Solid Waste Tenders

BULACAN AGRICULTURAL STATE COLLEGE Tender

Machinery and Tools
Corrigendum : Closing Date Modified
Philippines
Details: Description Bulacan Agricultural State College San Ildefonso, Bulacan 3010 Procurement Of Goods 2025-04g: Acquisition Of Equipment And Other Equipment For The Provision Of Higher Education Services (lot 2: Agricultural Laboratory Equipment) Fy 2025 Preface These Philippine Bidding Documents (pbds) For The Procurement Of Goods Through Competitive Bidding Have Been Prepared By The Government Of The Philippines For Use By Any Branch, Constitutional Commission Or Office, Agency, Department, Bureau, Office, Or Instrumentality Of The Government Of The Philippines, National Government Agencies, Including Government-owned And/or Controlled Corporations, Government Financing Institutions, State Universities And Colleges, And Local Government Unit. The Procedures And Practices Presented In This Document Have Been Developed Through Broad Experience, And Are For Mandatory Use In Projects That Are Financed In Whole Or In Part By The Government Of The Philippines Or Any Foreign Government/foreign Or International Financing Institution In Accordance With The Provisions Of The 2016 Revised Implementing Rules And Regulations Of Republic Act No. 9184. The Bidding Documents Shall Clearly And Adequately Define, Among Others: (i) The Objectives, Scope, And Expected Outputs And/or Results Of The Proposed Contract Or Framework Agreement, As The Case May Be; (ii) The Eligibility Requirements Of Bidders; (iii) The Expected Contract Or Framework Agreement Duration, The Estimated Quantity In The Case Of Procurement Of Goods, Delivery Schedule And/or Time Frame; And (iv) The Obligations, Duties, And/or Functions Of The Winning Bidder. Care Should Be Taken To Check The Relevance Of The Provisions Of The Pbds Against The Requirements Of The Specific Goods To Be Procured. If Duplication Of A Subject Is Inevitable In Other Sections Of The Document Prepared By The Procuring Entity, Care Must Be Exercised To Avoid Contradictions Between Clauses Dealing With The Same Matter. Moreover, Each Section Is Prepared With Notes Intended Only As Information For The Procuring Entity Or The Person Drafting The Bidding Documents. They Shall Not Be Included In The Final Documents. The Following General Directions Should Be Observed When Using The Documents: A. All The Documents Listed In The Table Of Contents Are Normally Required For The Procurement Of Goods. However, They Should Be Adapted As Necessary To The Circumstances Of The Particular Procurement Project. B. Specific Details, Such As The “name Of The Procuring Entity” And “address For Bid Submission,” Should Be Furnished In The Instructions To Bidders, Bid Data Sheet, And Special Conditions Of Contract. The Final Documents Should Contain Neither Blank Spaces Nor Options. C. This Preface And The Footnotes Or Notes In Italics Included In The Invitation To Bid, Bid Data Sheet, General Conditions Of Contract, Special Conditions Of Contract, Schedule Of Requirements, And Specifications Are Not Part Of The Text Of The Final Document, Although They Contain Instructions That The Procuring Entity Should Strictly Follow. D. The Cover Should Be Modified As Required To Identify The Bidding Documents As To The Procurement Project, Project Identification Number, And Procuring Entity, In Addition To The Date Of Issue. E. Modifications For Specific Procurement Project Details Should Be Provided In The Special Conditions Of Contract As Amendments To The Conditions Of Contract. For Easy Completion, Whenever Reference Has To Be Made To Specific Clauses In The Bid Data Sheet Or Special Conditions Of Contract, These Terms Shall Be Printed In Bold Typeface On Sections I (instructions To Bidders) And Iii (general Conditions Of Contract), Respectively. F. For Guidelines On The Use Of Bidding Forms And The Procurement Of Foreign- Assisted Projects, These Will Be Covered By A Separate Issuance Of The Government Procurement Policy Board. Table Of Contents Glossary Of Acronyms, Terms, And Abbreviations 4 Section I. Invitation To Bid 7 Section Ii. Instructions To Bidders 10 1. Scope Of Bid 11 2. Funding Information 11 3. Bidding Requirements 11 4. Corrupt, Fraudulent, Collusive, And Coercive Practices 11 5. Eligible Bidders 11 6. Origin Of Goods 12 7. Subcontracts 12 8. Pre-bid Conference 12 9. Clarification And Amendment Of Bidding Documents 12 10. Documents Comprising The Bid: Eligibility And Technical Components 12 11. Documents Comprising The Bid: Financial Component 13 12. Bid Prices 13 13. Bid And Payment Currencies 14 14. Bid Security 14 15. Sealing And Marking Of Bids 14 16. Deadline For Submission Of Bids 14 17. Opening And Preliminary Examination Of Bids 15 18. Domestic Preference 15 19. Detailed Evaluation And Comparison Of Bids 15 20. Post-qualification 16 21. Signing Of The Contract 16 Section Iii. Bid Data Sheet 17 Section Iv. General Conditions Of Contract 19 1. Scope Of Contract 20 2. Advance Payment And Terms Of Payment 20 3. Performance Security 20 4. Inspection And Tests 20 5. Warranty 21 6. Liability Of The Supplier 21 Section V. Special Conditions Of Contract 22 Section Vi. Schedule Of Requirements 24 Section Vii. Technical Specifications 28 Section Viii. Checklist Of Technical And Financial Documents 34 Glossary Of Acronyms, Terms, And Abbreviations Abc – Approved Budget For The Contract. Bac – Bids And Awards Committee. Bid – A Signed Offer Or Proposal To Undertake A Contract Submitted By A Bidder In Response To And In Consonance With The Requirements Of The Bidding Documents. Also Referred To As Proposal And Tender. (2016 Revised Irr, Section 5[c]) Bidder – Refers To A Contractor, Manufacturer, Supplier, Distributor And/or Consultant Who Submits A Bid In Response To The Requirements Of The Bidding Documents. (2016 Revised Irr, Section 5[d]) Bidding Documents – The Documents Issued By The Procuring Entity As The Bases For Bids, Furnishing All Information Necessary For A Prospective Bidder To Prepare A Bid For The Goods, Infrastructure Projects, And/or Consulting Services Required By The Procuring Entity. (2016 Revised Irr, Section 5[e]) Bir – Bureau Of Internal Revenue. Bsp – Bangko Sentral Ng Pilipinas. Consulting Services – Refer To Services For Infrastructure Projects And Other Types Of Projects Or Activities Of The Gop Requiring Adequate External Technical And Professional Expertise That Are Beyond The Capability And/or Capacity Of The Gop To Undertake Such As, But Not Limited To: (i) Advisory And Review Services; (ii) Pre-investment Or Feasibility Studies; (iii) Design; (iv) Construction Supervision; (v) Management And Related Services; And (vi) Other Technical Services Or Special Studies. (2016 Revised Irr, Section 5[i]) Cda - Cooperative Development Authority. Contract – Refers To The Agreement Entered Into Between The Procuring Entity And The Supplier Or Manufacturer Or Distributor Or Service Provider For Procurement Of Goods And Services; Contractor For Procurement Of Infrastructure Projects; Or Consultant Or Consulting Firm For Procurement Of Consulting Services; As The Case May Be, As Recorded In The Contract Form Signed By The Parties, Including All Attachments And Appendices Thereto And All Documents Incorporated By Reference Therein. Cif – Cost Insurance And Freight. Cip – Carriage And Insurance Paid. Cpi – Consumer Price Index. Ddp – Refers To The Quoted Price Of The Goods, Which Means “delivered Duty Paid.” Dti – Department Of Trade And Industry. Exw – Ex Works. Fca – “free Carrier” Shipping Point. Fob – “free On Board” Shipping Point. Foreign-funded Procurement Or Foreign-assisted Project– Refers To Procurement Whose Funding Source Is From A Foreign Government, Foreign Or International Financing Institution As Specified In The Treaty Or International Or Executive Agreement. (2016 Revised Irr, Section 5[b]). Framework Agreement – Refers To A Written Agreement Between A Procuring Entity And A Supplier Or Service Provider That Identifies The Terms And Conditions, Under Which Specific Purchases, Otherwise Known As “call-offs,” Are Made For The Duration Of The Agreement. It Is In The Nature Of An Option Contract Between The Procuring Entity And The Bidder(s) Granting The Procuring Entity The Option To Either Place An Order For Any Of The Goods Or Services Identified In The Framework Agreement List Or Not Buy At All, Within A Minimum Period Of One (1) Year To A Maximum Period Of Three (3) Years. (gppb Resolution No. 27-2019) Gfi – Government Financial Institution. Gocc – Government-owned And/or –controlled Corporation. Goods – Refer To All Items, Supplies, Materials And General Support Services, Except Consulting Services And Infrastructure Projects, Which May Be Needed In The Transaction Of Public Businesses Or In The Pursuit Of Any Government Undertaking, Project Or Activity, Whether In The Nature Of Equipment, Furniture, Stationery, Materials For Construction, Or Personal Property Of Any Kind, Including Non-personal Or Contractual Services Such As The Repair And Maintenance Of Equipment And Furniture, As Well As Trucking, Hauling, Janitorial, Security, And Related Or Analogous Services, As Well As Procurement Of Materials And Supplies Provided By The Procuring Entity For Such Services. The Term “related” Or “analogous Services” Shall Include, But Is Not Limited To, Lease Or Purchase Of Office Space, Media Advertisements, Health Maintenance Services, And Other Services Essential To The Operation Of The Procuring Entity. (2016 Revised Irr, Section 5[r]) Gop – Government Of The Philippines. Gppb – Government Procurement Policy Board. Incoterms – International Commercial Terms. Infrastructure Projects – Include The Construction, Improvement, Rehabilitation, Demolition, Repair, Restoration Or Maintenance Of Roads And Bridges, Railways, Airports, Seaports, Communication Facilities, Civil Works Components Of Information Technology Projects, Irrigation, Flood Control And Drainage, Water Supply, Sanitation, Sewerage And Solid Waste Management Systems, Shore Protection, Energy/power And Electrification Facilities, National Buildings, School Buildings, Hospital Buildings, And Other Related Construction Projects Of The Government. Also Referred To As Civil Works Or Works. (2016 Revised Irr, Section 5[u]) Lgus – Local Government Units. Nfcc – Net Financial Contracting Capacity. Nga – National Government Agency. Philgeps - Philippine Government Electronic Procurement System. Procurement Project – Refers To A Specific Or Identified Procurement Covering Goods, Infrastructure Project Or Consulting Services. A Procurement Project Shall Be Described, Detailed, And Scheduled In The Project Procurement Management Plan Prepared By The Agency Which Shall Be Consolidated In The Procuring Entity's Annual Procurement Plan. (gppb Circular No. 06-2019 Dated 17 July 2019) Psa – Philippine Statistics Authority. Sec – Securities And Exchange Commission. Slcc – Single Largest Completed Contract. Supplier – Refers To A Citizen, Or Any Corporate Body Or Commercial Company Duly Organized And Registered Under The Laws Where It Is Established, Habitually Established In Business And Engaged In The Manufacture Or Sale Of The Merchandise Or Performance Of The General Services Covered By His Bid. (item 3.8 Of Gppb Resolution No. 13-2019, Dated 23 May 2019). Supplier As Used In These Bidding Documents May Likewise Refer To A Distributor, Manufacturer, Contractor, Or Consultant. Un – United Nations. Section I. Invitation To Bid Notes On The Invitation To Bid The Invitation To Bid (ib) Provides Information That Enables Potential Bidders To Decide Whether To Participate In The Procurement At Hand. The Ib Shall Be Posted In Accordance With Section 21.2 Of The 2016 Revised Irr Of Ra No. 9184. Apart From The Essential Items Listed In The Bidding Documents, The Ib Should Also Indicate The Following: A. The Date Of Availability Of The Bidding Documents, Which Shall Be From The Time The Ib Is First Advertised/posted Until The Deadline For The Submission And Receipt Of Bids; B. The Place Where The Bidding Documents May Be Acquired Or The Website Where It May Be Downloaded; C. The Deadline For The Submission And Receipt Of Bids; And D. Any Important Bid Evaluation Criteria (e.g., The Application Of A Margin Of Preference In Bid Evaluation). The Ib Should Be Incorporated In The Bidding Documents. The Information Contained In The Ib Must Conform To The Bidding Documents And In Particular To The Relevant Information In The Bid Data Sheet. Bulacan Agricultural State College San Ildefonso, Bulacan 3010 Invitation To Bid For 2025-04g: Acquisition Of Equipment And Other Equipment For The Provision Of Higher Education Services (lot 2: Agricultural Laboratory Equipment) 1. The Bulacan Agricultural State College, Through The General Appropriations Act Of 2025 Intends To Apply The Sum Of Four Million One Hundred Forty Thousand Pesos (php4,140,000.00) Being The Abc To Payments Under The Contract 2025-04g: Acquisition Of Equipment And Other Equipment For The Provision Of Higher Education Services (lot 2: Agricultural Laboratory Equipment). Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Bulacan Agricultural State College Now Invites Bids For Acquisition Of Equipment And Other Equipment For The Provision Of Higher Education Services (lot 2: Agricultural Laboratory Equipment). Delivery Of The Goods Is Required With Contract Duration Of Ninety (90) Calendar Days. Bidders Should Have Completed, Within The Last Five (5) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (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. 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 Bulacan Agricultual State College And Inspect The Bidding Documents At The Address Given Below During Office Hours From 8am To 4:30pm Monday To Friday, Except Those Declared As Holidays. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On April 4, 2025 To April 23, 2025 From The Given Address And Website(s) Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Php5,000.00. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees By Presenting The Receipt Upon Submission Of Their Bid Documents. 6. The Bulacan Agricultural State College Will Hold A Pre-bid Conference1 On April 11, 2025, 09:00 Am Am Via Zoom Platform (meeting Id: 884 9404 6972, Passcode: Basc2025) Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated Below On Or Before 08:30 Am Of April 23, 2025. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 9. Bid Opening Shall Be On April 23, 2025, 09:00 Am At The Conference Room, Farmers’ Training Center, Basc, San Ildefonso, Bulacan. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. Observers Will Be Invited To Attend And Witness The Bid Proceedings. 11. The Bulacan Agricultural State College 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: Rona Angela O. Clarin Bac Secretariat Head Bulacan Agricultural State College Brgy. Pinaod, San Ildefonso, Bulacan (044) 697-1240 And 0923-108-1526 Ronaangela_clarin@basc.edu.ph Www.basc.edu.ph 13. You May Visit The Following Websites: For Downloading Of Bidding Documents: Http://www.basc.edu.ph April 4, 2025 (sgd) Ronald Reagan T. Alonzo,ph.d. Bac Chairperson 1 May Be Deleted In Case The Abc Is Less Than One Million Pesos (php1,000,000) Where The Procuring Entity May Not Hold A Pre-bid Conference. Section Ii. Instructions To Bidders 1. Scope Of Bid The Procuring Entity, Bulacan Agricultural State College Wishes To Receive Bids For The Acquisition Of Equipment And Other Equipment For The Provision Of Higher Education Services (lot 2: Agricultural Laboratory Equipment) With Identification Number 2025-04g. The Procurement Project (referred To Herein As “project”) Is Composed Of Thirteen (13) Items The Details Of Which Are Described In Section Vii (technical Specifications). 2. Funding Information 2.1. The Gop Through The Source Of Funding As Indicated Below For The Fiscal Year 2025 In The Amount Of Of Four Million One Hundred Forty Thousand Pesos (php4,140,000.00). 2.2. The Source Of Funding Is: A. Nga, The General Appropriations Act Of 2025 3. Bidding Requirements The Bidding For The Project Shall Be Governed By All The Provisions Of Ra No. 9184 And Its 2016 Revised Irr, Including Its Generic Procurement Manuals And Associated Policies, Rules And Regulations As The Primary Source Thereof, While The Herein Clauses Shall Serve As The Secondary Source Thereof. Any Amendments Made To The Irr And Other Gppb Issuances Shall Be Applicable Only To The Ongoing Posting, Advertisement, Or Ib By The Bac Through The Issuance Of A Supplemental Or Bid Bulletin. The Bidder, By The Act Of Submitting Its Bid, Shall Be Deemed To Have Verified And Accepted The General Requirements Of This Project, Including Other Factors That May Affect The Cost, Duration And Execution Or Implementation Of The Contract, Project, Or Work And Examine All Instructions, Forms, Terms, And Project Requirements In The Bidding Documents. 4. Corrupt, Fraudulent, Collusive, And Coercive Practices The Procuring Entity, As Well As The Bidders And Suppliers, Shall Observe The Highest Standard Of Ethics During The Procurement And Execution Of The Contract. They Or Through An Agent Shall Not Engage In Corrupt, Fraudulent, Collusive, Coercive, And Obstructive Practices Defined Under Annex “i” Of The 2016 Revised Irr Of Ra No. 9184 Or Other Integrity Violations In Competing For The Project. 5. Eligible Bidders 5.1. Only Bids Of Bidders Found To Be Legally, Technically, And Financially Capable Will Be Evaluated. 5.2. Not Applicable. 5.3. Pursuant To Section 23.4.1.3 Of The 2016 Revised Irr Of Ra No.9184, The Bidder Shall Have An Slcc That Is At Least One (1) Contract Similar To The Project The Value Of Which, Adjusted To Current Prices Using The Psa’s Cpi, Must Be At Least Equivalent To: A. For The Procurement Of Non-expendable Supplies And Services: The Bidder Must Have Completed A Single Contract That Is Similar To This Project, Equivalent To At Least Fifty Percent (50%) Of The Abc. 5.4. The Bidders Shall Comply With The Eligibility Criteria Under Section 23.4.1 Of The 2016 Irr Of Ra No. 9184. 6. Origin Of Goods There Is No Restriction On The Origin Of Goods Other Than Those Prohibited By A Decision Of The Un Security Council Taken Under Chapter Vii Of The Charter Of The Un, Subject To Domestic Preference Requirements Under Itb Clause 18. 7. Subcontracts 7.1. The Procuring Entity Has Prescribed That: A. Subcontracting Is Not Allowed. 8. Pre-bid Conference The Procuring Entity Will Hold A Pre-bid Conference For This Project On The Specified Date And Through Videoconferencing/webcasting As Indicated In Paragraph 6 Of The Ib. 9. Clarification And Amendment Of Bidding Documents Prospective Bidders May Request For Clarification On And/or Interpretation Of Any Part Of The Bidding Documents. Such Requests Must Be In Writing And Received By The Procuring Entity, Either At Its Given Address Or Through Electronic Mail Indicated In The Ib, At Least Ten (10) Calendar Days Before The Deadline Set For The Submission And Receipt Of Bids. 10. Documents Comprising The Bid: Eligibility And Technical Components 10.1. The First Envelope Shall Contain The Eligibility And Technical Documents Of The Bid As Specified In Section Viii (checklist Of Technical And Financial Documents). 10.2. The Bidder’s Slcc As Indicated In Itb Clause 5.3 Should Have Been Completed Within The Last Five (5) Years Prior To The Deadline For The Submission And Receipt Of Bids. 10.3. If The Eligibility Requirements Or Statements, The Bids, And All Other Documents For Submission To The Bac Are In Foreign Language Other Than English, It Must Be Accompanied By A Translation In English, Which Shall Be Authenticated By The Appropriate Philippine Foreign Service Establishment, Post, Or The Equivalent Office Having Jurisdiction Over The Foreign Bidder’s Affairs In The Philippines. Similar To The Required Authentication Above, For Contracting Parties To The Apostille Convention, Only The Translated Documents Shall Be Authenticated Through An Apostille Pursuant To Gppb Resolution No. 13-2019 Dated 23 May 2019. The English Translation Shall Govern, For Purposes Of Interpretation Of The Bid. 11. Documents Comprising The Bid: Financial Component 11.1. The Second Bid Envelope Shall Contain The Financial Documents For The Bid As Specified In Section Viii (checklist Of Technical And Financial Documents). 11.2. If The Bidder Claims Preference As A Domestic Bidder Or Domestic Entity, A Certification Issued By Dti Shall Be Provided By The Bidder In Accordance With Section 43.1.3 Of The 2016 Revised Irr Of Ra No. 9184. 11.3. Any Bid Exceeding The Abc Indicated In Paragraph 1 Of The Ib Shall Not Be Accepted. 11.4. For Foreign-funded Procurement, A Ceiling May Be Applied To Bid Prices Provided The Conditions Are Met Under Section 31.2 Of The 2016 Revised Irr Of Ra No. 9184. 12. Bid Prices 12.1. Prices Indicated On The Price Schedule Shall Be Entered Separately In The Following Manner: A. For Goods Offered From Within The Procuring Entity’s Country: I. The Price Of The Goods Quoted Exw (ex-works, Ex-factory, Ex- Warehouse, Ex-showroom, Or Off-the-shelf, As Applicable); Ii. The Cost Of All Customs Duties And Sales And Other Taxes Already Paid Or Payable; Iii. The Cost Of Transportation, Insurance, And Other Costs Incidental To Delivery Of The Goods To Their Final Destination; And Iv. The Price Of Other (incidental) Services, If Any, Listed In E. B. For Goods Offered From Abroad: I. Unless Otherwise Stated In The Bds, The Price Of The Goods Shall Be Quoted Delivered Duty Paid (ddp) With The Place Of Destination In The Philippines As Specified In The Bds. In Quoting The Price, The Bidder Shall Be Free To Use Transportation Through Carriers Registered In Any Eligible Country. Similarly, The Bidder May Obtain Insurance Services From Any Eligible Source Country. Ii. The Price Of Other (incidental) Services, If Any, As Listed In Section Vii (technical Specifications). 13. Bid And Payment Currencies 13.1. For Goods That The Bidder Will Supply From Outside The Philippines, The Bid Prices May Be Quoted In The Local Currency Or Tradeable Currency Accepted By The Bsp At The Discretion Of The Bidder. However, For Purposes Of Bid Evaluation, Bids Denominated In Foreign Currencies, Shall Be Converted To Philippine Currency Based On The Exchange Rate As Published In The Bsp Reference Rate Bulletin On The Day Of The Bid Opening. 13.2. Payment Of The Contract Price Shall Be Made In Philippine Pesos. 14. Bid Security 14.1. The Bidder Shall Submit A Bid Securing Declaration2 Or Any Form Of Bid Security In The Amount Indicated In The Bds, Which Shall Be Not Less Than The Percentage Of The Abc In Accordance With The Schedule In The Bds. 14.2. The Bid And Bid Security Shall Be Valid Until 120 Days From The Opening Of Bids. Any Bid Not Accompanied By An Acceptable Bid Security Shall Be Rejected By The Procuring Entity As Non-responsive. 15. Sealing And Marking Of Bids Each Bidder Shall Submit One Copy Of The Original Of The First And Second Components Of Its Bid And Plus Two (2) Copies Of Each Kind, Labeled As Copy 1 And Copy 2. The Procuring Entity May Request Additional Hard Copies And/or Electronic Copies Of The Bid. However, Failure Of The Bidders To Comply With The Said Request Shall Not Be A Ground For Disqualification. If The Procuring Entity Allows The Submission Of Bids Through Online Submission Or Any Other Electronic Means, The Bidder Shall Submit An Electronic Copy Of Its Bid, Which Must Be Digitally Signed. An Electronic Copy That Cannot Be Opened Or Is Corrupted Shall Be Considered Non-responsive And, Thus, Automatically Disqualified. 16. Deadline For Submission Of Bids 16.1. The Bidders Shall Submit On The Specified Date And Time And Either At Its Physical Address Or Through Online Submission As Indicated In Paragraph 7 Of The Ib. 2 In The Case Of Framework Agreement, The Undertaking Shall Refer To Entering Into Contract With The Procuring Entity And Furnishing Of The Performance Security Or The Performance Securing Declaration Within Ten (10) Calendar Days From Receipt Of Notice To Execute Framework Agreement. 17. Opening And Preliminary Examination Of Bids 17.1. The Bac Shall Open The Bids In Public At The Time, On The Date, And At The Place Specified In Paragraph 9 Of The Ib. The Bidders’ Representatives Who Are Present Shall Sign A Register Evidencing Their Attendance. In Case Videoconferencing, Webcasting Or Other Similar Technologies Will Be Used, Attendance Of Participants Shall Likewise Be Recorded By The Bac Secretariat. In Case The Bids Cannot Be Opened As Scheduled Due To Justifiable Reasons, The Rescheduling Requirements Under Section 29 Of The 2016 Revised Irr Of Ra No. 9184 Shall Prevail. 17.2. The Preliminary Examination Of Bids Shall Be Governed By Section 30 Of The 2016 Revised Irr Of Ra No. 9184. 18. Domestic Preference 18.1. The Procuring Entity Will Grant A Margin Of Preference For The Purpose Of Comparison Of Bids In Accordance With Section 43.1.2 Of The 2016 Revised Irr Of Ra No. 9184. 19. Detailed Evaluation And Comparison Of Bids 19.1. The Procuring Bac Shall Immediately Conduct A Detailed Evaluation Of All Bids Rated “passed,” Using Non-discretionary Pass/fail Criteria. The Bac Shall Consider The Conditions In The Evaluation Of Bids Under Section 32.2 Of The 2016 Revised Irr Of Ra No. 9184. 19.2. If The Project Allows Partial Bids, Bidders May Submit A Proposal On Any Of The Lots Or Items, And Evaluation Will Be Undertaken On A Per Lot Or Item Basis, As The Case Maybe. In This Case, The Bid Security As Required By Itb Clause 15 Shall Be Submitted For Each Lot Or Item Separately. 19.3. The Descriptions Of The Lots Or Items Shall Be Indicated In Section Vii (technical Specifications), Although The Abcs Of These Lots Or Items Are Indicated In The Bds For Purposes Of The Nfcc Computation Pursuant To Section 23.4.2.6 Of The 2016 Revised Irr Of Ra No. 9184. The Nfcc Must Be Sufficient For The Total Of The Abcs For All The Lots Or Items Participated In By The Prospective Bidder. 19.4. The Project Shall Be Awarded As One Project Or Per Lot Having Several Items That Shall Be Awarded As One Contract. 19.5. Except For Bidders Submitting A Committed Line Of Credit From A Universal Or Commercial Bank In Lieu Of Its Nfcc Computation, All Bids Must Include The Nfcc Computation Pursuant To Section 23.4.1.4 Of The 2016 Revised Irr Of Ra No. 9184, Which Must Be Sufficient For The Total Of The Abcs For All The Lots Or Items Participated In By The Prospective Bidder. For Bidders Submitting The Committed Line Of Credit, It Must Be At Least Equal To Ten Percent (10%) Of The Abcs For All The Lots Or Items Participated In By The Prospective Bidder. 20. Post-qualification 20.1. Within A Non-extendible Period Of Five (5) Calendar Days From Receipt By The Bidder Of The Notice From The Bac That It Submitted The Lowest Calculated Bid, The Bidder Shall Submit Its Latest Income And Business Tax Returns Filed And Paid Through The Bir Electronic Filing And Payment System (efps) And Other Appropriate Licenses And Permits Required By Law And Stated In The Bds. 21. Signing Of The Contract 21.1. The Documents Required In Section 37.2 Of The 2016 Revised Irr Of Ra No. 9184 Shall Form Part Of The Contract. Additional Contract Documents Are Indicated In The Bds. Section Iii. Bid Data Sheet Bid Data Sheet Itb Clause 5.3 For This Purpose, Contracts Similar To The Project Shall Be: A. Supply, Delivery, And Installation Of Laboratory Equipment B. Completed Within Five (5) Years Prior To The Deadline For The Submission And Receipt Of Bids. 7.1 Subcontracting Is Not Allowed. 12 The Bid Prices Of Goods And Services Supplied From Outside Of The Philippines Shall Be Quoted In Philippine Pesos. 14.1 The Bid Security Shall Be In The Form Of A Bid Securing Declaration, Or Any Of The Following Forms And Amounts: A. The Amount Of Not Less Than Php82,800.00. [(2%) Of The Abc] If Bid Security Is In Cash, Cashier’s/manager’s Check, Bank Draft/guarantee Or Irrevocable Letter Of Credit; Or B. The Amount Of Not Less Than Php207,000.00. [(5%) Of The Abc], If Bid Security Is In Surety Bond. 19.3 The Project Will Be Awarded As A Single Project. 20.2 1. Income Tax Return (form 1701/1702) With Audited Financial Statement., 2. Business Tax Return (forms 2550m And 2550q) Prior To Opening Of Bids Filed Thru Electronic Filing And Payment System (efps). Only Tax Returns Filed And Taxes Paid Through The Bir Electronic Filing And Payment System (efps) Shall Be Accepted. 21.2 Not Applicable Section Iv. General Conditions Of Contract 1. Scope Of Contract This Contract Shall Include All Such Items, Although Not Specifically Mentioned, That Can Be Reasonably Inferred As Being Required For Its Completion As If Such Items Were Expressly Mentioned Herein. All The Provisions Of Ra No. 9184 And Its 2016 Revised Irr, Including The Generic Procurement Manual, And Associated Issuances, Constitute The Primary Source For The Terms And Conditions Of The Contract, And Thus, Applicable In Contract Implementation. Herein Clauses Shall Serve As The Secondary Source For The Terms And Conditions Of The Contract. This Is Without Prejudice To Sections 74.1 And 74.2 Of The 2016 Revised Irr Of Ra No. 9184 Allowing The Gppb To Amend The Irr, Which Shall Be Applied To All Procurement Activities, The Advertisement, Posting, Or Invitation Of Which Were Issued After The Effectivity Of The Said Amendment. Additional Requirements For The Completion Of This Contract Shall Be Provided In The Special Conditions Of Contract (scc). 2. Advance Payment And Terms Of Payment 2.1. Advance Payment Of The Contract Amount Is Provided Under Annex “d” Of The Revised 2016 Irr Of Ra No. 9184. 2.2. The Procuring Entity Is Allowed To Determine The Terms Of Payment On The Partial Or Staggered Delivery Of The Goods Procured, Provided Such Partial Payment Shall Correspond To The Value Of The Goods Delivered And Accepted In Accordance With Prevailing Accounting And Auditing Rules And Regulations. The Terms Of Payment Are Indicated In The Scc. 3. Performance Security Within Ten (10) Calendar Days From Receipt Of The Notice Of Award By The Bidder From The Procuring Entity But In No Case Later Than Prior To The Signing Of The Contract By Both Parties, The Successful Bidder Shall Furnish The Performance Security In Any Of The Forms Prescribed In Section 39 Of The 2016 Revised Irr Of Ra No. 9184 4. Inspection And Tests The Procuring Entity Or Its Representative Shall Have The Right To Inspect And/or To Test The Goods To Confirm Their Conformity To The Project In Addition To Tests In The Scc, Section Iv (technical Specifications) Shall Specify What Inspections And/or Tests The Procuring Entity Requires, And Where They Are To Be Conducted. The Procuring Entity Shall Notify The Supplier In Writing, In A Timely Manner, Of The Identity Of Any Representatives Retained For These Purposes. All Reasonable Facilities And Assistance For The Inspection And Testing Of Goods, Including Access To Drawings And Production Data, Shall Be Provided By The Supplier To The Authorized Inspectors At No Charge To The Procuring Entity. 5. Warranty 6.1. In Order To Assure That Manufacturing Defects Shall Be Corrected By The Supplier, A Warranty Shall Be Required From The Supplier As Provided Under Section 62.1 Of The 2016 Revised Irr Of Ra No. 9184. 6.2. The Procuring Entity Shall Promptly Notify The Supplier In Writing Of Any Claims Arising Under This Warranty. Upon Receipt Of Such Notice, The Supplier Shall, Repair Or Replace The Defective Goods Or Parts Thereof Without Cost To The Procuring Entity, Pursuant To The Generic Procurement Manual. 6. Liability Of The Supplier The Supplier’s Liability Under This Contract Shall Be As Provided By The Laws Of The Republic Of The Philippines. If The Supplier Is A Joint Venture, All Partners To The Joint Venture Shall Be Jointly And Severally Liable To The Procuring Entity. Section V. Special Conditions Of Contract Special Conditions Of Contract Gcc Clause 1 Delivery And Documents – For Purposes Of The Contract, “exw,” “fob,” “fca,” “cif,” “cip,” “ddp” And Other Trade Terms Used To Describe The Obligations Of The Parties Shall Have The Meanings Assigned To Them By The Current Edition Of Incoterms Published By The International Chamber Of Commerce, Paris. The Delivery Terms Of This Contract Shall Be As Follows: For Goods Supplied From Abroad, “the Delivery Terms Applicable To The Contract Are Ddp Delivered At The Bulacan Agricultural State College, Pinaod, San Ildefonso, Bulacan. In Accordance With Incoterms.” For Goods Supplied From Within The Philippines, “the Delivery Terms Applicable To This Contract Are Delivered At The Bulacan Agricultural State College, Pinaod, San Ildefonso, Bulacan. Risk And Title Will Pass From The Supplier To The Procuring Entity Upon Receipt And Final Acceptance Of The Goods At Their Final Destination.” Delivery Of The Goods Shall Be Made By The Supplier In Accordance With The Terms Specified In Section Vi (schedule Of Requirements). For Purposes Of This Clause The Procuring Entity’s Representative At The Project Site Is Ms. Rona Angela O. Clarin, Basc Property Officer. Incidental Services – No Further Instructions. Spare Parts – No Further Instructions. Packaging – No Further Instructions. Transportation – The Procuring Entity Accepts No Liability For The Damage Of Goods During Transit Other Than Those Prescribed By Incoterms For Ddp Deliveries. In The Case Of Goods Supplied From Within The Philippines Or Supplied By Domestic Suppliers Risk And Title Will Not Be Deemed To Have Passed To The Procuring Entity Until Their Receipt And Final Acceptance At The Final Destination. Intellectual Property Rights – No Further Instructions. 2.2 The Terms Of Payment Shall Be As Follows: Upon Certification Of Complete Delivery Of Items By The End User And Basc Inspection Team.” 4 The Inspections And Tests That Will Be Conducted Are: On Site Testing Of All Items To Be Procured. Section Vi. Schedule Of Requirements The Delivery Schedule Expressed As Weeks/months Stipulates Hereafter A Delivery Date Which Is The Date Of Delivery To The Project Site. Item Numbe R Description Quan Tity Delivered, Weeks/months 1 Multiwater Parameter Quality Instrument 1 Pc Ninety (90) Calendar Days Auto Stable Built-in Barometer Auto Buffer Recognition For Us And Nist Buffers Connectivity: Usb 2.0 User-upgradeable Software Via Usb And Website Data Manager Desktop Software Data Memory: 5,000 Data Sets (data, Date, Time, User-defined Info) Display: Graphic Display With Detailed Help; Backlit Display And Keypad Do Sensors: Polarographic Or Galvanic Field Sensors; Self- Stirring Polarographic Bod Sensor For The Lab With Needed Accessories Ysi Galvanic Dissolved Oxygen Sensor Ysi Ph (ise) Sensor Ysi Ammonium (ise) Sensor Ysi Nitrate (ise) Sensor Ysi Chloride (ise) Sensor 2 6-pack + Carousel Bundle Pipettors 1 Lot Ninety (90) Calendar Days (1) Pipette Adjustable 0.1-2.5μl (1) Pipette Adjustable 0.5-10μl (1) Pipette Adjustable 2-20μl (1) Pipette Adjustable 10-100μl (1) Pipette Adjustable 20-200μl (1) Pipette Adjustable 100-1000μl (1) Pipette Carousel For 6 Pipette 3 Digital Bottletop, Burette/dispenser; 50ml - Clear 2 Pcs Ninety (90) Calendar Days Clear Bottle Min Volume (ml)0.01 Max Volume (ml) 50 Division (ml)0.01 Accuracy±0.2% Reproducibility±0.1% Wetted Parts Borosilicate Glass, Ceramic, Etfe, Fep, Pfa, Platinum-iridium, Pp, And Ptfe 4 Digital Bottletop, Burette/dispenser; 50ml – Amber 2 Pcs Ninety (90) Calendar Days Amber Bottle Min Volume (ml)0.01 Max Volume (ml)50 Division (ml)0.01 Accuracy±0.2% Reproducibility±0.1% Wetted Parts Borosilicate Glass, Ceramic, Etfe, Fep, Pfa, Platinum-iridium, Pp, And Ptfe 5 Benchtop Meter, Ph Electrode, Conductivity/temp Probe, 1 Lot Ninety (90) Calendar Days With Software And Stand Ph Ph Range –2.000 To 20.000 Resolution 0.001, 0.01, 0.1 Ph Accuracy ±0.002 Ph Calibration Up To 6 (usa, Nist, Din, Or Custom Buffer Sets) Mv Connectors Bnc Range ±2000.0 Mv Resolution 0.1 Mv Accuracy ±0.2 Mv Calibration Offset Up To +150 Connectors Bnc Ise Range 0.001 To 19,999 Ppm Resolution 2 Or 3 Digits Accuracy 0.5% Full Scale (monovalent), 1% Full Scale (divalent) Calibration Up To 8 Points Connectors Bnc 6 Lcd Digital Magnetic Hotplate Stirrer 4 Pcs Ninety (90) Calendar Days 7 X 7 In. Magnetic Hot Plate Stirrer Digital Speed Controlling, Max. Speed At 1500 Rpm Work Plate Temperature Is Optimized Up To 550°c. Two Rotating Knobs Enable Easy Adjustment Of Speed And Temperature Heat Only, Stir Only Or Heat And Stir Together Functions Remote Control Able, Providing Pc Control And Data Transmission 7 Phase Contrast And Dark Field Microscope 1 Pc Ninety (90) Calendar Days Head: Binocular Eyepieces: 10x/22mm Nosepiece: 5 Place Nosepiece Objectives: Plan Phase 10x, 20x, 40x, 100x Oil Stage: Mechanical Xy Condenser: Phase Turret Condenser - Brightfield, Ph1, Ph2, Ph3, Darkfield Focusing: Coarse & Fine Illumination: Halogen W/ Blue Filter Inclusions: Compatible Avr Initial Calibration Certificate 1 Year Warranty On Parts And Services 8 Digital Orbital Shaker 1 Pc Ninety (90) Calendar Days Digital Feedback Control Shaking Motion Orbital Motion Speed Range 10 ~ 300 Rpm Max. Load 10 Kg Amplitude Of Rotation (mm) 20, 30, 40 Available (30 As Factory Default) Motor Brushless Dc Motor Permissible Ambient Temperature Ambient +5 ~ 50℃ Permissible Relative Moisture 85% Timer & Alarm 99hr 59min (with Continuous Run.), Error Status & Timer-end Display Digital Lcd With Back-light Function Controller Programmable Digital Feedback Controller 9 Digital Reciprocating Shaker 10~300 Rpm, Low Noise With 1 Pc Ninety (90) Calendar Days Programmable Digital Feedback Control Shaking Motion Reciprocating Speed Range 10 ~ 300 Rpm Amplitude Of Rotation (mm) 20, 30, 40 Available Timer & Alarm 99hr 59min (with Continuous Run.), Error Status & Timer-end Display Digital Lcd With Back-light Function Controller Programmable Digital Feedback Controller With Jog-shuttle Switch (turn+pus) Program Function 10 Steps, 6 Programs Platform Universal Platform For Various Shapes & Size Of Flask Durable & Flexible Plastic Flask Holder Alarm (error Status And Timer-end) 10 Scientific Vortex Mixer 2 Pcs Ninety (90) Calendar Days - Deal For Mixing Solutions In Test Tubes Or Small Flasks With Circular, Oscillating Movement - Variable Speed Control Allows Slow Speed Shaking Action Up To High Speed Vortexing - Gentle Mixing To Re-suspending Pellet - Continuous-run Or Touch-activated Run Modes. - Powerful Motor For Efficient Mixing - Optimized Counterbalance System Minimizes Vibration. - Special Designed Silicon Feet Absorb Vibration At High Speeds. - Electronic Speed Control For Constant Speed Even During Changes In Load - Universal Head For A Variety Of Mixing Applications - Accepting Vessels Up To 76mm Diameter - Mbr(methyl Methacrylate Butadiene Rubber) Feet For Ultra Stability And Vibration Damping 11 Soil Color Book – For Soil - 10y And 5gy Soil Chart For Glauconite Soils, - 5r Soil Chart For Australia And Southeast Asia -7.5r Soil Chart For Tropical And Semi-tropical Soils. - Low Chroma “white” Page Shows Half Steps From 8.5 To 9.5 In Value With Chromas Of 1 And 2 For N, 7.5yr, 10yr, And 2.5y. - Page To Describe Carbonate, Silica, Gypsum, And Soluble Salt Precipitates And Evaporites -light Gray Pages To Decrease Sun Glare. 5 Pcs Ninety (90) Calendar Days 12 Laboratory Speed Blender (for Animal Or Plant Tissue) 16-speed Blender Large 40-oz (118ml) Glass Pitcher With A Plastic Lid. The Lid Can Also Be Used As A Convenient 60ml Mixing Cup. 2 Pcs Ninety (90) Calendar Days 13 Portable 60 Liters/day Dehumidifier For Laboratory Extraction Rate: 60 Liters/day At 80% Rh Power Rating: 920w, 220v, 60hz, Single Phase With Rollers Casters Refrigerant: R410a, 240g Rated Current: 4.3a Max Noise Level: 48db Bucket Capacity: 6.5 Liters Humidity Control Range: 35 To 80% Ambient Environment 5-32c 1 Pc Ninety (90) Calendar Days All Items Must Have: At Least 1 Year Warranty After Sales Services Installation / Assembly Training On How To Use And Maintain The Equipment [signature] [in The Capacity Of] Duly Authorized To Sign Bid For And On Behalf Of Section Vii. Technical Specifications Notes For Preparing The Technical Specifications A Set Of Precise And Clear Specifications Is A Prerequisite For Bidders To Respond Realistically And Competitively To The Requirements Of The Procuring Entity Without Qualifying Their Bids. In The Context Of Competitive Bidding, The Specifications (e.g. Production/delivery Schedule, Manpower Requirements, And After-sales Service/parts, Descriptions Of The Lots Or Items) Must Be Prepared To Permit The Widest Possible Competition And, At The Same Time, Present A Clear Statement Of The Required Standards Of Workmanship, Materials, And Performance Of The Goods And Services To Be Procured. Only If This Is Done Will The Objectives Of Transparency, Equity, Efficiency, Fairness , And Economy In Procurement Be Realized, Responsiveness Of Bids Be Ensured, And The Subsequent Task Of Bid Evaluation And Post-qualification Facilitated. The Specifications Should Require That All Items, Materials And Accessories To Be Included Or Incorporated In The Goods Be New, Unused, And Of The Most Recent Or Current Models, And That They Include Or Incorporate All Recent Improvements In Design And Materials Unless Otherwise Provided In The Contract. Samples Of Specifications From Previous Similar Procurements Are Useful In This Respect. The Use Of Metric Units Is Encouraged. Depending On The Complexity Of The Goods And The Repetitiveness Of The Type Of Procurement, It May Be Advantageous To Standardize The General Technical Specifications And Incorporate Them In A Separate Subsection. The General Technical Specifications Should Cover All Classes Of Workmanship, Materials, And Equipment Commonly Involved In Manufacturing Similar Goods. Deletions Or Addenda Should Then Adapt The General Technical Specifications To The Particular Procurement. Care Must Be Taken In Drafting Specifications To Ensure That They Are Not Restrictive. In The Specification Of Standards For Equipment, Materials, And Workmanship, Recognized Philippine And International Standards Should Be Used As Much As Possible. Where Other Particular Standards Are Used, Whether National Standards Or Other Standards, The Specifications Should State That Equipment, Materials, And Workmanship That Meet Other Authoritative Standards, And Which Ensure At Least A Substantially Equal Quality Than The Standards Mentioned, Will Also Be Acceptable. The Following Clause May Be Inserted In The Special Conditions Of Contract Or The Technical Specifications. Sample Clause: Equivalency Of Standards And Codes Wherever Reference Is Made In The Technical Specifications To Specific Standards And Codes To Be Met By The Goods And Materials To Be Furnished Or Tested, The Provisions Of The Latest Edition Or Revision Of The Relevant Standards And Codes Shall Apply, Unless Otherwise Expressly Stated In The Contract. Where Such Standards And Codes Are National Or Relate To A Particular Country Or Region, Other Authoritative Standards That Ensure Substantial Equivalence To The Standards And Codes Specified Will Be Acceptable. Reference To Brand Name And Catalogue Number Should Be Avoided As Far As Possible; Where Unavoidable They Should Always Be Followed By The Words “or At Least Equivalent.” References To Brand Names Cannot Be Used When The Funding Source Is The Gop. Technical Specifications Item Specification Statement Of Compliance [bidders Must State Here Either “comply” Or “not Comply” Against Each Of The Individual Parameters Of Each Specification Stating The Corresponding Performance Parameter Of The Equipment Offered. Statements Of “comply” Or “not Comply” Must Be Supported By Evidence In A Bidders Bid And Cross-referenced To That Evidence. Evidence Shall Be In The Form Of Manufacturer’s Un-amended Sales Literature, Unconditional Statements Of Specification And Compliance Issued By The Manufacturer, Samples, Independent Test Data Etc., As Appropriate. A Statement That Is Not Supported By Evidence Or Is Subsequently Found To Be Contradicted By The Evidence Presented Will Render The Bid Under Evaluation Liable For Rejection. A Statement Either In The Bidder's Statement Of Compliance Or The Supporting Evidence That Is Found To Be False Either During Bid Evaluation, Post-qualification Or The Execution Of The Contract May Be Regarded As Fraudulent And Render The Bidder Or Supplier Liable For Prosecution Subject To The Applicable Laws And Issuances.] 1 Multiwater Parameter Quality Instrument Auto Stable Built-in Barometer Auto Buffer Recognition For Us And Nist Buffers Connectivity: Usb 2.0 User-upgradeable Software Via Usb And Website Data Manager Desktop Software Data Memory: 5,000 Data Sets (data, Date, Time, User-defined Info) Display: Graphic Display With Detailed Help; Backlit Display And Keypad Do Sensors: Polarographic Or Galvanic Field Sensors; Self- Stirring Polarographic Bod Sensor For The Lab With Needed Accessories Ysi Galvanic Dissolved Oxygen Sensor Ysi Ph (ise) Sensor Ysi Ammonium (ise) Sensor Ysi Nitrate (ise) Sensor Ysi Chloride (ise) Sensor 2 6-pack + Carousel Bundle Pipettors (1) Pipette Adjustable 0.1-2.5μl (1) Pipette Adjustable 0.5-10μl (1) Pipette Adjustable 2-20μl (1) Pipette Adjustable 10-100μl (1) Pipette Adjustable 20-200μl (1) Pipette Adjustable 100-1000μl (1) Pipette Carousel For 6 Pipette 3 Digital Bottletop, Burette/dispenser; 50ml - Clear Clear Bottle Min Volume (ml)0.01 Max Volume (ml) 50 Division (ml)0.01 Accuracy±0.2% Reproducibility±0.1% Wetted Parts Borosilicate Glass, Ceramic, Etfe, Fep, Pfa, Platinum-iridium, Pp, And Ptfe 4 Digital Bottletop, Burette/dispenser; 50ml – Amber Amber Bottle Min Volume (ml)0.01 Max Volume (ml)50 Division (ml)0.01 Accuracy±0.2% Reproducibility±0.1% Wetted Parts Borosilicate Glass, Ceramic, Etfe, Fep, Pfa, Platinum-iridium, Pp, And Ptfe 5 Benchtop Meter, Ph Electrode, Conductivity/temp Probe, With Software And Stand Ph Ph Range –2.000 To 20.000 Resolution 0.001, 0.01, 0.1 Ph Accuracy ±0.002 Ph Calibration Up To 6 (usa, Nist, Din, Or Custom Buffer Sets) Mv Connectors Bnc Range ±2000.0 Mv Resolution 0.1 Mv Accuracy ±0.2 Mv Calibration Offset Up To +150 Connectors Bnc Ise Range 0.001 To 19,999 Ppm Resolution 2 Or 3 Digits Accuracy 0.5% Full Scale (monovalent), 1% Full Scale (divalent) Calibration Up To 8 Points Connectors Bnc 6 Lcd Digital Magnetic Hotplate Stirrer 7 X 7 In. Magnetic Hot Plate Stirrer Digital Speed Controlling, Max. Speed At 1500 Rpm Work Plate Temperature Is Optimized Up To 550°c. Two Rotating Knobs Enable Easy Adjustment Of Speed And Temperature Heat Only, Stir Only Or Heat And Stir Together Functions Remote Control Able, Providing Pc Control And Data Transmission 7 Phase Contrast And Dark Field Microscope Head: Binocular Eyepieces: 10x/22mm Nosepiece: 5 Place Nosepiece Objectives: Plan Phase 10x, 20x, 40x, 100x Oil Stage: Mechanical Xy Condenser: Phase Turret Condenser - Brightfield, Ph1, Ph2, Ph3, Darkfield Focusing: Coarse & Fine Illumination: Halogen W/ Blue Filter Inclusions: Compatible Avr Initial Calibration Certificate 1 Year Warranty On Parts And Services 8 Digital Orbital Shaker Digital Feedback Control Shaking Motion Orbital Motion Speed Range 10 ~ 300 Rpm Max. Load 10 Kg Amplitude Of Rotation (mm) 20, 30, 40 Available (30 As Factory Default) Motor Brushless Dc Motor Permissible Ambient Temperature Ambient +5 ~ 50℃ Permissible Relative Moisture 85% Timer & Alarm 99hr 59min (with Continuous Run.), Error Status & Timer-end Display Digital Lcd With Back-light Function Controller Programmable Digital Feedback Controller 9 Digital Reciprocating Shaker 10~300 Rpm, Low Noise With Programmable Digital Feedback Control Shaking Motion Reciprocating Speed Range 10 ~ 300 Rpm Amplitude Of Rotation (mm) 20, 30, 40 Available Timer & Alarm 99hr 59min (with Continuous Run.), Error Status & Timer-end Display Digital Lcd With Back-light Function Controller Programmable Digital Feedback Controller With Jog-shuttle Switch (turn+pus) Program Function 10 Steps, 6 Programs Platform Universal Platform For Various Shapes & Size Of Flask Durable & Flexible Plastic Flask Holder Alarm (error Status And Timer-end) 10 Scientific Vortex Mixer - Deal For Mixing Solutions In Test Tubes Or Small Flasks With Circular, Oscillating Movement - Variable Speed Control Allows Slow Speed Shaking Action Up To High Speed Vortexing - Gentle Mixing To Re-suspending Pellet - Continuous-run Or Touch-activated Run Modes. - Powerful Motor For Efficient Mixing - Optimized Counterbalance System Minimizes Vibration. - Special Designed Silicon Feet Absorb Vibration At High Speeds. - Electronic Speed Control For Constant Speed Even During Changes In Load - Universal Head For A Variety Of Mixing Applications - Accepting Vessels Up To 76mm Diameter - Mbr(methyl Methacrylate Butadiene Rubber) Feet For Ultra Stability And Vibration Damping 11 Soil Color Book – For Soil - 10y And 5gy Soil Chart For Glauconite Soils, - 5r Soil Chart For Australia And Southeast Asia -7.5r Soil Chart For Tropical And Semi-tropical Soils. - Low Chroma “white” Page Shows Half Steps From 8.5 To 9.5 In Value With Chromas Of 1 And 2 For N, 7.5yr, 10yr, And 2.5y. - Page To Describe Carbonate, Silica, Gypsum, And Soluble Salt Precipitates And Evaporites -light Gray Pages To Decrease Sun Glare. 12 Laboratory Speed Blender (for Animal Or Plant Tissue) 16-speed Blender Large 40-oz (118ml) Glass Pitcher With A Plastic Lid. The Lid Can Also Be Used As A Convenient 60ml Mixing Cup. 13 Portable 60 Liters/day Dehumidifier For Laboratory Extraction Rate: 60 Liters/day At 80% Rh Power Rating: 920w, 220v, 60hz, Single Phase With Rollers Casters Refrigerant: R410a, 240g Rated Current: 4.3a Max Noise Level: 48db Bucket Capacity: 6.5 Liters Humidity Control Range: 35 To 80% Ambient Environment 5-32c All Items Must Have: At Least 1 Year Warranty After Sales Services Installation / Assembly Training On How To Use And Maintain The Equipment [signature] [in The Capacity Of] Duly Authorized To Sign Bid For And On Behalf Of Section Viii. Checklist Of Technical And Financial Documents Checklist Of Technical And Financial Documents I. Technical Component Envelope Class “a” Documents Legal Documents ⬛ (a) Valid Philgeps Registration Certificate (platinum Membership) (all Pages); Or ⬛ (b) Registration Certificate From Securities And Exchange Commission (sec), Department Of Trade And Industry (dti) For Sole Proprietorship, Or Cooperative Development Authority (cda) For Cooperatives Or Its Equivalent Document, And ⬛ (c) Mayor’s Or Business Permit Issued By The City Or Municipality Where The Principal Place Of Business Of The Prospective Bidder Is Located, Or The Equivalent Document For Exclusive Economic Zones Or Areas; And ⬛ (d) Tax Clearance Per E.o. No. 398, S. 2005, As Finally Reviewed And Approved By The Bureau Of Internal Revenue (bir). Technical Documents ⬛ (f) Statement Of The Prospective Bidder Of All Its Ongoing Government And Private Contracts, Including Contracts Awarded But Not Yet Started, If Any, Whether Similar Or Not Similar In Nature And Complexity To The Contract To Be Bid; And ⬛ (g) Statement Of The Bidder’s Single Largest Completed Contract (slcc) Similar To The Contract To Be Bid, Except Under Conditions Provided For In Sections 23.4.1.3 And 23.4.2.4 Of The 2016 Revised Irr Of Ra No. 9184, Within The Relevant Period As Provided In The Bidding Documents; And ⬛ (h) Original Copy Of Bid Security. If In The Form Of A Surety Bond, Submit Also A Certification Issued By The Insurance Commission; Or Original Copy Of Notarized Bid Securing Declaration; And ⬛ (i) Conformity With The Technical Specifications, Which May Include Production/delivery Schedule, Manpower Requirements, And/or After- Sales/parts, If Applicable; And ⬛ (j) Original Duly Signed Omnibus Sworn Statement (oss); And If Applicable, Original Notarized Secretary’s Certificate In Case Of A Corporation, Partnership, Or Cooperative; Or Original Special Power Of Attorney Of All Members Of The Joint Venture Giving Full Power And Authority To Its Officer To Sign The Oss And Do Acts To Represent The Bidder. Financial Documents ⬛ (k) The Supplier’s Audited Financial Statements, Showing, Among Others, The Supplier’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; And ⬛ (l) The Prospective Bidder’s Computation Of Net Financial Contracting Capacity (nfcc); Or A Committed Line Of Credit From A Universal Or Commercial Bank In Lieu Of Its Nfcc Computation. Class “b” Documents ⬛ (m) If Applicable, A Duly Signed Joint Venture Agreement (jva) In Case The Joint Venture Is Already In Existence; Or Duly Notarized Statements From All The Potential Joint Venture Partners Stating That They Will Enter Into And Abide By The Provisions Of The Jva In The Instance That The Bid Is Successful. Other Documentary Requirements Under Ra No. 9184 (as Applicable) ⬛ (n) [for Foreign Bidders Claiming By Reason Of Their Country’s Extension Of Reciprocal Rights To Filipinos] Certification From The Relevant Government Office Of Their Country Stating That Filipinos Are Allowed To Participate In Government Procurement Activities For The Same Item Or Product. ⬛ (o) Certification From The Dti If The Bidder Claims Preference As A Domestic Bidder Or Domestic Entity. 25 Financial Component Envelope ⬛ (a) Original Of Duly Signed And Accomplished Financial Bid Form; And ⬛ (b) Original Of Duly Signed And Accomplished Price Schedule(s). Bid Form Date: Project Identification No. To: Bulacan Agricultural State College Brgy. Pinaod, San Ildefonso, Bulacan 3010 Gentlemen And/or Ladies: Having Examined The Bidding Documents Including Bid Bulletin Numbers [insert Numbers], The Receipt Of Which Is Hereby Duly Acknowledged, We, The Undersigned, Offer To Supply And Delivery 2025-04g: Acquisition Of Equipment And Other Equipment For The Provision Of Higher Education Services (lot 2: Agricultural Laboratory Equipment) In Conformity With The Said Bidding Documents For The Sum Of (php ) [total Bid Amount In Words And Figures] Or Such Other Sums As May Be Ascertained In Accordance With The Schedule Of Prices Attached Herewith And Made Part Of This Bid. We Undertake, If Our Bid Is Accepted, To Deliver The Goods In Accordance With The Delivery Schedule Specified In The Schedule Of Requirements. If Our Bid Is Accepted, We Undertake To Provide A Performance Security In The Form, Amounts, And Within The Times Specified In The Bidding Documents. We Agree To Abide By This Bid For The Bid Validity Period Specified In The Bidding Documents Provisions And It Shall Remain Binding Upon Us And May Be Accepted At Any Time Before The Expiration Of That Period. Commissions Or Gratuities, If Any, Paid Or To Be Paid By Us To Agents Relating To This Bid, And To Contract Execution If We Are Awarded The Contract, Are Listed Below:3 Name And Address Of Agent Amount And Currency Purpose Of Commission Or Gratuity (if None, State “none”) Until A Formal Contract Is Prepared And Executed, This Bid, Together With Your Written Acceptance Thereof And Your Notice Of Award, Shall Be Binding Upon Us. We Understand That You Are Not Bound To Accept The Lowest Calculated Bid Or Any Bid You May Receive. We Certify/confirm That We Comply With The Eligibility Requirements As Per The Bidding Documents. We Likewise Certify/confirm That The Undersigned, [for Sole Proprietorships, Insert: As The Owner And Sole Proprietor Or Authorized Representative Of Name Of Bidder, Has The Full Power And Authority To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract, On The Latter’s Behalf For The Name Of Project Of The Name Of The Procuring Entity] [for Partnerships, Corporations, Cooperatives, Or Joint Ventures, Insert: Is Granted Full Power And Authority By The Name Of Bidder, To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract On The Latter’s Behalf For Name Of Project Of The Name Of The Procuring Entity]. We Acknowledge That Failure To Sign Each And Every Page Of This Bid Form, Including The Attached Schedule Of Prices, Shall Be A Ground For The Rejection Of Our Bid. Dated This Day Of 2025. [signature] [in The Capacity Of] Duly Authorized To Sign Bid For And On Behalf Of Price Schedule Name Of Bidder . Invitation To Bid Number Page Of . 1 2 3 4 5 6 7 8 9 10 Item Description Country Of Origin Quantity Unit Price Exw Per Item Transportation And Insurance And All Other Costs Incidental To Delivery, Per Item Sales And Other Taxes Payable If Contract Is Awarded, Per Item Cost Of Incidental Services, If Applicable, Per Item Total Price, Per Unit (col 5+6+7+8) Total Price Delivered Final Destination (col 9) X (col 4) 1 Multiwater Parameter Quality Instrument Auto Stable Built-in Barometer Auto Buffer Recognition For Us And Nist Buffers Connectivity: Usb 2.0 User-upgradeable Software Via Usb And Website Data Manager Desktop Software Data Memory: 5,000 Data Sets (data, Date, Time, User-defined I Display: Graphic Display With Detailed Help; Backlit Display And Do Sensors: Polarographic Or Galvanic Field Sensors; Self- Stirring Polarographic Bod Sensor For The Lab With Needed Accessories Ysi Galvanic Dissolved Oxygen Sensor Ysi Ph (ise) Sensor Ysi Ammonium (ise) Sensor Ysi Nitrate (ise) Sensor Ysi Chloride (ise) Sensor Nfo) Keypad 1 Pc 2 6-pack + Carousel Bundle Pipettors (1) Pipette Adjustable 0.1-2.5μl 1 Lot (1) Pipette Adjustable 0.5-10μl (1) Pipette Adjustable 2-20μl (1) Pipette Adjustable 10-100μl (1) Pipette Adjustable 20-200μl (1) Pipette Adjustable 100-1000μl (1) Pipette Carousel For 6 Pipette 3 Digital Bottletop, Burette/dispenser; 50ml - Clear 2 Pcs Clear Bottle Min Volume (ml)0.01 Max Volume (ml) 50 Division (ml)0.01 Accuracy±0.2% Reproducibility±0.1% Wetted Parts Borosilicate Glass, Ceramic, Etfe, Fep, Pfa, Platinum-iridium, Pp, And Ptfe 4 Digital Bottletop, Burette/dispenser; 50ml – Amber 2 Pcs Amber Bottle Min Volume (ml)0.01 Max Volume (ml)50 Division (ml)0.01 Accuracy±0.2% Reproducibility±0.1% Wetted Parts Borosilicate Glass, Ceramic, Etfe, Fep, Pfa, Platinum-iridium, Pp, And Ptfe 5 Benchtop Meter, Ph Electrode, Conductivity/temp Pro Be, 1 Pc With Software And Stand Ph Ph Range –2.000 To 20.000 Resolution 0.001, 0.01, 0.1 Ph Accuracy ±0.002 Ph Calibration Up To 6 (usa, Nist, Din, Or Custom Buffer Sets) Mv Connectors Bnc Range ±2000.0 Mv Resolution 0.1 Mv Accuracy ±0.2 Mv Calibration Offset Up To +150 Connectors Bnc Ise Range 0.001 To 19,999 Ppm Resolution 2 Or 3 Digits Accuracy 0.5% Full Scale (monovalent), 1% Full Scale (divalent) Calibration Up To 8 Points Connectors Bnc 6 Lcd Digital Magnetic Hotplate Stirrer Perature N 4 Pcs 7 X 7 In. Magnetic Hot Plate Stirrer Digital Speed Controlling, Max. Speed At 1500 Rpm Work Plate Temperature Is Optimized Up To 550°c. Two Rotating Knobs Enable Easy Adjustment Of Speed And Tem Heat Only, Stir Only Or Heat And Stir Together Functions Remote Control Able, Providing Pc Control And Data Transmissio 7 Phase Contrast And Dark Field Microscope 1 Pc Head: Binocular Eyepieces: 10x/22mm Nosepiece: 5 Place Nosepiece Objectives: Plan Phase 10x, 20x, 40x, 100x Oil Stage: Mechanical Xy Condenser: Phase Turret Condenser - Brightfield, Ph1, Ph2, Ph3 , Darkfield Focusing: Coarse & Fine Illumination: Halogen W/ Blue Filter Inclusions: Compatible Avr Initial Calibration Certificate 1 Year Warranty On Parts And Services 8 Digital Orbital Shaker & Timer-end 1 Pc Digital Feedback Control Shaking Motion Orbital Motion Speed Range 10 ~ 300 Rpm Max. Load 10 Kg Amplitude Of Rotation (mm) 20, 30, 40 Available (30 As Factory Default) Motor Brushless Dc Motor Permissible Ambient Temperature Ambient +5 ~ 50℃ Permissible Relative Moisture 85% Timer & Alarm 99hr 59min (with Continuous Run.), Error Status Display Digital Lcd With Back-light Function Controller Programmable Digital Feedback Controller 9 Digital Reciprocating Shaker 10~300 Rpm, Low Noise Wi Th & Timer-end 1 Pc Programmable Digital Feedback Control Shaking Motion Reciprocating Speed Range 10 ~ 300 Rpm Amplitude Of Rotation (mm) 20, 30, 40 Available Timer & Alarm 99hr 59min (with Continuous Run.), Error Status Display Digital Lcd With Back-light Function Controller Programmable Digital Feedback Controller With Jog-shuttle Switch (turn+pus) Program Function 10 Steps, 6 Programs Platform Universal Platform For Various Shapes & Size Of Flask Durable & Flexible Plastic Flask Holder Alarm (error Status And Timer-end) 10 Scientific Vortex Mixer Rcular, To Ges In Load Tability And 2 Pcs - Deal For Mixing Solutions In Test Tubes Or Small Flasks With Ci Oscillating Movement - Variable Speed Control Allows Slow Speed Shaking Action Up High Speed Vortexing - Gentle Mixing To Re-suspending Pellet - Continuous-run Or Touch-activated Run Modes. - Powerful Motor For Efficient Mixing - Optimized Counterbalance System Minimizes Vibration. - Special Designed Silicon Feet Absorb Vibration At High Speeds. - Electronic Speed Control For Constant Speed Even During Chan - Universal Head For A Variety Of Mixing Applications - Accepting Vessels Up To 76mm Diameter - Mbr(methyl Methacrylate Butadiene Rubber) Feet For Ultra S Vibration Damping 11 Soil Color Book – For Soil Value With Recipitates 5 Pcs - 10y And 5gy Soil Chart For Glauconite Soils, - 5r Soil Chart For Australia And Southeast Asia -7.5r Soil Chart For Tropical And Semi-tropical Soils. - Low Chroma “white” Page Shows Half Steps From 8.5 To 9.5 In Chromas Of 1 And 2 For N, 7.5yr, 10yr, And 2.5y. - Page To Describe Carbonate, Silica, Gypsum, And Soluble Salt P And Evaporites -light Gray Pages To Decrease Sun Glare. 12 Laboratory Speed Blender (for Animal Or Plant Tissu E) 2 Pcs 16-speed Blender Large 40-oz (118ml) Glass Pitcher With A Plastic Lid. The Lid Can Also Be Used As A Convenient 60ml Mixing Cup. 13 Portable 60 Liters/day Dehumidifier For Laboratory Ers 1 Pc Extraction Rate: 60 Liters/day At 80% Rh Power Rating: 920w, 220v, 60hz, Single Phase With Rollers Cast Refrigerant: R410a, 240g Rated Current: 4.3a Max Noise Level: 48db Bucket Capacity: 6.5 Liters Humidity Control Range: 35 To 80% Ambient Environment 5-32c All Items Must Have: At Least 1 Year Warranty After Sales Services Installation / Assembly Training On How To Use And Maintain The Equipment Grand Total (in Words) (in Figures) [signature] [in The Capacity Of] Duly Authorized To Sign Bid For And On Behalf Of [bidder’s Letterhead] Name Of The Procuring Entity : Bulacan Agricultural State College Project: 2025-04g: Acquisition Of Equipment And Other Equipment For The Provision Of Higher Education Services (lot 2: Agricultural Laboratory Equipment) Location Of The Project : San Ildefonso, Bulacan List Of All Ongoing Government & Private Contracts Including Contracts Awarded But Not Yet Started Business Name : Business Address : Name Of Contract/project Cost A. Owner’s Name B. Address C. Telephone Nos. Nature Of Work Bidder’s Role A. Date Awarded B. Date Started C. Date Of Completion % Of Accomplishment Value Of Outstandingworks / Undeliveredportion Description % Planned Actual Government Private Note: This Statement Shall Be Supported With: Total Cost 1 Notice Of Award (for Government Projects) 2 Notice To Proceed (for Government Projects) 3 Contract Submitted By : (printed Name & Signature) Designation : Date : [bidder’s Letterhead] Name Of The Procuring Entity : Bulacan Agricultural State College Project: 2025-04g: Acquisition Of Equipment And Other Equipment For The Provision Of Higher Education Services (lot 2: Agricultural Laboratory Equipment) Location Of The Project : San Ildefonso, Bulacan Statement Of Single Largest Completed Contracts (slcc) In The Last Five (5) Years Business Name : Business Address : Name Of Contract A. Owner Name B. Address C. Telephone Nos. Nature Of Work Contractor’s Role A. Amount At Award B. Amount At Completion C. Duration A. Date Awarded B. Contract Effectivity C. Date Completed Description % Government Private Attached Herewith Are The Following Documents: Contract Agreement, Notice Of Award, Notice To Proceed, Official Receipt/invoice, Certificate Of Final Inspection, Certificate Of Good Performance And Certificate Of Acceptance, As Evidences In Support Of The Foregoing Information. Submitted By : (printed Name & Signature) Designation : Contract Agreement Form This Agreement Made The Day Of 20 Between [name Of Procuring Entity] Of The Philippines (hereinafter Called “the Entity”) Of The One Part And [name Of Supplier] Of [city And Country Of Supplier] (hereinafter Called “the Supplier”) Of The Other Part: Whereas The Entity Invited Bids For Certain Goods And Ancillary Services, Viz., [brief Description Of Goods And Services] And Has Accepted A Bid By The Supplier For The Supply Of Those Goods And Services In The Sum Of [contract Price In Words And Figures] (hereinafter Called “the Contract Price”). Now This Agreement Witnesseth As Follows: 1. In This Agreement Words And Expressions Shall Have The Same Meanings As Are Respectively Assigned To Them In The Conditions Of Contract Referred To. 2. The Following Documents Shall Be Deemed To Form And Be Read And Construed As Part Of This Agreement, Viz.: (a) The Supplier’s Bid, Including The Technical And Financial Proposals, And All Other Documents/statements Submitted (e.g. Bidder’s Response To Clarifications On The Bid), Including Corrections To The Bid Resulting From The Procuring Entity’s Bid Evaluation; (b) The Schedule Of Requirements; (c) The Technical Specifications; (d) The General Conditions Of Contract; (e) The Special Conditions Of Contract; (f) The Performance Security; And (g) The Entity’s Notice Of Award. 3. In Consideration Of The Payments To Be Made By The Entity To The Supplier As Hereinafter Mentioned, The Supplier Hereby Covenants With The Entity To Provide The Goods And Services And To Remedy Defects Therein In Conformity In All Respects With The Provisions Of The Contract 4. The Entity Hereby Covenants To Pay The Supplier In Consideration Of The Provision Of The Goods And Services And The Remedying Of Defects Therein, The Contract Price Or Such Other Sum As May Become Payable Under The Provisions Of The Contract At The Time And In The Manner Prescribed By The Contract. In Witness Whereof The Parties Hereto Have Caused This Agreement To Be Executed In Accordance With The Laws Of The Republic Of The Philippines On The Day And Year First Above Written. Signed, Sealed, Delivered By The (for The Entity) Signed, Sealed, Delivered By The (for The Supplier) 48 Omnibus Sworn Statement Republic Of The Philippines ) City/municipality Of ) S.s. A F F I D A V I T I, [name Of Affiant], Of Legal Age, [civil Status], [nationality], And Residing At [address Of Affiant], After Having Been Duly Sworn In Accordance With Law, Do Hereby Depose And State That: 1. Select One, Delete The Other: If A Sole Proprietorship: I Am The Sole Proprietor Or Authorized Representative Of [name Of Bidder] With Office Address At [address Of Bidder]; If A Partnership, Corporation, Cooperative, Or Joint Venture: I Am The Duly Authorized And Designated Representative Of [name Of Bidder] With Office Address At [address Of Bidder]; 2. Select One, Delete The Other: If A Sole Proprietorship: As The Owner And Sole Proprietor, Or Authorized Representative Of [name Of Bidder], I Have Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract For [name Of The Project] Of The [name Of The Procuring Entity], As Shown In The Attached Duly Notarized Special Power Of Attorney; If A Partnership, Corporation, Cooperative, Or Joint Venture: I Am Granted Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract For [name Of The Project] Of The [name Of The Procuring Entity], As Shown In The Attached [state Title Of Attached Document Showing Proof Of Authorization (e.g., Duly Notarized Secretary’s Certificate, Board/partnership Resolution, Or Special Power Of Attorney, Whichever Is Applicable;)]; 3. [name Of Bidder] Is Not “blacklisted” Or Barred From Bidding By The Government Of The Philippines Or Any Of Its Agencies, Offices, Corporations, Or Local Government Units, Foreign Government/foreign Or International Financing Institution Whose Blacklisting Rules Have Been Recognized By The Government Procurement Policy Board; 4. Each Of The Documents Submitted In Satisfaction Of The Bidding Requirements Is An Authentic Copy Of The Original, Complete, And All Statements And Information Provided Therein Are True And Correct; 5. [name Of Bidder] Is Authorizing The Head Of The Procuring Entity Or Its Duly Authorized Representative(s) To Verify All The Documents Submitted; 6. Select One, Delete The Rest: If A Sole Proprietorship: The Owner Or Sole Proprietor Is Not Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; If A Partnership Or Cooperative: None Of The Officers And Members Of [name Of Bidder] Is Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; If A Corporation Or Joint Venture: None Of The Officers, Directors, And Controlling Stockholders Of [name Of Bidder] Is Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee 49 (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; 7. [name Of Bidder] Complies With Existing Labor Laws And Standards; And 8. [name Of Bidder] Is Aware Of And Has Undertaken The Following Responsibilities As A Bidder: A) Carefully Examine All Of The Bidding Documents; B) Acknowledge All Conditions, Local Or Otherwise, Affecting The Implementation Of The Contract; C) Made An Estimate Of The Facilities Available And Needed For The Contract To Be Bid, If Any; And D) Inquire Or Secure Supplemental/bid Bulletin(s) Issued For The [name Of The Project]. 9. [name Of Bidder] Did Not Give Or Pay Directly Or Indirectly, Any Commission, Amount, Fee, Or Any Form Of Consideration, Pecuniary Or Otherwise, To Any Person Or Official, Personnel Or Representative Of The Government In Relation To Any Procurement Project Or Activity. In Witness Whereof, I Have Hereunto Set My Hand This Day Of , 20 At , Philippines. Bidder’s Representative/authorized Signatory Subscribed And Sworn To Before Me This Day Of [month] [year] At [place Of Execution], Philippines. Affiant/s Is/are Personally Known To Me And Was/were Identified By Me Through Competent Evidence Of Identity As Defined In The 2004 Rules On Notarial Practice (a.m. No. 02-8-13-sc). Affiant/s Exhibited To Me His/her [insert Type Of Government Identification Card Used], With His/her Photograph And Signature Appearing Thereon, With No. And His/her Community Tax Certificate No. Issued On At . Witness My Hand And Seal This Day Of [month] [year]. Name Of Notary Public Serial No. Of Commission Notary Public For Until Roll Of Attorneys No. Ptr No. [date Issued], [place Issued] Ibp No. [date Issued], [place Issued] Doc. No. Page No. Book No. Series Of * This Form Will Not Apply For Wb Funded Projec 50 Bid Securing Declaration Form Republic Of The Philippines) City Of ) S.s. X X Bid Securing Declaration Invitation To Bid: [insert Reference Number] To: [insert Name And Address Of The Procuring Entity] I/we4, The Undersigned, Declare That: 1. I/we Understand That, According To Your Conditions, Bids Must Be Supported By A Bid Security, Which May Be In The Form Of A Bid-securing Declaration. 2. I/we Accept That: (a) I/we Will Be Automatically Disqualified From Bidding For Any Contract With Any Procuring Entity For A Period Of Two (2) Years Upon Receipt Of Your Blacklisting Order; And, (b) I/we Will Pay The Applicable Fine Provided Under Section 6 Of The Guidelines On The Use Of Bid Securing Declaration, Within Fifteen (15) Days From Receipt Of The Written Demand By The Procuring Entity For The Commission Of Acts Resulting To The Enforcement Of The Bid Securing Declaration Under Sections 23.1(b), 34.2, 40.1 And 69.1, Except 69.1(f), Of The Irr Of Ra 9184; Without Prejudice To Other Legal Action The Government May Undertake. 3. I/we Understand That This Bid Securing Declaration Shall Cease To Be Valid On The Following Circumstances: (a) Upon Expiration Of The Bid Validity Period, Or Any Extension Thereof Pursuant To Your Request; (b) I Am/we Are Declared Ineligible Or Post-disqualified Upon Receipt Of Your Notice To Such Effect, And (i) I/we Failed To Timely File A Request For Reconsideration Or (ii) I/we Filed A Waiver To Avail Of Said Right; (c) I Am/we Are Declared The Bidder With The Lowest Calculated Responsive Bid, And I/we Have Furnished The Performance Security And Signed The Contract. In Witness Whereof, I/we Have Hereunto Set My/our Hand/s This Day Of [month] [year] At [place Of Execution]. [insert Name Of Bidder’s Authorized Representative] [insert Signatory’s Legal Capacity] Affiant 51 Financial Documents For Eligibility Check Year 20 1 Total Assets 2 Current Assets 3 Total Liabilities 4 Current Liabilities 5 Net Worth (1-3) 6 Net Working Capital (2-4) The Net Financial Contracting Capacity (nfcc) Based On The Above Data Is Computed As Follows: Nfcc = [(current Assets – Current Liabilities) (15)] Minus Value Of All Outstanding Or Uncompleted Portions Of The Projects Under Ongoing Contracts Including Awarded Contracts Yet To Be Started Coinciding With The Contract To Be Bid. The Values Of The Domestic Bidder’s Current Assets And Current Liabilities Shall Be Based On The Latest Audited Financial Statements Submitted To The Bir. Nfcc = Php Submitted By: Name Of Bidder Signature Of Authorized Representative Over Printed Name Date: 52
Closing Date6 May 2025
Tender AmountPHP 4.1 Million (USD 74 K)

Rizal Medical Center Tender

Housekeeping Services
Philippines
Details: Description Bids And Awards Committee Request For Quotation Rfq No. 2025-001 The Rizal Medical Center (rizal Med) Through Its Bids And Awards Committee (bac), Hereby Invites All Interested Suppliers Or Distributors Registered With The Philippine Government Electronic Procurement System (philgeps), To Submit Their Quotation On The Project Listed Below, Subject To The General Conditions Stated Herein, And Submit Not Later Than January 20, 2025. Name Of Project: Procurement Of One (1) Lot Pest Control Services For Cy 2025 Mode Of Procurement: Negotiated Procurement Sec. 53.9 – Small Value Procurement Approved Budget For The Contract: Two Hundred Twenty Eight Thousand Pesos (php228,000.00) Terms Of Reference Pest Control Services 2025 I. Objective To Provide Pest Control Services To Rizal Medical Center For The Cy 2025 Ii. Approved Budget For The Contract The Approved Budget For The Contract Is Two Hundred Twenty-eight Thousand Pesos (php228,000.00). Iii. Scope Of Work The Service Provider Shall Provide The Following Pest Control Services For A Period Of One Year (12 Months) To Rizal Med Premises: I. Crawling And Flying Insect Control Frequency • Thermal Fogging Monthly • Misting Monthly • Residual Spraying Monthly • Trapping/baiting As Needed • Spraying And Misting Of Surrounding Quarterly Ii. Rodent Control • Baiting As Needed • Trapping As Needed Iii. Termite Control • Soil Poisoning Once A Year • Residual Spraying Quarterly • Chemical Dusting Quarterly • Termites Mound Examination/ Demolition Quarterly Iv.animal Control • Controlling According To Local Regulations Of Cats, Dogs, Etc. As Needed • Technical And Professional Services The Service Provider Shall Provide The Following Technical Methods And Professional Services For The Effective Pest Control Program Of Rizal Med Premises: A. For Crawling And Flying Insects Control  Thermal Fogging – It Is An Aerial Surface Disinfection Method Which Provides Access To Hard-to-reach Areas And Simultaneously Disinfects Walls And The Atmosphere. It Is An Effective Smoke Odor Removal Procedure Because It Recreates The Fire Related Properties Of Heat And Pressurization.  Misting – Use Of Misting Machines Inside The Offices Which Disperse Minute Droplets Of Insecticide Solution In An Aerosol Range To Attain Minimum Penetration Of Hard To Reach Or Inaccessible Area To Control Mosquitoes And Other Flying Insect O Use Of Foaming/chalk And Gel Bait Inside The Ward And Other Specialty Wards (or, Er, Ob-er, Dr, Rr, Icu, Picu, Nicu, Imcu And Cancer Wards), Will Be In Accordance With The Specification Of Its Toxicologist And Enterologist, Chemicals Used Should Be Approved By The Food And Drug Authority (fda).  Residual Spraying – This Shall Be Done To Facilitate Direct Extermination Of Insects In Places And Areas Where Insects Congregate, Crawl And Hide, Including Cracks And Crevices. It Will Be Applied To Areas Where Fogging Treatment Is Not Available.  Trapping/baiting – Use Of Cage Traps, Glue Board, Snap And Other Mechanical Devices To Augment The Baiting Technique, Installation Of Bait Stations In Hidden Places And Strategic Location Where Crawling Insects Usually Search For Food, Roam Around And Congregate. B. For Rodent Control Regular Treatment By Bait Laying Of Anticoagulant Preparations In Areas Used As Passageway And Harborages Of Rats And Mice, Based On A System Of Permanent/semi-permanent Bait Stations. These Rodenticides Provide Good Control Without Presenting Any Hazard To Products Or Personnel. However, If The Degree Of Infestations Should Ever Warrant It, Acute Bait/chronic Rodenticides Will Be Used, But Only After Close Consultation With Rizal Med And Under The Strict Supervision Of The Engineering And Facilities Management Section. Supplementary Control Methods Such As Mechanical Traps And Sticky Boards, Plugging Or Sealing Off Of Holes That May Serve As Entry Points Will Also Be Employed If The Situation So Warrants. C. For Termite Control 1. Soil Poisoning This Service Shall Be The Application Of Termiticidal Chemicals Along The Perimeter Of Rizal Med. The Service Provider Shall Create A Continuous Chemical Barrier Making It Impossible For Termite To Enter And Destroy The Wooden Structures Of The Buildings Through The Following: A. Drilling Holes 30 Centimeters Apart At The Concrete Perimeter Fence Of The Compound Using An Electric Rotto Hammer Drill, Then Injecting Termiticidal Chemicals, Using A Modern Pressurized Soil Rudder Injector. B. Direct Injection Of Termiticidal Chemicals Along The Concrete And/or Soil Perimeter Of The Building Of The Compound 30 Centimeters Apart Using The Same Procedure And Equipment In 1(a). C. Drilled Holes After Treatment Shall Be Restored To Its Original Appearance Through The Use Of Concrete Mix/cement. 2. Residual Spraying This Shall Be Done To Facilitate Direct Extermination Of Termites On Infested Parts Of The Building. Uninfected Areas Shall Also Be Treated To Provide Adequate Protection. 3. Chemical Dusting The Service Refers To The Application Of Anti-termite Powder To All Joints, Ends, Crevices, Baseboards And Cabinets. Emphasis Of Treatment Shall Be On The Wooden Structures Of The Building. 4. Termites Mound Extermination All Termites’ Mounds Found Within The Rizal Med Building Compound Shall Be Excavated And Exterminate The Queen And Workers Since These Are Infesting The Wooden Structures Of The Building. Terms And Conditions 1. The Service Provider Shall Warrant That The Services To Be Rendered Will Effectively Exterminate All Pests, Insects And Rodents Without The Visible Presence And Disturbing Odor Of Smoke And Fumes. Should Rizal Med Find The Services To Be Ineffective As Evidenced By The Continuous Presence Of Termites, Cockroaches, Mice And Other Common House Pests And Insects, Rizal Med Reserves The Right To Terminate The Contract. In Such Case, The Rizal Med Shall Not Be Obliged To Pay The Service Provider For The Services Rendered. 2. The Service Provider Shall Warrant That All Preparations And Formulations, Including The Use Thereof, Will Be In Accordance With The Specification Of Its Toxicologist And Enterologist, Pyrethroid Insecticides That Are Biodegradable In Nature And Only Chemicals Certified By The Proper Government Authorities As Safe Shall Be Used. 3. The Service Provider Shall Render Pest Control Treatment To The Nutrition And Dietetics Department Twice A Month. 4. The Service Provider Shall Agree That Only Honed, Skilled And Well-trained With Training Certificates Personnel/technicians Will Be Assigned To The Rizal Med Premises To Ensure The Proper Treatment And Application Of Chemicals. 5. The Service Provider Shall Assign A Sufficient Work Force With Proper Personal Protective Equipment (ppe) And Sufficient To Carry Out Or Implement The Service. Assigned Staff Shall Wear Proper Uniform And Identification Card While Within The Rizal Med Premises. 6. The Service Provider Shall Agree That The Required Services Shall Be Conducted From 4:00 Pm – Onwards And Weekends, As May Be Determined By The Rizal Med, In Order Not To Disrupt The Working Schedule Of Rizal Med Personnel. 7. The Service Provider Shall Provide On-call Service In Between Schedule Without Additional Cost To Rizal Med, Including Performing Immediate Special Or Additional Service Should There Be A Sudden Outbreak Of Infestation At The Rizal Medical Center Premises At No Cost To Rizal Med. 8. A Quality Control Supervisor Affiliated With The Service Provider Shall Visit The Rizal Med Premises Quarterly Or Whatever Necessary To Undertake The Following: A. Coordination With Rizal Med Authorized Representative In Evaluating The Effectiveness Of The Pest Control Treatment. B. Serve As Pest Control Consultant By Recommending Ways And Means To Control Infestation. C. Provide Orientation On The Pest Control Management, Handling And Application Of Chemicals To Concerned Rizal Med Personnel. 9. A Penalty Of One-tenth Of 1% (.001) Of The Total Value Of The Undelivered Goods/services Shall Be Charged As Liquidated Damage For Every Day Of Delay Of The Delivery Of The Service. A. Payment Shall Be Done Within Sixty (60) Days Upon Receipt Of The Statement Of Account/billing Invoice, With Complete Supplementary Documents On A Monthly Basis. 10. The Service Provider Must Submit An Accurate Monthly Assessment Report. 11. The Service Provider Shall Cover The Following Areas: Administrative Building 1 Office Of The Medical Center Chief And Board Room 2 Office Of The Chief Of Medical Professional Staff 3 Professional Education, Training, And Research Unit 4 Office Of The Chief Administrative Officer (hopss) 5 Office Of The Chief Administrative Officer (finance) 6 Ent Office (former Chief Training Office) 7 Office Of The Chief Nurse 8 Heart Station 9 Integrated Management Information System Section 10 Quality Improvement, Infection Prevention Control, And Patient Safety Unit 11 Blood Bank 12 Cash Operations Section 13 Billing And Claims Section 14 Admitting And Information Section 15 Security Unit (in-house) Dormitory Building (old) 1 Dormitory 2 Budget Section 3 Accounting Section 4 Coa Auditor’s Office 5 Legal Unit 6 Wound Care Center Office 7 Public Health Unit 8 Planning & Management Unit 9 Hrm/ Psb – Shrpsb Office Other Areas 1 Nutrition And Dietetics Department (weekly) 2 Engineering And Facilities Management Section 3 Powerhouse 4 Housekeeping, Linen & Laundry 5 Materials Management Section 6 Tb Dots 7 New Dormitory 8 Solid And Infectious Waste Storage / All Public Comfort Rooms 9 Chapel 10 Central Supply And Sterilization 11 Health Information Management Department 12 New Er Extension 13 Human Resource Management Section 14 Procurement Section 15 Medical Social Work Department 16 Udds Office 17 Other New Office And Establishments Out Patient Department Complex First Floor 1 Department Of Otorhinolaryngology Head And Neck Surgery 2 Surgery Clinic 3 Opd Central Registration Section 4 Minor Or 5 Opd Laboratory & Drug Testing 6 Pharmacy & Consignment 7 Department Of Radiology And Imaging Science 8 Department Of Physical Medicine And Rehabilitation 9 Pharmacy Department 10 Stone Center Second Floor 1 Social Service (opd & Pasig City Constituents) 2 Dental Department 3 Opd Head 4 Health & Wellness Clinic 5 Cashier 6 Mental Hygiene 7 Pediatric Clinic 8 Medicine Clinic 9 Opd Registration 10 Department Of Obstetrics And Gynecology/ Ultrasound 11 Employees Health Service 12 Neuro Science Third Floor 1 Department Of Opthalmology 2 Family And Community Medicine Department 3 Department Of Dermatology 4 Opd Philhealth ` Diagnostic Center 1 Main Laboratory 2 Nuclear Medicine 3 Molecular Imaging & Radionuclide Therapy Unit/cobalt 4 Department Of Physical Medicine And Rehabilitation 5 Blood Bank 6 Molecular Laboratory 7 Linear Accelerator (linac) Main Building A & B Basement 1 Health Emergency Management Service/er Head Office 2 Emergency Room 3 Dialysis Unit 4 Pharmacy Satellite 5 Er Triage 6 Er Waiting Area 7 Brachy Therapy Treatment 8 Breast Clinic 9 Mammography Section 10 Toxicology First Floor 1 Ob Main 2 Ob Er 3 Delivery Room And Labor Room 4 Neonatal Intensive Care Unit (nicu) 5 Ob Covid 6 Radiation Oncology Unit 7 Milk Bank 8 Netr Office Second Floor 1 Surgery Ward (1) 2 Operating Room 3 Department Of Anesthesiology 4 Recovery Room 5 Intensive Care Unit (icu) 6 Hemodialysis (stock Room) 7 Catheterization Laboratory 8 Surgical Intensive Care Unit (sicu) 9 Social Service Office 10 Food Hall Third Floor 1 Surgery Ii 2 Pedia I 3 Pediatric Intensive Care Unit (picu) 4 Pedia Ii 5 Department Of Pediatrics 6 Department Of General Surgery 7 Social Service Office Fourth Floor 1 Medicine Ward 2 Philhealth Ward 3 Medicine Department Office 4 Imcu 5 Institutional Review Board 6 Pulmonary/ Respiratory Unit 7 Office Of The Rotator’s Manager Fifth Floor 1 Ob Annex 2 Pantry I. General Requirements: 1. Original Signed Price Quotation 2. Certified True Copy Of The Following: A) Philgeps Certificate/registration No. B) Mayor’s/business Permit 3. Duly Notarized Omnibus Sworn Statement Together With Original Notarized Secretary’s Certificate Or Original Special Power Of Attorney 4. Documentary Requirements Must Be Submitted To The Bac Secretariat Not Later Than The Deadline. Ii. General Conditions: • All Quotations Shall Be Considered Fixed Price, And Not Subject To Price Escalation During Contract Implementation. • Supplier/contractor/ Service Provider Is Entitled To One (1) Quotation Only; Otherwise All Quotations Made Shall Automatically Be Rejected. Iii. Terms Of Payment • Payment Shall Be Based On Actual Deliveries Made By The Supplier/contractor/ Service Provider. • The Terms Of Payment Shall Not Be Later Than Sixty (60) Days After Submission Of Sales Invoice And Complete Supporting Documents By The Supplier/contractor. • Pursuant To Circular Letter No. 2013-16 Of Department Of Budget And Management Dated December 23, 2013, The Supplier/contractor Is Encouraged To Open An Account With The Land Bank Of The Philippines (lbp), The Government Servicing Bank Of The Procuring Entity, To Facilitate Settlement Of Account Payables Due To The Supplier/contractor. All Charges Incurred For Payment Through Bank Transfer With Other Banks Shall Be For The Account Of The Supplier/contractor. Iv. Delivery Term • Delivery Term Shall Be One (1) Year (12 Months) Upon Receipt Of A Notice To Proceed. For Further Inquiries, You May Contact The Bac Secretariat At Mobile No. 0917 104-6556. The Quotation And Requirements Must Be Submitted/delivered To The Following Address: Edwin E. Alcazar, Llb,mgm Head, Bac Secretariat Rizal Medical Center Pasig Blvd., Pasig City 1600 Mobile No. 0917 104-6556 The Rizal Med Reserves The Right To Reject Any Or All Quotations/bids, To Waive Any Minor Defects Therein, To Annul The Bidding Process, To Reject All Quotations/bids At Any Time Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder(s), And To Accept Only The Offer That Is Most Advantageous To The Government. The Rizal Med Assumes No Responsibility Whatsoever To Compensate Or Indemnify Bidders For Any Expenses Incurred In The Preparation Of Their Quotation/bid. Very Truly Yours, (sgd.)santiago G. Cabangon, Cpa, Mba Chairperson, Bids And Awards Committee
Closing Date20 Jan 2025
Tender AmountPHP 228 K (USD 3.8 K)

