 - 34 Injector O-ring Pcs 4 - 35 Clutch Operating Set 1 - 36 Grille Set 1 - 37 Foglite Set 1 - 38 Bosch Clear Advantage (singles)-18" Pcs 2 - 300.00 Page 3 39 Power Steering Set 1 - 40 Rack And Pinion Set 1 - 41 Tale Gate - 1s-3562 Handle Set 1 - 42 R-chp Pcs 4 - 43 Metal Crews Pcs 30 - **** Nothing Follows **** - Bidder's Grand Total: Grand Total: 110,992.00 - Purpose: Repair And Maintenance Of Vehicle Sjv-679. Signature Over Printed Name Of Bidder Position/designation Date Canvassed By: Helen Cacliong Signature Over Printed Name Canvasser Position/designation Date Page 4 Terms And Conditions: 1. Bidders Shall Provide Correct And Accurate Information Required In This Form. 2. Price Quotation/s Must Be Valid For A Period Of Ninety (90) Calendar Days From The Date Of Submission. 3. Price Quotation/s, To Be Denominated In Philippine Peso, Shall Include All Taxes, Duties, And/or Levies Payable. 4. Quotations Exceeding The Approved Budget For The Contract Shall Be Rejected. 5. One Project Having Several Items, Which Shall Be Awarded As Separate Contract Per Item. 6. Award Of Contract Shall Be Made To The Lowest Quotation ( For Goods And Infrastructure) Or, The Highest-rated Offer (for Consulting Services) Which Complies With The Minimum Technical Specifications And Other Terms And Conditions Stated Herein. 7. Any Interlineations, Erasures, Or Overwriting Shall Be Valid Only If They Are Signed Or Initialed By You Or Any Of Your Duly Authorized Representative/s. 8. The Item/s Shall Be Delivered According To The Requirements Specified In The Technical Specifications. 9. The Bids And Awards Committee Of Ifugao Shall Have The Right To Inspect And/or To Test The Goods To Confirm Their Conformity With The Technical Specifications. 10. In Case Two Or More Bidders Are Determined To Have Submitted The Lowest Calculated And Responsive Quotation, The Bac- Ifugao Shall Adopt And Employ "draw Lots" Or "similar Method Of Chance" As The Tie-breaking Method To Finally Determine The Single Winning Provider In Accordance With Gppb Circular 06-2005. 11.delivery Period Should Be Within Ten (10) Days Upon Receipt Of Purchase Order (p.o). 12. Payment Shall Be Made After Delivery And Upon The Submission Of The Required Supporting Documents,ie, Order Slip And/or Billing Statement, By The Supplier, Contractor, Or Consultant. Our Government Servicing Bank, I.e., The Land Bank Of The Philippines, Shall Credit The Amount Due To The Identified Bank Account Of The Supplier, Contractor,or Consultant Not Earlier Than Twenty-four (24) Hours, But Not Later Than Forty-eight (48) Hours, Upon Receipt Of Our Advice. Please Note That The Corresponding Bank Transfer Fee, If Any, Shall Be Chargeable To The Account Of The Supplier, Contactor, Or Consultant. 13. Liquidated Damages Equivalent To One-tenth Of One Percent (0.1%) Of The Value Of The Goods Not Delivered Within The Prescribed Delivery Period Shall Be Imposed Per Day Of Delay. The Plgu-ifugao May Rescind Or Terminate The Contact Once The Cumulative Amount Of Liquidated Damages Reaches Ten Percent (10%) Of The Amount Of The Contract, Without Prejudice To Other Courses Of Action And Remedies Open To It. 14. Warranty Under Section 62 Of Ra 9184 And Its Updated 2016 Revised Implementing Rules And Regulation. 62.1 For The Procurement Of Goods, In Order To Assure That Manufacturing Defects Shall Be Corrected By Supplier, A Warranty Security Shall Be Required From The Contract Awardee For A Minimum Period Of Three (3) Months, In The Case Of Expendable Supplies, Or A Minimum Period Of One (1) Year, In The Case Of Non-expendable Supplies, After Acceptance By The Procuring Entity Of The Delivered Supplies. The Obligation For The Warranty Shall Be Covered By Either Retention Money In An Amount Equivalent To One Percent (1%) Or A Special Bank Guarantee Equivalent To One Percent (1%) Of The Total Contract Price. The Said Amounts Shall Only Be Released After The Lapse Of The Warranty Period Or, In The Case Of Expandable Supplies, After Consumption Thereof: Provided, However, That The Supplies Delivered Are Free From Patent And Latent Defects And All The Conditions Imposed Under The Contract Have Been Fully Met. Signature Over Printed Name Of Bidder Position/ Designation Mobile Number/s Email Address/es Page 5
Closing Date27 Feb 2025
Tender AmountPHP 110.9 K (USD 1.9 K)

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Civil And Construction...+1Civil Works Others
Corrigendum : Closing Date Modified
United States
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.
Closing Date7 Feb 2025
Tender AmountRefer Documents 

City Of Bais Tender

Automobiles and Auto Parts
Philippines
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
Closing Date18 Feb 2025
Tender AmountPHP 649 K (USD 11.2 K)

Local Government Unit Of Daet Tender

Others
Philippines
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
Closing Date10 Feb 2025
Tender AmountPHP 925 K (USD 15.9 K)
2611-2620 of 2673 archived Tenders