BULACAN AGRICULTURAL STATE COLLEGE Tender

Others
Corrigendum : Closing Date Modified
Philippines
Details: Description Bulacan Agricultural State College San Ildefonso, Bulacan 3010 Procurement Of Goods 2025-05g: Acquisition Of Equipment And Other Equipment For The Provision Of Higher Education Services (lot 3: Agroforestry Equipment) Fy 2025 Preface These Philippine Bidding Documents (pbds) For The Procurement Of Goods Through Competitive Bidding Have Been Prepared By The Government Of The Philippines For Use By Any Branch, Constitutional Commission Or Office, Agency, Department, Bureau, Office, Or Instrumentality Of The Government Of The Philippines, National Government Agencies, Including Government-owned And/or Controlled Corporations, Government Financing Institutions, State Universities And Colleges, And Local Government Unit. The Procedures And Practices Presented In This Document Have Been Developed Through Broad Experience, And Are For Mandatory Use In Projects That Are Financed In Whole Or In Part By The Government Of The Philippines Or Any Foreign Government/foreign Or International Financing Institution In Accordance With The Provisions Of The 2016 Revised Implementing Rules And Regulations Of Republic Act No. 9184. The Bidding Documents Shall Clearly And Adequately Define, Among Others: (i) The Objectives, Scope, And Expected Outputs And/or Results Of The Proposed Contract Or Framework Agreement, As The Case May Be; (ii) The Eligibility Requirements Of Bidders; (iii) The Expected Contract Or Framework Agreement Duration, The Estimated Quantity In The Case Of Procurement Of Goods, Delivery Schedule And/or Time Frame; And (iv) The Obligations, Duties, And/or Functions Of The Winning Bidder. Care Should Be Taken To Check The Relevance Of The Provisions Of The Pbds Against The Requirements Of The Specific Goods To Be Procured. If Duplication Of A Subject Is Inevitable In Other Sections Of The Document Prepared By The Procuring Entity, Care Must Be Exercised To Avoid Contradictions Between Clauses Dealing With The Same Matter. Moreover, Each Section Is Prepared With Notes Intended Only As Information For The Procuring Entity Or The Person Drafting The Bidding Documents. They Shall Not Be Included In The Final Documents. The Following General Directions Should Be Observed When Using The Documents: A. All The Documents Listed In The Table Of Contents Are Normally Required For The Procurement Of Goods. However, They Should Be Adapted As Necessary To The Circumstances Of The Particular Procurement Project. B. Specific Details, Such As The “name Of The Procuring Entity” And “address For Bid Submission,” Should Be Furnished In The Instructions To Bidders, Bid Data Sheet, And Special Conditions Of Contract. The Final Documents Should Contain Neither Blank Spaces Nor Options. C. This Preface And The Footnotes Or Notes In Italics Included In The Invitation To Bid, Bid Data Sheet, General Conditions Of Contract, Special Conditions Of Contract, Schedule Of Requirements, And Specifications Are Not Part Of The Text Of The Final Document, Although They Contain Instructions That The Procuring Entity Should Strictly Follow. D. The Cover Should Be Modified As Required To Identify The Bidding Documents As To The Procurement Project, Project Identification Number, And Procuring Entity, In Addition To The Date Of Issue. E. Modifications For Specific Procurement Project Details Should Be Provided In The Special Conditions Of Contract As Amendments To The Conditions Of Contract. For Easy Completion, Whenever Reference Has To Be Made To Specific Clauses In The Bid Data Sheet Or Special Conditions Of Contract, These Terms Shall Be Printed In Bold Typeface On Sections I (instructions To Bidders) And Iii (general Conditions Of Contract), Respectively. F. For Guidelines On The Use Of Bidding Forms And The Procurement Of Foreign- Assisted Projects, These Will Be Covered By A Separate Issuance Of The Government Procurement Policy Board. Table Of Contents Glossary Of Acronyms, Terms, And Abbreviations 4 Section I. Invitation To Bid 7 Section Ii. Instructions To Bidders 10 1. Scope Of Bid 11 2. Funding Information 11 3. Bidding Requirements 11 4. Corrupt, Fraudulent, Collusive, And Coercive Practices 11 5. Eligible Bidders 11 6. Origin Of Goods 12 7. Subcontracts 12 8. Pre-bid Conference 12 9. Clarification And Amendment Of Bidding Documents 12 10. Documents Comprising The Bid: Eligibility And Technical Components 12 11. Documents Comprising The Bid: Financial Component 13 12. Bid Prices 13 13. Bid And Payment Currencies 14 14. Bid Security 14 15. Sealing And Marking Of Bids 14 16. Deadline For Submission Of Bids 14 17. Opening And Preliminary Examination Of Bids 15 18. Domestic Preference 15 19. Detailed Evaluation And Comparison Of Bids 15 20. Post-qualification 16 21. Signing Of The Contract 16 Section Iii. Bid Data Sheet 17 Section Iv. General Conditions Of Contract 19 1. Scope Of Contract 20 2. Advance Payment And Terms Of Payment 20 3. Performance Security 20 4. Inspection And Tests 20 5. Warranty 21 6. Liability Of The Supplier 21 Section V. Special Conditions Of Contract 22 Section Vi. Schedule Of Requirements 24 Section Vii. Technical Specifications 30 Section Viii. Checklist Of Technical And Financial Documents 38 Glossary Of Acronyms, Terms, And Abbreviations Abc – Approved Budget For The Contract. Bac – Bids And Awards Committee. Bid – A Signed Offer Or Proposal To Undertake A Contract Submitted By A Bidder In Response To And In Consonance With The Requirements Of The Bidding Documents. Also Referred To As Proposal And Tender. (2016 Revised Irr, Section 5[c]) Bidder – Refers To A Contractor, Manufacturer, Supplier, Distributor And/or Consultant Who Submits A Bid In Response To The Requirements Of The Bidding Documents. (2016 Revised Irr, Section 5[d]) Bidding Documents – The Documents Issued By The Procuring Entity As The Bases For Bids, Furnishing All Information Necessary For A Prospective Bidder To Prepare A Bid For The Goods, Infrastructure Projects, And/or Consulting Services Required By The Procuring Entity. (2016 Revised Irr, Section 5[e]) Bir – Bureau Of Internal Revenue. Bsp – Bangko Sentral Ng Pilipinas. Consulting Services – Refer To Services For Infrastructure Projects And Other Types Of Projects Or Activities Of The Gop Requiring Adequate External Technical And Professional Expertise That Are Beyond The Capability And/or Capacity Of The Gop To Undertake Such As, But Not Limited To: (i) Advisory And Review Services; (ii) Pre-investment Or Feasibility Studies; (iii) Design; (iv) Construction Supervision; (v) Management And Related Services; And (vi) Other Technical Services Or Special Studies. (2016 Revised Irr, Section 5[i]) Cda - Cooperative Development Authority. Contract – Refers To The Agreement Entered Into Between The Procuring Entity And The Supplier Or Manufacturer Or Distributor Or Service Provider For Procurement Of Goods And Services; Contractor For Procurement Of Infrastructure Projects; Or Consultant Or Consulting Firm For Procurement Of Consulting Services; As The Case May Be, As Recorded In The Contract Form Signed By The Parties, Including All Attachments And Appendices Thereto And All Documents Incorporated By Reference Therein. Cif – Cost Insurance And Freight. Cip – Carriage And Insurance Paid. Cpi – Consumer Price Index. Ddp – Refers To The Quoted Price Of The Goods, Which Means “delivered Duty Paid.” Dti – Department Of Trade And Industry. Exw – Ex Works. Fca – “free Carrier” Shipping Point. Fob – “free On Board” Shipping Point. Foreign-funded Procurement Or Foreign-assisted Project– Refers To Procurement Whose Funding Source Is From A Foreign Government, Foreign Or International Financing Institution As Specified In The Treaty Or International Or Executive Agreement. (2016 Revised Irr, Section 5[b]). Framework Agreement – Refers To A Written Agreement Between A Procuring Entity And A Supplier Or Service Provider That Identifies The Terms And Conditions, Under Which Specific Purchases, Otherwise Known As “call-offs,” Are Made For The Duration Of The Agreement. It Is In The Nature Of An Option Contract Between The Procuring Entity And The Bidder(s) Granting The Procuring Entity The Option To Either Place An Order For Any Of The Goods Or Services Identified In The Framework Agreement List Or Not Buy At All, Within A Minimum Period Of One (1) Year To A Maximum Period Of Three (3) Years. (gppb Resolution No. 27-2019) Gfi – Government Financial Institution. Gocc – Government-owned And/or –controlled Corporation. Goods – Refer To All Items, Supplies, Materials And General Support Services, Except Consulting Services And Infrastructure Projects, Which May Be Needed In The Transaction Of Public Businesses Or In The Pursuit Of Any Government Undertaking, Project Or Activity, Whether In The Nature Of Equipment, Furniture, Stationery, Materials For Construction, Or Personal Property Of Any Kind, Including Non-personal Or Contractual Services Such As The Repair And Maintenance Of Equipment And Furniture, As Well As Trucking, Hauling, Janitorial, Security, And Related Or Analogous Services, As Well As Procurement Of Materials And Supplies Provided By The Procuring Entity For Such Services. The Term “related” Or “analogous Services” Shall Include, But Is Not Limited To, Lease Or Purchase Of Office Space, Media Advertisements, Health Maintenance Services, And Other Services Essential To The Operation Of The Procuring Entity. (2016 Revised Irr, Section 5[r]) Gop – Government Of The Philippines. Gppb – Government Procurement Policy Board. Incoterms – International Commercial Terms. Infrastructure Projects – Include The Construction, Improvement, Rehabilitation, Demolition, Repair, Restoration Or Maintenance Of Roads And Bridges, Railways, Airports, Seaports, Communication Facilities, Civil Works Components Of Information Technology Projects, Irrigation, Flood Control And Drainage, Water Supply, Sanitation, Sewerage And Solid Waste Management Systems, Shore Protection, Energy/power And Electrification Facilities, National Buildings, School Buildings, Hospital Buildings, And Other Related Construction Projects Of The Government. Also Referred To As Civil Works Or Works. (2016 Revised Irr, Section 5[u]) Lgus – Local Government Units. Nfcc – Net Financial Contracting Capacity. Nga – National Government Agency. Philgeps - Philippine Government Electronic Procurement System. Procurement Project – Refers To A Specific Or Identified Procurement Covering Goods, Infrastructure Project Or Consulting Services. A Procurement Project Shall Be Described, Detailed, And Scheduled In The Project Procurement Management Plan Prepared By The Agency Which Shall Be Consolidated In The Procuring Entity's Annual Procurement Plan. (gppb Circular No. 06-2019 Dated 17 July 2019) Psa – Philippine Statistics Authority. Sec – Securities And Exchange Commission. Slcc – Single Largest Completed Contract. Supplier – Refers To A Citizen, Or Any Corporate Body Or Commercial Company Duly Organized And Registered Under The Laws Where It Is Established, Habitually Established In Business And Engaged In The Manufacture Or Sale Of The Merchandise Or Performance Of The General Services Covered By His Bid. (item 3.8 Of Gppb Resolution No. 13-2019, Dated 23 May 2019). Supplier As Used In These Bidding Documents May Likewise Refer To A Distributor, Manufacturer, Contractor, Or Consultant. Un – United Nations. Section I. Invitation To Bid Notes On The Invitation To Bid The Invitation To Bid (ib) Provides Information That Enables Potential Bidders To Decide Whether To Participate In The Procurement At Hand. The Ib Shall Be Posted In Accordance With Section 21.2 Of The 2016 Revised Irr Of Ra No. 9184. Apart From The Essential Items Listed In The Bidding Documents, The Ib Should Also Indicate The Following: A. The Date Of Availability Of The Bidding Documents, Which Shall Be From The Time The Ib Is First Advertised/posted Until The Deadline For The Submission And Receipt Of Bids; B. The Place Where The Bidding Documents May Be Acquired Or The Website Where It May Be Downloaded; C. The Deadline For The Submission And Receipt Of Bids; And D. Any Important Bid Evaluation Criteria (e.g., The Application Of A Margin Of Preference In Bid Evaluation). The Ib Should Be Incorporated In The Bidding Documents. The Information Contained In The Ib Must Conform To The Bidding Documents And In Particular To The Relevant Information In The Bid Data Sheet. Bulacan Agricultural State College San Ildefonso, Bulacan 3010 Invitation To Bid For 2025-05g: Acquisition Of Equipment And Other Equipment For The Provision Of Higher Education Services (lot 3: Agroforestry Equipment) 1. The Bulacan Agricultural State College, Through The General Appropriations Act Of 2025 Intends To Apply The Sum Of Two Million One Hundred Twenty-six Thousand Pesos (php2,126,000.00) Being The Abc To Payments Under The Contract 2025-05g: Acquisition Of Equipment And Other Equipment For The Provision Of Higher Education Services (lot 3: Agroforestry Equipment). Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Bulacan Agricultural State College Now Invites Bids For Acquisition Of Equipment And Other Equipment For The Provision Of Higher Education Services (lot 3: Agroforestry Equipment). Delivery Of The Goods Is Required With Contract Duration Of Ninety (90) Calendar Days. Bidders Should Have Completed, Within The Last Five (5) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (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. 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 Bulacan Agricultual State College And Inspect The Bidding Documents At The Address Given Below During Office Hours From 8am To 4:30pm Monday To Friday, Except Those Declared As Holidays. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On April 4, 2025 To April 23, 2025 From The Given Address And Website(s) Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Php5,000.00. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees By Presenting The Receipt Upon Submission Of Their Bid Documents. 6. The Bulacan Agricultural State College Will Hold A Pre-bid Conference1 On April 11, 2025, 09:00 Am Am Via Zoom Platform (meeting Id: 884 9404 6972, Passcode: Basc2025) Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated Below On Or Before 08:30 Am Of April 23, 2025. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 9. Bid Opening Shall Be On April 23, 2025, 09:00 Am At The Conference Room, Farmers’ Training Center, Basc, San Ildefonso, Bulacan. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. Observers Will Be Invited To Attend And Witness The Bid Proceedings. 11. The Bulacan Agricultural State College 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: Rona Angela O. Clarin Bac Secretariat Head Bulacan Agricultural State College Brgy. Pinaod, San Ildefonso, Bulacan (044) 697-1240 And 0923-108-1526 Ronaangela_clarin@basc.edu.ph Www.basc.edu.ph 13. You May Visit The Following Websites: For Downloading Of Bidding Documents: Http://www.basc.edu.ph April 4, 2025 (sgd) Ronald Reagan T. Alonzo,ph.d. Bac Chairperson 1 May Be Deleted In Case The Abc Is Less Than One Million Pesos (php1,000,000) Where The Procuring Entity May Not Hold A Pre-bid Conference. Section Ii. Instructions To Bidders 1. Scope Of Bid The Procuring Entity, Bulacan Agricultural State College Wishes To Receive Bids For The Acquisition Of Equipment And Other Equipment For The Provision Of Higher Education Services (lot 3: Agroforestry Equipmen) With Identification Number 2025- 05g. The Procurement Project (referred To Herein As “project”) Is Composed Of Nine (9) Items The Details Of Which Are Described In Section Vii (technical Specifications). 2. Funding Information 2.1. The Gop Through The Source Of Funding As Indicated Below For The Fiscal Year 2025 In The Amount Of Two Million One Hundred Twenty-six Thousand Pesos (php2,126,000.00). 2.2. The Source Of Funding Is: A. Nga, The General Appropriations Act Of 2025 3. Bidding Requirements The Bidding For The Project Shall Be Governed By All The Provisions Of Ra No. 9184 And Its 2016 Revised Irr, Including Its Generic Procurement Manuals And Associated Policies, Rules And Regulations As The Primary Source Thereof, While The Herein Clauses Shall Serve As The Secondary Source Thereof. Any Amendments Made To The Irr And Other Gppb Issuances Shall Be Applicable Only To The Ongoing Posting, Advertisement, Or Ib By The Bac Through The Issuance Of A Supplemental Or Bid Bulletin. The Bidder, By The Act Of Submitting Its Bid, Shall Be Deemed To Have Verified And Accepted The General Requirements Of This Project, Including Other Factors That May Affect The Cost, Duration And Execution Or Implementation Of The Contract, Project, Or Work And Examine All Instructions, Forms, Terms, And Project Requirements In The Bidding Documents. 4. Corrupt, Fraudulent, Collusive, And Coercive Practices The Procuring Entity, As Well As The Bidders And Suppliers, Shall Observe The Highest Standard Of Ethics During The Procurement And Execution Of The Contract. They Or Through An Agent Shall Not Engage In Corrupt, Fraudulent, Collusive, Coercive, And Obstructive Practices Defined Under Annex “i” Of The 2016 Revised Irr Of Ra No. 9184 Or Other Integrity Violations In Competing For The Project. 5. Eligible Bidders 5.1. Only Bids Of Bidders Found To Be Legally, Technically, And Financially Capable Will Be Evaluated. 5.2. Not Applicable. 5.3. Pursuant To Section 23.4.1.3 Of The 2016 Revised Irr Of Ra No.9184, The Bidder Shall Have An Slcc That Is At Least One (1) Contract Similar To The Project The Value Of Which, Adjusted To Current Prices Using The Psa’s Cpi, Must Be At Least Equivalent To: A. For The Procurement Of Non-expendable Supplies And Services: The Bidder Must Have Completed A Single Contract That Is Similar To This Project, Equivalent To At Least Fifty Percent (50%) Of The Abc. 5.4. The Bidders Shall Comply With The Eligibility Criteria Under Section 23.4.1 Of The 2016 Irr Of Ra No. 9184. 6. Origin Of Goods There Is No Restriction On The Origin Of Goods Other Than Those Prohibited By A Decision Of The Un Security Council Taken Under Chapter Vii Of The Charter Of The Un, Subject To Domestic Preference Requirements Under Itb Clause 18. 7. Subcontracts 7.1. The Procuring Entity Has Prescribed That: A. Subcontracting Is Not Allowed. 8. Pre-bid Conference The Procuring Entity Will Hold A Pre-bid Conference For This Project On The Specified Date And Through Videoconferencing/webcasting As Indicated In Paragraph 6 Of The Ib. 9. Clarification And Amendment Of Bidding Documents Prospective Bidders May Request For Clarification On And/or Interpretation Of Any Part Of The Bidding Documents. Such Requests Must Be In Writing And Received By The Procuring Entity, Either At Its Given Address Or Through Electronic Mail Indicated In The Ib, At Least Ten (10) Calendar Days Before The Deadline Set For The Submission And Receipt Of Bids. 10. Documents Comprising The Bid: Eligibility And Technical Components 10.1. The First Envelope Shall Contain The Eligibility And Technical Documents Of The Bid As Specified In Section Viii (checklist Of Technical And Financial Documents). 10.2. The Bidder’s Slcc As Indicated In Itb Clause 5.3 Should Have Been Completed Within The Last Five (5) Years Prior To The Deadline For The Submission And Receipt Of Bids. 10.3. If The Eligibility Requirements Or Statements, The Bids, And All Other Documents For Submission To The Bac Are In Foreign Language Other Than English, It Must Be Accompanied By A Translation In English, Which Shall Be Authenticated By The Appropriate Philippine Foreign Service Establishment, Post, Or The Equivalent Office Having Jurisdiction Over The Foreign Bidder’s Affairs In The Philippines. Similar To The Required Authentication Above, For Contracting Parties To The Apostille Convention, Only The Translated Documents Shall Be Authenticated Through An Apostille Pursuant To Gppb Resolution No. 13-2019 Dated 23 May 2019. The English Translation Shall Govern, For Purposes Of Interpretation Of The Bid. 11. Documents Comprising The Bid: Financial Component 11.1. The Second Bid Envelope Shall Contain The Financial Documents For The Bid As Specified In Section Viii (checklist Of Technical And Financial Documents). 11.2. If The Bidder Claims Preference As A Domestic Bidder Or Domestic Entity, A Certification Issued By Dti Shall Be Provided By The Bidder In Accordance With Section 43.1.3 Of The 2016 Revised Irr Of Ra No. 9184. 11.3. Any Bid Exceeding The Abc Indicated In Paragraph 1 Of The Ib Shall Not Be Accepted. 11.4. For Foreign-funded Procurement, A Ceiling May Be Applied To Bid Prices Provided The Conditions Are Met Under Section 31.2 Of The 2016 Revised Irr Of Ra No. 9184. 12. Bid Prices 12.1. Prices Indicated On The Price Schedule Shall Be Entered Separately In The Following Manner: A. For Goods Offered From Within The Procuring Entity’s Country: I. The Price Of The Goods Quoted Exw (ex-works, Ex-factory, Ex- Warehouse, Ex-showroom, Or Off-the-shelf, As Applicable); Ii. The Cost Of All Customs Duties And Sales And Other Taxes Already Paid Or Payable; Iii. The Cost Of Transportation, Insurance, And Other Costs Incidental To Delivery Of The Goods To Their Final Destination; And Iv. The Price Of Other (incidental) Services, If Any, Listed In E. B. For Goods Offered From Abroad: I. Unless Otherwise Stated In The Bds, The Price Of The Goods Shall Be Quoted Delivered Duty Paid (ddp) With The Place Of Destination In The Philippines As Specified In The Bds. In Quoting The Price, The Bidder Shall Be Free To Use Transportation Through Carriers Registered In Any Eligible Country. Similarly, The Bidder May Obtain Insurance Services From Any Eligible Source Country. Ii. The Price Of Other (incidental) Services, If Any, As Listed In Section Vii (technical Specifications). 13. Bid And Payment Currencies 13.1. For Goods That The Bidder Will Supply From Outside The Philippines, The Bid Prices May Be Quoted In The Local Currency Or Tradeable Currency Accepted By The Bsp At The Discretion Of The Bidder. However, For Purposes Of Bid Evaluation, Bids Denominated In Foreign Currencies, Shall Be Converted To Philippine Currency Based On The Exchange Rate As Published In The Bsp Reference Rate Bulletin On The Day Of The Bid Opening. 13.2. Payment Of The Contract Price Shall Be Made In Philippine Pesos. 14. Bid Security 14.1. The Bidder Shall Submit A Bid Securing Declaration2 Or Any Form Of Bid Security In The Amount Indicated In The Bds, Which Shall Be Not Less Than The Percentage Of The Abc In Accordance With The Schedule In The Bds. 14.2. The Bid And Bid Security Shall Be Valid Until 120 Days From The Opening Of Bids. Any Bid Not Accompanied By An Acceptable Bid Security Shall Be Rejected By The Procuring Entity As Non-responsive. 15. Sealing And Marking Of Bids Each Bidder Shall Submit One Copy Of The Original Of The First And Second Components Of Its Bid And Plus Two (2) Copies Of Each Kind, Labeled As Copy 1 And Copy 2. The Procuring Entity May Request Additional Hard Copies And/or Electronic Copies Of The Bid. However, Failure Of The Bidders To Comply With The Said Request Shall Not Be A Ground For Disqualification. If The Procuring Entity Allows The Submission Of Bids Through Online Submission Or Any Other Electronic Means, The Bidder Shall Submit An Electronic Copy Of Its Bid, Which Must Be Digitally Signed. An Electronic Copy That Cannot Be Opened Or Is Corrupted Shall Be Considered Non-responsive And, Thus, Automatically Disqualified. 16. Deadline For Submission Of Bids 16.1. The Bidders Shall Submit On The Specified Date And Time And Either At Its Physical Address Or Through Online Submission As Indicated In Paragraph 7 Of The Ib. 2 In The Case Of Framework Agreement, The Undertaking Shall Refer To Entering Into Contract With The Procuring Entity And Furnishing Of The Performance Security Or The Performance Securing Declaration Within Ten (10) Calendar Days From Receipt Of Notice To Execute Framework Agreement. 17. Opening And Preliminary Examination Of Bids 17.1. The Bac Shall Open The Bids In Public At The Time, On The Date, And At The Place Specified In Paragraph 9 Of The Ib. The Bidders’ Representatives Who Are Present Shall Sign A Register Evidencing Their Attendance. In Case Videoconferencing, Webcasting Or Other Similar Technologies Will Be Used, Attendance Of Participants Shall Likewise Be Recorded By The Bac Secretariat. In Case The Bids Cannot Be Opened As Scheduled Due To Justifiable Reasons, The Rescheduling Requirements Under Section 29 Of The 2016 Revised Irr Of Ra No. 9184 Shall Prevail. 17.2. The Preliminary Examination Of Bids Shall Be Governed By Section 30 Of The 2016 Revised Irr Of Ra No. 9184. 18. Domestic Preference 18.1. The Procuring Entity Will Grant A Margin Of Preference For The Purpose Of Comparison Of Bids In Accordance With Section 43.1.2 Of The 2016 Revised Irr Of Ra No. 9184. 19. Detailed Evaluation And Comparison Of Bids 19.1. The Procuring Bac Shall Immediately Conduct A Detailed Evaluation Of All Bids Rated “passed,” Using Non-discretionary Pass/fail Criteria. The Bac Shall Consider The Conditions In The Evaluation Of Bids Under Section 32.2 Of The 2016 Revised Irr Of Ra No. 9184. 19.2. If The Project Allows Partial Bids, Bidders May Submit A Proposal On Any Of The Lots Or Items, And Evaluation Will Be Undertaken On A Per Lot Or Item Basis, As The Case Maybe. In This Case, The Bid Security As Required By Itb Clause 15 Shall Be Submitted For Each Lot Or Item Separately. 19.3. The Descriptions Of The Lots Or Items Shall Be Indicated In Section Vii (technical Specifications), Although The Abcs Of These Lots Or Items Are Indicated In The Bds For Purposes Of The Nfcc Computation Pursuant To Section 23.4.2.6 Of The 2016 Revised Irr Of Ra No. 9184. The Nfcc Must Be Sufficient For The Total Of The Abcs For All The Lots Or Items Participated In By The Prospective Bidder. 19.4. The Project Shall Be Awarded As One Project Or Per Lot Having Several Items That Shall Be Awarded As One Contract. 19.5. Except For Bidders Submitting A Committed Line Of Credit From A Universal Or Commercial Bank In Lieu Of Its Nfcc Computation, All Bids Must Include The Nfcc Computation Pursuant To Section 23.4.1.4 Of The 2016 Revised Irr Of Ra No. 9184, Which Must Be Sufficient For The Total Of The Abcs For All The Lots Or Items Participated In By The Prospective Bidder. For Bidders Submitting The Committed Line Of Credit, It Must Be At Least Equal To Ten Percent (10%) Of The Abcs For All The Lots Or Items Participated In By The Prospective Bidder. 20. Post-qualification 20.1. Within A Non-extendible Period Of Five (5) Calendar Days From Receipt By The Bidder Of The Notice From The Bac That It Submitted The Lowest Calculated Bid, The Bidder Shall Submit Its Latest Income And Business Tax Returns Filed And Paid Through The Bir Electronic Filing And Payment System (efps) And Other Appropriate Licenses And Permits Required By Law And Stated In The Bds. 21. Signing Of The Contract 21.1. The Documents Required In Section 37.2 Of The 2016 Revised Irr Of Ra No. 9184 Shall Form Part Of The Contract. Additional Contract Documents Are Indicated In The Bds. Section Iii. Bid Data Sheet Bid Data Sheet Itb Clause 5.3 For This Purpose, Contracts Similar To The Project Shall Be: A. Supply, Delivery, And Installation Of Laboratory Equipment B. Completed Within Five (5) Years Prior To The Deadline For The Submission And Receipt Of Bids. 7.1 Subcontracting Is Not Allowed. 12 The Bid Prices Of Goods And Services Supplied From Outside Of The Philippines Shall Be Quoted In Philippine Pesos. 14.1 The Bid Security Shall Be In The Form Of A Bid Securing Declaration, Or Any Of The Following Forms And Amounts: A. The Amount Of Not Less Than Php42,520.00. [(2%) Of The Abc] If Bid Security Is In Cash, Cashier’s/manager’s Check, Bank Draft/guarantee Or Irrevocable Letter Of Credit; Or B. The Amount Of Not Less Than Php106,300.00. [(5%) Of The Abc], If Bid Security Is In Surety Bond. 19.3 The Project Will Be Awarded As A Single Project. 20.2 1. Income Tax Return (form 1701/1702) With Audited Financial Statement., 2. Business Tax Return (forms 2550m And 2550q) Prior To Opening Of Bids Filed Thru Electronic Filing And Payment System (efps). Only Tax Returns Filed And Taxes Paid Through The Bir Electronic Filing And Payment System (efps) Shall Be Accepted. 21.2 Not Applicable Section Iv. General Conditions Of Contract 1. Scope Of Contract This Contract Shall Include All Such Items, Although Not Specifically Mentioned, That Can Be Reasonably Inferred As Being Required For Its Completion As If Such Items Were Expressly Mentioned Herein. All The Provisions Of Ra No. 9184 And Its 2016 Revised Irr, Including The Generic Procurement Manual, And Associated Issuances, Constitute The Primary Source For The Terms And Conditions Of The Contract, And Thus, Applicable In Contract Implementation. Herein Clauses Shall Serve As The Secondary Source For The Terms And Conditions Of The Contract. This Is Without Prejudice To Sections 74.1 And 74.2 Of The 2016 Revised Irr Of Ra No. 9184 Allowing The Gppb To Amend The Irr, Which Shall Be Applied To All Procurement Activities, The Advertisement, Posting, Or Invitation Of Which Were Issued After The Effectivity Of The Said Amendment. Additional Requirements For The Completion Of This Contract Shall Be Provided In The Special Conditions Of Contract (scc). 2. Advance Payment And Terms Of Payment 2.1. Advance Payment Of The Contract Amount Is Provided Under Annex “d” Of The Revised 2016 Irr Of Ra No. 9184. 2.2. The Procuring Entity Is Allowed To Determine The Terms Of Payment On The Partial Or Staggered Delivery Of The Goods Procured, Provided Such Partial Payment Shall Correspond To The Value Of The Goods Delivered And Accepted In Accordance With Prevailing Accounting And Auditing Rules And Regulations. The Terms Of Payment Are Indicated In The Scc. 3. Performance Security Within Ten (10) Calendar Days From Receipt Of The Notice Of Award By The Bidder From The Procuring Entity But In No Case Later Than Prior To The Signing Of The Contract By Both Parties, The Successful Bidder Shall Furnish The Performance Security In Any Of The Forms Prescribed In Section 39 Of The 2016 Revised Irr Of Ra No. 9184 4. Inspection And Tests The Procuring Entity Or Its Representative Shall Have The Right To Inspect And/or To Test The Goods To Confirm Their Conformity To The Project In Addition To Tests In The Scc, Section Iv (technical Specifications) Shall Specify What Inspections And/or Tests The Procuring Entity Requires, And Where They Are To Be Conducted. The Procuring Entity Shall Notify The Supplier In Writing, In A Timely Manner, Of The Identity Of Any Representatives Retained For These Purposes. All Reasonable Facilities And Assistance For The Inspection And Testing Of Goods, Including Access To Drawings And Production Data, Shall Be Provided By The Supplier To The Authorized Inspectors At No Charge To The Procuring Entity. 5. Warranty 6.1. In Order To Assure That Manufacturing Defects Shall Be Corrected By The Supplier, A Warranty Shall Be Required From The Supplier As Provided Under Section 62.1 Of The 2016 Revised Irr Of Ra No. 9184. 6.2. The Procuring Entity Shall Promptly Notify The Supplier In Writing Of Any Claims Arising Under This Warranty. Upon Receipt Of Such Notice, The Supplier Shall, Repair Or Replace The Defective Goods Or Parts Thereof Without Cost To The Procuring Entity, Pursuant To The Generic Procurement Manual. 6. Liability Of The Supplier The Supplier’s Liability Under This Contract Shall Be As Provided By The Laws Of The Republic Of The Philippines. If The Supplier Is A Joint Venture, All Partners To The Joint Venture Shall Be Jointly And Severally Liable To The Procuring Entity. Section V. Special Conditions Of Contract Special Conditions Of Contract Gcc Clause 1 Delivery And Documents – For Purposes Of The Contract, “exw,” “fob,” “fca,” “cif,” “cip,” “ddp” And Other Trade Terms Used To Describe The Obligations Of The Parties Shall Have The Meanings Assigned To Them By The Current Edition Of Incoterms Published By The International Chamber Of Commerce, Paris. The Delivery Terms Of This Contract Shall Be As Follows: For Goods Supplied From Abroad, “the Delivery Terms Applicable To The Contract Are Ddp Delivered At The Bulacan Agricultural State College, Pinaod, San Ildefonso, Bulacan. In Accordance With Incoterms.” For Goods Supplied From Within The Philippines, “the Delivery Terms Applicable To This Contract Are Delivered At The Bulacan Agricultural State College, Pinaod, San Ildefonso, Bulacan. Risk And Title Will Pass From The Supplier To The Procuring Entity Upon Receipt And Final Acceptance Of The Goods At Their Final Destination.” Delivery Of The Goods Shall Be Made By The Supplier In Accordance With The Terms Specified In Section Vi (schedule Of Requirements). For Purposes Of This Clause The Procuring Entity’s Representative At The Project Site Is Ms. Rona Angela O. Clarin, Basc Property Officer. Incidental Services – No Further Instructions. Spare Parts – No Further Instructions. Packaging – No Further Instructions. Transportation – The Procuring Entity Accepts No Liability For The Damage Of Goods During Transit Other Than Those Prescribed By Incoterms For Ddp Deliveries. In The Case Of Goods Supplied From Within The Philippines Or Supplied By Domestic Suppliers Risk And Title Will Not Be Deemed To Have Passed To The Procuring Entity Until Their Receipt And Final Acceptance At The Final Destination. Intellectual Property Rights – No Further Instructions. 2.2 The Terms Of Payment Shall Be As Follows: Upon Certification Of Complete Delivery Of Items By The End User And Basc Inspection Team.” 4 The Inspections And Tests That Will Be Conducted Are: On Site Testing Of All Items To Be Procured. Section Vi. Schedule Of Requirements The Delivery Schedule Expressed As Weeks/months Stipulates Hereafter A Delivery Date Which Is The Date Of Delivery To The Project Site. Item Number Description Quan Tity Delivered, Weeks/months 1 Penetromer 1 Pc Ninety (90) Calendar Days Capacity: 28 Lb X 0.25 Lb (12.7 Kg X 100 G) Designed For Measurements Between 3 And 27 Pounds/1.2 And 12.25 Kg Traceable Penetrometer Calibration Units Are Verified At Multiple Points Available For The Ft011, Ft327 And Ft444 And Firmness Testers Lead Time Is 2-3 Days From Date Of Order Includes Complete Certificate With All Data Points Ft Penetrometer Calibration Kit Kit Includes (1) Aluminum Ft-penetrometer Stand (1) Plastic Stabilizer For 8mm Penetrometer Tip (1) 2kg Calibration Weight Manual Test Stand Large Anodized Aluminum Platform Steel Rack And Pinion Elevating Mechanism Steel Guide Posts With Teflon Coated Bushings Generous Vertical Clearance Is Approximately 8” Platform: 10" X 10" Work Area: 10" X 6" Vertical Arm: 8" Travel Distance | 3" Clearance From Posts Weight: 8 Lbs. Dimensions: 10" X 10" X 12" H 2 Texture Analyzer 1 Pc Ninety (90) Calendar Days Capacity: Gs-15 Device: 33 Lbs Gs-25 Device: 55 Lbs Operating Range: Gs-15: 50 G To 15,000 G Gs-25: 50 G To 25,000 G Measuring Units: Kg, Lbs, Newton Maximum Fruit Size: 120 Mm Weight: 9 Kg (approximately) Power: 100-240 Vac Adapter (included) Power Consumption: 30 Watts (30 Volts Dc, 1 Amp) 3 Refractometer 1 Pc Ninety (90) Calendar Days Scm-1000 Digital Refractometer Range: 0.0-55.0% Brix Resolution: 0.1% Accuracy +/-0.2% Sample Volume: 0.5 Ml Weight: 149 G Dimensions: 2.3" X 1.4" X 4.8" Power: Two Aaa Alkaline Batteries 4 Ph Meter 2 Lots Ninety (90) Calendar Days Ranges: Ph: -2.00 To 16.00 Temperature: 23°f To 221°f (-5.0°c To 105.0°c) Resolution: 0.01 Ph/0.1° Accuracy: ±0.02 Ph/±1.0°f Power: Three 1.5v Aaa Batteries (approx. 1400 Hours Of Continuous Use) Dimensions: 154 X 63 X 30 Mm (6.1 X 2.5 X 1.2") Weight: 199g (6.91 Oz.) With Batteries Ph 7.00 Buffer Solution Color Coded Yellow Traceable To Nist 500 Ml Bottle Ph 7.00 +0.01 @ 25°c Fc202d Food Ph Electrode (13,690.04 Php) Ph/temperature Electrode That Tapers To A Strong Conic Tip Ideal For Measurements In Semisolids Such As Meats And Cheeses Ph 4.00 Buffer Solution Color Coded Pink Traceable To Nist 500 Ml Bottle Ph 4.00 +0.01 @ 25°c 5 Soil Testing Kit 1 Pc Ninety (90) Calendar Days Fertilizer Systems Built-in Soil Testing And Fertilizer Application System. Diagnostics Built-in Diagnostic Standards Atlas For Plant Nutrition. Linearity Error <0.1% (0.001, Copper Sulfate Assay) Power Supply Ac 220±22v Dc 12v+5v (built-in Lithium Battery Or Car Power Supply) Sensitivity Red Light 4.5×10-5 Blue Light >3.17×10-3 Green Light 2.35×10-3 Orange Light 2.13×10-3 Wavelength Range Red Light: 680+2nm; Blue Light: 420+2nm; Green Light: 510±2nm; Orange Light: 590+4nm Ph Value Test Range: 1~14 Accuracy: 0.01 Error: ±0.1 Salt Content Test Range: 0.01% ~1.00% Relative Error: ± 5% Display Resolution 1024*600 Seismic Rating Ip65 Range And Resolution 0.001-9999 Power Instrument <5w Dimension 48*34.5*22cm Net Weight 5.2kg Inclusions 1 Unit Main Engine 1 Set Medicine Box 1 Electronic Scale 10 Colorimetric Dish 12 Pieces Plastic Dropper (3ml) 1 Set Test Tube Holder (13*50) 1 Ph Ph Meter 1 Set Tds Salinity Meter 20 Pieces Plastic Test Tube (10ml) 12 Pieces Glass Test Tube (10ml) 1 Measuring Cylinder (50ml) 1 Volumetric Flask (100ml) 2 Triangle Bottle (100ml) 1 Reagent Bottle 1 Sheet After Sales Technical Service Card 1 Sheet Certificate Of Conformity Warranty Card 1 Roll Printing Paper 1 Set Blackbox Epe Lining 1 Aluminum Box 1 Box Qualitative Filter Paper (11mm) 1 Bottle Washing Bottles 1 Set Spoon (large, Medium, Small) 1 Suction Ball 1 Each Glass Pipette 1 Piece Glass Rod 1 Piece Test Tube Brush 6 Packs Soil Extractant 1 Bottle Soil Decolorizing Agent 1 Bottle Soil Standard Solution 1 Bottle Each Ammonium Nitrogen 1.2.3 1 Bottle Each Effective Phosphorus No.123 1 Bottle Each Quick Acting Potassium 1.2 1 Sheet Soil Organic Matter Standard Solution 3packs Soil Organic Matter Extraction Solution 1 Lithium Battery Charger 6 Seed Germinator Chamber 1 Pc Ninety (90) Calendar Days Chamber Volume: 175l Temperature Range: 0~50°c Temperature Stability : ±1°c Display Resolution : 0.1°c Temperature Uniformity: ±1°c Humidity Range : 30~95%rh Humidity Deviation +3rh Power Supply Ac220v, 50hz Ambient Temperature : +5~35°c Illumination Intensity : 030000lx Selling Units : Single Item Single Package Size: 75x84x186 Cm Single Gross Weight: 234.000 Kg 7 Portable Multiparameter Water Quality Testing Kits 1 Pc Ngths. Phorus, Meter, Ninety (90) Calendar Days Channel Number: 8 Wavelength: 420nm, 440nm, 470nm, 510nm, 520nm, 540nm, 560nm, 600nm, 610nm, 630nm, 660nm, 700nm Can Be Customized Any 4 Wavele Wavelength Accuracy: Center Wavelength - 1nm Measurement Parameters: Codmn, Codcr, Ammonia Nitrogen, Total Phos Copper, Iron, Nickel And Six Chromium, Phosphate, Nitrite And Other 35 Para Customer Can Be Customized According To The Operate Environment. Optical Stability: $0.002a/20min 8 Analytical Balance 2 Pc Ninety (90) Calendar Days Leveling: Manual Linearity: 0.2 Mg Relative Humidity At Temperatures Up To 31° C, Non-condensing, Then Linear Decrease From Max. 80 % At 31° C To Max. 50 % At 40° C: 15 - 80 % Operating Conditions - Temperature: +10 - +30 °c Repeatability: 0.1 Mg Sensitivity Drift Between +10 °c And +30 °c: +1.5 Ppm/k Typical Stabilization Time: $1.0 S Underfloor Weighing: Yes Weighing Chamber Height: 240 Mm Display: Led Screen With Touch Technology Maximum Weighing Capacity: 220 G Readability: 0.1 Mg Weighing Pan Dimensions: 90 Mm Data Interface: Rs232 Weighing Units: Gram, Kilogram, Carat, Pound, Ounce, Troy Ounce, Hong Kong Tael, Singapore Tael, Taiwan Tael, Grain, Pennyweights, Miligram, Parts Per Pound, China Tael, Mommes, Austrian Carat, Tola, Baht, Mesghal And Newton Package Includes: Delivery On Site Training With End Users Commissioning And Installation On Sites Training Certificate To End Users Calibration Certificate And Sticker Certificate Of Distributorship From Manufacturer Avr, 1kva 9 Cooled Incubator 1 Pc Ninety (90) Calendar Days Performance Data Temperature Temperature Range °c -10... 100 Temperature Variation At 37 °c [+ K] 0.2 Temperature Fluctuation At 37 °c [+k] 0.1 Recovery Time After 30 Seconds Door Open At 37 °c [min] 2 Electrical Data Rated Voltage [v] 230 Power Frequency [hz] 50/60 Nominal Power [kw] 0.7 Unit Fuse [a] 10 Phase (nominal Voltage) 1~ Interior Volume [l] 115 Net Weight Of The Unit (empty) [kg] 105 Permitted Load [kg] 50 Load Per Rack [kg] 20 Wall Clearance Back [mm] 100 Wall Clearance Sidewise [mm] 100 Internal Dimensions Width [mm] 600 Height [mm] 480 Depth [mm] 400 Inner Doors 1 Unit Doors 1 Housing Dimensions Not Including Fittings And Connections Width Net [mm] 835 Height Net [mm] 1025 Depth Net [mm] 650 Environment-specific Data Energy Consumption At 37 °c [wh/h] 75 Sound-pressure Level [db(a)] 49 Number Of Shelves (std./max.) 2/5 With 5 Kva Avr Inclusions: Delivery On Site Training With End Users Commissioning And Installation On Sites Training Certificate To End Users Calibration Certificate And Sticker All Items Must Have: At Least 1 Year Warranty After Sales Services Installation / Assembly Training On How To Use And Maintain The Equipment [signature] [in The Capacity Of] Duly Authorized To Sign Bid For And On Behalf Of Section Vii. Technical Specifications Notes For Preparing The Technical Specifications A Set Of Precise And Clear Specifications Is A Prerequisite For Bidders To Respond Realistically And Competitively To The Requirements Of The Procuring Entity Without Qualifying Their Bids. In The Context Of Competitive Bidding, The Specifications (e.g. Production/delivery Schedule, Manpower Requirements, And After-sales Service/parts, Descriptions Of The Lots Or Items) Must Be Prepared To Permit The Widest Possible Competition And, At The Same Time, Present A Clear Statement Of The Required Standards Of Workmanship, Materials, And Performance Of The Goods And Services To Be Procured. Only If This Is Done Will The Objectives Of Transparency, Equity, Efficiency, Fairness , And Economy In Procurement Be Realized, Responsiveness Of Bids Be Ensured, And The Subsequent Task Of Bid Evaluation And Post-qualification Facilitated. The Specifications Should Require That All Items, Materials And Accessories To Be Included Or Incorporated In The Goods Be New, Unused, And Of The Most Recent Or Current Models, And That They Include Or Incorporate All Recent Improvements In Design And Materials Unless Otherwise Provided In The Contract. Samples Of Specifications From Previous Similar Procurements Are Useful In This Respect. The Use Of Metric Units Is Encouraged. Depending On The Complexity Of The Goods And The Repetitiveness Of The Type Of Procurement, It May Be Advantageous To Standardize The General Technical Specifications And Incorporate Them In A Separate Subsection. The General Technical Specifications Should Cover All Classes Of Workmanship, Materials, And Equipment Commonly Involved In Manufacturing Similar Goods. Deletions Or Addenda Should Then Adapt The General Technical Specifications To The Particular Procurement. Care Must Be Taken In Drafting Specifications To Ensure That They Are Not Restrictive. In The Specification Of Standards For Equipment, Materials, And Workmanship, Recognized Philippine And International Standards Should Be Used As Much As Possible. Where Other Particular Standards Are Used, Whether National Standards Or Other Standards, The Specifications Should State That Equipment, Materials, And Workmanship That Meet Other Authoritative Standards, And Which Ensure At Least A Substantially Equal Quality Than The Standards Mentioned, Will Also Be Acceptable. The Following Clause May Be Inserted In The Special Conditions Of Contract Or The Technical Specifications. Sample Clause: Equivalency Of Standards And Codes Wherever Reference Is Made In The Technical Specifications To Specific Standards And Codes To Be Met By The Goods And Materials To Be Furnished Or Tested, The Provisions Of The Latest Edition Or Revision Of The Relevant Standards And Codes Shall Apply, Unless Otherwise Expressly Stated In The Contract. Where Such Standards And Codes Are National Or Relate To A Particular Country Or Region, Other Authoritative Standards That Ensure Substantial Equivalence To The Standards And Codes Specified Will Be Acceptable. Reference To Brand Name And Catalogue Number Should Be Avoided As Far As Possible; Where Unavoidable They Should Always Be Followed By The Words “or At Least Equivalent.” References To Brand Names Cannot Be Used When The Funding Source Is The Gop. Technical Specifications Item Specification Statement Of Compliance [bidders Must State Here Either “comply” Or “not Comply” Against Each Of The Individual Parameters Of Each Specification Stating The Corresponding Performance Parameter Of The Equipment Offered. Statements Of “comply” Or “not Comply” Must Be Supported By Evidence In A Bidders Bid And Cross-referenced To That Evidence. Evidence Shall Be In The Form Of Manufacturer’s Un-amended Sales Literature, Unconditional Statements Of Specification And Compliance Issued By The Manufacturer, Samples, Independent Test Data Etc., As Appropriate. A Statement That Is Not Supported By Evidence Or Is Subsequently Found To Be Contradicted By The Evidence Presented Will Render The Bid Under Evaluation Liable For Rejection. A Statement Either In The Bidder's Statement Of Compliance Or The Supporting Evidence That Is Found To Be False Either During Bid Evaluation, Post-qualification Or The Execution Of The Contract May Be Regarded As Fraudulent And Render The Bidder Or Supplier Liable For Prosecution Subject To The Applicable Laws And Issuances.] 1 Penetromer Capacity: 28 Lb X 0.25 Lb (12.7 Kg X 100 G) Designed For Measurements Between 3 And 27 Pounds/1.2 And 12.25 Kg Traceable Penetrometer Calibration Units Are Verified At Multiple Points Available For The Ft011, Ft327 And Ft444 And Firmness Testers Lead Time Is 2-3 Days From Date Of Order Includes Complete Certificate With All Data Points Ft Penetrometer Calibration Kit Kit Includes (1) Aluminum Ft-penetrometer Stand (1) Plastic Stabilizer For 8mm Penetrometer Tip (1) 2kg Calibration Weight Manual Test Stand Large Anodized Aluminum Platform Steel Rack And Pinion Elevating Mechanism Steel Guide Posts With Teflon Coated Bushings Generous Vertical Clearance Is Approximately 8” Platform: 10" X 10" Work Area: 10" X 6" Vertical Arm: 8" Travel Distance | 3" Clearance From Posts Weight: 8 Lbs. Dimensions: 10" X 10" X 12" H 2 Texture Analyzer Capacity: Gs-15 Device: 33 Lbs Gs-25 Device: 55 Lbs Operating Range: Gs-15: 50 G To 15,000 G Gs-25: 50 G To 25,000 G Measuring Units: Kg, Lbs, Newton Maximum Fruit Size: 120 Mm Weight: 9 Kg (approximately) Power: 100-240 Vac Adapter (included) Power Consumption: 30 Watts (30 Volts Dc, 1 Amp) 3 Refractometer Scm-1000 Digital Refractometer Range: 0.0-55.0% Brix Resolution: 0.1% Accuracy +/-0.2% Sample Volume: 0.5 Ml Weight: 149 G Dimensions: 2.3" X 1.4" X 4.8" Power: Two Aaa Alkaline Batteries 4 Ph Meter Ranges: Ph: -2.00 To 16.00 Temperature: 23°f To 221°f (-5.0°c To 105.0°c) Resolution: 0.01 Ph/0.1° Accuracy: ±0.02 Ph/±1.0°f Power: Three 1.5v Aaa Batteries (approx. 1400 Hours Of Continuous Use) Dimensions: 154 X 63 X 30 Mm (6.1 X 2.5 X 1.2") Weight: 199g (6.91 Oz.) With Batteries Ph 7.00 Buffer Solution Color Coded Yellow Traceable To Nist 500 Ml Bottle Ph 7.00 +0.01 @ 25°c Fc202d Food Ph Electrode (13,690.04 Php) Ph/temperature Electrode That Tapers To A Strong Conic Tip Ideal For Measurements In Semisolids Such As Meats And Cheeses Ph 4.00 Buffer Solution Color Coded Pink Traceable To Nist 500 Ml Bottle Ph 4.00 +0.01 @ 25°c 5 Soil Testing Kit Fertilizer Systems Built-in Soil Testing And Fertilizer Application System. Diagnostics Built-in Diagnostic Standards Atlas For Plant Nutrition. Linearity Error <0.1% (0.001, Copper Sulfate Assay) Power Supply Ac 220±22v Dc 12v+5v (built-in Lithium Battery Or Car Power Supply) Sensitivity Red Light 4.5×10-5 Blue Light >3.17×10-3 Green Light 2.35×10-3 Orange Light 2.13×10-3 Wavelength Range Red Light: 680+2nm; Blue Light: 420+2nm; Green Light: 510±2nm; Orange Light: 590+4nm Ph Value Test Range: 1~14 Accuracy: 0.01 Error: ±0.1 Salt Content Test Range: 0.01% ~1.00% Relative Error: ± 5% Display Resolution 1024*600 Seismic Rating Ip65 Range And Resolution 0.001-9999 Power Instrument <5w Dimension 48*34.5*22cm Net Weight 5.2kg Inclusions 1 Unit Main Engine 1 Set Medicine Box 1 Electronic Scale 10 Colorimetric Dish 12 Pieces Plastic Dropper (3ml) 1 Set Test Tube Holder (13*50) 1 Ph Ph Meter 1 Set Tds Salinity Meter 20 Pieces Plastic Test Tube (10ml) 12 Pieces Glass Test Tube (10ml) 1 Measuring Cylinder (50ml) 1 Volumetric Flask (100ml) 2 Triangle Bottle (100ml) 1 Reagent Bottle 1 Sheet After Sales Technical Service Card 1 Sheet Certificate Of Conformity Warranty Card 1 Roll Printing Paper 1 Set Blackbox Epe Lining 1 Aluminum Box 1 Box Qualitative Filter Paper (11mm) 1 Bottle Washing Bottles 1 Set Spoon (large, Medium, Small) 1 Suction Ball 1 Each Glass Pipette 1 Piece Glass Rod 1 Piece Test Tube Brush 6 Packs Soil Extractant 1 Bottle Soil Decolorizing Agent 1 Bottle Soil Standard Solution 1 Bottle Each Ammonium Nitrogen 1.2.3 1 Bottle Each Effective Phosphorus No.123 1 Bottle Each Quick Acting Potassium 1.2 1 Sheet Soil Organic Matter Standard Solution 3packs Soil Organic Matter Extraction Solution 1 Lithium Battery Charger 6 Seed Germinator Chamber Chamber Volume: 175l Temperature Range: 0~50°c Temperature Stability : ±1°c Display Resolution : 0.1°c Temperature Uniformity: ±1°c Humidity Range : 30~95%rh Humidity Deviation +3rh Power Supply Ac220v, 50hz Ambient Temperature : +5~35°c Illumination Intensity : 030000lx Selling Units : Single Item Single Package Size: 75x84x186 Cm Single Gross Weight: 234.000 Kg 7 Portable Multiparameter Water Quality Testing Kits Us, Ter, Channel Number: 8 Wavelength: 420nm, 440nm, 470nm, 510nm, 520nm, 540nm, 560nm, 600nm, 610nm, 630nm, 660nm, 700nm Can Be Customized Any 4 Wavelengths. Wavelength Accuracy: Center Wavelength - 1nm Measurement Parameters: Codmn, Codcr, Ammonia Nitrogen, Total Phosphor Copper, Iron, Nickel And Six Chromium, Phosphate, Nitrite And Other 35 Parame Customer Can Be Customized According To The Operate Environment. Optical Stability: $0.002a/20min 8 Analytical Balance Leveling: Manual Linearity: 0.2 Mg Relative Humidity At Temperatures Up To 31° C, Non-condensing, Then Linear Decrease From Max. 80 % At 31° C To Max. 50 % At 40° C: 15 - 80 % Operating Conditions - Temperature: +10 - +30 °c Repeatability: 0.1 Mg Sensitivity Drift Between +10 °c And +30 °c: +1.5 Ppm/k Typical Stabilization Time: $1.0 S Underfloor Weighing: Yes Weighing Chamber Height: 240 Mm Display: Led Screen With Touch Technology Maximum Weighing Capacity: 220 G Readability: 0.1 Mg Weighing Pan Dimensions: 90 Mm Data Interface: Rs232 Weighing Units: Gram, Kilogram, Carat, Pound, Ounce, Troy Ounce, Hong Kong Tael, Singapore Tael, Taiwan Tael, Grain, Pennyweights, Miligram, Parts Per Pound, China Tael, Mommes, Austrian Carat, Tola, Baht, Mesghal And Newton Package Includes: Delivery On Site Training With End Users Commissioning And Installation On Sites Training Certificate To End Users Calibration Certificate And Sticker Certificate Of Distributorship From Manufacturer Avr, 1kva 9 Cooled Incubator Performance Data Temperature Temperature Range °c -10... 100 Temperature Variation At 37 °c [+ K] 0.2 Temperature Fluctuation At 37 °c [+k] 0.1 Recovery Time After 30 Seconds Door Open At 37 °c [min] 2 Electrical Data Rated Voltage [v] 230 Power Frequency [hz] 50/60 Nominal Power [kw] 0.7 Unit Fuse [a] 10 Phase (nominal Voltage) 1~ Interior Volume [l] 115 Net Weight Of The Unit (empty) [kg] 105 Permitted Load [kg] 50 Load Per Rack [kg] 20 Wall Clearance Back [mm] 100 Wall Clearance Sidewise [mm] 100 Internal Dimensions Width [mm] 600 Height [mm] 480 Depth [mm] 400 Inner Doors 1 Unit Doors 1 Housing Dimensions Not Including Fittings And Connections Width Net [mm] 835 Height Net [mm] 1025 Depth Net [mm] 650 Environment-specific Data Energy Consumption At 37 °c [wh/h] 75 Sound-pressure Level [db(a)] 49 Number Of Shelves (std./max.) 2/5 With 5 Kva Avr Inclusions: Delivery On Site Training With End Users Commissioning And Installation On Sites Training Certificate To End Users Calibration Certificate And Sticker All Items Must Have: At Least 1 Year Warranty After Sales Services Installation / Assembly Training On How To Use And Maintain The Equipment [signature] [in The Capacity Of] Duly Authorized To Sign Bid For And On Behalf Of Section Viii. Checklist Of Technical And Financial Documents Checklist Of Technical And Financial Documents I. Technical Component Envelope Class “a” Documents Legal Documents ⬛ (a) Valid Philgeps Registration Certificate (platinum Membership) (all Pages); Or ⬛ (b) Registration Certificate From Securities And Exchange Commission (sec), Department Of Trade And Industry (dti) For Sole Proprietorship, Or Cooperative Development Authority (cda) For Cooperatives Or Its Equivalent Document, And ⬛ (c) Mayor’s Or Business Permit Issued By The City Or Municipality Where The Principal Place Of Business Of The Prospective Bidder Is Located, Or The Equivalent Document For Exclusive Economic Zones Or Areas; And ⬛ (d) Tax Clearance Per E.o. No. 398, S. 2005, As Finally Reviewed And Approved By The Bureau Of Internal Revenue (bir). Technical Documents ⬛ (f) Statement Of The Prospective Bidder Of All Its Ongoing Government And Private Contracts, Including Contracts Awarded But Not Yet Started, If Any, Whether Similar Or Not Similar In Nature And Complexity To The Contract To Be Bid; And ⬛ (g) Statement Of The Bidder’s Single Largest Completed Contract (slcc) Similar To The Contract To Be Bid, Except Under Conditions Provided For In Sections 23.4.1.3 And 23.4.2.4 Of The 2016 Revised Irr Of Ra No. 9184, Within The Relevant Period As Provided In The Bidding Documents; And ⬛ (h) Original Copy Of Bid Security. If In The Form Of A Surety Bond, Submit Also A Certification Issued By The Insurance Commission; Or Original Copy Of Notarized Bid Securing Declaration; And ⬛ (i) Conformity With The Technical Specifications, Which May Include Production/delivery Schedule, Manpower Requirements, And/or After- Sales/parts, If Applicable; And ⬛ (j) Original Duly Signed Omnibus Sworn Statement (oss); And If Applicable, Original Notarized Secretary’s Certificate In Case Of A Corporation, Partnership, Or Cooperative; Or Original Special Power Of Attorney Of All Members Of The Joint Venture Giving Full Power And Authority To Its Officer To Sign The Oss And Do Acts To Represent The Bidder. Financial Documents ⬛ (k) The Supplier’s Audited Financial Statements, Showing, Among Others, The Supplier’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; And ⬛ (l) The Prospective Bidder’s Computation Of Net Financial Contracting Capacity (nfcc); Or A Committed Line Of Credit From A Universal Or Commercial Bank In Lieu Of Its Nfcc Computation. Class “b” Documents ⬛ (m) If Applicable, A Duly Signed Joint Venture Agreement (jva) In Case The Joint Venture Is Already In Existence; Or Duly Notarized Statements From All The Potential Joint Venture Partners Stating That They Will Enter Into And Abide By The Provisions Of The Jva In The Instance That The Bid Is Successful. Other Documentary Requirements Under Ra No. 9184 (as Applicable) ⬛ (n) [for Foreign Bidders Claiming By Reason Of Their Country’s Extension Of Reciprocal Rights To Filipinos] Certification From The Relevant Government Office Of Their Country Stating That Filipinos Are Allowed To Participate In Government Procurement Activities For The Same Item Or Product. ⬛ (o) Certification From The Dti If The Bidder Claims Preference As A Domestic Bidder Or Domestic Entity. 25 Financial Component Envelope ⬛ (a) Original Of Duly Signed And Accomplished Financial Bid Form; And ⬛ (b) Original Of Duly Signed And Accomplished Price Schedule(s). Bid Form Date: Project Identification No. To: Bulacan Agricultural State College Brgy. Pinaod, San Ildefonso, Bulacan 3010 Gentlemen And/or Ladies: Having Examined The Bidding Documents Including Bid Bulletin Numbers [insert Numbers], The Receipt Of Which Is Hereby Duly Acknowledged, We, The Undersigned, Offer To Supply And Delivery 2025-05g: Acquisition Of Equipment And Other Equipment For The Provision Of Higher Education Services (lot 3: Agroforestry Equipment) In Conformity With The Said Bidding Documents For The Sum Of (php ) [total Bid Amount In Words And Figures] Or Such Other Sums As May Be Ascertained In Accordance With The Schedule Of Prices Attached Herewith And Made Part Of This Bid. We Undertake, If Our Bid Is Accepted, To Deliver The Goods In Accordance With The Delivery Schedule Specified In The Schedule Of Requirements. If Our Bid Is Accepted, We Undertake To Provide A Performance Security In The Form, Amounts, And Within The Times Specified In The Bidding Documents. We Agree To Abide By This Bid For The Bid Validity Period Specified In The Bidding Documents Provisions And It Shall Remain Binding Upon Us And May Be Accepted At Any Time Before The Expiration Of That Period. Commissions Or Gratuities, If Any, Paid Or To Be Paid By Us To Agents Relating To This Bid, And To Contract Execution If We Are Awarded The Contract, Are Listed Below:3 Name And Address Of Agent Amount And Currency Purpose Of Commission Or Gratuity (if None, State “none”) Until A Formal Contract Is Prepared And Executed, This Bid, Together With Your Written Acceptance Thereof And Your Notice Of Award, Shall Be Binding Upon Us. We Understand That You Are Not Bound To Accept The Lowest Calculated Bid Or Any Bid You May Receive. We Certify/confirm That We Comply With The Eligibility Requirements As Per The Bidding Documents. We Likewise Certify/confirm That The Undersigned, [for Sole Proprietorships, Insert: As The Owner And Sole Proprietor Or Authorized Representative Of Name Of Bidder, Has The Full Power And Authority To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract, On The Latter’s Behalf For The Name Of Project Of The Name Of The Procuring Entity] [for Partnerships, Corporations, Cooperatives, Or Joint Ventures, Insert: Is Granted Full Power And Authority By The Name Of Bidder, To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract On The Latter’s Behalf For Name Of Project Of The Name Of The Procuring Entity]. We Acknowledge That Failure To Sign Each And Every Page Of This Bid Form, Including The Attached Schedule Of Prices, Shall Be A Ground For The Rejection Of Our Bid. Dated This Day Of 2025. [signature] [in The Capacity Of] Duly Authorized To Sign Bid For And On Behalf Of Price Schedule Name Of Bidder . Invitation To Bid Number Page Of . 1 2 3 4 5 6 7 8 9 10 Item Description Cou Ntry Of Orig In Quant Ity Unit Price Exw Per Item Transportation And Insurance And All Other Costs Incidental To Delivery, Per Item Sales And Other Taxes Payable If Contract Is Awarded, Per Item Cost Of Incidental Services, If Applicable, Per Item Total Price, Per Unit (col 5+6+7+8) Total Price Delivered Final Destination (col 9) X (col 4) 1 Penetromer Capacity: 28 Lb X 0.25 Lb (12.7 Kg X 100 G) Designed For Measurements Between 3 And 27 Pounds/1.2 And 12.25 Kg Traceable Penetrometer Calibration Units Are Verified At Multiple Points Available For The Ft011, Ft327 And Ft444 And Firmness Testers Lead Time Is 2-3 Days From Date Of Order Includes Complete Certificate With All Data Points Ft Penetrometer Calibration Kit Kit Includes (1) Aluminum Ft-penetrometer Stand (1) Plastic Stabilizer For 8mm Penetrometer Tip (1) 2kg Calibration Weight Manual Test Stand Large Anodized Aluminum Platform Steel Rack And Pinion Elevating Mechanism Steel Guide Posts With Teflon Coated Bushings Generous Vertical Clearance Is Approximately 8” Platform: 10" X 10" Work Area: 10" X 6" 1 Pc Vertical Arm: 8" Travel Distance | 3" Clearance From Posts Weight: 8 Lbs. Dimensions: 10" X 10" X 12" H 2 Texture Analyzer 1 Pc Capacity: Gs-15 Device: 33 Lbs Gs-25 Device: 55 Lbs Operating Range: Gs-15: 50 G To 15,000 G Gs-25: 50 G To 25,000 G Measuring Units: Kg, Lbs, Newton Maximum Fruit Size: 120 Mm Weight: 9 Kg (approximately) Power: 100-240 Vac Adapter (included) Power Consumption: 30 Watts (30 Volts Dc, 1 Amp) 3 Refractometer 1 Pc Scm-1000 Digital Refractometer Range: 0.0-55.0% Brix Resolution: 0.1% Accuracy +/-0.2% Sample Volume: 0.5 Ml Weight: 149 G Dimensions: 2.3" X 1.4" X 4.8" Power: Two Aaa Alkaline Batteries 4 Ph Meter 2 Lots Ranges: Ph: -2.00 To 16.00 Temperature: 23°f To 221°f (-5.0°c To 105.0°c) Resolution: 0.01 Ph/0.1° Accuracy: ±0.02 Ph/±1.0°f Power: Three 1.5v Aaa Batteries (approx. 1400 Hours Of Continuous Use) Dimensions: 154 X 63 X 30 Mm (6.1 X 2.5 X 1.2") Weight: 199g (6.91 Oz.) With Batteries Ph 7.00 Buffer Solution Color Coded Yellow Traceable To Nist 500 Ml Bottle Ph 7.00 +0.01 @ 25°c Fc202d Food Ph Electrode (13,690.04 Php) Ph/temperature Electrode That Tapers To A Strong Conic Tip Ideal For Measurements In Semisolids Such As Meats And Cheeses Ph 4.00 Buffer Solution Color Coded Pink Traceable To Nist 500 Ml Bottle Ph 4.00 +0.01 @ 25°c 5 Soil Testing Kit 1 Pc Fertilizer Systems Built-in Soil Testing And Fertilizer Application System. Diagnostics Built-in Diagnostic Standards Atlas For Plant Nutrition. Linearity Error <0.1% (0.001, Copper Sulfate Assay) Power Supply Ac 220±22v Dc 12v+5v (built-in Lithium Battery Or Car Power Supply) Sensitivity Red Light 4.5×10-5 Blue Light >3.17×10-3 Green Light 2.35×10-3 Orange Light 2.13×10-3 Wavelength Range Red Light: 680+2nm; Blue Light: 420+2nm; Green Light: 510±2nm; Orange Light: 590+4nm Ph Value Test Range: 1~14 Accuracy: 0.01 Error: ±0.1 Salt Content Test Range: 0.01% ~1.00% Relative Error: ± 5% Display Resolution 1024*600 Seismic Rating Ip65 Range And Resolution 0.001-9999 Power Instrument <5w Dimension 48*34.5*22cm Net Weight 5.2kg Inclusions 1 Unit Main Engine 1 Set Medicine Box 1 Electronic Scale 10 Colorimetric Dish 12 Pieces Plastic Dropper (3ml) 1 Set Test Tube Holder (13*50) 1 Ph Ph Meter 1 Set Tds Salinity Meter 20 Pieces Plastic Test Tube (10ml) 12 Pieces Glass Test Tube (10ml) 1 Measuring Cylinder (50ml) 1 Volumetric Flask (100ml) 2 Triangle Bottle (100ml) 1 Reagent Bottle 1 Sheet After Sales Technical Service Card 1 Sheet Certificate Of Conformity Warranty Card 1 Roll Printing Paper 1 Set Blackbox Epe Lining 1 Aluminum Box 1 Box Qualitative Filter Paper (11mm) 1 Bottle Washing Bottles 1 Set Spoon (large, Medium, Small) 1 Suction Ball 1 Each Glass Pipette 1 Piece Glass Rod 1 Piece Test Tube Brush 6 Packs Soil Extractant 1 Bottle Soil Decolorizing Agent 1 Bottle Soil Standard Solution 1 Bottle Each Ammonium Nitrogen 1.2.3 1 Bottle Each Effective Phosphorus No.123 1 Bottle Each Quick Acting Potassium 1.2 1 Sheet Soil Organic Matter Standard Solution 3packs Soil Organic Matter Extraction Solution 1 Lithium Battery Charger 6 Seed Germinator Chamber 1 Pc Chamber Volume: 175l Temperature Range: 0~50°c Temperature Stability : ±1°c Display Resolution : 0.1°c Temperature Uniformity: ±1°c Humidity Range : 30~95%rh Humidity Deviation +3rh Power Supply Ac220v, 50hz Ambient Temperature : +5~35°c Illumination Intensity : 030000lx Selling Units : Single Item Single Package Size: 75x84x186 Cm Single Gross Weight: 234.000 Kg 7 Portable Multiparameter Water Quality Testing Kits Ngths. Sphorus Amete 1 Pc , R, Channel Number: 8 Wavelength: 420nm, 440nm, 470nm, 510nm, 520nm, 540nm, 560nm, 600nm, 610nm, 630nm, 660nm, 700nm Can Be Customized Any 4 Wavele Wavelength Accuracy: Center Wavelength - 1nm Measurement Parameters: Codmn, Codcr, Ammonia Nitrogen, Total Pho Copper, Iron, Nickel And Six Chromium, Phosphate, Nitrite And Other 35 Par Customer Can Be Customized According To The Operate Environment. Optical Stability: $0.002a/20min 8 Analytical Balance 2 Pcs Leveling: Manual Linearity: 0.2 Mg Relative Humidity At Temperatures Up To 31° C, Non-condensing, Then Linear Decrease From Max. 80 % At 31° C To Max. 50 % At 40° C: 15 - 80 % Operating Conditions - Temperature: +10 - +30 °c Repeatability: 0.1 Mg Sensitivity Drift Between +10 °c And +30 °c: +1.5 Ppm/k Typical Stabilization Time: $1.0 S Underfloor Weighing: Yes Weighing Chamber Height: 240 Mm Display: Led Screen With Touch Technology Maximum Weighing Capacity: 220 G Readability: 0.1 Mg Weighing Pan Dimensions: 90 Mm Data Interface: Rs232 Weighing Units: Gram, Kilogram, Carat, Pound, Ounce, Troy Ounce, Hong Kong Tael, Singapore Tael, Taiwan Tael, Grain, Pennyweights, Miligram, Parts Per Pound, China Tael, Mommes, Austrian Carat, Tola, Baht, Mesghal And Newton Package Includes: Delivery On Site Training With End Users Commissioning And Installation On Sites Training Certificate To End Users Calibration Certificate And Sticker Certificate Of Distributorship From Manufacturer Avr, 1kva 9 Cooled Incubator 1 Pc Performance Data Temperature Temperature Range °c -10... 100 Temperature Variation At 37 °c [+ K] 0.2 Temperature Fluctuation At 37 °c [+k] 0.1 Recovery Time After 30 Seconds Door Open At 37 °c [min] 2 Electrical Data Rated Voltage [v] 230 Power Frequency [hz] 50/60 Nominal Power [kw] 0.7 Unit Fuse [a] 10 Phase (nominal Voltage) 1~ Interior Volume [l] 115 Net Weight Of The Unit (empty) [kg] 105 Permitted Load [kg] 50 Load Per Rack [kg] 20 Wall Clearance Back [mm] 100 Wall Clearance Sidewise [mm] 100 Internal Dimensions Width [mm] 600 Height [mm] 480 Depth [mm] 400 Inner Doors 1 Unit Doors 1 Housing Dimensions Not Including Fittings And Connections Width Net [mm] 835 Height Net [mm] 1025 Depth Net [mm] 650 Environment-specific Data Energy Consumption At 37 °c [wh/h] 75 Sound-pressure Level [db(a)] 49 Number Of Shelves (std./max.) 2/5 With 5 Kva Avr Inclusions: Delivery On Site Training With End Users Commissioning And Installation On Sites Training Certificate To End Users Calibration Certificate And Sticker All Items Must Have: At Least 1 Year Warranty After Sales Services Installation / Assembly Training On How To Use And Maintain The Equipment Grand Total (in Words) (in Figures) [signature] [in The Capacity Of] Duly Authorized To Sign Bid For And On Behalf Of [bidder’s Letterhead] Name Of The Procuring Entity : Bulacan Agricultural State College Project: 2025-05g: Acquisition Of Equipment And Other Equipment For The Provision Of Higher Education Services (lot 3: Agroforestry Equipment) Location Of The Project : San Ildefonso, Bulacan List Of All Ongoing Government & Private Contracts Including Contracts Awarded But Not Yet Started Business Name : Business Address : Name Of Contract/project Cost A. Owner’s Name B. Address C. Telephone Nos. Nature Of Work Bidder’s Role A. Date Awarded B. Date Started C. Date Of Completion % Of Accomplishment Value Of Outstandingworks / Undeliveredportion Description % Planned Actual Government Private Note: This Statement Shall Be Supported With: Total Cost 1 Notice Of Award (for Government Projects) 2 Notice To Proceed (for Government Projects) 3 Contract Submitted By : (printed Name & Signature) Designation : Date : [bidder’s Letterhead] Name Of The Procuring Entity : Bulacan Agricultural State College Project: 2025-05g: Acquisition Of Equipment And Other Equipment For The Provision Of Higher Education Services (lot 3: Agroforestry Equipment) Location Of The Project : San Ildefonso, Bulacan Statement Of Single Largest Completed Contracts (slcc) In The Last Five (5) Years Business Name : Business Address : Name Of Contract A. Owner Name B. Address C. Telephone Nos. Nature Of Work Contractor’s Role A. Amount At Award B. Amount At Completion C. Duration A. Date Awarded B. Contract Effectivity C. Date Completed Description % Government Private Attached Herewith Are The Following Documents: Contract Agreement, Notice Of Award, Notice To Proceed, Official Receipt/invoice, Certificate Of Final Inspection, Certificate Of Good Performance And Certificate Of Acceptance, As Evidences In Support Of The Foregoing Information. Submitted By : (printed Name & Signature) Designation : Contract Agreement Form This Agreement Made The Day Of 20 Between [name Of Procuring Entity] Of The Philippines (hereinafter Called “the Entity”) Of The One Part And [name Of Supplier] Of [city And Country Of Supplier] (hereinafter Called “the Supplier”) Of The Other Part: Whereas The Entity Invited Bids For Certain Goods And Ancillary Services, Viz., [brief Description Of Goods And Services] And Has Accepted A Bid By The Supplier For The Supply Of Those Goods And Services In The Sum Of [contract Price In Words And Figures] (hereinafter Called “the Contract Price”). Now This Agreement Witnesseth As Follows: 1. In This Agreement Words And Expressions Shall Have The Same Meanings As Are Respectively Assigned To Them In The Conditions Of Contract Referred To. 2. The Following Documents Shall Be Deemed To Form And Be Read And Construed As Part Of This Agreement, Viz.: (a) The Supplier’s Bid, Including The Technical And Financial Proposals, And All Other Documents/statements Submitted (e.g. Bidder’s Response To Clarifications On The Bid), Including Corrections To The Bid Resulting From The Procuring Entity’s Bid Evaluation; (b) The Schedule Of Requirements; (c) The Technical Specifications; (d) The General Conditions Of Contract; (e) The Special Conditions Of Contract; (f) The Performance Security; And (g) The Entity’s Notice Of Award. 3. In Consideration Of The Payments To Be Made By The Entity To The Supplier As Hereinafter Mentioned, The Supplier Hereby Covenants With The Entity To Provide The Goods And Services And To Remedy Defects Therein In Conformity In All Respects With The Provisions Of The Contract 4. The Entity Hereby Covenants To Pay The Supplier In Consideration Of The Provision Of The Goods And Services And The Remedying Of Defects Therein, The Contract Price Or Such Other Sum As May Become Payable Under The Provisions Of The Contract At The Time And In The Manner Prescribed By The Contract. In Witness Whereof The Parties Hereto Have Caused This Agreement To Be Executed In Accordance With The Laws Of The Republic Of The Philippines On The Day And Year First Above Written. Signed, Sealed, Delivered By The (for The Entity) Signed, Sealed, Delivered By The (for The Supplier) 55 Omnibus Sworn Statement Republic Of The Philippines ) City/municipality Of ) S.s. A F F I D A V I T I, [name Of Affiant], Of Legal Age, [civil Status], [nationality], And Residing At [address Of Affiant], After Having Been Duly Sworn In Accordance With Law, Do Hereby Depose And State That: 1. Select One, Delete The Other: If A Sole Proprietorship: I Am The Sole Proprietor Or Authorized Representative Of [name Of Bidder] With Office Address At [address Of Bidder]; If A Partnership, Corporation, Cooperative, Or Joint Venture: I Am The Duly Authorized And Designated Representative Of [name Of Bidder] With Office Address At [address Of Bidder]; 2. Select One, Delete The Other: If A Sole Proprietorship: As The Owner And Sole Proprietor, Or Authorized Representative Of [name Of Bidder], I Have Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract For [name Of The Project] Of The [name Of The Procuring Entity], As Shown In The Attached Duly Notarized Special Power Of Attorney; If A Partnership, Corporation, Cooperative, Or Joint Venture: I Am Granted Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract For [name Of The Project] Of The [name Of The Procuring Entity], As Shown In The Attached [state Title Of Attached Document Showing Proof Of Authorization (e.g., Duly Notarized Secretary’s Certificate, Board/partnership Resolution, Or Special Power Of Attorney, Whichever Is Applicable;)]; 3. [name Of Bidder] Is Not “blacklisted” Or Barred From Bidding By The Government Of The Philippines Or Any Of Its Agencies, Offices, Corporations, Or Local Government Units, Foreign Government/foreign Or International Financing Institution Whose Blacklisting Rules Have Been Recognized By The Government Procurement Policy Board; 4. Each Of The Documents Submitted In Satisfaction Of The Bidding Requirements Is An Authentic Copy Of The Original, Complete, And All Statements And Information Provided Therein Are True And Correct; 5. [name Of Bidder] Is Authorizing The Head Of The Procuring Entity Or Its Duly Authorized Representative(s) To Verify All The Documents Submitted; 6. Select One, Delete The Rest: If A Sole Proprietorship: The Owner Or Sole Proprietor Is Not Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; If A Partnership Or Cooperative: None Of The Officers And Members Of [name Of Bidder] Is Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; If A Corporation Or Joint Venture: None Of The Officers, Directors, And Controlling Stockholders Of [name Of Bidder] Is Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee 56 (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; 7. [name Of Bidder] Complies With Existing Labor Laws And Standards; And 8. [name Of Bidder] Is Aware Of And Has Undertaken The Following Responsibilities As A Bidder: A) Carefully Examine All Of The Bidding Documents; B) Acknowledge All Conditions, Local Or Otherwise, Affecting The Implementation Of The Contract; C) Made An Estimate Of The Facilities Available And Needed For The Contract To Be Bid, If Any; And D) Inquire Or Secure Supplemental/bid Bulletin(s) Issued For The [name Of The Project]. 9. [name Of Bidder] Did Not Give Or Pay Directly Or Indirectly, Any Commission, Amount, Fee, Or Any Form Of Consideration, Pecuniary Or Otherwise, To Any Person Or Official, Personnel Or Representative Of The Government In Relation To Any Procurement Project Or Activity. In Witness Whereof, I Have Hereunto Set My Hand This Day Of , 20 At , Philippines. Bidder’s Representative/authorized Signatory Subscribed And Sworn To Before Me This Day Of [month] [year] At [place Of Execution], Philippines. Affiant/s Is/are Personally Known To Me And Was/were Identified By Me Through Competent Evidence Of Identity As Defined In The 2004 Rules On Notarial Practice (a.m. No. 02-8-13-sc). Affiant/s Exhibited To Me His/her [insert Type Of Government Identification Card Used], With His/her Photograph And Signature Appearing Thereon, With No. And His/her Community Tax Certificate No. Issued On At . Witness My Hand And Seal This Day Of [month] [year]. Name Of Notary Public Serial No. Of Commission Notary Public For Until Roll Of Attorneys No. Ptr No. [date Issued], [place Issued] Ibp No. [date Issued], [place Issued] Doc. No. Page No. Book No. Series Of * This Form Will Not Apply For Wb Funded Projec 57 Bid Securing Declaration Form Republic Of The Philippines) City Of ) S.s. X X Bid Securing Declaration Invitation To Bid: [insert Reference Number] To: [insert Name And Address Of The Procuring Entity] I/we4, The Undersigned, Declare That: 1. I/we Understand That, According To Your Conditions, Bids Must Be Supported By A Bid Security, Which May Be In The Form Of A Bid-securing Declaration. 2. I/we Accept That: (a) I/we Will Be Automatically Disqualified From Bidding For Any Contract With Any Procuring Entity For A Period Of Two (2) Years Upon Receipt Of Your Blacklisting Order; And, (b) I/we Will Pay The Applicable Fine Provided Under Section 6 Of The Guidelines On The Use Of Bid Securing Declaration, Within Fifteen (15) Days From Receipt Of The Written Demand By The Procuring Entity For The Commission Of Acts Resulting To The Enforcement Of The Bid Securing Declaration Under Sections 23.1(b), 34.2, 40.1 And 69.1, Except 69.1(f), Of The Irr Of Ra 9184; Without Prejudice To Other Legal Action The Government May Undertake. 3. I/we Understand That This Bid Securing Declaration Shall Cease To Be Valid On The Following Circumstances: (a) Upon Expiration Of The Bid Validity Period, Or Any Extension Thereof Pursuant To Your Request; (b) I Am/we Are Declared Ineligible Or Post-disqualified Upon Receipt Of Your Notice To Such Effect, And (i) I/we Failed To Timely File A Request For Reconsideration Or (ii) I/we Filed A Waiver To Avail Of Said Right; (c) I Am/we Are Declared The Bidder With The Lowest Calculated Responsive Bid, And I/we Have Furnished The Performance Security And Signed The Contract. In Witness Whereof, I/we Have Hereunto Set My/our Hand/s This Day Of [month] [year] At [place Of Execution]. [insert Name Of Bidder’s Authorized Representative] [insert Signatory’s Legal Capacity] Affiant 58 Financial Documents For Eligibility Check Year 20 1 Total Assets 2 Current Assets 3 Total Liabilities 4 Current Liabilities 5 Net Worth (1-3) 6 Net Working Capital (2-4) The Net Financial Contracting Capacity (nfcc) Based On The Above Data Is Computed As Follows: Nfcc = [(current Assets – Current Liabilities) (15)] Minus Value Of All Outstanding Or Uncompleted Portions Of The Projects Under Ongoing Contracts Including Awarded Contracts Yet To Be Started Coinciding With The Contract To Be Bid. The Values Of The Domestic Bidder’s Current Assets And Current Liabilities Shall Be Based On The Latest Audited Financial Statements Submitted To The Bir. Nfcc = Php Submitted By: Name Of Bidder Signature Of Authorized Representative Over Printed Name Date: 59
Closing Date6 May 2025
Tender AmountPHP 2.1 Million (USD 38 K)

Department Of Social Welfare And Development Region Xii Tender

Education And Training Services
Philippines
Details: Description Department Of Social Welfare And Development Field Office Xii Regional Center, Brgy. Carpenter Hills, Koronadal City, 9506 Philippine Bidding Documents For The Procurement Of Board And Lodging, Venue Rental, And Catering Services For The Conduct Capability Building For Tutors & Ydws (lot 1 To Lot 3) Project Identification No. Dswd12-tarabasa-2025-03-008 Government Of The Republic Of The Philippines Sixth Edition July 2020 Preface These Philippine Bidding Documents (pbds) For The Procurement Of Goods Through Competitive Bidding Have Been Prepared By The Government Of The Philippines For Use By Any Branch, Constitutional Commission Or Office, Agency, Department, Bureau, Office, Or Instrumentality Of The Government Of The Philippines, National Government Agencies, Including Government-owned And/or Controlled Corporations, Government Financing Institutions, State Universities And Colleges, And Local Government Unit. The Procedures And Practices Presented In This Document Have Been Developed Through Broad Experience, And Are For Mandatory Use In Projects That Are Financed In Whole Or In Part By The Government Of The Philippines Or Any Foreign Government/foreign Or International Financing Institution In Accordance With The Provisions Of The 2016 Revised Implementing Rules And Regulations Of Republic Act No. 9184. The Bidding Documents Shall Clearly And Adequately Define, Among Others: (i) The Objectives, Scope, And Expected Outputs And/or Results Of The Proposed Contract Or Framework Agreement, As The Case May Be; (ii) The Eligibility Requirements Of Bidders; (iii) The Expected Contract Or Framework Agreement Duration, The Estimated Quantity In The Case Of Procurement Of Goods, Delivery Schedule And/or Time Frame; And (iv) The Obligations, Duties, And/or Functions Of The Winning Bidder. Care Should Be Taken To Check The Relevance Of The Provisions Of The Pbds Against The Requirements Of The Specific Goods To Be Procured. If Duplication Of A Subject Is Inevitable In Other Sections Of The Document Prepared By The Procuring Entity, Care Must Be Exercised To Avoid Contradictions Between Clauses Dealing With The Same Matter. Moreover, Each Section Is Prepared With Notes Intended Only As Information For The Procuring Entity Or The Person Drafting The Bidding Documents. They Shall Not Be Included In The Final Documents. The Following General Directions Should Be Observed When Using The Documents: A. All The Documents Listed In The Table Of Contents Are Normally Required For The Procurement Of Goods. However, They Should Be Adapted As Necessary To The Circumstances Of The Particular Procurement Project. B. Specific Details, Such As The “name Of The Procuring Entity” And “address For Bid Submission,” Should Be Furnished In The Instructions To Bidders, Bid Data Sheet, And Special Conditions Of Contract. The Final Documents Should Contain Neither Blank Spaces Nor Options. C. This Preface And The Footnotes Or Notes In Italics Included In The Invitation To Bid, Bid Data Sheet, General Conditions Of Contract, Special Conditions Of Contract, Schedule Of Requirements, And Specifications Are Not Part Of The Text Of The Final Document, Although They Contain Instructions That The Procuring Entity Should Strictly Follow. D. The Cover Should Be Modified As Required To Identify The Bidding Documents As To The Procurement Project, Project Identification Number, And Procuring Entity, In Addition To The Date Of Issue. E. Modifications For Specific Procurement Project Details Should Be Provided In The Special Conditions Of Contract As Amendments To The Conditions Of Contract. For Easy Completion, Whenever Reference Has To Be Made To Specific Clauses In The Bid Data Sheet Or Special Conditions Of Contract, These Terms Shall Be Printed In Bold Typeface On Sections I (instructions To Bidders) And Iii (general Conditions Of Contract), Respectively. F. For Guidelines On The Use Of Bidding Forms And The Procurement Of Foreign-assisted Projects, These Will Be Covered By A Separate Issuance Of The Government Procurement Policy Board. Table Of Contents Glossary Of Acronyms, Terms, And Abbreviations ………………………….4 Section I. Invitation To Bid……………………………………………………..7 Section Ii. Instructions To Bidders…………………………………………...10 1. 11 2. 11 3. 11 4. 11 5. 11 6. 12 7. 12 8. 12 9. 13 10. 13 11. 13 12. 13 13. 14 14. 14 15. 15 16. 15 17. 15 18. 15 19. 15 20. 16 21. 16 Section Iii. Bid Data Sheet …………………………………………………..17 Section Iv. General Conditions Of Contract ……………………...………..21 1. 22 2. 22 3. 22 4. 22 5. 23 6. 23 Section V. Special Conditions Of Contract ………………………………….24 Section Vi. Schedule Of Requirements ……………………………………....27 Section Vii. Technical Specifications …………………………………………30 Section Viii. Checklist Of Technical And Financial Documents …………..34 Glossary Of Acronyms, Terms, And Abbreviations Abc – Approved Budget For The Contract. Bac – Bids And Awards Committee. Bid – A Signed Offer Or Proposal To Undertake A Contract Submitted By A Bidder In Response To And In Consonance With The Requirements Of The Bidding Documents. Also Referred To As Proposal And Tender. (2016 Revised Irr, Section 5[c]) Bidder – Refers To A Contractor, Manufacturer, Supplier, Distributor And/or Consultant Who Submits A Bid In Response To The Requirements Of The Bidding Documents. (2016 Revised Irr, Section 5[d]) Bidding Documents – The Documents Issued By The Procuring Entity As The Bases For Bids, Furnishing All Information Necessary For A Prospective Bidder To Prepare A Bid For The Goods, Infrastructure Projects, And/or Consulting Services Required By The Procuring Entity. (2016 Revised Irr, Section 5[e]) Bir – Bureau Of Internal Revenue. Bsp – Bangko Sentral Ng Pilipinas. Consulting Services – Refer To Services For Infrastructure Projects And Other Types Of Projects Or Activities Of The Gop Requiring Adequate External Technical And Professional Expertise That Are Beyond The Capability And/or Capacity Of The Gop To Undertake Such As, But Not Limited To: (i) Advisory And Review Services; (ii) Pre-investment Or Feasibility Studies; (iii) Design; (iv) Construction Supervision; (v) Management And Related Services; And (vi) Other Technical Services Or Special Studies. (2016 Revised Irr, Section 5[i]) Cda - Cooperative Development Authority. Contract – Refers To The Agreement Entered Into Between The Procuring Entity And The Supplier Or Manufacturer Or Distributor Or Service Provider For Procurement Of Goods And Services; Contractor For Procurement Of Infrastructure Projects; Or Consultant Or Consulting Firm For Procurement Of Consulting Services; As The Case May Be, As Recorded In The Contract Form Signed By The Parties, Including All Attachments And Appendices Thereto And All Documents Incorporated By Reference Therein. Cif – Cost Insurance And Freight. Cip – Carriage And Insurance Paid. Cpi – Consumer Price Index. Ddp – Refers To The Quoted Price Of The Goods, Which Means “delivered Duty Paid.” Dti – Department Of Trade And Industry. Exw – Ex Works. Fca – “free Carrier” Shipping Point. Fob – “free On Board” Shipping Point. Foreign-funded Procurement Or Foreign-assisted Project– Refers To Procurement Whose Funding Source Is From A Foreign Government, Foreign Or International Financing Institution As Specified In The Treaty Or International Or Executive Agreement. (2016 Revised Irr, Section 5[b]). Framework Agreement – Refers To A Written Agreement Between A Procuring Entity And A Supplier Or Service Provider That Identifies The Terms And Conditions, Under Which Specific Purchases, Otherwise Known As “call-offs,” Are Made For The Duration Of The Agreement. It Is In The Nature Of An Option Contract Between The Procuring Entity And The Bidder(s) Granting The Procuring Entity The Option To Either Place An Order For Any Of The Goods Or Services Identified In The Framework Agreement List Or Not Buy At All, Within A Minimum Period Of One (1) Year To A Maximum Period Of Three (3) Years. (gppb Resolution No. 27-2019) Gfi – Government Financial Institution. Gocc – Government-owned And/or –controlled Corporation. Goods – Refer To All Items, Supplies, Materials And General Support Services, Except Consulting Services And Infrastructure Projects, Which May Be Needed In The Transaction Of Public Businesses Or In The Pursuit Of Any Government Undertaking, Project Or Activity, Whether In The Nature Of Equipment, Furniture, Stationery, Materials For Construction, Or Personal Property Of Any Kind, Including Non-personal Or Contractual Services Such As The Repair And Maintenance Of Equipment And Furniture, As Well As Trucking, Hauling, Janitorial, Security, And Related Or Analogous Services, As Well As Procurement Of Materials And Supplies Provided By The Procuring Entity For Such Services. The Term “related” Or “analogous Services” Shall Include, But Is Not Limited To, Lease Or Purchase Of Office Space, Media Advertisements, Health Maintenance Services, And Other Services Essential To The Operation Of The Procuring Entity. (2016 Revised Irr, Section 5[r]) Gop – Government Of The Philippines. Gppb – Government Procurement Policy Board. Incoterms – International Commercial Terms. Infrastructure Projects – Include The Construction, Improvement, Rehabilitation, Demolition, Repair, Restoration Or Maintenance Of Roads And Bridges, Railways, Airports, Seaports, Communication Facilities, Civil Works Components Of Information Technology Projects, Irrigation, Flood Control And Drainage, Water Supply, Sanitation, Sewerage And Solid Waste Management Systems, Shore Protection, Energy/power And Electrification Facilities, National Buildings, School Buildings, Hospital Buildings, And Other Related Construction Projects Of The Government. Also Referred To As Civil Works Or Works. (2016 Revised Irr, Section 5[u]) Lgus – Local Government Units. Nfcc – Net Financial Contracting Capacity. Nga – National Government Agency. Philgeps - Philippine Government Electronic Procurement System. Procurement Project – Refers To A Specific Or Identified Procurement Covering Goods, Infrastructure Project Or Consulting Services. A Procurement Project Shall Be Described, Detailed, And Scheduled In The Project Procurement Management Plan Prepared By The Agency Which Shall Be Consolidated In The Procuring Entity's Annual Procurement Plan. (gppb Circular No. 06-2019 Dated 17 July 2019) Psa – Philippine Statistics Authority. Sec – Securities And Exchange Commission. Slcc – Single Largest Completed Contract. Supplier – Refers To A Citizen, Or Any Corporate Body Or Commercial Company Duly Organized And Registered Under The Laws Where It Is Established, Habitually Established In Business And Engaged In The Manufacture Or Sale Of The Merchandise Or Performance Of The General Services Covered By His Bid. (item 3.8 Of Gppb Resolution No. 13-2019, Dated 23 May 2019). Supplier As Used In These Bidding Documents May Likewise Refer To A Distributor, Manufacturer, Contractor, Or Consultant. Un – United Nations. Section I. Invitation To Bid Notes On The Invitation To Bid The Invitation To Bid (ib) Provides Information That Enables Potential Bidders To Decide Whether To Participate In The Procurement At Hand. The Ib Shall Be Posted In Accordance With Section 21.2 Of The 2016 Revised Irr Of Ra No. 9184. Apart From The Essential Items Listed In The Bidding Documents, The Ib Should Also Indicate The Following: A. The Date Of Availability Of The Bidding Documents, Which Shall Be From The Time The Ib Is First Advertised/posted Until The Deadline For The Submission And Receipt Of Bids; B. The Place Where The Bidding Documents May Be Acquired Or The Website Where It May Be Downloaded; C. The Deadline For The Submission And Receipt Of Bids; And D. Any Important Bid Evaluation Criteria (e.g., The Application Of A Margin Of Preference In Bid Evaluation). The Ib Should Be Incorporated In The Bidding Documents. The Information Contained In The Ib Must Conform To The Bidding Documents And In Particular To The Relevant Information In The Bid Data Sheet. Invitation To Bid For The Dswd12-tarabasa-2025-03-008 Procurement Of Board And Lodging, Venue Rental, And Catering Services For The Conduct Of Capability Building For Tutors & Ydws (lot 1 To Lot 3) 1. The Department Of Social Welfare And Development Field Office Xii, Through The General Appropriations Act Fy 2025 Intends To Apply The Sum Of Lot 1- Four Million And Five Hundred Sixty-five Thousand Pesos Only (₱4,565,000.00), Lot 2-four Million Seventy-three Thousand And Six Hundred Pesos Only (₱4,073,600.00), Lot 3- One Million Sixteen Thousand And Five Hundred Pesos Only (₱1,016,500.00) Being The Abc To Payments Under The Contract For Dswd12-tarabasa-2025-03-008 Procurement Of Board And Lodging, Venue Rental, And Catering Services For The Conduct Of Capability Building For Tutors & Ydws (lot 1 To Lot 3). Bids Received In Excess Of The Abc Per Lot Shall Be Automatically Rejected At Bid Opening. 2. The Department Of Social Welfare And Development Field Office Xii Now Invites Bids For The Above Procurement Project. Delivery Of The Goods Is Required As Per Schedule Set By The End-user. Bidders Should Have Completed, Within Two (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 Department Of Social Welfare And Development Field Office Xii – Bids And Awards Committee Secretariat Office And Inspect The Bidding Documents At The Address Given Below During Office Hours (8:00a.m. To 5:00 P.m.). 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On 22 March 2025 To 11 April 2025, 05:00 P.m. From The Given Address And Website(s) Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Five Thousand Pesos Only (php 5,000.00) Per Lot. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person, By Facsimile, Or Through Electronic Means. 6. The Department Of Social Welfare And Development Field Office Xii Will Hold A Pre-bid Conference On 28 March 2025, 10:30 P.m. At Dswd Field Office 12, Regional Center, Brgy. Carpenter Hill, Koronadal City, Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through (i) Manual Submission At The Office Address Indicated Below On Or Before 11 April 2025, 09:00 A.m. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 9. Bid Opening And Evaluation Shall Be On 11 April 2025, 10:30 A.m. At The Given Address Below. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The Department Of Social Welfare And Development Field Office Xii 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: Dswd 12 – Bac Secretariat Head Administrative Division – Procurement Section Dswd Field Office 12, Regional Center, Brgy. Carpenter Hills, Koronadal City, 9506 Procurement.fo12@dswd.gov.ph 12. You May Visit The Following Websites: For Downloading Of Bidding Documents: Https://fo12.dswd.gov.ph/bid-bulletin/ Https://www.philgeps.gov.ph 21 March 2025 Jackiya A. Lao Bac Chairperson Section Ii. Instructions To Bidders Notes On The Instructions To Bidders This Section On The Instruction To Bidders (itb) Provides The Information Necessary For Bidders To Prepare Responsive Bids, In Accordance With The Requirements Of The Procuring Entity. It Also Provides Information On Bid Submission, Eligibility Check, Opening And Evaluation Of Bids, Post-qualification, And On The Award Of Contract. 1. Scope Of Bid The Procuring Entity, Department Of Social Welfare And Development Field Office Xii Wishes To Receive Bids For The Dswd12-tarabasa-2025-03-008 Procurement Of Board And Lodging, Venue Rental, And Catering Services For The Conduct Of Capability Building For Tutors & Ydws (lot 1 To Lot 3) With Identification Number Dswd12-tarabasa-2025-03-008. The Procurement Project (referred To Herein As “project”) Is Composed Of Several Lots Or Items, The Details Of Which Are Described In Section Vii (technical Specifications). 2. Funding Information 2.1. The Gop Through The Source Of Funding As Indicated Below For 2025 Approved Gaa In The Amount Of Lot 1- Four Million And Five Hundred Sixty-five Thousand Pesos Only (₱4,565,000.00), Lot 2-four Million Seventy-three Thousand And Six Hundred Pesos Only (₱4,073,600.00), Lot 3- One Million Sixteen Thousand And Five Hundred Pesos Only (₱1,016,500.00). 2.2. The Source Of Funding The General Appropriations Act. 3. Bidding Requirements The Bidding For The Project Shall Be Governed By All The Provisions Of Ra No. 9184 And Its 2016 Revised Irr, Including Its Generic Procurement Manuals And Associated Policies, Rules And Regulations As The Primary Source Thereof, While The Herein Clauses Shall Serve As The Secondary Source Thereof. Any Amendments Made To The Irr And Other Gppb Issuances Shall Be Applicable Only To The Ongoing Posting, Advertisement, Or Ib By The Bac Through The Issuance Of A Supplemental Or Bid Bulletin. The Bidder, By The Act Of Submitting Its Bid, Shall Be Deemed To Have Verified And Accepted The General Requirements Of This Project, Including Other Factors That May Affect The Cost, Duration And Execution Or Implementation Of The Contract, Project, Or Work And Examine All Instructions, Forms, Terms, And Project Requirements In The Bidding Documents. 4. Corrupt, Fraudulent, Collusive, And Coercive Practices The Procuring Entity, As Well As The Bidders And Suppliers, Shall Observe The Highest Standard Of Ethics During The Procurement And Execution Of The Contract. They Or Through An Agent Shall Not Engage In Corrupt, Fraudulent, Collusive, Coercive, And Obstructive Practices Defined Under Annex “i” Of The 2016 Revised Irr Of Ra No. 9184 Or Other Integrity Violations In Competing For The Project. 5. Eligible Bidders 5.1. Only Bids Of Bidders Found To Be Legally, Technically, And Financially Capable Will Be Evaluated. 5.2. Foreign Ownership Exceeding Those Allowed Under The Rules May Participate Pursuant To: I. When A Treaty Or International Or Executive Agreement As Provided In Section 4 Of The Ra No. 9184 And Its 2016 Revised Irr Allow Foreign Bidders To Participate; Ii. Citizens, Corporations, Or Associations Of A Country, Included In The List Issued By The Gppb, The Laws Or Regulations Of Which Grant Reciprocal Rights Or Privileges To Citizens, Corporations, Or Associations Of The Philippines; Iii. When The Goods Sought To Be Procured Are Not Available From Local Suppliers; Or Iv. When There Is A Need To Prevent Situations That Defeat Competition Or Restrain Trade. 5.3. Pursuant To Section 23.4.1.3 Of The 2016 Revised Irr Of Ra No.9184, The Bidder Shall Have An Slcc That Is At Least One (1) Contract Similar To The Project The Value Of Which, Adjusted To Current Prices Using The Psa’s Cpi, Must Be At Least Equivalent To: A. For The Procurement Of Expendable Supplies: The Bidder Must Have Completed A Single Contract That Is Similar To This Project, Equivalent To At Least Twenty-five Percent (25%) Of The Abc. 5.4. The Bidders Shall Comply With The Eligibility Criteria Under Section 23.4.1 Of The 2016 Irr Of Ra No. 9184. 6. Origin Of Goods There Is No Restriction On The Origin Of Goods Other Than Those Prohibited By A Decision Of The Un Security Council Taken Under Chapter Vii Of The Charter Of The Un, Subject To Domestic Preference Requirements Under Itb Clause 18. 7. Subcontracts 7.1. The Procuring Entity Has Prescribed That: A. Subcontracting Is Not Allowed. 8. Pre-bid Conference The Procuring Entity Will Hold A Pre-bid Conference For This Project On 28 March 2025, 10:30 A.m. And At Its Physical Address Department Of Social Welfare And Development Field Office 12, Regional Center, Brgy. Carpenter Hill, Koronadal City As Indicated In Paragraph 6 Of The Ib. 9. Clarification And Amendment Of Bidding Documents Prospective Bidders May Request For Clarification On And/or Interpretation Of Any Part Of The Bidding Documents. Such Requests Must Be In Writing And Received By The Procuring Entity, Either At Its Given Address Or Through Electronic Mail Indicated In The Ib, On/or Before 01 April 2025 Or At Least Ten (10) Calendar Days Before The Deadline Set For The Submission And Receipt Of Bids. 10. Documents Comprising The Bid: Eligibility And Technical Components X 10.1. The First Envelope Shall Contain The Eligibility And Technical Documents Of The Bid As Specified In Section Viii (checklist Of Technical And Financial Documents). 10.2. The Bidder’s Slcc As Indicated In Itb Clause 5.3 Should Have Been Completed Within Two (2) Years Prior To The Deadline For The Submission And Receipt Of Bids. 10.3. If The Eligibility Requirements Or Statements, The Bids, And All Other Documents For Submission To The Bac Are In Foreign Language Other Than English, It Must Be Accompanied By A Translation In English, Which Shall Be Authenticated By The Appropriate Philippine Foreign Service Establishment, Post, Or The Equivalent Office Having Jurisdiction Over The Foreign Bidder’s Affairs In The Philippines. Similar To The Required Authentication Above, For Contracting Parties To The Apostille Convention, Only The Translated Documents Shall Be Authenticated Through An Apostille Pursuant To Gppb Resolution No. 13-2019 Dated 23 May 2019. The English Translation Shall Govern, For Purposes Of Interpretation Of The Bid. 11. Documents Comprising The Bid: Financial Component 11.1. The Second Bid Envelope Shall Contain The Financial Documents For The Bid As Specified In Section Viii (checklist Of Technical And Financial Documents). 11.2. If The Bidder Claims Preference As A Domestic Bidder Or Domestic Entity, A Certification Issued By Dti Shall Be Provided By The Bidder In Accordance With Section 43.1.3 Of The 2016 Revised Irr Of Ra No. 9184. 11.3. Any Bid Exceeding The Abc Per Lot Indicated In Paragraph 1 Of The Ib Shall Not Be Accepted. 11.4. For Foreign-funded Procurement, A Ceiling May Be Applied To Bid Prices Provided The Conditions Are Met Under Section 31.2 Of The 2016 Revised Irr Of Ra No. 9184. 12. Bid Prices 12.1. Prices Indicated On The Price Schedule Shall Be Entered Separately In The Following Manner: A. For Goods Offered From Within The Procuring Entity’s Country: I. The Price Of The Goods Quoted Exw (ex-works, Ex-factory, Ex-warehouse, Ex-showroom, Or Off-the-shelf, As Applicable); Ii. The Cost Of All Customs Duties And Sales And Other Taxes Already Paid Or Payable; Iii. The Cost Of Transportation, Insurance, And Other Costs Incidental To Delivery Of The Goods To Their Final Destination; And Iv. The Price Of Other (incidental) Services, If Any, Listed In The Bds. B. For Goods Offered From Abroad: I. Unless Otherwise Stated In The Bds, The Price Of The Goods Shall Be Quoted Delivered Duty Paid (ddp) With The Place Of Destination In The Philippines As Specified In The Bds. In Quoting The Price, The Bidder Shall Be Free To Use Transportation Through Carriers Registered In Any Eligible Country. Similarly, The Bidder May Obtain Insurance Services From Any Eligible Source Country. Ii. The Price Of Other (incidental) Services, If Any, As Listed In The Bds. 13. Bid And Payment Currencies 13.1. For Goods That The Bidder Will Supply From Outside The Philippines, The Bid Prices May Be Quoted In The Local Currency Or Tradeable Currency Accepted By The Bsp At The Discretion Of The Bidder. However, For Purposes Of Bid Evaluation, Bids Denominated In Foreign Currencies, Shall Be Converted To Philippine Currency Based On The Exchange Rate As Published In The Bsp Reference Rate Bulletin On The Day Of The Bid Opening. 13.2. Payment Of The Contract Price Shall Be Made In: A. Philippine Pesos. 14. Bid Security 14.1. The Bidder Shall Submit A Bid Securing Declaration Or Any Form Of Bid Security In The Amount Indicated In The Bds, Which Shall Be Not Less Than The Percentage Of The Abc In Accordance With The Schedule In The Bds. 14.2. The Bid And Bid Security Shall Be Valid Until 31 July 2025. Any Bid Not Accompanied By An Acceptable Bid Security Shall Be Rejected By The Procuring Entity As Non-responsive. 15. Sealing And Marking Of Bids Each Bidder Shall Submit One Copy Of The First And Second Components Of Its Bid. The Procuring Entity May Request Additional Hard Copies And/or Electronic Copies Of The Bid. However, Failure Of The Bidders To Comply With The Said Request Shall Not Be A Ground For Disqualification. If The Procuring Entity Allows The Submission Of Bids Through Online Submission Or Any Other Electronic Means, The Bidder Shall Submit An Electronic Copy Of Its Bid, Which Must Be Digitally Signed. An Electronic Copy That Cannot Be Opened Or Is Corrupted Shall Be Considered Non-responsive And, Thus, Automatically Disqualified. 16. Deadline For Submission Of Bids 16.1. The Bidders Shall Submit On The Specified Date And Time And Either At Its Physical Address Or Through Online Submission As Indicated In Paragraph 7 Of The Ib. 17. Opening And Preliminary Examination Of Bids 17.1. The Bac Shall Open The Bids In Public At The Time, On The Date, And At The Place Specified In Paragraph 9 Of The Ib. The Bidders’ Representatives Who Are Present Shall Sign A Register Evidencing Their Attendance. In Case Videoconferencing, Webcasting Or Other Similar Technologies Will Be Used, Attendance Of Participants Shall Likewise Be Recorded By The Bac Secretariat. In Case The Bids Cannot Be Opened As Scheduled Due To Justifiable Reasons, The Rescheduling Requirements Under Section 29 Of The 2016 Revised Irr Of Ra No. 9184 Shall Prevail. 17.2. The Preliminary Examination Of Bids Shall Be Governed By Section 30 Of The 2016 Revised Irr Of Ra No. 9184. 18. Domestic Preference 18.1. The Procuring Entity Will Grant A Margin Of Preference For The Purpose Of Comparison Of Bids In Accordance With Section 43.1.2 Of The 2016 Revised Irr Of Ra No. 9184. 19. Detailed Evaluation And Comparison Of Bids 19.1. The Procuring Entity’s Bac Shall Immediately Conduct A Detailed Evaluation Of All Bids Rated “passed,” Using Non-discretionary Pass/fail Criteria. The Bac Shall Consider The Conditions In The Evaluation Of Bids Under Section 32.2 Of The 2016 Revised Irr Of Ra No. 9184. 19.2. If The Project Allows Partial Bids, Bidders May Submit A Proposal On Any Of The Lots Or Items, And Evaluation Will Be Undertaken On A Per Lot Or Item Basis, As The Case Maybe. In This Case, The Bid Security As Required By Itb Clause 14 Shall Be Submitted For Each Lot Or Item Separately. 19.3. The Descriptions Of The Lots Or Items Shall Be Indicated In Section Vii (technical Specifications), Although The Abcs Of These Lots Or Items Are Indicated In The Bds For Purposes Of The Nfcc Computation Pursuant To Section 23.4.2.6 Of The 2016 Revised Irr Of Ra No. 9184. The Nfcc Must Be Sufficient For The Total Of The Abcs For All The Lots Or Items Participated In By The Prospective Bidder. 19.4. The Project Shall Be Awarded As One Project Having Several Items, Which Shall Be Awarded As Separate Contracts Per Lot. 19.5. Except For Bidders Submitting A Committed Line Of Credit From A Universal Or Commercial Bank In Lieu Of Its Nfcc Computation, All Bids Must Include The Nfcc Computation Pursuant To Section 23.4.1.4 Of The 2016 Revised Irr Of Ra No. 9184, Which Must Be Sufficient For The Total Of The Abcs For All The Lots Or Items Participated In By The Prospective Bidder. For Bidders Submitting The Committed Line Of Credit, It Must Be At Least Equal To Ten Percent (10%) Of The Abcs For All The Lots Or Items Participated In By The Prospective Bidder. 20. Post-qualification 20.2. Within A Non-extendible Period Of Five (5) Calendar Days From Receipt By The Bidder Of The Notice From The Bac That It Submitted The Lowest Calculated Bid, The Bidder Shall Submit Its Latest Income And Business Tax Returns Filed And Paid Through The Bir Electronic Filing And Payment System (efps) And Other Appropriate Licenses And Permits Required By Law And Stated In The Bds. 21. Signing Of The Contract 21.1. The Documents Required In Section 37.2 Of The 2016 Revised Irr Of Ra No. 9184 Shall Form Part Of The Contract. Additional Contract Documents Are Indicated In The Bds. Section Iii. Bid Data Sheet Notes On The Bid Data Sheet The Bid Data Sheet (bds) Consists Of Provisions That Supplement, Amend, Or Specify In Detail, Information, Or Requirements Included In The Itb Found In Section Ii, Which Are Specific To Each Procurement. This Section Is Intended To Assist The Procuring Entity In Providing The Specific Information In Relation To Corresponding Clauses In The Itb And Has To Be Prepared For Each Specific Procurement. The Procuring Entity Should Specify In The Bds Information And Requirements Specific To The Circumstances Of The Procuring Entity, The Processing Of The Procurement, And The Bid Evaluation Criteria That Will Apply To The Bids. In Preparing The Bds, The Following Aspects Should Be Checked: A. Information That Specifies And Complements Provisions Of The Itb Must Be Incorporated. B. Amendments And/or Supplements, If Any, To Provisions Of The Itb As Necessitated By The Circumstances Of The Specific Procurement, Must Also Be Incorporated. Bid Data Sheet Itb Clause 5.3 For This Purpose, Contracts Similar To The Project Shall Be: A. Supply And Delivery Of Board And Lodging, Venue Rental, And Catering Services B. Completed Within At Least Two (2) Years Prior To The Deadline For The Submission And Receipt Of Bids. 7.1 Subcontracting Is Not Allowed 12 The Price Of The Goods Shall Be Quoted Ddp Or The Applicable International Commercial Terms (incoterms) For This Project. 14.1 The Bid Security Shall Be In The Form Of A Bid Securing Declaration, Or Any Of The Following Forms And Amounts: A. The Amount Of Not Less Than Lot 1- ₱91,300.00, Lot 2- ₱81,472.00, Lot 3- ₱20,330.00 Or The Amount Equivalent To Two Percent (2%) Of Abc If Bid Security Is In Cash, Cashier’s/manager’s Check, Bank Draft/guarantee Or Irrevocable Letter Of Credit; Or B. The Amount Of Not Less Than Lot 1- ₱228,250.00, Lot 2- ₱203,680.00, Lot 3- ₱50,825.00 Or The Amount Equivalent To Five Percent (5%) Of Abc If Bid Security Is In Surety Bond. 19.1 1. All Forms Must Be Submitted Using The Prescribed Format Provided By The Procuring Entity And Completed Without Any Alterations To Their Format, And No Substitute Form Shall Be Accepted. All Blank Spaces Shall Be Filled In With The Information Requested. 2. Any Interlineations, Erasures, Or Overwriting Shall Be Valid Only If They Are Signed Or Initialed By The Duly Authorized Representative/s Of The Bidder, Otherwise, Bids Shall Be Subject To An Outright Disqualification. 20.2 Within A Non-extendible Period Of Five (5) Calendar Days From Receipt By The Supplier Of The Notice Of Post Qualification From The Bac That The Supplier Has The Lowest Calculated Bid (lcb) Or Single Calculated Bid (scb), The Supplier Shall Submit And/or Present The Following Requirements For Post Qualification In Accordance To Section 34 Of The 2016 Revised Implementing Rules And Regulations (irr) Of Ra9184: 1. Present Original Copy Of The Following: A. A. Latest Income Tax Return And Business Tax Return ( For 4th Quarter Of 2025) B. B. Latest Value Added Tax (vat) Return ( For 4th Quarter Of 2025) Only Tax Returns Filed And Taxes Paid Through The Bir Electronic Filing & Payment System (efps) Shall Be Accepted. C. Valid Philgeps Registration Certificate (platinum Membership) (all Pages) D. Valid Registration Certificate From Securities And Exchange Commission (sec) For Corporations, Or From Department Of Trade And Industry (dti) For Sole Proprietorship, Or From Cooperative Development Authority (cda) For Cooperatives; E. Valid Business/mayor’s Permit Issued By The City Or Municipality Where The Principal Place Of Business Of The Bidder Is Located; F. Valid Tax Clearance Per Eo 398, Series Of 2005, As Finally Reviewed And Approved By The Bir; G. Bureau Of Internal Revenue (bir) Registration Certificate. H. Copy Of Contracts Or Po’s, Notice Of Award (noa) And Notice To Proceed (ntp) For All On-going Contracts I. End-user’s Acceptance, Official Receipt (duplicate Or Triplicate Copy) Or Sales Invoice With Collection Receipt/s (duplicate Or Triplicate Copy) Relative To Single Largest Completed Contract J. Company Profile And Organizational Chart. Company Printed Brochure May Be Included. K. Vicinity Map/location Of The Business. L. Other Appropriate Licenses And Permits Required By Law And Stated In The Bidding Documents. Failure To Submit Any Of The Post-qualification Requirements On Time, Or A Finding Against The Veracity Thereof, Shall Disqualify The Bidder For Award. Provided In The Event That A Finding Against The Veracity Of Any Of The Documents Submitted Is Made, It Shall Cause The Forfeiture Of The Bid Security In Accordance With Section 69 Of The Irr Of Ra 9184. Note: For Post Qualification Purposes Only 20.3 Each Bidder Shall Submit The Following In One (1) “mother” Envelope Duly Sealed And Labeled, Containing Two (2) Sets Of Envelopes For Technical Component Envelope And Financial Component Envelope. Bidding Documents Shall Be Prepared With Proper Label And Tabbing For Easy Checking And Evaluation During Bid Opening. 20.4 All Envelopes Shall Be Labeled/marked As Follows: To : Jackiya A. Lao Chairperson Bids And Awards Committee Dswd-field Office 12 From :_______________________________ (name Of Bidder In Capital Letters) Address: _______________________________ (address Of Bidder In Capital Letters) Project: Procurement Of Board And Lodging, Venue Rental, And Catering Services For The Conduct Of Capability Building For Tutors & Ydws Bid Ref No.: Itb No. Dswd12-tarabasa-2025-03-008 Approved Budget For The Contract : Lot 1- Four Million And Five Hundred Sixty-five Thousand Pesos Only (₱4,565,000.00) Lot 2-four Million Seventy-three Thousand And Six Hundred Pesos Only (₱4,073,600.00) Lot 3- One Million Sixteen Thousand And Five Hundred Pesos Only (₱1,016,500.00) Do Not Open Before: 11 April 2025; 10:30 A.m. 21.2 No Further Instructions Section Iv. General Conditions Of Contract Notes On The General Conditions Of Contract The General Conditions Of Contract (gcc) In This Section, Read In Conjunction With The Special Conditions Of Contract In Section V And Other Documents Listed Therein, Should Be A Complete Document Expressing All The Rights And Obligations Of The Parties. Matters Governing Performance Of The Supplier, Payments Under The Contract, Or Matters Affecting The Risks, Rights, And Obligations Of The Parties Under The Contract Are Included In The Gcc And Special Conditions Of Contract. Any Complementary Information, Which May Be Needed, Shall Be Introduced Only Through The Special Conditions Of Contract. 1. Scope Of Contract This Contract Shall Include All Such Items, Although Not Specifically Mentioned, That Can Be Reasonably Inferred As Being Required For Its Completion As If Such Items Were Expressly Mentioned Herein. All The Provisions Of Ra No. 9184 And Its 2016 Revised Irr, Including The Generic Procurement Manual, And Associated Issuances, Constitute The Primary Source For The Terms And Conditions Of The Contract, And Thus, Applicable In Contract Implementation. Herein Clauses Shall Serve As The Secondary Source For The Terms And Conditions Of The Contract. This Is Without Prejudice To Sections 74.1 And 74.2 Of The 2016 Revised Irr Of Ra No. 9184 Allowing The Gppb To Amend The Irr, Which Shall Be Applied To All Procurement Activities, The Advertisement, Posting, Or Invitation Of Which Were Issued After The Effectivity Of The Said Amendment. Additional Requirements For The Completion Of This Contract Shall Be Provided In The Special Conditions Of Contract (scc). 2. Advance Payment And Terms Of Payment 2.1. Advance Payment Of The Contract Amount Is Provided Under Annex “d” Of The Revised 2016 Irr Of Ra No. 9184. 2.2. The Procuring Entity Is Allowed To Determine The Terms Of Payment On The Partial Or Staggered Delivery Of The Goods Procured, Provided Such Partial Payment Shall Correspond To The Value Of The Goods Delivered And Accepted In Accordance With Prevailing Accounting And Auditing Rules And Regulations. The Terms Of Payment Are Indicated In The Scc. 3. Performance Security Within Ten (10) Calendar Days From Receipt Of The Notice Of Award By The Bidder From The Procuring Entity But In No Case Later Than The Signing Of The Contract By Both Parties, The Successful Bidder Shall Furnish The Performance Security In Any Of The Forms Prescribed In Section 39 Of The 2016 Revised Irr Of Ra No. 9184. 4. Inspection And Tests The Procuring Entity Or Its Representative Shall Have The Right To Inspect And/or To Test The Goods To Confirm Their Conformity To The Project Specifications At No Extra Cost To The Procuring Entity In Accordance With The Generic Procurement Manual. In Addition To Tests In The Scc, Section Vii (technical Specifications) Shall Specify What Inspections And/or Tests The Procuring Entity Requires, And Where They Are To Be Conducted. The Procuring Entity Shall Notify The Supplier In Writing, In A Timely Manner, Of The Identity Of Any Representatives Retained For These Purposes. All Reasonable Facilities And Assistance For The Inspection And Testing Of Goods, Including Access To Drawings And Production Data, Shall Be Provided By The Supplier To The Authorized Inspectors At No Charge To The Procuring Entity. 5. Warranty 5.1 In Order To Assure That Manufacturing Defects Shall Be Corrected By The Supplier, A Warranty Shall Be Required From The Supplier As Provided Under Section 62.1 Of The 2016 Revised Irr Of Ra No. 9184. 5.2 The Procuring Entity Shall Promptly Notify The Supplier In Writing Of Any Claims Arising Under This Warranty. Upon Receipt Of Such Notice, The Supplier Shall, Repair Or Replace The Defective Goods Or Parts Thereof Without Cost To The Procuring Entity, Pursuant To The Generic Procurement Manual. 6. Liability Of The Supplier The Supplier’s Liability Under This Contract Shall Be As Provided By The Laws Of The Republic Of The Philippines. If The Supplier Is A Joint Venture, All Partners To The Joint Venture Shall Be Jointly And Severally Liable To The Procuring Entity. Section V. Special Conditions Of Contract Notes On The Special Conditions Of Contract Similar To The Bds, The Clauses In This Section Are Intended To Assist The Procuring Entity In Providing Contract-specific Information In Relation To Corresponding Clauses In The Gcc Found In Section Iv. The Special Conditions Of Contract (scc) Complement The Gcc, Specifying Contractual Requirements Linked To The Special Circumstances Of The Procuring Entity, The Procuring Entity’s Country, The Sector, And The Goods Purchased. In Preparing This Section, The Following Aspects Should Be Checked: A. Information That Complements Provisions Of The Gcc Must Be Incorporated. B. Amendments And/or Supplements To Provisions Of The Gcc As Necessitated By The Circumstances Of The Specific Purchase, Must Also Be Incorporated. However, No Special Condition Which Defeats Or Negates The General Intent And Purpose Of The Provisions Of The Gcc Should Be Incorporated Herein. Special Conditions Of Contract Gcc Clause Delivery And Documents – For Purposes Of The Contract, “exw,” “fob,” “fca,” “cif,” “cip,” “ddp” And Other Trade Terms Used To Describe The Obligations Of The Parties Shall Have The Meanings Assigned To Them By The Current Edition Of Incoterms Published By The International Chamber Of Commerce, Paris. The Delivery Terms Of This Contract Shall Be As Follows: Delivery Term: As Per Schedule Set By The End-user Place Of Delivery / Venue: Within Region Xii (lot 1-general Santos City, Lot 2-kidapawan City, Cotabato Province, Lot 3-koronadal City, And Tacurong, Sultan Kudarat Delivery Of The Goods Shall Be Made By The Supplier In Accordance With The Terms Specified In Section Vi (schedule Of Requirements). Incidental Services – The Supplier Is Required To Provide All Of The Following Services, Including Additional Services, If Any, Specified In Section Vi. Schedule Of Requirements: The Contract Price For The Goods Shall Include The Prices Charged By The Supplier For Incidental Services And Shall Not Exceed The Prevailing Rates Charged To Other Parties By The Supplier For Similar Services. Spare Parts – Not Applicable Packaging – Not Applicable The Supplier Shall Provide Such Packaging Of The Goods As Is Required To Prevent Their Damage Or Deterioration During Transit To Their Final Destination, As Indicated In This Contract. The Packaging Shall Be Sufficient To Withstand, Without Limitation, Rough Handling During Transit And Exposure To Extreme Temperatures, Salt And Precipitation During Transit, And Open Storage. Packaging Case Size And Weights Shall Take Into Consideration, Where Appropriate, The Remoteness Of The Goods’ Final Destination And The Absence Of Heavy Handling Facilities At All Points In Transit. Transportation – Where The Supplier Is Required Under This Contract To Transport The Goods To A Specified Place Of Destination Within The Philippines, Defined As The Project Site, Transport To Such Place Of Destination In The Philippines, Including Insurance And Storage, As Shall Be Specified In This Contract, Shall Be Arranged By The Supplier, And Related Costs Shall Be Included In The Contract Price. The Procuring Entity Accepts No Liability For The Damage Of Goods During Transit Other Than Those Prescribed By Incoterms For Ddp Deliveries. In The Case Of Goods Supplied From Within The Philippines Or Supplied By Domestic Suppliers Risk And Title Will Not Be Deemed To Have Passed To The Procuring Entity Until Their Receipt And Final Acceptance At The Final Destination. Intellectual Property Rights – The Supplier Shall Indemnify The Procuring Entity Against All Third-party Claims Of Infringement Of Patent, Trademark, Or Industrial Design Rights Arising From Use Of The Goods Or Any Part Thereof. 2.2 The Terms Of Payment Shall Be As Follows: Partial Payment Must Correspond To The Value Of Goods Delivered And Accepted After The Appropriate Inspection And Acceptance Procedures. Proof Of Deliveries (delivery Receipts Or Acknowledgement Receipts) Must Be Signed By An Authorized Person To Support Claims For Payment. 4 The Inspections And Tests That Will Be Conducted By The Inspection (dswd Inspection Committee), Designated Inspectorate At The Regional Level, Final Acceptance By The Dswd Acceptance Committee, And End-user Section Vi. Schedule Of Requirements Dswd12-tarabasa-2025-03-008 Procurement Of Board And Lodging, Venue Rental, And Catering Services For The Conduct Of Capability Building For Tutors & Ydws In General Santos City (lot 1) The Delivery Schedule Expressed As Weeks/months Stipulates Hereafter A Delivery Date Which Is The Date Of Delivery To The Project Site. Item Number Description Quantity Total Delivered, Weeks/months Lot 1 1. Catering Services And Function Rooms For Capability Building Of Tutors And Ydws (960 Pax Per Day For 5 Days) In General Santos City Catering Services (2 Snacks And 1 Meal) A. Meals Requirement (am Snack) Heavy Snack Served With Cold Beverage In Can/bottle (lunch) 4 Viands With Rice,1 Vegetable, 1 Dessert, 1 Soup And Cold Beverage In Can/bottle (pm Snack) Heavy Snack Served With A Cold Beverage In Can/bottle No Pork Menu B. Function Rooms At Least 3 Function Halls Per Batch That Can Accommodate 220-250 Participants; Function Room Setup Is Classroom Type Note: (batches) Batch 1: April 21-25, 2025 Group 1- 213 Tutors Group 2 - 213 Tutors Group 3- 214 Tutors Batch 2: April 28-may 02, 2025 Group 1- 160 Ydws Group 2- 160 Ydws Compliance To Batas Pambansa 344 Or An Act To Enhance The Mobility Of Disabled Persons By Requiring Certain Buildings, Institutions, Establishments And Public Utilities To Install Facilities And Other Devices; Free Use Of Function Room That Can Accommodate Number Of Participants For Plenary And Breakout Rooms Whenever Necessary; Function Room Should Have No Pillars That Can Block The View Of Participants And Speaker; With Good Sound System With At Least 3 Microphones And Audio Jack (audio Technician On Standby); Sound Proof, Well-lighted And Ventilated; Free And Strong Wi-fi Connection Free Use Of Led Wall/lcd Projector, Wide Screen And Electrical Connections Including Extension Cords For The Use Of Participants And Secretariat; Free Use Of Whiteboard And Eraser; Free Flowing Coffee/tea/water With Hot And Cold Water Dispenser; With 2 Standby Waiters; Cctv Protected And Function Venues Must Be Disinfected During Break Time Or After Every Meeting Or Event 960 Pax 960 Pax Delivery Of The Goods Is Required To Be Delivered As Per Schedule Set By The End-user 2. Board And Lodging For Facilitators From Rpmo And Npmo And Resource Persons (41 Pax Per Day For X 5 Days) During Capbuild With Tutors And Ydws In General Santos City Specifications: A. Room Accommodation 1. Maximum Of Three Person In A Room With Individual Bed Occupancy Is Allowed 2. There Shall Be A Functioning Air Conditioning Unit And Television Set In Each Room 3. Sanitation Kit Shall Be Provided For Each Guest Which May Include 70% Solution Alcohol Or Alcohol-based Sanitizers, Disinfectant Sprays, Face Masks And Rags. 4. Hot And Cold Shower Bathroom Amenities Must Be Regularly Provided For Each Guest. 5. Trash Bins Must Be Provided Inside The Guest Room. A Separate Trash Bag Or Bin Intended For Used Ppe Such As Face Mask, Gloves And Other Sanitation Waste Materials Must Be Provided. 6. Adequate Supply Of Soaps, Alcohol-based Hand Sanitizer, Toilet Paper And Paper Towels, Clean, Good Quality Linen/blankets/ Towels, Etc. In The Restrooms Must Be Ensured. 7. There Shall Be Drinking Water And Glasses In Each Bedroom (or Near The Bedrooms) 8. Refrigerators Maybe In Each Room, Should This Not Possible, At Least Refrigeration Services May Be Made Available When Requested 8. Lightings And Fixtures In All Rooms And Bathrooms Shall Be Functional 9. Fire Exit Guidelines And House Rules For Guests Should Be Prominently Displayed In Each Bedroom 10. A Reception Information Counter Providing 24-hours Service And Equipped With Telephone Should Be Available 11. There Shall Be A Hotel Lobby, Reasonably Furnished With Seating. The Size Of Which Shall Be Commensurate With The Size Of The Hotel 12. Porter Service Shall Be Made Available Upon Request 13. There Shall Be A Left Luggage Rooms And Safe Deposit Boxes In The Establishment 14. Strictly No Bed-sharing 15. With Free Access To Wi-fi In All Areas Of Venue 16. Room Transfer During Stay Is Not Allowed B. Meals Requirement (am Snack) Heavy Snack Served With Cold Beverage In Can/bottle (lunch) 4 Viands With Rice,1 Vegetable, 1 Dessert, 1 Soup And Cold Beverage In A Can/bottle. (pm Snack) Heavy Snack Served With A Cold Beverage In Can/bottle. (dinner) 4 Viands With Rice, 1 Dessert, 1 Soup And Cold Beverage In Can/bottle *choices Of Viands (beef, Chicken, Fish & Vegetable) (breakfast) Coffee/choco/tea Drinks; Plain Rice; Egg; 3 Breakfast Viands/veg Selection; Fruits No Pork Menu C. Other Amenities Free Use Of Hotel Amenities; Free Tarpaulin For The Backdraft Of The Activity - Size 5x6, Welcome Tarpaulin And Directional Signage’s Discount At The Business Center For Fax, Printing, Photocopying, Etc. Free Use Of Session Hall For The Socialization Night. At Least 1 Free Shuttle Going To Downtown Area Back 'n Forth At Least 1 Standby Emergency Vehicle D. Notes Compliance To Batas Pambansa 344 Or An Act To Enhance The Mobility Of Disabled Persons By Requiring Certain Buildings, Institutions, Establishments And Public Utilities To Install Facilities And Other Devices; Hotel Should Not Be Offering Short-term Lodging Associated With Motels And Should Not Be Situated Beside Or Across Gambling Establishments/ Casinos And Should Not Beside Or Across Funeral Parlor; Hotel Can Provide The Required Number Of Rooms And Should Not Transfer Participants To Another Hotel; 41 Pax 41 Pax Conforme: Name Of Company: _____________________________________________________ Signature Of Bidder Or Authorized Representative: ______________________________ Name And Designation: ___________________________________________________ Date: _______________________ Dswd12-tarabasa-2025-03-008 Procurement Of Board And Lodging, Venue Rental, And Catering Services For The Conduct Of Capability Building For Tutors & Ydws In Kidapawan City, Cotabato Province (lot 2) The Delivery Schedule Expressed As Weeks/months Stipulates Hereafter A Delivery Date Which Is The Date Of Delivery To The Project Site. Item Number Description Quantity Total Delivered, Weeks/months Lot 2 1. Catering Services With Venue For Tutors And Ydws For Capability Building (843 Pax Per Day For 5 Days) In Kidapawan City, Cotabato Province Catering Services (2 Snacks And 1 Meal) A. Meals Requirements (am Snack) Heavy Snack Served With Cold Beverage In Can/bottle (lunch) 4 Viands With Rice,1 Vegetable, 1 Dessert, 1 Soup And Cold Beverage In Can/bottle (pm Snack) Heavy Snack Served With A Cold Beverage In Can/bottle No Pork Menu B. Function Rooms At Least 3 Function Halls Per Batch That Can Accommodate 220-250 Participants; Function Room Setup Is Classroom Type Note: (batches) Batch 1: April 21-25, 2025 Group 1- 140 Ydws Group 2 - 141 Ydws Batch 2: April 28-may 02, 2025 Group 1- 187 Tutors Group 2- 187 Tutors Group 3- 188 Tutors Compliance To Batas Pambansa 344 Or An Act To Enhance The Mobility Of Disabled Persons By Requiring Certain Buildings, Institutions, Establishments And Public Utilities To Install Facilities And Other Devices; Free Use Of Function Room That Can Accommodate Number Of Participants For Plenary And Breakout Rooms Whenever Necessary; Function Room Should Have No Pillars That Can Block The View Of Participants And Speaker; With Good Sound System With At Least 3 Microphones And Audio Jack (audio Technician On Standby); Sound Proof, Well-lighted And Ventilated; Free And Strong Wi-fi Connection Free Use Of Led Wall/lcd Projector, Wide Screen And Electrical Connections Including Extension Cords For The Use Of Participants And Secretariat; Free Use Of Whiteboard And Eraser; Free Flowing Coffee/tea/water With Hot And Cold Water Dispenser; With 2 Standby Waiters; Cctv Protected And Function Venues Must Be Disinfected During Break Time Or After Every Meeting Or Event 843 Pax 843 Pax Delivery Of The Goods Is Required To Be Delivered As Per Schedule Set By The End-user 2. Board And Lodging For Facilitators From Rpmo And Npmo And Resource Persons (41 Pax For 5 Days) During Capbuild With Tutors And Ydws In Kabacan And Kidapawan City, Cotabato Province Specifications: A. Room Accommodation 1. Maximum Of Three Person In A Room With Individual Bed Occupancy Is Allowed 2. There Shall Be A Functioning Air Conditioning Unit And Television Set In Each Room 3. Sanitation Kit Shall Be Provided For Each Guest Which May Include 70% Solution Alcohol Or Alcohol-based Sanitizers, Disinfectant Sprays, Face Masks And Rags. 4. Hot And Cold Shower Bathroom Amenities Must Be Regularly Provided For Each Guest. 5. Trash Bins Must Be Provided Inside The Guest Room. A Separate Trash Bag Or Bin Intended For Used Ppe Such As Face Mask, Gloves And Other Sanitation Waste Materials Must Be Provided. 6. Adequate Supply Of Soaps, Alcohol-based Hand Sanitizer, Toilet Paper And Paper Towels, Clean, Good Quality Linen/blankets/ Towels, Etc. In The Restrooms Must Be Ensured. 7. There Shall Be Drinking Water And Glasses In Each Bedroom (or Near The Bedrooms) 8. Refrigerators Maybe In Each Room, Should This Not Possible, At Least Refrigeration Services May Be Made Available When Requested 8. Lightings And Fixtures In All Rooms And Bathrooms Shall Be Functional 9. Fire Exit Guidelines And House Rules For Guests Should Be Prominently Displayed In Each Bedroom 11. There Shall Be A Hotel Lobby, Reasonably Furnished With Seating. The Size Of Which Shall Be Commensurate With The Size Of The Hotel 12. Porter Service Shall Be Made Available Upon Request 13. There Shall Be A Left Luggage Rooms And Safe Deposit Boxes In The Establishment 14. Strictly No Bed-sharing 15. With Free Access To Wi-fi In All Areas Of Venue 16. Room Transfer During Stay Is Not Allowed B. Meals Requirement (am Snack) Heavy Snack Served With Cold Beverage In Can/bottle (lunch) 4 Viands With Rice,1 Vegetable, 1 Dessert, 1 Soup And Cold Beverage In A Can/bottle. (pm Snack) Heavy Snack Served With A Cold Beverage In Can/bottle. (dinner) 4 Viands With Rice, 1 Dessert, 1 Soup And Cold Beverage In Can/bottle *choices Of Viands (beef, Chicken, Fish & Vegetable) (breakfast) Coffee/choco/tea Drinks; Plain Rice; Egg; 3 Breakfast Viands/veg Selection; Fruits No Pork Menu C. Other Amenities Free Use Of Hotel Amenities; Free Tarpaulin For The Backdraft Of The Activity - Size 5x6, Welcome Tarpaulin And Directional Signages Discount At The Business Center For Fax, Printing, Photocopying, Etc. Free Use Of Session Hall For The Socialization Night. At Least 1 Free Shuttle Going To Downtown Area Back 'n Forth At Least 1 Standby Emergency Vehicle D. Notes Compliance To Batas Pambansa 344 Or An Act To Enhance The Mobility Of Disabled Persons By Requiring Certain Buildings, Institutions, Establishments And Public Utilities To Install Facilities And Other Devices; Hotel Should Not Be Offering Short-term Lodging Associated With Motels And Should Not Be Situated Beside Or Across Gambling Establishments/ Casinos And Should Not Beside Or Across Funeral Parlor; Hotel Can Provide The Required Number Of Rooms And Should Not Transfer Participants To Another Hotel 41 Pax 41 Pax Conforme: Name Of Company: _____________________________________________________ Signature Of Bidder Or Authorized Representative: ______________________________ Name And Designation: ___________________________________________________ Date: _______________________ Dswd12-tarabasa-2025-03-008 Procurement Of Board And Lodging, And Catering Services For The Conduct Of Capability Building For Tutors & Ydws In Tacurong, Sultan Kudarat (lot 3) The Delivery Schedule Expressed As Weeks/months Stipulates Hereafter A Delivery Date Which Is The Date Of Delivery To The Project Site. Item Number Description Quantity Total Delivered, Weeks/months Lot 3 1. Board And Lodging For Facilitators From Rpmo And Npmo And Resource Persons (16 Pax For 5 Days) During Capbuild With Tutors And Ydws In Koronadal City Specifications: A. Room Accommodation 1. Maximum Of Three Person In A Room With Individual Bed Occupancy Is Allowed 2. There Shall Be A Functioning Air Conditioning Unit And Television Set In Each Room 3. Sanitation Kit Shall Be Provided For Each Guest Which May Include 70% Solution Alcohol Or Alcohol-based Sanitizers, Disinfectant Sprays, Face Masks And Rags. 4. Hot And Cold Shower Bathroom Amenities Must Be Regularly Provided For Each Guest. 5. Trash Bins Must Be Provided Inside The Guest Room. A Separate Trash Bag Or Bin Intended For Used Ppe Such As Face Mask, Gloves And Other Sanitation Waste Materials Must Be Provided. 6. Adequate Supply Of Soaps, Alcohol-based Hand Sanitizer, Toilet Paper And Paper Towels, Clean, Good Quality Linen/blankets/towels,etc. In The Restrooms Must Be Ensured. 7. There Shall Be Drinking Water And Glasses In Each Bedroom (or Near The Bedrooms) 8. Refrigerators Maybe In Each Room, Should This Not Possible, At Least Refrigeration Services May Be Made Available When Requested 8. Lightings And Fixtures In All Rooms And Bathrooms Shall Be Functional 9. Fire Exit Guidelines And House Rules For Guests Should Be Prominently Displayed In Each Bedroom 10. A Reception Information Counter Providing 24-hours Service And Equipped With Telephone Should Be Available 11. There Shall Be A Hotel Lobby, Reasonably Furnished With Seating. The Size Of Which Shall Be Commensurate With The Size Of The Hotel 12. Porter Service Shall Be Made Available Upon Request 13. There Shall Be A Left Luggage Rooms And Safe Deposit Boxes In The Establishment 14. Strictly No Bed-sharing 15. With Free Access To Wi-fi In All Areas Of Venue 16. Room Transfer During Stay Is Not Allowed B. Meals Requirement (am Snack) Heavy Snack Served With Cold Beverage In Can/bottle (lunch) 4 Viands With Rice,1 Vegetable, 1 Dessert, 1 Soup And Cold Beverage In A Can/bottle. (pm Snack) Heavy Snack Served With A Cold Beverage In Can/bottle. (dinner) 4 Viands With Rice, 1 Dessert, 1 Soup And Cold Beverage In Can/bottle *choices Of Viands (beef, Chicken, Fish & Vegetable) (breakfast) Coffee/choco/tea Drinks; Plain Rice; Egg; 3 Breakfast Viands/veg Selection; Fruits No Pork Menu C. Other Amenities Free Use Of Hotel Amenities; Free Tarpaulin For The Backdraft Of The Activity - Size 5x6, Welcome Tarpaulin And Directional Signage’s Discount At The Business Center For Fax, Printing, Photocopying, Etc. Free Use Of Session Hall For The Socialization Night. At Least 1 Free Shuttle Going To Downtown Area Back 'n Forth At Least 1 Standby Emergency Vehicle D. Notes Compliance To Batas Pambansa 344 Or An Act To Enhance The Mobility Of Disabled Persons By Requiring Certain Buildings, Institutions, Establishments And Public Utilities To Install Facilities And Other Devices; Hotel Should Not Be Offering Short-term Lodging Associated With Motels And Should Not Be Situated Beside Or Across Gambling Establishments/ Casinos And Should Not Beside Or Across Funeral Parlor; Hotel Can Provide The Required Number Of Rooms And Should Not Transfer Participants To Another Hotel; 16 Pax 16 Pax Delivery Of The Goods Is Required To Be Delivered As Per Schedule Set By The End-user 2. Catering Services For Tutors And Ydws For Capability Building( 231 Pax For 5 Days) In Sultan Kudarat Catering Services (2 Snacks And 1 Meal) Note: April 21-25, 2025 Batch 1- 80 Ydws April 28-may 02, 2025 Batch 2 - 151 Tutors A. Meals Requirements (am Snack) Heavy Snack Served With Cold Beverage In Can/bottle (lunch) 4 Viands With Rice,1 Vegetable, 1 Dessert, 1 Soup And Cold Beverage In Can/bottle (pm Snack) Heavy Snack Served With A Cold Beverage In Can/bottle Individually Packaged To Ensure Safety Serving Individually-packed Snacks/meal Using Biodegradable Packaging Is Encouraged Separately Wrapped Disposable Utensils/napkins Are Included. Personnel Who Will Deliver The Food Required To Wear Appropriate Masks And Gloves. Free Delivery To The Venue Of The Activity Identified By The End User. No Pork Menu Provider Shall Be From Koronadal City Place Of Delivery: Sksu Tacurong 231 Pax 231 Pax Conforme: Name Of Company: _____________________________________________________ Signature Of Bidder Or Authorized Representative: ______________________________ Name And Designation: ___________________________________________________ Date: _______________________ Section Vii. Technical Specifications Technical Specifications Dswd12-tarabasa-2025-03-008 Procurement Of Board And Lodging, Venue Rental, And Catering Services For The Conduct Of Capability Building For Tutors & Ydws In General Santos City (lot 1) Item Specification Statement Of Compliance [bidders Must State Here Either “comply” Or “not Comply” Against Each Of The Individual Parameters Of Each Specification Stating The Corresponding Performance Parameter Of The Equipment Offered. Statements Of “comply” Or “not Comply” Must Be Supported By Evidence In A Bidders Bid And Cross-referenced To That Evidence. Evidence Shall Be In The Form Of Manufacturer’s Un-amended Sales Literature, Unconditional Statements Of Specification And Compliance Issued By The Manufacturer, Samples, Independent Test Data Etc., As Appropriate. A Statement That Is Not Supported By Evidence Or Is Subsequently Found To Be Contradicted By The Evidence Presented Will Render The Bid Under Evaluation Liable For Rejection. A Statement Either In The Bidder's Statement Of Compliance Or The Supporting Evidence That Is Found To Be False Either During Bid Evaluation, Post-qualification Or The Execution Of The Contract May Be Regarded As Fraudulent And Render The Bidder Or Supplier Liable For Prosecution Subject To The Applicable Laws And Issuances.] Lot 1 1. Catering Services And Function Rooms For Capability Building Of Tutors And Ydws (960 Pax Per Day For 5 Days) In General Santos City Catering Services (2 Snacks And 1 Meal) A. Meals Requirement (am Snack) Heavy Snack Served With Cold Beverage In Can/bottle (lunch) 4 Viands With Rice,1 Vegetable, 1 Dessert, 1 Soup And Cold Beverage In Can/bottle (pm Snack) Heavy Snack Served With A Cold Beverage In Can/bottle No Pork Menu B. Function Rooms At Least 3 Function Halls Per Batch That Can Accommodate 220-250 Participants; Function Room Setup Is Classroom Type Note: (batches) Batch 1: April 21-25, 2025 Group 1- 213 Tutors Group 2 - 213 Tutors Group 3- 214 Tutors Batch 2: April 28-may 02, 2025 Group 1- 160 Ydws Group 2- 160 Ydws Compliance To Batas Pambansa 344 Or An Act To Enhance The Mobility Of Disabled Persons By Requiring Certain Buildings, Institutions, Establishments And Public Utilities To Install Facilities And Other Devices; Free Use Of Function Room That Can Accommodate Number Of Participants For Plenary And Breakout Rooms Whenever Necessary; Function Room Should Have No Pillars That Can Block The View Of Participants And Speaker; With Good Sound System With At Least 3 Microphones And Audio Jack (audio Technician On Standby); Sound Proof, Well-lighted And Ventilated; Free And Strong Wi-fi Connection Free Use Of Led Wall/lcd Projector, Wide Screen And Electrical Connections Including Extension Cords For The Use Of Participants And Secretariat; Free Use Of Whiteboard And Eraser; Free Flowing Coffee/tea/water With Hot And Cold Water Dispenser; With 2 Standby Waiters; Cctv Protected And Function Venues Must Be Disinfected During Break Time Or After Every Meeting Or Event 2. Board And Lodging For Facilitators From Rpmo And Npmo And Resource Persons (41 Pax Per Day For X 5 Days) During Capbuild With Tutors And Ydws In General Santos City Specifications: A. Room Accommodation 1. Maximum Of Three Person In A Room With Individual Bed Occupancy Is Allowed 2. There Shall Be A Functioning Air Conditioning Unit And Television Set In Each Room 3. Sanitation Kit Shall Be Provided For Each Guest Which May Include 70% Solution Alcohol Or Alcohol-based Sanitizers, Disinfectant Sprays, Face Masks And Rags. 4. Hot And Cold Shower Bathroom Amenities Must Be Regularly Provided For Each Guest. 5. Trash Bins Must Be Provided Inside The Guest Room. A Separate Trash Bag Or Bin Intended For Used Ppe Such As Face Mask, Gloves And Other Sanitation Waste Materials Must Be Provided. 6. Adequate Supply Of Soaps, Alcohol-based Hand Sanitizer, Toilet Paper And Paper Towels, Clean, Good Quality Linen/blankets/ Towels, Etc. In The Restrooms Must Be Ensured. 7. There Shall Be Drinking Water And Glasses In Each Bedroom (or Near The Bedrooms) 8. Refrigerators Maybe In Each Room, Should This Not Possible, At Least Refrigeration Services May Be Made Available When Requested 8. Lightings And Fixtures In All Rooms And Bathrooms Shall Be Functional 9. Fire Exit Guidelines And House Rules For Guests Should Be Prominently Displayed In Each Bedroom 10. A Reception Information Counter Providing 24-hours Service And Equipped With Telephone Should Be Available 11. There Shall Be A Hotel Lobby, Reasonably Furnished With Seating. The Size Of Which Shall Be Commensurate With The Size Of The Hotel 12. Porter Service Shall Be Made Available Upon Request 13. There Shall Be A Left Luggage Rooms And Safe Deposit Boxes In The Establishment 14. Strictly No Bed-sharing 15. With Free Access To Wi-fi In All Areas Of Venue 16. Room Transfer During Stay Is Not Allowed B. Meals Requirement (am Snack) Heavy Snack Served With Cold Beverage In Can/bottle (lunch) 4 Viands With Rice,1 Vegetable, 1 Dessert, 1 Soup And Cold Beverage In A Can/bottle. (pm Snack) Heavy Snack Served With A Cold Beverage In Can/bottle. (dinner) 4 Viands With Rice, 1 Dessert, 1 Soup And Cold Beverage In Can/bottle *choices Of Viands (beef, Chicken, Fish & Vegetable) (breakfast) Coffee/choco/tea Drinks; Plain Rice; Egg; 3 Breakfast Viands/veg Selection; Fruits No Pork Menu C. Other Amenities Free Use Of Hotel Amenities; Free Tarpaulin For The Backdraft Of The Activity - Size 5x6, Welcome Tarpaulin And Directional Signage’s Discount At The Business Center For Fax, Printing, Photocopying, Etc. Free Use Of Session Hall For The Socialization Night. At Least 1 Free Shuttle Going To Downtown Area Back 'n Forth At Least 1 Standby Emergency Vehicle D. Notes Compliance To Batas Pambansa 344 Or An Act To Enhance The Mobility Of Disabled Persons By Requiring Certain Buildings, Institutions, Establishments And Public Utilities To Install Facilities And Other Devices; Hotel Should Not Be Offering Short-term Lodging Associated With Motels And Should Not Be Situated Beside Or Across Gambling Establishments/ Casinos And Should Not Beside Or Across Funeral Parlor; Hotel Can Provide The Required Number Of Rooms And Should Not Transfer Participants To Another Hotel; Conforme: Name Of Company: _____________________________________________________ Signature Of Bidder Or Authorized Representative: ______________________________ Name And Designation: ___________________________________________________ Date: _______________________ Dswd12-tarabasa-2025-03-008 Procurement Of Board And Lodging, Venue Rental, And Catering Services For The Conduct Of Capability Building For Tutors & Ydws In Kidapawan City, Cotabato Province (lot 2) Item Specification Statement Of Compliance [bidders Must State Here Either “comply” Or “not Comply” Against Each Of The Individual Parameters Of Each Specification Stating The Corresponding Performance Parameter Of The Equipment Offered. Statements Of “comply” Or “not Comply” Must Be Supported By Evidence In A Bidders Bid And Cross-referenced To That Evidence. Evidence Shall Be In The Form Of Manufacturer’s Un-amended Sales Literature, Unconditional Statements Of Specification And Compliance Issued By The Manufacturer, Samples, Independent Test Data Etc., As Appropriate. A Statement That Is Not Supported By Evidence Or Is Subsequently Found To Be Contradicted By The Evidence Presented Will Render The Bid Under Evaluation Liable For Rejection. A Statement Either In The Bidder's Statement Of Compliance Or The Supporting Evidence That Is Found To Be False Either During Bid Evaluation, Post-qualification Or The Execution Of The Contract May Be Regarded As Fraudulent And Render The Bidder Or Supplier Liable For Prosecution Subject To The Applicable Laws And Issuances.] Lot 2 1. Catering Services With Venue For Tutors And Ydws For Capability Building (843 Pax Per Day For 5 Days) In Kidapawan City, Cotabato Province Catering Services (2 Snacks And 1 Meal) A. Meals Requirements (am Snack) Heavy Snack Served With Cold Beverage In Can/bottle (lunch) 4 Viands With Rice,1 Vegetable, 1 Dessert, 1 Soup And Cold Beverage In Can/bottle (pm Snack) Heavy Snack Served With A Cold Beverage In Can/bottle No Pork Menu B. Function Rooms At Least 3 Function Halls Per Batch That Can Accommodate 220-250 Participants; Function Room Setup Is Classroom Type Note: (batches) Batch 1: April 21-25, 2025 Group 1- 140 Ydws Group 2 - 141 Ydws Batch 2: April 28-may 02, 2025 Group 1- 187 Tutors Group 2- 187 Tutors Group 3- 188 Tutors Compliance To Batas Pambansa 344 Or An Act To Enhance The Mobility Of Disabled Persons By Requiring Certain Buildings, Institutions, Establishments And Public Utilities To Install Facilities And Other Devices; Free Use Of Function Room That Can Accommodate Number Of Participants For Plenary And Breakout Rooms Whenever Necessary; Function Room Should Have No Pillars That Can Block The View Of Participants And Speaker; With Good Sound System With At Least 3 Microphones And Audio Jack (audio Technician On Standby); Sound Proof, Well-lighted And Ventilated; Free And Strong Wi-fi Connection Free Use Of Led Wall/lcd Projector, Wide Screen And Electrical Connections Including Extension Cords For The Use Of Participants And Secretariat; Free Use Of Whiteboard And Eraser; Free Flowing Coffee/tea/water With Hot And Cold Water Dispenser; With 2 Standby Waiters; Cctv Protected And Function Venues Must Be Disinfected During Break Time Or After Every Meeting Or Event 2. Board And Lodging For Facilitators From Rpmo And Npmo And Resource Persons (41 Pax For 5 Days) During Capbuild With Tutors And Ydws In Kabacan And Kidapawan City, Cotabato Province Specifications: A. Room Accommodation 1. Maximum Of Three Person In A Room With Individual Bed Occupancy Is Allowed 2. There Shall Be A Functioning Air Conditioning Unit And Television Set In Each Room 3. Sanitation Kit Shall Be Provided For Each Guest Which May Include 70% Solution Alcohol Or Alcohol-based Sanitizers, Disinfectant Sprays, Face Masks And Rags. 4. Hot And Cold Shower Bathroom Amenities Must Be Regularly Provided For Each Guest. 5. Trash Bins Must Be Provided Inside The Guest Room. A Separate Trash Bag Or Bin Intended For Used Ppe Such As Face Mask, Gloves And Other Sanitation Waste Materials Must Be Provided. 6. Adequate Supply Of Soaps, Alcohol-based Hand Sanitizer, Toilet Paper And Paper Towels, Clean, Good Quality Linen/blankets/ Towels, Etc. In The Restrooms Must Be Ensured. 7. There Shall Be Drinking Water And Glasses In Each Bedroom (or Near The Bedrooms) 8. Refrigerators Maybe In Each Room, Should This Not Possible, At Least Refrigeration Services May Be Made Available When Requested 8. Lightings And Fixtures In All Rooms And Bathrooms Shall Be Functional 9. Fire Exit Guidelines And House Rules For Guests Should Be Prominently Displayed In Each Bedroom 11. There Shall Be A Hotel Lobby, Reasonably Furnished With Seating. The Size Of Which Shall Be Commensurate With The Size Of The Hotel 12. Porter Service Shall Be Made Available Upon Request 13. There Shall Be A Left Luggage Rooms And Safe Deposit Boxes In The Establishment 14. Strictly No Bed-sharing 15. With Free Access To Wi-fi In All Areas Of Venue 16. Room Transfer During Stay Is Not Allowed B. Meals Requirement (am Snack) Heavy Snack Served With Cold Beverage In Can/bottle (lunch) 4 Viands With Rice,1 Vegetable, 1 Dessert, 1 Soup And Cold Beverage In A Can/bottle. (pm Snack) Heavy Snack Served With A Cold Beverage In Can/bottle. (dinner) 4 Viands With Rice, 1 Dessert, 1 Soup And Cold Beverage In Can/bottle *choices Of Viands (beef, Chicken, Fish & Vegetable) (breakfast) Coffee/choco/tea Drinks; Plain Rice; Egg; 3 Breakfast Viands/veg Selection; Fruits No Pork Menu C. Other Amenities Free Use Of Hotel Amenities; Free Tarpaulin For The Backdraft Of The Activity - Size 5x6, Welcome Tarpaulin And Directional Signages Discount At The Business Center For Fax, Printing, Photocopying, Etc. Free Use Of Session Hall For The Socialization Night. At Least 1 Free Shuttle Going To Downtown Area Back 'n Forth At Least 1 Standby Emergency Vehicle D. Notes Compliance To Batas Pambansa 344 Or An Act To Enhance The Mobility Of Disabled Persons By Requiring Certain Buildings, Institutions, Establishments And Public Utilities To Install Facilities And Other Devices; Hotel Should Not Be Offering Short-term Lodging Associated With Motels And Should Not Be Situated Beside Or Across Gambling Establishments/ Casinos And Should Not Beside Or Across Funeral Parlor; Hotel Can Provide The Required Number Of Rooms And Should Not Transfer Participants To Another Hotel Conforme: Name Of Company: _____________________________________________________ Signature Of Bidder Or Authorized Representative: ______________________________ Name And Designation: ___________________________________________________ Date: _______________________ Dswd12-tarabasa-2025-03-008 Procurement Of Board And Lodging, And Catering Services For The Conduct Of Capability Building For Tutors & Ydws In Tacurong, Sultan Kudarat (lot 3) Item Specification Statement Of Compliance [bidders Must State Here Either “comply” Or “not Comply” Against Each Of The Individual Parameters Of Each Specification Stating The Corresponding Performance Parameter Of The Equipment Offered. Statements Of “comply” Or “not Comply” Must Be Supported By Evidence In A Bidders Bid And Cross-referenced To That Evidence. Evidence Shall Be In The Form Of Manufacturer’s Un-amended Sales Literature, Unconditional Statements Of Specification And Compliance Issued By The Manufacturer, Samples, Independent Test Data Etc., As Appropriate. A Statement That Is Not Supported By Evidence Or Is Subsequently Found To Be Contradicted By The Evidence Presented Will Render The Bid Under Evaluation Liable For Rejection. A Statement Either In The Bidder's Statement Of Compliance Or The Supporting Evidence That Is Found To Be False Either During Bid Evaluation, Post-qualification Or The Execution Of The Contract May Be Regarded As Fraudulent And Render The Bidder Or Supplier Liable For Prosecution Subject To The Applicable Laws And Issuances.] Lot 3 1. Board And Lodging For Facilitators From Rpmo And Npmo And Resource Persons (16 Pax For 5 Days) During Capbuild With Tutors And Ydws In Koronadal City Specifications: A. Room Accommodation 1. Maximum Of Three Person In A Room With Individual Bed Occupancy Is Allowed 2. There Shall Be A Functioning Air Conditioning Unit And Television Set In Each Room 3. Sanitation Kit Shall Be Provided For Each Guest Which May Include 70% Solution Alcohol Or Alcohol-based Sanitizers, Disinfectant Sprays, Face Masks And Rags. 4. Hot And Cold Shower Bathroom Amenities Must Be Regularly Provided For Each Guest. 5. Trash Bins Must Be Provided Inside The Guest Room. A Separate Trash Bag Or Bin Intended For Used Ppe Such As Face Mask, Gloves And Other Sanitation Waste Materials Must Be Provided. 6. Adequate Supply Of Soaps, Alcohol-based Hand Sanitizer, Toilet Paper And Paper Towels, Clean, Good Quality Linen/blankets/towels,etc. In The Restrooms Must Be Ensured. 7. There Shall Be Drinking Water And Glasses In Each Bedroom (or Near The Bedrooms) 8. Refrigerators Maybe In Each Room, Should This Not Possible, At Least Refrigeration Services May Be Made Available When Requested 8. Lightings And Fixtures In All Rooms And Bathrooms Shall Be Functional 9. Fire Exit Guidelines And House Rules For Guests Should Be Prominently Displayed In Each Bedroom 10. A Reception Information Counter Providing 24-hours Service And Equipped With Telephone Should Be Available 11. There Shall Be A Hotel Lobby, Reasonably Furnished With Seating. The Size Of Which Shall Be Commensurate With The Size Of The Hotel 12. Porter Service Shall Be Made Available Upon Request 13. There Shall Be A Left Luggage Rooms And Safe Deposit Boxes In The Establishment 14. Strictly No Bed-sharing 15. With Free Access To Wi-fi In All Areas Of Venue 16. Room Transfer During Stay Is Not Allowed B. Meals Requirement (am Snack) Heavy Snack Served With Cold Beverage In Can/bottle (lunch) 4 Viands With Rice,1 Vegetable, 1 Dessert, 1 Soup And Cold Beverage In A Can/bottle. (pm Snack) Heavy Snack Served With A Cold Beverage In Can/bottle. (dinner) 4 Viands With Rice, 1 Dessert, 1 Soup And Cold Beverage In Can/bottle *choices Of Viands (beef, Chicken, Fish & Vegetable) (breakfast) Coffee/choco/tea Drinks; Plain Rice; Egg; 3 Breakfast Viands/veg Selection; Fruits No Pork Menu C. Other Amenities Free Use Of Hotel Amenities; Free Tarpaulin For The Backdraft Of The Activity - Size 5x6, Welcome Tarpaulin And Directional Signage’s Discount At The Business Center For Fax, Printing, Photocopying, Etc. Free Use Of Session Hall For The Socialization Night. At Least 1 Free Shuttle Going To Downtown Area Back 'n Forth At Least 1 Standby Emergency Vehicle D. Notes Compliance To Batas Pambansa 344 Or An Act To Enhance The Mobility Of Disabled Persons By Requiring Certain Buildings, Institutions, Establishments And Public Utilities To Install Facilities And Other Devices; Hotel Should Not Be Offering Short-term Lodging Associated With Motels And Should Not Be Situated Beside Or Across Gambling Establishments/ Casinos And Should Not Beside Or Across Funeral Parlor; Hotel Can Provide The Required Number Of Rooms And Should Not Transfer Participants To Another Hotel; 2. Catering Services For Tutors And Ydws For Capability Building( 231 Pax For 5 Days) In Sultan Kudarat Catering Services (2 Snacks And 1 Meal) Note: April 21-25, 2025 Batch 1- 80 Ydws April 28-may 02, 2025 Batch 2 - 151 Tutors A. Meals Requirements (am Snack) Heavy Snack Served With Cold Beverage In Can/bottle (lunch) 4 Viands With Rice,1 Vegetable, 1 Dessert, 1 Soup And Cold Beverage In Can/bottle (pm Snack) Heavy Snack Served With A Cold Beverage In Can/bottle Individually Packaged To Ensure Safety Serving Individually-packed Snacks/meal Using Biodegradable Packaging Is Encouraged Separately Wrapped Disposable Utensils/napkins Are Included. Personnel Who Will Deliver The Food Required To Wear Appropriate Masks And Gloves. Free Delivery To The Venue Of The Activity Identified By The End User. No Pork Menu Provider Shall Be From Koronadal City Place Of Delivery: Sksu Tacurong Conforme: Name Of Company: _____________________________________________________ Signature Of Bidder Or Authorized Representative: ______________________________ Name And Designation: ___________________________________________________ Date: _______________________ Section Viii. Checklist Of Technical And Financial Documents Notes On The Checklist Of Technical And Financial Documents The Prescribed Documents In The Checklist Are Mandatory To Be Submitted In The Bid, But Shall Be Subject To The Following: A. Gppb Resolution No. 09-2020 On The Efficient Procurement Measures During A State Of Calamity Or Other Similar Issuances That Shall Allow The Use Of Alternate Documents In Lieu Of The Mandated Requirements; Or B. Any Subsequent Gppb Issuances Adjusting The Documentary Requirements After The Effectivity Of The Adoption Of The Pbds. The Bac Shall Be Checking The Submitted Documents Of Each Bidder Against This Checklist To Ascertain If They Are All Present, Using A Non-discretionary “pass/fail” Criterion Pursuant To Section 30 Of The 2016 Revised Irr Of Ra No. 9184. Checklist Of Technical And Financial Documents I. Technical Component Envelope Class “a” Documents Legal Documents ⬜ (a) Valid Philgeps Registration Certificate (platinum Membership) (all Pages) In Accordance With Section 8.5.2 Of The Irr; Technical Documents ⬜ (b) Statement Of The Prospective Bidder Of All Its Ongoing Government And Private Contracts, Including Contracts Awarded But Not Yet Started, If Any, Whether Similar Or Not Similar In Nature And Complexity To The Contract To Be Bid; And ⬜ (c) Statement Of The Bidder’s Single Largest Completed Contract (slcc) Similar To The Contract To Be Bid, Except Under Conditions Provided For In Sections 23.4.1.3 And 23.4.2.4 Of The 2016 Revised Irr Of Ra No. 9184, Within The Relevant Period As Provided In The Bidding Documents; And ⬜ (d) Original Copy Of Bid Security. If In The Form Of A Surety Bond, Submit Also A Certification Issued By The Insurance Commission Or Original Copy Of Notarized Bid Securing Declaration; And ⬜ (e) Conformity With The Technical Specifications, Which Include Production/delivery Schedule, Manpower Requirements, And/or After-sales/parts; And ⬜ (f) Original Duly Signed Omnibus Sworn Statement (oss) And If Applicable, Original Notarized Secretary’s Certificate In Case Of A Corporation, Partnership, Or Cooperative; Or Original Special Power Of Attorney Of All Members Of The Joint Venture Giving Full Power And Authority To Its Officer To Sign The Oss And Do Acts To Represent The Bidder. Financial Documents ⬜ (g) The Prospective Bidder’s Computation Of Net Financial Contracting Capacity (nfcc) Or A Committed Line Of Credit From A Universal Or Commercial Bank In Lieu Of Its Nfcc Computation. Class “b” Documents ⬜ (h) If Applicable, A Duly Signed Joint Venture Agreement (jva) In Case The Joint Venture Is Already In Existence Or Duly Notarized Statements From All The Potential Joint Venture Partners Stating That They Will Enter Into And Abide By The Provisions Of The Jva In The Instance That The Bid Is Successful. Ii. Financial Component Envelope ⬜ (i) Original Of Duly Signed And Accomplished Financial Bid Form; And ⬜ (j) Original Of Duly Signed And Accomplished Price Schedule(s). Other Documentary Requirements Under Ra No. 9184 (as Applicable) ⬜ (k) [for Foreign Bidders Claiming By Reason Of Their Country’s Extension Of Reciprocal Rights To Filipinos] Certification From The Relevant Government Office Of Their Country Stating That Filipinos Are Allowed To Participate In Government Procurement Activities For The Same Item Or Product. ⬜ (l) Certification From The Dti If The Bidder Claims Preference As A Domestic Bidder Or Domestic Entity.
Closing Date11 Apr 2025
Tender AmountPHP 9.6 Million (USD 169.3 K)

BULACAN AGRICULTURAL STATE COLLEGE Tender

Others
Corrigendum : Closing Date Modified
Philippines
Details: Description Bulacan Agricultural State College San Ildefonso, Bulacan 3010 Procurement Of Goods 2025-03g: Acquisition Of Equipment And Other Equipment For The Provision Of Higher Education Services (lot 1: General Science Laboratory Equipment) Fy 2025 Preface These Philippine Bidding Documents (pbds) For The Procurement Of Goods Through Competitive Bidding Have Been Prepared By The Government Of The Philippines For Use By Any Branch, Constitutional Commission Or Office, Agency, Department, Bureau, Office, Or Instrumentality Of The Government Of The Philippines, National Government Agencies, Including Government-owned And/or Controlled Corporations, Government Financing Institutions, State Universities And Colleges, And Local Government Unit. The Procedures And Practices Presented In This Document Have Been Developed Through Broad Experience, And Are For Mandatory Use In Projects That Are Financed In Whole Or In Part By The Government Of The Philippines Or Any Foreign Government/foreign Or International Financing Institution In Accordance With The Provisions Of The 2016 Revised Implementing Rules And Regulations Of Republic Act No. 9184. The Bidding Documents Shall Clearly And Adequately Define, Among Others: (i) The Objectives, Scope, And Expected Outputs And/or Results Of The Proposed Contract Or Framework Agreement, As The Case May Be; (ii) The Eligibility Requirements Of Bidders; (iii) The Expected Contract Or Framework Agreement Duration, The Estimated Quantity In The Case Of Procurement Of Goods, Delivery Schedule And/or Time Frame; And (iv) The Obligations, Duties, And/or Functions Of The Winning Bidder. Care Should Be Taken To Check The Relevance Of The Provisions Of The Pbds Against The Requirements Of The Specific Goods To Be Procured. If Duplication Of A Subject Is Inevitable In Other Sections Of The Document Prepared By The Procuring Entity, Care Must Be Exercised To Avoid Contradictions Between Clauses Dealing With The Same Matter. Moreover, Each Section Is Prepared With Notes Intended Only As Information For The Procuring Entity Or The Person Drafting The Bidding Documents. They Shall Not Be Included In The Final Documents. The Following General Directions Should Be Observed When Using The Documents: A. All The Documents Listed In The Table Of Contents Are Normally Required For The Procurement Of Goods. However, They Should Be Adapted As Necessary To The Circumstances Of The Particular Procurement Project. B. Specific Details, Such As The “name Of The Procuring Entity” And “address For Bid Submission,” Should Be Furnished In The Instructions To Bidders, Bid Data Sheet, And Special Conditions Of Contract. The Final Documents Should Contain Neither Blank Spaces Nor Options. C. This Preface And The Footnotes Or Notes In Italics Included In The Invitation To Bid, Bid Data Sheet, General Conditions Of Contract, Special Conditions Of Contract, Schedule Of Requirements, And Specifications Are Not Part Of The Text Of The Final Document, Although They Contain Instructions That The Procuring Entity Should Strictly Follow. D. The Cover Should Be Modified As Required To Identify The Bidding Documents As To The Procurement Project, Project Identification Number, And Procuring Entity, In Addition To The Date Of Issue. E. Modifications For Specific Procurement Project Details Should Be Provided In The Special Conditions Of Contract As Amendments To The Conditions Of Contract. For Easy Completion, Whenever Reference Has To Be Made To Specific Clauses In The Bid Data Sheet Or Special Conditions Of Contract, These Terms Shall Be Printed In Bold Typeface On Sections I (instructions To Bidders) And Iii (general Conditions Of Contract), Respectively. F. For Guidelines On The Use Of Bidding Forms And The Procurement Of Foreign- Assisted Projects, These Will Be Covered By A Separate Issuance Of The Government Procurement Policy Board. Table Of Contents Glossary Of Acronyms, Terms, And Abbreviations 4 Section I. Invitation To Bid 7 Section Ii. Instructions To Bidders 10 1. Scope Of Bid 11 2. Funding Information 11 3. Bidding Requirements 11 4. Corrupt, Fraudulent, Collusive, And Coercive Practices 11 5. Eligible Bidders 11 6. Origin Of Goods 12 7. Subcontracts 12 8. Pre-bid Conference 12 9. Clarification And Amendment Of Bidding Documents 12 10. Documents Comprising The Bid: Eligibility And Technical Components 12 11. Documents Comprising The Bid: Financial Component 13 12. Bid Prices 13 13. Bid And Payment Currencies 14 14. Bid Security 14 15. Sealing And Marking Of Bids 14 16. Deadline For Submission Of Bids 14 17. Opening And Preliminary Examination Of Bids 15 18. Domestic Preference 15 19. Detailed Evaluation And Comparison Of Bids 15 20. Post-qualification 16 21. Signing Of The Contract 16 Section Iii. Bid Data Sheet 17 Section Iv. General Conditions Of Contract 19 1. Scope Of Contract 20 2. Advance Payment And Terms Of Payment 20 3. Performance Security 20 4. Inspection And Tests 20 5. Warranty 21 6. Liability Of The Supplier 21 Section V. Special Conditions Of Contract 22 Section Vi. Schedule Of Requirements 24 Section Vii. Technical Specifications 30 Section Viii. Checklist Of Technical And Financial Documents 38 Glossary Of Acronyms, Terms, And Abbreviations Abc – Approved Budget For The Contract. Bac – Bids And Awards Committee. Bid – A Signed Offer Or Proposal To Undertake A Contract Submitted By A Bidder In Response To And In Consonance With The Requirements Of The Bidding Documents. Also Referred To As Proposal And Tender. (2016 Revised Irr, Section 5[c]) Bidder – Refers To A Contractor, Manufacturer, Supplier, Distributor And/or Consultant Who Submits A Bid In Response To The Requirements Of The Bidding Documents. (2016 Revised Irr, Section 5[d]) Bidding Documents – The Documents Issued By The Procuring Entity As The Bases For Bids, Furnishing All Information Necessary For A Prospective Bidder To Prepare A Bid For The Goods, Infrastructure Projects, And/or Consulting Services Required By The Procuring Entity. (2016 Revised Irr, Section 5[e]) Bir – Bureau Of Internal Revenue. Bsp – Bangko Sentral Ng Pilipinas. Consulting Services – Refer To Services For Infrastructure Projects And Other Types Of Projects Or Activities Of The Gop Requiring Adequate External Technical And Professional Expertise That Are Beyond The Capability And/or Capacity Of The Gop To Undertake Such As, But Not Limited To: (i) Advisory And Review Services; (ii) Pre-investment Or Feasibility Studies; (iii) Design; (iv) Construction Supervision; (v) Management And Related Services; And (vi) Other Technical Services Or Special Studies. (2016 Revised Irr, Section 5[i]) Cda - Cooperative Development Authority. Contract – Refers To The Agreement Entered Into Between The Procuring Entity And The Supplier Or Manufacturer Or Distributor Or Service Provider For Procurement Of Goods And Services; Contractor For Procurement Of Infrastructure Projects; Or Consultant Or Consulting Firm For Procurement Of Consulting Services; As The Case May Be, As Recorded In The Contract Form Signed By The Parties, Including All Attachments And Appendices Thereto And All Documents Incorporated By Reference Therein. Cif – Cost Insurance And Freight. Cip – Carriage And Insurance Paid. Cpi – Consumer Price Index. Ddp – Refers To The Quoted Price Of The Goods, Which Means “delivered Duty Paid.” Dti – Department Of Trade And Industry. Exw – Ex Works. Fca – “free Carrier” Shipping Point. Fob – “free On Board” Shipping Point. Foreign-funded Procurement Or Foreign-assisted Project– Refers To Procurement Whose Funding Source Is From A Foreign Government, Foreign Or International Financing Institution As Specified In The Treaty Or International Or Executive Agreement. (2016 Revised Irr, Section 5[b]). Framework Agreement – Refers To A Written Agreement Between A Procuring Entity And A Supplier Or Service Provider That Identifies The Terms And Conditions, Under Which Specific Purchases, Otherwise Known As “call-offs,” Are Made For The Duration Of The Agreement. It Is In The Nature Of An Option Contract Between The Procuring Entity And The Bidder(s) Granting The Procuring Entity The Option To Either Place An Order For Any Of The Goods Or Services Identified In The Framework Agreement List Or Not Buy At All, Within A Minimum Period Of One (1) Year To A Maximum Period Of Three (3) Years. (gppb Resolution No. 27-2019) Gfi – Government Financial Institution. Gocc – Government-owned And/or –controlled Corporation. Goods – Refer To All Items, Supplies, Materials And General Support Services, Except Consulting Services And Infrastructure Projects, Which May Be Needed In The Transaction Of Public Businesses Or In The Pursuit Of Any Government Undertaking, Project Or Activity, Whether In The Nature Of Equipment, Furniture, Stationery, Materials For Construction, Or Personal Property Of Any Kind, Including Non-personal Or Contractual Services Such As The Repair And Maintenance Of Equipment And Furniture, As Well As Trucking, Hauling, Janitorial, Security, And Related Or Analogous Services, As Well As Procurement Of Materials And Supplies Provided By The Procuring Entity For Such Services. The Term “related” Or “analogous Services” Shall Include, But Is Not Limited To, Lease Or Purchase Of Office Space, Media Advertisements, Health Maintenance Services, And Other Services Essential To The Operation Of The Procuring Entity. (2016 Revised Irr, Section 5[r]) Gop – Government Of The Philippines. Gppb – Government Procurement Policy Board. Incoterms – International Commercial Terms. Infrastructure Projects – Include The Construction, Improvement, Rehabilitation, Demolition, Repair, Restoration Or Maintenance Of Roads And Bridges, Railways, Airports, Seaports, Communication Facilities, Civil Works Components Of Information Technology Projects, Irrigation, Flood Control And Drainage, Water Supply, Sanitation, Sewerage And Solid Waste Management Systems, Shore Protection, Energy/power And Electrification Facilities, National Buildings, School Buildings, Hospital Buildings, And Other Related Construction Projects Of The Government. Also Referred To As Civil Works Or Works. (2016 Revised Irr, Section 5[u]) Lgus – Local Government Units. Nfcc – Net Financial Contracting Capacity. Nga – National Government Agency. Philgeps - Philippine Government Electronic Procurement System. Procurement Project – Refers To A Specific Or Identified Procurement Covering Goods, Infrastructure Project Or Consulting Services. A Procurement Project Shall Be Described, Detailed, And Scheduled In The Project Procurement Management Plan Prepared By The Agency Which Shall Be Consolidated In The Procuring Entity's Annual Procurement Plan. (gppb Circular No. 06-2019 Dated 17 July 2019) Psa – Philippine Statistics Authority. Sec – Securities And Exchange Commission. Slcc – Single Largest Completed Contract. Supplier – Refers To A Citizen, Or Any Corporate Body Or Commercial Company Duly Organized And Registered Under The Laws Where It Is Established, Habitually Established In Business And Engaged In The Manufacture Or Sale Of The Merchandise Or Performance Of The General Services Covered By His Bid. (item 3.8 Of Gppb Resolution No. 13-2019, Dated 23 May 2019). Supplier As Used In These Bidding Documents May Likewise Refer To A Distributor, Manufacturer, Contractor, Or Consultant. Un – United Nations. Section I. Invitation To Bid Notes On The Invitation To Bid The Invitation To Bid (ib) Provides Information That Enables Potential Bidders To Decide Whether To Participate In The Procurement At Hand. The Ib Shall Be Posted In Accordance With Section 21.2 Of The 2016 Revised Irr Of Ra No. 9184. Apart From The Essential Items Listed In The Bidding Documents, The Ib Should Also Indicate The Following: A. The Date Of Availability Of The Bidding Documents, Which Shall Be From The Time The Ib Is First Advertised/posted Until The Deadline For The Submission And Receipt Of Bids; B. The Place Where The Bidding Documents May Be Acquired Or The Website Where It May Be Downloaded; C. The Deadline For The Submission And Receipt Of Bids; And D. Any Important Bid Evaluation Criteria (e.g., The Application Of A Margin Of Preference In Bid Evaluation). The Ib Should Be Incorporated In The Bidding Documents. The Information Contained In The Ib Must Conform To The Bidding Documents And In Particular To The Relevant Information In The Bid Data Sheet. Section I. Invitation To Bid Notes On The Invitation To Bid The Invitation To Bid (ib) Provides Information That Enables Potential Bidders To Decide Whether To Participate In The Procurement At Hand. The Ib Shall Be Posted In Accordance With Section 21.2 Of The 2016 Revised Irr Of Ra No. 9184. Apart From The Essential Items Listed In The Bidding Documents, The Ib Should Also Indicate The Following: A. The Date Of Availability Of The Bidding Documents, Which Shall Be From The Time The Ib Is First Advertised/posted Until The Deadline For The Submission And Receipt Of Bids; B. The Place Where The Bidding Documents May Be Acquired Or The Website Where It May Be Downloaded; C. The Deadline For The Submission And Receipt Of Bids; And D. Any Important Bid Evaluation Criteria (e.g., The Application Of A Margin Of Preference In Bid Evaluation). The Ib Should Be Incorporated In The Bidding Documents. The Information Contained In The Ib Must Conform To The Bidding Documents And In Particular To The Relevant Information In The Bid Data Sheet. Bulacan Agricultural State College San Ildefonso, Bulacan 3010 Invitation To Bid For 2025-03g: Acquisition Of Equipment And Other Equipment For The Provision Of Higher Education Services (lot 1: General Science Laboratory Equipment) 1. The Bulacan Agricultural State College, Through The General Appropriations Act Of 2025 Intends To Apply The Sum Of Four Million Seven Hundred Thirty Four Thousand Pesos (php4,734,000.00) Being The Abc To Payments Under The Contract 2025-03g: Acquisition Of Equipment And Other Equipment For The Provision Of Higher Education Services (lot 1: General Science Laboratory Equipment). Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Bulacan Agricultural State College Now Invites Bids For The Acquisition Of Equipment And Other Equipment For The Provision Of Higher Education Services (lot 1: General Science Laboratory Equipment). Delivery Of The Goods Is Required With Contract Duration Of Ninety (90) Calendar Days. Bidders Should Have Completed, Within The Last Five (5) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (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. 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 Bulacan Agricultual State College And Inspect The Bidding Documents At The Address Given Below During Office Hours From 8am To 4:30pm Monday To Friday, Except Those Declared As Holidays. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On April 4, 2025 To April 23, 2025 From The Given Address And Website(s) Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Php5,000.00. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees By Presenting The Receipt Upon Submission Of Their Bid Documents. 6. The Bulacan Agricultural State College Will Hold A Pre-bid Conference1 On April 11, 2025, 09:00 Am Am Via Zoom Platform (meeting Id: 884 9404 6972, Passcode: Basc2025) Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated Below On Or Before 08:30 Am Of April 23, 2025. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 9. Bid Opening Shall Be On April 23, 2025, 09:00 Am At The Conference Room, Farmers’ Training Center, Basc, San Ildefonso, Bulacan. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. Observers Will Be Invited To Attend And Witness The Bid Proceedings. 11. The Bulacan Agricultural State College 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: Rona Angela O. Clarin Bac Secretariat Head Bulacan Agricultural State College Brgy. Pinaod, San Ildefonso, Bulacan (044) 697-1240 And 0923-108-1526 Ronaangela_clarin@basc.edu.ph Www.basc.edu.ph 13. You May Visit The Following Websites: For Downloading Of Bidding Documents: Http://www.basc.edu.ph April 4, 2025 (sgd) Ronald Reagan T. Alonzo,ph.d. Bac Chairperson 1 May Be Deleted In Case The Abc Is Less Than One Million Pesos (php1,000,000) Where The Procuring Entity May Not Hold A Pre-bid Conference. Section Ii. Instructions To Bidders 1. Scope Of Bid The Procuring Entity, Bulacan Agricultural State College Wishes To Receive Bids For The Acquisition Of Equipment And Other Equipment For The Provision Of Higher Education Services (lot 1: General Science Laboratory Equipment) With Identification Number 2025-03g. The Procurement Project (referred To Herein As “project”) Is Composed Of Fourteen (14) Items The Details Of Which Are Described In Section Vii (technical Specifications). 2. Funding Information 2.1. The Gop Through The Source Of Funding As Indicated Below For The Fiscal Year 2025 In The Amount Of Four Million Seven Hundred Thirty Four Thousand Pesos (php4,734,000.00). 2.2. The Source Of Funding Is: A. Nga, The General Appropriations Act Of 2025 3. Bidding Requirements The Bidding For The Project Shall Be Governed By All The Provisions Of Ra No. 9184 And Its 2016 Revised Irr, Including Its Generic Procurement Manuals And Associated Policies, Rules And Regulations As The Primary Source Thereof, While The Herein Clauses Shall Serve As The Secondary Source Thereof. Any Amendments Made To The Irr And Other Gppb Issuances Shall Be Applicable Only To The Ongoing Posting, Advertisement, Or Ib By The Bac Through The Issuance Of A Supplemental Or Bid Bulletin. The Bidder, By The Act Of Submitting Its Bid, Shall Be Deemed To Have Verified And Accepted The General Requirements Of This Project, Including Other Factors That May Affect The Cost, Duration And Execution Or Implementation Of The Contract, Project, Or Work And Examine All Instructions, Forms, Terms, And Project Requirements In The Bidding Documents. 4. Corrupt, Fraudulent, Collusive, And Coercive Practices The Procuring Entity, As Well As The Bidders And Suppliers, Shall Observe The Highest Standard Of Ethics During The Procurement And Execution Of The Contract. They Or Through An Agent Shall Not Engage In Corrupt, Fraudulent, Collusive, Coercive, And Obstructive Practices Defined Under Annex “i” Of The 2016 Revised Irr Of Ra No. 9184 Or Other Integrity Violations In Competing For The Project. 5. Eligible Bidders 5.1. Only Bids Of Bidders Found To Be Legally, Technically, And Financially Capable Will Be Evaluated. 5.2. Not Applicable. 5.3. Pursuant To Section 23.4.1.3 Of The 2016 Revised Irr Of Ra No.9184, The Bidder Shall Have An Slcc That Is At Least One (1) Contract Similar To The Project The Value Of Which, Adjusted To Current Prices Using The Psa’s Cpi, Must Be At Least Equivalent To: A. For The Procurement Of Non-expendable Supplies And Services: The Bidder Must Have Completed A Single Contract That Is Similar To This Project, Equivalent To At Least Fifty Percent (50%) Of The Abc. 5.4. The Bidders Shall Comply With The Eligibility Criteria Under Section 23.4.1 Of The 2016 Irr Of Ra No. 9184. 6. Origin Of Goods There Is No Restriction On The Origin Of Goods Other Than Those Prohibited By A Decision Of The Un Security Council Taken Under Chapter Vii Of The Charter Of The Un, Subject To Domestic Preference Requirements Under Itb Clause 18. 7. Subcontracts 7.1. The Procuring Entity Has Prescribed That: A. Subcontracting Is Not Allowed. 8. Pre-bid Conference The Procuring Entity Will Hold A Pre-bid Conference For This Project On The Specified Date And Through Videoconferencing/webcasting As Indicated In Paragraph 6 Of The Ib. 9. Clarification And Amendment Of Bidding Documents Prospective Bidders May Request For Clarification On And/or Interpretation Of Any Part Of The Bidding Documents. Such Requests Must Be In Writing And Received By The Procuring Entity, Either At Its Given Address Or Through Electronic Mail Indicated In The Ib, At Least Ten (10) Calendar Days Before The Deadline Set For The Submission And Receipt Of Bids. 10. Documents Comprising The Bid: Eligibility And Technical Components 10.1. The First Envelope Shall Contain The Eligibility And Technical Documents Of The Bid As Specified In Section Viii (checklist Of Technical And Financial Documents). 10.2. The Bidder’s Slcc As Indicated In Itb Clause 5.3 Should Have Been Completed Within The Last Five (5) Years Prior To The Deadline For The Submission And Receipt Of Bids. 10.3. If The Eligibility Requirements Or Statements, The Bids, And All Other Documents For Submission To The Bac Are In Foreign Language Other Than English, It Must Be Accompanied By A Translation In English, Which Shall Be Authenticated By The Appropriate Philippine Foreign Service Establishment, Post, Or The Equivalent Office Having Jurisdiction Over The Foreign Bidder’s Affairs In The Philippines. Similar To The Required Authentication Above, For Contracting Parties To The Apostille Convention, Only The Translated Documents Shall Be Authenticated Through An Apostille Pursuant To Gppb Resolution No. 13-2019 Dated 23 May 2019. The English Translation Shall Govern, For Purposes Of Interpretation Of The Bid. 11. Documents Comprising The Bid: Financial Component 11.1. The Second Bid Envelope Shall Contain The Financial Documents For The Bid As Specified In Section Viii (checklist Of Technical And Financial Documents). 11.2. If The Bidder Claims Preference As A Domestic Bidder Or Domestic Entity, A Certification Issued By Dti Shall Be Provided By The Bidder In Accordance With Section 43.1.3 Of The 2016 Revised Irr Of Ra No. 9184. 11.3. Any Bid Exceeding The Abc Indicated In Paragraph 1 Of The Ib Shall Not Be Accepted. 11.4. For Foreign-funded Procurement, A Ceiling May Be Applied To Bid Prices Provided The Conditions Are Met Under Section 31.2 Of The 2016 Revised Irr Of Ra No. 9184. 12. Bid Prices 12.1. Prices Indicated On The Price Schedule Shall Be Entered Separately In The Following Manner: A. For Goods Offered From Within The Procuring Entity’s Country: I. The Price Of The Goods Quoted Exw (ex-works, Ex-factory, Ex- Warehouse, Ex-showroom, Or Off-the-shelf, As Applicable); Ii. The Cost Of All Customs Duties And Sales And Other Taxes Already Paid Or Payable; Iii. The Cost Of Transportation, Insurance, And Other Costs Incidental To Delivery Of The Goods To Their Final Destination; And Iv. The Price Of Other (incidental) Services, If Any, Listed In E. B. For Goods Offered From Abroad: I. Unless Otherwise Stated In The Bds, The Price Of The Goods Shall Be Quoted Delivered Duty Paid (ddp) With The Place Of Destination In The Philippines As Specified In The Bds. In Quoting The Price, The Bidder Shall Be Free To Use Transportation Through Carriers Registered In Any Eligible Country. Similarly, The Bidder May Obtain Insurance Services From Any Eligible Source Country. Ii. The Price Of Other (incidental) Services, If Any, As Listed In Section Vii (technical Specifications). 13. Bid And Payment Currencies 13.1. For Goods That The Bidder Will Supply From Outside The Philippines, The Bid Prices May Be Quoted In The Local Currency Or Tradeable Currency Accepted By The Bsp At The Discretion Of The Bidder. However, For Purposes Of Bid Evaluation, Bids Denominated In Foreign Currencies, Shall Be Converted To Philippine Currency Based On The Exchange Rate As Published In The Bsp Reference Rate Bulletin On The Day Of The Bid Opening. 13.2. Payment Of The Contract Price Shall Be Made In Philippine Pesos. 14. Bid Security 14.1. The Bidder Shall Submit A Bid Securing Declaration2 Or Any Form Of Bid Security In The Amount Indicated In The Bds, Which Shall Be Not Less Than The Percentage Of The Abc In Accordance With The Schedule In The Bds. 14.2. The Bid And Bid Security Shall Be Valid Until 120 Days From The Opening Of Bids. Any Bid Not Accompanied By An Acceptable Bid Security Shall Be Rejected By The Procuring Entity As Non-responsive. 15. Sealing And Marking Of Bids Each Bidder Shall Submit One Copy Of The Original Of The First And Second Components Of Its Bid And Plus Two (2) Copies Of Each Kind, Labeled As Copy 1 And Copy 2. The Procuring Entity May Request Additional Hard Copies And/or Electronic Copies Of The Bid. However, Failure Of The Bidders To Comply With The Said Request Shall Not Be A Ground For Disqualification. If The Procuring Entity Allows The Submission Of Bids Through Online Submission Or Any Other Electronic Means, The Bidder Shall Submit An Electronic Copy Of Its Bid, Which Must Be Digitally Signed. An Electronic Copy That Cannot Be Opened Or Is Corrupted Shall Be Considered Non-responsive And, Thus, Automatically Disqualified. 16. Deadline For Submission Of Bids 16.1. The Bidders Shall Submit On The Specified Date And Time And Either At Its Physical Address Or Through Online Submission As Indicated In Paragraph 7 Of The Ib. 2 In The Case Of Framework Agreement, The Undertaking Shall Refer To Entering Into Contract With The Procuring Entity And Furnishing Of The Performance Security Or The Performance Securing Declaration Within Ten (10) Calendar Days From Receipt Of Notice To Execute Framework Agreement. 17. Opening And Preliminary Examination Of Bids 17.1. The Bac Shall Open The Bids In Public At The Time, On The Date, And At The Place Specified In Paragraph 9 Of The Ib. The Bidders’ Representatives Who Are Present Shall Sign A Register Evidencing Their Attendance. In Case Videoconferencing, Webcasting Or Other Similar Technologies Will Be Used, Attendance Of Participants Shall Likewise Be Recorded By The Bac Secretariat. In Case The Bids Cannot Be Opened As Scheduled Due To Justifiable Reasons, The Rescheduling Requirements Under Section 29 Of The 2016 Revised Irr Of Ra No. 9184 Shall Prevail. 17.2. The Preliminary Examination Of Bids Shall Be Governed By Section 30 Of The 2016 Revised Irr Of Ra No. 9184. 18. Domestic Preference 18.1. The Procuring Entity Will Grant A Margin Of Preference For The Purpose Of Comparison Of Bids In Accordance With Section 43.1.2 Of The 2016 Revised Irr Of Ra No. 9184. 19. Detailed Evaluation And Comparison Of Bids 19.1. The Procuring Bac Shall Immediately Conduct A Detailed Evaluation Of All Bids Rated “passed,” Using Non-discretionary Pass/fail Criteria. The Bac Shall Consider The Conditions In The Evaluation Of Bids Under Section 32.2 Of The 2016 Revised Irr Of Ra No. 9184. 19.2. If The Project Allows Partial Bids, Bidders May Submit A Proposal On Any Of The Lots Or Items, And Evaluation Will Be Undertaken On A Per Lot Or Item Basis, As The Case Maybe. In This Case, The Bid Security As Required By Itb Clause 15 Shall Be Submitted For Each Lot Or Item Separately. 19.3. The Descriptions Of The Lots Or Items Shall Be Indicated In Section Vii (technical Specifications), Although The Abcs Of These Lots Or Items Are Indicated In The Bds For Purposes Of The Nfcc Computation Pursuant To Section 23.4.2.6 Of The 2016 Revised Irr Of Ra No. 9184. The Nfcc Must Be Sufficient For The Total Of The Abcs For All The Lots Or Items Participated In By The Prospective Bidder. 19.4. The Project Shall Be Awarded As One Project Or Per Lot Having Several Items That Shall Be Awarded As One Contract. 19.5. Except For Bidders Submitting A Committed Line Of Credit From A Universal Or Commercial Bank In Lieu Of Its Nfcc Computation, All Bids Must Include The Nfcc Computation Pursuant To Section 23.4.1.4 Of The 2016 Revised Irr Of Ra No. 9184, Which Must Be Sufficient For The Total Of The Abcs For All The Lots Or Items Participated In By The Prospective Bidder. For Bidders Submitting The Committed Line Of Credit, It Must Be At Least Equal To Ten Percent (10%) Of The Abcs For All The Lots Or Items Participated In By The Prospective Bidder. 20. Post-qualification 20.1. Within A Non-extendible Period Of Five (5) Calendar Days From Receipt By The Bidder Of The Notice From The Bac That It Submitted The Lowest Calculated Bid, The Bidder Shall Submit Its Latest Income And Business Tax Returns Filed And Paid Through The Bir Electronic Filing And Payment System (efps) And Other Appropriate Licenses And Permits Required By Law And Stated In The Bds. 21. Signing Of The Contract 21.1. The Documents Required In Section 37.2 Of The 2016 Revised Irr Of Ra No. 9184 Shall Form Part Of The Contract. Additional Contract Documents Are Indicated In The Bds. Section Iii. Bid Data Sheet Bid Data Sheet Itb Clause 5.3 For This Purpose, Contracts Similar To The Project Shall Be: A. Supply, Delivery, And Installation Of Laboratory Equipment B. Completed Within Five (5) Years Prior To The Deadline For The Submission And Receipt Of Bids. 7.1 Subcontracting Is Not Allowed. 12 The Bid Prices Of Goods And Services Supplied From Outside Of The Philippines Shall Be Quoted In Philippine Pesos. 14.1 The Bid Security Shall Be In The Form Of A Bid Securing Declaration, Or Any Of The Following Forms And Amounts: A. The Amount Of Not Less Than Php94,680.00. [(2%) Of The Abc] If Bid Security Is In Cash, Cashier’s/manager’s Check, Bank Draft/guarantee Or Irrevocable Letter Of Credit; Or B. The Amount Of Not Less Than Php236,700.00. [(5%) Of The Abc], If Bid Security Is In Surety Bond. 19.3 The Project Will Be Awarded As A Single Project. 20.2 1. Income Tax Return (form 1701/1702) With Audited Financial Statement., 2. Business Tax Return (forms 2550m And 2550q) Prior To Opening Of Bids Filed Thru Electronic Filing And Payment System (efps). Only Tax Returns Filed And Taxes Paid Through The Bir Electronic Filing And Payment System (efps) Shall Be Accepted. 21.2 Not Applicable Section Iv. General Conditions Of Contract 1. Scope Of Contract This Contract Shall Include All Such Items, Although Not Specifically Mentioned, That Can Be Reasonably Inferred As Being Required For Its Completion As If Such Items Were Expressly Mentioned Herein. All The Provisions Of Ra No. 9184 And Its 2016 Revised Irr, Including The Generic Procurement Manual, And Associated Issuances, Constitute The Primary Source For The Terms And Conditions Of The Contract, And Thus, Applicable In Contract Implementation. Herein Clauses Shall Serve As The Secondary Source For The Terms And Conditions Of The Contract. This Is Without Prejudice To Sections 74.1 And 74.2 Of The 2016 Revised Irr Of Ra No. 9184 Allowing The Gppb To Amend The Irr, Which Shall Be Applied To All Procurement Activities, The Advertisement, Posting, Or Invitation Of Which Were Issued After The Effectivity Of The Said Amendment. Additional Requirements For The Completion Of This Contract Shall Be Provided In The Special Conditions Of Contract (scc). 2. Advance Payment And Terms Of Payment 2.1. Advance Payment Of The Contract Amount Is Provided Under Annex “d” Of The Revised 2016 Irr Of Ra No. 9184. 2.2. The Procuring Entity Is Allowed To Determine The Terms Of Payment On The Partial Or Staggered Delivery Of The Goods Procured, Provided Such Partial Payment Shall Correspond To The Value Of The Goods Delivered And Accepted In Accordance With Prevailing Accounting And Auditing Rules And Regulations. The Terms Of Payment Are Indicated In The Scc. 3. Performance Security Within Ten (10) Calendar Days From Receipt Of The Notice Of Award By The Bidder From The Procuring Entity But In No Case Later Than Prior To The Signing Of The Contract By Both Parties, The Successful Bidder Shall Furnish The Performance Security In Any Of The Forms Prescribed In Section 39 Of The 2016 Revised Irr Of Ra No. 9184 4. Inspection And Tests The Procuring Entity Or Its Representative Shall Have The Right To Inspect And/or To Test The Goods To Confirm Their Conformity To The Project In Addition To Tests In The Scc, Section Iv (technical Specifications) Shall Specify What Inspections And/or Tests The Procuring Entity Requires, And Where They Are To Be Conducted. The Procuring Entity Shall Notify The Supplier In Writing, In A Timely Manner, Of The Identity Of Any Representatives Retained For These Purposes. All Reasonable Facilities And Assistance For The Inspection And Testing Of Goods, Including Access To Drawings And Production Data, Shall Be Provided By The Supplier To The Authorized Inspectors At No Charge To The Procuring Entity. 5. Warranty 6.1. In Order To Assure That Manufacturing Defects Shall Be Corrected By The Supplier, A Warranty Shall Be Required From The Supplier As Provided Under Section 62.1 Of The 2016 Revised Irr Of Ra No. 9184. 6.2. The Procuring Entity Shall Promptly Notify The Supplier In Writing Of Any Claims Arising Under This Warranty. Upon Receipt Of Such Notice, The Supplier Shall, Repair Or Replace The Defective Goods Or Parts Thereof Without Cost To The Procuring Entity, Pursuant To The Generic Procurement Manual. 6. Liability Of The Supplier The Supplier’s Liability Under This Contract Shall Be As Provided By The Laws Of The Republic Of The Philippines. If The Supplier Is A Joint Venture, All Partners To The Joint Venture Shall Be Jointly And Severally Liable To The Procuring Entity. Section V. Special Conditions Of Contract Special Conditions Of Contract Gcc Clause 1 Delivery And Documents – For Purposes Of The Contract, “exw,” “fob,” “fca,” “cif,” “cip,” “ddp” And Other Trade Terms Used To Describe The Obligations Of The Parties Shall Have The Meanings Assigned To Them By The Current Edition Of Incoterms Published By The International Chamber Of Commerce, Paris. The Delivery Terms Of This Contract Shall Be As Follows: For Goods Supplied From Abroad, “the Delivery Terms Applicable To The Contract Are Ddp Delivered At The Bulacan Agricultural State College, Pinaod, San Ildefonso, Bulacan. In Accordance With Incoterms.” For Goods Supplied From Within The Philippines, “the Delivery Terms Applicable To This Contract Are Delivered At The Bulacan Agricultural State College, Pinaod, San Ildefonso, Bulacan. Risk And Title Will Pass From The Supplier To The Procuring Entity Upon Receipt And Final Acceptance Of The Goods At Their Final Destination.” Delivery Of The Goods Shall Be Made By The Supplier In Accordance With The Terms Specified In Section Vi (schedule Of Requirements). For Purposes Of This Clause The Procuring Entity’s Representative At The Project Site Is Ms. Rona Angela O. Clarin, Basc Property Officer. Incidental Services – No Further Instructions. Spare Parts – No Further Instructions. Packaging – No Further Instructions. Transportation – The Procuring Entity Accepts No Liability For The Damage Of Goods During Transit Other Than Those Prescribed By Incoterms For Ddp Deliveries. In The Case Of Goods Supplied From Within The Philippines Or Supplied By Domestic Suppliers Risk And Title Will Not Be Deemed To Have Passed To The Procuring Entity Until Their Receipt And Final Acceptance At The Final Destination. Intellectual Property Rights – No Further Instructions. 2.2 The Terms Of Payment Shall Be As Follows: Upon Certification Of Complete Delivery Of Items By The End User And Basc Inspection Team.” 4 The Inspections And Tests That Will Be Conducted Are: On Site Testing Of All Items To Be Procured. Section Vi. Schedule Of Requirements The Delivery Schedule Expressed As Weeks/months Stipulates Hereafter A Delivery Date Which Is The Date Of Delivery To The Project Site. Item Numb Er Description Quan Tity Delivered, Weeks/months 1 Biological Binocular Microscope 2 Pcs Ninety (90) Calendar Days Viewing Head: 5" - 7" Lcd Nosepiece: Ball Beating Quadruple Nosepiece Eyepiece: Wide Field Plane-scope Eyepiece Wf10x18mm Objective: Achromatic 4x, 40x, 40x(s), 100x(s Oil) Plan Achromatic 4x, 40x, 40x (s), 100x (s, Oil) Stage: Double Layer Mechanical Stage Condenser: Abbe Na1.25 Condenser With Iris Diaphragm & Filter, Rack & Piiion Adjustment. Illumination: Built-in Illumination, Halogen Lamp, 6v/20w, Power Supply: 90-230v/3w Led 2 Microscope 2 Pcs Ninety (90) Calendar Days Image Sensor: ½.5” Color 5 Megapixel Cmos Effective Pixel: 2048x1536 Pixel Size 2.2x2.2um Lcd Screen Size: 9.7” 1024x768 Ips Lcd Frame Rate: 15 Definition: Full Hd White Blance” Auto And Manuual Operating System: Android 4.2.2 Or Higher Brightness Control: Auto And Manual Color: Rgb Supports: Edge Enhancement, Film And Video, Measurement, Digital Denoiser Sd Card Interface: 32g Sd 2.0, Standard Size, Non Visual Design, Maximum 32g Interface: Standard Hdmi Output Lens: C Usb Interface: Usb2.0 3 Spectrophotometer 1 Pc Ninety (90) Calendar Days Measurement Range: -0.3-3.0a, 0-200%t Wavelength Range: 320-1100nm Optical System: Single Beam Light Source: Tungsten Lamp Spectral Bandwidth: 2.0nm Wavelength Accuracy: ±0.5nm Output: Usb Port & Parallel Port (printer) Power: 110/220vac, 50/60hz,120w 4 Colorimeter Display: Lcd Auto Power Off: Yes Memory: 4000 Points Interface: Usb Cable Length: 1 M Power Source: Lithium Rechargeable Batteries Manufacturer Warranty Length: 2 Yr Number Of Tests: 25 Testing Parameter: Chlorine Green Environmental Attribute: Product Is Rechargeable Condensed Mfg Number: 1910 2 Pcs Ninety (90) Calendar Days 5 Fume Hood External Size: (w×d×h): 1000 × 800 × 2515mm Internal Size: (w×d×h): 790 × 600 × 870mm Work Surface Height: 900mm (35.4'') Max Opening: 750mm (29.5'') Air Velocity: 0.3~0.8m/s System Exhaust Volume: 570 M³/h Noise: ≤68db Exhaust Duct: Pvc, Standard Length; 4.3 Meters, Ø300mm Pipe Strap: 2 Pcs Led Lamp: 20w × 1 Blower: Built-in Pp Centrifugal Blower Front Window: Manual, 5mm Toughened Glass, Height Adjustable Power Supply: 220v±10%, 60/50hz; 110v±10%, 60hz 1 Pc Ninety (90) Calendar Days 6 Moisture Analyzer Maximum Measurement: 80 % Rh Best Accuracy: 1.5 % Display Type: Graphic Display - Backlit Power Source: Mains Backlit Lcd Display, Digit Height 14 Mm Drying Process Active Active Heating Profile Active Switch-off Criteria Previous Drying Time Current Temperature Unit Of The Shown Result, E.g. Moisture (%) Interim Result In Moisture-% Halogen Quartz Glass Heater 400 W Observation Window Above The Sample, Useful During Initial Setting Internal Memory For Automatic Sequence Of 15 Complete Drying Processes And 5 Drying Processes Carried Out. The Last Value Measured Remains On The Display Until It Is Replaced 2 Pcs Ninety (90) Calendar Days By A New Measurement. 50 Sample Plates Included 7 Lab Oven Capacity: 108l Temp. Range: 50~200℃ Temp. Precision: 0.1℃ Temp. Fluctuation: ±1℃ Ambient Temp.: 5~40℃ Timing Range: 1~9999min Shelves No.: 2 Pcs Power Consumption: 1600w Power Supply: 220v±10%,50/60hz Internal Size(w*d*h) Mm: 550*360*550 External Size(w*d*h) Mm: 830*610*720 Packing Size(w*d*h) Mm: 960*720*900 Features: -external Material: Cold-rolled Steel With Anti-bacteria Powder Coating. -stainless Steel Inner Chamber, Round Angle Structure, Adjustable Shelves. -pid Control With Led Display -double-layer Glass Observation Window, Adjustable Airtight Buckle Lock. -over-temperature Protection. 1 Pc Ninety (90) Calendar Days 8 High Pressure Liquid Chromatography High Pressure Liquid Chromatograph (hplc) System Flow Range: 0.001 9.999 Ml/min Delivery Method: Double Piston (main & Auxiliary) Display: 320 Mm. Pump Head: 10m1 Sst/peek Analytical Accuracy: +/- 1% Or +/- 2l/min, Whichever Is Greater + 1% Or + 1l/min, Whichever Is Greater (micro) Flow Rate Settings: 0 0.10 Ml/min., 0.001 Inc. // 0.10 0.90 Ml/min., 0.010 Inc. 1.0 Ml/min., + 0.10 Inc. Precision: 0.25% From 0.1 Ml/min To 10 Ml/min. At 20oc 0.25% From 0.05 Ml/min To 4 Ml/min. At 20oc (micro) Pmax: 0.05 Ml/min To 4 Ml/min. At 20oc (micro) Pmax 1 Pc Ninety (90) Calendar Days 9 Rotary Evaporator -2l Rotary Evaporator, Standard :2l Rotary Flask, 1l Collection Bottle, Bath Temperature Range: 0-99℃. Easy To Detach And Clean, Better Sealing Quality -110v / 60hz, North American Plug, Bottle Rotation Speed: 0-120rpm, Can Be Easily Adjusted By The Button On The Control Center. -high Quality Material Made Water Bath, Manual To Lift It Up And Down On Use, Range: 0-150mm -perfect For The Concentration, Crystallization, Drying, Separation And Solvent Recovery Of The Pharmaceutical, Chemical And Biological 2 Pcs Ninety (90) Calendar Days Pharmaceutical Industries - 1 Year Warranty, The Video Installation And Instruction Can Be Offered To All Customers 10 Astronomical Telescope 2 Pcs Ninety (90) Calendar Days -optical System: High-quality Refractive Design With An 80mm Caliber For Crisp, Clear Images. -focal Length & Magnification: Generous 900mm Focal Length With Two Eyepieces Offering 45x And 225x Magnification. - Eq2 Equatorial Mount: Precision German Eq2 Mount Supports Smooth Tracking Of Celestial Bodies. -sturdy Stainless-steel Tripod: Ensures Stable And Secure Observations. Included Theskyx Planetary Software: Enhance Your Stargazing With Detailed Sky Maps And Object Location Features. Inclusions: Deluxe 80dx Astronomical Telescope Eq2 Equatorial Mount With Stainless Steel Tripod 20mm And 4mm Eyepieces 3x Barlow Mirror Theskyx Planetary Software Cdrom 1.25 Inch Upright Zenith Mirror Red Dot Star Finder Accessory Disk 11 Visible Spectrophotometer 2 Pcs Ninety (90) Calendar Days Optical System: Single Beam 1200lines/mm Wave Length Range: - 190~1100nm / 320~1100nm /340~1050nm Spectral Bandwidth: 2mm / 4nm Wavelenght Accuracy: ±0.3nm / ±0.5nm / 1nm Wavelength Repeatability: <=0.1 / <=0.2nm Photometric Accuracy: 0.3%t / 0.5%t Photometric Repeatability: 0.2%t Photometric Range:0-200%t, 0.3 - 3a Stray Light: 0.05%t / 0.1%t / 0.15%t Stability: ±0.0001a / ±0.0002a Baseline Flatness: ±0.002a Noise: ±0.001a Wavelenght Setting: Auto Light Source: Deuterium Lamp / Tungsten Lamp Display: Lcd Detector: Silicon Photodiode Output: Usb Port X1 Power: Ac 220v / 50hz ; Ac 110v/60hz 12 Gas Chromatography 2 Pcs Ninety (90) Calendar Days Temperature Range (oven) Rt-450°c Temperature Accuracy (oven) ≤±0.1°c Temperature Program (oven) 16-phase Maximum Temperature Heating Rate (oven) 40°c/min Hydrogen Flame Ionization Detector (fid) 13 Trinocular Microscope 2 Pcs Ninety (90) Calendar Days Image Sensor: ½.5” Color 5 Megapixel Cmos Effective Pixel: 2048x1536 Pixel Size 2.2x2.2um Lcd Screen Size: 9.7” 1024x768 Ips Lcd Frame Rate: 15 Definition: Full Hd White Blance” Auto And Manuual Operating System: Android 4.2.2 Or Higher Brightness Control: Auto And Manual Color: Rgb Supports: Edge Enhancement, Film And Video, Measurement, Digital Denoiser Sd Card Interface: 32g Sd 2.0, Standard Size, Non Visual Design, Maximum 32g Interface: Standard Hdmi Output Lens: C Usb Interface: Usb2.0 14 Air Drying Oven 2 Pcs Ninety (90) Calendar Days Operational Method: Continuous Material: Stainless Steel Structure: Desktop Capacity: 140l Temp Range: Rt+10~250/300°c Temp. Precision: 0.1°c Temp Fluctuation: ±0.5°c Ambient Temperature: 5~40°c Timing Range: 1~9999min Shelves No.: 2 Power Consumption: 1500w Power: Ac 110v/220v±10% 50/60hz All Items Must Have: At Least 1 Year Warranty After Sales Services Installation / Assembly Training On How To Use And Maintain The Equipment [signature] [in The Capacity Of] Duly Authorized To Sign Bid For And On Behalf Of Section Vii. Technical Specifications Notes For Preparing The Technical Specifications A Set Of Precise And Clear Specifications Is A Prerequisite For Bidders To Respond Realistically And Competitively To The Requirements Of The Procuring Entity Without Qualifying Their Bids. In The Context Of Competitive Bidding, The Specifications (e.g. Production/delivery Schedule, Manpower Requirements, And After-sales Service/parts, Descriptions Of The Lots Or Items) Must Be Prepared To Permit The Widest Possible Competition And, At The Same Time, Present A Clear Statement Of The Required Standards Of Workmanship, Materials, And Performance Of The Goods And Services To Be Procured. Only If This Is Done Will The Objectives Of Transparency, Equity, Efficiency, Fairness , And Economy In Procurement Be Realized, Responsiveness Of Bids Be Ensured, And The Subsequent Task Of Bid Evaluation And Post-qualification Facilitated. The Specifications Should Require That All Items, Materials And Accessories To Be Included Or Incorporated In The Goods Be New, Unused, And Of The Most Recent Or Current Models, And That They Include Or Incorporate All Recent Improvements In Design And Materials Unless Otherwise Provided In The Contract. Samples Of Specifications From Previous Similar Procurements Are Useful In This Respect. The Use Of Metric Units Is Encouraged. Depending On The Complexity Of The Goods And The Repetitiveness Of The Type Of Procurement, It May Be Advantageous To Standardize The General Technical Specifications And Incorporate Them In A Separate Subsection. The General Technical Specifications Should Cover All Classes Of Workmanship, Materials, And Equipment Commonly Involved In Manufacturing Similar Goods. Deletions Or Addenda Should Then Adapt The General Technical Specifications To The Particular Procurement. Care Must Be Taken In Drafting Specifications To Ensure That They Are Not Restrictive. In The Specification Of Standards For Equipment, Materials, And Workmanship, Recognized Philippine And International Standards Should Be Used As Much As Possible. Where Other Particular Standards Are Used, Whether National Standards Or Other Standards, The Specifications Should State That Equipment, Materials, And Workmanship That Meet Other Authoritative Standards, And Which Ensure At Least A Substantially Equal Quality Than The Standards Mentioned, Will Also Be Acceptable. The Following Clause May Be Inserted In The Special Conditions Of Contract Or The Technical Specifications. Sample Clause: Equivalency Of Standards And Codes Wherever Reference Is Made In The Technical Specifications To Specific Standards And Codes To Be Met By The Goods And Materials To Be Furnished Or Tested, The Provisions Of The Latest Edition Or Revision Of The Relevant Standards And Codes Shall Apply, Unless Otherwise Expressly Stated In The Contract. Where Such Standards And Codes Are National Or Relate To A Particular Country Or Region, Other Authoritative Standards That Ensure Substantial Equivalence To The Standards And Codes Specified Will Be Acceptable. Reference To Brand Name And Catalogue Number Should Be Avoided As Far As Possible; Where Unavoidable They Should Always Be Followed By The Words “or At Least Equivalent.” References To Brand Names Cannot Be Used When The Funding Source Is The Gop. Where Appropriate, Drawings, Including Site Plans As Required, May Be Furnished By The Procuring Entity With The Bidding Documents. Similarly, The Supplier May Be Requested To Provide Drawings Or Samples Either With Its Bid Or For Prior Review By The Procuring Entity During Contract Execution. Bidders Are Also Required, As Part Of The Technical Specifications, To Complete Their Statement Of Compliance Demonstrating How The Items Comply With The Specification. Technical Specifications Item Specification Statement Of Compliance [bidders Must State Here Either “comply” Or “not Comply” Against Each Of The Individual Parameters Of Each Specification Stating The Corresponding Performance Parameter Of The Equipment Offered. Statements Of “comply” Or “not Comply” Must Be Supported By Evidence In A Bidders Bid And Cross-referenced To That Evidence. Evidence Shall Be In The Form Of Manufacturer’s Un-amended Sales Literature, Unconditional Statements Of Specification And Compliance Issued By The Manufacturer, Samples, Independent Test Data Etc., As Appropriate. A Statement That Is Not Supported By Evidence Or Is Subsequently Found To Be Contradicted By The Evidence Presented Will Render The Bid Under Evaluation Liable For Rejection. A Statement Either In The Bidder's Statement Of Compliance Or The Supporting Evidence That Is Found To Be False Either During Bid Evaluation, Post-qualification Or The Execution Of The Contract May Be Regarded As Fraudulent And Render The Bidder Or Supplier Liable For Prosecution Subject To The Applicable Laws And Issuances.] 1 Biological Binocular Microscope Viewing Head: 5" - 7" Lcd Nosepiece: Ball Beating Quadruple Nosepiece Eyepiece: Wide Field Plane-scope Eyepiece Wf10x18mm Objective: Achromatic 4x, 40x, 40x(s), 100x(s Oil) Plan Achromatic 4x, 40x, 40x (s), 100x (s, Oil) Stage: Double Layer Mechanical Stage Condenser: Abbe Na1.25 Condenser With Iris Diaphragm & Filter, Rack & Piiion Adjustment. Illumination: Built-in Illumination, Halogen Lamp, 6v/20w, Power Supply: 90-230v/3w Led 2 Microscope Image Sensor: ½.5” Color 5 Megapixel Cmos Effective Pixel: 2048x1536 Pixel Size 2.2x2.2um Lcd Screen Size: 9.7” 1024x768 Ips Lcd Frame Rate: 15 Definition: Full Hd White Blance” Auto And Manuual Operating System: Android 4.2.2 Or Higher Brightness Control: Auto And Manual Color: Rgb Supports: Edge Enhancement, Film And Video, Measurement, Digital Denoiser Sd Card Interface: 32g Sd 2.0, Standard Size, Non Visual Design, Maximum 32g Interface: Standard Hdmi Output Lens: C Usb Interface: Usb2.0 3 Spectrophotometer Measurement Range: -0.3-3.0a, 0-200%t Wavelength Range: 320-1100nm Optical System: Single Beam Light Source: Tungsten Lamp Spectral Bandwidth: 2.0nm Wavelength Accuracy: ±0.5nm Output: Usb Port & Parallel Port (printer) Power: 110/220vac, 50/60hz,120w 4 Colorimeter Display: Lcd Auto Power Off: Yes Memory: 4000 Points Interface: Usb Cable Length: 1 M Power Source: Lithium Rechargeable Batteries Manufacturer Warranty Length: 2 Yr Number Of Tests: 25 Testing Parameter: Chlorine Green Environmental Attribute: Product Is Rechargeable Condensed Mfg Number: 1910 5 Fume Hood External Size: (w×d×h): 1000 × 800 × 2515mm Internal Size: (w×d×h): 790 × 600 × 870mm Work Surface Height: 900mm (35.4'') Max Opening: 750mm (29.5'') Air Velocity: 0.3~0.8m/s System Exhaust Volume: 570 M³/h Noise: ≤68db Exhaust Duct: Pvc, Standard Length; 4.3 Meters, Ø300mm Pipe Strap: 2 Pcs Led Lamp: 20w × 1 Blower: Built-in Pp Centrifugal Blower Front Window: Manual, 5mm Toughened Glass, Height Adjustable Power Supply: 220v±10%, 60/50hz; 110v±10%, 60hz 6 Moisture Analyzer Maximum Measurement: 80 % Rh Best Accuracy: 1.5 % Display Type: Graphic Display - Backlit Power Source: Mains Backlit Lcd Display, Digit Height 14 Mm Drying Process Active Active Heating Profile Active Switch-off Criteria Previous Drying Time Current Temperature Unit Of The Shown Result, E.g. Moisture (%) Interim Result In Moisture-% Halogen Quartz Glass Heater 400 W Observation Window Above The Sample, Useful During Initial Setting Internal Memory For Automatic Sequence Of 15 Complete Drying Processes And 5 Drying Processes Carried Out. The Last Value Measured Remains On The Display Until It Is Replaced By A New Measurement. 50 Sample Plates Included 7 Lab Oven Capacity: 108l Temp. Range: 50~200℃ Temp. Precision: 0.1℃ Temp. Fluctuation: ±1℃ Ambient Temp.: 5~40℃ Timing Range: 1~9999min Shelves No.: 2 Pcs Power Consumption: 1600w Power Supply: 220v±10%,50/60hz Internal Size(w*d*h) Mm: 550*360*550 External Size(w*d*h) Mm: 830*610*720 Packing Size(w*d*h) Mm: 960*720*900 Features: -external Material: Cold-rolled Steel With Anti-bacteria Powder Coating. -stainless Steel Inner Chamber, Round Angle Structure, Adjustable Shelves. -pid Control With Led Display -double-layer Glass Observation Window, Adjustable Airtight Buckle Lock. -over-temperature Protection. 8 High Pressure Liquid Chromatography High Pressure Liquid Chromatograph (hplc) System Flow Range: 0.001 9.999 Ml/min Delivery Method: Double Piston (main & Auxiliary) Display: 320 Mm. Pump Head: 10m1 Sst/peek Analytical Accuracy: +/- 1% Or +/- 2l/min, Whichever Is Greater + 1% Or + 1l/min, Whichever Is Greater (micro) Flow Rate Settings: 0 0.10 Ml/min., 0.001 Inc. // 0.10 0.90 Ml/min., 0.010 Inc. 1.0 Ml/min., + 0.10 Inc. Precision: 0.25% From 0.1 Ml/min To 10 Ml/min. At 20oc 0.25% From 0.05 Ml/min To 4 Ml/min. At 20oc (micro) Pmax: 0.05 Ml/min To 4 Ml/min. At 20oc (micro) Pmax 9 Rotary Evaporator -2l Rotary Evaporator, Standard :2l Rotary Flask, 1l Collection Bottle, Bath Temperature Range: 0-99℃. Easy To Detach And Clean, Better Sealing Quality -110v / 60hz, North American Plug, Bottle Rotation Speed: 0-120rpm, Can Be Easily Adjusted By The Button On The Control Center. -high Quality Material Made Water Bath, Manual To Lift It Up And Down On Use, Range: 0-150mm -perfect For The Concentration, Crystallization, Drying, Separation And Solvent Recovery Of The Pharmaceutical, Chemical And Biological Pharmaceutical Industries - 1 Year Warranty, The Video Installation And Instruction Can Be Offered To All Customers 10 Astronomical Telescope -optical System: High-quality Refractive Design With An 80mm Caliber For Crisp, Clear Images. -focal Length & Magnification: Generous 900mm Focal Length With Two Eyepieces Offering 45x And 225x Magnification. - Eq2 Equatorial Mount: Precision German Eq2 Mount Supports Smooth Tracking Of Celestial Bodies. -sturdy Stainless-steel Tripod: Ensures Stable And Secure Observations. -included Theskyx Planetary Software: Enhance Your Stargazing With Detailed Sky Maps And Object Location Features. Inclusions: Deluxe 80dx Astronomical Telescope Eq2 Equatorial Mount With Stainless Steel Tripod 20mm And 4mm Eyepieces 3x Barlow Mirror Theskyx Planetary Software Cdrom 1.25 Inch Upright Zenith Mirror Red Dot Star Finder Accessory Disk 11 Visible Spectrophotometer Optical System: Single Beam 1200lines/mm Wave Length Range: - 190~1100nm / 320~1100nm /340~1050nm Spectral Bandwidth: 2mm / 4nm Wavelenght Accuracy: ±0.3nm / ±0.5nm / 1nm Wavelength Repeatability: <=0.1 / <=0.2nm Photometric Accuracy: 0.3%t / 0.5%t Photometric Repeatability: 0.2%t Photometric Range:0-200%t, 0.3 - 3a Stray Light: 0.05%t / 0.1%t / 0.15%t Stability: ±0.0001a / ±0.0002a Baseline Flatness: ±0.002a Noise: ±0.001a Wavelenght Setting: Auto Light Source: Deuterium Lamp / Tungsten Lamp Display: Lcd Detector: Silicon Photodiode Output: Usb Port X1 Power: Ac 220v / 50hz ; Ac 110v/60hz 12 Gas Chromatography Temperature Range (oven) Rt-450°c Temperature Accuracy (oven) ≤±0.1°c Temperature Program (oven) 16-phase Maximum Temperature Heating Rate (oven) 40°c/min Hydrogen Flame Ionization Detector (fid) 13 Trinocular Microscope Image Sensor: ½.5” Color 5 Megapixel Cmos Effective Pixel: 2048x1536 Pixel Size 2.2x2.2um Lcd Screen Size: 9.7” 1024x768 Ips Lcd Frame Rate: 15 Definition: Full Hd White Blance” Auto And Manuual Operating System: Android 4.2.2 Or Higher Brightness Control: Auto And Manual Color: Rgb Supports: Edge Enhancement, Film And Video, Measurement, Digital Denoiser Sd Card Interface: 32g Sd 2.0, Standard Size, Non Visual Design, Maximum 32g Interface: Standard Hdmi Output Lens: C Usb Interface: Usb2.0 14 Air Drying Oven Operational Method: Continuous Material: Stainless Steel Structure: Desktop Capacity: 140l Temp Range: Rt+10~250/300°c Temp. Precision: 0.1°c Temp Fluctuation: ±0.5°c Ambient Temperature: 5~40°c Timing Range: 1~9999min Shelves No.: 2 Power Consumption: 1500w Power: Ac 110v/220v±10% 50/60hz All Items Must Have: At Least 1 Year Warranty After Sales Services Installation / Assembly Training On How To Use And Maintain The Equipment [signature] [in The Capacity Of] Duly Authorized To Sign Bid For And On Behalf Of Section Viii. Checklist Of Technical And Financial Documents Checklist Of Technical And Financial Documents I. Technical Component Envelope Class “a” Documents Legal Documents ⬛ (a) Valid Philgeps Registration Certificate (platinum Membership) (all Pages); Or ⬛ (b) Registration Certificate From Securities And Exchange Commission (sec), Department Of Trade And Industry (dti) For Sole Proprietorship, Or Cooperative Development Authority (cda) For Cooperatives Or Its Equivalent Document, And ⬛ (c) Mayor’s Or Business Permit Issued By The City Or Municipality Where The Principal Place Of Business Of The Prospective Bidder Is Located, Or The Equivalent Document For Exclusive Economic Zones Or Areas; And ⬛ (d) Tax Clearance Per E.o. No. 398, S. 2005, As Finally Reviewed And Approved By The Bureau Of Internal Revenue (bir). Technical Documents ⬛ (f) Statement Of The Prospective Bidder Of All Its Ongoing Government And Private Contracts, Including Contracts Awarded But Not Yet Started, If Any, Whether Similar Or Not Similar In Nature And Complexity To The Contract To Be Bid; And ⬛ (g) Statement Of The Bidder’s Single Largest Completed Contract (slcc) Similar To The Contract To Be Bid, Except Under Conditions Provided For In Sections 23.4.1.3 And 23.4.2.4 Of The 2016 Revised Irr Of Ra No. 9184, Within The Relevant Period As Provided In The Bidding Documents; And ⬛ (h) Original Copy Of Bid Security. If In The Form Of A Surety Bond, Submit Also A Certification Issued By The Insurance Commission; Or Original Copy Of Notarized Bid Securing Declaration; And ⬛ (i) Conformity With The Technical Specifications, Which May Include Production/delivery Schedule, Manpower Requirements, And/or After- Sales/parts, If Applicable; And ⬛ (j) Original Duly Signed Omnibus Sworn Statement (oss); And If Applicable, Original Notarized Secretary’s Certificate In Case Of A Corporation, Partnership, Or Cooperative; Or Original Special Power Of Attorney Of All Members Of The Joint Venture Giving Full Power And Authority To Its Officer To Sign The Oss And Do Acts To Represent The Bidder. Financial Documents ⬛ (k) The Supplier’s Audited Financial Statements, Showing, Among Others, The Supplier’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; And ⬛ (l) The Prospective Bidder’s Computation Of Net Financial Contracting Capacity (nfcc); Or A Committed Line Of Credit From A Universal Or Commercial Bank In Lieu Of Its Nfcc Computation. Class “b” Documents ⬛ (m) If Applicable, A Duly Signed Joint Venture Agreement (jva) In Case The Joint Venture Is Already In Existence; Or Duly Notarized Statements From All The Potential Joint Venture Partners Stating That They Will Enter Into And Abide By The Provisions Of The Jva In The Instance That The Bid Is Successful. Other Documentary Requirements Under Ra No. 9184 (as Applicable) ⬛ (n) [for Foreign Bidders Claiming By Reason Of Their Country’s Extension Of Reciprocal Rights To Filipinos] Certification From The Relevant Government Office Of Their Country Stating That Filipinos Are Allowed To Participate In Government Procurement Activities For The Same Item Or Product. ⬛ (o) Certification From The Dti If The Bidder Claims Preference As A Domestic Bidder Or Domestic Entity. 25 Financial Component Envelope ⬛ (a) Original Of Duly Signed And Accomplished Financial Bid Form; And ⬛ (b) Original Of Duly Signed And Accomplished Price Schedule(s). Bid Form Date: Project Identification No. To: Bulacan Agricultural State College Brgy. Pinaod, San Ildefonso, Bulacan 3010 Gentlemen And/or Ladies: Having Examined The Bidding Documents Including Bid Bulletin Numbers [insert Numbers], The Receipt Of Which Is Hereby Duly Acknowledged, We, The Undersigned, Offer To Supply And Delivery Of 2025-03g: Acquisition Of Equipment And Other Equipment For The Provision Of Higher Education Services (lot 1: General Science Laboratory Equipment) In Conformity With The Said Bidding Documents For The Sum Of (php ) [total Bid Amount In Words And Figures] Or Such Other Sums As May Be Ascertained In Accordance With The Schedule Of Prices Attached Herewith And Made Part Of This Bid. We Undertake, If Our Bid Is Accepted, To Deliver The Goods In Accordance With The Delivery Schedule Specified In The Schedule Of Requirements. If Our Bid Is Accepted, We Undertake To Provide A Performance Security In The Form, Amounts, And Within The Times Specified In The Bidding Documents. We Agree To Abide By This Bid For The Bid Validity Period Specified In The Bidding Documents Provisions And It Shall Remain Binding Upon Us And May Be Accepted At Any Time Before The Expiration Of That Period. Commissions Or Gratuities, If Any, Paid Or To Be Paid By Us To Agents Relating To This Bid, And To Contract Execution If We Are Awarded The Contract, Are Listed Below:3 Name And Address Of Agent Amount And Currency Purpose Of Commission Or Gratuity (if None, State “none”) Until A Formal Contract Is Prepared And Executed, This Bid, Together With Your Written Acceptance Thereof And Your Notice Of Award, Shall Be Binding Upon Us. We Understand That You Are Not Bound To Accept The Lowest Calculated Bid Or Any Bid You May Receive. We Certify/confirm That We Comply With The Eligibility Requirements As Per The Bidding Documents. We Likewise Certify/confirm That The Undersigned, [for Sole Proprietorships, Insert: As The Owner And Sole Proprietor Or Authorized Representative Of Name Of Bidder, Has The Full Power And Authority To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract, On The Latter’s Behalf For The Name Of Project Of The Name Of The Procuring Entity] [for Partnerships, Corporations, Cooperatives, Or Joint Ventures, Insert: Is Granted Full Power And Authority By The Name Of Bidder, To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract On The Latter’s Behalf For Name Of Project Of The Name Of The Procuring Entity]. We Acknowledge That Failure To Sign Each And Every Page Of This Bid Form, Including The Attached Schedule Of Prices, Shall Be A Ground For The Rejection Of Our Bid. Dated This Day Of 2024. [signature] [in The Capacity Of] Duly Authorized To Sign Bid For And On Behalf Of Price Schedule Name Of Bidder . Invitation To Bid Number Page Of . 1 2 3 4 5 6 7 8 9 10 Item Description Country Of Origin Quantity Unit Price Exw Per Item Transportation And Insurance And All Other Costs Incidental To Delivery, Per Item Sales And Other Taxes Payable If Contract Is Awarded, Per Item Cost Of Incidental Services, If Applicable, Per Item Total Price, Per Unit (col 5+6+7+8) Total Price Delivered Final Destination (col 9) X (col 4) 1 Biological Binocular Microscope Viewing Head: 5" - 7" Lcd Nosepiece: Ball Beating Quadruple Nosepiece Eyepiece: Wide Field Plane-scope Eyepiece Wf10x18mm Objective: Achromatic 4x, 40x, 40x(s), 100x(s Oil) Plan Achromatic 4x, 40x, 40x (s), 100x (s, Oil) Stage: Double Layer Mechanical Stage Condenser: Abbe Na1.25 Condenser With Iris Diaphragm & Filter, Rack & Piiion Adjustment. Illumination: Built-in Illumination, Halogen Lamp, 6v/20w, Power Supply: 90-230v/3w Led 2 2 Microscope Image Sensor: ½.5” Color 5 Megapixel Cmos Effective Pixel: 2048x1536 Pixel Size 2.2x2.2um Lcd Screen Size: 9.7” 1024x768 Ips Lcd Frame Rate: 15 Definition: Full Hd White Blance” Auto And Manuual 2 Operating System: Android 4.2.2 Or Higher Brightness Control: Auto And Manual Color: Rgb Supports: Edge Enhancement, Film And Video, Measurement, Digital Denoiser Sd Card Interface: 32g Sd 2.0, Standard Size, Non Visual Design, Maximum 32g Interface: Standard Hdmi Output Lens: C Usb Interface: Usb2.0 3 Spectrophotometer 1 Measurement Range: -0.3-3.0a, 0-200%t Wavelength Range: 320-1100nm Optical System: Single Beam Light Source: Tungsten Lamp Spectral Bandwidth: 2.0nm Wavelength Accuracy: ±0.5nm Output: Usb Port & Parallel Port (printer) Power: 110/220vac, 50/60hz,120w 4 Colorimeter 2 Display: Lcd Auto Power Off: Yes Memory: 4000 Points Interface: Usb Cable Length: 1 M Power Source: Lithium Rechargeable Batteries Manufacturer Warranty Length: 2 Yr Number Of Tests: 25 Testing Parameter: Chlorine Green Environmental Attribute: Product Is Rechargeable Condensed Mfg Number: 1910 5 Fume Hood Le 1 External Size: (w×d×h): 1000 × 800 × 2515mm Internal Size: (w×d×h): 790 × 600 × 870mm Work Surface Height: 900mm (35.4'') Max Opening: 750mm (29.5'') Air Velocity: 0.3~0.8m/s System Exhaust Volume: 570 M³/h Noise: ≤68db Exhaust Duct: Pvc, Standard Length; 4.3 Meters, Ø300mm Pipe Strap: 2 Pcs Led Lamp: 20w × 1 Blower: Built-in Pp Centrifugal Blower Front Window: Manual, 5mm Toughened Glass, Height Adjustab Power Supply: 220v±10%, 60/50hz; 110v±10%, 60hz 6 Moisture Analyzer 2 Maximum Measurement: 80 % Rh Best Accuracy: 1.5 % Display Type: Graphic Display - Backlit Power Source: Mains Backlit Lcd Display, Digit Height 14 Mm Drying Process Active Active Heating Profile Active Switch-off Criteria Previous Drying Time Current Temperature Unit Of The Shown Result, E.g. Moisture (%) Interim Result In Moisture-% Halogen Quartz Glass Heater 400 W Observation Window Above The Sample, Useful During Initial Sett Ing G Ced Internal Memory For Automatic Sequence Of 15 Complete Dryin Processes And 5 Drying Processes Carried Out. The Last Value Measured Remains On The Display Until It Is Repla By A New Measurement. 50 Sample Plates Included 7 Lab Oven Coating. Le Shelves. Ckle Lock. 1 Capacity: 108l Temp. Range: 50~200℃ Temp. Precision: 0.1℃ Temp. Fluctuation: ±1℃ Ambient Temp.: 5~40℃ Timing Range: 1~9999min Shelves No.: 2 Pcs Power Consumption: 1600w Power Supply: 220v±10%,50/60hz Internal Size(w*d*h) Mm: 550*360*550 External Size(w*d*h) Mm: 830*610*720 Packing Size(w*d*h) Mm: 960*720*900 Features: -external Material: Cold-rolled Steel With Anti-bacteria Powder -stainless Steel Inner Chamber, Round Angle Structure, Adjustab -pid Control With Led Display -double-layer Glass Observation Window, Adjustable Airtight Bu -over-temperature Protection. 8 High Pressure Liquid Chromatography 1 High Pressure Liquid Chromatograph (hplc) System Flow Range: 0.001 9.999 Ml/min Delivery Method: Double Piston (main & Auxiliary) L/min, Min., From Display: 320 Mm. Pump Head: 10m1 Sst/peek Analytical Accuracy: +/- 1% Or +/- 2l/min, Whichever Is Greater + 1% Or + 1 Whichever Is Greater (micro) Flow Rate Settings: 0 0.10 Ml/min., 0.001 Inc. // 0.10 0.90 Ml/ 0.010 Inc. 1.0 Ml/min., + 0.10 Inc. Precision: 0.25% From 0.1 Ml/min To 10 Ml/min. At 20oc 0.25% 0.05 Ml/min To 4 Ml/min. At 20oc (micro) Pmax: 0.05 Ml/min To 4 Ml/min. At 20oc (micro) Pmax 9 Rotary Evaporator Bottle, Bath Sealing 20rpm, Can And Down Tion And Cal Offered 2 -2l Rotary Evaporator, Standard :2l Rotary Flask, 1l Collection Temperature Range: 0-99℃. Easy To Detach And Clean, Better Quality -110v / 60hz, North American Plug, Bottle Rotation Speed: 0-1 Be Easily Adjusted By The Button On The Control Center. -high Quality Material Made Water Bath, Manual To Lift It Up On Use, Range: 0-150mm -perfect For The Concentration, Crystallization, Drying, Separa Solvent Recovery Of The Pharmaceutical, Chemical And Biologi Pharmaceutical Industries - 1 Year Warranty, The Video Installation And Instruction Can Be To All Customers 10 Astronomical Telescope With 2 -optical System: High-quality Refractive Design With An 80mm Caliber For Crisp, Clear Images. -focal Length & Magnification: Generous 900mm Focal Length Two Eyepieces Offering 45x And 225x Magnification. - Eq2 Equatorial Mount: Precision German Eq2 Mount Suppor Ts Rvations. G With Smooth Tracking Of Celestial Bodies. -sturdy Stainless-steel Tripod: Ensures Stable And Secure Obse -included Theskyx Planetary Software: Enhance Your Stargazin Detailed Sky Maps And Object Location Features. Inclusions: Deluxe 80dx Astronomical Telescope Eq2 Equatorial Mount With Stainless Steel Tripod 20mm And 4mm Eyepieces 3x Barlow Mirror Theskyx Planetary Software Cdrom 1.25 Inch Upright Zenith Mirror Red Dot Star Finder Accessory Disk 11 Visible Spectrophotometer Nm 2 Optical System: Single Beam 1200lines/mm Wave Length Range: - 190~1100nm / 320~1100nm /340~1050 Spectral Bandwidth: 2mm / 4nm Wavelenght Accuracy: ±0.3nm / ±0.5nm / 1nm Wavelength Repeatability: <=0.1 / <=0.2nm Photometric Accuracy: 0.3%t / 0.5%t Photometric Repeatability: 0.2%t Photometric Range:0-200%t, 0.3 - 3a Stray Light: 0.05%t / 0.1%t / 0.15%t Stability: ±0.0001a / ±0.0002a Baseline Flatness: ±0.002a Noise: ±0.001a Wavelenght Setting: Auto Light Source: Deuterium Lamp / Tungsten Lamp Display: Lcd Detector: Silicon Photodiode Output: Usb Port X1 Power: Ac 220v / 50hz ; Ac 110v/60hz Optional Accessory: Sample Injection System, Tcd, Ecd, Fpd An D Npd Detector, Chromatographic Column Package Size (wdh): 820670600mm Gross Weight: 71kg 12 Gas Chromatography Temperature Range (oven) Rt-450°c Temperature Accuracy (oven) ≤±0.1°c Temperature Program (oven) 16-phase Maximum Temperature Heating Rate (oven) 40°c/min Hydrogen Flame Ionization Detector (fid) 13 Trinocular Microscope 2 Image Sensor: ½.5” Color 5 Megapixel Cmos Effective Pixel: 2048x1536 Pixel Size 2.2x2.2um Lcd Screen Size: 9.7” 1024x768 Ips Lcd Frame Rate: 15 Definition: Full Hd White Blance” Auto And Manuual Operating System: Android 4.2.2 Or Higher Brightness Control: Auto And Manual Color: Rgb Supports: Edge Enhancement, Film And Video, Measurement, Digital Denoiser Sd Card Interface: 32g Sd 2.0, Standard Size, Non Visual Design, Maximum 32g Interface: Standard Hdmi Output Lens: C Usb Interface: Usb2.0 14 Air Drying Oven 2 Operational Method: Continuous Material: Stainless Steel Structure: Desktop Capacity: 140l Temp Range: Rt+10~250/300°c Temp. Precision: 0.1°c Temp Fluctuation: ±0.5°c Ambient Temperature: 5~40°c Timing Range: 1~9999min Shelves No.: 2 Power Consumption: 1500w Power: Ac 110v/220v±10% 50/60hz All Items Must Have: At Least 1 Year Warranty After Sales Services Installation / Assembly Training On How To Use And Maintain The Equipment Grand Total (in Words) (in Figures) [signature] [in The Capacity Of] Duly Authorized To Sign Bid For And On Behalf Of [bidder’s Letterhead] Name Of The Procuring Entity : Bulacan Agricultural State College Project: 2025-03g: Acquisition Of Equipment And Other Equipment For The Provision Of Higher Education Services (lot 1: General Science Laboratory Equipment) Location Of The Project : San Ildefonso, Bulacan List Of All Ongoing Government & Private Contracts Including Contracts Awarded But Not Yet Started Business Name : Business Address : Name Of Contract/project Cost A. Owner’s Name B. Address C. Telephone Nos. Nature Of Work Bidder’s Role A. Date Awarded B. Date Started C. Date Of Completion % Of Accomplishment Value Of Outstandingworks / Undeliveredportion Description % Planned Actual Government Private Note: This Statement Shall Be Supported With: Total Cost 1 Notice Of Award (for Government Projects) 2 Notice To Proceed (for Government Projects) 3 Contract Submitted By : (printed Name & Signature) Designation : Date : [bidder’s Letterhead] Name Of The Procuring Entity : Bulacan Agricultural State College Project: 2025-03g: Acquisition Of Equipment And Other Equipment For The Provision Of Higher Education Services (lot 1: General Science Laboratory Equipment) Location Of The Project : San Ildefonso, Bulacan Statement Of Single Largest Completed Contracts (slcc) In The Last Five (5) Years Business Name : Business Address : Name Of Contract A. Owner Name B. Address C. Telephone Nos. Nature Of Work Contractor’s Role A. Amount At Award B. Amount At Completion C. Duration A. Date Awarded B. Contract Effectivity C. Date Completed Description % Government Private Attached Herewith Are The Following Documents: Contract Agreement, Notice Of Award, Notice To Proceed, Official Receipt/invoice, Certificate Of Final Inspection, Certificate Of Good Performance And Certificate Of Acceptance, As Evidences In Support Of The Foregoing Information. Submitted By : (printed Name & Signature) Designation : Contract Agreement Form This Agreement Made The Day Of 20 Between [name Of Procuring Entity] Of The Philippines (hereinafter Called “the Entity”) Of The One Part And [name Of Supplier] Of [city And Country Of Supplier] (hereinafter Called “the Supplier”) Of The Other Part: Whereas The Entity Invited Bids For Certain Goods And Ancillary Services, Viz., [brief Description Of Goods And Services] And Has Accepted A Bid By The Supplier For The Supply Of Those Goods And Services In The Sum Of [contract Price In Words And Figures] (hereinafter Called “the Contract Price”). Now This Agreement Witnesseth As Follows: 1. In This Agreement Words And Expressions Shall Have The Same Meanings As Are Respectively Assigned To Them In The Conditions Of Contract Referred To. 2. The Following Documents Shall Be Deemed To Form And Be Read And Construed As Part Of This Agreement, Viz.: (a) The Supplier’s Bid, Including The Technical And Financial Proposals, And All Other Documents/statements Submitted (e.g. Bidder’s Response To Clarifications On The Bid), Including Corrections To The Bid Resulting From The Procuring Entity’s Bid Evaluation; (b) The Schedule Of Requirements; (c) The Technical Specifications; (d) The General Conditions Of Contract; (e) The Special Conditions Of Contract; (f) The Performance Security; And (g) The Entity’s Notice Of Award. 3. In Consideration Of The Payments To Be Made By The Entity To The Supplier As Hereinafter Mentioned, The Supplier Hereby Covenants With The Entity To Provide The Goods And Services And To Remedy Defects Therein In Conformity In All Respects With The Provisions Of The Contract 4. The Entity Hereby Covenants To Pay The Supplier In Consideration Of The Provision Of The Goods And Services And The Remedying Of Defects Therein, The Contract Price Or Such Other Sum As May Become Payable Under The Provisions Of The Contract At The Time And In The Manner Prescribed By The Contract. In Witness Whereof The Parties Hereto Have Caused This Agreement To Be Executed In Accordance With The Laws Of The Republic Of The Philippines On The Day And Year First Above Written. Signed, Sealed, Delivered By The (for The Entity) Signed, Sealed, Delivered By The (for The Supplier) 55 Omnibus Sworn Statement Republic Of The Philippines ) City/municipality Of ) S.s. A F F I D A V I T I, [name Of Affiant], Of Legal Age, [civil Status], [nationality], And Residing At [address Of Affiant], After Having Been Duly Sworn In Accordance With Law, Do Hereby Depose And State That: 1. Select One, Delete The Other: If A Sole Proprietorship: I Am The Sole Proprietor Or Authorized Representative Of [name Of Bidder] With Office Address At [address Of Bidder]; If A Partnership, Corporation, Cooperative, Or Joint Venture: I Am The Duly Authorized And Designated Representative Of [name Of Bidder] With Office Address At [address Of Bidder]; 2. Select One, Delete The Other: If A Sole Proprietorship: As The Owner And Sole Proprietor, Or Authorized Representative Of [name Of Bidder], I Have Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract For [name Of The Project] Of The [name Of The Procuring Entity], As Shown In The Attached Duly Notarized Special Power Of Attorney; If A Partnership, Corporation, Cooperative, Or Joint Venture: I Am Granted Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract For [name Of The Project] Of The [name Of The Procuring Entity], As Shown In The Attached [state Title Of Attached Document Showing Proof Of Authorization (e.g., Duly Notarized Secretary’s Certificate, Board/partnership Resolution, Or Special Power Of Attorney, Whichever Is Applicable;)]; 3. [name Of Bidder] Is Not “blacklisted” Or Barred From Bidding By The Government Of The Philippines Or Any Of Its Agencies, Offices, Corporations, Or Local Government Units, Foreign Government/foreign Or International Financing Institution Whose Blacklisting Rules Have Been Recognized By The Government Procurement Policy Board; 4. Each Of The Documents Submitted In Satisfaction Of The Bidding Requirements Is An Authentic Copy Of The Original, Complete, And All Statements And Information Provided Therein Are True And Correct; 5. [name Of Bidder] Is Authorizing The Head Of The Procuring Entity Or Its Duly Authorized Representative(s) To Verify All The Documents Submitted; 6. Select One, Delete The Rest: If A Sole Proprietorship: The Owner Or Sole Proprietor Is Not Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; If A Partnership Or Cooperative: None Of The Officers And Members Of [name Of Bidder] Is Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; If A Corporation Or Joint Venture: None Of The Officers, Directors, And Controlling Stockholders Of [name Of Bidder] Is Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee 56 (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; 7. [name Of Bidder] Complies With Existing Labor Laws And Standards; And 8. [name Of Bidder] Is Aware Of And Has Undertaken The Following Responsibilities As A Bidder: A) Carefully Examine All Of The Bidding Documents; B) Acknowledge All Conditions, Local Or Otherwise, Affecting The Implementation Of The Contract; C) Made An Estimate Of The Facilities Available And Needed For The Contract To Be Bid, If Any; And D) Inquire Or Secure Supplemental/bid Bulletin(s) Issued For The [name Of The Project]. 9. [name Of Bidder] Did Not Give Or Pay Directly Or Indirectly, Any Commission, Amount, Fee, Or Any Form Of Consideration, Pecuniary Or Otherwise, To Any Person Or Official, Personnel Or Representative Of The Government In Relation To Any Procurement Project Or Activity. In Witness Whereof, I Have Hereunto Set My Hand This Day Of , 20 At , Philippines. Bidder’s Representative/authorized Signatory Subscribed And Sworn To Before Me This Day Of [month] [year] At [place Of Execution], Philippines. Affiant/s Is/are Personally Known To Me And Was/were Identified By Me Through Competent Evidence Of Identity As Defined In The 2004 Rules On Notarial Practice (a.m. No. 02-8-13-sc). Affiant/s Exhibited To Me His/her [insert Type Of Government Identification Card Used], With His/her Photograph And Signature Appearing Thereon, With No. And His/her Community Tax Certificate No. Issued On At . Witness My Hand And Seal This Day Of [month] [year]. Name Of Notary Public Serial No. Of Commission Notary Public For Until Roll Of Attorneys No. Ptr No. [date Issued], [place Issued] Ibp No. [date Issued], [place Issued] Doc. No. Page No. Book No. Series Of * This Form Will Not Apply For Wb Funded Projec 57 Bid Securing Declaration Form Republic Of The Philippines) City Of ) S.s. X X Bid Securing Declaration Invitation To Bid: [insert Reference Number] To: [insert Name And Address Of The Procuring Entity] I/we4, The Undersigned, Declare That: 1. I/we Understand That, According To Your Conditions, Bids Must Be Supported By A Bid Security, Which May Be In The Form Of A Bid-securing Declaration. 2. I/we Accept That: (a) I/we Will Be Automatically Disqualified From Bidding For Any Contract With Any Procuring Entity For A Period Of Two (2) Years Upon Receipt Of Your Blacklisting Order; And, (b) I/we Will Pay The Applicable Fine Provided Under Section 6 Of The Guidelines On The Use Of Bid Securing Declaration, Within Fifteen (15) Days From Receipt Of The Written Demand By The Procuring Entity For The Commission Of Acts Resulting To The Enforcement Of The Bid Securing Declaration Under Sections 23.1(b), 34.2, 40.1 And 69.1, Except 69.1(f), Of The Irr Of Ra 9184; Without Prejudice To Other Legal Action The Government May Undertake. 3. I/we Understand That This Bid Securing Declaration Shall Cease To Be Valid On The Following Circumstances: (a) Upon Expiration Of The Bid Validity Period, Or Any Extension Thereof Pursuant To Your Request; (b) I Am/we Are Declared Ineligible Or Post-disqualified Upon Receipt Of Your Notice To Such Effect, And (i) I/we Failed To Timely File A Request For Reconsideration Or (ii) I/we Filed A Waiver To Avail Of Said Right; (c) I Am/we Are Declared The Bidder With The Lowest Calculated Responsive Bid, And I/we Have Furnished The Performance Security And Signed The Contract. In Witness Whereof, I/we Have Hereunto Set My/our Hand/s This Day Of [month] [year] At [place Of Execution]. [insert Name Of Bidder’s Authorized Representative] [insert Signatory’s Legal Capacity] Affiant 58 Financial Documents For Eligibility Check Year 20 1 Total Assets 2 Current Assets 3 Total Liabilities 4 Current Liabilities 5 Net Worth (1-3) 6 Net Working Capital (2-4) The Net Financial Contracting Capacity (nfcc) Based On The Above Data Is Computed As Follows: Nfcc = [(current Assets – Current Liabilities) (15)] Minus Value Of All Outstanding Or Uncompleted Portions Of The Projects Under Ongoing Contracts Including Awarded Contracts Yet To Be Started Coinciding With The Contract To Be Bid. The Values Of The Domestic Bidder’s Current Assets And Current Liabilities Shall Be Based On The Latest Audited Financial Statements Submitted To The Bir. Nfcc = Php Submitted By: Name Of Bidder Signature Of Authorized Representative Over Printed Name Date:
Closing Date6 May 2025
Tender AmountPHP 4.7 Million (USD 84.7 K)

METRO SAN FERNANDO WATER DISTRICT LA UNION Tender

Civil And Construction...+1Water Storage And Supply
Philippines
Details: Description Republic Of The Philippines Metro San Fernando Water District (l.u.) Contract Monitoring Office City Of San Fernando, La Union Philippine Bidding Documents Procurement Of Goods Negotiated Procurement Under Emergency Cases For The Supply, Delivery And Installation Of (a) Electro-mechanical Equipment, Materials And Accessories, (b) Discharge Head Assembly, Plumbing Pipelines, Air Ventilation System And Accessories, (c) Well Apron/platform And Bipod/tripod Assembly And (d) Pump Testing Of Water Source Development Projects At Baroro River Basin Sixth Edition July 2020 Preface These Philippine Bidding Documents (pbds) For The Procurement Of Goods Through Competitive Bidding Have Been Prepared By The Government Of The Philippines For Use By Any Branch, Constitutional Commission Or Office, Agency, Department, Bureau, Office, Or Instrumentality Of The Government Of The Philippines, National Government Agencies, Including Government-owned And/or Controlled Corporations, Government Financing Institutions, State Universities And Colleges, And Local Government Unit. The Procedures And Practices Presented In This Document Have Been Developed Through Broad Experience, And Are For Mandatory Use In Projects That Are Financed In Whole Or In Part By The Government Of The Philippines Or Any Foreign Government/foreign Or International Financing Institution In Accordance With The Provisions Of The 2016 Revised Implementing Rules And Regulations Of Republic Act No. 9184. The Bidding Documents Shall Clearly And Adequately Define, Among Others: (i) The Objectives, Scope, And Expected Outputs And/or Results Of The Proposed Contract Or Framework Agreement, As The Case May Be; (ii) The Eligibility Requirements Of Bidders; (iii) The Expected Contract Or Framework Agreement Duration, The Estimated Quantity In The Case Of Procurement Of Goods, Delivery Schedule And/or Time Frame; And (iv) The Obligations, Duties, And/or Functions Of The Winning Bidder. Care Should Be Taken To Check The Relevance Of The Provisions Of The Pbds Against The Requirements Of The Specific Goods To Be Procured. If Duplication Of A Subject Is Inevitable In Other Sections Of The Document Prepared By The Procuring Entity, Care Must Be Exercised To Avoid Contradictions Between Clauses Dealing With The Same Matter. Moreover, Each Section Is Prepared With Notes Intended Only As Information For The Procuring Entity Or The Person Drafting The Bidding Documents. They Shall Not Be Included In The Final Documents. The Following General Directions Should Be Observed When Using The Documents: A. All The Documents Listed In The Table Of Contents Are Normally Required For The Procurement Of Goods. However, They Should Be Adapted As Necessary To The Circumstances Of The Particular Procurement Project. B. Specific Details, Such As The “name Of The Procuring Entity” And “address For Bid Submission,” Should Be Furnished In The Instructions To Bidders, Bid Data Sheet, And Special Conditions Of Contract. The Final Documents Should Contain Neither Blank Spaces Nor Options. C. This Preface And The Footnotes Or Notes In Italics Included In The Invitation To Bid, Bid Data Sheet, General Conditions Of Contract, Special Conditions Of Contract, Schedule Of Requirements, And Specifications Are Not Part Of The Text Of The Final Document, Although They Contain Instructions That The Procuring Entity Should Strictly Follow. D. The Cover Should Be Modified As Required To Identify The Bidding Documents As To The Procurement Project, Project Identification Number, And Procuring Entity, In Addition To The Date Of Issue. E. Modifications For Specific Procurement Project Details Should Be Provided In The Special Conditions Of Contract As Amendments To The Conditions Of Contract. For Easy Completion, Whenever Reference Has To Be Made To Specific Clauses In The Bid Data Sheet Or Special Conditions Of Contract, These Terms Shall Be Printed In Bold Typeface On Sections I (instructions To Bidders) And Iii (general Conditions Of Contract), Respectively. F. For Guidelines On The Use Of Bidding Forms And The Procurement Of Foreign-assisted Projects, These Will Be Covered By A Separate Issuance Of The Government Procurement Policy Board. Table Of Contents Glossary Of Acronyms, Terms, And Abbreviations ………………………….4 Section I. Invitation To Bid……………………………………………………..7 Section Ii. Instructions To Bidders…………………………………………...11 1. Scope Of Bid ………………………………………………………………………. 12 2. Funding Information………………………………………………………………. 12 3. Bidding Requirements ……………………………………………………………. 12 4. Corrupt, Fraudulent, Collusive, And Coercive Practices………………………….. 12 5. Eligible Bidders…………………………………………………………………… 12 6. Origin Of Goods ………………………………………………………………….. 13 7. Subcontracts ……………………………………………………………………… 13 8. Pre-bid Conference ………………………………………………………………. 13 9. Clarification And Amendment Of Bidding Documents …………………………… 13 10. Documents Comprising The Bid: Eligibility And Technical Components …………. 13 11. Documents Comprising The Bid: Financial Component …………………………... 14 12. Bid Prices …………………………………………………………………………. 14 13. Bid And Payment Currencies ……………………………………………………… 15 14. Bid Security ………………………………………………………………………. 15 15. Sealing And Marking Of Bids ……………………………………………………… 15 16. Deadline For Submission Of Bids …………………………………………………. 15 17. Opening And Preliminary Examination Of Bids ………………………………….. 16 18. Domestic Preference ……………………………………………………………… 16 19. Detailed Evaluation And Comparison Of Bids ……………………………………. 16 20. Post-qualification ………………………………………………………………… 17 21. Signing Of The Contract …………………………………………………………… 17 Section Iii. Bid Data Sheet …………………………………………………..18 Section Iv. General Conditions Of Contract ……………………...………..21 1. Scope Of Contract ………………………………………………………………… 22 2. Advance Payment And Terms Of Payment ……………………………………….. 22 3. Performance Security ……………………………………………………………. 22 4. Inspection And Tests ……………………………………………………………… 22 5. Warranty …………………………………………………………………………. 22 6. Liability Of The Supplier ………………………………………………………….. 23 Section V. Special Conditions Of Contract ………………………………….24 Section Vi. Schedule Of Requirements ……………………………………....29 Section Vii. Technical Specifications …………………………………………32 Section Viii. Checklist Of Technical And Financial Documents …………..36 Glossary Of Acronyms, Terms, And Abbreviations Abc – Approved Budget For The Contract. Bac – Bids And Awards Committee. Bid – A Signed Offer Or Proposal To Undertake A Contract Submitted By A Bidder In Response To And In Consonance With The Requirements Of The Bidding Documents. Also Referred To As Proposal And Tender. (2016 Revised Irr, Section 5[c]) Bidder – Refers To A Contractor, Manufacturer, Supplier, Distributor And/or Consultant Who Submits A Bid In Response To The Requirements Of The Bidding Documents. (2016 Revised Irr, Section 5[d]) Bidding Documents – The Documents Issued By The Procuring Entity As The Bases For Bids, Furnishing All Information Necessary For A Prospective Bidder To Prepare A Bid For The Goods, Infrastructure Projects, And/or Consulting Services Required By The Procuring Entity. (2016 Revised Irr, Section 5[e]) Bir – Bureau Of Internal Revenue. Bsp – Bangko Sentral Ng Pilipinas. Consulting Services – Refer To Services For Infrastructure Projects And Other Types Of Projects Or Activities Of The Gop Requiring Adequate External Technical And Professional Expertise That Are Beyond The Capability And/or Capacity Of The Gop To Undertake Such As, But Not Limited To: (i) Advisory And Review Services; (ii) Pre-investment Or Feasibility Studies; (iii) Design; (iv) Construction Supervision; (v) Management And Related Services; And (vi) Other Technical Services Or Special Studies. (2016 Revised Irr, Section 5[i]) Cda - Cooperative Development Authority. Contract – Refers To The Agreement Entered Into Between The Procuring Entity And The Supplier Or Manufacturer Or Distributor Or Service Provider For Procurement Of Goods And Services; Contractor For Procurement Of Infrastructure Projects; Or Consultant Or Consulting Firm For Procurement Of Consulting Services; As The Case May Be, As Recorded In The Contract Form Signed By The Parties, Including All Attachments And Appendices Thereto And All Documents Incorporated By Reference Therein. Cif – Cost Insurance And Freight. Cip – Carriage And Insurance Paid. Cpi – Consumer Price Index. Ddp – Refers To The Quoted Price Of The Goods, Which Means “delivered Duty Paid.” Dti – Department Of Trade And Industry. Exw – Ex Works. Fca – “free Carrier” Shipping Point. Fob – “free On Board” Shipping Point. Foreign-funded Procurement Or Foreign-assisted Project– Refers To Procurement Whose Funding Source Is From A Foreign Government, Foreign Or International Financing Institution As Specified In The Treaty Or International Or Executive Agreement. (2016 Revised Irr, Section 5[b]). Framework Agreement – Refers To A Written Agreement Between A Procuring Entity And A Supplier Or Service Provider That Identifies The Terms And Conditions, Under Which Specific Purchases, Otherwise Known As “call-offs,” Are Made For The Duration Of The Agreement. It Is In The Nature Of An Option Contract Between The Procuring Entity And The Bidder(s) Granting The Procuring Entity The Option To Either Place An Order For Any Of The Goods Or Services Identified In The Framework Agreement List Or Not Buy At All, Within A Minimum Period Of One (1) Year To A Maximum Period Of Three (3) Years. (gppb Resolution No. 27-2019) Gfi – Government Financial Institution. Gocc – Government-owned And/or –controlled Corporation. Goods – Refer To All Items, Supplies, Materials And General Support Services, Except Consulting Services And Infrastructure Projects, Which May Be Needed In The Transaction Of Public Businesses Or In The Pursuit Of Any Government Undertaking, Project Or Activity, Whether In The Nature Of Equipment, Furniture, Stationery, Materials For Construction, Or Personal Property Of Any Kind, Including Non-personal Or Contractual Services Such As The Repair And Maintenance Of Equipment And Furniture, As Well As Trucking, Hauling, Janitorial, Security, And Related Or Analogous Services, As Well As Procurement Of Materials And Supplies Provided By The Procuring Entity For Such Services. The Term “related” Or “analogous Services” Shall Include, But Is Not Limited To, Lease Or Purchase Of Office Space, Media Advertisements, Health Maintenance Services, And Other Services Essential To The Operation Of The Procuring Entity. (2016 Revised Irr, Section 5[r]) Gop – Government Of The Philippines. Gppb – Government Procurement Policy Board. Incoterms – International Commercial Terms. Infrastructure Projects – Include The Construction, Improvement, Rehabilitation, Demolition, Repair, Restoration Or Maintenance Of Roads And Bridges, Railways, Airports, Seaports, Communication Facilities, Civil Works Components Of Information Technology Projects, Irrigation, Flood Control And Drainage, Water Supply, Sanitation, Sewerage And Solid Waste Management Systems, Shore Protection, Energy/power And Electrification Facilities, National Buildings, School Buildings, Hospital Buildings, And Other Related Construction Projects Of The Government. Also Referred To As Civil Works Or Works. (2016 Revised Irr, Section 5[u]) Lgus – Local Government Units. Nfcc – Net Financial Contracting Capacity. Nga – National Government Agency. Philgeps - Philippine Government Electronic Procurement System. Procurement Project – Refers To A Specific Or Identified Procurement Covering Goods, Infrastructure Project Or Consulting Services. A Procurement Project Shall Be Described, Detailed, And Scheduled In The Project Procurement Management Plan Prepared By The Agency Which Shall Be Consolidated In The Procuring Entity's Annual Procurement Plan. (gppb Circular No. 06-2019 Dated 17 July 2019) Psa – Philippine Statistics Authority. Sec – Securities And Exchange Commission. Slcc – Single Largest Completed Contract. Supplier – Refers To A Citizen, Or Any Corporate Body Or Commercial Company Duly Organized And Registered Under The Laws Where It Is Established, Habitually Established In Business And Engaged In The Manufacture Or Sale Of The Merchandise Or Performance Of The General Services Covered By His Bid. (item 3.8 Of Gppb Resolution No. 13-2019, Dated 23 May 2019). Supplier As Used In These Bidding Documents May Likewise Refer To A Distributor, Manufacturer, Contractor, Or Consultant. Un – United Nations. Section I. Invitation To Bid Notes On The Invitation To Bid The Invitation To Bid (ib) Provides Information That Enables Potential Bidders To Decide Whether To Participate In The Procurement At Hand. The Ib Shall Be Posted In Accordance With Section 21.2 Of The 2016 Revised Irr Of Ra No. 9184. Apart From The Essential Items Listed In The Bidding Documents, The Ib Should Also Indicate The Following: A. The Date Of Availability Of The Bidding Documents, Which Shall Be From The Time The Ib Is First Advertised/posted Until The Deadline For The Submission And Receipt Of Bids; B. The Place Where The Bidding Documents May Be Acquired Or The Website Where It May Be Downloaded; C. The Deadline For The Submission And Receipt Of Bids; And D. Any Important Bid Evaluation Criteria (e.g., The Application Of A Margin Of Preference In Bid Evaluation). The Ib Should Be Incorporated In The Bidding Documents. The Information Contained In The Ib Must Conform To The Bidding Documents And In Particular To The Relevant Information In The Bid Data Sheet. Invitation For Negotiated Procurement Under Emergency Cases For The Supply, Delivery And Installation Of (a) Electro-mechanical Equipment, Materials And Accessories, (b) Discharge Head Assembly, Plumbing Pipelines, Air Ventilation System And Accessories, (c) Well Apron/platform And Bipod/tripod Assembly And (d) Pump Testing Of Water Source Development Project At Baroro River Basin In View Of The Board Resolution No. 04-424, Series Of 2025, “resolution Terminating The Joint Venture Agreement (jva) With Primewater Infrastructure Corporation (pwic) And For Metro San Fernando Water District (la Union) To Directly Manage, Control, And Operate The Water Supply System, The Msfwd (l.u.) Bids And Awards Committee (bac) Invite Suppliers To Participate In The Negotiated Procurement Under Emergency Cases For The Foregoing Procurement In Accordance With Section 53.2 Of The Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184, Otherwise Known As The “government Procurement Reform Act” It Is Resolved In The Foregoing Board Resolution That Due To The Exigency Of The Service And In Order To Prevent Disruption Of Essential Operations, It Is Imperative That All Necessary Actions Be Undertaken Immediately And That All Expenses To Be Incurred In Relation To This Matter Are Hereby Deemed As Emergency Expenditures And Shall Be Processed And Defrayed Accordingly. 1. The Metro San Fernando Water District (la Union), Through The Corporate Operating Budget For The Contract Approved By The Governing Board For The Cy 2025 Intends To Apply The Sum Of Six Million One Hundred Seventy Five Thousand Pesos (php6,175,000.00) Being The Abc To Payments Under The Contract For The Negotiated Procurement Under Emergency Cases For The Supply, Delivery And Installation Of (a) Electro-mechanical Equipment, Materials And Accessories, (b) Discharge Head Assembly, Plumbing Pipelines, Air Ventilation System And Accessories, (c) Well Apron/platform And Bipod/tripod Assembly And (d) Pump Testing Of Water Source Development Project At Baroro River Basin. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Metro San Fernando Water District (la Union) Now Invites Bids For The: Item Specifications Approved Budget For The Contract (abc) 1.0 Water Source Development Project At Bauang River Basin (new Ballay Deep Well #9) Php2,845,000.00 1.1 Supply, Delivery And Installation Of Electro-mechanical Equipment, Materials And Accessories; 1.2 Supply, Delivery And Installation Of Discharge Head Assembly, Plumbing Pipelines, Air Ventilation System And Accessories; 1.3 Supply, Delivery And Installation Of Well Apron/platform And Bipod/tripod Assembly. 2.0 Water Source Development Project At Baroro River Basin (new Naguirangan Deep Well #12) Php1,510,000.00 2.1 Supply, Delivery And Installation Of Electro-mechanical Equipment, Materials And Accessories; 2.2 Supply, Delivery And Installation Of Discharge Head Assembly, Plumbing Pipelines, Air Ventilation System And Accessories; 2.3 Supply, Delivery And Installation Of Well Apron/platform And Bipod/tripod Assembly. 3.0 Water Source Development Project At Baroro River Basin (new Naguirangan Deep Well #10) Php1,820,000.00 3.1 Supply, Delivery And Installation Of Electro-mechanical Equipment, Materials And Accessories; 3.2 Supply, Delivery And Installation Of Discharge Head Assembly, Plumbing Pipelines, Air Ventilation System And Accessories; 3.3 Supply, Delivery And Installation Of Well Apron/platform And Bipod/tripod Assembly; 3.4 Performance Of Pump Testing/ Well Testing (labor, Equipment And Fuel). Total: Php6,175,000.00 Delivery Of Goods Is Required Forty-five (45) Days From The Date Of Award. Bidders Should Have Completed, Within Five (5) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii. Instructions To Bidders. 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The Implementing Rules And Regulations (irr) Of Republic Act (ra) 9184, Otherwise Known As The “government Procurement Reform Act”. 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 The Msfwd-bids And Awards Committee (bac) Secretariat Through The Contact Details Given Below During 8:00 A.m. To 5:00 P.m. And Inspect The Bidding Documents As Posted On The Websites Of The Msfwd And The Philippine Government Electronic Procurement System (philgeps). 5. A Complete Set Of Bidding Documents May Be Purchased By Interesed Bidders On May 19, 2025 Until Before The Deadline For Submission Of Bids On June 9, 2025 From The Address Below And Upon Payment Of A Nonrefundable Fee For The Bidding Documents In The Amount Of Seven Thousand Pesos (php7,000.00). Bidding Document Fee For Bidder/s Who Have Bought Bidding Documents For The First Bidding Is Waived Provided The Bidder Shall Attach The Proof Of Payment For The Bidding Document. 6. The Msfwd (la Union) Will Hold A Pre-bid Conference On May 27, 2025 At 10:00 A.m. Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Msfwd-bac Secretariat Through Manual Submission At The Office Address Indicated Below On Or Before June 9, 2025 At 10:00 A.m. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 9. Bid Opening Shall Be On June 9, 2025 At 10:30 A.m. At The Metro San Fernando Water District (l.u.) Administration Building, Quezon Avenue, City Of San Fernando, La Union. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The Metro San Fernando Water District (la Union) 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: Mr. Valdimir A. Vega Bac Secretariat Metro San Fernando Water District (l.u.), 3/f Msfwd Administration Building, Quezon Avenue, City Of San Fernando, 2500, La Union Tel. No. (63 72) 700-3554, Email Address: Cmo.msfwd@gmail.com (sgd.) Engr. Benjamin Q. Galvan, Jr. Chairperson Bids And Awards Committee Section Ii. Instructions To Bidders Notes On The Instructions To Bidders This Section On The Instruction To Bidders (itb) Provides The Information Necessary For Bidders To Prepare Responsive Bids, In Accordance With The Requirements Of The Procuring Entity. It Also Provides Information On Bid Submission, Eligibility Check, Opening And Evaluation Of Bids, Post-qualification, And On The Award Of Contract. 1. Scope Of Bid The Procuring Entity, Metro San Fernando Water District (la Union) Wishes To Receive Bids For The Negotiated Procurement Under Emergency Cases For The Supply, Delivery And Installation Of (a) Electro-mechanical Equipment, Materials And Accessories, (b) Discharge Head Assembly, Plumbing Pipelines, Air Ventilation System And Accessories, (c) Well Apron/platform And Bipod/tripod Assembly And (d) Pump Testing Of Water Source Development Project At Baroro River Basin. 2. Funding Information 2.1. The Gop Through The Source Of Funding As Indicated Below For Cy 2025 In The Amount Of Six Million One Hundred Seventy Five Thousand Pesos (php6,175,000.00). 2.2. The Source Of Funding Is: Gocc The Approved Corporate Operating Budget. 3. Bidding Requirements The Bidding For The Project Shall Be Governed By All The Provisions Of Ra No. 9184 And Its 2016 Revised Irr, Including Its Generic Procurement Manuals And Associated Policies, Rules And Regulations As The Primary Source Thereof, While The Herein Clauses Shall Serve As The Secondary Source Thereof. Any Amendments Made To The Irr And Other Gppb Issuances Shall Be Applicable Only To The Ongoing Posting, Advertisement, Or Ib By The Bac Through The Issuance Of A Supplemental Or Bid Bulletin. The Bidder, By The Act Of Submitting Its Bid, Shall Be Deemed To Have Verified And Accepted The General Requirements Of This Project, Including Other Factors That May Affect The Cost, Duration And Execution Or Implementation Of The Contract, Project, Or Work And Examine All Instructions, Forms, Terms, And Project Requirements In The Bidding Documents. 4. Corrupt, Fraudulent, Collusive, And Coercive Practices The Procuring Entity, As Well As The Bidders And Suppliers, Shall Observe The Highest Standard Of Ethics During The Procurement And Execution Of The Contract. They Or Through An Agent Shall Not Engage In Corrupt, Fraudulent, Collusive, Coercive, And Obstructive Practices Defined Under Annex “i” Of The 2016 Revised Irr Of Ra No. 9184 Or Other Integrity Violations In Competing For The Project. 5. Eligible Bidders 5.1. Only Bids Of Bidders Found To Be Legally, Technically, And Financially Capable Will Be Evaluated. 5.2. Foreign Ownership Limited To Those Allowed Under The Rules May Participate In This Project. 5.3. Pursuant To Section 23.4.1.3 Of The 2016 Revised Irr Of Ra No.9184, The Bidder Shall Have An Slcc That Is At Least One (1) Contract Similar To The Project The Value Of Which, Adjusted To Current Prices Using The Psa’s Cpi, Must Be At Least Equivalent To: A. The Bidder Must Have Completed A Single Contract That Is Similar To This Project, Equivalent To At Least Fifty Percent (50%) Of The Abc Or B. The Bidder Must Have Completed At Least Two (2) Similar Contracts: I. The Aggregate Amount Of Which Should Be Equivalent To At Least Fifty Percent (50%) Of The Abc For This Project; And Ii. The Largest Of These Similar Contracts Must Be Equivalent To At Least Half Of The Percentage Of The Abc As Required Above (i.e., Twenty-five Percent [25]). 5.4. The Bidders Shall Comply With The Eligibility Criteria Under Section 23.4.1 Of The 2016 Irr Of Ra No. 9184. 6. Origin Of Goods There Is No Restriction On The Origin Of Goods Other Than Those Prohibited By A Decision Of The Un Security Council Taken Under Chapter Vii Of The Charter Of The Un, Subject To Domestic Preference Requirements Under Itb Clause 18. 7. Subcontracts The Procuring Entity Has Prescribed That Subcontracting Is Not Allowed. 8. Pre-bid Conference The Procuring Entity Will Hold A Pre-bid Conference For This Project On May 27, 2025 At 10:00 A.m. At Its Physical Address 3/f Msfwd Admin Bldg., Quezon Ave., Sevilla, City Of San Fernando, La Union As Indicated In Paragraph 6 Of The Ib. 9. Clarification And Amendment Of Bidding Documents Prospective Bidders May Request For Clarification On And/or Interpretation Of Any Part Of The Bidding Documents. Such Requests Must Be In Writing And Received By The Procuring Entity, Either At Its Given Address Or Through Electronic Mail Indicated In The Ib, At Least Ten (10) Calendar Days Before The Deadline Set For The Submission And Receipt Of Bids. 10. Documents Comprising The Bid: Eligibility And Technical Components 10.1. The First Envelope Shall Contain The Eligibility And Technical Documents Of The Bid As Specified In Section Viii (checklist Of Technical And Financial Documents). 10.2. The Bidder’s Slcc As Indicated In Itb Clause 5.3 Should Have Been Completed Within Five (5) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. 10.3. If The Eligibility Requirements Or Statements, The Bids, And All Other Documents For Submission To The Bac Are In Foreign Language Other Than English, It Must Be Accompanied By A Translation In English, Which Shall Be Authenticated By The Appropriate Philippine Foreign Service Establishment, Post, Or The Equivalent Office Having Jurisdiction Over The Foreign Bidder’s Affairs In The Philippines. Similar To The Required Authentication Above, For Contracting Parties To The Apostille Convention, Only The Translated Documents Shall Be Authenticated Through An Apostille Pursuant To Gppb Resolution No. 13-2019 Dated 23 May 2019. The English Translation Shall Govern, For Purposes Of Interpretation Of The Bid. 11. Documents Comprising The Bid: Financial Component 11.1. The Second Bid Envelope Shall Contain The Financial Documents For The Bid As Specified In Section Viii (checklist Of Technical And Financial Documents). 11.2. If The Bidder Claims Preference As A Domestic Bidder Or Domestic Entity, A Certification Issued By Dti Shall Be Provided By The Bidder In Accordance With Section 43.1.3 Of The 2016 Revised Irr Of Ra No. 9184. 11.3. Any Bid Exceeding The Abc Indicated In Paragraph 1 Of The Ib Shall Not Be Accepted. 11.4. For Foreign-funded Procurement, A Ceiling May Be Applied To Bid Prices Provided The Conditions Are Met Under Section 31.2 Of The 2016 Revised Irr Of Ra No. 9184. 12. Bid Prices 12.1. Prices Indicated On The Price Schedule Shall Be Entered Separately In The Following Manner: A. For Goods Offered From Within The Procuring Entity’s Country: I. The Price Of The Goods Quoted Exw (ex-works, Ex-factory, Ex-warehouse, Ex-showroom, Or Off-the-shelf, As Applicable); Ii. The Cost Of All Customs Duties And Sales And Other Taxes Already Paid Or Payable; Iii. The Cost Of Transportation, Insurance, And Other Costs Incidental To Delivery Of The Goods To Their Final Destination; And Iv. The Price Of Other (incidental) Services, If Any, Listed In The Bds. B. For Goods Offered From Abroad: I. Unless Otherwise Stated In The Bds, The Price Of The Goods Shall Be Quoted Delivered Duty Paid (ddp) With The Place Of Destination In The Philippines As Specified In The Bds. In Quoting The Price, The Bidder Shall Be Free To Use Transportation Through Carriers Registered In Any Eligible Country. Similarly, The Bidder May Obtain Insurance Services From Any Eligible Source Country. Ii. The Price Of Other (incidental) Services, If Any, As Listed In The Bds. 13. Bid And Payment Currencies 13.1. For Goods That The Bidder Will Supply From Outside The Philippines, The Bid Prices May Be Quoted In The Local Currency Or Tradeable Currency Accepted By The Bsp At The Discretion Of The Bidder. However, For Purposes Of Bid Evaluation, Bids Denominated In Foreign Currencies, Shall Be Converted To Philippine Currency Based On The Exchange Rate As Published In The Bsp Reference Rate Bulletin On The Day Of The Bid Opening. 13.2. Payment Of The Contract Price Shall Be Made In Philippine Pesos. 14. Bid Security 14.1. The Bidder Shall Submit A Bid Securing Declaration Or Any Form Of Bid Security In The Amount Indicated In The Bds, Which Shall Be Not Less Than The Percentage Of The Abc In Accordance With The Schedule In The Bds. 14.2. The Bid And Bid Security Shall Be Valid Until October 7, 2025. Any Bid Not Accompanied By An Acceptable Bid Security Shall Be Rejected By The Procuring Entity As Non-responsive. 15. Sealing And Marking Of Bids Each Bidder Shall Submit One Copy Of The First And Second Components Of Its Bid. The Procuring Entity May Request Additional Hard Copies And/or Electronic Copies Of The Bid. However, Failure Of The Bidders To Comply With The Said Request Shall Not Be A Ground For Disqualification. If The Procuring Entity Allows The Submission Of Bids Through Online Submission Or Any Other Electronic Means, The Bidder Shall Submit An Electronic Copy Of Its Bid, Which Must Be Digitally Signed. An Electronic Copy That Cannot Be Opened Or Is Corrupted Shall Be Considered Non-responsive And, Thus, Automatically Disqualified. 16. Deadline For Submission Of Bids 16.1. The Bidders Shall Submit On The Specified Date And Time And Either At Its Physical Address Or Through Online Submission As Indicated In Paragraph 7 Of The Ib. 17. Opening And Preliminary Examination Of Bids 17.1. The Bac Shall Open The Bids In Public At The Time, On The Date, And At The Place Specified In Paragraph 9 Of The Ib. The Bidders’ Representatives Who Are Present Shall Sign A Register Evidencing Their Attendance. In Case Videoconferencing, Webcasting Or Other Similar Technologies Will Be Used, Attendance Of Participants Shall Likewise Be Recorded By The Bac Secretariat. In Case The Bids Cannot Be Opened As Scheduled Due To Justifiable Reasons, The Rescheduling Requirements Under Section 29 Of The 2016 Revised Irr Of Ra No. 9184 Shall Prevail. 17.2. The Preliminary Examination Of Bids Shall Be Governed By Section 30 Of The 2016 Revised Irr Of Ra No. 9184. 18. Domestic Preference The Procuring Entity Will Grant A Margin Of Preference For The Purpose Of Comparison Of Bids In Accordance With Section 43.1.2 Of The 2016 Revised Irr Of Ra No. 9184. 19. Detailed Evaluation And Comparison Of Bids 19.1. The Procuring Entity’s Bac Shall Immediately Conduct A Detailed Evaluation Of All Bids Rated “passed,” Using Non-discretionary Pass/fail Criteria. The Bac Shall Consider The Conditions In The Evaluation Of Bids Under Section 32.2 Of The 2016 Revised Irr Of Ra No. 9184. 19.2. If The Project Allows Partial Bids, Bidders May Submit A Proposal On Any Of The Lots Or Items, And Evaluation Will Be Undertaken On A Per Lot Or Item Basis, As The Case Maybe. In This Case, The Bid Security As Required By Itb Clause 14 Shall Be Submitted For Each Lot Or Item Separately. 19.3. The Descriptions Of The Lots Or Items Shall Be Indicated In Section Vii (technical Specifications), Although The Abcs Of These Lots Or Items Are Indicated In The Bds For Purposes Of The Nfcc Computation Pursuant To Section 23.4.2.6 Of The 2016 Revised Irr Of Ra No. 9184. The Nfcc Must Be Sufficient For The Total Of The Abcs For All The Lots Or Items Participated In By The Prospective Bidder. 19.4. The Project Shall Be Awarded As One Project Having Several Items That Shall Be Awarded As One Contract. 19.5. Except For Bidders Submitting A Committed Line Of Credit From A Universal Or Commercial Bank In Lieu Of Its Nfcc Computation, All Bids Must Include The Nfcc Computation Pursuant To Section 23.4.1.4 Of The 2016 Revised Irr Of Ra No. 9184, Which Must Be Sufficient For The Total Of The Abcs For All The Lots Or Items Participated In By The Prospective Bidder. For Bidders Submitting The Committed Line Of Credit, It Must Be At Least Equal To Ten Percent (10%) Of The Abcs For All The Lots Or Items Participated In By The Prospective Bidder. 20. Post-qualification Within A Non-extendible Period Of Five (5) Calendar Days From Receipt By The Bidder Of The Notice From The Bac That It Submitted The Lowest Calculated Bid, The Bidder Shall Submit Its Latest Income And Business Tax Returns Filed And Paid Through The Bir Electronic Filing And Payment System (efps) And Other Appropriate Licenses And Permits Required By Law And Stated In The Bds. 21. Signing Of The Contract 21.1. The Documents Required In Section 37.2 Of The 2016 Revised Irr Of Ra No. 9184 Shall Form Part Of The Contract. Additional Contract Documents Are Indicated In The Bds. Section Iii. Bid Data Sheet Notes On The Bid Data Sheet The Bid Data Sheet (bds) Consists Of Provisions That Supplement, Amend, Or Specify In Detail, Information, Or Requirements Included In The Itb Found In Section Ii, Which Are Specific To Each Procurement. This Section Is Intended To Assist The Procuring Entity In Providing The Specific Information In Relation To Corresponding Clauses In The Itb And Has To Be Prepared For Each Specific Procurement. The Procuring Entity Should Specify In The Bds Information And Requirements Specific To The Circumstances Of The Procuring Entity, The Processing Of The Procurement, And The Bid Evaluation Criteria That Will Apply To The Bids. In Preparing The Bds, The Following Aspects Should Be Checked: A. Information That Specifies And Complements Provisions Of The Itb Must Be Incorporated. B. Amendments And/or Supplements, If Any, To Provisions Of The Itb As Necessitated By The Circumstances Of The Specific Procurement, Must Also Be Incorporated. Bid Data Sheet Itb Clause 5.3 For This Purpose, Contracts Similar To The Project Shall Be: A. Refer To The Negotiated Procurement Under Emergency Cases For The Supply, Delivery And Installation Of (a) Electro-mechanical Equipment, Materials And Accessories, (b) Discharge Head Assembly, Plumbing Pipelines, Air Ventilation System And Accessories, (c) Well Apron/platform And Bipod/tripod Assembly And (d) Pump Testing Of Water Source Development Project At Baroro River Basin. B. Completed Within Five (5) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. 7.1 Subcontracting Is Not Allowed. 12 The Price Of The Goods Shall Be Quoted Ddp Delivered To Metro San Fernando Water District (la Union), Quezon Ave., Sevilla, City Of San Fernando, La Union Or The Applicable International Commercial Terms (incoterms) For This Project. 14.1 The Bid Security Shall Be In The Form Of A Bid Securing Declaration, Or Any Of The Following Forms And Amounts: A. The Amount Of Not Less Than P123,500.00, If Bid Security Is In Cash, Cashier’s/manager’s Check, Bank Draft/guarantee Or Irrevocable Letter Of Credit; Or B. The Amount Of Not Less Than P308,750.00, If Bid Security Is In Surety Bond. 19.3 The Computation Of A Prospective Bidder’s Nfcc Must Be At Least Equal To The Abc To Be Bid, Pursuant To Section 23.4.1.4 Of The 2016 Revised Irr Of Ra No. 9184 20.2 The Bidder With The Lowest Calculated Bid Shall Submit All Of The Following Post-qualification Requirements: 1. Photocopy/ies Of Contract/s Or Purchase Order/s Of One Of The Following: I. A Single Contract That Is Similar To The Project And Whose Value Must Be At Least Fifty Percent (50%) Of The Abc To Be Bid; Or Ii. At Least Two (2) Similar Contracts: (a) The Aggregate Amount Of Which Should Be Equivalent To At Least Fifty Percent (50%) Of The Abc; And (b) The Largest Of These Similar Contracts Must Be Equivalent To At Least Half Of The Percentage Of The Abc As Required Above (i.e., Twenty-five Percent [25%]). 2. The Corresponding Proof Of Completion, Which Could Either Be: I. Certificate/s Of Final Acceptance/completion From The Bidder’s Client/s; Or Ii. Official Receipt/s Or Sales Invoice/s Of The Bidder Covering The Full Amount Of The Contract/s. 3. Latest Income And Business Tax Returns, Filed And Paid Through The Electronic Filing And Payment System (efps), Consisting Of The Following: I. 2023 Income Tax Return With Proof Of Payment; And Ii. Vat Returns (2550q) Or Percentage Tax Returns (2551q) With Proof Of Payment Covering The Months From January 2025 To March 2025 21.2 Additional Conditions: * Failure To Submit Any Of The Post-qualification Requirements On Time, Or A Finding Against The Veracity Thereof, Shall Disqualify The Bidder For Award: Provided, That In The Event That A Finding Against The Veracity Of Any Of The Documents Submitted Is Made, It Shall Cause The Forfeiture Of The Bid Security In Accordance With Section 69 Of The 2016 Revised Irr Of Ra No. 9184. ** In Case The Notice For The Submission Of Post-qualification Documents Is Sent Via The Bidder’s Email, It Shall Be Considered As Received By The Bidder On The Date And Time The Email Was Sent, Whether Or Not The Bidder Acknowledged The Said Email. It Shall Be The Bidder’s Responsibility To Check Its/his/her Email For The Purpose. *** In Case Of A Tie And Two (2) Or More Bidders Have Been Post-qualified As Lowest Calculated Responsive Bidders (lcrbs), The Tie-breaking Measure Determined By The Procuring Entity Shall Be Non-discretionary And Nondiscriminatory Such That The Same Is Based On Sheer Luck Or Chance. As A Matter Of Information To The Prospective Bidders, The Msfwd-bac Has Determined To Use The Method Of A “raffle,” Wherein The Names Of The Bidders Involved In The Tie And Declared As Lcrbs Will Be Written In Separate Similar Unmarked Papers, And Will Be Folded And Placed In A Container. Thereafter, A Msfwd-bac Representative Will Draw The Raffle In An Order Wherein The First Drawn Bidder Shall Be Considered As The Winning Lcrb And Awarded The Contract. The Second Drawn Bidder Shall Be The Second Ranked Lcrb, And So On Until All Lcrbs Are Drawn And Ranked. In Case Of The Failure, Refusal Or Inability Of The Winning Lcrb To Submit The Documents Required Under Section 37.1 Of The 2016 Revised Irr Of Ra No. 9184 Or To Enter Into Contract And Post The Required Performance Security, As Provided In Section 40 Of The Same Irr, The Bac Shall Disqualify The Said Lcrb, And Shall Proceed To Award The Contract To The Second Ranked Lcrb. This Procedure Shall Be Repeated Until A Notice To Proceed Has Been Issued.   Section Iv. General Conditions Of Contract Notes On The General Conditions Of Contract The General Conditions Of Contract (gcc) In This Section, Read In Conjunction With The Special Conditions Of Contract In Section V And Other Documents Listed Therein, Should Be A Complete Document Expressing All The Rights And Obligations Of The Parties. Matters Governing Performance Of The Supplier, Payments Under The Contract, Or Matters Affecting The Risks, Rights, And Obligations Of The Parties Under The Contract Are Included In The Gcc And Special Conditions Of Contract. Any Complementary Information, Which May Be Needed, Shall Be Introduced Only Through The Special Conditions Of Contract. 1. Scope Of Contract This Contract Shall Include All Such Items, Although Not Specifically Mentioned, That Can Be Reasonably Inferred As Being Required For Its Completion As If Such Items Were Expressly Mentioned Herein. All The Provisions Of Ra No. 9184 And Its 2016 Revised Irr, Including The Generic Procurement Manual, And Associated Issuances, Constitute The Primary Source For The Terms And Conditions Of The Contract, And Thus, Applicable In Contract Implementation. Herein Clauses Shall Serve As The Secondary Source For The Terms And Conditions Of The Contract. This Is Without Prejudice To Sections 74.1 And 74.2 Of The 2016 Revised Irr Of Ra No. 9184 Allowing The Gppb To Amend The Irr, Which Shall Be Applied To All Procurement Activities, The Advertisement, Posting, Or Invitation Of Which Were Issued After The Effectivity Of The Said Amendment. Additional Requirements For The Completion Of This Contract Shall Be Provided In The Special Conditions Of Contract (scc). 2. Advance Payment And Terms Of Payment No Advance Payment Of The Contract Amount. Payment Shall Be Made Within Thirty (30) Days From Delivery And Acceptance Of The Vehicle. 3. Performance Security Within Ten (10) Calendar Days From Receipt Of The Notice Of Award By The Bidder From The Procuring Entity But In No Case Later Than The Signing Of The Contract By Both Parties, The Successful Bidder Shall Furnish The Performance Security In Any Of The Forms Prescribed In Section 39 Of The 2016 Revised Irr Of Ra No. 9184. 4. Inspection And Tests The Procuring Entity Or Its Representative Shall Have The Right To Inspect And/or To Test The Goods To Confirm Their Conformity To The Project Specifications At No Extra Cost To The Procuring Entity In Accordance With The Generic Procurement Manual. In Addition To Tests In The Scc, Section Vii (technical Specifications) Shall Specify What Inspections And/or Tests The Procuring Entity Requires, And Where They Are To Be Conducted. The Procuring Entity Shall Notify The Supplier In Writing, In A Timely Manner, Of The Identity Of Any Representatives Retained For These Purposes. All Reasonable Facilities And Assistance For The Inspection And Testing Of Goods, Including Access To Drawings And Production Data, Shall Be Provided By The Supplier To The Authorized Inspectors At No Charge To The Procuring Entity. 5. Warranty 5.1 In Order To Assure That Manufacturing Defects Shall Be Corrected By The Supplier, A Warranty Shall Be Required From The Supplier As Provided Under Section 62.1 Of The 2016 Revised Irr Of Ra No. 9184. 5.2 The Procuring Entity Shall Promptly Notify The Supplier In Writing Of Any Claims Arising Under This Warranty. Upon Receipt Of Such Notice, The Supplier Shall, Repair Or Replace The Defective Goods Or Parts Thereof Without Cost To The Procuring Entity, Pursuant To The Generic Procurement Manual. 6. Liability Of The Supplier The Supplier’s Liability Under This Contract Shall Be As Provided By The Laws Of The Republic Of The Philippines. If The Supplier Is A Joint Venture, All Partners To The Joint Venture Shall Be Jointly And Severally Liable To The Procuring Entity. Section V. Special Conditions Of Contract Notes On The Special Conditions Of Contract Similar To The Bds, The Clauses In This Section Are Intended To Assist The Procuring Entity In Providing Contract-specific Information In Relation To Corresponding Clauses In The Gcc Found In Section Iv. The Special Conditions Of Contract (scc) Complement The Gcc, Specifying Contractual Requirements Linked To The Special Circumstances Of The Procuring Entity, The Procuring Entity’s Country, The Sector, And The Goods Purchased. In Preparing This Section, The Following Aspects Should Be Checked: A. Information That Complements Provisions Of The Gcc Must Be Incorporated. B. Amendments And/or Supplements To Provisions Of The Gcc As Necessitated By The Circumstances Of The Specific Purchase, Must Also Be Incorporated. However, No Special Condition Which Defeats Or Negates The General Intent And Purpose Of The Provisions Of The Gcc Should Be Incorporated Herein. Special Conditions Of Contract Gcc Clause 1 Delivery And Documents – For Purposes Of The Contract, “exw,” “fob,” “fca,” “cif,” “cip,” “ddp” And Other Trade Terms Used To Describe The Obligations Of The Parties Shall Have The Meanings Assigned To Them By The Current Edition Of Incoterms Published By The International Chamber Of Commerce, Paris. The Delivery Terms Of This Contract Shall Be As Follows: “the Delivery Terms Applicable To The Contract Are Ddp Delivered To Metro San Fernando Water District (la Union), Quezon Ave., Sevilla, City Of San Fernando, La Union. In Accordance With Incoterms.” Delivery Of The Goods Shall Be Made By The Supplier In Accordance With The Terms Specified In Section Vi (schedule Of Requirements). For Purposes Of This Clause The Procuring Entity’s Representative At The Project Site Is Oic-general Manager. Incidental Services – The Supplier Is Required To Provide All Of The Following Services, Including Additional Services, If Any, Specified In Section Vi. Schedule Of Requirements: A. Performance Or Supervision Of On-site Assembly And/or Start-up Of The Supplied Goods; B. Furnishing Of Tools Required For Assembly And/or Maintenance Of The Supplied Goods; C. Furnishing Of A Detailed Operations And Maintenance Manual For Each Appropriate Unit Of The Supplied Goods; And D. Performance Or Supervision Or Maintenance And/or Repair Of The Supplied Goods, For A Period Of Time Agreed By The Parties, Provided That This Service Shall Not Relieve The Supplier Of Any Warranty Obligations Under This Contract. The Contract Price For The Goods Shall Include The Prices Charged By The Supplier For Incidental Services And Shall Not Exceed The Prevailing Rates Charged To Other Parties By The Supplier For Similar Services. Packaging – The Supplier Shall Provide Such Packaging Of The Goods As Is Required To Prevent Their Damage Or Deterioration During Transit To Their Final Destination, As Indicated In This Contract. The Packaging Shall Be Sufficient To Withstand, Without Limitation, Rough Handling During Transit And Exposure To Extreme Temperatures, Salt And Precipitation During Transit, And Open Storage. Packaging Case Size And Weights Shall Take Into Consideration, Where Appropriate, The Remoteness Of The Goods’ Final Destination And The Absence Of Heavy Handling Facilities At All Points In Transit. The Packaging, Marking, And Documentation Within And Outside The Packages Shall Comply Strictly With Such Special Requirements As Shall Be Expressly Provided For In The Contract, Including Additional Requirements, If Any, Specified Below, And In Any Subsequent Instructions Ordered By The Procuring Entity. The Outer Packaging Must Be Clearly Marked On At Least Four (4) Sides As Follows: Name Of The Procuring Entity Name Of The Supplier Contract Description Final Destination Gross Weight Any Special Lifting Instructions Any Special Handling Instructions Any Relevant Hazchem Classifications A Packaging List Identifying The Contents And Quantities Of The Package Is To Be Placed On An Accessible Point Of The Outer Packaging If Practical. If Not Practical The Packaging List Is To Be Placed Inside The Outer Packaging But Outside The Secondary Packaging. Transportation – Where The Supplier Is Required Under Contract To Deliver The Goods Cif, Cip, Or Ddp, Transport Of The Goods To The Port Of Destination Or Such Other Named Place Of Destination In The Philippines, As Shall Be Specified In This Contract, Shall Be Arranged And Paid For By The Supplier, And The Cost Thereof Shall Be Included In The Contract Price. Where The Supplier Is Required Under This Contract To Transport The Goods To A Specified Place Of Destination Within The Philippines, Defined As The Project Site, Transport To Such Place Of Destination In The Philippines, Including Insurance And Storage, As Shall Be Specified In This Contract, Shall Be Arranged By The Supplier, And Related Costs Shall Be Included In The Contract Price. Where The Supplier Is Required Under Contract To Deliver The Goods Cif, Cip Or Ddp, Goods Are To Be Transported On Carriers Of Philippine Registry. In The Event That No Carrier Of Philippine Registry Is Available, Goods May Be Shipped By A Carrier Which Is Not Of Philippine Registry Provided That The Supplier Obtains And Presents To The Procuring Entity Certification To This Effect From The Nearest Philippine Consulate To The Port Of Dispatch. In The Event That Carriers Of Philippine Registry Are Available But Their Schedule Delays The Supplier In Its Performance Of This Contract The Period From When The Goods Were First Ready For Shipment And The Actual Date Of Shipment The Period Of Delay Will Be Considered Force Majeure. The Procuring Entity Accepts No Liability For The Damage Of Goods During Transit Other Than Those Prescribed By Incoterms For Ddp Deliveries. In The Case Of Goods Supplied From Within The Philippines Or Supplied By Domestic Suppliers Risk And Title Will Not Be Deemed To Have Passed To The Procuring Entity Until Their Receipt And Final Acceptance At The Final Destination. Intellectual Property Rights – The Supplier Shall Indemnify The Procuring Entity Against All Third-party Claims Of Infringement Of Patent, Trademark, Or Industrial Design Rights Arising From Use Of The Goods Or Any Part Thereof. Regular And Recurring Services – [in Case Of Contracts For Regular And Recurring Services, State:] “the Contract For Regular And Recurring Services Shall Be Subject To A Renewal Whereby The Performance Evaluation Of The Service Provider Shall Be Conducted In Accordance With Section Vii. Technical Specifications.” 2.2 One-time Payment Shall Be Made, Upon Issuance Of A Certificate Of Acceptance By The Administrative Service, In Accordance With Budgeting, Accounting, And Auditing Laws, Rules, And Regulations. In Order To Proceed With The Payment Process, The Bidder Must Submit The Following Documents In Case They Were Not Submitted During The Deadline For The Submission Of Bidding Documents/post-qualification Stage/contract Signing Stage, As Applicable: A. Notarized Omnibus Sworn Statement In Lieu Of The Submitted Unnotarized Omnibus Sworn Statement; And B. Notarized Performance Securing Declaration (psd) Or Any Form Of Performance Security, As Stated In Section 39 Of The 2016 Revised Irr Of Ra No. 9184, In Lieu Of The Unnotarized Psd. 4 The Inspections And Tests That Will Be Conducted Are: The Inspection And Approval As To The Acceptability Of The Goods Vis-à-vis Its Compliance With The Technical Specifications Will Be Done With Prior Written Notice To The Authorized Representative Of The Supplier. The Inspection Will Push Through As Scheduled Even In The Absence Of The Supplier’s Representative, If The Latter Was Duly Notified. In Which Case, The Result Of The Inspection Conducted By The Procuring Entity Shall Be Final And Binding Upon The Supplier. Section Vi. Schedule Of Requirements The Delivery Schedule Expressed As Weeks/months Stipulates Hereafter A Delivery Date Which Is The Date Of Delivery To The Project Site. Item Number Description Quantity Delivered, Weeks/months 1 Negotiated Procurement Under Emergency Cases For The Supply, Delivery And Installation Of (a) Electro-mechanical Equipment, Materials And Accessories, (b) Discharge Head Assembly, Plumbing Pipelines, Air Ventilation System And Accessories, (c) Well Apron/platform And Bipod/tripod Assembly And (d) Pump Testing Of Water Source Development Project At Baroro River Basin. 1 Within Forty-five (45) Calendar Days From The Receipt Of The Notice To Proceed, To The Msfwd (la Union), Quezon Ave., Sevilla, City Of San Fernando, La Union. 1.0 Water Source Development Project At Bauang River Basin (new Ballay Deep Well #9) 1.1 Supply, Delivery And Installation Of Electro-mechanical Equipment, Materials And Accessories; 1.2 Supply, Delivery And Installation Of Discharge Head Assembly, Plumbing Pipelines, Air Ventilation System And Accessories; 1.3 Supply, Delivery And Installation Of Well Apron/platform And Bipod/tripod Assembly. 2.0 Water Source Development Project At Baroro River Basin (new Naguirangan Deep Well #12) 2.1 Supply, Delivery And Installation Of Electro-mechanical Equipment, Materials And Accessories; 2.2 Supply, Delivery And Installation Of Discharge Head Assembly, Plumbing Pipelines, Air Ventilation System And Accessories; 2.3 Supply, Delivery And Installation Of Well Apron/platform And Bipod/tripod Assembly. 3.0 Water Source Development Project At Baroro River Basin (new Naguirangan Deep Well #10) 3.1 Supply, Delivery And Installation Of Electro-mechanical Equipment, Materials And Accessories; 3.2 Supply, Delivery And Installation Of Discharge Head Assembly, Plumbing Pipelines, Air Ventilation System And Accessories; 3.3 Supply, Delivery And Installation Of Well Apron/platform And Bipod/tripod Assembly; 3.4 Performance Of Pump Testing/ Well Testing (labor, Equipment And Fuel). * The Period For The Performance Of The Obligations Under The Contract Shall Not Be Beyond The Validity Of The Corresponding Appropriations For The Project. I Hereby Certify To Comply And Deliver All The Above Requirements. _______________________ _________________________________________ ________ Name Of Company/bidder Signature Over Printed Name Of Representative Date   Section Vii. Technical Specifications Notes For Preparing The Technical Specifications A Set Of Precise And Clear Specifications Is A Prerequisite For Bidders To Respond Realistically And Competitively To The Requirements Of The Procuring Entity Without Qualifying Their Bids. In The Context Of Competitive Bidding, The Specifications (e.g. Production/delivery Schedule, Manpower Requirements, And After-sales Service/parts, Descriptions Of The Lots Or Items) Must Be Prepared To Permit The Widest Possible Competition And, At The Same Time, Present A Clear Statement Of The Required Standards Of Workmanship, Materials, And Performance Of The Goods And Services To Be Procured. Only If This Is Done Will The Objectives Of Transparency, Equity, Efficiency, Fairness, And Economy In Procurement Be Realized, Responsiveness Of Bids Be Ensured, And The Subsequent Task Of Bid Evaluation And Post-qualification Facilitated. The Specifications Should Require That All Items, Materials And Accessories To Be Included Or Incorporated In The Goods Be New, Unused, And Of The Most Recent Or Current Models, And That They Include Or Incorporate All Recent Improvements In Design And Materials Unless Otherwise Provided In The Contract. Samples Of Specifications From Previous Similar Procurements Are Useful In This Respect. The Use Of Metric Units Is Encouraged. Depending On The Complexity Of The Goods And The Repetitiveness Of The Type Of Procurement, It May Be Advantageous To Standardize The General Technical Specifications And Incorporate Them In A Separate Subsection. The General Technical Specifications Should Cover All Classes Of Workmanship, Materials, And Equipment Commonly Involved In Manufacturing Similar Goods. Deletions Or Addenda Should Then Adapt The General Technical Specifications To The Particular Procurement. Care Must Be Taken In Drafting Specifications To Ensure That They Are Not Restrictive. In The Specification Of Standards For Equipment, Materials, And Workmanship, Recognized Philippine And International Standards Should Be Used As Much As Possible. Where Other Particular Standards Are Used, Whether National Standards Or Other Standards, The Specifications Should State That Equipment, Materials, And Workmanship That Meet Other Authoritative Standards, And Which Ensure At Least A Substantially Equal Quality Than The Standards Mentioned, Will Also Be Acceptable. The Following Clause May Be Inserted In The Special Conditions Of Contract Or The Technical Specifications. Sample Clause: Equivalency Of Standards And Codes Wherever Reference Is Made In The Technical Specifications To Specific Standards And Codes To Be Met By The Goods And Materials To Be Furnished Or Tested, The Provisions Of The Latest Edition Or Revision Of The Relevant Standards And Codes Shall Apply, Unless Otherwise Expressly Stated In The Contract. Where Such Standards And Codes Are National Or Relate To A Particular Country Or Region, Other Authoritative Standards That Ensure Substantial Equivalence To The Standards And Codes Specified Will Be Acceptable. Reference To Brand Name And Catalogue Number Should Be Avoided As Far As Possible; Where Unavoidable They Should Always Be Followed By The Words “or At Least Equivalent.” References To Brand Names Cannot Be Used When The Funding Source Is The Gop. Where Appropriate, Drawings, Including Site Plans As Required, May Be Furnished By The Procuring Entity With The Bidding Documents. Similarly, The Supplier May Be Requested To Provide Drawings Or Samples Either With Its Bid Or For Prior Review By The Procuring Entity During Contract Execution. Bidders Are Also Required, As Part Of The Technical Specifications, To Complete Their Statement Of Compliance Demonstrating How The Items Comply With The Specification. In Case Of Renewal Of Regular And Recurring Services, The Procuring Entity Must Indicate Here The Technical Requirements For The Service Provider, Which Must Include The Set Criteria In The Conduct Of Its Performance Evaluation. Technical Specifications Item Specification Bidder’s Statement Of Compliance [bidders Must State Here Either “comply” Or “not Comply” Against Each Of The Individual Parameters Of Each Specification Stating The Corresponding Performance Parameter Of The Equipment Offered. Statements Of “comply” Or “not Comply” Must Be Supported By Evidence In A Bidders Bid And Cross-referenced To That Evidence. Evidence Shall Be In The Form Of Manufacturer’s Un-amended Sales Literature, Unconditional Statements Of Specification And Compliance Issued By The Manufacturer, Samples, Independent Test Data Etc., As Appropriate. A Statement That Is Not Supported By Evidence Or Is Subsequently Found To Be Contradicted By The Evidence Presented Will Render The Bid Under Evaluation Liable For Rejection. A Statement Either In The Bidder's Statement Of Compliance Or The Supporting Evidence That Is Found To Be False Either During Bid Evaluation, Post-qualification Or The Execution Of The Contract May Be Regarded As Fraudulent And Render The Bidder Or Supplier Liable For Prosecution Subject To The Applicable Laws And Issuances.] 1 Negotiated Procurement Under Emergency Cases For The Supply, Delivery And Installation Of (a) Electro-mechanical Equipment, Materials And Accessories, (b) Discharge Head Assembly, Plumbing Pipelines, Air Ventilation System And Accessories, (c) Well Apron/platform And Bipod/tripod Assembly And (d) Pump Testing Of Water Source Development Project At Baroro River Basin. 1.0 Water Source Development Project At Bauang River Basin (new Ballay Deep Well #9) 1.1 Supply, Delivery And Installation Of Electro-mechanical Equipment, Materials And Accessories; 1.2 Supply, Delivery And Installation Of Discharge Head Assembly, Plumbing Pipelines, Air Ventilation System And Accessories; 1.3 Supply, Delivery And Installation Of Well Apron/platform And Bipod/tripod Assembly. 2.0 Water Source Development Project At Baroro River Basin (new Naguirangan Deep Well #12) 2.1 Supply, Delivery And Installation Of Electro-mechanical Equipment, Materials And Accessories; 2.2 Supply, Delivery And Installation Of Discharge Head Assembly, Plumbing Pipelines, Air Ventilation System And Accessories; 2.3 Supply, Delivery And Installation Of Well Apron/platform And Bipod/tripod Assembly. 3.0 Water Source Development Project At Baroro River Basin (new Naguirangan Deep Well #10) 3.1 Supply, Delivery And Installation Of Electro-mechanical Equipment, Materials And Accessories; 3.2 Supply, Delivery And Installation Of Discharge Head Assembly, Plumbing Pipelines, Air Ventilation System And Accessories; 3.3 Supply, Delivery And Installation Of Well Apron/platform And Bipod/tripod Assembly; 3.4 Performance Of Pump Testing/ Well Testing (labor, Equipment And Fuel). I Hereby Certify To Comply With All The Above Technical Specifications. _______________________ _________________________________________ ________ Name Of Company/bidder Signature Over Printed Name Of Representative Date   Section Viii. Checklist Of Technical And Financial Documents Notes On The Checklist Of Technical And Financial Documents The Prescribed Documents In The Checklist Are Mandatory To Be Submitted In The Bid, But Shall Be Subject To The Following: A. Gppb Resolution No. 09-2020 On The Efficient Procurement Measures During A State Of Calamity Or Other Similar Issuances That Shall Allow The Use Of Alternate Documents In Lieu Of The Mandated Requirements; Or B. Any Subsequent Gppb Issuances Adjusting The Documentary Requirements After The Effectivity Of The Adoption Of The Pbds. The Bac Shall Be Checking The Submitted Documents Of Each Bidder Against This Checklist To Ascertain If They Are All Present, Using A Non-discretionary “pass/fail” Criterion Pursuant To Section 30 Of The 2016 Revised Irr Of Ra No. 9184. Checklist Of Technical And Financial Documents I. Technical Component Envelope Class “a” Documents Legal Documents ⬜ (a) Valid Philgeps Registration Certificate (platinum Membership) (all Pages) In Accordance With Section 8.5.2 Of The Irr; Technical Documents ⬜ (b) Statement Of The Prospective Bidder Of All Its Ongoing Government And Private Contracts, Including Contracts Awarded But Not Yet Started, If Any, Whether Similar Or Not Similar In Nature And Complexity To The Contract To Be Bid; And ⬜ (c) Statement Of The Bidder’s Single Largest Completed Contract (slcc) Similar To The Contract To Be Bid, Except Under Conditions Provided For In Sections 23.4.1.3 And 23.4.2.4 Of The 2016 Revised Irr Of Ra No. 9184, Within The Relevant Period As Provided In The Bidding Documents; And ⬜ (d) Original Copy Of Bid Security. If In The Form Of A Surety Bond, Submit Also A Certification Issued By The Insurance Commission Or Original Copy Of Notarized Bid Securing Declaration; And ⬜ (e) Conformity With The Technical Specifications, Which May Include Production/delivery Schedule, Manpower Requirements, And/or After-sales/parts, If Applicable; And ⬜ (f) Original Duly Signed Omnibus Sworn Statement (oss) And If Applicable, Original Notarized Secretary’s Certificate In Case Of A Corporation, Partnership, Or Cooperative; Or Original Special Power Of Attorney Of All Members Of The Joint Venture Giving Full Power And Authority To Its Officer To Sign The Oss And Do Acts To Represent The Bidder. Financial Documents ⬜ (g) The Prospective Bidder’s Computation Of Net Financial Contracting Capacity (nfcc) Or A Committed Line Of Credit From A Universal Or Commercial Bank In Lieu Of Its Nfcc Computation. Class “b” Documents ⬜ (h) If Applicable, A Duly Signed Joint Venture Agreement (jva) In Case The Joint Venture Is Already In Existence Or Duly Notarized Statements From All The Potential Joint Venture Partners Stating That They Will Enter Into And Abide By The Provisions Of The Jva In The Instance That The Bid Is Successful. Ii. Financial Component Envelope ⬜ (i) Original Of Duly Signed And Accomplished Financial Bid Form; And ⬜ (j) Original Of Duly Signed And Accomplished Price Schedule(s). Other Documentary Requirements Under Ra No. 9184 (as Applicable) ⬜ (k) [for Foreign Bidders Claiming By Reason Of Their Country’s Extension Of Reciprocal Rights To Filipinos] Certification From The Relevant Government Office Of Their Country Stating That Filipinos Are Allowed To Participate In Government Procurement Activities For The Same Item Or Product. ⬜ (l) Certification From The Dti If The Bidder Claims Preference As A Domestic Bidder Or Domestic Entity.   Statement Of All Ongoing Government And Private Contracts Including Contracts Awarded But Not Yet Started [shall Be Submitted With The Bid] Business Name: Business Address: Name Of Client/contact Person/contact Number/contact Email Address Date Of The Contract Title Of The Contract / Name Of The Project Kinds Of Goods Total Amount Of Contract Value Of Outstanding Contract Date Of Delivery Government Private Submitted By : (printed Name And Signature) Designation : Date : Instructions: I. State All Ongoing Contracts Including Those Awarded But Not Yet Started (government And Private Contracts Which May Be Similar Or Not Similar To The Project Being Bidded) Within Five (5) Years From The Date Of Submission And Receipt Of Bids. Ii. If There Is No Ongoing Contract Including Those Awarded But Not Yet Started As Of The Aforementioned Period, State None Or Equivalent Term. Iii. The Total Amount Of The Ongoing And Awarded But Not Yet Started Contracts Should Be Consistent With Those Used In The Net Financial Contracting Capacity (nfcc).   Statement Of Single Largest Completed Contract Which Is Similar In Nature [shall Be Submitted With The Bid] Business Name: Business Address: Name Of Client/contact Person/contact Number/contac T Email Address Date Of The Contract Title Of The Contract / Name Of The Project Kinds Of Goods Amount Of Contract Date Of Acceptance * End User’s Acceptance Or Official Receipt(s) Issued For The Contract Submitted By : (printed Name And Signature) Designation : Date : Instructions: A. Pursuant To Section 23.4.1.3 Of The 2016 Revised Irr Of Ra No. 9184, The Bidder Shall Have An Slcc That Is At Least One (1) Contract Similar To The Project, The Value Of Which, Adjusted To Current Prices Using The Psa’s Cpi, Must Be At Least Equivalent To The Following Requirements: I. A Single Contract That Is Similar To This Project, Equivalent To At Least Fifty Percent (50%) Of The Abc; Or Ii. At Least Two (2) Similar Contracts: (a) The Aggregate Amount Of Which Should Be Equivalent To At Least Fifty Percent (50%) Of The Abc For This Project; And (b) The Largest Of These Similar Contracts Must Be Equivalent To At Least Half Of The Percentage Of The Abc As Required Above (i.e., Twenty- Five Percent [25%]). B. The Slcc Should Have Been Completed (i.e., Accepted) Within Five (5) Years From The Date Of Submission And Receipt Of Bids. C. The Similar Contract For This Project Shall Refer To The Supply And Delivery Of Motor Vehicles. If The Supply And Delivery Of Motor Vehicles Form Part Of A Bigger Contract, Only The Cost Component Of The Supply And Delivery Of Motor Vehicles Shall Be Considered For Purposes Of Comparing The Value Thereof To At Least Fifty Percent (50%) Of The Abc. * Date Of Acceptance Shall Mean The Date When The Items Delivered Have Satisfactorily Met The Requirements Of The Procuring Entity, As Evidenced By Either A Certificate Of Final Acceptance/completion From The Bidder’s Client, Or An Official Receipt Or A Sales Invoice (to Be Submitted During Post-qualification).   Bid Securing Declaration Form [shall Be Submitted With The Bid If Bidder Opts To Provide This Form Of Bid Security] Republic Of The Philippines) City Of ) S.s. Bid Securing Declaration To: [insert Name And Address Of The Procuring Entity] I/we, The Undersigned, Declare That: 1. I/we Understand That, According To Your Conditions, Bids Must Be Supported By A Bid Security, Which May Be In The Form Of A Bid Securing Declaration. 2. I/we Accept That: (a) I/we Will Be Automatically Disqualified From Bidding For Any Procurement Contract With Any Procuring Entity For A Period Of Two (2) Years Upon Receipt Of Your Blacklisting Order; And, (b) I/we Will Pay The Applicable Fine Provided Under Section 6 Of The Guidelines On The Use Of Bid Securing Declaration, Within Fifteen (15) Days From Receipt Of The Written Demand By The Procuring Entity For The Commission Of Acts Resulting To The Enforcement Of The Bid Securing Declaration Under Sections 23.1(b), 34.2, 40.1 And 69.1, Except 69.1(f),of The Irr Of Ra No. 9184; Without Prejudice To Other Legal Action The Government May Undertake. 3. I/we Understand That This Bid Securing Declaration Shall Cease To Be Valid On The Following Circumstances: A. Upon Expiration Of The Bid Validity Period, Or Any Extension Thereof Pursuant To Your Request; B. I Am/we Are Declared Ineligible Or Post-disqualified Upon Receipt Of Your Notice To Such Effect, And (i) I/we Failed To Timely File A Request For Reconsideration Or (ii) I/we Filed A Waiver To Avail Of Said Right; And C. I Am/we Are Declared The Bidder With The Lowest Calculated Responsive Bid, And I/we Have Furnished The Performance Security And Signed The Contract. In Witness Whereof, I/we Have Hereunto Set My/our Hand/s This Day Of [month] [year] At [place Of Execution]. [insert Name Of Bidder Or Its Authorized Representative] [insert Signatory’s Legal Capacity] Affiant [jurat] [format Shall Be Based On The Latest Rules On Notarial Practice]   Omnibus Sworn Statement [shall Be Submitted With The Bid] Republic Of The Philippines ) City/municipality Of ) S.s. Affidavit I, [name Of Affiant], Of Legal Age, [civil Status], [nationality], And Residing At [address Of Affiant], After Having Been Duly Sworn In Accordance With Law, Do Hereby Depose And State That: 1. [select One, Delete The Other:] [if A Sole Proprietorship:] I Am The Sole Proprietor Or Authorized Representative Of [name Of Bidder] With Office Address At [address Of Bidder]; [if A Partnership, Corporation, Cooperative, Or Joint Venture:] I Am The Duly Authorized And Designated Representative Of [name Of Bidder] With Office Address At [address Of Bidder]; 2. [select One, Delete The Other:] [if A Sole Proprietorship:] As The Owner And Sole Proprietor, Or Authorized Representative Of [name Of Bidder], I Have Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract For [name Of The Project] Of The [name Of The Procuring Entity], As Shown In The Attached Duly Notarized Special Power Of Attorney; [if A Partnership, Corporation, Cooperative, Or Joint Venture:] I Am Granted Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract For [name Of The Project] Of The [name Of The Procuring Entity], As Shown In The Attached [state Title Of Attached Document Showing Proof Of Authorization (e.g., Duly Notarized Secretary’s Certificate, Board/partnership Resolution, Or Special Power Of Attorney, Whichever Is Applicable;)]; 3. [name Of Bidder] Is Not “blacklisted” Or Barred From Bidding By The Government Of The Philippines Or Any Of Its Agencies, Offices, Corporations, Or Local Government Units, Foreign Government/foreign Or International Financing Institution Whose Blacklisting Rules Have Been Recognized By The Government Procurement Policy Board, By Itself Or By Relation, Membership, Association, Affiliation, Or Controlling Interest With Another Blacklisted Person Or Entity As Defined And Provided For In The Uniform Guidelines On Blacklisting; 4. Each Of The Documents Submitted In Satisfaction Of The Bidding Requirements Is An Authentic Copy Of The Original, Complete, And All Statements And Information Provided Therein Are True And Correct; 5. [name Of Bidder] Is Authorizing The Head Of The Procuring Entity Or Its Duly Authorized Representative(s) To Verify All The Documents Submitted; 6. [select One, Delete The Rest:] [if A Sole Proprietorship:] The Owner Or Sole Proprietor Is Not Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; [if A Partnership Or Cooperative:] None Of The Officers And Members Of [name Of Bidder] Is Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; [if A Corporation Or Joint Venture:] None Of The Officers, Directors, And Controlling Stockholders Of [name Of Bidder] Is Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; 7. [name Of Bidder] Complies With Existing Labor Laws And Standards; And 8. [name Of Bidder] Is Aware Of And Has Undertaken The Responsibilities As A Bidder In Compliance With The Philippine Bidding Documents, Which Includes: A. Carefully Examining All Of The Bidding Documents; B. Acknowledging All Conditions, Local Or Otherwise, Affecting The Implementation Of The Contract; C. Making An Estimate Of The Facilities Available And Needed For The Contract To Be Bid, If Any; And D. Inquiring Or Securing Supplemental/bid Bulletin(s) Issued For The [name Of The Project]. 9. [name Of Bidder] Did Not Give Or Pay Directly Or Indirectly, Any Commission, Amount, Fee, Or Any Form Of Consideration, Pecuniary Or Otherwise, To Any Person Or Official, Personnel Or Representative Of The Government In Relation To Any Procurement Project Or Activity. 10. In Case 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. In Witness Whereof, I Have Hereunto Set My Hand This _______day Of _________, 20 ______at _____________________philippines. [insert Name Of Bidder Or Its Authorized Representative] [insert Signatory’s Legal Capacity] Affiant [jurat] [format Shall Be Based On The Latest Rules On Notarial Practice]   Bid Form For The Procurement Of Goods [shall Be Submitted With The Bid] Bid Form Date : To: [name And Address Of Procuring Entity] Having Examined The Philippine Bidding Documents (pbds) Including The Supplemental Or Bid Bulletin Numbers [insert Numbers], The Receipt Of Which Is Hereby Duly Acknowledged, We, The Undersigned, Offer Negotiated Procurement Under Emergency Cases For The Supply, Delivery And Installation Of (a) Electro-mechanical Equipment, Materials And Accessories, (b) Discharge Head Assembly, Plumbing Pipelines, Air Ventilation System And Accessories, (c) Well Apron/platform And Bipod/tripod Assembly And (d) Pump Testing Of Water Source Development Project At Baroro River Basin In Conformity With The Said Pbds For The Sum Of Six Million One Hundred Seventy Five Thousand Pesos (php6,175,000.00) Or The Total Calculated Bid Price, As Evaluated And Corrected For Computational Errors, And Other Bid Modifications In Accordance With The Details Provided Herein And Made Part Of This Bid. The Total Bid Price Includes The Cost Of All Taxes. Particulars Quantity Unit Cost Total Cost (inclusive Of Vat) Negotiated Procurement Under Emergency Cases For The Supply, Delivery And Installation Of (a) Electro-mechanical Equipment, Materials And Accessories, (b) Discharge Head Assembly, Plumbing Pipelines, Air Ventilation System And Accessories, (c) Well Apron/platform And Bipod/tripod Assembly And (d) Pump Testing Of Water Source Development Project At Baroro River Basin. 1 Water Source Development Project At Bauang River Basin (new Ballay Deep Well #9) 1 1.1 Supply, Delivery And Installation Of Electro-mechanical Equipment, Materials And Accessories; 1.2 Supply, Delivery And Installation Of Discharge Head Assembly, Plumbing Pipelines, Air Ventilation System And Accessories; 1.3 Supply, Delivery And Installation Of Well Apron/platform And Bipod/tripod Assembly. Water Source Development Project At Baroro River Basin (new Naguirangan Deep Well #12) 1 2.1 Supply, Delivery And Installation Of Electro-mechanical Equipment, Materials And Accessories; 2.2 Supply, Delivery And Installation Of Discharge Head Assembly, Plumbing Pipelines, Air Ventilation System And Accessories; 2.3 Supply, Delivery And Installation Of Well Apron/platform And Bipod/tripod Assembly. Water Source Development Project At Baroro River Basin (new Naguirangan Deep Well #10) 1 3.1 Supply, Delivery And Installation Of Electro-mechanical Equipment, Materials And Accessories; 3.2 Supply, Delivery And Installation Of Discharge Head Assembly, Plumbing Pipelines, Air Ventilation System And Accessories; 3.3 Supply, Delivery And Installation Of Well Apron/platform And Bipod/tripod Assembly; 3.4 Performance Of Pump Testing/ Well Testing (labor, Equipment And Fuel). Total Signature Of Authorized Signatory: Total If Our Bid Is Accepted, We Undertake: A. To Deliver The Goods In Accordance With The Delivery Schedule Specified In The Schedule Of Requirements Of The Philippine Bidding Documents (pbds); B. To Provide A Performance Security In The Form, Amounts, And Within The Times Prescribed In The Pbds; C. To Abide By The Bid Validity Period Specified In The Pbds And It Shall Remain Binding Upon Us At Any Time Before The Expiration Of That Period. Until A Formal Contract Is Prepared And Executed, This Bid, Together With Your Written Acceptance Thereof And Your Notice Of Award, Shall Be Binding Upon Us. We Understand That You Are Not Bound To Accept The Lowest Calculated Bid Or Any Bid You May Receive. We Certify/confirm That We Comply With The Eligibility Requirements Pursuant To The Pbds. The Undersigned Is Authorized To Submit The Bid On Behalf Of [name Of The Bidder] As Evidenced By The Attached [state The Written Authority]. We Acknowledge That Failure To Sign Each And Every Page Of This Bid Form, Shall Be A Ground For The Rejection Of Our Bid. Name: Legal Capacity: Signature: Duly Authorized To Sign The Bid For And Behalf Of: Date:   Price Schedule For Goods Offered From Abroad [shall Be Submitted With The Bid If Bidder Is Offering Goods From Abroad] Name Of Bidder Page Of____ 1 2 3 4 5 6 7 8 9 Item Description Country Of Origin Quantity* Unit Price Cif Port Of Entry (specify Port) Or Cip Named Place Total Cif Or Cip Price Per Item Unit Price Delivered Duty Unpaid (ddu) Unit Price Delivered Duty Paid (ddp) Total Price Delivered Ddp (col 4 X 8) (col. 4 X 5) (specify Border Point Or Place Of Destination) Negotiated Procurement Under Emergency Cases For The Supply, Delivery And Installation Of (a) Electro-mechanical Equipment, Materials And Accessories, (b) Discharge Head Assembly, Plumbing Pipelines, Air Ventilation System And Accessories, (c) Well Apron/platform And Bipod/tripod Assembly And (d) Pump Testing Of Water Source Development Project At Baroro River Basin. 1 1.0 Water Source Development Project At Bauang River Basin (new Ballay Deep Well #9) 1 1.1 Supply, Delivery And Installation Of Electro-mechanical Equipment, Materials And Accessories; 1.2 Supply, Delivery And Installation Of Discharge Head Assembly, Plumbing Pipelines, Air Ventilation System And Accessories; 1.3 Supply, Delivery And Installation Of Well Apron/platform And Bipod/tripod Assembly. 2.0 Water Source Development Project At Baroro River Basin (new Naguirangan Deep Well #12) 2.1 Supply, Delivery And Installation Of Electro-mechanical Equipment, Materials And Accessories; 2.2 Supply, Delivery And Installation Of Discharge Head Assembly, Plumbing Pipelines, Air Ventilation System And Accessories; 2.3 Supply, Delivery And Installation Of Well Apron/platform And Bipod/tripod Assembly. 3.0 Water Source Development Project At Baroro River Basin (new Naguirangan Deep Well #10) 3.1 Supply, Delivery And Installation Of Electro-mechanical Equipment, Materials And Accessories; 3.2 Supply, Delivery And Installation Of Discharge Head Assembly, Plumbing Pipelines, Air Ventilation System And Accessories; 3.3 Supply, Delivery And Installation Of Well Apron/platform And Bipod/tripod Assembly; 3.4 Performance Of Pump Testing/ Well Testing (labor, Equipment And Fuel). Total Name: Legal Capacity: Signature: Duly Authorized To Sign The Bid For And Behalf Of: Price Schedule For Goods Offered From Within The Philippines [shall Be Submitted With The Bid If Bidder Is Offering Goods From Within The Philippines] For Goods Offered From Within The Philippines Name Of Bidder Page Of 1 2 3 4 5 6 7 8 9 10 Item Description Count Ry Of Origin Quantity Unit Price Exw Per Item Transportation And All Other Costs Incidental To Delivery, Per Item Sales And Other Taxes Payable If Contract Is Awarded, Per Item Cost Of Incidental Services, If Applicable, Per Item Total Price, Per Unit (col 5+ 6+7+8) Total Price Delivered Final Destination (col 9) X (col 4) Negotiated Procurement Under Emergency Cases For The Supply, Delivery And Installation Of (a) Electro-mechanical Equipment, Materials And Accessories, (b) Discharge Head Assembly, Plumbing Pipelines, Air Ventilation System And Accessories, (c) Well Apron/platform And Bipod/tripod Assembly And (d) Pump Testing Of Water Source Development Project At Baroro River Basin. 1.0 Water Source Development Project At Bauang River Basin (new Ballay Deep Well #9) 1 1.1 Supply, Delivery And Installation Of Electro-mechanical Equipment, Materials And Accessories; 1.2 Supply, Delivery And Installation Of Discharge Head Assembly, Plumbing Pipelines, Air Ventilation System And Accessories; 1.3 Supply, Delivery And Installation Of Well Apron/platform And Bipod/tripod Assembly. 2.0 Water Source Development Project At Baroro River Basin (new Naguirangan Deep Well #12) 2.1 Supply, Delivery And Installation Of Electro-mechanical Equipment, Materials And Accessories; 2.2 Supply, Delivery And Installation Of Discharge Head Assembly, Plumbing Pipelines, Air Ventilation System And Accessories; 2.3 Supply, Delivery And Installation Of Well Apron/platform And Bipod/tripod Assembly. 3.0 Water Source Development Project At Baroro River Basin (new Naguirangan Deep Well #10) 3.1 Supply, Delivery And Installation Of Electro-mechanical Equipment, Materials And Accessories; 3.2 Supply, Delivery And Installation Of Discharge Head Assembly, Plumbing Pipelines, Air Ventilation System And Accessories; 3.3 Supply, Delivery And Installation Of Well Apron/platform And Bipod/tripod Assembly; 3.4 Performance Of Pump Testing/ Well Testing (labor, Equipment And Fuel). Total Name: Legal Capacity: Signature: Duly Authorized To Sign The Bid For And Behalf Of: _____________________________   Contract No. 2025- Name Of Project Contract Agreement This Agreement Made This Day Of 20 Between The Metro San Fernando Water District (la Union) Of The Philippines (hereinafter Called “the Entity”) Of The One Part And Of City, Philippines (hereinafter Called “the Supplier”) Of The Other Part; Whereas, The Entity Invited Bids For Certain Goods And Ancillary Services, Particularly , And Has Accepted A Bid By The Supplier For The Supply Of Those Goods And Services In The Sum Of Pesos (p ) (hereinafter Called “the Contract Price”). Now This Agreement Witnesseth As Follows: 1. In This Agreement, Words And Expressions Shall Have The Same Meanings As Are Respectively Assigned To Them In The Conditions Of Contract Referred To. 2. The Following Documents As Required By The 2016 Revised Implementing Rules And Regulations Of Republic Act No. 9184 Shall Be Deemed To Form And Be Read And Construed As Integral Part Of This Agreement, Viz.: I. Philippine Bidding Documents (pbds); I. Schedule Of Requirements; Ii. Technical Specifications; Iii. General And Special Conditions Of Contract; And Iv. Supplemental Or Bid Bulletins, If Any Ii. Winning Bidder’s Bid, Including The Eligibility Requirements, Technical And Financial Proposals, And All Other Documents Or Statements Submitted; Bid Form, Including All The Documents/statements Contained In The Bidder’s Bidding Envelopes, As Annexes, And All Other Documents Submitted (e.g., Bidder’s Response To Request For Clarifications On The Bid), Including Corrections To The Bid, If Any, Resulting From The Procuring Entity’s Bid Evaluation; Iii. Performance Security; Iv. Notice Of Award Of Contract And The Bidder’s Conforme Thereto; And V. Other Contract Documents That May Be Required By Existing Laws And/or The Procuring Entity Concerned In The Pbds. Winning Bidder Agrees That Additional Contract Documents Or Information Prescribed By The Gppb That Are Subsequently Required For Submission After The Contract Execution, Such As The Notice To Proceed, Variation Orders, And Warranty Security, Shall Likewise Form Part Of The Contract. 3. In Consideration For The Sum Of (p ) Or Such Other Sums As May Be Ascertained, Agrees To Deliver The In Accordance With His/her/its Bid. 4. The Metro San Fernando Water District (la Union) Agrees To Pay The Above-mentioned Sum In Accordance With The Terms Of The Bidding. 5. The Period For The Performance Of The Obligations Under This Contract Shall Not Go Beyond The Validity Of The Appropriation For This Project. 6. In Compliance With Item 4.3 Of Appendix 33 Of The 2016 Revised Irr Of Ra No. 9184 And Consistent With Administrative Order No. 34, S. 2020 (directing Strict Compliance By All Agencies And Instrumentalities Of The Executive Department With Transparency, Accountability And Good Governance Policies And Measures In The Procurement Process), The Msfwd Shall Publish In Its Official Website And Social Media Platform The Following Post-award Information: (a) Project Name; (b) Approved Budget For The Contract; (c) Contract Period; (d) Name Of The Winning Bidder And Its Official Business Address; (e) Amount Of Contract Awarded; (f) Date Of Award And Acceptance; And (g) Implementing Office/unit/division/bureau Of The Concerned Agency Or Instrumentality. In Witness Whereof, The Parties Hereto Have Caused This Agreement To Be Executed In Accordance With The Laws Of The Republic Of The Philippines On The Day And Year First Above Written. Oic-general Manager For: Metro San Fernando Water District (la Union) Authorized Representative For:   A C K N O W L E D G M E N T Republic Of The Philippines ) City/municipality Of ) S.s. Before Me, A Notary Public For And In The City Of , Philippines On This Day Of , 2025 Personally Appeared The Following: Name Valid Id Valid Until Msfwd Id No. Known To Me To Be The Same Persons Who Executed The Foregoing Contract And Who Acknowledged To Me That The Same Is Their Free And Voluntary Act And Deed And Of The Entities They Respectively Represent. This Contract For The Was Signed By The Parties On Each And Every Page Thereof. Witness My Hand And Seal This Day Of , 2025. Doc. No ; Page No ; Book No ; Series Of 2025. Republic Of The Philippines) City/municipality Of S.s. X------------------------------------------------------ Performance Securing Declaration Invitation To Bid: To: [insert Name And Address Of The Procuring Entity] I/we, The Undersigned, Declare That: 1. I/we Understand That, According To Your Conditions, To Guarantee The Faithful Performance By The Supplier/distributor/manufacturer/contractor/consultant Of Its Obligations Under The Contract, I/we Shall Submit A Performance Securing Declaration Within A Maximum Period Of Ten (10) Calendar Days From The Receipt Of The Notice Of Award Prior To The Signing Of The Contract. 2. I/we Accept That I/we Will Be Automatically Disqualified From Bidding For Any Procurement Contract With Any Procuring Entity For A Period Of One (1) Year If In Case It Is My First Offense, Or Two (2) Years If I Have A Prior Similar Offense Upon Receipt Of Your Blacklisting Order If I/we Have Violated My/our Obligations Under The Contract. 3. I/we Understand That This Performance Securing Declaration Shall Cease To Be Valid Upon: A. Issuance By The Procuring Entity Of The Certificate Of Final Acceptance, Subject To The Following Conditions: I. Procuring Entity Has No Claims Filed Against The Contract Awardee; Ii. It Has No Claims For Labor And Materials Filed Against The Contractor; And Iii. Other Terms Of The Contract; Or B. Replacement By The Winning Bidder Of The Submitted Psd With A Performance Security In Any Of The Prescribed Forms Under Section 39.2 Of The 2016 Irr Of Ra No. 9184 As Required By The End-user. In Witness Whereof, I/we Have Hereunto Set My/our Hand/s This Day Of [month] [year] At [place Of Execution]. [insert Name Of Bidder’s Authorized Representative] [insert Signatory’s Legal Capacity] Affiant Subscribed And Sworn To Before Me This Day Of [month] [year] At [place Of Execution], Philippines. [select One Of The Two Following Paragraphs And Delete The Other] Affiant/s Is/are Personally Known To Me And Was/were Identified By Me Through Competent Evidence Of Identity As Defined In The 2005 Rules On Notarial Practice (a.m. No.02-8-13-sc). Affiant/s Exhibited To Me His/her [insert Type Of Government Identification Card Used] With No. Issued On At . Witness My Hand And Seal This Day Of [month] [year]. Name Of Notary Public Serial No. Of Commission __________ Notary Public For Until______ Roll Of Attorneys No. ____________ Ptr No. , [date Issued], [place Issued] Ibp No. , [date Issued], [place Issued] Doc. No. Page No. Book No. Series Of .   Annexes Name Of Project: Water Source Development Project At Bauang River Basin (dw9) (installation Of 50 Hp Submersible Motor-pump, Civil Works & Other Electro-mechanical Equipments) Location: Brgy. Ballay, Bauang, La Union Owner: Metro San Fernando Water District Subject: Bill Of Quantities /cost Estimates Item Description Unit Qty. Unit Cost Total Cost No. Php Php 1.0 Electro-mechanical Equipment ,materials & Accessories 1.1 Submersible Pump S8s475-5/sp95-5-b, 28lps @90 Meters Tdh, 8"ø Stainless Steel Construction Complete With Cable Guard And Built-in Check Valve Unit 1 1.2 Franklin Submersible Motor, 50hp, 460v, 3 Phase, 6"ø, Complete With Pigtail And Removable Water Blocked Lead Connector Unit 1 1.3 50 Hp Delta Variable Frequency Drive, 50/60 Hz, 3 Phase, 460v With Pres. Transmitter, Thermal Overload Relay, Phase Failure, Under/over Relay, Circuit Breaker, Square D Tvss Lightning Arrester, Magnetic Contactor Nema 1 Enclosure And Complete Accessories Assy. 1 1.4 Submersible Cable 22 Mm2/3c Meters 35 1.5 Submersible Cable 60 Mm2/3c Meters 30 1.6 Thhn Wire 60 Mm2 Meters 570 1.7 Electrical Pvc Pipe 50 Mmø X 3.0 Meters, Orange Pcs. 66 1.8 Electrical Pvc Pipe Coupling 50 Mmø, Orange Pcs. 66 1.9 Solvent Cement, 400 Cc Pcs. 5 1.10 Cri Upvc Riser Pipe, 5"ø X 3m, Heavy Duty Pcs. 7 1.10 Top & Bottom Adaptor, 5"ø, Stainless Steel Set 1 Sub-total P- 2.0 Discharge Head Assembly, Plumbing/pipelines, Air Ventilation System And Accessories 2.1 Sanitary Well Seal 400 Mmø X 100mmø (16"ø X 4"ø) Materials For Fabrication: 2.1.1 Ci Companion Flange 10"ø , Plain/ No Thread Alternative: Pc. 1 Steel Plate, 400mm X 400mm X 25 Mm Thick (for Fabrication) 2.1.2 Ci Companion Reducing Flange 10"ø With 4"ø Hole At The Middle, Threaded Alternative: Steel Plate, 400mm X 400mm X 25 Mm Thick (for Fabrication) 2.1.3 Capscrew 5/8"ø X 4" W/nut & Flat Washer Pcs. 8 2.1.4 Stainless Steel Nipple 4" X 12" Sch 40, Threaded Pc. 1 2.2 Ci Gate Valve 100 Mmø (4"ø), F/f W/ Rubberized Disc Pcs. 3 2.3 Ci Horizontal/swing Valve, 100 Mmø (4"ø) F/f Pcs. 1 2.4 Ci Flow Meter, 100 Mmø (4"ø) Arad, F/f Pcs. 1 2.5 Gi Elbow 100 Mmø X 90 Deg. (4"ø X 90o Pcs. 2 2.6 Gi Elbow 100 Mmø X 45 Deg. (4"ø X 45o) Pcs. 4 2.7 Air Release Valve, 50 Mmø ( 2"ø) Pcs. 1 2.8 Ci Tee 100 Mmø X 100 Mmø (4"ø X 4"ø), F/f Pcs. 1 2.9 Ci Sleeve Coupling For Gi Pipes 100 Mmø (4"ø) Pcs. 1 2.10 Ci Companion Flange 100 Mmø (4"ø) Pcs. 9 2.11 Gi Pipe 100 Mmø X 6 Meters (4"ø X 20"), S40 Pcs. 2 (for Discharge Pipeline/nipples) 2.12 Upvc Pipe 100 Mmø X 6 Meters (4"ø X 20"), C-150 Pcs. 10 2.13 Ci Elbow 100 Mmø X 45 Deg. (4"ø X 45o) M/m Pcs. 7 2.14 Plain Round Bar 16mmø X 6m Pcs. 2 2.15 Nut And Flat Washer 5/8"ø Pcs. 16 2.16 Pressure Gauge, 0-400 Psi,u.s. Heavy Duty Pcs. 1 2.17 Ball Valve 2"ø Pcs. 1 2.18 Gi Nipple 2"ø X 4", S40 Pcs. 3 2.19 Gi Tee Reducer 2"ø X 1"ø Pcs. 1 2.20 Mudguard, Black 1/4" Thick Pcs. 2 2.21 Capscrew 5/8"ø X 3 1/2" W/nut & Flat Washer Pcs. 72 2.22 Steel Plate 3/8" X 3" X 6" Alternative: Auto Leaf Spring/mulye (for Fabrication) Pcs. 8 2.23 Red Oxide Primer Gals. 2 2.24 Quick Drying Enamel, Royal Blue Gals. 2 2.25 Lacquer Thinner Gal. 1 2.26 Paint Thinner Gal. 1 2.27 Paint Brush 3" Pcs. 2 2.28 Paint Brush 2" Pcs. 2 2.29 Paint Brush 1 1/2" Pcs. 2 2.30 Air Ventilation System With Goose Neck Vent 2.30.1 H.d.p.e. Pipe, Sdr-11, 60 Meters/roll Meters 60 2.30.2 Gi Pipe 50 Mmø X 6 Meters (2"ø X 20"), S40 Pcs 2 2.30.3 Gi Elbow 50 Mmø X 90 Deg. (2"ø X 90 Deg.) Pcs 3 2.30.4 Gi Coupling 50 Mmø, Hd Pc 1 2.30.5 Ci Universal Sleeve Type Coupling 50 Mmø (for Hdpe & Gi) Pcs 2 Sub-total P- 3.0 Well Apron/ Platform, Bipod/tripod Assembly 3.1 Portland Cement Bags 50 3.2 Washed Sand Cu.ms. 4 3.3 Gravel/crushed Stones - 3/4" Cu.ms. 6 3.4 Chb, 5" Pcs. 250 3.5 Boulders Cu.ms. 32 3.6 Deformed Bars, 12mmø Pcs. 45 3.7 Deformed Bars, 10mmø Pcs. 25 3.8 G. I. Tie Wire, # 16 Kgs. 8 3.9 Common Nails, 3", 2 1/2" & 2" Kgs. 6 3.10 Common Nails, 1" Kgs. 1 3.11 Wood, 2" X 2" X 12' (4bd.ft.) @ 55.00/bd.ft Pcs. 40 3.12 Wood, 2" X 4" X 10' (3.33 Bd.ft.) @ 55.00/bd.ft Pcs. 32 Marine Plywood ,4' X 8' X 1/4" Pcs. 10 3.13 Welding Rod, 6013 Pcs. 6 3.14 G.i. Pipe, S40 2 1/2"ø X 20ft. Pcs. 2 3.15 G.i. Pipe, S40 3"ø X 20ft. Pcs. 1 3.16 Channel Bar, 2" X 4", Thickness At Least 3mm Pcs. 2 3.17 Turnbuckles, 5/8"ø Pcs. 4 3.18 Stainless/galvanized Steel Wire Rope, 12mmø Meters 55 3.19 Stainless Steel Wire Rope Clips Clamps Heavy Duty Wire Rope Grip 304 Cable Clamp, 16mmø Pcs. 40 3.20 Angle Bars, 2 1/2" X 2 1/2" X 20ft(thickness=6mm Or 1/4 Inch) Pcs. 2 3.21 Angle Bars, 2" X 2" X 20ft. (thickness=6mm Or 1/4 Inch) Pcs. 2 Sub-total P- Total Direct Cost Of Materials P- 4.0 Labor Costs 4.1 Electrical Works 4.1.1 Labor For The Installation Of Submersible Pump, Motor, Riser Pipes, Cables And Vfd Motor Controller, Testing And Commissioning Lot 1 4.1.2 Labor For The Excavation Works And Installation Of Submersible Cable & Protective Casing From Deep Well No. 9 Up To Ballay Pumping Station No. 2 Controller Room, Min Depth = 1.0 Meter. Including Backfilling, Installation Of Thrust Blocks, Tamping Works, And Restoration Works. Meters 190 Sub-total 4.2 Plumbing Works 4.2.1 Excavation Of Trench Meters 62 4.2.2 Pipelaying And Jointing Of 4"ø Upvc, 4"ø Gi Pipe & 2 "ø Hdpe Pipe Meters 62 4.2.3 Installation Of Air Ventilation System Including Footing, Thrust Block And Goose Neck Unit 1 4.2.4 Backfilling & Tamping Works Meters 62 4.2.5 Disinfection And Hydrotesting (well & Pipeline) Lot 1 4.2.6 Installation Of Pump Plumbing Assembly, Welding Works, Machining Works & Installation Of Thrust Blocks Lot 1 4.2.7 Interconnection Works Lot 1 4.2.8 Fabrication Of Sanitary Seal & Other Plumbing Acc. Lot 1 Sub-total P- 4.3 Civil Works Construction Of Well Apron, Platform, Bipod/ Tripod Assembly & Riprappings Surrounding The Lot 1 Well Apron/platform ( 45 % Of The Cost Of Materials) Sub-total P- 5.0 Total Direct Cost Of Labor P- 6.0 Total Direct Cost (labor & Materials) P- 7.0 Contingencies (5% Of Total Direct Cost) P- 8.0 Total Project Cost P- Prepared By: Engr. Arturo N. Rimando Technical/production Division Manager Approved By: Engr. Eric F. Carpina Oic-general Manager
Closing Date9 Jun 2025
Tender AmountPHP 6.1 Million (USD 111 K)

Environmental Management Bureau Tender

Solid Waste Management
Corrigendum : Closing Date Modified
Philippines
Details: Description Republic Of The Philippines 1 Department Of Environment And Natural Resources Environmental Management Bureau National Capital Region Request For Quotation (rfq) Transport And Treatment Of Hazardous Waste Rfq No. 2025-ord-013 The Department Of Environment And Natural Resources – Environmental Management Bureau – National Capital Region (denr-emb-ncr) Hereinafter Referred To As The “purchaser” Now Requests For Submission Of Price Quotations For The Procurement Of The Aforesaid Items Described In The Technical Specifications. The Denr-emb-ncr Intends To Apply The Sum Of One Hundred Fifty Thousand Pesos Only (php 150,000.00) Being The Transport And Treatment Of Hazardous Waste, Rfq No. 2025-ord-013. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. A Set Of Technical Specifications Are Provided In Attachment 1. All Items Listed Under The Purchaser’s Specifications Must Be Complied With On A Pass-fail Basis. Failure To Meet Any One Of The Requirements May Result In Rejection Of The Quotation. Small-value Procurement/shopping Procedures Will Be Conducted In Accordance With The Provisions Of The Implementing Rules And Regulations (irr) Of Republic Act 9184. It Is The Intent Of The Purchaser To Evaluate The Bid/quotation On A Per Item Basis, And Award Will Be Made To The Bid/quotation Or Combination Of Quotations Resulting In The Lowest Evaluated Quotation Meeting The Purchaser’s Technical Specifications. Quotations Must Be Delivered At The Address Below Not Later Than 12:00 P.m. Of April 18, 2025. Department Of Environment And Natural Resources Environmental Management Bureau National Capital Region National Ecology Center Compound, East Avenue Diliman, Quezon City Prices Must Be Quoted In Philippine Peso And Must Include The Unit Price And Total Price, Inclusive Of All Taxes To Be Paid And Other Incidental Cost To The Delivery Site/s If The Contract Is Awarded. Bid/quotation May Be Typewritten And May Be Placed In A Sealed Envelope Marked The Transport And Treatment Of Hazardous Waste, Rfq No. 2025-ord-013. Or You May Send Your Bid-quotation Through Fax (02-9313134) Or E-mail (emb.bacsec.ncr125@gmail.com). Bids/quotations Shall Be Valid For Sixty (60) Calendar Days From The Deadline Of Submission Of Bids. The Delivery Period Shall Be Within Fifteen (15) Calendar Days From Receipt Of The Purchase Order (p.o) And/or Job Order (j.o). The Supplier Should Inform The Purchaser At Least Three (3) Days Before The Date Of Delivery. The Delivery Will Be Made Only During Working Days And Hours. Delivery Sites: See Delivery Sites Enumerated In The Quotation Form Protect Environment | Protect Life Emb-ncr Building, National Ecology Center Compound, East Ave., Diliman, Quezon City 1100 Telephone No.: (02) 8931-1331 | E-mail: Recordsncr@emb.gov.ph | Ncrsupport@emb.gov.ph Website: Www.ncr.emb.gov.ph Department Of Environment And Natural Resources Environmental Management Bureau National Capital Region National Ecology Center Compound, East Avenue, Diliman, Quezon City The Applicable Rate For Late Deliveries Is One Tenth (1/10) Of One (1) Percent Of The Cost Of The Unperformed Portion Of The Contract For Every Day Of Delay. The Maximum Deduction Shall Be Ten Percent (10%) Of The Amount Of Contract. Once The Cumulative Amount Of Liquidated Damages Reaches Ten Percent (10%) Of The Contract Amount, The Purchaser Shall Rescind The Contract Without Prejudice To Other Courses Of Action And Remedies Open To It. The Purchaser Reserves The Right To Accept Or Reject Any Quotation, And To Annul The Bidding/shopping Process Or Reject All Quotations At Any Time Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder/bidders. The Purchaser Also Reserves The Right To Waive Minor Deviations/defects Or Infirmities Therein. A Minor Deviation/defect Or Infirmity Is One That Does Not Materially Affect The Overall Functionality Of The Material And The Capability Of The Supplier To Perform The Contract. The Prospective Bidder Shall Submit The Following: Signed Quotation Form Goods- Technical Specifications And Certification From Regulatory Offices, If Applicable (dole Doh And Etc.) Food Services- Menu Civil Works- Plan, Layout, And Design Proof Of Philgeps Registration; Sec Registration/dti Certificate; Business Permit; Tax Clearance Annual Income Tax Return; Preferably With Proof That The Offered Products/items Are Manufactured By An Iso-9001 And Iso14001 Company Whose Certifications Are Valid On Opening Of Proposal; Preferably In Compliance With Philippine Green Public Procurement Roadmap Of Government Procurement Policy Board (gppb); Failure To Follow The Above Requirements May Result In Outright Rejection Of Submitted Quotation/s. Awarded Bidder Should Sign The Conforme Within Three (3) Working Days Upon Receipt. Failure To Conform Shall Be The Basis In The Consideration Of Appropriate Responsiveness Of The Bidder, In Which The Procuring Entity Shall Proceed To The Next Lowest Calculated And Responsive Bid. Engr. Divina C. Camarao Bac, Chairperson Attachment 1 Technical Specifications No. Purchaser’s Specifications Quantity / Uom Abc Per Unit Total Abc Rfq No. 2025-ord-013 Transport And Treatment Of Hazardous Waste 1 Lot ₱150,000.00 ₱ 150,000.00 Along With Your Signed Quotation Please Submit The Ff: Philgeps Certificate Dti/ Sec Mayor’s Permit Tax Clearance Annual Income Tax Return Preferably With Proof That The Offered Products / Items Are Manufactured By An Iso-9001 And Iso-14001 Company Whose Certifications Are Valid On The Opening On Proposal Quotation Form Date: Rfq No. Attention: Fad-procurement And Property Management Unit Department Of Environment And Natural Resources Environmental Management Bureau-national Capital Region National Ecology Center Compound East Avenue, Diliman, Quezon City 1) Having Examined The Subject Request For Quotation (rfq) Including The Technical Specifications, We, The Undersigned Offer To Supply And Deliver The Following: No. Description Quantit Y / Uom Delivery Site Unit Price (php) Total Price (php) Rfq No. 2025-ord-013 Transport And Treatment Of Hazardous Waste Emb- Ncr We Undertake, If Our Quotation Or Bid Is Accepted, To Deliver The Above Goods Within The Fifteen (15)-day Delivery Period From Receipt Purchase Order (p.o) Or Job Order (j.o). We Agree To Abide By This Quotation/bid For A Period Of Sixty (60) Days After The Deadline Of Submission Specified In The Rfq. We Understand That Payment For Items Delivered Will Be Made To The Winning Supplier After The Inspection And Acceptance Of Goods Delivered. Name Of Company : Postal Address : Email Address : Telephone & Fax No. : Supplier’s Representative : Signature Over Printed Name : Account Name And Branch : Preferably Landbank Account. In Case Of Other Banks, Charges May Apply. Republic Of The Philippines Department Of Environment And Natural Resources Environmental Management Bureau National Capital Region Emb-ncr Bldg. National Ecology Center Compound, East Ave., Diliman, Quezon City E-mail: Recordsncr@emb.gov.ph | Ncrsupport@emb.gov.ph Tel.#: 8931-1331 Local: | Cpd:1110-1113 | Emed:1118-1124 | Fad:1103-1107 | Ord:1114-1117 | Hotline Number: 8931-3023 | 8931-2954 | 8931-2684 | 8931-2397 | 8931-1834 | 8931-3632 | 8931-2654 Terms Of Reference Annex A: Procurement Of Hauling And Treatment Of Hazardous Waste And Wastewater Of Emb-ncr Inventory Of Hazardous Wastes And Wastewater As Of 2 April 2025 Hw No. Hw Class Hw Nature Hw Cataloguing Generate D Hw (in Mt) G704 Non-halogenated Organic Solvent Liquid Toxic 0.060 M503 Pharmaceuticals And Drugs Liquid Toxic 0.2100 B299 Other Acid Wastes Liquid Toxic Corrosive 1.5101 C399 Other Alkali Base Liquid Toxic 0.3107 D405 Chromium Compounds Liquid Toxic 0.034 D406 Lead And Its Compounds Liquid Toxic 0.002 D407 Mercury Compound Liquid Toxic 0.012 D499 Other Wastes With Inorganic Chemicals Liquid Toxic 0.080 J201 Containers Previously Containing Toxic Chemical Substances Solid Toxic 0.300 D407 Busted Fluorescent Lamps Solid Toxic 0.012 M506 Waste Electrical And Electronic Equipment Solid Toxic 3.200 M507 Special Waste: Batteries Solid Toxic 0.0345 A101 Waste With Cyanide Liquid Toxic 0.0015 E501 Oxidizing Agent Solid Toxic 0.0016 E502 Reducing Agent Solid Toxic 0.001 E599 Highly Reactive Chemical Solid Toxic 0.027 Laboratory Washings Stored In Storage Tank 1.10 Cubic Meters Republic Of The Philippines Department Of Environment And Natural Resources Environmental Management Bureau National Capital Region Emb-ncr Bldg. National Ecology Center Compound, East Ave., Diliman, Quezon City E-mail: Recordsncr@emb.gov.ph | Ncrsupport@emb.gov.ph Tel.#: 8931-1331 Local: | Cpd:1110-1113 | Emed:1118-1124 | Fad:1103-1107 | Ord:1114-1117 | Hotline Number: 8931-3023 | 8931-2954 | 8931-2684 | 8931-2397 | 8931-1834 | 8931-3632 | 8931-2654 Project Coverage: The Project Must Be Completed Within 30 Days Upon Notarization Of The Contract. The Contractor Must Be A Denr Accredited Hazardous Wastes Transporter And Treatment, Storage And Disposal (tsd). The Contractor Will Assist Emb-ncr In Securing The Permit To Transport Through The Hwms Online. The Hauling And Treatment Services Shall Cover The Above-listed Hazardous Waste Materials Placed In The Waste Storage Area And Wastewater Stored In The Storage Tank Within Emb-ncr. The Contractor Will Provide Three (3) Personnel (1 Driver And 2 Helpers) For The Collection And Transport Of The Wastes From The Waste Storage Area; A Manifest Of Transport Must Be Provided By The Hw Transporter During Hauling And Issuance Of Certificate Of Treatment (cot) By The Tds Facility Upon Completion Of The Waste Disposal; Process The Necessary Permits For Transport And Treatment Of The Laboratory Wastes; Emb-ncr Shall Pay The Contractor The Amount Of One Hundred Fifty Thousand Pesos (php 150,000.00) For Hauling And Treatment Of Hazardous Wastes Of Emb-ncr After The Issuance Of Certificate Of Treatment (cot). The Contractor Must Issue A Receipt For Every Payment Made By The Emb-ncr. Cause The Notarization Of The Contract. Prepared By: Sr. Ems/ Head, Chemical Permitting Unit/ Pollution Control Officer 3 April 2025 Omnibus Sworn Statement (revised) [shall Be Submitted With The Bid] Republic Of The Philippines ) City/municipality Of ) S.s. Affidavit I, [name Of Affiant], Of Legal Age, [civil Status], [nationality], And Residing At [address Of Affiant], After Having Been Duly Sworn In Accordance With Law, Do Hereby Depose And State That: [select One, Delete The Other:] [if A Sole Proprietorship:] I Am The Sole Proprietor Or Authorized Representative Of [name Of Bidder] With Office Address At [address Of Bidder]; [if A Partnership, Corporation, Cooperative, Or Joint Venture:] I Am The Duly Authorized And Designated Representative Of [name Of Bidder] With Office Address At [address Of Bidder]; [select One, Delete The Other:] [if A Sole Proprietorship:] As The Owner And Sole Proprietor, Or Authorized Representative Of [name Of Bidder], I Have Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract For [name Of The Project] Of The [name Of The Procuring Entity], As Shown In The Attached Duly Notarized Special Power Of Attorney; [if A Partnership, Corporation, Cooperative, Or Joint Venture:] I Am Granted Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract For [name Of The Project] Of The [name Of The Procuring Entity], As Shown In The Attached [state Title Of Attached Document Showing Proof Of Authorization (e.g., Duly Notarized Secretary’s Certificate, Board/partnership Resolution, Or Special Power Of Attorney, Whichever Is Applicable;)]; [name Of Bidder] Is Not “blacklisted” Or Barred From Bidding By The Government Of The Philippines Or Any Of Its Agencies, Offices, Corporations, Or Local Government Units, Foreign Government/foreign Or International Financing Institution Whose Blacklisting Rules Have Been Recognized By The Government Procurement Policy Board, By Itself Or By Relation, Membership, Association, Affiliation, Or Controlling Interest With Another Blacklisted Person Or Entity As Defined And Provided For In The Uniform Guidelines On Blacklisting; Each Of The Documents Submitted In Satisfaction Of The Bidding Requirements Is An Authentic Copy Of The Original, Complete, And All Statements And Information Provided Therein Are True And Correct; [name Of Bidder] Is Authorizing The Head Of The Procuring Entity Or Its Duly Authorized Representative(s) To Verify All The Documents Submitted; Consanguinity Or Affinity Up To The Third Civil Degree; [if A Partnership Or Cooperative:] None Of The Officers And Members Of [name Of Bidder] Is Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; [if A Corporation Or Joint Venture:] None Of The Officers, Directors, And Controlling Stockholders Of [name Of Bidder] Is Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; [name Of Bidder] Complies With Existing Labor Laws And Standards; And [name Of Bidder] Is Aware Of And Has Undertaken The Responsibilities As A Bidder In Compliance With The Philippine Bidding Documents, Which Includes: Carefully Examining All Of The Bidding Documents; Acknowledging All Conditions, Local Or Otherwise, Affecting The Implementation Of The Contract; Making An Estimate Of The Facilities Available And Needed For The Contract To Be Bid, If Any; And Inquiring Or Securing Supplemental/bid Bulletin(s) Issued For The [name Of The Project]. [name Of Bidder] Did Not Give Or Pay Directly Or Indirectly, Any Commission, Amount, Fee, Or Any Form Of Consideration, Pecuniary Or Otherwise, To Any Person Or Official, Personnel Or Representative Of The Government In Relation To Any Procurement Project Or Activity. 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. In Witness Whereof, I Have Hereunto Set My Hand This Day Of , 20 At , Philippines. [insert Name Of Bidder Or Its Authorized Representative] [insert Signatory’s Legal Capacity] Affiant [jurat] [format Shall Be Based On The Latest Rules On Notarial]
Closing Date18 Apr 2025
Tender AmountPHP 150 K (USD 2.6 K)

Province Of Iloilo Tender

Civil And Construction...+1Civil Works Others
Philippines
Details: Description Philippine Bidding Documents (as Harmonized With Development Partners) Improvement Of Perimeter Fence At Art Center, Brgy. Nanga, Pototan, Iloilo Bid No. Agr-25-219-b Iloilo Provincial Government Sixth Edition Table Of Contents Glossary Of Terms, Abbreviations, And Acronyms 4 Section I. Invitation To Bid 6 Section Ii. Instructions To Bidders 8 1. Scope Of Bid 8 2. Funding Information 8 3. Bidding Requirements 8 4. Corrupt, Fraudulent, Collusive, Coercive, And Obstructive Practices 8 5. Eligible Bidders 9 6. Origin Of Associated Goods 9 7. Subcontracts 9 8. Pre-bid Conference 9 9. Clarification And Amendment Of Bidding Documents 9 10. Documents Comprising The Bid: Eligibility And Technical Components 10 11. Documents Comprising The Bid: Financial Component 10 12. Alternative Bids 10 13. Bid Prices 11 14. Bid And Payment Currencies 11 15. Bid Security 11 16. Sealing And Marking Of Bids 11 17. Deadline For Submission Of Bids 11 18. Opening And Preliminary Examination Of Bids 12 19. Detailed Evaluation And Comparison Of Bids 12 20. Post Qualification 12 21. Signing Of The Contract 12 Section Iii. Bid Data Sheet 13 Section Iv. General Conditions Of Contract 15 1. Scope Of Contract 15 2. Sectional Completion Of Works 15 3. Possession Of Site 15 4. The Contractor’s Obligations 15 5. Performance Security 16 6. Site Investigation Reports 16 7. Warranty 16 8. Liability Of The Contractor 16 9. Termination For Other Causes 16 10. Dayworks 17 11. Program Of Work 17 12. Instructions, Inspections And Audits 17 13. Advance Payment 17 14. Progress Payments 17 15. Operating And Maintenance Manuals 17 Section V. Special Conditions Of Contract 18 Section Vi. Specifications 19 Section Vii. Drawings 27 Section Viii. Bill Of Quantities 49 Section Ix. Checklist Of Technical And Financial Documents 52 Glossary Of Terms, Abbreviations, And Acronyms Abc – Approved Budget For The Contract. Arcc – Allowable Range Of Contract Cost. Bac – Bids And Awards Committee. Bid – A Signed Offer Or Proposal To Undertake A Contract Submitted By A Bidder In Response To And In Consonance With The Requirements Of The Bidding Documents. Also Referred To As Proposal And Tender. (2016 Revised Irr, Section 5[c]) Bidder – Refers To A Contractor, Manufacturer, Supplier, Distributor And/or Consultant Who Submits A Bid In Response To The Requirements Of The Bidding Documents. (2016 Revised Irr, Section 5[d]) Bidding Documents – The Documents Issued By The Procuring Entity As The Bases For Bids, Furnishing All Information Necessary For A Prospective Bidder To Prepare A Bid For The Goods, Infrastructure Projects, And/or Consulting Services Required By The Procuring Entity. (2016 Revised Irr, Section 5[e]) Bir – Bureau Of Internal Revenue. Bsp – Bangko Sentral Ng Pilipinas. Cda – Cooperative Development Authority. Consulting Services – Refer To Services For Infrastructure Projects And Other Types Of Projects Or Activities Of The Gop Requiring Adequate External Technical And Professional Expertise That Are Beyond The Capability And/or Capacity Of The Gop To Undertake Such As, But Not Limited To: (i) Advisory And Review Services; (ii) Pre-investment Or Feasibility Studies; (iii) Design; (iv) Construction Supervision; (v) Management And Related Services; And (vi) Other Technical Services Or Special Studies. (2016 Revised Irr, Section 5[i]) Contract – Refers To The Agreement Entered Into Between The Procuring Entity And The Supplier Or Manufacturer Or Distributor Or Service Provider For Procurement Of Goods And Services; Contractor For Procurement Of Infrastructure Projects; Or Consultant Or Consulting Firm For Procurement Of Consulting Services; As The Case May Be, As Recorded In The Contract Form Signed By The Parties, Including All Attachments And Appendices Thereto And All Documents Incorporated By Reference Therein. Contractor – Is A Natural Or Juridical Entity Whose Proposal Was Accepted By The Procuring Entity And To Whom The Contract To Execute The Work Was Awarded. Contractor As Used In These Bidding Documents May Likewise Refer To A Supplier, Distributor, Manufacturer, Or Consultant. Cpi – Consumer Price Index. Dole – Department Of Labor And Employment. Dti – Department Of Trade And Industry. Foreign-funded Procurement Or Foreign-assisted Project – Refers To Procurement Whose Funding Source Is From A Foreign Government, Foreign Or International Financing Institution As Specified In The Treaty Or International Or Executive Agreement. (2016 Revised Irr, Section 5[b]). Gfi – Government Financial Institution. Gocc – Government-owned And/or –controlled Corporation. Goods – Refer To All Items, Supplies, Materials And General Support Services, Except Consulting Services And Infrastructure Projects, Which May Be Needed In The Transaction Of Public Businesses Or In The Pursuit Of Any Government Undertaking, Project Or Activity, Whether In The Nature Of Equipment, Furniture, Stationery, Materials For Construction, Or Personal Property Of Any Kind, Including Non-personal Or Contractual Services Such As The Repair And Maintenance Of Equipment And Furniture, As Well As Trucking, Hauling, Janitorial, Security, And Related Or Analogous Services, As Well As Procurement Of Materials And Supplies Provided By The Procuring Entity For Such Services. The Term “related” Or “analogous Services” Shall Include, But Is Not Limited To, Lease Or Purchase Of Office Space, Media Advertisements, Health Maintenance Services, And Other Services Essential To The Operation Of The Procuring Entity. (2016 Revised Irr, Section 5[r]) Gop – Government Of The Philippines. Infrastructure Projects – Include The Construction, Improvement, Rehabilitation, Demolition, Repair, Restoration Or Maintenance Of Roads And Bridges, Railways, Airports, Seaports, Communication Facilities, Civil Works Components Of Information Technology Projects, Irrigation, Flood Control And Drainage, Water Supply, Sanitation, Sewerage And Solid Waste Management Systems, Shore Protection, Energy/power And Electrification Facilities, National Buildings, School Buildings, Hospital Buildings, And Other Related Construction Projects Of The Government. Also Referred To As Civil Works Or Works. (2016 Revised Irr, Section 5[u]) Lgus – Local Government Units. Nfcc – Net Financial Contracting Capacity. Nga – National Government Agency. Pcab – Philippine Contractors Accreditation Board. Philgeps - Philippine Government Electronic Procurement System. Procurement Project – Refers To A Specific Or Identified Procurement Covering Goods, Infrastructure Project Or Consulting Services. A Procurement Project Shall Be Described, Detailed, And Scheduled In The Project Procurement Management Plan Prepared By The Agency Which Shall Be Consolidated In The Procuring Entity's Annual Procurement Plan. (gppb Circular No. 06-2019 Dated 17 July 2019) Psa – Philippine Statistics Authority. Sec – Securities And Exchange Commission. Slcc – Single Largest Completed Contract. Un – United Nations. Republic Of The Philippines Iloilo Provincial Government Section I. Invitation To Bid For Improvement Of Perimeter Fence At Art Center, Brgy. Nanga, Pototan, Iloilo Bid No. Agr-25-219-b The Iloilo Provincial Government, Through The 20% Nta Development Fund Fy-2025 Intends To Apply The Sum Of Five Million Pesos (p5,000,000.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Agr-25-219-b For The Improvement Of Perimeter Fence At Art Center, Brgy. Nanga, Pototan, Iloilo For The Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. The Iloilo Provincial Government Now Invites Bids For The Above Procurement Project. Completion Of The Works Is Required Ninety (90) Calendar Days. Bidders Should Have Completed A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. Interested Bidders May Obtain Further Information From The Bids And Awards Committee Secretariat, 5th Floor, New Iloilo Provincial Capitol, Bonifacio Drive, Iloilo City, Philippines And Inspect The Bidding Documents At The Address Given Below From 8:00am To 5:00pm. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On March 28, 2025 From Given Address And Website/s Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Five Thousand Pesos (p5, 000,00). The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person. The Iloilo Provincial Government Will Hold A Pre-bid Conference On April 8, 2025, 9:00 A.m. At Bids And Awards Committee Secretariat, 5th Floor, New Iloilo Provincial Capitol, Bonifacio Drive, Iloilo City, Philippines, And/or Through Videoconferencing/webcasting Via Zoom Conference Which Shall Be Open To Prospective Bidders. The Default Meeting Id And Password Shall Be: Meeting Id: 4340851724 // Password: 0922 Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At Bids And Awards Committee Secretariat, 5th Floor, New Iloilo Provincial Capitol, Bonifacio Drive, Iloilo City On Or Before April 22, 2025, 9:00 A.m. Late Bids Shall Not Be Accepted. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 16. Bid Opening Shall Be On April 22, 2025, 9:01 A.m. At Bids And Awards Committee Secretariat, 5th Floor, New Iloilo Provincial Capitol, Bonifacio Drive, Iloilo City, Philippines. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. The Iloilo Provincial Government Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Implementing Rules And Regulations (irr) Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. For Further Information, Please Refer To: Atty. Raemman M. Lagrada Head, Bac Secretariat 5f New Iloilo Provincial Capitol Bonifacio Drive, Iloilo City Tel. No. (33) 336-0736 Fax No. (33) 337-7731 Email: Ipg_bacs@yahoo.com You May Visit The Following Websites: For Downloading Of Bidding Documents: Www.iloilo.gov.ph March 17, 2025 Atty. Dennis T. Ventilacion Bac Chairperson Section Ii. Instructions To Bidders Scope Of Bid The Procuring Entity, Iloilo Provincial Government Invites Bids For The Improvement Of Perimeter Fence At Art Center, Brgy. Nanga, Pototan, Iloilo With Project Identification Number Agr-25-219-b. The Procurement Project (referred To Herein As “project”) Is For The Construction Of Works, As Described In Section Vi (specifications). Funding Information The Gop Through The Source Of Funding As Indicated Below For 2025 In The Amount Of Five Million Pesos (p5,000,000.00) The Source Of Funding Is: A. Lgu’s, 20% Nta Development Fund Fy 2025 As Approved By The Sanggunian. Bidding Requirements The Bidding For The Project Shall Be Governed By All The Provisions Of Ra No. 9184 And Its 2016 Revised Irr, Including Its Generic Procurement Manual And Associated Policies, Rules And Regulations As The Primary Source Thereof, While The Herein Clauses Shall Serve As The Secondary Source Thereof. Any Amendments Made To The Irr And Other Gppb Issuances Shall Be Applicable Only To The Ongoing Posting, Advertisement, Or Invitation To Bid By The Bac Through The Issuance Of A Supplemental Or Bid Bulletin. The Bidder, By The Act Of Submitting Its Bid, Shall Be Deemed To Have Inspected The Site, Determined The General Characteristics Of The Contracted Works And The Conditions For This Project, Such As The Location And The Nature Of The Work; (b) Climatic Conditions; (c) Transportation Facilities; (c) Nature And Condition Of The Terrain, Geological Conditions At The Site Communication Facilities, Requirements, Location And Availability Of Construction Aggregates And Other Materials, Labor, Water, Electric Power And Access Roads; And (d) Other Factors That May Affect The Cost, Duration And Execution Or Implementation Of The Contract, Project, Or Work And Examine All Instructions, Forms, Terms, And Project Requirements In The Bidding Documents. Corrupt, Fraudulent, Collusive, Coercive, And Obstructive Practices The Procuring Entity, As Well As The Bidders And Contractors, Shall Observe The Highest Standard Of Ethics During The Procurement And Execution Of The Contract. They Or Through An Agent Shall Not Engage In Corrupt, Fraudulent, Collusive, Coercive, And Obstructive Practices Defined Under Annex “i” Of The 2016 Revised Irr Of Ra No. 9184 Or Other Integrity Violations In Competing For The Project. Eligible Bidders Only Bids Of Bidders Found To Be Legally, Technically, And Financially Capable Will Be Evaluated. The Bidder Must Have An Experience Of Having Completed A Single Largest Completed Contract (slcc) That Is Similar To This Project, Equivalent To At Least Fifty Percent (50%) Of The Abc Adjusted, If Necessary, By The Bidder To Current Prices Using The Psa’s Cpi, Except Under Conditions Provided For In Section 23.4.2.4 Of The 2016 Revised Irr Of Ra No. 9184. A Contract Is Considered To Be “similar” To The Contract To Be Bid If It Has The Major Categories Of Work Stated In The Bds. For Foreign-funded Procurement, The Procuring Entity And The Foreign Government/foreign Or International Financing Institution May Agree On Another Track Record Requirement, As Specified In The Bidding Document Prepared For This Purpose. The Bidders Shall Comply With The Eligibility Criteria Under Section 23.4.2 Of The 2016 Irr Of Ra No. 9184. Origin Of Associated Goods There Is No Restriction On The Origin Of Goods Other Than Those Prohibited By A Decision Of The Un Security Council Taken Under Chapter Vii Of The Charter Of The Un. Subcontracts The Bidder May Subcontract Portions Of The Project To The Extent Allowed By The Procuring Entity As Stated Herein, But In No Case More Than Fifty Percent (50%) Of The Project. The Procuring Entity Has Prescribed That: Subcontracting Is Not Allowed. Pre-bid Conference The Procuring Entity Will Hold A Pre-bid Conference For This Project On The Specified Date And Time And Either At Its Physical Address At Bac Office, 5th Floor, New Iloilo Provincial Capitol, Iloilo City And/or Through Videoconferencing As Indicated In Paragraph 6 Of The Ib. Clarification And Amendment Of Bidding Documents Prospective Bidders May Request For Clarification On And/or Interpretation Of Any Part Of The Bidding Documents. Such Requests Must Be In Writing And Received By The Procuring Entity, Either At Its Given Address Or Through Electronic Mail Indicated In The Ib, At Least Ten (10) Calendar Days Before The Deadline Set For The Submission And Receipt Of Bids. Documents Comprising The Bid: Eligibility And Technical Components The First Envelope Shall Contain The Eligibility And Technical Documents Of The Bid As Specified In Section Ix. Checklist Of Technical And Financial Documents. If The Eligibility Requirements Or Statements, The Bids, And All Other Documents For Submission To The Bac Are In Foreign Language Other Than English, It Must Be Accompanied By A Translation In English, Which Shall Be Authenticated By The Appropriate Philippine Foreign Service Establishment, Post, Or The Equivalent Office Having Jurisdiction Over The Foreign Bidder’s Affairs In The Philippines. For Contracting Parties To The Apostille Convention, Only The Translated Documents Shall Be Authenticated Through An Apostille Pursuant To Gppb Resolution No. 13-2019 Dated 23 May 2019. The English Translation Shall Govern, For Purposes Of Interpretation Of The Bid. In Joint Ventures, A Special Pcab License, And Registration For The Type And Cost Of The Contract For This Project, Shall Be Required. Any Additional Type Of Contractor License Or Permit Shall Be Indicated In The Bds. A List Of Contractor’s Key Personnel (e.g., Project Manager, Project Engineers, Materials Engineers, And Foremen) Assigned To The Contract To Be Bid, With Their Complete Qualification And Experience Data Shall Be Provided. These Key Personnel Must Meet The Required Minimum Years Of Experience Set In The Bds. A List Of Contractor’s Major Equipment Units, Which Are Owned, Leased, And/or Under Purchase Agreements, Supported By Proof Of Ownership, Certification Of Availability Of Equipment From The Equipment Lessor/vendor For The Duration Of The Project, As The Case May Be, Must Meet The Minimum Requirements For The Contract Set In The Bds. Documents Comprising The Bid: Financial Component The Second Bid Envelope Shall Contain The Financial Documents For The Bid As Specified In Section Ix. Checklist Of Technical And Financial Documents. Any Bid Exceeding The Abc Indicated In Paragraph 1 Of The Ib Shall Not Be Accepted. For Foreign-funded Procurement, A Ceiling May Be Applied To Bid Prices Provided The Conditions Are Met Under Section 31.2 Of The 2016 Revised Irr Of Ra No. 9184. Alternative Bids Bidders Shall Submit Offers That Comply With The Requirements Of The Bidding Documents, Including The Basic Technical Design As Indicated In The Drawings And Specifications. Unless There Is A Value Engineering Clause In The Bds, Alternative Bids Shall Not Be Accepted. Bid Prices All Bid Prices For The Given Scope Of Work In The Project As Awarded Shall Be Considered As Fixed Prices, And Therefore Not Subject To Price Escalation During Contract Implementation, Except Under Extraordinary Circumstances As Determined By The Neda And Approved By The Gppb Pursuant To The Revised Guidelines For Contract Price Escalation Guidelines. Bid And Payment Currencies Bid Prices May Be Quoted In The Local Currency Or Tradeable Currency Accepted By The Bsp At The Discretion Of The Bidder. However, For Purposes Of Bid Evaluation, Bids Denominated In Foreign Currencies Shall Be Converted To Philippine Currency Based On The Exchange Rate As Published In The Bsp Reference Rate Bulletin On The Day Of The Bid Opening. Payment Of The Contract Price Shall Be Made In: Philippine Pesos. Bid Security The Bidder Shall Submit A Bid Securing Declaration Or Any Form Of Bid Security In The Amount Indicated In The Bds, Which Shall Be Not Less Than The Percentage Of The Abc In Accordance With The Schedule In The Bds. The Bid And Bid Security Shall Be Valid Until August 20, 2025. Any Bid Not Accompanied By An Acceptable Bid Security Shall Be Rejected By The Procuring Entity As Non-responsive. Sealing And Marking Of Bids Each Bidder Shall Submit One Copy Of The First And Second Components Of Its Bid. The Procuring Entity May Request Additional Hard Copies And/or Electronic Copies Of The Bid. However, Failure Of The Bidders To Comply With The Said Request Shall Not Be A Ground For Disqualification. If The Procuring Entity Allows The Submission Of Bids Through Online Submission To The Given Website Or Any Other Electronic Means, The Bidder Shall Submit An Electronic Copy Of Its Bid, Which Must Be Digitally Signed. An Electronic Copy That Cannot Be Opened Or Is Corrupted Shall Be Considered Non-responsive And, Thus, Automatically Disqualified. Deadline For Submission Of Bids The Bidders Shall Submit On The Specified Date And Time And Either At Its Physical Address Or Through Online Submission As Indicated In Paragraph 7 Of The Ib. Opening And Preliminary Examination Of Bids The Bac Shall Open The Bids In Public At The Time, On The Date, And At The Place Specified In Paragraph 9 Of The Ib. The Bidders’ Representatives Who Are Present Shall Sign A Register Evidencing Their Attendance. In Case Videoconferencing, Webcasting Or Other Similar Technologies Will Be Used, Attendance Of Participants Shall Likewise Be Recorded By The Bac Secretariat. In Case The Bids Cannot Be Opened As Scheduled Due To Justifiable Reasons, The Rescheduling Requirements Under Section 29 Of The 2016 Revised Irr Of Ra No. 9184 Shall Prevail. The Preliminary Examination Of Bids Shall Be Governed By Section 30 Of The 2016 Revised Irr Of Ra No. 9184. Detailed Evaluation And Comparison Of Bids The Procuring Entity’s Bac Shall Immediately Conduct A Detailed Evaluation Of All Bids Rated “passed” Using Non-discretionary Pass/fail Criteria. The Bac Shall Consider The Conditions In The Evaluation Of Bids Under Section 32.2 Of 2016 Revised Irr Of Ra No. 9184. If The Project Allows Partial Bids, All Bids And Combinations Of Bids As Indicated In The Bds Shall Be Received By The Same Deadline And Opened And Evaluated Simultaneously So As To Determine The Bid Or Combination Of Bids Offering The Lowest Calculated Cost To The Procuring Entity. Bid Security As Required By Itb Clause 16 Shall Be Submitted For Each Contract (lot) Separately. In All Cases, The Nfcc Computation Pursuant To Section 23.4.2.6 Of The 2016 Revised Irr Of Ra No. 9184 Must Be Sufficient For The Total Of The Abcs For All The Lots Participated In By The Prospective Bidder. Post Qualification Within A Non-extendible Period Of Five (5) Calendar Days From Receipt By The Bidder Of The Notice From The Bac That It Submitted The Lowest Calculated Bid, The Bidder Shall Submit Its Latest Income And Business Tax Returns Filed And Paid Through The Bir Electronic Filing And Payment System (efps), And Other Appropriate Licenses And Permits Required By Law And Stated In The Bds. Signing Of The Contract The Documents Required In Section 37.2 Of The 2016 Revised Irr Of Ra No. 9184 Shall Form Part Of The Contract. Additional Contract Documents Are Indicated In The Bds. Section Iii. Bid Data Sheet Itb Clause 5.2 For This Purpose, Contracts Similar To The Project Refer To Contracts Which Have The Same Major Categories Of Work, Which Shall Be: Structural Works 7.1 The Procuring Entity Has Prescribed That Subcontracting Is Not Allowed. 10.3 [specify If Another Contractor License Or Permit Is Required.] 10.4 The Key Personnel Must Meet The Required Minimum Years Of Experience Set Below: Key Personnel General Experience Relevant Experience 1-project Engineer 1 Year 1 Year 1-material Engineer 1 Year 1 Year 1-health & Safety Officer 1 Year 1 Year 1-foreman 1 Year 1 Year 10.5 The Minimum Major Equipment Requirements Are The Following: Equipment Capacity Number Of Units Bar Cutter & Bar Bender - 1 Concrete Vibrator - 1 One-bagger Mixer - 1 Generator - 1 12 Alternative Bids Are Not Allowed 15.1 The Bid Security Shall Be In The Form Of A Bid Securing Declaration Or Any Of The Following Forms And Amounts: The Amount Of Not Less Than Two Percent (2%) Of Abc, If Bid Security Is In Cash, Cashier’s/manager’s Check, Bank Draft/guarantee Or Irrevocable Letter Of Credit; The Amount Of Not Less Than Five Percent (5%) Of Abc If Bid Security Is In Surety Bond. 16 Bidders Shall Prepare An Original Of The First (eligibility And Technical) And Second (financial) Envelopes. In Addition, Bidders Shall Submit Separate Copies Of The First And Second Envelopes (copy 1, Copy 2) And Each Set Of Documents Must Clearly Indicate Whether The Same Is Original, Copy 1, Or Copy 2. In The Event Of Any Discrepancy Between The Original And The Copies, The Original Shall Prevail. Itb Clause 16 All Envelopes Shall: A. Contain The Name Of The Contract To Be Bid In Capital Letters: “improvement Of Perimeter Fence At Art Center, Brgy. Nanga, Pototan, Iloilo” B. Bear The Name And Address Of The Bidder In Capital Letters; Addressed To: Atty. Dennis T. Ventilacion, Chairperson, Bids And Awards Committee: D. Bear The Specific Identification Of This Procurement: “agr-25-219-b” E. Bear A Warning “do Not Open Before April 22, 2025” Indicating The Date And Time For The Submission Of Bids On The Blank: Bid Envelopes That Are Not Properly Sealed And Marked, As Required In The Bidding Documents, Shall Not Be Rejected, But The Bidder Or Its Duly Authorized Representative Shall Acknowledge Such Condition Of The Bid As Submitted. The Bac Or The Procuring Entity Shall Assume No Responsibility For The Misplacement Of The Contents Of The Improperly Sealed Or Marked Bid, Or For Its Premature Opening. Any Interlineations, Erasures, Or Overwriting Shall Be Valid Only If They Are Signed Or Initialed By The Duly Authorized Representative/s Of The Bidder 19.2 Partial Bid Is Not Allowed 20 No Further Instructions. 21 The Additional Contract Documents Relevant To The Project That Are Required By The Procuring Entity Are: A. Construction Schedule And S-curve; B. Manpower Schedule; C. Construction Methods; D. Equipment Utilization Schedule; E. Construction Safety And Health Program Approved By The Department Of Labor And Employment; And F. Pert/cpm Section Iv. General Conditions Of Contract Scope Of Contract This Contract Shall Include All Such Items, Although Not Specifically Mentioned, That Can Be Reasonably Inferred As Being Required For Its Completion As If Such Items Were Expressly Mentioned Herein. All The Provisions Of Ra No. 9184 And Its 2016 Revised Irr, Including The Generic Procurement Manual, And Associated Issuances, Constitute The Primary Source For The Terms And Conditions Of The Contract, And Thus, Applicable In Contract Implementation. Herein Clauses Shall Serve As The Secondary Source For The Terms And Conditions Of The Contract. This Is Without Prejudice To Sections 74.1 And 74.2 Of The 2016 Revised Irr Of Ra No. 9184 Allowing The Gppb To Amend The Irr, Which Shall Be Applied To All Procurement Activities, The Advertisement, Posting, Or Invitation Of Which Were Issued After The Effectivity Of The Said Amendment. Sectional Completion Of Works If Sectional Completion Is Specified In The Special Conditions Of Contract (scc), References In The Conditions Of Contract To The Works, The Completion Date, And The Intended Completion Date Shall Apply To Any Section Of The Works (other Than References To The Completion Date And Intended Completion Date For The Whole Of The Works). Possession Of Site The Procuring Entity Shall Give Possession Of All Or Parts Of The Site To The Contractor Based On The Schedule Of Delivery Indicated In The Scc, Which Corresponds To The Execution Of The Works. If The Contractor Suffers Delay Or Incurs Cost From Failure On The Part Of The Procuring Entity To Give Possession In Accordance With The Terms Of This Clause, The Procuring Entity’s Representative Shall Give The Contractor A Contract Time Extension And Certify Such Sum As Fair To Cover The Cost Incurred, Which Sum Shall Be Paid By Procuring Entity. If Possession Of A Portion Is Not Given By The Above Date, The Procuring Entity Will Be Deemed To Have Delayed The Start Of The Relevant Activities. The Resulting Adjustments In Contract Time To Address Such Delay May Be Addressed Through Contract Extension Provided Under Annex “e” Of The 2016 Revised Irr Of Ra No. 9184. The Contractor’s Obligations The Contractor Shall Employ The Key Personnel Named In The Schedule Of Key Personnel Indicating Their Designation, In Accordance With Itb Clause 10.3 And Specified In The Bds, To Carry Out The Supervision Of The Works. The Procuring Entity Will Approve Any Proposed Replacement Of Key Personnel Only If Their Relevant Qualifications And Abilities Are Equal To Or Better Than Those Of The Personnel Listed In The Schedule. Performance Security Within Ten (10) Calendar Days From Receipt Of The Notice Of Award From The Procuring Entity But In No Case Later Than The Signing Of The Contract By Both Parties, The Successful Bidder Shall Furnish The Performance Security In Any Of The Forms Prescribed In Section 39 Of The 2016 Revised Irr. The Contractor, By Entering Into The Contract With The Procuring Entity, Acknowledges The Right Of The Procuring Entity To Institute Action Pursuant To Ra No. 3688 Against Any Subcontractor Be They An Individual, Firm, Partnership, Corporation, Or Association Supplying The Contractor With Labor, Materials And/or Equipment For The Performance Of This Contract. Site Investigation Reports The Contractor, In Preparing The Bid, Shall Rely On Any Site Investigation Reports Referred To In The Scc Supplemented By Any Information Obtained By The Contractor. Warranty In Case The Contractor Fails To Undertake The Repair Works Under Section 62.2.2 Of The 2016 Revised Irr, The Procuring Entity Shall Forfeit Its Performance Security, Subject Its Property(ies) To Attachment Or Garnishment Proceedings, And Perpetually Disqualify It From Participating In Any Public Bidding. All Payables Of The Gop In His Favor Shall Be Offset To Recover The Costs. The Warranty Against Structural Defects/failures, Except That Occasioned-on Force Majeure, Shall Cover The Period From The Date Of Issuance Of The Certificate Of Final Acceptance By The Procuring Entity. Specific Duration Of The Warranty Is Found In The Scc. Liability Of The Contractor Subject To Additional Provisions, If Any, Set Forth In The Scc, The Contractor’s Liability Under This Contract Shall Be As Provided By The Laws Of The Republic Of The Philippines. If The Contractor Is A Joint Venture, All Partners To The Joint Venture Shall Be Jointly And Severally Liable To The Procuring Entity. Termination For Other Causes Contract Termination Shall Be Initiated In Case It Is Determined Prima Facie By The Procuring Entity That The Contractor Has Engaged, Before, Or During The Implementation Of The Contract, In Unlawful Deeds And Behaviors Relative To Contract Acquisition And Implementation, Such As, But Not Limited To Corrupt, Fraudulent, Collusive, Coercive, And Obstructive Practices As Stated In Itb Clause 4. Dayworks Subject To The Guidelines On Variation Order In Annex “e” Of The 2016 Revised Irr Of Ra No. 9184, And If Applicable As Indicated In The Scc, The Dayworks Rates In The Contractor’s Bid Shall Be Used For Small Additional Amounts Of Work Only When The Procuring Entity’s Representative Has Given Written Instructions In Advance For Additional Work To Be Paid For In That Way. Program Of Work The Contractor Shall Submit To The Procuring Entity’s Representative For Approval The Said Program Of Work Showing The General Methods, Arrangements, Order, And Timing For All The Activities In The Works. The Submissions Of The Program Of Work Are Indicated In The Scc. The Contractor Shall Submit To The Procuring Entity’s Representative For Approval An Updated Program Of Work At Intervals No Longer Than The Period Stated In The Scc. If The Contractor Does Not Submit An Updated Program Of Work Within This Period, The Procuring Entity’s Representative May Withhold The Amount Stated In The Scc From The Next Payment Certificate And Continue To Withhold This Amount Until The Next Payment After The Date On Which The Overdue Program Of Work Has Been Submitted. Instructions, Inspections And Audits The Contractor Shall Permit The Gop Or The Procuring Entity To Inspect The Contractor’s Accounts And Records Relating To The Performance Of The Contractor And To Have Them Audited By Auditors Of The Gop Or The Procuring Entity, As May Be Required. Advance Payment The Procuring Entity Shall, Upon A Written Request Of The Contractor Which Shall Be Submitted As A Contract Document, Make An Advance Payment To The Contractor In An Amount Not Exceeding Fifteen Percent (15%) Of The Total Contract Price, To Be Made In Lump Sum, Or At The Most Two Installments According To A Schedule Specified In The Scc, Subject To The Requirements In Annex “e” Of The 2016 Revised Irr Of Ra No. 9184. Progress Payments The Contractor May Submit A Request For Payment For Work Accomplished. Such Requests For Payment Shall Be Verified And Certified By The Procuring Entity’s Representative/project Engineer. Except As Otherwise Stipulated In The Scc, Materials And Equipment Delivered On The Site But Not Completely Put In Place Shall Not Be Included For Payment. Operating And Maintenance Manuals If Required, The Contractor Will Provide “as Built” Drawings And/or Operating And Maintenance Manuals As Specified In The Scc. If The Contractor Does Not Provide The Drawings And/or Manuals By The Dates Stated Above, Or They Do Not Receive The Procuring Entity’s Representative’s Approval, The Procuring Entity’s Representative May Withhold The Amount Stated In The Scc From Payments Due To The Contractor. Section V. Special Conditions Of Contract Gcc Clause 2 As Per Construction Schedule/contract Period 3.1 The Procuring Entity Shall Give Possession Of All Parts Of The Site To The Contractor Upon Effectivity Of The Contracts. 6 No Further Instructions 7.2 [in Case Of Permanent Structures, Such As Buildings Of Types 4 And 5 As Classified Under The National Building Code Of The Philippines And Other Structures Made Of Steel, Iron, Or Concrete Which Comply With Relevant Structural Codes (e.g., Dpwh Standard Specifications), Such As, But Not Limited To, Steel/concrete Bridges, Flyovers, Aircraft Movement Areas, Ports, Dams, Tunnels, Filtration And Treatment Plants, Sewerage Systems, Power Plants, Transmission And Communication Towers, Railway System, And Other Similar Permanent Structures:] Fifteen (15) Years. 10 Dayworks Are Applicable At The Rate Shown In The Contractor’s Original Bid. 11.1 No Further Instructions 11.2 No Further Instructions 13 The Amount Of The Advance Shall Not Exceed 15% Of The Total Contract Price. 14 Materials And Equipment Delivered On The Site But Not Completely Installed Or Constructed Shall Not Be Included For Payment. 15.1 The Date By Which Operating And Maintenance Manuals Are Required Shall Be At Least 5 Days Before The Testing And Commissioning. The Date By Which “as Built” Drawings Are Required Prior To The Final Billing. 15.2 The Amount To Be Withheld For Failing To Produce “as Built” Drawings And/or Operating And Maintenance Manuals By The Date Required Is 1% Of The Final Contract Amount. Section Vi. Specification Scope Of Works The Works Include Furnishing Of Labor, Materials, Tools, Equipment And Other Incidentals Necessary To Complete The Project Such As: Clearing, Grubbing, And Staking, Excavation Works, Backfill, Concrete Works (concreting, Gravel Bedding, Steel Works, And Formworks), Masonry Works, And Plastering Works. Other General Requirements B.4 - Construction Survey And Staking B.4.1 Description This Item Shall Consist Of Furnishing The Necessary Equipment And Material To Survey, Stake, Calculate, And Record Data For The Control Of Work In Accordance With This Specification And In Conformity With The Lines, Grades And Dimensions Shown On The Plans Or As Established By The Engineer. B.4.2 Construction Requirements B.4.2.1 General Staking Activities Shall Be Included In The Construction Schedule To Be Submitted By The Contractor. Dates And Sequence Of Each Staking Activity Shall Be Included. The Engineer Shall Set Initial Reference Lines, Horizontal And Vertical Control Points, And Shall Furnish The Data For Use In Establishing Control For The Completion Of Each Element Of The Work. Data Relating To Horizontal And Vertical Alignments, Theoretical Slope Stake Catch Points, And Other Design Data Shall Be Furnished. The Contractor Shall Be Responsible For The True Settling Of The Works Or Improvements And For Correctness Of Positions, Levels, Dimensions And Alignment Of All Parts Of The Works. He Shall Provide All Necessary Instruments, Appliances, Materials And Supplies, And Labor In Connection Therewith. The Contractor Shall Provide A Survey Crew Supervisor At The Project Site Whenever Surveying/staking Activity Is In Progress. Prior To Construction, The Engineer Shall Be Notified Of Any Missing Initial Reference Lines, Controls, Points, Or Stakes. The Engineer Shall Reestablish Missing Initial Reference Lines, Controls, Points, Or Stakes. The Contractor For Convenient Use Of Government-furnished Data Shall Perform Additional Calculations. Immediate Notification Of Apparent Errors In The Initial Staking Or In The Furnished Data Shall Be Provided. All Initial Reference And Control Points Shall Be Preserved. At The Start Of Construction, All Destroyed Or Disturbed Initial Reference Or Control Points Necessary To The Work Shall Be Replaced. Before Surveying And Staking, The Contractor Shall Discuss And Coordinate The Following With The Engineer: 1. Surveying And Staking Methods 2. Stake Marking/concrete Monuments 3. Grade Control For Courses Of Material 4. Referencing 5. Structure Control 6. Any Other Procedures And Controls Necessary For The Work Established Controls Shall Be Within The Tolerances Shown In Table 1. Table 1: Construction Survey And Staking Tolerances (1) Staking Phase Horizontal Vertical Existing Government Network Control Points ±20mm ±8mm X √k ² Local Supplemental Control Points Set From Existing Government Network Points ±10mm ±3mm X √n³ Centerline Points (4) - (pc), (pt), (pot), And (pac) Including References ±10mm ±10mm Other Centerline Points ±50mm ±50mm Cross-section Points And Slope Stakes (5) ±50mm ±50mm Slope Stakes References ±50mm ±50mm Culverts, Ditches, And Minor Drainage Structures ±50mm ±20mm Retaining Walls And Curb And Gutter ±20mm ±10mm Bridge Substructures ±10mm (6) ±10mm Bridge Superstructures ±10mm (6) ±10mm Clearing And Grubbing Limits ±500mm Roadway Subgrade Finish Stakes (7) ±50mm ±10mm Roadway Finish Grade Stakes (7) ±50mm ±10mm (1) At 95% Confidence Level. Tolerances Are Relative To Existing Government Network Control Points. (2) K Is The Distance In Kilometers. (3) N Is The Number Of Instrument Setups. (4) Centerline Points: Pc - Point Of Curve, Pt - Point Of Tangent, Pot - Point On Tangent, Poc - Point On Curve (5) Take The Cross-sections Normal To The Centerline + 1 Degree. (6) Bridge Control Is Established As Local Network And The Tolerances Are Relative To That Network. (7) Include Pave Ditches. The Contractor Shall Prepare Field Notes In An Approved Format. All Field Notes And Supporting Documentation Shall Become The Property Of The Government Upon Completion Of The Work. Work Shall Only Be Started After Staking For The Affected Work Is Accepted. The Construction Survey And Staking Work May Be Spot-checked By The Engineer For Accuracy, And Unacceptable Portions Of Work May Be Rejected. Rejected Work Shall Be Resurveyed, And Work That Is Not Within The Tolerances Specified In Table 1 Shall Be Corrected. Acceptance Of The Construction Staking Shall Not Relieve The Contractor Of Responsibility For Correcting Errors Discovered During The Work And For Bearing All Additional Costs Associated With The Error, Unless Such Error Is Based On Incorrect Data Supplied In Writing By The Engineer, In Which Case, The Expense In Rectifying The Same Shall Be At The Expense Of The Government. In The Case Of "change" Or "changed Conditions" Which Involve Any Change In Stakeout, The Contractor Shall Coordinate With The Engineer And Facilitate The Prompt Reestablishment Of The Field Control For The Altered Or Adjusted Work. All Flagging, Lath, Stakes, And Other Staking Materials Shall Be Removed And Disposed After The Project Is Completed. B.4.2.2 Equipment Survey Instruments And Supporting Equipment Capable Of Achieving The Specified Tolerances Shall Be Furnished. Acceptable Tools, Supplies, And Stakes Of The Type And Quality Normally Used In Highway Survey Work And Suitable For The Intended Use Shall Be Furnished. Stakes And Hubs Of Sufficient Length To Provide A Solid Set In The Ground With Sufficient Surface Area Above Ground For Necessary Legible Markings Shall Also Be Furnished. B.4.2.3 Survey And Staking Requirements All Survey, Staking, Recording Of Data, And Calculations Necessary To Construct The Project From The Initial Layout To Final Completion Shall Be Performed. Stakes Shall Be Reset As Many Times As Necessary To Construct The Work. 1. Control Points Established Initial Horizontal And Vertical Control Points In Conflict With Construction Shall Be Relocated To Areas That Will Not Be Disturbed By Construction Operations. The Coordinates And Elevations For The Relocated Points Shall Be Furnished Before The Initial Points Are Disturbed. 2. Roadway Cross-sections Roadway Cross-sections Shall Be Taken Normal Or Perpendicular To The Centerline. When The Centerline Horizontal Curve Radius Is Less Than Or Equal To 150 Meters And Vertical Parabolic Curve Radius Is Less Than Or Equal To 100 Meters, Cross-sections Shall Be Taken At A Maximum Centerline Spacing Of 10 Meters. When The Centerline Horizontal Curve Radius Is Greater Than 150 Meters And Vertical Parabolic Curve Radius Is Greater Than 100 Meters, Cross-sections Shall Be Taken At A Maximum Centerline Spacing Of 20 Meters. Additional Cross-sections Shall Be Taken At Significant Breaks In Topography And At Changes In The Typical Roadway Section Including Transition Change To Super Elevated Sections. Along Each Cross-section, Points Shall Be Measured And Recorded At Breaks In Topography And At Changes In Typical Roadway Section Including Transition Change To Super Elevated Sections And Shall Be No Further Apart Than 5 Meters. Points Shall Be Measured And Recorded To At Least The Anticipated Slope Stake And Reference Locations. All Cross-section Distances Shall Be Reduced To Horizontal Distances From Centerline. 3. Slope Stakes And References Slope Stakes And References Shall Be Set On Both Sides Of Centerline At The Cross-section Locations. Slope Stakes Shall Be Established In The Field As The Actual Point Of Intersection Of The Design Roadway Slope With The Natural Ground Line. Slope Stake References Shall Be Set Outside The Clearing Limits. All Reference Point And Slope Stake Information Shall Be Included On The Reference Stakes. When Initial References Are Provided, Slope Stakes May Be Set From These Points With Verification Of The Slope Stake Location With Field Measurements. Slope Stakes On Any Section That Do Not Match With The Staking Report Within The Tolerances Established In Table 1 Shall Be Recatched. Roadway Cross-section Data Shall Be Taken Between Centerline And The New Slope Stake Location. Additional References Shall Be Set Even When The Initial References Are Provided. 4. Clearing And Grubbing Limits Clearing And Grubbing Limits Shall Be Set On Both Sides Of Centerline At Roadway Cross-section Locations, Extending One (1) Meter Beyond The Toe Of The Fill Slopes Or Beyond Rounding Of Cut Slopes As The Case Maybe For The Entire Length Of The Project Unless Otherwise Shown On The Plans Or As Directed By The Engineer. 5. Centerline Reestablishment Centerline Shall Be Reestablished From Instrument Control Points. The Maximum Spacing Between Centerline Points Shall Be 10 Meters When The Centerline Horizontal Curve Radius Is Less Than Or Equal To 150 Meters And Vertical Parabolic Curve Radius Is Less Than Or Equal To 100 Meters. When The Centerline Horizontal Curve Radius Is Greater Than 150 Meters And Vertical Parabolic Curve Radius Is Greater Than 100 Meters, The Maximum Distance Between Centerline Points Shall Be 20 Meters. 6. Grade Finishing Stakes Grade Finishing Stakes Shall Be Set For Grade Elevations And Horizontal Alignment, At The Centerline And At Each Shoulder Of Roadway Cross-section Locations. Stakes Shall Be Set At The Top Of Subgrade And The Top Of Each Aggregate Course. Where Turnouts Are Constructed, Stakes Shall Be Set At The Centerline, At Each Normal Shoulder, And At The Shoulder Of The Turnout. In Parking Areas, Hubs Shall Be Set At The Center And Along The Edges Of The Parking Area. Stakes Shall Be Set At All Ditches To Be Paved. The Maximum Longitudinal Spacing Between Stakes Shall Be 10 Meters When The Centerline Horizontal Curve Radius Is Less Than Or Equal To 150 Meters And Vertical Parabolic Curve Radius Is Less Than Or Equal To 100 Meters. When The Centerline Horizontal Curve Radius Is Greater Than 150 Meters And Vertical Parabolic Curve Radius Is Greater Than 100 Meters, The Maximum Longitudinal Spacing Between Stakes Shall Be 20 Meters. The Maximum Transverse Spacing Between Stakes Shall Be 5 Meters. Brushes Or Guard Stakes Shall Be Used At Each Stake. 7. Culverts Culverts Shall Be Staked To Fit Field Conditions. The Location Of Culverts May Differ From The Plans. The Following Shall Be Performed: A. Survey And Record The Ground Profile Along The Culvert Centerline Including Inlet And Outlet Channel Profile Of At Least 10 Meters And As Additionally Directed By The Engineer So As To Gather All Necessary Data For The Preparation Of Pipe Projection Plan. B. Determine The Slope Catch Points At The Inlet And Outlet. C. Set The Reference Points And Record Information Necessary To Determine Culvert Length And End Treatments. D. Plot Into Scale The Profile Along The Culvert Centerline Reflecting The Natural Ground Elevation, Invert Elevation, The Flow Line, The Roadway Section, And The Size, Length And The Degree Of Elbow Of Culvert, End Treatments, Grade And Other Appurtenances. E. Plot Into Scale The Cross-section Of Inlet And Outlet Channel At Not More Than 5 Meters Interval. F. Submit The Plotted Pipe Projection Plan For Approval Of Final Culvert Length, Alignment And Headwall. G. When The Pipe Projection Plan Has Been Approved, Set Drainage Culvert Structure Survey And Reference Stakes, And Stake Inlet And Outlet To Make The Structure Functional. 8. Retaining Walls And Other Types Of Slope Protection Works Profile Measurements Along The Face Of The Proposed Wall And 2 Meters In Front Of The Wall Face Shall Be Surveyed And Recorded. Cross-sections Shall Be Taken Within The Limits Designated By The Engineer At Every 5 Meters Along The Length Of The Wall And All Major Breaks In Terrain. For Each Cross-section, Points Shall Be Measured And Recorded Every 5 Meters And At All Major Breaks In Terrain. Adequate References And Horizontal And Vertical Control Points Shall Be Set. 9. Borrow And Waste Sites The Work Essential For Initial Layout And Measurement Of The Borrow Or Waste Site Shall Be Performed. A Referenced Baseline, Site Limits, And Clearing Limits Shall Be Established. Initial And Final Cross-sections Shall Be Surveyed And Recorded. 10. Permanent Monuments And Markers All Survey And Staking Necessary To Establish Permanent Monuments And Markers Shall Be Performed. 11. Miscellaneous Survey And Staking All Surveying, Staking, And Recording Of Data Essential For Establishing The Layout And Control Of The Following Shall Be Performed, As Applicable: A. Approach Roads And Trails B. Road Right Of Way And Construction Limit In Accordance With The Approved Parcellary Plan. C. Curb And Gutter D. Guardrail E. Parking Areas F. Paved Waterways And Outfall Structures G. Lined Canals And Other Ditches H. Chutes And Spillways I. Turf Establishment-s J. Utilities K. Signs, Delineators, And Object 9 Markers I. Pavement Markings B.4.3 Method Of Measurement Construction Survey And Staking Shall Be Measured By The Kilometer. Slope, Reference, And Clearing And Grubbing Stakes Shall Be Measured By The Kilometer. Centerline Establishment Shall Be Measured By The Kilometer. Centerline Reestablishment Shall Be Measured Only One Time. Culvert Survey And Staking Shall Be Measured By The Each. Grade Finishing Stakes Shall Be Measured By The Kilometer. Subgrade Shall Be Measured One Time And Each Aggregate Course Shall Also Be Measured One Time. Permanent Monuments And Markers Shall Be Measured By Each Unit Placed And Installed At The Proper Locations. Miscellaneous Survey And Staking Shall Be Measured By The Hour Of Survey Work Ordered Or By The Lump Sum. For Miscellaneous Survey And Staking Paid By The Hour, The Minimum Survey Crew Size Shall Be 2 Persons. Time Spent In Making Preparations, Travelling To And From The Project Site, Performing Calculations, Plotting Cross Sections And Other Data, Processing Computer Data, And Other Efforts Necessary To Successfully Accomplish Construction Survey And Staking Shall Not Be Measured Separately But Deemed Included As Subsidiary For Each Of The Pay Item. Project Sign Board / Billboard The Contractor Shall Ensure That The Project Site Is Identified With Information Billboard Which Shall Be Erected At The Beginning And Ending Of The Proposed Project. The Layout Of The Billboard Shall Accord To The Specifications Pursuant To The Commission On Audit (coa) Circular No. 2013-004 Issued On January 30, 2013. Coa Billboard Pao Billboard The Billboard’s Specifications Shall Conform To The Following Requirements: Tarpaulin, White, 8ft X 8ft (coa) And 4ft X 8ft (pao): Resolution: 70 Dpi; Font: Helvetica; Font Size: Main Information – 3”; Sub-information – 1”; Font Color: Black; Suitable Frame: Rigid Wood Or Steel Frame With Post; And, Posting: Outside Display At The Project Location After Award Has Been Made. Measurement The Supply And Erection Of Project Billboard Shall Be In Accordance With Provisions Of This Specification And Shall Be Measured For Payment. Basis Of Payment Payment Shall Be In Accordance With All The Cost Associated With The Compliance Of This Specification And Shall Be Included In The Contractor’s Bid Price. No Additional Or Separate Payment Will Be Made In This Regard As Well As For The Maintenance Of The Billboard. Pay Item Number Description Unit Of Measurement B.5 Project Billboard Each Part C – Earthwork Item 100 – Clearing And Grubbing 100.1 Description This Item Shall Consist Of Clearing, Grubbing, Removing And Disposing All Vegetation And Debris As Designated In The Contract, Except Those Objects That Are Designated To Remain In Place Or Are To Be Removed In Consonance With Other Provisions Of This Specification. The Work Shall Also Include The Preservation From Injury Or Defacement Of All Objects Designated To Remain. 100.2 Construction Requirements 100.2.1 General The Engineer Will Establish The Limits Of Work And Designate All Trees, Shrubs, Plants And Other Things To Remain. The Contractor Shall Preserve All Objects Designated To Remain. Paint Required For Cut Or Scarred Surface Of Trees Or Shrubs Selected For Retention Shall Be An Approved Asphaltum Base Paint Prepared Especially For Tree Surgery. Clearing Shall Extend One (1) Meter Beyond The Toe Of The Fill Slopes Or Beyond Rounding Of Cut Slopes As The Case Maybe For The Entire Length Of The Project Unless Otherwise Shown On The Plans Or As Directed By The Engineer And Provided It Is Within The Right Of Way Limits Of The Project, With The Exception Of Trees Under The Jurisdiction Of The Forest Management Bureau (fmb). 100.2.2 Clearing And Grubbing All Surface Objects And All Trees, Stumps, Roots And Other Protruding Obstructions, Not Designated To Remain, Shall Be Cleared And/or Grubbed, Including Mowing As Required, Except As Provided Below: (1) Removal Of Undisturbed Stumps And Roots And Nonperishable Solid Objects With A Minimum Depth Of One (1) Meter Below Subgrade Or Slope Of Embankment Will Not Be Required. (2) In Areas Outside Of The Grading Limits Of Cut And Embankment Areas, Stumps And Nonperishable Solid Objects Shall Be Cut Off Not More Than 150 Mm (6 Inches) Above The Ground Line Or Low Water Level. (3) In Areas To Be Rounded At The Top Of Cut Slopes, Stumps Shall Be Cut Off Flush With Or Below The Surface Of The Final Slope Line. (4) Grubbing Of Pits, Channel Changes And Ditches Will Be Required Only To The Depth Necessitated By The Proposed Excavation Within Such Areas. (5) In Areas Covered By Cogon/talahib, Wild Grass And Other Vegetations, Top Soil Shall Be Cut To A Maximum Depth Of 150 Mm Below The Original Ground Surface Or As Designated By The Engineer, And Disposed Outside The Clearing And Grubbing Limits As Indicated In The Typical Roadway Section. Except In Areas To Be Excavated, Stump Holes And Other Holes From Which Obstructions Are Removed Shall Be Backfilled With Suitable Material And Compacted To The Required Density. If Perishable Material Is Burned, It Shall Be Burned Under The Constant Care Of Component Watchmen At Such Times And In Such A Manner That The Surrounding Vegetation, Other Adjacent Property, Or Anything Designated To Remain On The Right Of Way Will Not Be Jeopardized. If Permitted, Burning Shall Be Done In Accordance With Applicable Laws, Ordinances, And Regulation. The Contractor Shall Use High Intensity Burning Procedures, (i.e., Incinerators, High Stacking Or Pit And Ditch Burning With Forced Air Supplements) That Produce Intense Burning With Little Or No Visible Smoke Emission During The Burning Process. At The Conclusion Of Each Burning Session, The Fire Shall Be Completely Extinguished So That No Smoldering Debris Remains. In The Event That The Contractor Is Directed By The Engineer Not To Start Burning Operations Or To Suspend Such Operations Because Of Hazardous Weather Conditions, Material To Be Burned Which Interferes With Subsequent Construction Operations Shall Be Moved By The Contractor To Temporary Locations Clear Of Construction Operations And Later, If Directed By The Engineer, Shall Be Placed On A Designated Spot And Burned. Materials And Debris Which Cannot Be Burned And Perishable Materials May Be Disposed Off By Methods And At Locations Approved By The Engineer, On Or Off The Project. If Disposal Is By Burying, The Debris Shall Be Placed In Layers With The Material So Disturbed To Avoid Nesting. Each Layer Shall Be Covered Or Mixed With Earth Material By The Land-fill Method To Fill All Voids. The Top Layer Of Material Buried Shall Be Covered With At Least 300 Mm (12 Inches) Of Earth Or Other Approved Material And Shall Be Graded, Shaped And Compacted To Present A Pleasing Appearance. If The Disposal Location Is Off The Project, The Contractor Shall Make All Necessary Arrangements With Property Owners In Writing For Obtaining Suitable Disposal Locations Which Are Outside The Limits Of View From The Project. The Cost Involved Shall Be Included In The Unit Bid Price. A Copy Of Such Agreement Shall Be Furnished To The Engineer. The Disposal Areas Shall Be Seeded, Fertilized And Mulched At The Contractor’s Expense. Woody Material May Be Disposed Off By Chipping. The Wood Chips May Be Used For Mulch, Slope Erosion Control Or May Be Uniformly Spread Over Selected Areas As Directed By The Engineer. Wood Chips Used As Mulch For Slope Erosion Control Shall Have A Maximum Thickness Of 12 Mm (1/2 Inch) And Faces Not Exceeding 3900 Mm2 (6 Square Inches) On Any Individual Surface Area. Wood Chips Not Designated For Use Under Other Sections Shall Be Spread Over The Designated Areas In Layers Not To Exceed 75 Mm (3 Inches) Loose Thickness. Diseased Trees Shall Be Buried Or Disposed Off As Directed By The Engineer. All Merchantable Timber In The Clearing Area Which Has Not Been Removed From The Right Of Way Prior To The Beginning Of Construction, Shall Become The Property Of The Contractor, Unless Otherwise Provided. Low Hanging Branches And Unsound Or Unsightly Branches On Trees Or Shrubs Designated To Remain Shall Be Trimmed As Directed. Branches Of Trees Extending Over The Roadbed Shall Be Trimmed To Give A Clear Height Of 6 M (20 Feet) Above The Roadbed Surface. All Trimming Shall Be Done By Skilled Workmen And In Accordance With Good Tree Surgery Practices. Timber Cut Inside The Area Staked For Clearing Shall Be Felled Within The Area To Be Cleared. 100.2.3 Individual Removal Of Trees Or Stumps Individual Trees Or Stumps Designated By The Engineer For Removal And Located In Areas Other Than Those Established For Clearing And Grubbing And Roadside Cleanup Shall Be Removed And Disposed Off As Specified Under Subsection 100.2.2 Except Trees Removed Shall Be Cut As Nearly Flush With The Ground As Practicable Without Removing Stumps. 100.3 Method Of Measurement Measurement Will Be By One Or More Of The Following Alternate Methods: 1. Area Basis. The Work To Be Paid For Shall Be The Number Of Hectares And Fractions Thereof Acceptably Cleared And Grubbed Within The Limits Indicated On The Plans Or As May Be Adjusted In Field Staking By The Engineer. Areas Not Within The Clearing And Grubbing Limits Shown On The Plans Or Not Staked For Clearing And Grubbing Will Not Be Measured For Payment. 2. Lump-sum Basis. When The Bill Of Quantities Contains A Clearing And Grubbing Lump-sum Item, No Measurement Of Area Will Be Made For Such Item. 3. Individual Unit Basis (selective Clearing). The Diameter Of Trees Will Be Measured At A Height Of 1.4 M (54 Inches) Above The Ground. Trees Less Than 150 Mm (6 Inches) In Diameter Will Not Be Measured For Payment. When Bill Of Quantities Indicates Measurement Of Trees By Individual Unit Basis, The Units Will Be Designated And Measured In Accordance With The Following Schedule Of Sizes: Diameter At Height Of 1.4 M Pay Item Designation Over 150 Mm To 900 Mm Small Over 900 Mm Large 100.4 Basis Of Payment The Accepted Quantities, Measured As Prescribed In Section 100.3, Shall Be Paid For At The Contract Unit Price For Each Of The Pay Items Listed Below That Is Included In The Bill Of Quantities, Which Price And Payment Shall Be Full Compensation For Furnishing All Labor, Equipment, Tools And Incidentals Necessary To Complete The Work Prescribed In This Item. Payment Will Be Made Under: Pay Item Number Description Unit Of Measurement 100 (1) Clearing And Grubbing Hectare 100 (2) Clearing And Grubbing Lump Sum 100 (3) Individual Removal Of Trees, Small Each 100 (4) Individual Removal Of Trees, Large Each Item 103 - Structure Excavation 103.1 Description This Item Shall Consist Of The Necessary Excavation For Foundation Of Bridges, Culverts, Underdrains, And Other Structures Not Otherwise Provided For In The Specifications. Except As Otherwise Provided For Pipe Culverts, The Backfilling Of Completed Structures And The Disposal Of All Excavated Surplus Materials, Shall Be In Accordance With These Specifications And In Reasonably Close Conformity With The Plans Or As Established By The Engineer. This Item Shall Include Necessary Diverting Of Live Streams, Bailing, Pumping, Draining, Sheeting, Bracing, And The Necessary Construction Of Cribs And Cofferdams, And Furnishing The Materials Therefore, And The Subsequent Removal Of Cribs And Cofferdams And The Placing Of All Necessary Backfill. It Shall Also Include The Furnishing And Placing Of Approved Foundation Fill Material To Replace Unsuitable Material Encountered Below The Foundation Elevation Of Structures. No Allowance Will Be Made For Classification Of Different Types Of Material Encountered. 103.2 Construction Requirements 103.2.1 Clearing And Grubbing Prior To Starting Excavation Operations In Any Area, All Necessary Clearing And Grubbing In That Area Shall Have Been Performed In Accordance With Item 100, Clearing And Grubbing. 103.2.2 Excavation (1) General, All Structures. The Contractor Shall Notify The Engineer Sufficiently In Advance Of The Beginning Of Any Excavation So That Cross-sectional Elevations And Measurements May Be Taken On The Undisturbed Ground. The Natural Ground Adjacent To The Structure Shall Not Be Disturbed Without Permission Of The Engineer. Trenches Or Foundation Pits For Structures Or Structure Footings Shall Be Excavated To The Lines And Grades Or Elevations Shown On The Plans Or As Staked By The Engineer. They Shall Be Of Sufficient Size To Permit The Placing Of Structures Or Structure Footings Of The Full Width And Length Shown. The Elevations Of The Bottoms Of Footings, As Shown On The Plans, Shall Be Considered As Approximate Only And The Engineer May Order, In Writing, Such Changes In Dimensions Or Elevations Of Footings As May Be Deemed Necessary, To Secure A Satisfactory Foundation. Boulders, Logs, And Other Objectionable Materials Encountered In Excavation Shall Be Removed. After Each Excavation Is Completed, The Contractor Shall Notify The Engineer To That Effect And No Footing, Bedding Material Or Pipe Culvert Shall Be Placed Until The Engineer Has Approved The Depth Of Excavation And The Character Of The Foundation Material. (2) Structures Other Than Pipe Culverts. All Rock Or Other Hard Foundation Materials Shall Be Cleaned Of All Loose Materials, And Cut To A Firm Surface, Either Level, Stepped, Or Serrated As Directed By The Engineer. All Seams Or Crevices Shall Be Cleaned And Grouted. All Loose And Disintegrated Rocks And Thin Strata Shall Be Removed. When The Footing Is To Rest On Material Other Than Rock, Excavation To Final Grade Shall Not Be Made Until Just Before The Footing Is To Be Placed. When The Foundation Material Is Soft Or Mucky Or Otherwise Unsuitable, As Determined By The Engineer, The Contractor Shall Remove The Unsuitable Material And Backfill With Approved Granular Material. This Foundation Fill Shall Be Placed And Compacted In 150 Mm Layers Up To The Foundation Elevation. When Foundation Piles Are Used, The Excavation Of Each Pit Shall Be Completed Before The Piles Are Driven And Any Placing Of Foundation Fill Shall Be Done After The Piles Are Driven. After The Driving Is Completed, All Loose And Displaced Materials Shall Be Removed, Leaving A Smooth, Solid Bed To Receive The Footing. (3) Pipe Culverts. The Width Of The Pipe Trench Shall Be Sufficient To Permit Satisfactory Jointing Of The Pipe And Thorough Tamping Of The Bedding Material Under And Around The Pipe. Where Rock, Hardpan, Or Other Unyielding Material Is Encountered, It Shall Be Removed Below The Foundation Grade For A Depth Of At Least 300 Mm Or 4 Mm For Each 100 Mm Of Fill Over The Top Of Pipe, Whichever Is Greater, But Not To Exceed Three-quarters Of The Vertical Inside Diameter Of The Pipe. The Width Of The Excavation Shall Be At Least 300 Mm Greater Than The Horizontal Outside Diameter Of The Pipe. The Excavation Below Grade Shall Be Backfilled With Selected Fine Compressible Material, Such As Silty Clay Or Loam, And Lightly Compacted In Layers Not Over 150 Mm In Uncompacted Depth To Form A Uniform But Yielding Foundation. Where A Firm Foundation Is Not Encountered At The Grade Established, Due To Soft, Spongy, Or Other Unstable Soil, Such Unstable Soil Under The Pipe And For A Width Of At Least One Diameter On Each Side Of The Pipe Shall Be Removed To The Depth Directed By The Engineer And Replaced With Approved Granular Foundation Fill Material Properly Compacted To Provide Adequate Support For The Pipe, Unless Other Special Construction Methods Are Called For On The Plans. The Foundation Surface Shall Provide A Firm Foundation Of Uniform Density Throughout The Length Of The Culvert And If Directed By The Engineer, Shall Be Cambered In The Direction Parallel To The Pipe Centerline. Where Pipe Culverts Are To Be Placed In Trenches Excavated In Embankments, The Excavation Of Each Trench Shall Be Performed After The Embankment Has Been Constructed To A Plane Parallel To The Proposed Profile Grade And To Such Height Above The Bottom Of The Pipe As Shown On The Plans Or Directed By The Engineer. 103.2.3 Utilization Of Excavated Materials All Excavated Materials, So Far As Suitable, Shall Be Utilized As Backfill Or Embankment. The Surplus Materials Shall Be Disposed Of In Such Manner As Not To Obstruct The Stream Or Otherwise Impair The Efficiency Or Appearance Of The Structure. No Excavated Materials Shall Be Deposited At Any Time So As To Endanger The Partly Finished Structure. 103.2.4 Cofferdams Suitable And Practically Watertight Cofferdams Shall Be Used Wherever Water-bearing Strata Are Encountered Above The Elevation Of The Bottom Of The Excavation. If Requested, The Contractor Shall Submit Drawings Showing His Proposed Method Of Cofferdam Construction, As Directed By The Engineer. Cofferdams Or Cribs For Foundation Construction Shall In General, Be Carried Well Below The Bottoms Of The Footings And Shall Be Well Braced And As Nearly Watertight As Practicable. In General, The Interior Dimensions Of Cofferdams Shall Be Such As To Give Sufficient Clearance For The Construction Of Forms And The Inspection Of Their Exteriors, And To Permit Pumping Outside Of The Forms. Cofferdams Or Cribs Which Are Tilted Or Moved Laterally During The Process Of Sinking Shall Be Righted Or Enlarged So As To Provide The Necessary Clearance. When Conditions Are Encountered Which, As Determined By The Engineer, Render It Impracticable To Dewater The Foundation Before Placing The Footing, The Engineer May Require The Construction Of A Concrete Foundation Seal Of Such Dimensions As He May Consider Necessary, And Of Such Thickness As To Resist Any Possible Uplift. The Concrete For Such Seal Shall Be Placed As Shown On The Plans Or Directed By The Engineer. The Foundation Shall Then Be Dewatered And The Footing Placed. When Weighted Cribs Are Employed And The Mass Is Utilized To Overcome Partially The Hydrostatic Pressure Acting Against The Bottom Of The Foundation Seal, Special Anchorage Such As Dowels Or Keys Shall Be Provided To Transfer The Entire Mass Of The Crib To The Foundation Seal. When A Foundation Seal Is Placed Under Water, The Cofferdams Shall Be Vented Or Ported At Low Water Level As Directed. Cofferdams Shall Be Constructed So As To Protect Green Concrete Against Damage From Sudden Rising Of The Stream And To Prevent Damage To The Foundation By Erosion. No Timber Or Bracing Shall Be Left 30 In Cofferdams Or Cribs In Such A Way As To Extend Into Substructure Masonry, Without Written Permission From The Engineer. Any Pumping That May Be Permitted From The Interior Of Any Foundation Enclosure Shall Be Done In Such A Manner As To Preclude The Possibility Of Any Portion Of The Concrete Material Being Carried Away. Any Pumping Required During The Placing Of Concrete, Or For A Period Of At Least 24 Hours Thereafter, Shall Be Done From A Suitable Sump Located Outside The Concrete Forms. Pumping To Dewater A Sealed Cofferdam Shall Not Commence Until The Seal Has Set Sufficiently To Withstand The Hydrostatic Pressure. Unless Otherwise Provided, Cofferdams Or Cribs, With All Sheeting And Bracing Involved Therewith, Shall Be Removed By The Contractor After The Completion Of The Substructure. Removal Shall Be Effected In Such Manner As Not To Disturb Or Mar Finished Masonry. 103.2.5 Preservation Of Channel Unless Otherwise Permitted, No Excavation Shall Be Made Outside Of Caissons, Cribs, Cofferdams, Or Sheet Piling, And The Natural Stream Bed Adjacent To Structure Shall Not Be Disturbed Without Permission From The Engineer. If Any Excavation Or Dredging Is Made At The Side Of The Structure Before Caissons, Cribs, Or Cofferdams Are Sunk In Place, The Contractor Shall, After The Foundation Base Is In Place, Backfill All Such Excavations To The Original Ground Surface Or Stream Bed With Material Satisfactory To The Engineer. 103.2.6 Backfill And Embankment For Structures Other Than Pipe Culverts Excavated Areas Around Structures Shall Be Backfilled With Free Draining Granular Material Approved By The Engineer And Placed In Horizontal Layers Not Over 150 Mm In Thickness, To The Level Of The Original Ground Surface. Each Layer Shall Be Moistened Or Dried As Required And Thoroughly Compacted With Mechanical Tampers. In Placing Backfills Or Embankment, The Material Shall Be Placed Simultaneously In So Far As Possible To Approximately The Same Elevation On Both Sides Of An Abutment, Pier, Or Wall. If Conditions Require Placing Backfill Or Embankment Appreciably Higher On One Side Than On The Opposite Side, The Additional Material On The Higher Side Shall Not Be Placed Until The Masonry Has Been In Place For 14 Days, Or Until Tests Made By The Laboratory Under The Supervision Of The Engineer Establishes That The Masonry Has Attained Sufficient Strength To Withstand Any Pressure Created By The Methods Used And Materials Placed Without Damage Or Strain Beyond A Safe Factor. Backfill Or Embankment Shall Not Be Placed Behind The Walls Of Concrete Culverts Or Abutments Or Rigid Frame Structures Until The Top Slab Is Placed And Cured. Backfill And Embankment Behind Abutments Held At The Top By The Superstructure, And Behind The Sidewalls Of Culverts, Shall Be Carried Up Simultaneously Behind Opposite Abutments Or Sidewalls. All Embankments Adjacent To Structures Shall Be Constructed In Horizontal Layers And Compacted As Prescribed In Subsection 104.3.3 Except That Mechanical Tampers May Be Used For The Required Compaction. Special Care Shall Be Taken To Prevent Any Wedging Action Against The Structure, And Slopes Bounding Or Within The Areas To Be Filled Shall Be Benched Or Serrated To Prevent Wedge Action. The Placing Of Embankment And The Benching Of Slopes Shall Continue In Such A Manner That At All Times There Will Be Horizontal Berm Of Thoroughly Compacted Material For A Distance At Least Equal To The Height Of The Abutment Or Wall To Be Backfilled Against Except Insofar As Undisturbed Material Obtrudes Upon The Area. Broken Rock Or Coarse Sand And Gravel Shall Be Provided For A Drainage Filter At Weepholes As Shown On The Plans. 103.2.7 Bedding, Backfill, And Embankment For Pipe Culverts Bedding, Backfill And Embankment For Pipe Culverts Shall Be Done In Accordance With Item 500, Pipe Culverts And Storm Drains. 103.3 Method Of Measurement 103.3.1 Structure Excavation The Volume Of Excavation To Be Paid For Will Be The Number Of Cubic Meters Measured In Original Position Of Material Acceptably Excavated In Conformity With The Plans Or As Directed By The Engineer, But In No Case, Except As Noted, Will Any Of The Following Volumes Be Included In The Measurement For Payment: (1) The Volume Outside Of Vertical Planes 450 Mm Outside Of And Parallel To The Neat Lines Of Footings And The Inside Walls Of Pipe And Pipe-arch Culverts At Their Widest Horizontal Dimensions. (2) The Volume Of Excavation For Culvert And Sections Outside The Vertical Plane For Culverts Stipulated In (1) Above. (3) The Volume Outside Of Neat Lines Of Underdrains As Shown On The Plans, And Outside The Limits Of Foundation Fill As Ordered By The Engineer. (4) The Volume Included Within The Staked Limits Of The Roadway Excavation, Contiguous Channel Changes, Ditches, Etc., For Which Payment Is Otherwise Provided In The Specification. (5) Volume Of Water Or Other Liquid Resulting From Construction Operations And Which Can Be Pumped Or Drained Away. (6) The Volume Of Any Excavation Performed Prior To The Taking Of Elevations And Measurements Of The Undisturbed Ground. (7) The Volume Of Any Material Rehandled, Except That Where The Plans Indicate Or The Engineer Directs The Excavation After Embankment Has Been Placed And Except That When Installation Of Pipe Culverts By The Imperfect Trench Method Specified In Item 500 Is Required, The Volume Of Material Reexcavated As Directed Will Be Included. (8) The Volume Of Excavation For Footings Ordered At A Depth More Than 1.5 M Below The Lowest Elevation For Such Footings Shown On The Original Contract Plans, Unless The Bill Of Quantities Contains A Pay Item For Excavation Ordered Below The Elevations Shown On The Plans For Individual Footings. Item 404 – Reinforcing Steel Description This Item Shall Consist Of Furnishing, Bending, Fabricating And Placing Of Steel Reinforcement Of The Type, Size, Shape And Grade Required In Accordance With This Specification And In Conformity With The Requirements Shown On The Plans Or As Directed By The Engineer. Strictly Implement The Usage Of Grade 40 Reinforcing Steel. Material Requirements Reinforcing Steel Shall Meet The Requirements Of Item 710, Reinforcing Steel And Wire Rope. Construction Requirements 404.3.1 Order Lists Before Materials Are Ordered, All Order Lists And Bending Diagrams Shall Be Furnished By The Contractor, For Approval Of The Engineer. The Approval Of Order Lists And Bending Diagrams By The Engineer Shall In No Way Relieve The Contractor Of Responsibility For The Correctness Of Such Lists And Diagrams. Any Expense Incident To The Revisions Of Materials Furnished In Accordance With Such Lists And Diagrams To Make Them Comply With The Plans Shall Be Borne By The Contractor. 404.3.2 Protection Of Material Steel Reinforcement Shall Be Stored Above The Surface Of The Ground Upon Platforms, Skids, Or Other Supports And Shall Be Protected As Far As Practicable From Mechanical Injury And Surface Deterioration Caused By Exposure To Conditions Producing Rust. When Placed In The Work, Reinforcement Shall Be Free From Dirt, Detrimental Rust, Loose Scale, Paint, Grease, Oil, Or Other Foreign Materials. Reinforcement Shall Be Free From Injurious Defects Such As Cracks And Laminations. Rust, Surface Seams, Surface Irregularities Or Mill Scale Will Not Be Cause For Rejection, Provided The Minimum Dimensions, Cross Sectional Area And Tensile Properties Of A Hand Wire Brushed Specimen Meets The Physical Requirements For The Size And Grade Of Steel Specified. Bending All Reinforcing Bars Requiring Bending Shall Be Cold-bent To The Shapes Shown On The Plans Or Required By The Engineer. Bars Shall Be Bent Around A Circular Pin Having The Following Diameters (d) In Relation To The Diameter Of The Bar (d): Nominal Diameter, D, Mm Pin Diameter (d) 10 To 20 25 To 28 32 And Greater 6d 8d 10d Bends And Hooks In Stirrups Or Ties May Be Bent To The Diameter Of The Principal Bar Enclosed Therein. Placing And Fastening All Steel Reinforcement Shall Be Accurately Placed In The Position Shown On The Plans Or Required By The Engineer And Firmly Held There During The Placing And Setting Of The Concrete. Bars Shall Be Tied At All Intersections Except Where Spacing Is Less Than 300mm In Each Directions, In Which Case, Alternate Intersections Shall Be Tied. Ties Shall Be Fastened On The Inside. Distance From The Forms Shall Be Maintained By Means Of Stays, Blocks, Ties, Hangers, Or Other Approved Supports, So That It Does Not Vary From The Position Indicated On The Plans By More Than 6mm. Blocks For Holding Reinforcement From Contact With The Forms Shall Be Precast Mortar Blocks Of Approved Shapes And Dimensions. Layers Of Bars Shall Be Separated By Precast Mortar Blocks Or By Other Equally Suitable Devices. The Use Of Pebbles, Pieces Of Broken Stone Or Brick, Metal Pipe And Wooden Blocks Shall Not Be Permitted. Unless Otherwise Shown On The Plans Or Required By The Engineer, The Minimum Distance Between Bars Shall Be 40mm. Reinforcement In Any Member Shall Be Placed And Then Inspected And Approved By The Engineer Before The Placing Of Concrete Begins. Concrete Placed In Violation Of This Provision May Be Rejected And Removal May Be Required. If Fabric Reinforcement Is Shipped In Rolls, It Shall Be Straightened Before Being Placed. Bundled Bars Shall Be Tied Together At Not More Than 1.8m Intervals. Splicing All Reinforcement Shall Be Furnished In The Full Lengths Indicated On The Plans. Splicing Of Bars, Except Where Shown On The Plans, Will Not Be Permitted Without The Written Approval Of The Engineer. Splices Shall Be Staggered As Far As Possible And With A Minimum Separation Of Not Less Than 40 Bar Diameters. Not More Than One-third Of The Bars May Be Spliced In The Same Cross-section, Except Where Shown On The Plans. Unless Otherwise Shown On The Plans, Bars Shall Be Lapped A Minimum Distance Of: Splice Type Grade 40 Min. Lap Grade 60 Min. Lap But Not Less Than Tension 24 Bar Dia 36 Bar Dia 300 Mm Compression 20 Bar Dia 24 Bar Dia 300 Mm In Lapped Splices, The Bars Shall Be Placed In Contact And Wired Together. Lapped Splices Will Not Be Permitted At Locations Where The Concrete Section Is Insufficient To Provide Minimum Clear Distance Of One And One-third The Maximum Size Of Coarse Aggregate Between The Splice And The Nearest Adjacent Bar. Welding Of Reinforcing Steel Shall Be Done Only If Detailed On The Plans Or If Authorized By The Engineer In Writing. Spiral Reinforcement Shall Be Spliced By Lapping At Least One And A Half Turns Or By Butt Welding Unless Otherwise Shown On The Plans. Lapping Of Bar Mat Sheets Of Mesh Or Bar Mat Reinforcement Shall Overlap Each Other Sufficiently To Maintain A Uniform Strength And Shall Be Securely Fastened At The Ends And Edges. The Overlap Shall Not Be Less Than One Mesh In Width. Method Of Measurement The Quantity Of Reinforcing Steel To Be Paid For Will Be The Final Quantity Placed And Accepted In The Completed Structure. No Allowance Will Be Made For Tie-wires, Separators, Wire Chairs And Other Material Used In Fastening The Reinforcing Steel In Place. If Bars Are Substituted Upon The Contractor’s Request And Approved By The Engineer And As A Result Thereof More Steel Is Used Than Specified, Only The Mass Specified Shall Be Measured For Payment. No Measurement Or Payment Will Be Made For Splices Added By The Contractor Unless Directed Or Approved By The Engineer. When There Is No Item For Reinforcing Steel In The Bill Of Quantities, Costs Will Be Considered As Incidental To The Other Items In The Bill Of Quantities. Basis Of Payment The Accepted Quantity, Measured As Prescribed In Section 404.4, Shall Be Paid For At The Contract Unit Price For Reinforcing Steel Which Price And Payment Shall Be Full Compensation For Furnishing And Placing All Materials, Including All Labor, Equipment, Tools And Incidentals Necessary To Complete The Work Prescribed In This Item. Payment Will Be Made Under: Pay Item Number Description Unit Of Measurement 404 Reinforcing Steel Kilogram Item 405 – Structural Concrete Description 405.1.1 Scope This Item Shall Consist Of Furnishing, Bending, Placing And Finishing Concrete In All Structures Except Pavements In Accordance With This Specification And Conforming To The Lines, Grades, And Dimensions Shown On The Plans. Concrete Shall Consist Of A Mixture Of Portland Cement, Fine Aggregate, Coarse Aggregate, Admixture When Specified, And Water Mixed In The Proportions Specified Or Approved By The Engineer. The Structural Strength Of Concrete Shall Be 24 Mpa. 405.1.2 Classes And Uses Of Concrete Five Classes Of Concrete Are Provided For In This Item, Namely: A, B, C, P And Seal. Each Class Shall Be Used In That Part Of The Structure As Called For On The Plans. The Classes Of Concrete Will Generally Be Used As Follows: Class A – All Superstructures And Heavily Reinforced Substructures. The Important Parts Of The Structure Included Are Slabs, Beams, Girders, Columns, Arch Ribs, Box Culverts, Reinforced Abutments, Retaining Walls, And Reinforced Footings. Class B – Footings, Pedestals, Massive Pier Shafts, Pipe Bedding, And Gravity Walls, Unreinforced Or With Only A Small Amount Of Reinforcement. Class C – Thin Reinforced Sections, Railings, Precast R.c. Piles And Cribbing And For Filler In Steel Grid Floors. Class P – Prestressed Concrete Structures And Members. Seal – Concrete Deposited In Water. Material Requirements 405.2.1 Portland Cement It Shall Conform To All The Requirements Of Subsection 311.2.1. Fine Aggregate It Shall Conform To All The Requirements Of Subsection 311.2.2. Coarse Aggregate It Shall Conform All The Requirements Of Subsection 311.2.3 Except That Gradation Shall Conform To Table 405.1. Table 405.1 – Grading Requirements For Coarse Aggregate Sieve Designation Mass Percent Passing Standard Mm Alternate Us Standard Class A Class B Class C Class P Class Seal 63 50 37.5 25 19.0 12.5 9.5 4.75 2-1/2” 2” 1-1/2” 1” ¾” ½” 3/8” No.4 100 95 – 100 - 35 – 70 - 10 – 30 0 - 5 100 95 – 100 - 35 – 70 - 10 – 30 - 0 - 5 100 90 – 100 40 – 70 0 – 15* 100 95 – 100 - 20 – 55 0 – 10* 100 95 – 100 - 25 – 60 - 0 – 10* * The Measured Cement Content Shall Be Within Plus (+) Or Minus (-) 2 Mass Percent Of The Design Cement Content. Water It Shall Conform To The Requirements Of Subsection 311.2.4 Reinforcing Steel It Shall Conform To The Requirements Of Item 710, Reinforcing Steel And Wire Rope. Admixtures Admixtures Shall Conform To The Requirements Of Subsection 311.2.7 Curing Materials Curing Materials Shall Conform To The Requirements Of Subsection 311.2.8. Expansion Joint Materials Expansion Joint Materials Shall Be: Preformed Sponge Rubber And Cork, Conforming To Aashto M 153. Hot-poured Elastic Type, Conforming To Aashto M 173. Preformed Fillers, Conforming To Aashto M 213. Elastomeric Compression Joint Seals These Shall Conform To Aashto M 220. Elastomeric Bearing Pads These Shall Conform To Aashto M 251 Or Item 412 – Elastomeric Bearing Pads. Storage Of Cement And Aggregates Storage Of Cement And Aggregates Shall Conform To All The Requirements Of Subsection 311.2.10. Sampling And Testing Of Structural Concrete As Work Progresses, At Least One (1) Sample Consisting Of Three (3) Concrete Cylinder Test Specimens, 150 X 300mm (6 X 12 Inches), Shall Be Taken From Each Seventy-five (75) Cubic Meters Of Each Class Of Concrete Or Fraction Thereof Placed Each Day. Compliance With The Requirements Of This Section Shall Be Determined In Accordance With The Following Standard Methods Of Aashto: Sampling Of Fresh Concrete Weight Per Cubic Metre And Air Content (gravi- Metric) Of Concrete Sieve Analysis Of Fine And Coarse Aggregates Slump Of Portland Cement Concrete Specific Gravity And Absorption Of Fine Aggregate T 141 T 121 T 27 T 119 T 84 Tests For Strength Shall Be Made In Accordance With The Following: Making And Curing Concrete Compressive And Flexural Tests Specimens In The Field Compressive Strength Of Molded Concrete Cylinders T 23 T 22 Production Requirements Proportioning And Strength Of Structural Concrete The Concrete Materials Shall Be Proportioned In Accordance With The Requirements For Each Class Of Concrete As Specified In Table 405.2, Using The Absolute Volume Method As Outlined In The American Concrete Institute (aci) Standard 211.1. “recommended Practice For Selecting Proportions For Normal And Heavyweight Concrete”. Other Methods Of Proportioning May Be Employed In The Mix Design With Prior Approval Of The Engineer. The Mix Shall Either Be Designed Or Approved By The Engineer. A Change In The Source Of Materials During The Progress Of Work May Necessitate A New Mix Design. The Strength Requirements For Each Class Of Concrete Shall Be As Specified In Table 405.2. Table 405.2 - Composition And Strength Of Concrete For Use In Structures Class Of Concrete Minimum Cement Content Per M3 Kg (bag**) Maximum Water/ Cement Ratio Kg/kg Consistency Range In Slump Mm (inch) Designated Size Of Coarse Aggregate Square Opening Std. Mm Minimum Compressive Strength Of 150x300mm Concrete Cylinder Specimen At 28 Days, Mn/m2 (psi) A B C P Seal 360 (9 Bags) 320 (8 Bags) 380 (9.5 Bags) 440 (11 Bags) 380 (9.5 Bags) 0.53 0.58 0.55 0.49 0.58 50 – 100 (2 – 4) 50 – 100 (2 – 4) 50 – 100 (2 – 4) 100 Max. (4 Max.) 100 – 200 (4 - 8) 37.5 – 4.75 (1-1/2” – No. 4) 50 – 4.75 (2” – No. 4) 12.5 – 4.75 (1/2” – No. 4) 19.0 – 4.75 (3/4” – No. 4) 25 – 4.75 (1” – No. 4) 20.7 (3000) 16.5 (2400) 20.7 (3000) 37.7 (5000) 20.7 (3000) * The Measured Cement Content Shall Be Within Plus Or Minus 2 Mass Percent Of The Design Cement Content. ** Based On 40 Kg/bag 405.4.2 Consistency Concrete Shall Have A Consistency Such That It Will Be Workable In The Required Position. It Shall Be Of Such A Consistency That It Will Flow Around Reinforcing Steel But Individual Particles Of The Coarse Aggregate When Isolated Shall Show A Coating Of Mortar Containing Its Proportionate Amount Of Sand. The Consistency Of Concrete Shall Be Gauged By The Ability Of The Equipment To Properly Place It And Not By The Difficulty In Mixing And Transporting. The Quantity Of Mixing Water Shall Be Determined By The Engineer And Shall Not Be Varied Without His Consent. Concrete As Dry As It Is Practical To Place With The Equipment Specified Shall Be Used. 405.4.3 Batching Measuring And Batching Of Materials Shall Be Done At A Batching Plant. Portland Cement Either Sacked Or Bulk Cement May Be Used. No Fraction Of A Sack Of Cement Shall Be Used In A Batch Of Concrete Unless The Cement Is Weighed. All Bulk Cement Shall Be Weighed On An Approved Weighing Device. The Bulk Cement Weighing Hopper Shall Be Properly Sealed And Vented To Preclude Dusting Operation. The Discharge Chute Shall Not Be Suspended From The Weighing Hopper And Shall Be So Arranged That Cement Will Neither Be Lodged In It Nor Leak From It. Accuracy Of Batching Shall Be Within Plus (+) Or Minus (-) 1 Mass Percent. Water Water May Be Measured Either By Volume Or By Weight. The Accuracy Of Measuring The Water Shall Be Within A Range Of Error Of Not More Than 1 Percent. Aggregates Stockpiling Of Aggregates Shall Be In Accordance With Subsection 311.2.10. All Aggregates Whether Produced Or Handled By Hydraulic Methods Or Washed, Shall Be Stockpiled Or Binned For Draining For At Least 12 Hours Prior To Batching. Rail Shipment Requiring More Than12 Hours Will Be Accepted As Adequate Binning Only If The Car Bodies Permit Free Drainage. If The Aggregates Contain High Or Non-uniform Moisture Content, Storage Or Stockpile Period In Excess Of 12 Hours May Be Required By The Engineer. Batching Shall Be Conducted As To Result In A 2 Mass Percent Maximum Tolerance For The Required Materials. Bins And Scales The Batching Plant Shall Include Separate Bins For Bulk Cement, Fine Aggregate And For Each Size Of Coarse Aggregate, A Weighing Hopper, And Scales Capable Of Determining Accurately The Mass Of Each Component Of The Batch. Scales Shall Be Accurate To One-half (0.5) Percent Throughout The Range Used. Batching When Batches Are Hauled To The Mixer, Bulk Cement Shall Be Transported Either In Waterproof Compartments Or Between The Fine And Coarse Aggregate. When Cement Is Placed In Contact With Moist Aggregates, Batches Will Be Rejected Unless Mixed Within 1-1/2 Hours Of Such Contact. Sacked Cement May Be Transported On Top Of The Aggregates. Batches Shall Be Delivered To The Mixer Separate And Intact. Each Batch Shall Be Dumped Cleanly Into The Mixer Without Loss, And, When More Than One Batch Is Carried On The Truck, Without Spilling Of Material From One Batch Compartment Into Another. Admixtures The Contractor Shall Follow An Approved Procedure For Adding The Specified Amount Of Admixture To Each Batch And Will Be Responsible For Its Uniform Operation During The Progress Of The Work. He Shall Provide Separate Scales For The Admixtures Which Are To Be Proportioned By Weight, And Accurate Measures For Those To Be Proportioned By Volume. Admixtures Shall Be Measured Into The Mixer With An Accuracy Of Plus Or Minus Three (3) Percent. The Use Of Calcium Chloride As An Admixture Will Not Be Permitted. 405.4.4 Mixing And Delivery Concrete May Be Mixed At The Site Of Construction, At A Central Point Or By A Combination Of Central Point And Truck Mixing Or By A Combination Of Central Point Mixing And Truck Agitating. Mixing And Delivery Of Concrete Shall Be In Accordance With The Appropriate Requirements Of Aashto M 157 Except As Modified In The Following Paragraphs Of This Section, For Truck Mixing Or A Combination Of Central Point And Truck Mixing Or Truck Agitating. Delivery Of Concrete Shall Be Regulated So That Placing Is At A Continuous Rate Unless Delayed By The Placing Operations. The Intervals Between Delivery Of Batches Shall Not Be So Great As To Allow The Concrete Inplace To Harden Partially, And In No Case Shall Such An Interval Exceed 30 Minutes. In Exceptional Cases And When Volumetric Measurements Are Authorized, For Small Project Requiring Less Than 75 Cu.m. Per Day Of Pouring, The Weight Proportions Shall Be Converted To Equivalent Volumetric Proportions. In Such Cases, Suitable Allowance Shall Be Made For Variations In The Moisture Condition Of The Aggregates, Including The Bulking Effect In The Fine Aggregate. Batching And Mixing Shall Be In Accordance With Astm C 685, Section 6 Through 9. Concrete Mixing, By Chute Is Allowed Provided That A Weighing Scales For Determining The Batch Weight Will Be Used. For Batch Mixing At The Site Of Construction Or At A Central Point, A Batch Mixer Of An Approved Type Shall Be Used. Mixer Having A Rated Capacity Of Less Than A One-bag Batch Shall Not Be Used. The Volume Of Concrete Mixed Per Batch Shall Not Exceed The Mixer’s Nominal Capacity As Shown On The Manufacturer’s Standard Rating Plate On The Mixer Except That An Overload Up To 10 Percent Above The Mixer’s Nominal Capacity May Be Permitted, Provided Concrete Test Data For Strength, Segregation, And Uniform Consistency Are Satisfactory And Provided No Spillage Of Concrete Takes Place. The Batch Shall Be So Charge Into The Drum That A Portion Of The Water Shall Enter In Advance Of The Cement And Aggregates. The Flow Of Water Shall Be Uniform And All Water Shall Be In The Drum By The End Of The First 15 Seconds Of The Mixing Period. Mixing Time Shall Be Measured From The Time All Materials, Except Water, Are In The Drum. Mixing Time Shall Not Be Less Than 60 Seconds For Mixers Having A Capacity Of 1.5m3 Or Less. For Mixers Having A Capacity Greater Than 1.5m3, The Mixing Time Shall Not Be Less Than 90 Seconds. If Timing Starts, The Instant The Skip Reaches Its Maximum Raised Position, 4 Seconds Shall Be Added To The Specified Mixing Time. Mixing Time Ends When The Discharge Chute Opens. The Mixer Shall Be Operated At The Drum Speed As Shown On The Manufacturer’s Name Plate On The Mixer. Any Concrete Mixed Less Than The Specified Time Shall Be Discarded And Disposed Off By The Contractor At His Own Expenses. The Timing Device On Stationary Mixers Shall Be Equipped With A Bell Or Other Suitable Warning Device Adjusted To Give A Clearly Audible Signal Each Time The Lock Is Released. In Case Of Failure Of The Timing Device, The Contractor Will Be Permitted To Continue Operations While It Is Being Repaired, Provided He Furnishes An Approved Timepiece Equipped With Minute And Second Hands. If The Timing Device Is Not Placed In Good Working Order Within 24 Hours, Further Use Of The Mixer Will Be Prohibited Until Repairs Are Made. Retempering Concrete Will Not Be Permitted. Admixtures For Increasing The Workability, For Retarding The Set, Or For Accelerating The Set Or Improving The Pumping Characteristics Of The Concrete Will Be Permitted Only When Specifically Provided For In The Contract, Or Authorized In Writing By The Engineer. Mixing Concrete: General Concrete Shall Be Thoroughly Mixed In A Mixer Of An Approved Size And Type That Will Insure A Uniform Distribution Of The Materials Throughout The Mass. All Concrete Shall Be Mixed In Mechanically Operated Mixers. Mixing Plant And Equipment For Transporting And Placing Concrete Shall Be Arranged With An Ample Auxiliary Installation To Provide A Minimum Supply Of Concrete In Case Of Breakdown Of Machinery Or In Case The Normal Supply Of Concrete Is Disrupted. The Auxiliary Supply Of Concrete Shall Be Sufficient To Complete The Casting Of A Section Up To A Construction Joint That Will Meet The Approval Of The Engineer. Equipment Having Components Made Of Aluminum Or Magnesium Alloys, Which Would Have Contact With Plastic Concrete During Mixing, Transporting Or Pumping Of Portland Cement Concrete, Shall Not Be Used. Concrete Mixers Shall Be Equipped With Adequate Water Storage And A Device Of Accurately Measuring And Automatically Controlling The Amount Of Water Used. Materials Shall Be Measured By Weighing. The Apparatus Provided For Weighing The Aggregates And Cement Shall Be Suitably Designed And Constructed For This Purpose. The Accuracy Of All Weighing Devices Except That For Water Shall Be Such That Successive Quantities Can Be Measured To Within One Percent Of The Desired Amounts. The Water Measuring Device Shall Be Accurate To Plus Or Minus 0.5 Mass Percent. All Measuring Devices Shall Be Subject To The Approval Of The Engineer. Scales And Measuring Devices Shall Be Tested At The Expense Of The Contractor As Frequently As The Engineer May Deem Necessary To Insure Their Accuracy. Weighing Equipment Shall Be Insulated Against Vibration Or Movement Of Other Operating Equipment In The Plant. When The Entire Plant Is Running, The Scale Reading At Cut-off Shall Not Vary From The Weight Designated By The Engineer More Than One Mass Percent For Cement, 1-1/2 Mass Percent For Any Size Of Aggregate, Or One (1) Mass Percent For The Total Aggregate In Any Batch. Mixing Concrete At Site Concrete Mixers May Be Of The Revolving Drum Or The Revolving Blade Type And The Mixing Drum Or Blades Shall Be Operated Uniformly At The Mixing Speed Recommended By The Manufacturer. The Pick-up And Throw-over Blades Of Mixers Shall Be Restored Or Replaced When Any Part Or Section Is Worn 20mm Or More Below The Original Height Of The Manufacturer’s Design. Mixers And Agitators Which Have An Accumulation Of Hard Concrete Or Mortar Shall Not Be Used. When Bulk Cement Is Used And Volume Of The Batch Is 0.5m3 Or More, The Scale And Weigh Hopper For Portland Cement Shall Be Separate And Distinct From The Aggregate Hopper Or Hoppers. The Discharge Mechanism Of The Bulk Cement Weigh Hopper Shall Be Interlocked Against Opening Before The Full Amount Of Cement Is In The Hopper. The Discharging Mechanism Shall Also Be Interlocked Against Opening When The Amount Of Cement In The Hopper Is Underweight By More Than One (1) Mass Percent Or Overweight By More Than 3 Mass Percent Of The Amount Specified. When The Aggregate Contains More Water Than The Quantity Necessary To Produce A Saturated Surface Dry Condition, Representative Samples Shall Be Taken And The Moisture Content Determined For Each Kind Of Aggregate. The Batch Shall Be So Charged Into The Mixer That Some Water Will Enter In Advance Of Cement And Aggregate. All Water Shall Be In The Drum By The End Of The First Quarter Of The Specified Mixing Time. Cement Shall Be Batched And Charged Into The Mixer So That It Will Not Result In Loss Of Cement Due To The Effect Of Wind, Or In Accumulation Of Cement On Surface Of Conveyors Or Hoppers, Or In Other Conditions Which Reduce Or Vary The Required Quantity Of Cement In The Concrete Mixture. The Entire Content Of A Batch Mixer Shall Be Removed From The Drum Before Materials For A Succeeding Batch Are Placed Therein. The Materials Composing A Batch Except Water Shall Be Deposited Simultaneously Into The Mixer. All Concrete Shall Be Mixed For A Period Of Not Less Than 1-1/2 Minutes After All Materials, Including Water, Are In The Mixer. During The Period Of Mixing, The Mixer Shall Operate At The Speed For Which It Has Been Designed. Mixers Shall Be Operated With An Automatic Timing Device That Can Be Locked By The Engineer. The Time Device And Discharge Mechanics Shall Be So Interlocked That During Normal Operation No Part Of The Batch Will Be Charged Until The Specified Mixing Time Has Elapsed. The First Batch Of Concrete Materials Placed In The Mixer Shall Contain A Sufficient Excess Of Cement, Sand, And Water To Coat Inside Of The Drum Without Reducing The Required Mortar Content Of The Mix. When Mixing Is To Cease For A Period Of One Hour Or More, The Mixer Shall Be Thoroughly Cleaned. Mixing Concrete At Central Plant Mixing At Central Plant Shall Conform To The Requirements For Mixing At The Site. Mixing Concrete In Truck Truck Mixers, Unless Otherwise Authorized By The Engineer, Shall Be Of The Revolving Drum Type, Water-tight, And So Constructed That The Concrete Can Be Mixed To Insure A Uniform Distribution Of Materials Throughout The Mass. All Solid Materials For The Concrete Shall Be Accurately Measured And Charged Into The Drum At The Proportioning Plant. Except As Subsequently Provided, The Truck Mixer Shall Be Equipped With A Device By Which The Quantity Of Water Added Can Be Readily Verified. The Mixing Water May Be Added Directly To The Batch, In Which Case A Tank Is Not Required. Truck Mixers May Be Required To Be Provided With A Means Of Which The Mixing Time Can Be Readily Verified By The Engineer. The Maximum Size Of Batch In Truck Mixers Shall Not Exceed The Minimum Rated Capacity Of The Mixer As Stated By The Manufacturer And Stamped In Metal On The Mixer. Truck Mixing, Shall, Unless Other-wise Directed Be Continued For Not Less Than 100 Revolutions After All Ingredients, Including Water, Are In The Drum. The Mixing Speed Shall Not Be Less Than 4 Rpm, Nor More Than 6 Rpm. Mixing Shall Begin Within 30 Minutes After The Cement Has Been Added Either To The Water Or Aggregate, But When Cement Is Charged Into A Mixer Drum Containing Water Or Surface Wet Aggregate And When The Temperature Is Above 32oc, This Limit Shall Be Reduced To 15 Minutes. The Limitation In Time Between The Introduction Of The Cement To The Aggregate And The Beginning Of The Mixing May Be Waived When, In The Judgement Of The Engineer, The Aggregate Is Sufficiently Free From Moisture, So That There Will Be No Harmful Effects On The Cement. When A Truck Mixer Is Used For Transportation, The Mixing Time Specified In Subsection 405.4.4 (3) At A Stationary Mixer May Be Reduced To 30 Seconds And The Mixing Completed In A Truck Mixer. The Mixing Time In The Truck Mixer Shall Be As Specified For Truck Mixing. Transporting Mixed Concrete Mixed Concrete May Only Be Transported To The Delivery Point In Truck Agitators Or Truck Mixers Operating At The Speed Designated By The Manufacturers Of The Equipment As Agitating Speed, Or In Non-agitating Hauling Equipment, Provided The Consistency And Workability Of The Mixed Concrete Upon Discharge At The Delivery Point Is Suitable Point For Adequate Placement And Consolidation In Place. Truck Agitators Shall Be Loaded Not To Exceed The Manufacturer’s Guaranteed Capacity. They Shall Maintain The Mixed Concrete In A Thoroughly Mixed And Uniform Mass During Hauling. No Additional Mixing Water Shall Be Incorporated Into The Concrete During Hauling Or After Arrival At The Delivery Point. The Rate Of Discharge Of Mixed Concrete From Truck Mixers Or Agitators Shall Be Controlled By The Speed Of Rotation Of The Drum In The Discharge Direction With The Discharge Gate Fully Open. When A Truck Mixer Or Agitator Is Used For Transporting Concrete To The Delivery Point, Discharge Shall Be Completed Within One Hour, Or Before 250 Revolutions Of The Drum Or Blades, Whichever Comes First, After The Introduction Of The Cement To The Aggregates. Under Conditions Contributing To Quick Stiffening Of The Concrete Or When The Temperature Of The Concrete Is 30oc, Or Above, A Time Less Than One Hour Will Be Required. Delivery Of Mixed Concrete The Contractor Shall Have Sufficient Plant Capacity And Transportation Apparatus To Insure Continuous Delivery At The Rate Required. The Rate Of Delivery Of Concrete During Concreting Operations Shall Be Such As To Provide For The Proper Handling, Placing And Finishing Of The Concrete. The Rate Shall Be Such That The Interval Between Batches Shall Not Exceed 20 Minutes. The Methods Of Delivering And Handling The Concrete Shall Be Such As Will Facilitate Placing Of The Minimum Handling. Method Of Measurement The Quantity Of Structural Concrete To Be Paid For Will Be The Final Quantity Placed And Accepted In The Completed Structure. No Deduction Will Be Made For The Volume Occupied By Pipe Less Than 100mm (4 Inches) In Diameter Or By Reinforcing Steel, Anchors, Conduits, Weep Holes Or Expansion Joint Materials. Basis Of Payment The Accepted Quantities, Measured As Prescribed In Section 405.5, Shall Be Paid For At The Contract Unit Price For Each Of The Pay Item Listed Below That Is Included In The Bill Of Quantities. Payment Shall Constitute Full Compensation For Furnishing, Placing And Finishing Concrete Including All Labor, Equipment, Tools And Incidentals Necessary To Complete The Work Prescribed In The Item. Payment Will Be Made Under: Pay Item Number Description Unit Of Measurement 405 (1) 405 (2) 405 (3) 405 (4) 405 (5) Structural Concrete, Class A Structural Concrete, Class B Structural Concrete, Class C Structural Concrete, Class P Seal Concrete Cubic Meter Cubic Meter Cubic Meter Cubic Meter Cubic Meter V. Concrete, Masonry And Plastering Works A. General: All Concrete Works To Be Done Herein Shall Be In Accordance With Aci Requirement And/ Or Standard Specifications As Adopted By The Government. B. Cement Shall Be Portland Cement (type1) With 40 Kgs/bag. C. Fine Aggregates Shall Be Clean Hold River Sand, Free From Injurious Amount Of Clay, Loam And Vegetable Matter. D. Coarse Aggregates Shall Be River Run Gravel Or Broken Stones. The Maximum Size Shall Be 1/5 Of The Nearest Dimensions Between Side Forms Of The Concrete Members Or ¾ The Maximum Clear Spacing Between Reinforcing Bars. E. Reinforcing Bars: Reinforcing Bars Shall Be Intermediate Grade And Deformed And Shall Have Minimum Yield Strength Of 275 Mpa (40,000 Psi) F. The Wires Shall Be Locally Produced G.i. Wire Gauge No. 16. G. Placing Reinforcement Provide Bars, Wire Fabrics, Wire Ties, Supports And Other Devices Necessary To Install And Secure Reinforcement. Reinforcement Shall Not Contain Rust, Scale Oil, Grease Clay And Foreign Substances That Would Reduce The Bond. Rusting Of Reinforcement Is A Basis Of Rejection If The Effective Cross-sectional Area Of The Normal Weight Per Foot Of The Reinforcement Has Been Reduced To Less Than Specified In Paragraph Entitled “reinforcing Bars”. Remove Loose Rust Prior To Placing Of Steel. Splices Shall Be Approved Prior To Use. Do Not Splice At Points Of Maximum Stress. Overlapped Welded Wire Fabric The Spacing Of The Cross Wires, Plus 50 Mm (2 Inches). H. Concrete Hollow Blocks: 1. For Walls And Partitions, Use Chb Or Its Equivalent. 2. Minimum Comprehensive Strength Shall Be 700 Psi. I. All Concrete Cured For Least Seven (7) Days To Twenty-eight (28) Days If Possible After Placement To Attain The Required Strength Of Concrete. J. Removal Of Forms: Forms Shall Be Removed In Such A Manner As Not To Impair The Safety And Serviceability Of The Structures. K. Proportions Of All Materials Entering Into Concrete Shall Be Of Class “a”. L. Mixture For Concrete Slab: Thickness Of Slab Shall Be 200mm Thick. A Mixture Of Washed Sand, Screened Gravel And Portland Cement. M. Mixture For Plastering: Thickness Of Plaster Shall Be 16mm Thick. A Mixture Of Washed Sand And Portland Cement. Vi. Wall Installation Use 0.5mm Thk G.i. Rib-type Longspan Prepainted For Wall Cladding And 2” X 4” X 1.5mm X 6m C-purlins For Wall Cladding Framing. Section Vii. Drawings Annex A – Architectural Design Annex B- Project Billboard Plan Section Viii. Bill Of Quantities Bid No. Agr- 24-219-b Item Description Quantity Unit Unit Cost Total Cost No. I. Clearing, Grubbing, And Staking 733.50 Sq.m. Pesos And Ctvs. (p ) / Sq.m. P Ii. Excavation Works 391.77 Cu.m. Pesos And Ctvs. (p ) / Cu.m. P Iii. Backfill 275.16 Cu.m. Pesos And Ctvs. (p ) / Cu.m P Iv-a. Concreting (concrete Works) 185.02 Cu.m. Pesos And Ctvs. (p ) /cu.m. P Iv-b. Gravel Bedding (concrete Works) 16.28 Cu.m Pesos And Ctvs. (p ) /cu.m P Item Description Quantity Unit Unit Cost Total Cost No. Iv-c. Steel Works (concrete Works) 11,500.00 Kgs. Pesos And Ctvs. (p ) / Kgs. P Iv-d Formworks (concrete Works) 1,356.36 Sq.m. Pesos And Ctvs. (p ) / Sq.m. P V. Masonry Works 1,271.40 Sq.m. Pesos And Ctvs. (p ) / Sq.m P Vi. Plastering Works 2,886.00 Sq..m Pesos And Ctvs. (p ) / Cu.m P Total Bid Cost In Figures P Total Bid Cost In Words Summary Of Costs Item No. Bid Amount Clearing, Grubbing, And Staking ₱ _____________________________ Excavation Works ₱ _____________________________ Backfill ₱ _____________________________ Iv-a. Concreting (concrete Works) ₱ _____________________________ Iv-b. Gravel Bedding (concrete Works) ₱ _____________________________ Iv-c. Steel Works (concrete Works) ₱ _____________________________ Iv-d. Formworks (concrete Works) ₱ _____________________________ V. Masonry Works ₱ _____________________________ Vi. Plastering Works ₱ _____________________________ Total Bid Amount ₱ _____________________________ Section Ix. Checklist Of Technical And Financial Documents Technical Component Envelope Class “a” Documents Legal Documents ⬜ Valid Philgeps Registration Certificate (platinum Membership) (all Pages) In Accordance With Section 8.5.2 Of The Irr; 1. Registration Certificate From Sec, Department Of Trade And Industry (dti) For Sole Proprietorship Or Cda For Cooperatives, Or Any Proof Of Such Registration. 2. Mayor’s Permit Issued By The City Or Municipality – Where The Principal Place Of Business Of The Prospective Bidder Is Located; 3. Tax Clearance Per Executive Order 398, Series Of 2005,a S Finally Reviewed And Approved By The Bir 4. Audited Financial Statements, Showing, Among Others, The Prospective Total And Current Assets And Liabilities, Stamped “received” By The Bir Or Its Duly Accredited And Authorized Institutions For The Preceding Calendar Year Which Should Not Be Earlier Than Two(2) Years From The Date Of Bid Submission; For The Type And Cost Of The Contract To Be Bid Technical Documents ⬜ Statement Of The Prospective Bidder Of All Its Ongoing Government And Private Contracts, Including Contracts Awarded But Not Yet Started, If Any, Whether Similar Or Not Similar In Nature And Complexity To The Contract To Be Bid; And ⬜ Statement Of The Bidder’s Single Largest Completed Contract (slcc) Similar To The Contract To Be Bid, Except Under Conditions Provided Under The Rules; And ⬜ Special Pcab License In Case Of Joint Ventures; And Registration For The Type And Cost Of The Contract To Be Bid; And ⬜ Original Copy Of Bid Security. If In The Form Of A Surety Bond, Submit Also A Certification Issued By The Insurance Commission; Or Original Copy Of Notarized Bid Securing Declaration; And Project Requirements, Which Shall Include The Following: ⬜ Organizational Chart For The Contract To Be Bid; ⬜ List Of Contractor’s Key Personnel (e.g., Project Manager, Project Engineers, Materials Engineers, And Foremen), To Be Assigned To The Contract To Be Bid, With Their Complete Qualification And Experience Data; ⬜ List Of Contractor’s Major Equipment Units, Which Are Owned, Leased, And/or Under Purchase Agreements, Supported By Proof Of Ownership Or Certification Of Availability Of Equipment From The Equipment Lessor/vendor For The Duration Of The Project, As The Case May Be; And ⬜ Original Duly Signed Omnibus Sworn Statement (oss); And If Applicable, Original Notarized Secretary’s Certificate In Case Of A Corporation, Partnership, Or Cooperative; Or Original Special Power Of Attorney Of All Members Of The Joint Venture Giving Full Power And Authority To Its Officer To Sign The Oss And Do Acts To Represent The Bidder. Financial Documents ⬜ The Prospective Bidder’s Computation Of Net Financial Contracting Capacity (nfcc). Class “b” Documents ⬜ If Applicable, Duly Signed Joint Venture Agreement (jva) In Accordance With Ra No. 4566 And Its Irr In Case The Joint Venture Is Already In Existence; Or Duly Notarized Statements From All The Potential Joint Venture Partners Stating That They Will Enter Into And Abide By The Provisions Of The Jva In The Instance That The Bid Is Successful. Financial Component Envelope ⬜ Original Of Duly Signed And Accomplished Financial Bid Form; And Other Documentary Requirements Under Ra No. 9184 ⬜ Original Of Duly Signed Bid Prices In The Bill Of Quantities; And ⬜ Duly Accomplished Detailed Estimates Form, Including A Summary Sheet Indicating The Unit Prices Of Construction Materials, Labor Rates, And Equipment Rentals Used In Coming Up With The Bid; And ⬜ Cash Flow By Quarter. Bid Form For The Procurement Of Infrastructure Projects [shall Be Submitted With The Bid] Bid Form Date : Project Identification No. : To: [name And Address Of Procuring Entity] Having Examined The Philippine Bidding Documents (pbds) Including The Supplemental Or Bid Bulletin Numbers [insert Numbers], The Receipt Of Which Is Hereby Duly Acknowledged, We, The Undersigned, Declare That: We Have No Reservation To The Pbds, Including The Supplemental Or Bid Bulletins, For The Procurement Project: [insert Name Of Contract]; We Offer To Execute The Works For This Contract In Accordance With The Pbds; The Total Price Of Our Bid In Words And Figures, Excluding Any Discounts Offered Below Is: [insert Information]; The Discounts Offered And The Methodology For Their Application Are: [insert Information]; The Total Bid Price Includes The Cost Of All Taxes, Such As, But Not Limited To: [specify The Applicable Taxes, E.g. (i) Value Added Tax (vat), (ii) Income Tax, (iii) Local Taxes, And (iv) Other Fiscal Levies And Duties], Which Are Itemized Herein And Reflected In The Detailed Estimates, Our Bid Shall Be Valid Within The Period Stated In The Pbds, And It Shall Remain Binding Upon Us At Any Time Before The Expiration Of That Period; If Our Bid Is Accepted, We Commit To Obtain A Performance Security In The Amount Of [insert Percentage Amount] Percent Of The Contract Price For The Due Performance Of The Contract, Or A Performance Securing Declaration In Lieu Of The The Allowable Forms Of Performance Security, Subject To The Terms And Conditions Of Issued Gppb Guidelines12 For This Purpose; We Are Not Participating, As Bidders, In More Than One Bid In This Bidding Process, Other Than Alternative Offers In Accordance With The Bidding Documents; We Understand That This Bid, Together With Your Written Acceptance Thereof Included In Your Notification Of Award, Shall Constitute A Binding Contract Between Us, Until A Formal Contract Is Prepared And Executed; And We Understand That You Are Not Bound To Accept The Lowest Calculated Bid Or Any Other Bid That You May Receive. We Likewise Certify/confirm That The Undersigned, Is The Duly Authorized Representative Of The Bidder, And Granted Full Power And Authority To Do, Execute 12 Currently Based On Gppb Resolution No. 09-2020 And Perform Any And All Acts Necessary To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract For The [name Of Project] Of The [name Of The Procuring Entity]. We Acknowledge That Failure To Sign Each And Every Page Of This Bid Form, Including The Bill Of Quantities, Shall Be A Ground For The Rejection Of Our Bid. Name: Legal Capacity: Signature: Duly Authorized To Sign The Bid For And Behalf Of: Date: Bid Securing Declaration Form [shall Be Submitted With The Bid If Bidder Opts To Provide This Form Of Bid Security] Republic Of The Philippines) City Of ) S.s. Bid Securing Declaration Project Identification No.: [insert Number] To: [insert Name And Address Of The Procuring Entity] I/we, The Undersigned, Declare That: I/we Understand That, According To Your Conditions, Bids Must Be Supported By A Bid Security, Which May Be In The Form Of A Bid Securing Declaration. I/we Accept That: (a) I/we Will Be Automatically Disqualified From Bidding For Any Procurement Contract With Any Procuring Entity For A Period Of Two (2) Years Upon Receipt Of Your Blacklisting Order; And, (b) I/we Will Pay The Applicable Fine Provided Under Section 6 Of The Guidelines On The Use Of Bid Securing Declaration, Within Fifteen (15) Days From Receipt Of The Written Demand By The Procuring Entity For The Commission Of Acts Resulting To The Enforcement Of The Bid Securing Declaration Under Sections 23.1(b), 34.2, 40.1 And 69.1, Except 69.1(f),of The Irr Of Ra No. 9184; Without Prejudice To Other Legal Action The Government May Undertake. I/we Understand That This Bid Securing Declaration Shall Cease To Be Valid On The Following Circumstances: Upon Expiration Of The Bid Validity Period, Or Any Extension Thereof Pursuant To Your Request; I Am/we Are Declared Ineligible Or Post-disqualified Upon Receipt Of Your Notice To Such Effect, And (i) I/we Failed To Timely File A Request For Reconsideration Or (ii) I/we Filed A Waiver To Avail Of Said Right; And I Am/we Are Declared The Bidder With The Lowest Calculated Responsive Bid, And I/we Have Furnished The Performance Security And Signed The Contract. In Witness Whereof, I/we Have Hereunto Set My/our Hand/s This Day Of [month] [year] At [place Of Execution]. [insert Name Of Bidder Or Its Authorized Representative] [insert Signatory’s Legal Capacity] Affiant [jurat] [format Shall Be Based On The Latest Rules On Notarial Practice] Omnibus Sworn Statement (revised) [shall Be Submitted With The Bid] Republic Of The Philippines ) City/municipality Of ) S.s. Affidavit I, [name Of Affiant], Of Legal Age, [civil Status], [nationality], And Residing At [address Of Affiant], After Having Been Duly Sworn In Accordance With Law, Do Hereby Depose And State That: [select One, Delete The Other:] [if A Sole Proprietorship:] I Am The Sole Proprietor Or Authorized Representative Of [name Of Bidder] With Office Address At [address Of Bidder]; [if A Partnership, Corporation, Cooperative, Or Joint Venture:] I Am The Duly Authorized And Designated Representative Of [name Of Bidder] With Office Address At [address Of Bidder]; [select One, Delete The Other:] [if A Sole Proprietorship:] As The Owner And Sole Proprietor, Or Authorized Representative Of [name Of Bidder], I Have Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract For [name Of The Project] Of The [name Of The Procuring Entity], As Shown In The Attached Duly Notarized Special Power Of Attorney; [if A Partnership, Corporation, Cooperative, Or Joint Venture:] I Am Granted Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract For [name Of The Project] Of The [name Of The Procuring Entity], As Shown In The Attached [state Title Of Attached Document Showing Proof Of Authorization (e.g., Duly Notarized Secretary’s Certificate, Board/partnership Resolution, Or Special Power Of Attorney, Whichever Is Applicable;)]; [name Of Bidder] Is Not “blacklisted” Or Barred From Bidding By The Government Of The Philippines Or Any Of Its Agencies, Offices, Corporations, Or Local Government Units, Foreign Government/foreign Or International Financing Institution Whose Blacklisting Rules Have Been Recognized By The Government Procurement Policy Board, By Itself Or By Relation, Membership, Association, Affiliation, Or Controlling Interest With Another Blacklisted Person Or Entity As Defined And Provided For In The Uniform Guidelines On Blacklisting; Each Of The Documents Submitted In Satisfaction Of The Bidding Requirements Is An Authentic Copy Of The Original, Complete, And All Statements And Information Provided Therein Are True And Correct; [name Of Bidder] Is Authorizing The Head Of The Procuring Entity Or Its Duly Authorized Representative(s) To Verify All The Documents Submitted; [select One, Delete The Rest:] [if A Sole Proprietorship:] The Owner Or Sole Proprietor Is Not Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; [if A Partnership Or Cooperative:] None Of The Officers And Members Of [name Of Bidder] Is Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; [if A Corporation Or Joint Venture:] None Of The Officers, Directors, And Controlling Stockholders Of [name Of Bidder] Is Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; [name Of Bidder] Complies With Existing Labor Laws And Standards; And [name Of Bidder] Is Aware Of And Has Undertaken The Responsibilities As A Bidder In Compliance With The Philippine Bidding Documents, Which Includes: Carefully Examining All Of The Bidding Documents; Acknowledging All Conditions, Local Or Otherwise, Affecting The Implementation Of The Contract; Making An Estimate Of The Facilities Available And Needed For The Contract To Be Bid, If Any; And Inquiring Or Securing Supplemental/bid Bulletin(s) Issued For The [name Of The Project]. [name Of Bidder] Did Not Give Or Pay Directly Or Indirectly, Any Commission, Amount, Fee, Or Any Form Of Consideration, Pecuniary Or Otherwise, To Any Person Or Official, Personnel Or Representative Of The Government In Relation To Any Procurement Project Or Activity. 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. In Witness Whereof, I Have Hereunto Set My Hand This Day Of , 20 At , Philippines. [insert Name Of Bidder Or Its Authorized Representative] [insert Signatory’s Legal Capacity] Affiant [jurat] [format Shall Be Based On The Latest Rules On Notarial Practice]
Closing Date22 Apr 2025
Tender AmountPHP 5 Million (USD 88.1 K)

Province Of Iloilo Tender

Civil And Construction...+1Civil Works Others
Philippines
Details: Description Philippine Bidding Documents (as Harmonized With Development Partners) Improvement Of Perimeter Fence At Art Center, Brgy. Nanga, Pototan, Iloilo Bid No. Agr-25-219-b Iloilo Provincial Government Sixth Edition Table Of Contents Glossary Of Terms, Abbreviations, And Acronyms 4 Section I. Invitation To Bid 6 Section Ii. Instructions To Bidders 8 1. Scope Of Bid 8 2. Funding Information 8 3. Bidding Requirements 8 4. Corrupt, Fraudulent, Collusive, Coercive, And Obstructive Practices 8 5. Eligible Bidders 9 6. Origin Of Associated Goods 9 7. Subcontracts 9 8. Pre-bid Conference 9 9. Clarification And Amendment Of Bidding Documents 9 10. Documents Comprising The Bid: Eligibility And Technical Components 10 11. Documents Comprising The Bid: Financial Component 10 12. Alternative Bids 10 13. Bid Prices 11 14. Bid And Payment Currencies 11 15. Bid Security 11 16. Sealing And Marking Of Bids 11 17. Deadline For Submission Of Bids 11 18. Opening And Preliminary Examination Of Bids 12 19. Detailed Evaluation And Comparison Of Bids 12 20. Post Qualification 12 21. Signing Of The Contract 12 Section Iii. Bid Data Sheet 13 Section Iv. General Conditions Of Contract 15 1. Scope Of Contract 15 2. Sectional Completion Of Works 15 3. Possession Of Site 15 4. The Contractor’s Obligations 15 5. Performance Security 16 6. Site Investigation Reports 16 7. Warranty 16 8. Liability Of The Contractor 16 9. Termination For Other Causes 16 10. Dayworks 17 11. Program Of Work 17 12. Instructions, Inspections And Audits 17 13. Advance Payment 17 14. Progress Payments 17 15. Operating And Maintenance Manuals 17 Section V. Special Conditions Of Contract 18 Section Vi. Specifications 19 Section Vii. Drawings 27 Section Viii. Bill Of Quantities 49 Section Ix. Checklist Of Technical And Financial Documents 52 Glossary Of Terms, Abbreviations, And Acronyms Abc – Approved Budget For The Contract. Arcc – Allowable Range Of Contract Cost. Bac – Bids And Awards Committee. Bid – A Signed Offer Or Proposal To Undertake A Contract Submitted By A Bidder In Response To And In Consonance With The Requirements Of The Bidding Documents. Also Referred To As Proposal And Tender. (2016 Revised Irr, Section 5[c]) Bidder – Refers To A Contractor, Manufacturer, Supplier, Distributor And/or Consultant Who Submits A Bid In Response To The Requirements Of The Bidding Documents. (2016 Revised Irr, Section 5[d]) Bidding Documents – The Documents Issued By The Procuring Entity As The Bases For Bids, Furnishing All Information Necessary For A Prospective Bidder To Prepare A Bid For The Goods, Infrastructure Projects, And/or Consulting Services Required By The Procuring Entity. (2016 Revised Irr, Section 5[e]) Bir – Bureau Of Internal Revenue. Bsp – Bangko Sentral Ng Pilipinas. Cda – Cooperative Development Authority. Consulting Services – Refer To Services For Infrastructure Projects And Other Types Of Projects Or Activities Of The Gop Requiring Adequate External Technical And Professional Expertise That Are Beyond The Capability And/or Capacity Of The Gop To Undertake Such As, But Not Limited To: (i) Advisory And Review Services; (ii) Pre-investment Or Feasibility Studies; (iii) Design; (iv) Construction Supervision; (v) Management And Related Services; And (vi) Other Technical Services Or Special Studies. (2016 Revised Irr, Section 5[i]) Contract – Refers To The Agreement Entered Into Between The Procuring Entity And The Supplier Or Manufacturer Or Distributor Or Service Provider For Procurement Of Goods And Services; Contractor For Procurement Of Infrastructure Projects; Or Consultant Or Consulting Firm For Procurement Of Consulting Services; As The Case May Be, As Recorded In The Contract Form Signed By The Parties, Including All Attachments And Appendices Thereto And All Documents Incorporated By Reference Therein. Contractor – Is A Natural Or Juridical Entity Whose Proposal Was Accepted By The Procuring Entity And To Whom The Contract To Execute The Work Was Awarded. Contractor As Used In These Bidding Documents May Likewise Refer To A Supplier, Distributor, Manufacturer, Or Consultant. Cpi – Consumer Price Index. Dole – Department Of Labor And Employment. Dti – Department Of Trade And Industry. Foreign-funded Procurement Or Foreign-assisted Project – Refers To Procurement Whose Funding Source Is From A Foreign Government, Foreign Or International Financing Institution As Specified In The Treaty Or International Or Executive Agreement. (2016 Revised Irr, Section 5[b]). Gfi – Government Financial Institution. Gocc – Government-owned And/or –controlled Corporation. Goods – Refer To All Items, Supplies, Materials And General Support Services, Except Consulting Services And Infrastructure Projects, Which May Be Needed In The Transaction Of Public Businesses Or In The Pursuit Of Any Government Undertaking, Project Or Activity, Whether In The Nature Of Equipment, Furniture, Stationery, Materials For Construction, Or Personal Property Of Any Kind, Including Non-personal Or Contractual Services Such As The Repair And Maintenance Of Equipment And Furniture, As Well As Trucking, Hauling, Janitorial, Security, And Related Or Analogous Services, As Well As Procurement Of Materials And Supplies Provided By The Procuring Entity For Such Services. The Term “related” Or “analogous Services” Shall Include, But Is Not Limited To, Lease Or Purchase Of Office Space, Media Advertisements, Health Maintenance Services, And Other Services Essential To The Operation Of The Procuring Entity. (2016 Revised Irr, Section 5[r]) Gop – Government Of The Philippines. Infrastructure Projects – Include The Construction, Improvement, Rehabilitation, Demolition, Repair, Restoration Or Maintenance Of Roads And Bridges, Railways, Airports, Seaports, Communication Facilities, Civil Works Components Of Information Technology Projects, Irrigation, Flood Control And Drainage, Water Supply, Sanitation, Sewerage And Solid Waste Management Systems, Shore Protection, Energy/power And Electrification Facilities, National Buildings, School Buildings, Hospital Buildings, And Other Related Construction Projects Of The Government. Also Referred To As Civil Works Or Works. (2016 Revised Irr, Section 5[u]) Lgus – Local Government Units. Nfcc – Net Financial Contracting Capacity. Nga – National Government Agency. Pcab – Philippine Contractors Accreditation Board. Philgeps - Philippine Government Electronic Procurement System. Procurement Project – Refers To A Specific Or Identified Procurement Covering Goods, Infrastructure Project Or Consulting Services. A Procurement Project Shall Be Described, Detailed, And Scheduled In The Project Procurement Management Plan Prepared By The Agency Which Shall Be Consolidated In The Procuring Entity's Annual Procurement Plan. (gppb Circular No. 06-2019 Dated 17 July 2019) Psa – Philippine Statistics Authority. Sec – Securities And Exchange Commission. Slcc – Single Largest Completed Contract. Un – United Nations. Republic Of The Philippines Iloilo Provincial Government Section I. Invitation To Bid For Improvement Of Perimeter Fence At Art Center, Brgy. Nanga, Pototan, Iloilo Bid No. Agr-25-219-b The Iloilo Provincial Government, Through The 20% Nta Development Fund Fy-2025 Intends To Apply The Sum Of Five Million Pesos (p5,000,000.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Agr-25-219-b For The Improvement Of Perimeter Fence At Art Center, Brgy. Nanga, Pototan, Iloilo For The Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. The Iloilo Provincial Government Now Invites Bids For The Above Procurement Project. Completion Of The Works Is Required Ninety (90) Calendar Days. Bidders Should Have Completed A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. Interested Bidders May Obtain Further Information From The Bids And Awards Committee Secretariat, 5th Floor, New Iloilo Provincial Capitol, Bonifacio Drive, Iloilo City, Philippines And Inspect The Bidding Documents At The Address Given Below From 8:00am To 5:00pm. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On May 14, 2025 From Given Address And Website/s Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Five Thousand Pesos (p5, 000,00). The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person. The Iloilo Provincial Government Will Hold A Pre-bid Conference On May 22, 2025, 9:00 A.m. At Bids And Awards Committee Secretariat, 5th Floor, New Iloilo Provincial Capitol, Bonifacio Drive, Iloilo City, Philippines, And/or Through Videoconferencing/webcasting Via Zoom Conference Which Shall Be Open To Prospective Bidders. The Default Meeting Id And Password Shall Be: Meeting Id: 4340851724 // Password: 0922 Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At Bids And Awards Committee Secretariat, 5th Floor, New Iloilo Provincial Capitol, Bonifacio Drive, Iloilo City On Or Before June 5, 2025, 9:00 A.m. Late Bids Shall Not Be Accepted. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 16. Bid Opening Shall Be On June 5, 2025, 9:01 A.m. At Bids And Awards Committee Secretariat, 5th Floor, New Iloilo Provincial Capitol, Bonifacio Drive, Iloilo City, Philippines. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. The Iloilo Provincial Government Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Implementing Rules And Regulations (irr) Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. For Further Information, Please Refer To: Atty. Raemman M. Lagrada Head, Bac Secretariat 5f New Iloilo Provincial Capitol Bonifacio Drive, Iloilo City Tel. No. (33) 336-0736 Fax No. (33) 337-7731 Email: Ipg_bacs@yahoo.com You May Visit The Following Websites: For Downloading Of Bidding Documents: Www.iloilo.gov.ph May 7, 2025 Atty. Dennis T. Ventilacion Bac Chairperson Section Ii. Instructions To Bidders Scope Of Bid The Procuring Entity, Iloilo Provincial Government Invites Bids For The Improvement Of Perimeter Fence At Art Center, Brgy. Nanga, Pototan, Iloilo With Project Identification Number Agr-25-219-b. The Procurement Project (referred To Herein As “project”) Is For The Construction Of Works, As Described In Section Vi (specifications). Funding Information The Gop Through The Source Of Funding As Indicated Below For 2025 In The Amount Of Five Million Pesos (p5,000,000.00) The Source Of Funding Is: A. Lgu’s, 20% Nta Development Fund Fy 2025, As Approved By The Sanggunian. Bidding Requirements The Bidding For The Project Shall Be Governed By All The Provisions Of Ra No. 9184 And Its 2016 Revised Irr, Including Its Generic Procurement Manual And Associated Policies, Rules And Regulations As The Primary Source Thereof, While The Herein Clauses Shall Serve As The Secondary Source Thereof. Any Amendments Made To The Irr And Other Gppb Issuances Shall Be Applicable Only To The Ongoing Posting, Advertisement, Or Invitation To Bid By The Bac Through The Issuance Of A Supplemental Or Bid Bulletin. The Bidder, By The Act Of Submitting Its Bid, Shall Be Deemed To Have Inspected The Site, Determined The General Characteristics Of The Contracted Works And The Conditions For This Project, Such As The Location And The Nature Of The Work; (b) Climatic Conditions; (c) Transportation Facilities; (c) Nature And Condition Of The Terrain, Geological Conditions At The Site Communication Facilities, Requirements, Location And Availability Of Construction Aggregates And Other Materials, Labor, Water, Electric Power And Access Roads; And (d) Other Factors That May Affect The Cost, Duration And Execution Or Implementation Of The Contract, Project, Or Work And Examine All Instructions, Forms, Terms, And Project Requirements In The Bidding Documents. Corrupt, Fraudulent, Collusive, Coercive, And Obstructive Practices The Procuring Entity, As Well As The Bidders And Contractors, Shall Observe The Highest Standard Of Ethics During The Procurement And Execution Of The Contract. They Or Through An Agent Shall Not Engage In Corrupt, Fraudulent, Collusive, Coercive, And Obstructive Practices Defined Under Annex “i” Of The 2016 Revised Irr Of Ra No. 9184 Or Other Integrity Violations In Competing For The Project. Eligible Bidders Only Bids Of Bidders Found To Be Legally, Technically, And Financially Capable Will Be Evaluated. The Bidder Must Have An Experience Of Having Completed A Single Largest Completed Contract (slcc) That Is Similar To This Project, Equivalent To At Least Fifty Percent (50%) Of The Abc Adjusted, If Necessary, By The Bidder To Current Prices Using The Psa’s Cpi, Except Under Conditions Provided For In Section 23.4.2.4 Of The 2016 Revised Irr Of Ra No. 9184. A Contract Is Considered To Be “similar” To The Contract To Be Bid If It Has The Major Categories Of Work Stated In The Bds. For Foreign-funded Procurement, The Procuring Entity And The Foreign Government/foreign Or International Financing Institution May Agree On Another Track Record Requirement, As Specified In The Bidding Document Prepared For This Purpose. The Bidders Shall Comply With The Eligibility Criteria Under Section 23.4.2 Of The 2016 Irr Of Ra No. 9184. Origin Of Associated Goods There Is No Restriction On The Origin Of Goods Other Than Those Prohibited By A Decision Of The Un Security Council Taken Under Chapter Vii Of The Charter Of The Un. Subcontracts The Bidder May Subcontract Portions Of The Project To The Extent Allowed By The Procuring Entity As Stated Herein, But In No Case More Than Fifty Percent (50%) Of The Project. The Procuring Entity Has Prescribed That: Subcontracting Is Not Allowed. Pre-bid Conference The Procuring Entity Will Hold A Pre-bid Conference For This Project On The Specified Date And Time And Either At Its Physical Address At Bac Office, 5th Floor, New Iloilo Provincial Capitol, Iloilo City And/or Through Videoconferencing As Indicated In Paragraph 6 Of The Ib. Clarification And Amendment Of Bidding Documents Prospective Bidders May Request For Clarification On And/or Interpretation Of Any Part Of The Bidding Documents. Such Requests Must Be In Writing And Received By The Procuring Entity, Either At Its Given Address Or Through Electronic Mail Indicated In The Ib, At Least Ten (10) Calendar Days Before The Deadline Set For The Submission And Receipt Of Bids. Documents Comprising The Bid: Eligibility And Technical Components The First Envelope Shall Contain The Eligibility And Technical Documents Of The Bid As Specified In Section Ix. Checklist Of Technical And Financial Documents. If The Eligibility Requirements Or Statements, The Bids, And All Other Documents For Submission To The Bac Are In Foreign Language Other Than English, It Must Be Accompanied By A Translation In English, Which Shall Be Authenticated By The Appropriate Philippine Foreign Service Establishment, Post, Or The Equivalent Office Having Jurisdiction Over The Foreign Bidder’s Affairs In The Philippines. For Contracting Parties To The Apostille Convention, Only The Translated Documents Shall Be Authenticated Through An Apostille Pursuant To Gppb Resolution No. 13-2019 Dated 23 May 2019. The English Translation Shall Govern, For Purposes Of Interpretation Of The Bid. In Joint Ventures, A Special Pcab License, And Registration For The Type And Cost Of The Contract For This Project, Shall Be Required. Any Additional Type Of Contractor License Or Permit Shall Be Indicated In The Bds. A List Of Contractor’s Key Personnel (e.g., Project Manager, Project Engineers, Materials Engineers, And Foremen) Assigned To The Contract To Be Bid, With Their Complete Qualification And Experience Data Shall Be Provided. These Key Personnel Must Meet The Required Minimum Years Of Experience Set In The Bds. A List Of Contractor’s Major Equipment Units, Which Are Owned, Leased, And/or Under Purchase Agreements, Supported By Proof Of Ownership, Certification Of Availability Of Equipment From The Equipment Lessor/vendor For The Duration Of The Project, As The Case May Be, Must Meet The Minimum Requirements For The Contract Set In The Bds. Documents Comprising The Bid: Financial Component The Second Bid Envelope Shall Contain The Financial Documents For The Bid As Specified In Section Ix. Checklist Of Technical And Financial Documents. Any Bid Exceeding The Abc Indicated In Paragraph 1 Of The Ib Shall Not Be Accepted. For Foreign-funded Procurement, A Ceiling May Be Applied To Bid Prices Provided The Conditions Are Met Under Section 31.2 Of The 2016 Revised Irr Of Ra No. 9184. Alternative Bids Bidders Shall Submit Offers That Comply With The Requirements Of The Bidding Documents, Including The Basic Technical Design As Indicated In The Drawings And Specifications. Unless There Is A Value Engineering Clause In The Bds, Alternative Bids Shall Not Be Accepted. Bid Prices All Bid Prices For The Given Scope Of Work In The Project As Awarded Shall Be Considered As Fixed Prices, And Therefore Not Subject To Price Escalation During Contract Implementation, Except Under Extraordinary Circumstances As Determined By The Neda And Approved By The Gppb Pursuant To The Revised Guidelines For Contract Price Escalation Guidelines. Bid And Payment Currencies Bid Prices May Be Quoted In The Local Currency Or Tradeable Currency Accepted By The Bsp At The Discretion Of The Bidder. However, For Purposes Of Bid Evaluation, Bids Denominated In Foreign Currencies Shall Be Converted To Philippine Currency Based On The Exchange Rate As Published In The Bsp Reference Rate Bulletin On The Day Of The Bid Opening. Payment Of The Contract Price Shall Be Made In: Philippine Pesos. Bid Security The Bidder Shall Submit A Bid Securing Declaration Or Any Form Of Bid Security In The Amount Indicated In The Bds, Which Shall Be Not Less Than The Percentage Of The Abc In Accordance With The Schedule In The Bds. The Bid And Bid Security Shall Be Valid Until October 3, 2025. Any Bid Not Accompanied By An Acceptable Bid Security Shall Be Rejected By The Procuring Entity As Non-responsive. Sealing And Marking Of Bids Each Bidder Shall Submit One Copy Of The First And Second Components Of Its Bid. The Procuring Entity May Request Additional Hard Copies And/or Electronic Copies Of The Bid. However, Failure Of The Bidders To Comply With The Said Request Shall Not Be A Ground For Disqualification. If The Procuring Entity Allows The Submission Of Bids Through Online Submission To The Given Website Or Any Other Electronic Means, The Bidder Shall Submit An Electronic Copy Of Its Bid, Which Must Be Digitally Signed. An Electronic Copy That Cannot Be Opened Or Is Corrupted Shall Be Considered Non-responsive And, Thus, Automatically Disqualified. Deadline For Submission Of Bids The Bidders Shall Submit On The Specified Date And Time And Either At Its Physical Address Or Through Online Submission As Indicated In Paragraph 7 Of The Ib. Opening And Preliminary Examination Of Bids The Bac Shall Open The Bids In Public At The Time, On The Date, And At The Place Specified In Paragraph 9 Of The Ib. The Bidders’ Representatives Who Are Present Shall Sign A Register Evidencing Their Attendance. In Case Videoconferencing, Webcasting Or Other Similar Technologies Will Be Used, Attendance Of Participants Shall Likewise Be Recorded By The Bac Secretariat. In Case The Bids Cannot Be Opened As Scheduled Due To Justifiable Reasons, The Rescheduling Requirements Under Section 29 Of The 2016 Revised Irr Of Ra No. 9184 Shall Prevail. The Preliminary Examination Of Bids Shall Be Governed By Section 30 Of The 2016 Revised Irr Of Ra No. 9184. Detailed Evaluation And Comparison Of Bids The Procuring Entity’s Bac Shall Immediately Conduct A Detailed Evaluation Of All Bids Rated “passed” Using Non-discretionary Pass/fail Criteria. The Bac Shall Consider The Conditions In The Evaluation Of Bids Under Section 32.2 Of 2016 Revised Irr Of Ra No. 9184. If The Project Allows Partial Bids, All Bids And Combinations Of Bids As Indicated In The Bds Shall Be Received By The Same Deadline And Opened And Evaluated Simultaneously So As To Determine The Bid Or Combination Of Bids Offering The Lowest Calculated Cost To The Procuring Entity. Bid Security As Required By Itb Clause 16 Shall Be Submitted For Each Contract (lot) Separately. In All Cases, The Nfcc Computation Pursuant To Section 23.4.2.6 Of The 2016 Revised Irr Of Ra No. 9184 Must Be Sufficient For The Total Of The Abcs For All The Lots Participated In By The Prospective Bidder. Post Qualification Within A Non-extendible Period Of Five (5) Calendar Days From Receipt By The Bidder Of The Notice From The Bac That It Submitted The Lowest Calculated Bid, The Bidder Shall Submit Its Latest Income And Business Tax Returns Filed And Paid Through The Bir Electronic Filing And Payment System (efps), And Other Appropriate Licenses And Permits Required By Law And Stated In The Bds. Signing Of The Contract The Documents Required In Section 37.2 Of The 2016 Revised Irr Of Ra No. 9184 Shall Form Part Of The Contract. Additional Contract Documents Are Indicated In The Bds. Section Iii. Bid Data Sheet Itb Clause 5.2 For This Purpose, Contracts Similar To The Project Refer To Contracts Which Have The Same Major Categories Of Work, Which Shall Be: Structural Works 7.1 The Procuring Entity Has Prescribed That Subcontracting Is Not Allowed. 10.3 [specify If Another Contractor License Or Permit Is Required.] 10.4 The Key Personnel Must Meet The Required Minimum Years Of Experience Set Below: Key Personnel General Experience Relevant Experience 1-project Engineer 1 Year 1 Year 1-material Engineer 1 Year 1 Year 1-health & Safety Officer 1 Year 1 Year 1-foreman 1 Year 1 Year 10.5 The Minimum Major Equipment Requirements Are The Following: Equipment Capacity Number Of Units Bar Cutter & Bar Bender - 1 Concrete Vibrator - 1 One-bagger Mixer - 1 Generator - 1 11.2 The Abc Of This Project Is Php5,000,000.00 The Bid Amount For The Project Shall Not Exceed On Its Abc. Any Bid That Is Exceeding In The Abc Shall Not Be Accepted. 12 Alternative Bids Are Not Allowed 15.1 The Bid Security Shall Be In The Form Of A Bid Securing Declaration Or Any Of The Following Forms And Amounts: The Amount Of Not Less Than Two Percent (2%) Of Abc, If Bid Security Is In Cash, Cashier’s/manager’s Check, Bank Draft/guarantee Or Irrevocable Letter Of Credit; The Amount Of Not Less Than Five Percent (5%) Of Abc If Bid Security Is In Surety Bond. 16 All Envelopes Shall: A. Contain The Name Of The Contract To Be Bid In Capital Letters: “improvement Of Perimeter Fence At Art Center, Brgy. Nanga, Pototan, Iloilo” B. Bear The Name And Address Of The Bidder In Capital Letters; Addressed To: Atty. Dennis T. Ventilacion, Chairperson, Bids And Awards Committee: D. Bear The Specific Identification Of This Procurement: “agr-25-219-b” E. Bear A Warning “do Not Open Before June 5, 2025” Indicating The Date And Time For The Submission Of Bids On The Blank: Bid Envelopes That Are Not Properly Sealed And Marked, As Required In The Bidding Documents, Shall Not Be Rejected, But The Bidder Or Its Duly Authorized Representative Shall Acknowledge Such Condition Of The Bid As Submitted. The Bac Or The Procuring Entity Shall Assume No Responsibility For The Misplacement Of The Contents Of The Improperly Sealed Or Marked Bid, Or For Its Premature Opening. Any Interlineations, Erasures, Or Overwriting Shall Be Valid Only If They Are Signed Or Initialed By The Duly Authorized Representative/s Of The Bidder 19.2 Partial Bid Is Not Allowed 20 All Communications With Regards To This Procurement Shall Be Submitted Through Personal Receipt By Bidder To The Bac Secretariat Or Through Electronic Mail. Official Communications Through Email Shall Be Sent To The Official Email Address Ipg_bacs@yahoo.com. Only Communications Through Bidder’s Official Email Address Or Authorized Representative Shall Be Entertained. 21 The Additional Contract Documents Relevant To The Project That Are Required By The Procuring Entity Are: A. Construction Schedule And S-curve; B. Manpower Schedule; C. Construction Methods; D. Equipment Utilization Schedule; E. Construction Safety And Health Program Approved By The Department Of Labor And Employment; And F. Pert/cpm Section Iv. General Conditions Of Contract Scope Of Contract This Contract Shall Include All Such Items, Although Not Specifically Mentioned, That Can Be Reasonably Inferred As Being Required For Its Completion As If Such Items Were Expressly Mentioned Herein. All The Provisions Of Ra No. 9184 And Its 2016 Revised Irr, Including The Generic Procurement Manual, And Associated Issuances, Constitute The Primary Source For The Terms And Conditions Of The Contract, And Thus, Applicable In Contract Implementation. Herein Clauses Shall Serve As The Secondary Source For The Terms And Conditions Of The Contract. This Is Without Prejudice To Sections 74.1 And 74.2 Of The 2016 Revised Irr Of Ra No. 9184 Allowing The Gppb To Amend The Irr, Which Shall Be Applied To All Procurement Activities, The Advertisement, Posting, Or Invitation Of Which Were Issued After The Effectivity Of The Said Amendment. Sectional Completion Of Works If Sectional Completion Is Specified In The Special Conditions Of Contract (scc), References In The Conditions Of Contract To The Works, The Completion Date, And The Intended Completion Date Shall Apply To Any Section Of The Works (other Than References To The Completion Date And Intended Completion Date For The Whole Of The Works). Possession Of Site The Procuring Entity Shall Give Possession Of All Or Parts Of The Site To The Contractor Based On The Schedule Of Delivery Indicated In The Scc, Which Corresponds To The Execution Of The Works. If The Contractor Suffers Delay Or Incurs Cost From Failure On The Part Of The Procuring Entity To Give Possession In Accordance With The Terms Of This Clause, The Procuring Entity’s Representative Shall Give The Contractor A Contract Time Extension And Certify Such Sum As Fair To Cover The Cost Incurred, Which Sum Shall Be Paid By Procuring Entity. If Possession Of A Portion Is Not Given By The Above Date, The Procuring Entity Will Be Deemed To Have Delayed The Start Of The Relevant Activities. The Resulting Adjustments In Contract Time To Address Such Delay May Be Addressed Through Contract Extension Provided Under Annex “e” Of The 2016 Revised Irr Of Ra No. 9184. The Contractor’s Obligations The Contractor Shall Employ The Key Personnel Named In The Schedule Of Key Personnel Indicating Their Designation, In Accordance With Itb Clause 10.3 And Specified In The Bds, To Carry Out The Supervision Of The Works. The Procuring Entity Will Approve Any Proposed Replacement Of Key Personnel Only If Their Relevant Qualifications And Abilities Are Equal To Or Better Than Those Of The Personnel Listed In The Schedule. Performance Security Within Ten (10) Calendar Days From Receipt Of The Notice Of Award From The Procuring Entity But In No Case Later Than The Signing Of The Contract By Both Parties, The Successful Bidder Shall Furnish The Performance Security In Any Of The Forms Prescribed In Section 39 Of The 2016 Revised Irr. The Contractor, By Entering Into The Contract With The Procuring Entity, Acknowledges The Right Of The Procuring Entity To Institute Action Pursuant To Ra No. 3688 Against Any Subcontractor Be They An Individual, Firm, Partnership, Corporation, Or Association Supplying The Contractor With Labor, Materials And/or Equipment For The Performance Of This Contract. Site Investigation Reports The Contractor, In Preparing The Bid, Shall Rely On Any Site Investigation Reports Referred To In The Scc Supplemented By Any Information Obtained By The Contractor. Warranty In Case The Contractor Fails To Undertake The Repair Works Under Section 62.2.2 Of The 2016 Revised Irr, The Procuring Entity Shall Forfeit Its Performance Security, Subject Its Property(ies) To Attachment Or Garnishment Proceedings, And Perpetually Disqualify It From Participating In Any Public Bidding. All Payables Of The Gop In His Favor Shall Be Offset To Recover The Costs. The Warranty Against Structural Defects/failures, Except That Occasioned-on Force Majeure, Shall Cover The Period From The Date Of Issuance Of The Certificate Of Final Acceptance By The Procuring Entity. Specific Duration Of The Warranty Is Found In The Scc. Liability Of The Contractor Subject To Additional Provisions, If Any, Set Forth In The Scc, The Contractor’s Liability Under This Contract Shall Be As Provided By The Laws Of The Republic Of The Philippines. If The Contractor Is A Joint Venture, All Partners To The Joint Venture Shall Be Jointly And Severally Liable To The Procuring Entity. Termination For Other Causes Contract Termination Shall Be Initiated In Case It Is Determined Prima Facie By The Procuring Entity That The Contractor Has Engaged, Before, Or During The Implementation Of The Contract, In Unlawful Deeds And Behaviors Relative To Contract Acquisition And Implementation, Such As, But Not Limited To Corrupt, Fraudulent, Collusive, Coercive, And Obstructive Practices As Stated In Itb Clause 4. Dayworks Subject To The Guidelines On Variation Order In Annex “e” Of The 2016 Revised Irr Of Ra No. 9184, And If Applicable As Indicated In The Scc, The Dayworks Rates In The Contractor’s Bid Shall Be Used For Small Additional Amounts Of Work Only When The Procuring Entity’s Representative Has Given Written Instructions In Advance For Additional Work To Be Paid For In That Way. Program Of Work The Contractor Shall Submit To The Procuring Entity’s Representative For Approval The Said Program Of Work Showing The General Methods, Arrangements, Order, And Timing For All The Activities In The Works. The Submissions Of The Program Of Work Are Indicated In The Scc. The Contractor Shall Submit To The Procuring Entity’s Representative For Approval An Updated Program Of Work At Intervals No Longer Than The Period Stated In The Scc. If The Contractor Does Not Submit An Updated Program Of Work Within This Period, The Procuring Entity’s Representative May Withhold The Amount Stated In The Scc From The Next Payment Certificate And Continue To Withhold This Amount Until The Next Payment After The Date On Which The Overdue Program Of Work Has Been Submitted. Instructions, Inspections And Audits The Contractor Shall Permit The Gop Or The Procuring Entity To Inspect The Contractor’s Accounts And Records Relating To The Performance Of The Contractor And To Have Them Audited By Auditors Of The Gop Or The Procuring Entity, As May Be Required. Advance Payment The Procuring Entity Shall, Upon A Written Request Of The Contractor Which Shall Be Submitted As A Contract Document, Make An Advance Payment To The Contractor In An Amount Not Exceeding Fifteen Percent (15%) Of The Total Contract Price, To Be Made In Lump Sum, Or At The Most Two Installments According To A Schedule Specified In The Scc, Subject To The Requirements In Annex “e” Of The 2016 Revised Irr Of Ra No. 9184. Progress Payments The Contractor May Submit A Request For Payment For Work Accomplished. Such Requests For Payment Shall Be Verified And Certified By The Procuring Entity’s Representative/project Engineer. Except As Otherwise Stipulated In The Scc, Materials And Equipment Delivered On The Site But Not Completely Put In Place Shall Not Be Included For Payment. Operating And Maintenance Manuals If Required, The Contractor Will Provide “as Built” Drawings And/or Operating And Maintenance Manuals As Specified In The Scc. If The Contractor Does Not Provide The Drawings And/or Manuals By The Dates Stated Above, Or They Do Not Receive The Procuring Entity’s Representative’s Approval, The Procuring Entity’s Representative May Withhold The Amount Stated In The Scc From Payments Due To The Contractor. Section V. Special Conditions Of Contract Gcc Clause 2 As Per Construction Schedule/contract Period 3.1 The Procuring Entity Shall Give Possession Of All Parts Of The Site To The Contractor Upon Effectivity Of The Contracts. 6 No Further Instructions 7.2 [in Case Of Permanent Structures, Such As Buildings Of Types 4 And 5 As Classified Under The National Building Code Of The Philippines And Other Structures Made Of Steel, Iron, Or Concrete Which Comply With Relevant Structural Codes (e.g., Dpwh Standard Specifications), Such As, But Not Limited To, Steel/concrete Bridges, Flyovers, Aircraft Movement Areas, Ports, Dams, Tunnels, Filtration And Treatment Plants, Sewerage Systems, Power Plants, Transmission And Communication Towers, Railway System, And Other Similar Permanent Structures:] Fifteen (15) Years. 10 Dayworks Are Applicable At The Rate Shown In The Contractor’s Original Bid. 11.1 No Further Instructions 11.2 No Further Instructions 13 The Amount Of The Advance Shall Not Exceed 15% Of The Total Contract Price. 14 Materials And Equipment Delivered On The Site But Not Completely Installed Or Constructed Shall Not Be Included For Payment. 15.1 The Date By Which Operating And Maintenance Manuals Are Required Shall Be At Least 5 Days Before The Testing And Commissioning. The Date By Which “as Built” Drawings Are Required Prior To The Final Billing. 15.2 The Amount To Be Withheld For Failing To Produce “as Built” Drawings And/or Operating And Maintenance Manuals By The Date Required Is 1% Of The Final Contract Amount. Section Vi. Specification Scope Of Works The Works Include Furnishing Of Labor, Materials, Tools, Equipment And Other Incidentals Necessary To Complete The Project Such As: Clearing, Grubbing, And Staking, Excavation Works, Backfill, Concrete Works (concreting, Gravel Bedding, Steel Works, And Formworks), Masonry Works, And Plastering Works. Other General Requirements B.4 - Construction Survey And Staking B.4.1 Description This Item Shall Consist Of Furnishing The Necessary Equipment And Material To Survey, Stake, Calculate, And Record Data For The Control Of Work In Accordance With This Specification And In Conformity With The Lines, Grades And Dimensions Shown On The Plans Or As Established By The Engineer. B.4.2 Construction Requirements B.4.2.1 General Staking Activities Shall Be Included In The Construction Schedule To Be Submitted By The Contractor. Dates And Sequence Of Each Staking Activity Shall Be Included. The Engineer Shall Set Initial Reference Lines, Horizontal And Vertical Control Points, And Shall Furnish The Data For Use In Establishing Control For The Completion Of Each Element Of The Work. Data Relating To Horizontal And Vertical Alignments, Theoretical Slope Stake Catch Points, And Other Design Data Shall Be Furnished. The Contractor Shall Be Responsible For The True Settling Of The Works Or Improvements And For Correctness Of Positions, Levels, Dimensions And Alignment Of All Parts Of The Works. He Shall Provide All Necessary Instruments, Appliances, Materials And Supplies, And Labor In Connection Therewith. The Contractor Shall Provide A Survey Crew Supervisor At The Project Site Whenever Surveying/staking Activity Is In Progress. Prior To Construction, The Engineer Shall Be Notified Of Any Missing Initial Reference Lines, Controls, Points, Or Stakes. The Engineer Shall Reestablish Missing Initial Reference Lines, Controls, Points, Or Stakes. The Contractor For Convenient Use Of Government-furnished Data Shall Perform Additional Calculations. Immediate Notification Of Apparent Errors In The Initial Staking Or In The Furnished Data Shall Be Provided. All Initial Reference And Control Points Shall Be Preserved. At The Start Of Construction, All Destroyed Or Disturbed Initial Reference Or Control Points Necessary To The Work Shall Be Replaced. Before Surveying And Staking, The Contractor Shall Discuss And Coordinate The Following With The Engineer: 1. Surveying And Staking Methods 2. Stake Marking/concrete Monuments 3. Grade Control For Courses Of Material 4. Referencing 5. Structure Control 6. Any Other Procedures And Controls Necessary For The Work Established Controls Shall Be Within The Tolerances Shown In Table 1. Table 1: Construction Survey And Staking Tolerances (1) Staking Phase Horizontal Vertical Existing Government Network Control Points ±20mm ±8mm X √k ² Local Supplemental Control Points Set From Existing Government Network Points ±10mm ±3mm X √n³ Centerline Points (4) - (pc), (pt), (pot), And (pac) Including References ±10mm ±10mm Other Centerline Points ±50mm ±50mm Cross-section Points And Slope Stakes (5) ±50mm ±50mm Slope Stakes References ±50mm ±50mm Culverts, Ditches, And Minor Drainage Structures ±50mm ±20mm Retaining Walls And Curb And Gutter ±20mm ±10mm Bridge Substructures ±10mm (6) ±10mm Bridge Superstructures ±10mm (6) ±10mm Clearing And Grubbing Limits ±500mm Roadway Subgrade Finish Stakes (7) ±50mm ±10mm Roadway Finish Grade Stakes (7) ±50mm ±10mm (1) At 95% Confidence Level. Tolerances Are Relative To Existing Government Network Control Points. (2) K Is The Distance In Kilometers. (3) N Is The Number Of Instrument Setups. (4) Centerline Points: Pc - Point Of Curve, Pt - Point Of Tangent, Pot - Point On Tangent, Poc - Point On Curve (5) Take The Cross-sections Normal To The Centerline + 1 Degree. (6) Bridge Control Is Established As Local Network And The Tolerances Are Relative To That Network. (7) Include Pave Ditches. The Contractor Shall Prepare Field Notes In An Approved Format. All Field Notes And Supporting Documentation Shall Become The Property Of The Government Upon Completion Of The Work. Work Shall Only Be Started After Staking For The Affected Work Is Accepted. The Construction Survey And Staking Work May Be Spot-checked By The Engineer For Accuracy, And Unacceptable Portions Of Work May Be Rejected. Rejected Work Shall Be Resurveyed, And Work That Is Not Within The Tolerances Specified In Table 1 Shall Be Corrected. Acceptance Of The Construction Staking Shall Not Relieve The Contractor Of Responsibility For Correcting Errors Discovered During The Work And For Bearing All Additional Costs Associated With The Error, Unless Such Error Is Based On Incorrect Data Supplied In Writing By The Engineer, In Which Case, The Expense In Rectifying The Same Shall Be At The Expense Of The Government. In The Case Of "change" Or "changed Conditions" Which Involve Any Change In Stakeout, The Contractor Shall Coordinate With The Engineer And Facilitate The Prompt Reestablishment Of The Field Control For The Altered Or Adjusted Work. All Flagging, Lath, Stakes, And Other Staking Materials Shall Be Removed And Disposed After The Project Is Completed. B.4.2.2 Equipment Survey Instruments And Supporting Equipment Capable Of Achieving The Specified Tolerances Shall Be Furnished. Acceptable Tools, Supplies, And Stakes Of The Type And Quality Normally Used In Highway Survey Work And Suitable For The Intended Use Shall Be Furnished. Stakes And Hubs Of Sufficient Length To Provide A Solid Set In The Ground With Sufficient Surface Area Above Ground For Necessary Legible Markings Shall Also Be Furnished. B.4.2.3 Survey And Staking Requirements All Survey, Staking, Recording Of Data, And Calculations Necessary To Construct The Project From The Initial Layout To Final Completion Shall Be Performed. Stakes Shall Be Reset As Many Times As Necessary To Construct The Work. 1. Control Points Established Initial Horizontal And Vertical Control Points In Conflict With Construction Shall Be Relocated To Areas That Will Not Be Disturbed By Construction Operations. The Coordinates And Elevations For The Relocated Points Shall Be Furnished Before The Initial Points Are Disturbed. 2. Roadway Cross-sections Roadway Cross-sections Shall Be Taken Normal Or Perpendicular To The Centerline. When The Centerline Horizontal Curve Radius Is Less Than Or Equal To 150 Meters And Vertical Parabolic Curve Radius Is Less Than Or Equal To 100 Meters, Cross-sections Shall Be Taken At A Maximum Centerline Spacing Of 10 Meters. When The Centerline Horizontal Curve Radius Is Greater Than 150 Meters And Vertical Parabolic Curve Radius Is Greater Than 100 Meters, Cross-sections Shall Be Taken At A Maximum Centerline Spacing Of 20 Meters. Additional Cross-sections Shall Be Taken At Significant Breaks In Topography And At Changes In The Typical Roadway Section Including Transition Change To Super Elevated Sections. Along Each Cross-section, Points Shall Be Measured And Recorded At Breaks In Topography And At Changes In Typical Roadway Section Including Transition Change To Super Elevated Sections And Shall Be No Further Apart Than 5 Meters. Points Shall Be Measured And Recorded To At Least The Anticipated Slope Stake And Reference Locations. All Cross-section Distances Shall Be Reduced To Horizontal Distances From Centerline. 3. Slope Stakes And References Slope Stakes And References Shall Be Set On Both Sides Of Centerline At The Cross-section Locations. Slope Stakes Shall Be Established In The Field As The Actual Point Of Intersection Of The Design Roadway Slope With The Natural Ground Line. Slope Stake References Shall Be Set Outside The Clearing Limits. All Reference Point And Slope Stake Information Shall Be Included On The Reference Stakes. When Initial References Are Provided, Slope Stakes May Be Set From These Points With Verification Of The Slope Stake Location With Field Measurements. Slope Stakes On Any Section That Do Not Match With The Staking Report Within The Tolerances Established In Table 1 Shall Be Recatched. Roadway Cross-section Data Shall Be Taken Between Centerline And The New Slope Stake Location. Additional References Shall Be Set Even When The Initial References Are Provided. 4. Clearing And Grubbing Limits Clearing And Grubbing Limits Shall Be Set On Both Sides Of Centerline At Roadway Cross-section Locations, Extending One (1) Meter Beyond The Toe Of The Fill Slopes Or Beyond Rounding Of Cut Slopes As The Case Maybe For The Entire Length Of The Project Unless Otherwise Shown On The Plans Or As Directed By The Engineer. 5. Centerline Reestablishment Centerline Shall Be Reestablished From Instrument Control Points. The Maximum Spacing Between Centerline Points Shall Be 10 Meters When The Centerline Horizontal Curve Radius Is Less Than Or Equal To 150 Meters And Vertical Parabolic Curve Radius Is Less Than Or Equal To 100 Meters. When The Centerline Horizontal Curve Radius Is Greater Than 150 Meters And Vertical Parabolic Curve Radius Is Greater Than 100 Meters, The Maximum Distance Between Centerline Points Shall Be 20 Meters. 6. Grade Finishing Stakes Grade Finishing Stakes Shall Be Set For Grade Elevations And Horizontal Alignment, At The Centerline And At Each Shoulder Of Roadway Cross-section Locations. Stakes Shall Be Set At The Top Of Subgrade And The Top Of Each Aggregate Course. Where Turnouts Are Constructed, Stakes Shall Be Set At The Centerline, At Each Normal Shoulder, And At The Shoulder Of The Turnout. In Parking Areas, Hubs Shall Be Set At The Center And Along The Edges Of The Parking Area. Stakes Shall Be Set At All Ditches To Be Paved. The Maximum Longitudinal Spacing Between Stakes Shall Be 10 Meters When The Centerline Horizontal Curve Radius Is Less Than Or Equal To 150 Meters And Vertical Parabolic Curve Radius Is Less Than Or Equal To 100 Meters. When The Centerline Horizontal Curve Radius Is Greater Than 150 Meters And Vertical Parabolic Curve Radius Is Greater Than 100 Meters, The Maximum Longitudinal Spacing Between Stakes Shall Be 20 Meters. The Maximum Transverse Spacing Between Stakes Shall Be 5 Meters. Brushes Or Guard Stakes Shall Be Used At Each Stake. 7. Culverts Culverts Shall Be Staked To Fit Field Conditions. The Location Of Culverts May Differ From The Plans. The Following Shall Be Performed: A. Survey And Record The Ground Profile Along The Culvert Centerline Including Inlet And Outlet Channel Profile Of At Least 10 Meters And As Additionally Directed By The Engineer So As To Gather All Necessary Data For The Preparation Of Pipe Projection Plan. B. Determine The Slope Catch Points At The Inlet And Outlet. C. Set The Reference Points And Record Information Necessary To Determine Culvert Length And End Treatments. D. Plot Into Scale The Profile Along The Culvert Centerline Reflecting The Natural Ground Elevation, Invert Elevation, The Flow Line, The Roadway Section, And The Size, Length And The Degree Of Elbow Of Culvert, End Treatments, Grade And Other Appurtenances. E. Plot Into Scale The Cross-section Of Inlet And Outlet Channel At Not More Than 5 Meters Interval. F. Submit The Plotted Pipe Projection Plan For Approval Of Final Culvert Length, Alignment And Headwall. G. When The Pipe Projection Plan Has Been Approved, Set Drainage Culvert Structure Survey And Reference Stakes, And Stake Inlet And Outlet To Make The Structure Functional. 8. Retaining Walls And Other Types Of Slope Protection Works Profile Measurements Along The Face Of The Proposed Wall And 2 Meters In Front Of The Wall Face Shall Be Surveyed And Recorded. Cross-sections Shall Be Taken Within The Limits Designated By The Engineer At Every 5 Meters Along The Length Of The Wall And All Major Breaks In Terrain. For Each Cross-section, Points Shall Be Measured And Recorded Every 5 Meters And At All Major Breaks In Terrain. Adequate References And Horizontal And Vertical Control Points Shall Be Set. 9. Borrow And Waste Sites The Work Essential For Initial Layout And Measurement Of The Borrow Or Waste Site Shall Be Performed. A Referenced Baseline, Site Limits, And Clearing Limits Shall Be Established. Initial And Final Cross-sections Shall Be Surveyed And Recorded. 10. Permanent Monuments And Markers All Survey And Staking Necessary To Establish Permanent Monuments And Markers Shall Be Performed. 11. Miscellaneous Survey And Staking All Surveying, Staking, And Recording Of Data Essential For Establishing The Layout And Control Of The Following Shall Be Performed, As Applicable: A. Approach Roads And Trails B. Road Right Of Way And Construction Limit In Accordance With The Approved Parcellary Plan. C. Curb And Gutter D. Guardrail E. Parking Areas F. Paved Waterways And Outfall Structures G. Lined Canals And Other Ditches H. Chutes And Spillways I. Turf Establishment-s J. Utilities K. Signs, Delineators, And Object 9 Markers I. Pavement Markings B.4.3 Method Of Measurement Construction Survey And Staking Shall Be Measured By The Kilometer. Slope, Reference, And Clearing And Grubbing Stakes Shall Be Measured By The Kilometer. Centerline Establishment Shall Be Measured By The Kilometer. Centerline Reestablishment Shall Be Measured Only One Time. Culvert Survey And Staking Shall Be Measured By The Each. Grade Finishing Stakes Shall Be Measured By The Kilometer. Subgrade Shall Be Measured One Time And Each Aggregate Course Shall Also Be Measured One Time. Permanent Monuments And Markers Shall Be Measured By Each Unit Placed And Installed At The Proper Locations. Miscellaneous Survey And Staking Shall Be Measured By The Hour Of Survey Work Ordered Or By The Lump Sum. For Miscellaneous Survey And Staking Paid By The Hour, The Minimum Survey Crew Size Shall Be 2 Persons. Time Spent In Making Preparations, Travelling To And From The Project Site, Performing Calculations, Plotting Cross Sections And Other Data, Processing Computer Data, And Other Efforts Necessary To Successfully Accomplish Construction Survey And Staking Shall Not Be Measured Separately But Deemed Included As Subsidiary For Each Of The Pay Item. Project Sign Board / Billboard The Contractor Shall Ensure That The Project Site Is Identified With Information Billboard Which Shall Be Erected At The Beginning And Ending Of The Proposed Project. The Layout Of The Billboard Shall Accord To The Specifications Pursuant To The Commission On Audit (coa) Circular No. 2013-004 Issued On January 30, 2013. Coa Billboard Pao Billboard The Billboard’s Specifications Shall Conform To The Following Requirements: Tarpaulin, White, 8ft X 8ft (coa) And 4ft X 8ft (pao): Resolution: 70 Dpi; Font: Helvetica; Font Size: Main Information – 3”; Sub-information – 1”; Font Color: Black; Suitable Frame: Rigid Wood Or Steel Frame With Post; And, Posting: Outside Display At The Project Location After Award Has Been Made. Measurement The Supply And Erection Of Project Billboard Shall Be In Accordance With Provisions Of This Specification And Shall Be Measured For Payment. Basis Of Payment Payment Shall Be In Accordance With All The Cost Associated With The Compliance Of This Specification And Shall Be Included In The Contractor’s Bid Price. No Additional Or Separate Payment Will Be Made In This Regard As Well As For The Maintenance Of The Billboard. Pay Item Number Description Unit Of Measurement B.5 Project Billboard Each Part C – Earthwork Item 100 – Clearing And Grubbing 100.1 Description This Item Shall Consist Of Clearing, Grubbing, Removing And Disposing All Vegetation And Debris As Designated In The Contract, Except Those Objects That Are Designated To Remain In Place Or Are To Be Removed In Consonance With Other Provisions Of This Specification. The Work Shall Also Include The Preservation From Injury Or Defacement Of All Objects Designated To Remain. 100.2 Construction Requirements 100.2.1 General The Engineer Will Establish The Limits Of Work And Designate All Trees, Shrubs, Plants And Other Things To Remain. The Contractor Shall Preserve All Objects Designated To Remain. Paint Required For Cut Or Scarred Surface Of Trees Or Shrubs Selected For Retention Shall Be An Approved Asphaltum Base Paint Prepared Especially For Tree Surgery. Clearing Shall Extend One (1) Meter Beyond The Toe Of The Fill Slopes Or Beyond Rounding Of Cut Slopes As The Case Maybe For The Entire Length Of The Project Unless Otherwise Shown On The Plans Or As Directed By The Engineer And Provided It Is Within The Right Of Way Limits Of The Project, With The Exception Of Trees Under The Jurisdiction Of The Forest Management Bureau (fmb). 100.2.2 Clearing And Grubbing All Surface Objects And All Trees, Stumps, Roots And Other Protruding Obstructions, Not Designated To Remain, Shall Be Cleared And/or Grubbed, Including Mowing As Required, Except As Provided Below: (1) Removal Of Undisturbed Stumps And Roots And Nonperishable Solid Objects With A Minimum Depth Of One (1) Meter Below Subgrade Or Slope Of Embankment Will Not Be Required. (2) In Areas Outside Of The Grading Limits Of Cut And Embankment Areas, Stumps And Nonperishable Solid Objects Shall Be Cut Off Not More Than 150 Mm (6 Inches) Above The Ground Line Or Low Water Level. (3) In Areas To Be Rounded At The Top Of Cut Slopes, Stumps Shall Be Cut Off Flush With Or Below The Surface Of The Final Slope Line. (4) Grubbing Of Pits, Channel Changes And Ditches Will Be Required Only To The Depth Necessitated By The Proposed Excavation Within Such Areas. (5) In Areas Covered By Cogon/talahib, Wild Grass And Other Vegetations, Top Soil Shall Be Cut To A Maximum Depth Of 150 Mm Below The Original Ground Surface Or As Designated By The Engineer, And Disposed Outside The Clearing And Grubbing Limits As Indicated In The Typical Roadway Section. Except In Areas To Be Excavated, Stump Holes And Other Holes From Which Obstructions Are Removed Shall Be Backfilled With Suitable Material And Compacted To The Required Density. If Perishable Material Is Burned, It Shall Be Burned Under The Constant Care Of Component Watchmen At Such Times And In Such A Manner That The Surrounding Vegetation, Other Adjacent Property, Or Anything Designated To Remain On The Right Of Way Will Not Be Jeopardized. If Permitted, Burning Shall Be Done In Accordance With Applicable Laws, Ordinances, And Regulation. The Contractor Shall Use High Intensity Burning Procedures, (i.e., Incinerators, High Stacking Or Pit And Ditch Burning With Forced Air Supplements) That Produce Intense Burning With Little Or No Visible Smoke Emission During The Burning Process. At The Conclusion Of Each Burning Session, The Fire Shall Be Completely Extinguished So That No Smoldering Debris Remains. In The Event That The Contractor Is Directed By The Engineer Not To Start Burning Operations Or To Suspend Such Operations Because Of Hazardous Weather Conditions, Material To Be Burned Which Interferes With Subsequent Construction Operations Shall Be Moved By The Contractor To Temporary Locations Clear Of Construction Operations And Later, If Directed By The Engineer, Shall Be Placed On A Designated Spot And Burned. Materials And Debris Which Cannot Be Burned And Perishable Materials May Be Disposed Off By Methods And At Locations Approved By The Engineer, On Or Off The Project. If Disposal Is By Burying, The Debris Shall Be Placed In Layers With The Material So Disturbed To Avoid Nesting. Each Layer Shall Be Covered Or Mixed With Earth Material By The Land-fill Method To Fill All Voids. The Top Layer Of Material Buried Shall Be Covered With At Least 300 Mm (12 Inches) Of Earth Or Other Approved Material And Shall Be Graded, Shaped And Compacted To Present A Pleasing Appearance. If The Disposal Location Is Off The Project, The Contractor Shall Make All Necessary Arrangements With Property Owners In Writing For Obtaining Suitable Disposal Locations Which Are Outside The Limits Of View From The Project. The Cost Involved Shall Be Included In The Unit Bid Price. A Copy Of Such Agreement Shall Be Furnished To The Engineer. The Disposal Areas Shall Be Seeded, Fertilized And Mulched At The Contractor’s Expense. Woody Material May Be Disposed Off By Chipping. The Wood Chips May Be Used For Mulch, Slope Erosion Control Or May Be Uniformly Spread Over Selected Areas As Directed By The Engineer. Wood Chips Used As Mulch For Slope Erosion Control Shall Have A Maximum Thickness Of 12 Mm (1/2 Inch) And Faces Not Exceeding 3900 Mm2 (6 Square Inches) On Any Individual Surface Area. Wood Chips Not Designated For Use Under Other Sections Shall Be Spread Over The Designated Areas In Layers Not To Exceed 75 Mm (3 Inches) Loose Thickness. Diseased Trees Shall Be Buried Or Disposed Off As Directed By The Engineer. All Merchantable Timber In The Clearing Area Which Has Not Been Removed From The Right Of Way Prior To The Beginning Of Construction, Shall Become The Property Of The Contractor, Unless Otherwise Provided. Low Hanging Branches And Unsound Or Unsightly Branches On Trees Or Shrubs Designated To Remain Shall Be Trimmed As Directed. Branches Of Trees Extending Over The Roadbed Shall Be Trimmed To Give A Clear Height Of 6 M (20 Feet) Above The Roadbed Surface. All Trimming Shall Be Done By Skilled Workmen And In Accordance With Good Tree Surgery Practices. Timber Cut Inside The Area Staked For Clearing Shall Be Felled Within The Area To Be Cleared. 100.2.3 Individual Removal Of Trees Or Stumps Individual Trees Or Stumps Designated By The Engineer For Removal And Located In Areas Other Than Those Established For Clearing And Grubbing And Roadside Cleanup Shall Be Removed And Disposed Off As Specified Under Subsection 100.2.2 Except Trees Removed Shall Be Cut As Nearly Flush With The Ground As Practicable Without Removing Stumps. 100.3 Method Of Measurement Measurement Will Be By One Or More Of The Following Alternate Methods: 1. Area Basis. The Work To Be Paid For Shall Be The Number Of Hectares And Fractions Thereof Acceptably Cleared And Grubbed Within The Limits Indicated On The Plans Or As May Be Adjusted In Field Staking By The Engineer. Areas Not Within The Clearing And Grubbing Limits Shown On The Plans Or Not Staked For Clearing And Grubbing Will Not Be Measured For Payment. 2. Lump-sum Basis. When The Bill Of Quantities Contains A Clearing And Grubbing Lump-sum Item, No Measurement Of Area Will Be Made For Such Item. 3. Individual Unit Basis (selective Clearing). The Diameter Of Trees Will Be Measured At A Height Of 1.4 M (54 Inches) Above The Ground. Trees Less Than 150 Mm (6 Inches) In Diameter Will Not Be Measured For Payment. When Bill Of Quantities Indicates Measurement Of Trees By Individual Unit Basis, The Units Will Be Designated And Measured In Accordance With The Following Schedule Of Sizes: Diameter At Height Of 1.4 M Pay Item Designation Over 150 Mm To 900 Mm Small Over 900 Mm Large 100.4 Basis Of Payment The Accepted Quantities, Measured As Prescribed In Section 100.3, Shall Be Paid For At The Contract Unit Price For Each Of The Pay Items Listed Below That Is Included In The Bill Of Quantities, Which Price And Payment Shall Be Full Compensation For Furnishing All Labor, Equipment, Tools And Incidentals Necessary To Complete The Work Prescribed In This Item. Payment Will Be Made Under: Pay Item Number Description Unit Of Measurement 100 (1) Clearing And Grubbing Hectare 100 (2) Clearing And Grubbing Lump Sum 100 (3) Individual Removal Of Trees, Small Each 100 (4) Individual Removal Of Trees, Large Each Item 103 - Structure Excavation 103.1 Description This Item Shall Consist Of The Necessary Excavation For Foundation Of Bridges, Culverts, Underdrains, And Other Structures Not Otherwise Provided For In The Specifications. Except As Otherwise Provided For Pipe Culverts, The Backfilling Of Completed Structures And The Disposal Of All Excavated Surplus Materials, Shall Be In Accordance With These Specifications And In Reasonably Close Conformity With The Plans Or As Established By The Engineer. This Item Shall Include Necessary Diverting Of Live Streams, Bailing, Pumping, Draining, Sheeting, Bracing, And The Necessary Construction Of Cribs And Cofferdams, And Furnishing The Materials Therefore, And The Subsequent Removal Of Cribs And Cofferdams And The Placing Of All Necessary Backfill. It Shall Also Include The Furnishing And Placing Of Approved Foundation Fill Material To Replace Unsuitable Material Encountered Below The Foundation Elevation Of Structures. No Allowance Will Be Made For Classification Of Different Types Of Material Encountered. 103.2 Construction Requirements 103.2.1 Clearing And Grubbing Prior To Starting Excavation Operations In Any Area, All Necessary Clearing And Grubbing In That Area Shall Have Been Performed In Accordance With Item 100, Clearing And Grubbing. 103.2.2 Excavation (1) General, All Structures. The Contractor Shall Notify The Engineer Sufficiently In Advance Of The Beginning Of Any Excavation So That Cross-sectional Elevations And Measurements May Be Taken On The Undisturbed Ground. The Natural Ground Adjacent To The Structure Shall Not Be Disturbed Without Permission Of The Engineer. Trenches Or Foundation Pits For Structures Or Structure Footings Shall Be Excavated To The Lines And Grades Or Elevations Shown On The Plans Or As Staked By The Engineer. They Shall Be Of Sufficient Size To Permit The Placing Of Structures Or Structure Footings Of The Full Width And Length Shown. The Elevations Of The Bottoms Of Footings, As Shown On The Plans, Shall Be Considered As Approximate Only And The Engineer May Order, In Writing, Such Changes In Dimensions Or Elevations Of Footings As May Be Deemed Necessary, To Secure A Satisfactory Foundation. Boulders, Logs, And Other Objectionable Materials Encountered In Excavation Shall Be Removed. After Each Excavation Is Completed, The Contractor Shall Notify The Engineer To That Effect And No Footing, Bedding Material Or Pipe Culvert Shall Be Placed Until The Engineer Has Approved The Depth Of Excavation And The Character Of The Foundation Material. (2) Structures Other Than Pipe Culverts. All Rock Or Other Hard Foundation Materials Shall Be Cleaned Of All Loose Materials, And Cut To A Firm Surface, Either Level, Stepped, Or Serrated As Directed By The Engineer. All Seams Or Crevices Shall Be Cleaned And Grouted. All Loose And Disintegrated Rocks And Thin Strata Shall Be Removed. When The Footing Is To Rest On Material Other Than Rock, Excavation To Final Grade Shall Not Be Made Until Just Before The Footing Is To Be Placed. When The Foundation Material Is Soft Or Mucky Or Otherwise Unsuitable, As Determined By The Engineer, The Contractor Shall Remove The Unsuitable Material And Backfill With Approved Granular Material. This Foundation Fill Shall Be Placed And Compacted In 150 Mm Layers Up To The Foundation Elevation. When Foundation Piles Are Used, The Excavation Of Each Pit Shall Be Completed Before The Piles Are Driven And Any Placing Of Foundation Fill Shall Be Done After The Piles Are Driven. After The Driving Is Completed, All Loose And Displaced Materials Shall Be Removed, Leaving A Smooth, Solid Bed To Receive The Footing. (3) Pipe Culverts. The Width Of The Pipe Trench Shall Be Sufficient To Permit Satisfactory Jointing Of The Pipe And Thorough Tamping Of The Bedding Material Under And Around The Pipe. Where Rock, Hardpan, Or Other Unyielding Material Is Encountered, It Shall Be Removed Below The Foundation Grade For A Depth Of At Least 300 Mm Or 4 Mm For Each 100 Mm Of Fill Over The Top Of Pipe, Whichever Is Greater, But Not To Exceed Three-quarters Of The Vertical Inside Diameter Of The Pipe. The Width Of The Excavation Shall Be At Least 300 Mm Greater Than The Horizontal Outside Diameter Of The Pipe. The Excavation Below Grade Shall Be Backfilled With Selected Fine Compressible Material, Such As Silty Clay Or Loam, And Lightly Compacted In Layers Not Over 150 Mm In Uncompacted Depth To Form A Uniform But Yielding Foundation. Where A Firm Foundation Is Not Encountered At The Grade Established, Due To Soft, Spongy, Or Other Unstable Soil, Such Unstable Soil Under The Pipe And For A Width Of At Least One Diameter On Each Side Of The Pipe Shall Be Removed To The Depth Directed By The Engineer And Replaced With Approved Granular Foundation Fill Material Properly Compacted To Provide Adequate Support For The Pipe, Unless Other Special Construction Methods Are Called For On The Plans. The Foundation Surface Shall Provide A Firm Foundation Of Uniform Density Throughout The Length Of The Culvert And If Directed By The Engineer, Shall Be Cambered In The Direction Parallel To The Pipe Centerline. Where Pipe Culverts Are To Be Placed In Trenches Excavated In Embankments, The Excavation Of Each Trench Shall Be Performed After The Embankment Has Been Constructed To A Plane Parallel To The Proposed Profile Grade And To Such Height Above The Bottom Of The Pipe As Shown On The Plans Or Directed By The Engineer. 103.2.3 Utilization Of Excavated Materials All Excavated Materials, So Far As Suitable, Shall Be Utilized As Backfill Or Embankment. The Surplus Materials Shall Be Disposed Of In Such Manner As Not To Obstruct The Stream Or Otherwise Impair The Efficiency Or Appearance Of The Structure. No Excavated Materials Shall Be Deposited At Any Time So As To Endanger The Partly Finished Structure. 103.2.4 Cofferdams Suitable And Practically Watertight Cofferdams Shall Be Used Wherever Water-bearing Strata Are Encountered Above The Elevation Of The Bottom Of The Excavation. If Requested, The Contractor Shall Submit Drawings Showing His Proposed Method Of Cofferdam Construction, As Directed By The Engineer. Cofferdams Or Cribs For Foundation Construction Shall In General, Be Carried Well Below The Bottoms Of The Footings And Shall Be Well Braced And As Nearly Watertight As Practicable. In General, The Interior Dimensions Of Cofferdams Shall Be Such As To Give Sufficient Clearance For The Construction Of Forms And The Inspection Of Their Exteriors, And To Permit Pumping Outside Of The Forms. Cofferdams Or Cribs Which Are Tilted Or Moved Laterally During The Process Of Sinking Shall Be Righted Or Enlarged So As To Provide The Necessary Clearance. When Conditions Are Encountered Which, As Determined By The Engineer, Render It Impracticable To Dewater The Foundation Before Placing The Footing, The Engineer May Require The Construction Of A Concrete Foundation Seal Of Such Dimensions As He May Consider Necessary, And Of Such Thickness As To Resist Any Possible Uplift. The Concrete For Such Seal Shall Be Placed As Shown On The Plans Or Directed By The Engineer. The Foundation Shall Then Be Dewatered And The Footing Placed. When Weighted Cribs Are Employed And The Mass Is Utilized To Overcome Partially The Hydrostatic Pressure Acting Against The Bottom Of The Foundation Seal, Special Anchorage Such As Dowels Or Keys Shall Be Provided To Transfer The Entire Mass Of The Crib To The Foundation Seal. When A Foundation Seal Is Placed Under Water, The Cofferdams Shall Be Vented Or Ported At Low Water Level As Directed. Cofferdams Shall Be Constructed So As To Protect Green Concrete Against Damage From Sudden Rising Of The Stream And To Prevent Damage To The Foundation By Erosion. No Timber Or Bracing Shall Be Left 30 In Cofferdams Or Cribs In Such A Way As To Extend Into Substructure Masonry, Without Written Permission From The Engineer. Any Pumping That May Be Permitted From The Interior Of Any Foundation Enclosure Shall Be Done In Such A Manner As To Preclude The Possibility Of Any Portion Of The Concrete Material Being Carried Away. Any Pumping Required During The Placing Of Concrete, Or For A Period Of At Least 24 Hours Thereafter, Shall Be Done From A Suitable Sump Located Outside The Concrete Forms. Pumping To Dewater A Sealed Cofferdam Shall Not Commence Until The Seal Has Set Sufficiently To Withstand The Hydrostatic Pressure. Unless Otherwise Provided, Cofferdams Or Cribs, With All Sheeting And Bracing Involved Therewith, Shall Be Removed By The Contractor After The Completion Of The Substructure. Removal Shall Be Effected In Such Manner As Not To Disturb Or Mar Finished Masonry. 103.2.5 Preservation Of Channel Unless Otherwise Permitted, No Excavation Shall Be Made Outside Of Caissons, Cribs, Cofferdams, Or Sheet Piling, And The Natural Stream Bed Adjacent To Structure Shall Not Be Disturbed Without Permission From The Engineer. If Any Excavation Or Dredging Is Made At The Side Of The Structure Before Caissons, Cribs, Or Cofferdams Are Sunk In Place, The Contractor Shall, After The Foundation Base Is In Place, Backfill All Such Excavations To The Original Ground Surface Or Stream Bed With Material Satisfactory To The Engineer. 103.2.6 Backfill And Embankment For Structures Other Than Pipe Culverts Excavated Areas Around Structures Shall Be Backfilled With Free Draining Granular Material Approved By The Engineer And Placed In Horizontal Layers Not Over 150 Mm In Thickness, To The Level Of The Original Ground Surface. Each Layer Shall Be Moistened Or Dried As Required And Thoroughly Compacted With Mechanical Tampers. In Placing Backfills Or Embankment, The Material Shall Be Placed Simultaneously In So Far As Possible To Approximately The Same Elevation On Both Sides Of An Abutment, Pier, Or Wall. If Conditions Require Placing Backfill Or Embankment Appreciably Higher On One Side Than On The Opposite Side, The Additional Material On The Higher Side Shall Not Be Placed Until The Masonry Has Been In Place For 14 Days, Or Until Tests Made By The Laboratory Under The Supervision Of The Engineer Establishes That The Masonry Has Attained Sufficient Strength To Withstand Any Pressure Created By The Methods Used And Materials Placed Without Damage Or Strain Beyond A Safe Factor. Backfill Or Embankment Shall Not Be Placed Behind The Walls Of Concrete Culverts Or Abutments Or Rigid Frame Structures Until The Top Slab Is Placed And Cured. Backfill And Embankment Behind Abutments Held At The Top By The Superstructure, And Behind The Sidewalls Of Culverts, Shall Be Carried Up Simultaneously Behind Opposite Abutments Or Sidewalls. All Embankments Adjacent To Structures Shall Be Constructed In Horizontal Layers And Compacted As Prescribed In Subsection 104.3.3 Except That Mechanical Tampers May Be Used For The Required Compaction. Special Care Shall Be Taken To Prevent Any Wedging Action Against The Structure, And Slopes Bounding Or Within The Areas To Be Filled Shall Be Benched Or Serrated To Prevent Wedge Action. The Placing Of Embankment And The Benching Of Slopes Shall Continue In Such A Manner That At All Times There Will Be Horizontal Berm Of Thoroughly Compacted Material For A Distance At Least Equal To The Height Of The Abutment Or Wall To Be Backfilled Against Except Insofar As Undisturbed Material Obtrudes Upon The Area. Broken Rock Or Coarse Sand And Gravel Shall Be Provided For A Drainage Filter At Weepholes As Shown On The Plans. 103.2.7 Bedding, Backfill, And Embankment For Pipe Culverts Bedding, Backfill And Embankment For Pipe Culverts Shall Be Done In Accordance With Item 500, Pipe Culverts And Storm Drains. 103.3 Method Of Measurement 103.3.1 Structure Excavation The Volume Of Excavation To Be Paid For Will Be The Number Of Cubic Meters Measured In Original Position Of Material Acceptably Excavated In Conformity With The Plans Or As Directed By The Engineer, But In No Case, Except As Noted, Will Any Of The Following Volumes Be Included In The Measurement For Payment: (1) The Volume Outside Of Vertical Planes 450 Mm Outside Of And Parallel To The Neat Lines Of Footings And The Inside Walls Of Pipe And Pipe-arch Culverts At Their Widest Horizontal Dimensions. (2) The Volume Of Excavation For Culvert And Sections Outside The Vertical Plane For Culverts Stipulated In (1) Above. (3) The Volume Outside Of Neat Lines Of Underdrains As Shown On The Plans, And Outside The Limits Of Foundation Fill As Ordered By The Engineer. (4) The Volume Included Within The Staked Limits Of The Roadway Excavation, Contiguous Channel Changes, Ditches, Etc., For Which Payment Is Otherwise Provided In The Specification. (5) Volume Of Water Or Other Liquid Resulting From Construction Operations And Which Can Be Pumped Or Drained Away. (6) The Volume Of Any Excavation Performed Prior To The Taking Of Elevations And Measurements Of The Undisturbed Ground. (7) The Volume Of Any Material Rehandled, Except That Where The Plans Indicate Or The Engineer Directs The Excavation After Embankment Has Been Placed And Except That When Installation Of Pipe Culverts By The Imperfect Trench Method Specified In Item 500 Is Required, The Volume Of Material Reexcavated As Directed Will Be Included. (8) The Volume Of Excavation For Footings Ordered At A Depth More Than 1.5 M Below The Lowest Elevation For Such Footings Shown On The Original Contract Plans, Unless The Bill Of Quantities Contains A Pay Item For Excavation Ordered Below The Elevations Shown On The Plans For Individual Footings. Item 404 – Reinforcing Steel Description This Item Shall Consist Of Furnishing, Bending, Fabricating And Placing Of Steel Reinforcement Of The Type, Size, Shape And Grade Required In Accordance With This Specification And In Conformity With The Requirements Shown On The Plans Or As Directed By The Engineer. Strictly Implement The Usage Of Grade 40 Reinforcing Steel. Material Requirements Reinforcing Steel Shall Meet The Requirements Of Item 710, Reinforcing Steel And Wire Rope. Construction Requirements 404.3.1 Order Lists Before Materials Are Ordered, All Order Lists And Bending Diagrams Shall Be Furnished By The Contractor, For Approval Of The Engineer. The Approval Of Order Lists And Bending Diagrams By The Engineer Shall In No Way Relieve The Contractor Of Responsibility For The Correctness Of Such Lists And Diagrams. Any Expense Incident To The Revisions Of Materials Furnished In Accordance With Such Lists And Diagrams To Make Them Comply With The Plans Shall Be Borne By The Contractor. 404.3.2 Protection Of Material Steel Reinforcement Shall Be Stored Above The Surface Of The Ground Upon Platforms, Skids, Or Other Supports And Shall Be Protected As Far As Practicable From Mechanical Injury And Surface Deterioration Caused By Exposure To Conditions Producing Rust. When Placed In The Work, Reinforcement Shall Be Free From Dirt, Detrimental Rust, Loose Scale, Paint, Grease, Oil, Or Other Foreign Materials. Reinforcement Shall Be Free From Injurious Defects Such As Cracks And Laminations. Rust, Surface Seams, Surface Irregularities Or Mill Scale Will Not Be Cause For Rejection, Provided The Minimum Dimensions, Cross Sectional Area And Tensile Properties Of A Hand Wire Brushed Specimen Meets The Physical Requirements For The Size And Grade Of Steel Specified. Bending All Reinforcing Bars Requiring Bending Shall Be Cold-bent To The Shapes Shown On The Plans Or Required By The Engineer. Bars Shall Be Bent Around A Circular Pin Having The Following Diameters (d) In Relation To The Diameter Of The Bar (d): Nominal Diameter, D, Mm Pin Diameter (d) 10 To 20 25 To 28 32 And Greater 6d 8d 10d Bends And Hooks In Stirrups Or Ties May Be Bent To The Diameter Of The Principal Bar Enclosed Therein. Placing And Fastening All Steel Reinforcement Shall Be Accurately Placed In The Position Shown On The Plans Or Required By The Engineer And Firmly Held There During The Placing And Setting Of The Concrete. Bars Shall Be Tied At All Intersections Except Where Spacing Is Less Than 300mm In Each Directions, In Which Case, Alternate Intersections Shall Be Tied. Ties Shall Be Fastened On The Inside. Distance From The Forms Shall Be Maintained By Means Of Stays, Blocks, Ties, Hangers, Or Other Approved Supports, So That It Does Not Vary From The Position Indicated On The Plans By More Than 6mm. Blocks For Holding Reinforcement From Contact With The Forms Shall Be Precast Mortar Blocks Of Approved Shapes And Dimensions. Layers Of Bars Shall Be Separated By Precast Mortar Blocks Or By Other Equally Suitable Devices. The Use Of Pebbles, Pieces Of Broken Stone Or Brick, Metal Pipe And Wooden Blocks Shall Not Be Permitted. Unless Otherwise Shown On The Plans Or Required By The Engineer, The Minimum Distance Between Bars Shall Be 40mm. Reinforcement In Any Member Shall Be Placed And Then Inspected And Approved By The Engineer Before The Placing Of Concrete Begins. Concrete Placed In Violation Of This Provision May Be Rejected And Removal May Be Required. If Fabric Reinforcement Is Shipped In Rolls, It Shall Be Straightened Before Being Placed. Bundled Bars Shall Be Tied Together At Not More Than 1.8m Intervals. Splicing All Reinforcement Shall Be Furnished In The Full Lengths Indicated On The Plans. Splicing Of Bars, Except Where Shown On The Plans, Will Not Be Permitted Without The Written Approval Of The Engineer. Splices Shall Be Staggered As Far As Possible And With A Minimum Separation Of Not Less Than 40 Bar Diameters. Not More Than One-third Of The Bars May Be Spliced In The Same Cross-section, Except Where Shown On The Plans. Unless Otherwise Shown On The Plans, Bars Shall Be Lapped A Minimum Distance Of: Splice Type Grade 40 Min. Lap Grade 60 Min. Lap But Not Less Than Tension 24 Bar Dia 36 Bar Dia 300 Mm Compression 20 Bar Dia 24 Bar Dia 300 Mm In Lapped Splices, The Bars Shall Be Placed In Contact And Wired Together. Lapped Splices Will Not Be Permitted At Locations Where The Concrete Section Is Insufficient To Provide Minimum Clear Distance Of One And One-third The Maximum Size Of Coarse Aggregate Between The Splice And The Nearest Adjacent Bar. Welding Of Reinforcing Steel Shall Be Done Only If Detailed On The Plans Or If Authorized By The Engineer In Writing. Spiral Reinforcement Shall Be Spliced By Lapping At Least One And A Half Turns Or By Butt Welding Unless Otherwise Shown On The Plans. Lapping Of Bar Mat Sheets Of Mesh Or Bar Mat Reinforcement Shall Overlap Each Other Sufficiently To Maintain A Uniform Strength And Shall Be Securely Fastened At The Ends And Edges. The Overlap Shall Not Be Less Than One Mesh In Width. Method Of Measurement The Quantity Of Reinforcing Steel To Be Paid For Will Be The Final Quantity Placed And Accepted In The Completed Structure. No Allowance Will Be Made For Tie-wires, Separators, Wire Chairs And Other Material Used In Fastening The Reinforcing Steel In Place. If Bars Are Substituted Upon The Contractor’s Request And Approved By The Engineer And As A Result Thereof More Steel Is Used Than Specified, Only The Mass Specified Shall Be Measured For Payment. No Measurement Or Payment Will Be Made For Splices Added By The Contractor Unless Directed Or Approved By The Engineer. When There Is No Item For Reinforcing Steel In The Bill Of Quantities, Costs Will Be Considered As Incidental To The Other Items In The Bill Of Quantities. Basis Of Payment The Accepted Quantity, Measured As Prescribed In Section 404.4, Shall Be Paid For At The Contract Unit Price For Reinforcing Steel Which Price And Payment Shall Be Full Compensation For Furnishing And Placing All Materials, Including All Labor, Equipment, Tools And Incidentals Necessary To Complete The Work Prescribed In This Item. Payment Will Be Made Under: Pay Item Number Description Unit Of Measurement 404 Reinforcing Steel Kilogram Item 405 – Structural Concrete Description 405.1.1 Scope This Item Shall Consist Of Furnishing, Bending, Placing And Finishing Concrete In All Structures Except Pavements In Accordance With This Specification And Conforming To The Lines, Grades, And Dimensions Shown On The Plans. Concrete Shall Consist Of A Mixture Of Portland Cement, Fine Aggregate, Coarse Aggregate, Admixture When Specified, And Water Mixed In The Proportions Specified Or Approved By The Engineer. The Structural Strength Of Concrete Shall Be 24 Mpa. 405.1.2 Classes And Uses Of Concrete Five Classes Of Concrete Are Provided For In This Item, Namely: A, B, C, P And Seal. Each Class Shall Be Used In That Part Of The Structure As Called For On The Plans. The Classes Of Concrete Will Generally Be Used As Follows: Class A – All Superstructures And Heavily Reinforced Substructures. The Important Parts Of The Structure Included Are Slabs, Beams, Girders, Columns, Arch Ribs, Box Culverts, Reinforced Abutments, Retaining Walls, And Reinforced Footings. Class B – Footings, Pedestals, Massive Pier Shafts, Pipe Bedding, And Gravity Walls, Unreinforced Or With Only A Small Amount Of Reinforcement. Class C – Thin Reinforced Sections, Railings, Precast R.c. Piles And Cribbing And For Filler In Steel Grid Floors. Class P – Prestressed Concrete Structures And Members. Seal – Concrete Deposited In Water. Material Requirements 405.2.1 Portland Cement It Shall Conform To All The Requirements Of Subsection 311.2.1. Fine Aggregate It Shall Conform To All The Requirements Of Subsection 311.2.2. Coarse Aggregate It Shall Conform All The Requirements Of Subsection 311.2.3 Except That Gradation Shall Conform To Table 405.1. Table 405.1 – Grading Requirements For Coarse Aggregate Sieve Designation Mass Percent Passing Standard Mm Alternate Us Standard Class A Class B Class C Class P Class Seal 63 50 37.5 25 19.0 12.5 9.5 4.75 2-1/2” 2” 1-1/2” 1” ¾” ½” 3/8” No.4 100 95 – 100 - 35 – 70 - 10 – 30 0 - 5 100 95 – 100 - 35 – 70 - 10 – 30 - 0 - 5 100 90 – 100 40 – 70 0 – 15* 100 95 – 100 - 20 – 55 0 – 10* 100 95 – 100 - 25 – 60 - 0 – 10* * The Measured Cement Content Shall Be Within Plus (+) Or Minus (-) 2 Mass Percent Of The Design Cement Content. Water It Shall Conform To The Requirements Of Subsection 311.2.4 Reinforcing Steel It Shall Conform To The Requirements Of Item 710, Reinforcing Steel And Wire Rope. Admixtures Admixtures Shall Conform To The Requirements Of Subsection 311.2.7 Curing Materials Curing Materials Shall Conform To The Requirements Of Subsection 311.2.8. Expansion Joint Materials Expansion Joint Materials Shall Be: Preformed Sponge Rubber And Cork, Conforming To Aashto M 153. Hot-poured Elastic Type, Conforming To Aashto M 173. Preformed Fillers, Conforming To Aashto M 213. Elastomeric Compression Joint Seals These Shall Conform To Aashto M 220. Elastomeric Bearing Pads These Shall Conform To Aashto M 251 Or Item 412 – Elastomeric Bearing Pads. Storage Of Cement And Aggregates Storage Of Cement And Aggregates Shall Conform To All The Requirements Of Subsection 311.2.10. Sampling And Testing Of Structural Concrete As Work Progresses, At Least One (1) Sample Consisting Of Three (3) Concrete Cylinder Test Specimens, 150 X 300mm (6 X 12 Inches), Shall Be Taken From Each Seventy-five (75) Cubic Meters Of Each Class Of Concrete Or Fraction Thereof Placed Each Day. Compliance With The Requirements Of This Section Shall Be Determined In Accordance With The Following Standard Methods Of Aashto: Sampling Of Fresh Concrete Weight Per Cubic Metre And Air Content (gravi- Metric) Of Concrete Sieve Analysis Of Fine And Coarse Aggregates Slump Of Portland Cement Concrete Specific Gravity And Absorption Of Fine Aggregate T 141 T 121 T 27 T 119 T 84 Tests For Strength Shall Be Made In Accordance With The Following: Making And Curing Concrete Compressive And Flexural Tests Specimens In The Field Compressive Strength Of Molded Concrete Cylinders T 23 T 22 Production Requirements Proportioning And Strength Of Structural Concrete The Concrete Materials Shall Be Proportioned In Accordance With The Requirements For Each Class Of Concrete As Specified In Table 405.2, Using The Absolute Volume Method As Outlined In The American Concrete Institute (aci) Standard 211.1. “recommended Practice For Selecting Proportions For Normal And Heavyweight Concrete”. Other Methods Of Proportioning May Be Employed In The Mix Design With Prior Approval Of The Engineer. The Mix Shall Either Be Designed Or Approved By The Engineer. A Change In The Source Of Materials During The Progress Of Work May Necessitate A New Mix Design. The Strength Requirements For Each Class Of Concrete Shall Be As Specified In Table 405.2. Table 405.2 - Composition And Strength Of Concrete For Use In Structures Class Of Concrete Minimum Cement Content Per M3 Kg (bag**) Maximum Water/ Cement Ratio Kg/kg Consistency Range In Slump Mm (inch) Designated Size Of Coarse Aggregate Square Opening Std. Mm Minimum Compressive Strength Of 150x300mm Concrete Cylinder Specimen At 28 Days, Mn/m2 (psi) A B C P Seal 360 (9 Bags) 320 (8 Bags) 380 (9.5 Bags) 440 (11 Bags) 380 (9.5 Bags) 0.53 0.58 0.55 0.49 0.58 50 – 100 (2 – 4) 50 – 100 (2 – 4) 50 – 100 (2 – 4) 100 Max. (4 Max.) 100 – 200 (4 - 8) 37.5 – 4.75 (1-1/2” – No. 4) 50 – 4.75 (2” – No. 4) 12.5 – 4.75 (1/2” – No. 4) 19.0 – 4.75 (3/4” – No. 4) 25 – 4.75 (1” – No. 4) 20.7 (3000) 16.5 (2400) 20.7 (3000) 37.7 (5000) 20.7 (3000) * The Measured Cement Content Shall Be Within Plus Or Minus 2 Mass Percent Of The Design Cement Content. ** Based On 40 Kg/bag 405.4.2 Consistency Concrete Shall Have A Consistency Such That It Will Be Workable In The Required Position. It Shall Be Of Such A Consistency That It Will Flow Around Reinforcing Steel But Individual Particles Of The Coarse Aggregate When Isolated Shall Show A Coating Of Mortar Containing Its Proportionate Amount Of Sand. The Consistency Of Concrete Shall Be Gauged By The Ability Of The Equipment To Properly Place It And Not By The Difficulty In Mixing And Transporting. The Quantity Of Mixing Water Shall Be Determined By The Engineer And Shall Not Be Varied Without His Consent. Concrete As Dry As It Is Practical To Place With The Equipment Specified Shall Be Used. 405.4.3 Batching Measuring And Batching Of Materials Shall Be Done At A Batching Plant. Portland Cement Either Sacked Or Bulk Cement May Be Used. No Fraction Of A Sack Of Cement Shall Be Used In A Batch Of Concrete Unless The Cement Is Weighed. All Bulk Cement Shall Be Weighed On An Approved Weighing Device. The Bulk Cement Weighing Hopper Shall Be Properly Sealed And Vented To Preclude Dusting Operation. The Discharge Chute Shall Not Be Suspended From The Weighing Hopper And Shall Be So Arranged That Cement Will Neither Be Lodged In It Nor Leak From It. Accuracy Of Batching Shall Be Within Plus (+) Or Minus (-) 1 Mass Percent. Water Water May Be Measured Either By Volume Or By Weight. The Accuracy Of Measuring The Water Shall Be Within A Range Of Error Of Not More Than 1 Percent. Aggregates Stockpiling Of Aggregates Shall Be In Accordance With Subsection 311.2.10. All Aggregates Whether Produced Or Handled By Hydraulic Methods Or Washed, Shall Be Stockpiled Or Binned For Draining For At Least 12 Hours Prior To Batching. Rail Shipment Requiring More Than12 Hours Will Be Accepted As Adequate Binning Only If The Car Bodies Permit Free Drainage. If The Aggregates Contain High Or Non-uniform Moisture Content, Storage Or Stockpile Period In Excess Of 12 Hours May Be Required By The Engineer. Batching Shall Be Conducted As To Result In A 2 Mass Percent Maximum Tolerance For The Required Materials. Bins And Scales The Batching Plant Shall Include Separate Bins For Bulk Cement, Fine Aggregate And For Each Size Of Coarse Aggregate, A Weighing Hopper, And Scales Capable Of Determining Accurately The Mass Of Each Component Of The Batch. Scales Shall Be Accurate To One-half (0.5) Percent Throughout The Range Used. Batching When Batches Are Hauled To The Mixer, Bulk Cement Shall Be Transported Either In Waterproof Compartments Or Between The Fine And Coarse Aggregate. When Cement Is Placed In Contact With Moist Aggregates, Batches Will Be Rejected Unless Mixed Within 1-1/2 Hours Of Such Contact. Sacked Cement May Be Transported On Top Of The Aggregates. Batches Shall Be Delivered To The Mixer Separate And Intact. Each Batch Shall Be Dumped Cleanly Into The Mixer Without Loss, And, When More Than One Batch Is Carried On The Truck, Without Spilling Of Material From One Batch Compartment Into Another. Admixtures The Contractor Shall Follow An Approved Procedure For Adding The Specified Amount Of Admixture To Each Batch And Will Be Responsible For Its Uniform Operation During The Progress Of The Work. He Shall Provide Separate Scales For The Admixtures Which Are To Be Proportioned By Weight, And Accurate Measures For Those To Be Proportioned By Volume. Admixtures Shall Be Measured Into The Mixer With An Accuracy Of Plus Or Minus Three (3) Percent. The Use Of Calcium Chloride As An Admixture Will Not Be Permitted. 405.4.4 Mixing And Delivery Concrete May Be Mixed At The Site Of Construction, At A Central Point Or By A Combination Of Central Point And Truck Mixing Or By A Combination Of Central Point Mixing And Truck Agitating. Mixing And Delivery Of Concrete Shall Be In Accordance With The Appropriate Requirements Of Aashto M 157 Except As Modified In The Following Paragraphs Of This Section, For Truck Mixing Or A Combination Of Central Point And Truck Mixing Or Truck Agitating. Delivery Of Concrete Shall Be Regulated So That Placing Is At A Continuous Rate Unless Delayed By The Placing Operations. The Intervals Between Delivery Of Batches Shall Not Be So Great As To Allow The Concrete Inplace To Harden Partially, And In No Case Shall Such An Interval Exceed 30 Minutes. In Exceptional Cases And When Volumetric Measurements Are Authorized, For Small Project Requiring Less Than 75 Cu.m. Per Day Of Pouring, The Weight Proportions Shall Be Converted To Equivalent Volumetric Proportions. In Such Cases, Suitable Allowance Shall Be Made For Variations In The Moisture Condition Of The Aggregates, Including The Bulking Effect In The Fine Aggregate. Batching And Mixing Shall Be In Accordance With Astm C 685, Section 6 Through 9. Concrete Mixing, By Chute Is Allowed Provided That A Weighing Scales For Determining The Batch Weight Will Be Used. For Batch Mixing At The Site Of Construction Or At A Central Point, A Batch Mixer Of An Approved Type Shall Be Used. Mixer Having A Rated Capacity Of Less Than A One-bag Batch Shall Not Be Used. The Volume Of Concrete Mixed Per Batch Shall Not Exceed The Mixer’s Nominal Capacity As Shown On The Manufacturer’s Standard Rating Plate On The Mixer Except That An Overload Up To 10 Percent Above The Mixer’s Nominal Capacity May Be Permitted, Provided Concrete Test Data For Strength, Segregation, And Uniform Consistency Are Satisfactory And Provided No Spillage Of Concrete Takes Place. The Batch Shall Be So Charge Into The Drum That A Portion Of The Water Shall Enter In Advance Of The Cement And Aggregates. The Flow Of Water Shall Be Uniform And All Water Shall Be In The Drum By The End Of The First 15 Seconds Of The Mixing Period. Mixing Time Shall Be Measured From The Time All Materials, Except Water, Are In The Drum. Mixing Time Shall Not Be Less Than 60 Seconds For Mixers Having A Capacity Of 1.5m3 Or Less. For Mixers Having A Capacity Greater Than 1.5m3, The Mixing Time Shall Not Be Less Than 90 Seconds. If Timing Starts, The Instant The Skip Reaches Its Maximum Raised Position, 4 Seconds Shall Be Added To The Specified Mixing Time. Mixing Time Ends When The Discharge Chute Opens. The Mixer Shall Be Operated At The Drum Speed As Shown On The Manufacturer’s Name Plate On The Mixer. Any Concrete Mixed Less Than The Specified Time Shall Be Discarded And Disposed Off By The Contractor At His Own Expenses. The Timing Device On Stationary Mixers Shall Be Equipped With A Bell Or Other Suitable Warning Device Adjusted To Give A Clearly Audible Signal Each Time The Lock Is Released. In Case Of Failure Of The Timing Device, The Contractor Will Be Permitted To Continue Operations While It Is Being Repaired, Provided He Furnishes An Approved Timepiece Equipped With Minute And Second Hands. If The Timing Device Is Not Placed In Good Working Order Within 24 Hours, Further Use Of The Mixer Will Be Prohibited Until Repairs Are Made. Retempering Concrete Will Not Be Permitted. Admixtures For Increasing The Workability, For Retarding The Set, Or For Accelerating The Set Or Improving The Pumping Characteristics Of The Concrete Will Be Permitted Only When Specifically Provided For In The Contract, Or Authorized In Writing By The Engineer. Mixing Concrete: General Concrete Shall Be Thoroughly Mixed In A Mixer Of An Approved Size And Type That Will Insure A Uniform Distribution Of The Materials Throughout The Mass. All Concrete Shall Be Mixed In Mechanically Operated Mixers. Mixing Plant And Equipment For Transporting And Placing Concrete Shall Be Arranged With An Ample Auxiliary Installation To Provide A Minimum Supply Of Concrete In Case Of Breakdown Of Machinery Or In Case The Normal Supply Of Concrete Is Disrupted. The Auxiliary Supply Of Concrete Shall Be Sufficient To Complete The Casting Of A Section Up To A Construction Joint That Will Meet The Approval Of The Engineer. Equipment Having Components Made Of Aluminum Or Magnesium Alloys, Which Would Have Contact With Plastic Concrete During Mixing, Transporting Or Pumping Of Portland Cement Concrete, Shall Not Be Used. Concrete Mixers Shall Be Equipped With Adequate Water Storage And A Device Of Accurately Measuring And Automatically Controlling The Amount Of Water Used. Materials Shall Be Measured By Weighing. The Apparatus Provided For Weighing The Aggregates And Cement Shall Be Suitably Designed And Constructed For This Purpose. The Accuracy Of All Weighing Devices Except That For Water Shall Be Such That Successive Quantities Can Be Measured To Within One Percent Of The Desired Amounts. The Water Measuring Device Shall Be Accurate To Plus Or Minus 0.5 Mass Percent. All Measuring Devices Shall Be Subject To The Approval Of The Engineer. Scales And Measuring Devices Shall Be Tested At The Expense Of The Contractor As Frequently As The Engineer May Deem Necessary To Insure Their Accuracy. Weighing Equipment Shall Be Insulated Against Vibration Or Movement Of Other Operating Equipment In The Plant. When The Entire Plant Is Running, The Scale Reading At Cut-off Shall Not Vary From The Weight Designated By The Engineer More Than One Mass Percent For Cement, 1-1/2 Mass Percent For Any Size Of Aggregate, Or One (1) Mass Percent For The Total Aggregate In Any Batch. Mixing Concrete At Site Concrete Mixers May Be Of The Revolving Drum Or The Revolving Blade Type And The Mixing Drum Or Blades Shall Be Operated Uniformly At The Mixing Speed Recommended By The Manufacturer. The Pick-up And Throw-over Blades Of Mixers Shall Be Restored Or Replaced When Any Part Or Section Is Worn 20mm Or More Below The Original Height Of The Manufacturer’s Design. Mixers And Agitators Which Have An Accumulation Of Hard Concrete Or Mortar Shall Not Be Used. When Bulk Cement Is Used And Volume Of The Batch Is 0.5m3 Or More, The Scale And Weigh Hopper For Portland Cement Shall Be Separate And Distinct From The Aggregate Hopper Or Hoppers. The Discharge Mechanism Of The Bulk Cement Weigh Hopper Shall Be Interlocked Against Opening Before The Full Amount Of Cement Is In The Hopper. The Discharging Mechanism Shall Also Be Interlocked Against Opening When The Amount Of Cement In The Hopper Is Underweight By More Than One (1) Mass Percent Or Overweight By More Than 3 Mass Percent Of The Amount Specified. When The Aggregate Contains More Water Than The Quantity Necessary To Produce A Saturated Surface Dry Condition, Representative Samples Shall Be Taken And The Moisture Content Determined For Each Kind Of Aggregate. The Batch Shall Be So Charged Into The Mixer That Some Water Will Enter In Advance Of Cement And Aggregate. All Water Shall Be In The Drum By The End Of The First Quarter Of The Specified Mixing Time. Cement Shall Be Batched And Charged Into The Mixer So That It Will Not Result In Loss Of Cement Due To The Effect Of Wind, Or In Accumulation Of Cement On Surface Of Conveyors Or Hoppers, Or In Other Conditions Which Reduce Or Vary The Required Quantity Of Cement In The Concrete Mixture. The Entire Content Of A Batch Mixer Shall Be Removed From The Drum Before Materials For A Succeeding Batch Are Placed Therein. The Materials Composing A Batch Except Water Shall Be Deposited Simultaneously Into The Mixer. All Concrete Shall Be Mixed For A Period Of Not Less Than 1-1/2 Minutes After All Materials, Including Water, Are In The Mixer. During The Period Of Mixing, The Mixer Shall Operate At The Speed For Which It Has Been Designed. Mixers Shall Be Operated With An Automatic Timing Device That Can Be Locked By The Engineer. The Time Device And Discharge Mechanics Shall Be So Interlocked That During Normal Operation No Part Of The Batch Will Be Charged Until The Specified Mixing Time Has Elapsed. The First Batch Of Concrete Materials Placed In The Mixer Shall Contain A Sufficient Excess Of Cement, Sand, And Water To Coat Inside Of The Drum Without Reducing The Required Mortar Content Of The Mix. When Mixing Is To Cease For A Period Of One Hour Or More, The Mixer Shall Be Thoroughly Cleaned. Mixing Concrete At Central Plant Mixing At Central Plant Shall Conform To The Requirements For Mixing At The Site. Mixing Concrete In Truck Truck Mixers, Unless Otherwise Authorized By The Engineer, Shall Be Of The Revolving Drum Type, Water-tight, And So Constructed That The Concrete Can Be Mixed To Insure A Uniform Distribution Of Materials Throughout The Mass. All Solid Materials For The Concrete Shall Be Accurately Measured And Charged Into The Drum At The Proportioning Plant. Except As Subsequently Provided, The Truck Mixer Shall Be Equipped With A Device By Which The Quantity Of Water Added Can Be Readily Verified. The Mixing Water May Be Added Directly To The Batch, In Which Case A Tank Is Not Required. Truck Mixers May Be Required To Be Provided With A Means Of Which The Mixing Time Can Be Readily Verified By The Engineer. The Maximum Size Of Batch In Truck Mixers Shall Not Exceed The Minimum Rated Capacity Of The Mixer As Stated By The Manufacturer And Stamped In Metal On The Mixer. Truck Mixing, Shall, Unless Other-wise Directed Be Continued For Not Less Than 100 Revolutions After All Ingredients, Including Water, Are In The Drum. The Mixing Speed Shall Not Be Less Than 4 Rpm, Nor More Than 6 Rpm. Mixing Shall Begin Within 30 Minutes After The Cement Has Been Added Either To The Water Or Aggregate, But When Cement Is Charged Into A Mixer Drum Containing Water Or Surface Wet Aggregate And When The Temperature Is Above 32oc, This Limit Shall Be Reduced To 15 Minutes. The Limitation In Time Between The Introduction Of The Cement To The Aggregate And The Beginning Of The Mixing May Be Waived When, In The Judgement Of The Engineer, The Aggregate Is Sufficiently Free From Moisture, So That There Will Be No Harmful Effects On The Cement. When A Truck Mixer Is Used For Transportation, The Mixing Time Specified In Subsection 405.4.4 (3) At A Stationary Mixer May Be Reduced To 30 Seconds And The Mixing Completed In A Truck Mixer. The Mixing Time In The Truck Mixer Shall Be As Specified For Truck Mixing. Transporting Mixed Concrete Mixed Concrete May Only Be Transported To The Delivery Point In Truck Agitators Or Truck Mixers Operating At The Speed Designated By The Manufacturers Of The Equipment As Agitating Speed, Or In Non-agitating Hauling Equipment, Provided The Consistency And Workability Of The Mixed Concrete Upon Discharge At The Delivery Point Is Suitable Point For Adequate Placement And Consolidation In Place. Truck Agitators Shall Be Loaded Not To Exceed The Manufacturer’s Guaranteed Capacity. They Shall Maintain The Mixed Concrete In A Thoroughly Mixed And Uniform Mass During Hauling. No Additional Mixing Water Shall Be Incorporated Into The Concrete During Hauling Or After Arrival At The Delivery Point. The Rate Of Discharge Of Mixed Concrete From Truck Mixers Or Agitators Shall Be Controlled By The Speed Of Rotation Of The Drum In The Discharge Direction With The Discharge Gate Fully Open. When A Truck Mixer Or Agitator Is Used For Transporting Concrete To The Delivery Point, Discharge Shall Be Completed Within One Hour, Or Before 250 Revolutions Of The Drum Or Blades, Whichever Comes First, After The Introduction Of The Cement To The Aggregates. Under Conditions Contributing To Quick Stiffening Of The Concrete Or When The Temperature Of The Concrete Is 30oc, Or Above, A Time Less Than One Hour Will Be Required. Delivery Of Mixed Concrete The Contractor Shall Have Sufficient Plant Capacity And Transportation Apparatus To Insure Continuous Delivery At The Rate Required. The Rate Of Delivery Of Concrete During Concreting Operations Shall Be Such As To Provide For The Proper Handling, Placing And Finishing Of The Concrete. The Rate Shall Be Such That The Interval Between Batches Shall Not Exceed 20 Minutes. The Methods Of Delivering And Handling The Concrete Shall Be Such As Will Facilitate Placing Of The Minimum Handling. Method Of Measurement The Quantity Of Structural Concrete To Be Paid For Will Be The Final Quantity Placed And Accepted In The Completed Structure. No Deduction Will Be Made For The Volume Occupied By Pipe Less Than 100mm (4 Inches) In Diameter Or By Reinforcing Steel, Anchors, Conduits, Weep Holes Or Expansion Joint Materials. Basis Of Payment The Accepted Quantities, Measured As Prescribed In Section 405.5, Shall Be Paid For At The Contract Unit Price For Each Of The Pay Item Listed Below That Is Included In The Bill Of Quantities. Payment Shall Constitute Full Compensation For Furnishing, Placing And Finishing Concrete Including All Labor, Equipment, Tools And Incidentals Necessary To Complete The Work Prescribed In The Item. Payment Will Be Made Under: Pay Item Number Description Unit Of Measurement 405 (1) 405 (2) 405 (3) 405 (4) 405 (5) Structural Concrete, Class A Structural Concrete, Class B Structural Concrete, Class C Structural Concrete, Class P Seal Concrete Cubic Meter Cubic Meter Cubic Meter Cubic Meter Cubic Meter V. Concrete, Masonry And Plastering Works A. General: All Concrete Works To Be Done Herein Shall Be In Accordance With Aci Requirement And/ Or Standard Specifications As Adopted By The Government. B. Cement Shall Be Portland Cement (type1) With 40 Kgs/bag. C. Fine Aggregates Shall Be Clean Hold River Sand, Free From Injurious Amount Of Clay, Loam And Vegetable Matter. D. Coarse Aggregates Shall Be River Run Gravel Or Broken Stones. The Maximum Size Shall Be 1/5 Of The Nearest Dimensions Between Side Forms Of The Concrete Members Or ¾ The Maximum Clear Spacing Between Reinforcing Bars. E. Reinforcing Bars: Reinforcing Bars Shall Be Intermediate Grade And Deformed And Shall Have Minimum Yield Strength Of 275 Mpa (40,000 Psi) F. The Wires Shall Be Locally Produced G.i. Wire Gauge No. 16. G. Placing Reinforcement Provide Bars, Wire Fabrics, Wire Ties, Supports And Other Devices Necessary To Install And Secure Reinforcement. Reinforcement Shall Not Contain Rust, Scale Oil, Grease Clay And Foreign Substances That Would Reduce The Bond. Rusting Of Reinforcement Is A Basis Of Rejection If The Effective Cross-sectional Area Of The Normal Weight Per Foot Of The Reinforcement Has Been Reduced To Less Than Specified In Paragraph Entitled “reinforcing Bars”. Remove Loose Rust Prior To Placing Of Steel. Splices Shall Be Approved Prior To Use. Do Not Splice At Points Of Maximum Stress. Overlapped Welded Wire Fabric The Spacing Of The Cross Wires, Plus 50 Mm (2 Inches). H. Concrete Hollow Blocks: 1. For Walls And Partitions, Use Chb Or Its Equivalent. 2. Minimum Comprehensive Strength Shall Be 700 Psi. I. All Concrete Cured For Least Seven (7) Days To Twenty-eight (28) Days If Possible After Placement To Attain The Required Strength Of Concrete. J. Removal Of Forms: Forms Shall Be Removed In Such A Manner As Not To Impair The Safety And Serviceability Of The Structures. K. Proportions Of All Materials Entering Into Concrete Shall Be Of Class “a”. L. Mixture For Concrete Slab: Thickness Of Slab Shall Be 200mm Thick. A Mixture Of Washed Sand, Screened Gravel And Portland Cement. M. Mixture For Plastering: Thickness Of Plaster Shall Be 16mm Thick. A Mixture Of Washed Sand And Portland Cement. Vi. Wall Installation Use 0.5mm Thk G.i. Rib-type Longspan Prepainted For Wall Cladding And 2” X 4” X 1.5mm X 6m C-purlins For Wall Cladding Framing. Section Vii. Drawings Annex A – Architectural Design Annex B- Project Billboard Plan Section Viii. Bill Of Quantities Bid No. Agr- 25-219-b Item Description Quantity Unit Unit Cost Total Cost No. I. Clearing, Grubbing, And Staking 733.50 Sq.m. Pesos And Ctvs. (p ) / Sq.m. P Ii. Excavation Works 391.77 Cu.m. Pesos And Ctvs. (p ) / Cu.m. P Iii. Backfill 275.16 Cu.m. Pesos And Ctvs. (p ) / Cu.m P Iv-a. Concreting (concrete Works) 185.02 Cu.m. Pesos And Ctvs. (p ) /cu.m. P Iv-b. Gravel Bedding (concrete Works) 16.28 Cu.m Pesos And Ctvs. (p ) /cu.m P Item Description Quantity Unit Unit Cost Total Cost No. Iv-c. Steel Works (concrete Works) 11,500.00 Kgs. Pesos And Ctvs. (p ) / Kgs. P Iv-d Formworks (concrete Works) 1,356.36 Sq.m. Pesos And Ctvs. (p ) / Sq.m. P V. Masonry Works 1,271.40 Sq.m. Pesos And Ctvs. (p ) / Sq.m P Vi. Plastering Works 2,886.00 Sq..m Pesos And Ctvs. (p ) /sq.m P Total Bid Cost In Figures P Total Bid Cost In Words Summary Of Costs Item No. Bid Amount Clearing, Grubbing, And Staking ₱ _____________________________ Excavation Works ₱ _____________________________ Backfill ₱ _____________________________ Iv-a. Concreting (concrete Works) ₱ _____________________________ Iv-b. Gravel Bedding (concrete Works) ₱ _____________________________ Iv-c. Steel Works (concrete Works) ₱ _____________________________ Iv-d. Formworks (concrete Works) ₱ _____________________________ V. Masonry Works ₱ _____________________________ Vi. Plastering Works ₱ _____________________________ Total Bid Amount ₱ _____________________________ Section Ix. Checklist Of Technical And Financial Documents Technical Component Envelope Class “a” Documents Legal Documents ⬜ Valid Philgeps Registration Certificate (platinum Membership) (all Pages) In Accordance With Section 8.5.2 Of The Irr; 1. Registration Certificate From Sec, Department Of Trade And Industry (dti) For Sole Proprietorship Or Cda For Cooperatives, Or Any Proof Of Such Registration. 2. Mayor’s Permit Issued By The City Or Municipality – Where The Principal Place Of Business Of The Prospective Bidder Is Located; 3. Tax Clearance Per Executive Order 398, Series Of 2005, A S Finally Reviewed And Approved By The Bir 4. Audited Financial Statements, Showing, Among Others, The Prospective Total And Current Assets And Liabilities, Stamped “received” By The Bir Or Its Duly Accredited And Authorized Institutions For The Preceding Calendar Year Which Should Not Be Earlier Than Two (2) Years From The Date Of Bid Submission; For The Type And Cost Of The Contract To Be Bid Technical Documents ⬜ Statement Of The Prospective Bidder Of All Its Ongoing Government And Private Contracts, Including Contracts Awarded But Not Yet Started, If Any, Whether Similar Or Not Similar In Nature And Complexity To The Contract To Be Bid; And ⬜ Statement Of The Bidder’s Single Largest Completed Contract (slcc) Similar To The Contract To Be Bid, Except Under Conditions Provided Under The Rules; And ⬜ Special Pcab License In Case Of Joint Ventures; And Registration For The Type And Cost Of The Contract To Be Bid; And ⬜ Original Copy Of Bid Security. If In The Form Of A Surety Bond, Submit Also A Certification Issued By The Insurance Commission; Or Original Copy Of Notarized Bid Securing Declaration; And Project Requirements, Which Shall Include The Following: ⬜ Organizational Chart For The Contract To Be Bid; ⬜ List Of Contractor’s Key Personnel (e.g., Project Manager, Project Engineers, Materials Engineers, And Foremen), To Be Assigned To The Contract To Be Bid, With Their Complete Qualification And Experience Data; ⬜ List Of Contractor’s Major Equipment Units, Which Are Owned, Leased, And/or Under Purchase Agreements, Supported By Proof Of Ownership Or Certification Of Availability Of Equipment From The Equipment Lessor/vendor For The Duration Of The Project, As The Case May Be; And ⬜ Original Duly Signed Omnibus Sworn Statement (oss); And If Applicable, Original Notarized Secretary’s Certificate In Case Of A Corporation, Partnership, Or Cooperative; Or Original Special Power Of Attorney Of All Members Of The Joint Venture Giving Full Power And Authority To Its Officer To Sign The Oss And Do Acts To Represent The Bidder. Financial Documents ⬜ The Prospective Bidder’s Computation Of Net Financial Contracting Capacity (nfcc). Class “b” Documents ⬜ If Applicable, Duly Signed Joint Venture Agreement (jva) In Accordance With Ra No. 4566 And Its Irr In Case The Joint Venture Is Already In Existence; Or Duly Notarized Statements From All The Potential Joint Venture Partners Stating That They Will Enter Into And Abide By The Provisions Of The Jva In The Instance That The Bid Is Successful. Financial Component Envelope ⬜ Original Of Duly Signed And Accomplished Financial Bid Form; And Other Documentary Requirements Under Ra No. 9184 ⬜ Original Of Duly Signed Bid Prices In The Bill Of Quantities; And ⬜ Duly Accomplished Detailed Estimates Form, Including A Summary Sheet Indicating The Unit Prices Of Construction Materials, Labor Rates, And Equipment Rentals Used In Coming Up With The Bid; And ⬜ Cash Flow By Quarter. Bid Form For The Procurement Of Infrastructure Projects [shall Be Submitted With The Bid] Bid Form Date : Project Identification No. : To: [name And Address Of Procuring Entity] Having Examined The Philippine Bidding Documents (pbds) Including The Supplemental Or Bid Bulletin Numbers [insert Numbers], The Receipt Of Which Is Hereby Duly Acknowledged, We, The Undersigned, Declare That: We Have No Reservation To The Pbds, Including The Supplemental Or Bid Bulletins, For The Procurement Project: [insert Name Of Contract]; We Offer To Execute The Works For This Contract In Accordance With The Pbds; The Total Price Of Our Bid In Words And Figures, Excluding Any Discounts Offered Below Is: [insert Information]; The Discounts Offered And The Methodology For Their Application Are: [insert Information]; The Total Bid Price Includes The Cost Of All Taxes, Such As, But Not Limited To: [specify The Applicable Taxes, E.g. (i) Value Added Tax (vat), (ii) Income Tax, (iii) Local Taxes, And (iv) Other Fiscal Levies And Duties], Which Are Itemized Herein And Reflected In The Detailed Estimates, Our Bid Shall Be Valid Within The Period Stated In The Pbds, And It Shall Remain Binding Upon Us At Any Time Before The Expiration Of That Period; If Our Bid Is Accepted, We Commit To Obtain A Performance Security In The Amount Of [insert Percentage Amount] Percent Of The Contract Price For The Due Performance Of The Contract, Or A Performance Securing Declaration In Lieu Of The The Allowable Forms Of Performance Security, Subject To The Terms And Conditions Of Issued Gppb Guidelines12 For This Purpose; We Are Not Participating, As Bidders, In More Than One Bid In This Bidding Process, Other Than Alternative Offers In Accordance With The Bidding Documents; We Understand That This Bid, Together With Your Written Acceptance Thereof Included In Your Notification Of Award, Shall Constitute A Binding Contract Between Us, Until A Formal Contract Is Prepared And Executed; And We Understand That You Are Not Bound To Accept The Lowest Calculated Bid Or Any Other Bid That You May Receive. We Likewise Certify/confirm That The Undersigned, Is The Duly Authorized Representative Of The Bidder, And Granted Full Power And Authority To Do, Execute 12 Currently Based On Gppb Resolution No. 09-2020 And Perform Any And All Acts Necessary To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract For The [name Of Project] Of The [name Of The Procuring Entity]. We Acknowledge That Failure To Sign Each And Every Page Of This Bid Form, Including The Bill Of Quantities, Shall Be A Ground For The Rejection Of Our Bid. Name: Legal Capacity: Signature: Duly Authorized To Sign The Bid For And Behalf Of: Date: Bid Securing Declaration Form [shall Be Submitted With The Bid If Bidder Opts To Provide This Form Of Bid Security] Republic Of The Philippines) City Of ) S.s. Bid Securing Declaration Project Identification No.: [insert Number] To: [insert Name And Address Of The Procuring Entity] I/we, The Undersigned, Declare That: I/we Understand That, According To Your Conditions, Bids Must Be Supported By A Bid Security, Which May Be In The Form Of A Bid Securing Declaration. I/we Accept That: (a) I/we Will Be Automatically Disqualified From Bidding For Any Procurement Contract With Any Procuring Entity For A Period Of Two (2) Years Upon Receipt Of Your Blacklisting Order; And, (b) I/we Will Pay The Applicable Fine Provided Under Section 6 Of The Guidelines On The Use Of Bid Securing Declaration, Within Fifteen (15) Days From Receipt Of The Written Demand By The Procuring Entity For The Commission Of Acts Resulting To The Enforcement Of The Bid Securing Declaration Under Sections 23.1(b), 34.2, 40.1 And 69.1, Except 69.1(f),of The Irr Of Ra No. 9184; Without Prejudice To Other Legal Action The Government May Undertake. I/we Understand That This Bid Securing Declaration Shall Cease To Be Valid On The Following Circumstances: Upon Expiration Of The Bid Validity Period, Or Any Extension Thereof Pursuant To Your Request; I Am/we Are Declared Ineligible Or Post-disqualified Upon Receipt Of Your Notice To Such Effect, And (i) I/we Failed To Timely File A Request For Reconsideration Or (ii) I/we Filed A Waiver To Avail Of Said Right; And I Am/we Are Declared The Bidder With The Lowest Calculated Responsive Bid, And I/we Have Furnished The Performance Security And Signed The Contract. In Witness Whereof, I/we Have Hereunto Set My/our Hand/s This Day Of [month] [year] At [place Of Execution]. [insert Name Of Bidder Or Its Authorized Representative] [insert Signatory’s Legal Capacity] Affiant [jurat] [format Shall Be Based On The Latest Rules On Notarial Practice] Omnibus Sworn Statement (revised) [shall Be Submitted With The Bid] Republic Of The Philippines ) City/municipality Of ) S.s. Affidavit I, [name Of Affiant], Of Legal Age, [civil Status], [nationality], And Residing At [address Of Affiant], After Having Been Duly Sworn In Accordance With Law, Do Hereby Depose And State That: [select One, Delete The Other:] [if A Sole Proprietorship:] I Am The Sole Proprietor Or Authorized Representative Of [name Of Bidder] With Office Address At [address Of Bidder]; [if A Partnership, Corporation, Cooperative, Or Joint Venture:] I Am The Duly Authorized And Designated Representative Of [name Of Bidder] With Office Address At [address Of Bidder]; [select One, Delete The Other:] [if A Sole Proprietorship:] As The Owner And Sole Proprietor, Or Authorized Representative Of [name Of Bidder], I Have Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract For [name Of The Project] Of The [name Of The Procuring Entity], As Shown In The Attached Duly Notarized Special Power Of Attorney; [if A Partnership, Corporation, Cooperative, Or Joint Venture:] I Am Granted Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract For [name Of The Project] Of The [name Of The Procuring Entity], As Shown In The Attached [state Title Of Attached Document Showing Proof Of Authorization (e.g., Duly Notarized Secretary’s Certificate, Board/partnership Resolution, Or Special Power Of Attorney, Whichever Is Applicable;)]; [name Of Bidder] Is Not “blacklisted” Or Barred From Bidding By The Government Of The Philippines Or Any Of Its Agencies, Offices, Corporations, Or Local Government Units, Foreign Government/foreign Or International Financing Institution Whose Blacklisting Rules Have Been Recognized By The Government Procurement Policy Board, By Itself Or By Relation, Membership, Association, Affiliation, Or Controlling Interest With Another Blacklisted Person Or Entity As Defined And Provided For In The Uniform Guidelines On Blacklisting; Each Of The Documents Submitted In Satisfaction Of The Bidding Requirements Is An Authentic Copy Of The Original, Complete, And All Statements And Information Provided Therein Are True And Correct; [name Of Bidder] Is Authorizing The Head Of The Procuring Entity Or Its Duly Authorized Representative(s) To Verify All The Documents Submitted; [select One, Delete The Rest:] [if A Sole Proprietorship:] The Owner Or Sole Proprietor Is Not Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; [if A Partnership Or Cooperative:] None Of The Officers And Members Of [name Of Bidder] Is Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; [if A Corporation Or Joint Venture:] None Of The Officers, Directors, And Controlling Stockholders Of [name Of Bidder] Is Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; [name Of Bidder] Complies With Existing Labor Laws And Standards; And [name Of Bidder] Is Aware Of And Has Undertaken The Responsibilities As A Bidder In Compliance With The Philippine Bidding Documents, Which Includes: Carefully Examining All Of The Bidding Documents; Acknowledging All Conditions, Local Or Otherwise, Affecting The Implementation Of The Contract; Making An Estimate Of The Facilities Available And Needed For The Contract To Be Bid, If Any; And Inquiring Or Securing Supplemental/bid Bulletin(s) Issued For The [name Of The Project]. [name Of Bidder] Did Not Give Or Pay Directly Or Indirectly, Any Commission, Amount, Fee, Or Any Form Of Consideration, Pecuniary Or Otherwise, To Any Person Or Official, Personnel Or Representative Of The Government In Relation To Any Procurement Project Or Activity. 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. In Witness Whereof, I Have Hereunto Set My Hand This Day Of , 20 At , Philippines. [insert Name Of Bidder Or Its Authorized Representative] [insert Signatory’s Legal Capacity] Affiant [jurat] [format Shall Be Based On The Latest Rules On Notarial Practice]
Closing Date5 Jun 2025
Tender AmountPHP 5 Million (USD 89.9 K)

Don Emilio Del Valle Memorial Hospital Tender

Food Products
Philippines
Details: Description Subject : Design And Build Of Dedvmh Nutrition And Dietetics Service Facilities Location : Dedvmh Compound, Bood, Ubay, Bohol Terms Of Reference I. Background Don Emilio Del Valle Memorial Hospital (dedvmh) Is A Licensed Level 2 General Hospital Located In Ubay, Bohol With 200 Authorized Bed Capacity Which Aims To Provide Highly Specialized Quality Healthcare Services To All Where Human Dignity Is Valued And Respected By Competent And Committed Personnel. In Accordance With The Provisions Of And Related Issuances Of Doh Administrative Order No. 2019-0056 Increasing The Bed Capacity Of Dedvmh From 50 Beds To 300 Beds And R.a. No. 11223, Or The “universal Health Care Act”, The Hospital Shall Provide Promotive, Preventive, Diagnostic, Curative, And Palliative Care Services, And Research, Professional Teaching And Training Programs And Shall Be Fully Equipped With The State-of-the Art Equipment And Facilities, Complemented By Adequately Trained And Competent Human Resources For Health Appropriate For A Licensed And Accredited Tertiary General Hospital. Dedvmh Shall Strengthen Its Existing Basic Services, And Aim For The Improvement Of Its Service Capability And Capacity Serving As Referral Hospital In The Northeastern Section Of The Bohol Province, Complementing Local Health Systems And Providers Of Municipalities In The Area. In Order To Fulfill This Mandate, Dedvmh Is Upgrading Its Services To Become A Level Iii Hospital To Provide Better And Quality Healthcare Services Especially In The Northeastern Part Of Bohol, Its Catchment Areas And Nearby Provinces. The Increase In The Bed Capacity And Expansion Of Services And Capability Are Consistent With The Dedvmh’s Hospital Development Plan (hdp) And Philippine Health Facility Development Plan (phfdp) 2020-2040. Ii. Objectives As Food Preparation Is Part Of The Critical Functions In Delivering Quality Healthcare Service, It Is Important That Its Site Be Given Adequate Repair And Renovation. The Objective Is To Repair And Expand The Existing Dietary Area Resulting To A More Spacious, Comfortable And Hygienic Station For Its End-users To Work Around. The Improvement Is Expected To Evoke A Less Stressful Environment And Increased Productivity Among Workers. The Design Must Also Conform To The Standards Of Set By In Accordance To The Manual On Technical Guidelines For Hospitals Planning And Design (level 3) And Doh Green And Safe Health Facilities Manual To Develop Climate Smart Health Facilities That Address And Adapt To The Impacts On The Environment. The Winning Bidder Shall Design For This Project With The Approval Of The Medical Center Including The Approved Detailed Estimates, Bill Of Quantities, Technical Specifications, And Methodology Of Construction And Scope Of Works Of The Project. Iii. Conceptual Design The Design Concept Of The Project Was Governed By The Planning And Design Standards Of Level 3 Service Capability Hospital Facility As Prescribed By The Latest Requirements Of The Department Of Health And Other Concerned Agencies. Building Design Shall Conform To The Provisions Of The National Building Code Of The Philippines (pd 1096), Accessibility Law (bp 344), Architecture Law (ra 9266), National Structural Code Of The Philippines, Electrical Engineering Law (ra 7920), Mechanical Engineering Law (ra 5336), Plumbing Code (ra 1378, 1993-1994 Revisions), Fire Code (ra 9514) And Other Laws And Regulations Covering Environmental Concerns And Local Ordinances And Regulations. The As-built Plan And Proposed Schematic Lay-out/call-out Will Be Provided As Basis Reference In The Development Of Preliminary Conceptual Design Plans To Be Submitted As Part Of The Technical Proposal. However, It Is The Responsibility Of The Bidder To Verify Actual Site Conditions And Dimensions. The Preliminary Conceptual Design Plans And Perspectives Shall Be Included Construed Part Of The Technical Proposal As Follows: Preliminary Conceptual Design Plans Required Specified Degree Of Details 1. Schematic Floor Plans: A. Ground Floor All Schematic Plans Shall Be At Least A3 Size Paper And Shall Meet The Minimum Space Requirements And Planning/design Guidelines Of Level 3 Hospital For: - Existing Dietary Complex Expansion And Improvement - Into Nutrition And Dietetics Service Facilities Preliminary Conceptual Design Plans Required Specified Degree Of Details A. Aerial Perspective View All Perspective / Plans Shall Be At Least A3 Size Paper In Colored Printed And Shall Conform With The Preliminary Conceptual Plans And At Least 3d Rendered. B. Man’s Eye / Worm’s Eye Perspective View All Perspective / Plans Shall Be At Least A3 Size Paper In Colored Printed And Shall Conform With The Preliminary Conceptual Plans And At Least 3d Rendered. C. Front Perspective View All Perspective / Plans Shall Be At Least A3 Size Paper In Colored Printed And Shall Conform With The Preliminary Conceptual Plans And At Least 3d Rendered. D. Rear Perspective View In Conformance With The Preliminary Conceptual Plans And At Least 3d Rendered. E. Left & Right-side Perspective View All Perspective / Plans Shall Be At Least A3 Size Paper In Colored Printed And Shall Conform With The Preliminary Conceptual Plans And At Least 3d Rendered F. Longitudinal And Transverse Section Plans At Least One Longitudinal And One Transverse Section Plans In At Least A3 Size Paper The Conceptualization Of The Design Including Its Specifications And Space Requirements Shall Complement And/or Supplement With The Existing Site Conditions And Specification Of The Existing Dietary Area At Ground Floor. Proponent’s Input, Suggestion And Recommendations With Regard To The Identification Of The Scope Or Physical Components And Structures, Specific Outputs And Requirements And Proposed Construction Methods Shall Be Considered. Iv. Performance Specifications And Parameters Site And Space Planning Were Governed By The Standards, Rules And Regulations On The Design Of Level 3 Hospitals As Prescribed By The Department Of Health And Other Concerned Agencies. Building Design Shall Conform To The Provisions Of The National Building Code Of The Philippines (pd 1096), Accessibility Law (bp 344), Architectural Law (ra 9266), Civil Engineering Law (ra 544), National Structural Code Of The Philippines, Electrical Engineering Law (ra 7920), Mechanical Engineering Law (ra5336), Plumbing Code (ra 1378, 1993-1994 Revisions), Fire Code (ra 9514) And Other Laws And Regulations Covering Environmental Concerns And Local Ordinances And Regulations. A. Pre-detailed Design 1. Engineering Surveys And Investigations 1.1 Surveys And Investigations Of The Site Includes Elevations And Contours (at 0.5m Interval), Soil Tests, Location, Dimension, Floor Elevations And Other Pertinent Data On Existing Buildings And Improvements (roads, Parking Areas, Mature Trees) And Existing Utility Lines (e.g. Water, Power, Telephone). 2. Preliminary Conceptual Design Plans/perspective 2.1 Preparation Of The Following Drawings For Design Development Based On The As Built Plan And Schematic Lay-out/call-out Prepared By The Procuring Entity. Please Refer To Section Iii. Conceptual Design. B. Detailed Design Preparation Of Final Design Concept And Detailed Architecture And Engineering Design Shall Be In Accordance With The Schematic Plans For Hospital Building And Design Conceptualization Duly Approved By The Dedvmh. In Determining The Final Design Concept And Detailed Architecture And Engineering Design, The Implementing Unit Together With The Design And Build Contractor Shall Initiate The Coordination Meeting With The Concerned Stakeholders In The Following Schedule: First Session - The Design And Build Contractor Shall Present The First Schematic Plan And Design Concept For Deliberation, Consultation And Inputs By The Proponents Within Ten (10) Calendar Days From The Effectivity Of Notice To Proceed Second Session - The Design And Build Contractor Shall Present The First Revision Of Schematic Plan And Design Concept For Deliberation, Consultation And Inputs By The Proponents, If There Any, Within Twenty (20) Calendar Days From The Effectivity Of Notice To Proceed Third Session - The Design And Build Contractor Shall Present The Second Revision Of Schematic Plan And Design Concept For Deliberation, Consultation And Inputs By The Proponents, If There Any, Within Thirty (30) Calendar Days From The Effectivity Of Notice To Proceed Upon Approval Of The Final Schematic Plan And Design Concept, The Design And Build Contractor Shall Then Proceed For The Design Phase, Enumerated As Follows: 1. Preparation Of The Following Detailed Design Drawings Of Entire Building (see Doh Checklist Of Drawings Requirements) Based On The Design Development Drawings And Design Parameters Including Any Revisions And Refinements As Approved And Required By The Dedvmh: A. Detailed Architectural Plans (refer To Checklist Of Drawings Requirements And Design Parameters). B. Detailed Structural Plans (refer To Checklist Of Drawings Requirements And Design Parameters). C. Detailed Electrical Plans (refer To Checklist Of Drawings Requirements And Design Parameters). D. Detailed Storm Drain, Sanitary And Plumbing Plans (refer To Checklist Of Drawings Requirements And Design Parameters). E. Detailed Mechanical Plans (refer To Checklist Of Drawings Requirements And Design Parameters). F. Structural Computations, Including Soil Boring Test Results And Seismic Analysis And Electrical Design Computations. G. General Notes And Technical Specifications Describing Type And Quality Of Materials And Equipment To Be Used, Manner Of Construction And The General Conditions Under Which The Project Is To Be Constructed. H. Detailed Cost Estimates, Detailed Bill Of Qualities, Bill Of Quantities, And Program Of Works Including A Summary Sheet Indicating The Unit Prices Of Construction Materials, Labor Rates And Equipment Rentals. I. Summary Of Works J. All Design Output Shall Include The Following: Particulars Design Required Output Hard Copy Printed In Standard Size Paper 40 X 30 Printed And Hardbound Catalog For All Perspective Views, Architectural Finishes, Electrical Fixtures, Sanitary/plumbing Fixtures Utilizing Standard A4 Size Photo Paper Electronic Copy Electronic Copies In Standard Formats: - Designplansfile.pdf; - Designplanscadfile.dwg; - Design3dfile.skp/dwg/etc; - Powerpointpresentation.ppt; - 3d Animations (walkthrough.mp4/avi/mov/etc.) Design And Build Contractor Shall Compile All The Files And To Be Stored In 1tb External Drive Fourth And Final Session - The Design And Build Contractor Shall Submit The Completed Detailed Design Drawings Of The Entire Building, Within Sixty (60) Calendar Days From The Effectivity Of Notice To Proceed. C. Green Building 1. Design Development Shall Consider At Least Basic Requirements For Green Building Applied To Hospital Facilities In Building Component Systems Such As Architectural, Structural, Electrical, Mechanical, And Sanitary. D. 3d Animation And Walkthrough Presentations Designer Shall Prepare A 3d Walkthrough, That Is, Taking A Virtual Tour Of The Proposed Project/structure In Any Design Platform. It Shall Be Produced From Digital 3d Models That Have Been Visualized To A Photo-realistic Standard That Will Showcase All The Design Elements, Both Externally And Internally Of A Property Development And Its Spaces. Minimum Expected Output Shall Include But Not Limited To: - 3d Walkthrough Presentation That Will Show From The Main Entrance Of The Hospital Compound, Going Through The Site Where The Project Is To Be Located. From The Site, It Should Walk Through The Main Facade And Entrance Of The Ground Floor Of The Building Up To The Third Floor Showing All The Respective Floors, Its Lobbies, Hallways, Rooms And Other Support Facilities. - In Addition, The 3d Walkthrough Presentation Shall Include The Exterior Views / Facade Of The Building With Its Adjoining Structures. E. Pre-construction Pre-construction Meeting Shall Be Scheduled On The Next Day That The Completed Detailed Design Drawings Are Submitted. Key Stakeholders—including The Dedvmh, And The Design And Build Contractor (architects, Engineers, Consultants, And Contractor—must Attend). The Meeting Will Serve To:  Review And Confirm The Submitted Design Documents.  Ensure That The Designs Comply With The Project’s Specifications, Budget, And Schedule.  Address Any Necessary Adjustments Or Clarifications Before Construction Commences. After The Pre-construction Meeting, The Design And Build Contractor Shall Finalize And Submit The Following Documents For The Approval Of Dedvmh: 1. Duly Signed Construction Schedule And S-curve 2. Duly Signed Manpower Schedule 3. Duly Signed Construction Methods 4. Duly Signed Pert Cpm And Ghannt Chart Showing Per Item Of Works Of Individual Projects 5. Log Book This Submission Should Encompass All Architectural, Structural, And Mepfs Plans, Specifications, And Any Amendments From The Meeting. These Documents Will Form The Basis For Construction. Upon The Dedvmh’s Approval Of The Submitted Construction Documents, A Notice To Commence Will Be Issued. Construction Activities May Only Begin Following The Issuance Of This Notice. F. Construction As A Rule, Contract Implementation Guidelines For Procurement Of Infrastructure Projects Shall Comply With Annex “e” And Guidelines For The Implementation Of Contracts For Design And Build Infrastructure Projects Shall Comply With Annex “g” Of Irr, Ra 9184. The Following Provisions Shall Supplement These Procedures: 1. Scope Of Works: Supply Of Materials, Labor, Tools And Equipment Necessary To Complete The Execution Of Architectural, Structural And Electrical And Mechanical Works. Includes All Other Necessary Works That Complete For The Fully Operational Building But Limited To The Following Work Items; A) Site Works - Provision Of Temporary Perimeter Fence - Demolition Of Existing Building/structure, Includes Hauling Of Debris Within The Hospital Compound - All Materials, Debris, Etc. Identified As Garbage As Directed By Hospital Management Shall Be Disposed Off-site - Excavation And Grading Provide Necessary Soil Protection On Excavated Portion. - Soil Poisoning And Termite Control B) Foundation Works - Foundation Of The Entire Building Includes Column Footings, Wall Footings And Other Sub-structures As Specified In The Approved Plan. C) Concrete Works - From New Foundation; Includes Slabs, Beams And Girders D) Architectural Works I) Exterior Walls – All Exterior Wall At Ground Floor Ii) Interior Walls – All Interior Wall At Functional Floors Complete With Wall Finishes Iii) Ceiling Works – All Functional Floors As Determined By Procuring Entity Iv) Floor Finish – All Functional Floors As Determined By Procuring Entity V) Doors And Windows– All Exterior Doors And Windows As Per Plan And Specifications Vi) Doors And Windows – All Functional Areas As Determined By Procuring Entity Vii) Painting Works – All Exterior Walls; Interior Walls At Functional Areas Viii) Façade And Signage E) Electrical Works I) Roughing-ins – All Necessary Roughing-ins Including Riser Conduits Including Ii) Cable Tray Iii) Panel Boards And Breakers – Main Breaker; Panel Boards From Ground Floor To Third Floor Iv) Wires And Cables – All Wires And Cables At Functional Floors Includes Installation Of Main Feeder Lines Tap To Existing Power House Including Connections To All Panel Board And Breakers V) Electrical Fixtures And Devices – All Fixtures And Wiring Devices At Functional Areas. Provision Of Usb Ready Outlets To Every Rooms. Vi) Application Of Electrical Connections/permits Shall Be Shouldered By The Contractor F) Mechanical Works I) Installation Of Automatic Fire Protection System At Functional Areas Ii) Installation Air Condition Units At Functional Areas As Determined By Professional Mechanical Engineer G) Plumbing And Sanitary Works I) Installation Of Plumbing And Sanitary System At Functional Areas, Includes; - Water Supply Pipelines - Waste Water Pipelines - Plumbing Fixtures And Accessories - Necessary Riser Pipes - Fiber Glass Pressure Tank - Provision Of Water Softener I) Electronics / Auxiliary Works - At Functional Areas: Public Address / Voice Evacuation Systems (paging Systems), Cctv, And Or Integrated Information And Communication Systems, Installation Of Fire Detection And Alarm System (fdas) At Functional Floors J) Other Works - At Dietary: Lpg Pipelines 1. No Works Shall Commence Unless The Contractor Has Submitted The Prescribed Documentary Requirements And The Dedvmh Has Given Written Approval. Work Execution Shall Be In Accordance With Reviewed And Approved Documents. The Contractor Shall Process The Approval Of Permit To Construct (ptc) Form Doh – Central Visayas Regional Office, Cebu City. In Addition To, The Contractor Shall Process The All-necessary Permits (i.e., Building Permit, Occupancy Permit And All Prerequisite Permits) Chargeable Against The Project. 2. The Contractor Shall Be Responsible For Obtaining All Necessary Information As To Risks, Contingencies And Other Circumstances Which May Affect The Works And Shall Prepare And Submit All Necessary Documents Specified By The Concerned Building Officials To Meet All Regulatory Approvals As Specified In The Contract Documents. 3. Any Errors, Omissions, Inconsistencies, Inadequacies Or Failure Submitted By The Contractor That Do Not Comply With The Requirements Shall Be Rectified, Resubmitted And Reviewed At The Contractor’s Cost. If The Contractor Wishes To Modify And Design Or Document Which Has Been Previously Submitted, Reviewed And Approved, The Contractor Shall Notify The Hospital Management And The Procuring Entity Within A Reasonable Period Of Time And Shall Shoulder The Cost Of Such Changes. 4. As A Rule, Changes In Design And Construction Requirements Shall Be Limited Only To Those That Have Not Been Anticipated In The Contract Documents Prior To Contract Signing And Approval. The Following Guidelines Shall Govern Approval For Change Or Variation Orders: A. Change Orders Resulting From Design Errors, Omissions Or Non-conformance With The Performance Specifications And Parameters And The Contract Documents By The Contractor Shall Be Implemented By The Contractor At No Additional Cost To The Procuring Entity. B. Provided That The Contractor Suffers Delay And/or Incurs Costs Due To Changes Or Errors In The Dedvmh Performance Specifications And Parameters, The Contractor Shall Be Entitled To Either One Of The Following: 1. An Extension Of Time For Any Such Delays Under Section 10 Of Annex “e” Of Irr (ra 9184); Or 2. Payment For Such Costs As Specified In The Contract Documents, Provided, That The Cumulative Amount Of The Variation Order Does Not Exceed Ten Percent (10%) Of The Original Project Cost. C. The Contract Documents Shall Include The Manner And Schedule Of Payment Specifying The Estimated Contract Amount And Installments In Which The Contract Will Be Paid. D. The Contractor Shall Be Entitled To Advance Payment Subject To The Provisions Of Section 4 Of Annex “e”, Irr (ra 9184). B. The Dedvmh Shall Define The Quality Control Procedures For The Design And Construction In Accordance With The Doh Guidelines And Shall Issue The Proper Certificates Of Acceptance For Sections Of The Works Or Whole Of The Works As Provided For In The Contract Documents. C. The Contractor Shall Provide All Necessary Equipment, Personnel, Instruments, Documents And Others To Carry Out Specified Tests. D. This Design And Build Projects Shall Have A Minimum Defects Liability Period Of One (1) Year After Contract Completion Or As Provided For In The Contract Documents. This Is Without Prejudice To The Liabilities Imposed Upon The Engineer/architect Who Drew Up The Plans And Specification For Building Sanctioned Under Section 1723 Of The New Civil Code Of The Philippines. E. The Contractor Shall Be Held Liable For Design And Structural Defects And/or Failure Of The Completed Project Within The Warranty Period Of 15 Years For Permanent Structures/buildings As Specified In Section 62.2.3.2 Of The Irr (ra 9184) V. Implementation Arrangement A. Reporting Protocol Contact Person I. Nelson A. Elle, Md, Dtmph, Mscih Office Of The Medical Center Chief Ii Don Emilio Del Valle Memorial Hospital Bood, Ubay, Bohol Ii. Joan V. Kadusale, Cpa Supervising Administrative Officer Don Emilio Del Valle Memorial Hospital Bood, Ubay, Bohol Iii. Leomel R. Labitad, Ce Engineer Iii Don Emilio Del Valle Memorial Hospital Bood, Ubay, Bohol Iv. Allana Jane C. Dacoylo, Uap Architect Ii Don Emilio Del Valle Memorial Hospital Bood, Ubay, Bohol Vi. Elegibility Requirements A. Basic 1. The Eligibility Requirements For Design And Build Scheme Shall Comply With The Applicable Provisions Of Sections 23-24 Of Irr Of Ra 9184. 2. A Modified Set Of Requirements Integrating Eligibility Documents And Criteria For Infrastructure Project And Consulting Services Shall Be Adopted In Accordance With Annex G - Guidelines For The Procurement And Implementation Of Contracts For Design And Build Infrastructure Projects Of Irr Of Ra 9184. 3. Pcab Classification Under “general Building”; License Category B “medium A” 4. Contractor Must Have Similar Project In The Amount At Least Fifty Percent (50%) Of The Abc Within The Past Five (5) Years. 5. Similar Projects With The Following But Not Limited To:  Low-rise Hospital Facility Project, Must Have Ongoing Or Completed Project At Least 2-storey Building.  Supply And Installation Of Hvac System. B. Specialized 1. For Pre-design And Design Phase Of The Contract, The Bidder Shall Comply The Following Professionals To Be Assigned: I. Project Coordinator • Licensed Architect Or Engineer With At Least 10 Years’ Experience In Hospital-related Project Management. • Superb Oral And Written Communication Skills, Organization Skills And Excellent Administrative Abilities. Ii. Architect • The Architect Must Be A Registered And Licensed Architects (rla), With An Updated Professional Identification Card And Must Be A Member In Good Standing Of The Integrated And Accredited Professional Organization Of Architects (iapoa). • Should Have At Least 5 Years’ Experience In Hospital-related Project. Iii. Structural Engineer • Licensed Structural Engineer With At Least 5 Years’ Experience In Hospital-related Project Management. • Must Be A Member Of Accredited Structural Engineer Associations. Iv. Mechanical Engineer • Licensed Professional Mechanical Engineer With At Least 5 Years’ Experience In Hospital-related Project. V. Electrical Engineer • Licensed Professional Electrical Engineer With At Least 5 Years’ Experience In Hospital-related Project. Vi. Sanitary Engineer • Licensed Sanitary Engineer With At Least 5 Years’ Experience In Hospital-related Project. Vii. Cad Operator (at Least One For Architecture And One For Each Engineering Specialty) • At Least Bachelor’s Degree In Architecture, Engineering, And/or Industrial Technology Major In Drafting • Proficient In Autocad Software Viii. Administrative Support Staff 2. For The Construction Phase Of The Contract, The Contractor Shall Assign Technical Personnel With The Following Qualification: I. Project Manager • Licensed Architect Or Engineer With At Least 10 Years’ Experience In Medium Rise Hospital-related Project • Superb Oral And Written Communication Skills, Organization Skills And Excellent Administrative Abilities. Ii. Project Engineer (civil) • Licensed Civil Engineer With At Least 5 Years’ Experience As Project Engineer In Medium Rise Hospital-related Project Iii. Project Engineer (mechanical) • Registered Mechanical Engineer With At Least 5 Years’ Experience As Project Engineer In Medium Rise Hospital-related Project Iv. Project Engineer (electrical) • Registered Electrical Engineer With At Least 5 Years’ Experience As Project Engineer In Medium Rise Hospital-related Project V. Cad Operator (at Least One For Architecture And One For Each Engineering Specialty) • At Least Bachelor’s Degree In Architecture, Engineering, And/or Industrial Technology Major In Drafting • Proficient In Autocad Software Vi. General Foreman (all Discipline) • With At Least 5 Years’ Experience As General Foreman In Medium Rise Project Vii. Skilled Workers (all Discipline) • With At Least 3 Years’ Experience In Medium Rise Project Viii. Administrative Support Staff Vii. Approved Budget Cost Project Description Approved Budget Cost Design Of Dedvmh Nutrition And Dietetics Service Facilities 5%-6% Of Abc Construction Of Dedvmh Nutrition And Dietetics Service Facilities 94%-95% Of Abc Total Abc Php 15,000,000.00 The Approved Budget For The Design-build Contract Is Fifteen Million Pesos (php 15,000,000.00) Which Is Identified As The Design And Build Of Don Emilio Del Valle Memorial Hospital Nutrition And Dietetics Service Facilities. Detailed Architectural And Engineering Design Services Shall Not Seven Percent (7%) Of The Approved Budget Cost (as Per Prboa Resolution No. 6 Series Of 2016 - Architect’s Guidelines For Standards Of Professional Practice Compliances On The Methods Of Compensation And Schedule Of Fees, Pursuant To Republic Act No.9266, Published In The Official Gazette, September 19, 2016 Issue) Of The Entire Building Inclusive Of Taxes And Duties. Proposals Exceeding The Approved Budget Shall Be Automatically Rejected. Viii. Estimated Duration Of Engagement The Duration Of The Contract Is Three Hundred Sixty (240) Calendar Days From The Design Phase Up To The Completion Of The Project From The Date Of Effectivity: I. Pre-design And Design Phase - 60 Calendar Days Ii. Construction Phase - 180 Calendar Days Ix. Minimum Requirements For Construction Safety And Health A. General Requirements No Contractor Or Subcontractor Shall Require Any Employee To Work In Surroundings Or Under Working Conditions That Are Unsanitary, Hazardous, Or Dangerous To His Health Or Safety. In Order To Meet This General Requirement, The Contractor Must: 1. Initiate And Maintain Programs (written Or Otherwise) To Comply With This General Requirement. 2. Provide Frequent And Regular Inspections Of The Job Sites By Competent Persons.  Competent Person Means One Who Is Capable Of Identifying Existing And Predictable Hazards In The Surroundings Or Working Conditions Which Are Unsanitary, Hazardous, Or Dangerous To Employees, And Who Has Authorization To Prompt Corrective Measures To Eliminate Them. 3. Prohibit The Use Of Any Machinery, Tool, Material, Or Equipment That Is Not In Compliance With Applicable Requirements. 4. Permit Only Those Employees Adequately Trained To Operate Machinery Or Equipment. 5. Provide Training For All Employees In:  Recognition And Avoidance Of Unsafe Conditions  Workplace Safety And Health Requirements  Applicable Hazards, Safe Handling, And Personal Protective Equipment Necessary For Handling Poisons, Caustics, Flammables, And Other Harmful Substances Relevant To Their Job Duties.  Specific Hazards And Procedures For Entering Confined Spaces If Applicable 6. Provide Provisions For Medical Care And First Aid. 7. Develop An Effective Fire Protection And Prevention Plan. 8. Ensure Appropriate Housekeeping Measures Including Clear Walkways And Removal Of Combustible Scrap And Debris. 9. Require The Wearing Of Appropriate Personal Protective Equipment Such As Hard Hats, Safety Glasses, Steel Toe Shoes, Or Other Appropriate Protective Equipment In All Operations Where There Is An Exposure To Hazardous Conditions. 10. Develop An Emergency Action Plan Covering Designated Actions Employers And Employees Must Take To Ensure Employees Safety From Fire And Other Emergency.  Plan Must Be In Writing For Employers With Greater Than 10 Employees  All Employees Must Be Trained Upon Initial Assignment On The Parts Of The Plan The Employee Needs To Know In The Event Of An Emergency. 11. Provide Access To Hand Washing Facilities, Toilets, And An Adequate Supply Of Drinking Water. 12. Provide Safety And Health Signs That Are Clearly Visible To Construction Workers And Public. 13. Conduct Regular Safety Meetings. Source: Colorado State University Occupational Health And Safety Section Department Of Environmental Health Fort Collins, Colorado X. Design Technical Specifications And Requirements The Bidder Shall Submit The Following Design Deliverables In Accordance With The Design Specifications, Parameters And Drawing Checklist But Not Limited To The Following: Activity Reports And Documents Required 1. Pre-design Phase 1.1 Master Site Development Plans And Conceptual 3d Design Five (5) Sets Duly Signed And Seal Master Site Development Plans In Hard Copy (at Least 20 X 30 Paper Size In Desired Minimum Scale) And Softcopy (editable File.dwg And 3d Model.skp/cad/etc) Powerpoint Presentation And/or Walkthrough Presentation 2. Design Phase 2.1 Detailed Architecture And Engineering Designs/plans Including Applicable And/or Approved Revisions To The Satisfaction Of The Procuring Entity Five (5) Sets Duly Signed And Seal Detailed Architecture And Engineering Plans/drawing In Hard Copy (at Least 20 X 30 Paper Size In Desired Minimum Scale) And Softcopy (editable File.dwg And 3d Model.skp/cad/etc) (refer To Design Parameters And Drawing Checklists) 2.2 Construction Technical Specifications Five (5) Sets Duly Signed And Seal Construction Technical Specifications In Hard Bound Xi. Space Requirements General Floors:  Ceiling Height Should Be At Least Three Meters Clear Height For 2nd Floor And Up. Ground Floor Lobby Must Be Of Higher Ceiling.  Provision Of Utility Room Enough To House Trolley And Dirty Utilities With Floor Drain  All Floors Shall Have Direct Access To Ramp  Both Stairs Are For Service And Emergency Use  External Window At Second Floor And Up Shall Be Of Awning Type.  Provision Of Electrical Room  Ramp For Wheelchair Access (with A Clear Width Of At Least 1.22 M. 4 Ft.).  Minimum Of Two (2) Exits, Remote From Each Other, For Each Floor Of The Building.  Exits Restricted To The Following Types: Door Leading Directly Outside The Building, Interior Stair, Ramp And Exterior Stair.  Exits Terminate Directly At Open Space To The Outside Of The Building. Ground Floor – Nutrition And Dietetics Service Facilities • Hospital Staff Dining Room - This Area Is Where Hospital Staff Diners Take Their Meals. - Planning Relationships: A. Close To Serving And Food Assembly Area B. Close To Dishwashing Area - Lighting System: C. For General Illumination, Provide At Least 250 Lux. - Power System: D. Provide At Least Four (4) Units Of Outlet With Specifications Of 15a, 2p, 240v, Duplex, Grounding Type And Universal Slots. Also, Provide At Least One (1) Unit Of Outlet For Emergency Light With Specifications Of 15a, 2p, And 240v, Single. - Auxiliary System: E. Provide And Install The Following Auxiliary System: • Communication System  Telephone System – Provide At Least One (1) Unit Telephone Outlet.  Local Area Network System – Provide At Least One (1) Unit Data Outlet.  Public Address Paging System – Provide At Least One (1) Unit Paging System - Fire Alarm System: F. Provide At Least Two (2) Units Smoke Detector. - Air Conditioning System: G. Provide Air Conditioning System. • Cooking And Baking Area - This Area Is Dedicated For Cooking And Baking Food, With High Pressure Gas Piping System. Equipment And Accessory Checklist: • Hood, Exhaust • Drainage Key Furniture/fixture Checklist: • Counter, 900mm High • Stainless Steel Grade 304 Sink, Single Compartment With Drainboard; 350-400mm Deep • Stainless Steel Grade 304 Sink, Double Compartment With Drainboard; 350-400mm Deep • Shelves, Overhead • Drain, Trench Grating • Concealed Floor Drain - Planning Relationships: A. Adjacent To Staff Dining Room B. Close To Dietitian’s Office - Lighting System: C. For General Illumination, Provide At Least 500 Lux. - Power System: D. Provide At Least Thirteen (13) Units Of Outlet With Specifications Of 15a, 2p, 240v, Duplex, Grounding Type And Universal Slots. Provide At Least Two (2) Units Ground Fault Circuit Interrupter. Also, Provide At Least One (1) Unit Of Outlet For Emergency Light And Two (2) Units For Exhaust Fan With Specifications Of 15a, 2p, And 240v, Single. - Standby/emergency System: E. Provide And Install Adequate Life Safety And Critical Emergency Branch Circuit For Lighting And Utilization Equipment Connected To The Alternate Power Source. - Auxiliary System: F. Provide And Install The Following Auxiliary System: • Communication System  Public Address Paging System – Provide At Least One (1) Unit Paging System - Fire Alarm System: G. Provide At Least Three (3) Units Smoke Detector. - Gas Piping System: H. Provide High Pressure Gas Piping System. - Equipment And Accessories: I. Provide Hood, Exhaust J. Provide Range With Oven K. Provide Range With Broiler - Air Conditioning System: L. Provide Air Conditioning System. • Food Preparation Area W/ Special Diet Preparation Area - This Area Is Where Food Service Workers Prepare Food Vegetables, Slice And Cut Meat And Fish, Segregate Food, Set-up And Assemble Cooked Food, Place Food Trays And Containers On Food Conveyors To Be Taken To Wards. This Is Also Where Dietitian Puts Tags On Prepared Trays For Pay Patients. This Also Includes Space For Special Diet Preparation Area Key Furniture/fixture Checklist: • Counter, Work; Stainless Steel Grade 304 • Stainless Steel Grade 304 Sink, Single Compartment, With Drainboard; 350-400mm Deep • Stainless Steel Grade 304 Sink, Double Compartment, With Drainboard; 350-400mm Deep • Counter, Food Preparation; Stainless Steel Grade 304 • Counter, Tray Set-up; Stainless Steel Grade 304 • Shelves, Overhead • Drain, Trench Grating; Stainless Steel - Planning Relationships: A. Adjacent To Staff Dining B. Close To Dietitian’s Office - Lighting System: C. For General Illumination, Provide At Least 500 Lux. - Power System: D. Provide At Least Seven (7) Units Of Outlet With Specifications Of 15a, 2p, 240v, Duplex, Grounding Type And Universal Slots. Provide At Least One (1) Unit Ground Fault Circuit Interrupter Also, Provide At Least One (1) Unit Of Outlet For Emergency Light With Specifications Of 15a, 2p, And 240v, Single. - Auxiliary System: E. Provide And Install The Following Auxiliary System: • Communication System  Telephone System – Provide At Least One (1) Unit Telephone Outlet.  Local Area Network System – Provide At Least One (1) Unit Data Outlet.  Public Address Paging System – Provide At Least One (1) Unit Paging System - Fire Alarm System: F. Provide At Least One (1) Unit Smoke Detector. - Air Conditioning System: G. Provide Air Conditioning System. • Blenderized And Tube Feeding Area - This Area Is Where Preparation Of Food And Equipment Needed For Blenderized And Tube Feeding. Key Furniture/fixture Checklist: • Counter, Work; Stainless Steel Grade 304, With Cabinets Above And Shelves Below • Stainless Steel Grade 304 Sink, Single Compartment, With Drainboard; 350-400mm Deep • Stool, Adjustable Height • Concealed Floor Drain - Planning Relationships: A. Adjacent To Special Diet Preparation Area B. Close To Dietitian/nutritionist’s Office - Lighting System: C. For General Illumination, Provide At Least 250 Lux. - Power System: D. Provide At Least Three (3) Units Of Outlet With Specifications Of 15a, 2p, 240v, Duplex, Grounding Type And Universal Slots. Provide At Least Three (3) Units Ground Fault Circuit Interrupter Also, Provide At Least One (1) Unit Of Outlet For Emergency Light With Specifications Of 15a, 2p, And 240v, Single. - Fire Alarm System: E. Provide At Least One (1) Unit Smoke Detector (ionization Type). - Air Conditioning System: F. Provide Air Conditioning System. • Serving And Food Assembly Area - This Area Is Where Food Service Workers Set Up And Assemble Cooked Food, And Place Food Trays And Containers On Food Conveyors To Be Taken To Wards. Key Furniture/fixture Checklist: • Counter, Work; Stainless Steel Grade 304 • Stainless Steel Grade 304 Sink, Single Compartment, With Drainboard; 350-400mm Deep • Stool, Adjustable Height • Concealed Floor Drain - Planning Relationships: A. Adjacent To Staff Dining Room B. Close To Dietitian/nutritionist’s Office - Lighting System: C. For General Illumination, Provide At Least 500 Lux. - Power System: D. Provide At Least One (1) Unit Of Outlet With Specifications Of 15a, 2p, 240v, Duplex, Grounding Type And Universal Slots. Provide At Least One (1) Unit Ground Fault Circuit Interrupter Also, Provide At Least One (1) Unit Of Outlet For Emergency Light With Specifications Of 15a, 2p, And 240v, Single. - Fire Alarm System: E. Provide At Least One (1) Unit Smoke Detector (ionization Type). - Air Conditioning System: F. Provide Air Conditioning System. • Food Conveyor Parking - This Space Is For Transit Station For Food Tray Truck/conveyor. - Planning Relationships: A. Close To Dishwashing Area B. Adjacent To Food Assembly/tray Set-up Area - Lighting System: C. For General Illumination, Provide At Least 250 Lux. - Power System: D. Provide At Least One (1) Unit Of Outlet With Specifications Of 15a, 2p, 240v, Duplex, Grounding Type And Universal Slots. Provide At Least One (1) Unit Ground Fault Circuit Interrupter Also, Provide At Least One (1) Unit Of Outlet For Emergency Light With Specifications Of 15a, 2p, And 240v, Single. - Fire Alarm System: E. Provide At Least One (1) Unit Smoke Detector (ionization Type). - Ventilation System: F. Provide One (1) Unit Orbit Fan. • Cold Storage - This Area Is For Storage Of Poultry, Meat And Dairy Products Procured, Food That Easily Spoils (egg, Vegetables, Fruits), And Of Leftover Cooked Food That Are Still Edible Equipment And Accessory Checklist: • Refrigerator, 20 Cu. Ft. • Freezer, 20 Cu. Ft. • Chiller, 20 Cu. Ft., Reach-in Key Furniture/fixture Checklist: • Table; Stainless Steel Grade 304; 750 X 1200mm • Concealed Floor Drain - Planning Relationships: A. Adjacent To Dry Storage Room B. Close To Receiving Area C. Adjacent To Dietitian’s Office - Lighting System: D. For General Illumination, Provide At Least 150 Lux. - Power System: E. Provide At Least Ten (10) Units Of Outlet With Specifications Of 15a, 2p, 240v, Duplex, Grounding Type And Universal Slots. Provide At Least One (1) Unit Ground Fault Circuit Interrupter Also, Provide At Least One (1) Unit Of Outlet For Emergency Light With Specifications Of 15a, 2p, And 240v, Single. - Fire Alarm System: F. Provide At Least One (1) Unit Smoke Detector (ionization Type). - Ventilation System: G. Provide One (1) Unit Exhaust Fan. • Dry Storage - This Area Is For Storage Of Food Procured, Food Intended For The Next Two Meals, Of Excess Supplies For Future Use, And Of Food That Does Not Spoil Easily. Key Furniture/fixture Checklist: • Counter, Work • Shelves, 400 Mm Deep • Cabinet, Lockable - Planning Relationships: A. Adjacent To Cold Storage Room - Lighting System: B. For General Illumination, Provide At Least 150 Lux. - Power System: C. Provide At Least Three (3) Unit Of Outlet With Specifications Of 15a, 2p, 240v, Duplex, Grounding Type And Parallel Slots. Provide At Least One (1) Unit Ground Fault Circuit Interrupter Also, Provide At Least One (1) Unit Of Outlet For Emergency Light With Specifications Of 15a, 2p, And 240v, Single. - Fire Alarm System: D. Provide At Least One (1) Unit Smoke Detector (ionization Type). - Ventilation System: E. Provide One (1) Unit Orbit Fan. • Storage For Utensils/silverware - This Area Is For Storage Of Kitchen Utensils And Silverware Key Furniture/fixture Checklist: • Shelves, Open, 600mm Deep - Planning Relationships: A. Close To Dietitian’s Office - Lighting System: B. For General Illumination, Provide At Least 150 Lux. - Power System: C. Provide At Least Two (2) Unit Of Outlet With Specifications Of 15a, 2p, 240v, Duplex, Grounding Type And Universal Slots. Provide At Least One (1) Unit Ground Fault Circuit Interrupter Also, Provide At Least One (1) Unit Of Outlet For Emergency Light With Specifications Of 15a, 2p, And 240v, Single. - Ventilation System: D. Provide One (1) Unit Orbit Fan. • Delivery Receiving Area - This Area With Exhaust Fan Is Dedicated For Dietitian On Duty And Auditor Witness Weighing Of Food Delivered By Supplier, And Where Auditor Inspects And Checks Quality Of Food Items Purchased From The Market And Those Delivered By The Supplier. Key Furniture/fixture Checklist: • Counter, Stainless Steel • Sink, Single Compartment With Drainboard; 350-400mm Deep • Counter, Tiled • Shelves, Open • Concealed Floor Drain - Planning Relationships: A. Adjacent To Dietitian’s Office B. Close To Cold And Dry Storage Rooms - Lighting System: C. For General Illumination, Provide At Least 150 Lux. - Power System: D. Provide At Least One (1) Unit Of Outlet With Specifications Of 15a, 2p, 240v, Duplex, Grounding Type And Universal Slots. Also, Provide At Least One (1) Unit Of Outlet For Emergency Light With Specifications Of 15a, 2p, And 240v, Single. - Ventilation System: E. Provide At Least One (1) Unit Orbit Fan. • Dishwashing And Pots Washing Area - This Area Is For Washing Of Pots, Pans, Trays, Dishes And Other Kitchen Utensils, And Where Food Service Workers Perform Other Clean-up Activities. Equipment And Accessory Checklist: • Dishwashing Machine, Floor Unit • Wash Container, 380 Mm Dia. • Waste Bin With Black Lining Key Furniture/fixture Checklist: • Counter, Stainless Steel Grade 304 • Stainless Steel Sink Grade 304, Double Compartment With Drainboard • Grease Trap • Counter, With Upturned Edge • Shelves, Open • Table, Feeder, Stainless Steel 700 X 1200mm • Table, Work, Stainless Steel 700 X 2400mm • Concealed Floor Drain - Planning Relationships: A. Close To Food Preparation Area B. Close To Dietitian’s Office - Lighting System: C. For General Illumination, Provide At Least 250 Lux. - Power System: D. Provide At Least Six (6) Units Of Outlet With Specifications Of 15a, 2p, 240v, Duplex, Grounding Type And Parallel Slots. Provide At Least One (1) Unit Ground Fault Circuit Interrupter Also, Provide At Least One (1) Unit Of Outlet For Emergency Light With Specifications Of 15a, 2p, And 240v, Single. - Fire Alarm System: E. Provide At Least One (1) Unit Smoke Detector (ionization Type). - Ventilation System: F. Provide At Least Two (2) Units Orbit Fan. • Waste Holding Area - This Area Is For Food Service Workers Sort Garbage Accordingly, Pack Garbage And/or Place Sorted Garbage Into Proper Bins/container, And Where Garbage Generated For A Day Or Two Is Temporarily Stationed Prior To Being Collected For Transfer To The Waste Management Service. Equipment And Accessory Checklist: • Garbage Bin Containers • Faucet With Hose Bibb Key Furniture/fixture Checklist: • Floor Drain - Planning Relationships: A. Located In The Perimeter Of The Dietetics Area - Lighting System: B. For General Illumination, Provide At Least 150 Lux. - Power System: C. Provide At Least One (1) Unit Ground Fault Circuit Interrupter (gfci). Also, Provide At Least One (1) Unit Of Outlet For Emergency Light With Specifications Of 15a, 2p, And 240v, Single. - Fire Alarm System: D. Provide At Least One (1) Unit Smoke Detector (ionization Type). - Ventilation System: E. Provide At Least One (1) Unit Orbit Fan. • Dietitian’s Office / Staff Office - This Room Area Is Where The Chief Dietitian Calls Meetings With Staff For The Preparation Of Monthly Menu, Where Chief Dietitian And Staffs Reads, Writes And Uses Telephone In His Work Station, Dietitian And Staff Receive Visitors, Dietitian And Staff Store, File And Retrieves Records. - Planning Relationships: A. Located In The Kitchen Where It Shall Give The Dietitian Extensive/elevated View Of Work Areas And Control Over Possible Pilferage Of Dietary Supplies And Equipment. - Lighting System: B. For General Illumination, Provide At Least 500 Lux. - Power System: C. Provide At Least Twelve (12) Units Of Outlet With Specifications Of 15a, 2p, 240v, Duplex, Grounding Type And Universal Slots. Provide At Least One (1) Unit Ground Fault Circuit Interrupter Also, Provide At Least One (1) Unit Of Outlet For Emergency Light With Specifications Of 15a, 2p, And 240v, Single. - Auxiliary System: D. Provide And Install The Following Auxiliary System: • Communication System  Telephone System – Provide At Least One (1) Unit Telephone Outlet.  Local Area Network System – Provide At Least One (1) Unit Data Outlet.  Public Address Paging System – Provide At Least One (1) Unit Paging System - Fire Alarm System: E. Provide At Least Two (2) Units Smoke Detector (ionization Type). - Air Conditioning System: F. Provide Air Conditioning System • Staff’s Dressing, Lockers, Toilet And Bath - This Room/space Is Equipped With Secure Lockers, Private Dressing Rooms, And Accessible Toilets And Showers To Support Hygiene And Comfort For Male And Female Staff. This Space, With Its Own Separate Staff Entrance, Allows For Efficient Staff Flow. - Planning Relationships: A. Close To Dishwashing Area B. Adjacent To Food Assembly/tray Set-up Area - Lighting System: C. For General Illumination, Provide At Least 150 Lux. - Power System: D. Provide At Least One (1) Unit Of Outlet With Specifications Of 15a, 2p, 240v, Duplex, Grounding Type And Universal Slots. Also, Provide At Least One (1) Unit Of Outlet For Emergency Light With Specifications Of 15a, 2p, And 240v, Single. • Storage/closet - This Area Is For Storing Cleaning Materials Such As Detergents, Disinfectants, Brushes, Mops, And Other Sanitation Tools Used In Dietary Operations. - Planning Relationships: A. Located Within Patients Dishwashing Area. - Lighting System: B. For General Illumination, Provide At Least 150 Lux. - Power System: C. Also, Provide At Least One (1) Unit Of Outlet For Emergency Light With Specifications Of 15a, 2p, And 240v, Single. • Lpg Storage Area - This Area Is Well-ventilated Space Designed For The Safe Storage Of Lpg Tanks Used In Kitchen Operations. The Area Will Be Located Away From Open Flames, Heat Sources, And High-traffic Zones To Ensure Safety. It Will Feature Non-combustible Walls, A Fire Extinguisher, Proper Signage, And Adequate Lighting. The Space Will Also Include Provisions For Leak Detection, An Accessible Emergency Shut-off Valve, And Ground-level Storage To Prevent Accidental Tipping Of Lpg Tanks. - Lighting System: A. For General Illumination, Provide At Least 250 Lux. - Power System: B. Also, Provide At Least One (1) Unit Of Outlet For Emergency Light With Specifications Of 15a, 2p, And 240v, Single. • All Gender / Pwd Toilet & Bath - This Area Is Designed To Be Inclusive, Complying With The Updates To The Amended Irr Of Bp 344. It Ensures Accessibility For All Genders And Persons With Disabilities (pwd), Featuring Wide Doors, Support Bars, Urinal And Spacious Layout To Meet The Latest Standards For Accessibility And Comfort. - Planning Relationships: A. Accessible To All Staffs. B. Minimum Of One (1) Toilet On Each Floor Accessible To Disabled. - Lighting System: C. For General Illumination, Provide At Least 150 Lux. - Fire Alarm System: D. Provide At Least One (1) Unit Smoke Detector. • Electrical Room - Located On The Ground Floor In The Staff Hallway, It Is Strategically Placed To Maintain Separation And Safety While Ensuring Easy Access For Maintenance And Operation. - Lighting System: A. For General Illumination, Provide At Least 250 Lux. - Fire Alarm System: B. Provide At Least One (1) Unit Smoke Detector. - Power System: C. Provide At Least One (1) Units Of Outlet With Specifications Of 15a, 2p, 240v, Duplex, Grounding Type And Universal Slots. Also, Provide At Least One (1) Unit Of Outlet For Emergency Light With Specifications Of 15a, 2p, And 240v, Single. • Common Toilet With Sink (female And Male Toilet Cubicle) - This Area, Featuring Separate Female And Male Toilet Cubicles, Will Serve Both The Dietitians/staff Office And The Hospital Staff Dining Room. It Will Be Designed For Accessibility And Include Standard Fixtures, Such As Sinks, Mirrors, And Hand Dryers Or Paper Towel Dispensers. The Space Will Prioritize Hygiene And Ease Of Maintenance With Durable, Easy-to-clean Surfaces, Adequate Lighting, And Ventilation. - Planning Relationships: A. In Between Dietitians/staff Office And Hospital Staff Dining - Lighting System: B. For General Illumination, Provide At Least 150 Lux. - Fire Alarm System: C. Provide At Least One (1) Unit Smoke Detector. Xiv. Design Parameters (architectural) A. Codes And Standards The Architectural Works Shall Be In Accordance With The Following Laws, Codes And Standards.  Laws And Codes: 1. National Building Code Of The Philippines And Its Latest And Amended Irr 2. Ra 9266 Or Architecture Law And Its Latest And Amended Irr 3. Ra 4226 Or Hospital Licensing Act And Its Latest And Amended Irr 4. Bp 344 Or Accessibility Law And Its Latest And Amended Irr 5. Ao 35, S. 1994 Or Ao Pertaining To The Control Of Radiation Hazards 6. Ra 9514 Fire Code Of The Philippines 7. Existing Local Codes And Ordinances. 8. And Other Laws That Applies To The Projects  Standards: 1. Bureau Of Product Standards (bps) 2 Underwriters Laboratory (ul) 2. Doh Technical Guidelines For Hospital & Health Facilities Planning And Design – Level 3 B. General Drawing Guidelines 1. General  All Drawings Shall Be Computer-drafted. Drawings Shall Be Submitted Both In Printed And Electronic Copies.  Keep The Same Orientation For All Plans. The North Orientation Shall Be Indicated In All Architectural Floor Plans. The Orientation Of The Architectural Plans Shall Be Consistent With All The Engineering Plans.  Existing Buildings And New Works Shall Be Clearly Indicated And Labeled In The Site Plans.  Detailed Plans Shall Have A Scale Not Smaller Than 1:50 Meters.  Spot Detailed Plans, Elevations, And Sections Shall Have A Scale Not Smaller Than 1:10 Meters.  Avoid Notes Such As ‘see Architectural Detail’ Or ‘see Structural’. Always Refer With A Callout To The Specific Detail Drawing And Sheet Number. 2. Site Plans  The Site Plans Shall Have A Scale Not Smaller Than 1:500 Meters. 3. Floor Plans  All Plans Shall Be 1:100 Meters. The Same Scale Shall Be Used For The Rest Of The Architectural, Structural, Sanitary, Plumbing, Electrical And Mechanical Plans, Except For Each Trade’s Site Plan, Detailed Plans And Spot Details.  Elevation Callouts Shall Be Indicated On The Floor Plans And Shall Be Consistent With The Elevation Drawing.  Section Line Callouts On The Floor Plans Shall Be Consistent With The Section Drawing.  Floor Plans Shall Be Indicated With Boxed Room Callout Numbers, Including The Callout For Floor Finishes And Wall Finishes.  Floor Elevations Shall Be Indicated In The Floor Plans. This Shall Be In Reference To The Natural Grade Line Or The Established Finished Floor Lines Of The Adjoining Existing Buildings.  The Location Of Mechanical Equipment, E.g. Air Conditioning Shall Be Indicated In The Floor Plans. This Shall Be Consistent With The Mechanical And Electrical Plans.  Door Callouts Shall Be Circles With The Proper Numbering, E.g. D-01.  Window Callouts Shall Be Hexagons With The Proper Numbering, E.g. W-01. 4. Elevations And Sections  Finish Floor Lines And Top Of Truss Lines Shall Be Consistent In All The Elevations, Sections And Structural Plans And Details. 5. Reflected Ceiling Plans  Reflected Ceiling Plans Shall Be Indicated With Boxed Room Callout Numbers, Including The Callout For Ceiling Finishes And Lighting Fixtures.  Ceiling Height Relative And In Reference To The Finish Floor Line Shall Be Indicated In The Reflected Ceiling Plans In Each Room With Boxed Dimensions. This Is To Ensure That The Ceiling Heights Of All Rooms Are Established Whether Or Not Reflected In The Sections.  The Description And Location Of The Fixtures, E.g. Lighting, Smoke Detectors, Air Condition Vents, Exhaust Fans, In The Reflected Ceiling Plans Shall Be Consistent With The Electrical And Mechanical Plans. 6. Roof Plans  Location Of All Downspouts Shall Be Indicated In The Roof Plans. 7. Doors And Windows  Door And Window Schedules Shall Indicate The Type Of Door Or Window, The Number Of Sets, The Location/s Of The Door Or Window, The Materials And Accessories Included And Other Special Specifications, E.g. Color Or Finish. All Windows Above Ground Floor Should Be Of Awning With An 45 Deg. Opening Angle. 8. Details  Provide A Minimum Of One (1) Bay Section Of A Scale Not Smaller Than 1:50 Meters For Each Major Building Preferably Cut Along The Area With Special Construction Design.  Provide Spot Detail Plans, Elevations And Sections Of A Scale Not Smaller Than 1:10 Meters For Special Designs With Aesthetic Treatment And Ornamentation.  Provide Detailed Plans Of A Scale Not Smaller Than 1:50 For All Areas Needing Tile Pattern, E.g. Lobby, Corridor, Entrance Walk, Showing The Position And Pattern Of Tiles.  Centerline Location Of Plumbing Fixtures Shall Be Indicated In Detailed Plans With Lines Of Reference And Its Corresponding Dimensions. This Is To Indicate The Exact Locations Of The Plumbing/sanitary Roughing-ins. C. Site Works 1. The Master Site Development Plan Of The Hospital Shall Include The Following:  Contour And Survey Of The Lot, Including Bearing And Distance Of The Property Line  Road Network And Curbs And Sidewalks  Parking Spaces  Reference Location Of Existing Trees  Reference Location And Footprint Of Existing Buildings, With The Corresponding Building Names And Dimensions, Including Distances Between Adjacent Buildings, And Distances Between Buildings And The Nearest Property Line  Reference Location Of Utilities, E.g. Water Reservoirs, Septic Tank, Wastewater Treatment Plant, Powerhouse, Transformers, Waste Storage Area, Security Outposts 2. The Layout Of The Buildings On The Site Shall Be Zoned According To The Service It Provides:  The Outer Zone Shall Include All Front-line Services, E.g. Emergency, Out-patient, X-ray, Laboratory And Other Ancillary Departments.  The Inner Zone Shall Include The Wards.  The Deep Zone Shall Include Services Like The Operating Room, Delivery Room, Nursery, Intensive Care Unit And Other Sensitive Hospital Services.  The Service Zone Shall Include Non-medical Services But Are Essential To Hospital Operations, E.g. Staff Lounge And Lockers.  There Shall Be A Separate Road Network And Entry/exit For The Public And The Service Vehicles, E.g. Ambulance, Waste Collection Vans, Delivery Trucks.  In Limited Lot Areas, Buildings Should At Least Be Spaced Four (4) Meters Apart To Allow Natural Light And Ventilation.  Covered Walkways Shall Be Provided For Access And Connection To All The Buildings.  Ramps Shall Be Provided In All Main Entrances Of The Buildings And Other Access Openings To Walkways Leading To Other Buildings. D. Building Architectural Works 1. Floor Plans  The Structural, Sanitary, Plumbing, Electrical And Mechanical Designs Are Required To Refer To The Architectural Plans And Specifications In Case Of Discrepancies. If An Engineering Design Will Have Any Possible Conflict Or Interference On The Architectural Design, The Latter May Be Adjusted Provided That The Aesthetic Value Will Not Be Compromised.  The Architectural And Engineering Plans Shall Be Consistent All Throughout In Terms Of Dimensions And Locations Of Columns, Beams, Walls, Roof Line, Conduits, Ducts, Pipes, And Fixtures, Among Others. Column And Beam Grid Lines Shall Also Be Consistent In All The Architectural And Engineering Plans.  Verify And Coordinate Floor Plans With The Mechanical, Electrical And Sanitary Design With Regard To The Requirements For Mechanical Rooms, Ahu Rooms, Electrical Rooms, Pipe Chase, And Other Engineering Requirements.  Public Toilets Shall Have Provisions And Fixtures For Persons With Disability As Required By Bp 344. If Enough Space Allows, Toilets Specially Made And Designated For Persons With Disability Is Preferable. 2. Walls  Exterior Walls Shall Be 200mm. Thick, While Interior Walls Shall Be 150mm. Thick. This Is Indicative Of The Finished Wall Thickness Including The Plastering And Tile Works.  Used Soundproofed Wall Materials For Areas With Indicated “soundproofed”. Walls With An Stc Rating Of At Least 45-50 Is Recommended. In Areas Where High Confidentiality Or Privacy Is Required (e.g., Patient Rooms, Doctor’s Offices Near Noisy Zones), Consider An Stc Rating Of 55-60.  Double Layer Of Drywall: Use Two Layers Of Drywall On Either Side Of A Metal Or Wood Stud Frame For Enhanced Soundproofing.  Acoustic Insulation: Use High-density Insulation Like Mineral Wool Or Acoustic Fiberglass In Wall Cavities To Absorb Sound.  Higher Mass: Increase The Wall's Mass With Materials Like Masonry Or High-density Concrete, Which Can Significantly Reduce Sound Transmission.  Toilet Wall Tiles Shall Be 300mm. X 300mm. For Areas Of Six (6) Square Meters Or Below. Toilet Wall Tiles Shall Be 300mm. X 600mm. For Areas Above Six (6) Square Meters.  Layout And Work On Wall And Floor Tiles Must Be Aligned, Plumb, Level, And Square.  All Edges, Corners And Intersections Of Toilet Tiles, Including The Top-most Tile Not Reaching The Ceiling Shall Be Provided With Polyvinyl Chloride Tile Trims.  Tile Color And Design Shall Be Approved First Before Installation. 3. Floors  If Floor Tiles In Two Adjacent Rooms With Different Material, Color Or Design Meet At The Door Opening, The Cut Shall Be Located Middle Of The Door Thickness When In A Closed Position. Provide Details In The Floor Pattern Design.  Floors At The Openings Of Toilets For Persons With Disability Shall Be Sloping. Indicate In The Plans And Sections.  The Size Of The Toilet Floor Tiles Shall Be 300mm. X 300mm. For Areas Of Six (6) Square Meters Or Below. Toilet Floor Tiles Shall Be 300mm. X 600mm. For Areas Above Six (6) Square Meters. Indicate The Tile Pattern.  The Size Of The Pantry/lounge Floor Tiles Shall Be 600mm. X 600mm. Indicate The Tile Pattern.  The Size Of The Floor Tiles Of The Offices And Wards Shall Be 600mm. X 600mm, Or Bigger Depending On The Proportion To The Size Of The Room. Indicate The Tile Pattern.  The Size Of The Floor Tiles Of The Lobby And Corridor Shall Not Be Less Than 400mm. X 400mm. The Tile Size Of 600mm. X 600mm. Is Recommended For Bigger Areas. Indicate The Tile Pattern.  Layout And Work On Wall And Floor Tiles Must Be Aligned, Plumb, Level, And Square.  All Edges, Corners And Intersections Of Toilet Tiles, Shall Be Provided With Polyvinyl Chloride Tile Trims.  Tile Color And Design Shall Be Approved First Before Installation. 4. Ceiling Works  Ceiling Height For Areas With Special Aesthetic Treatment, E.g. Lobby, Major Conference Room, Auditorium, Executive Office, Shall Be Proportional To The Area Or Room Or As Required By The Designer. However, This Shall Not Be Lower Than 2700mm. Provide Details.  If Acoustic Boards On Aluminum T-runners Would Be Used For The Ceiling, Layout Should Be On Center And Avoiding Cut Pieces. If The Remaining Perimeter Of The Ceiling Is Less Than 600mm. Wide, It Shall Be Designed Complimentary With Fiber Cement Boards On Light Gauge Metal Furring. Likewise With Acoustic Boards In Big Areas, E.g. Offices, And Wards, Shall Be Designed In A Way To Break The Redundancy. Provide Details.  Soffit Of Exterior Beams And Slabs Shall Have Drip Moulds To Prevent Damage Due To Water Sipping Into The Eaves Or Ceiling. Section Details Shall Be Required To Show The Drip-mould.  Acoustic Panels: Adding Absorptive Finishes, Such As Fabric-covered Acoustic Panels, Can Help To Dampen Internal Reflections And Improve Sound Quality Within Rooms, Although These Don’t Block Sound But Reduce Reverberation.  Non-cove Light Placement: Instead Of Cove Lighting, Use Flush-mounted Lighting Directly In The Ceiling With Sealed Housings That Prevent Dust Buildup. Fixtures Should Be Durable, Non-reflective, And Easy To Clean Without Requiring Special Maintenance Procedures. 5. Doors And Windows  Major Rooms That Require Security Shall Have Sturdy Doors E.g. Wood Panel, And Metal.  Minor Rooms That Do Not Require Security Shall At Least Have Wood Flush Doors.  Toilets And Other Wet Areas Shall Have Steel Doors.  Heavy-use Doors, E.g. Operating Rooms, Delivery Rooms, Should Be Provided With Stainless Steel Kick Or Push Plates And Door Closers.  Fire Escape Doors Should Be Provided With Panic Hardware And Door Closers, And Shall Conform With The Requirements Of The Fire Code Of The Philippines.  Aluminum Frames Of Glass Doors Shall Be Powder-coated.  Door Finish And Color Shall Be Approved First Before Application.  Window Sills Shall Be Slightly Sloped Outwards To Prevent Damage To Windows And Paint Due To Water Seepage. Section Details Shall Be Required To Show This Slope.  All Doors Of A High-occupancy Room Shall Swing Outwards And As Required By The Fire Code Of The Philippines.  Door Jambs With No Moulding/casing Installed On Concrete Walls Shall Have Construction Grooves All Around. Provide Details.  All Doors And Windows Shall Have Reinforced Concrete Lintel Beams. Provide Details.  Door Seals And Frames: For Soundproofed Rooms, Also Use Solid-core Doors With Perimeter Seals To Prevent Sound From Leaking Through Door Frames. 6. Stairs, Ramps And Corridors  Ramps For Persons With Disability Shall Have A Slope Not Higher Than 1:12. Handrails And Clearances Shall Conform With The Requirements Of Bp 344.  Regular Stairs Shall Have Risers At 150mm. High And Treads At 300mm. Wide. Fire Stairs Could Have A Maximum Riser At 200mm. And Tread At 250mm. Handrails Shall Be 1100mm. High. Clearances Shall Conform With The Requirements Of The Fire Code Of The Philippines.  Corridors Shall Have A Minimum Unobstructed Width Of 2450mm. This Shall Be Measured Clear From The Surface Of The Finished Wall And Not On-center Of The Rough Chb Wall.  Corridors Shall Not Be Areas For Temporary Or Permanent Storage Of Stretchers, Wheelchairs, Trolleys, Food Carts, Oxygen Tanks Or Other Movable Hospital Equipment. Storage Or Parking Spaces Shall Be Provided For These.  Corridors And Exit Doors Shall Conform With The Requirements Of The Fire Code Of The Philippines. 7. Fixtures And Accessories  Three-way Electrical Light Switches Shall Be Provided At The Foot And The Top Of The Stairs Per Floor. Likewise, At Both Ends Of A Long Corridor.  Electrical Light Switches Shall Be Located By The Knob Side Of The Door.  Electrical Switches And Outlets Shall Be Installed Plumb And Level.  Public Toilets Shall Always Be Provided With Heavy-duty Soap Dispensers And Electric Hand Dryers.  Public Toilets Shall Always Be Provided With Stainless Steel Handrails In Conformity To The Requirements Of Bp 344.  A Drainage Line Shall Be Provided For Window-type Air Conditioners. Likewise, Split-type Air Conditioners Located In The Interior Part Of The Building Shall Be Located Adjacent To Areas With Drainage Lines, E.g. Toilets, Downspouts, Balconies.  Seal Gaps And Openings: Ensure All Joints, Gaps, And Penetrations (e.g., Electrical Outlets, Ducts) Are Sealed With Acoustical Caulk Or Gaskets To Prevent Sound Leakage.  Sterile Area Lighting Type: Use Sealed, Recessed, Or Surface-mounted Led Fixtures That Are Flush With The Ceiling Surface To Prevent Dust Accumulation. 8. Roofing Works  The Section Of The Roof Gutters Shall Be Designed, In Case Of A Clogged Downspout, So That The Overflow Of Water Will Be Directed Outside Of The Building And Not Towards The Eaves Or Interior Ceiling To Prevent Any Damage. Provide Details.  Avoid Valley Or Inside Gutters In Roof Design. But In Cases Required In Aesthetic Design, Valley Or Inside Gutters Shall Be In Stainless Steel Or Concrete Gutters With Membrane-type Waterproofing, And The Section Shall Be Designed With A Capacity For Big Volume To Prevent Any Damage Due To Overflow. Provide Details.  Parapets, Designed As A Roof Protection From The Winds, Must Be Designed To Satisfy The Preceding Parameters. Provide Details.  The Slope Of The Roof Shall Not Be Less Than 30 Degrees. 9. Painting  Painted Ceiling Shall Be In Flat Latex Finish, While Cornices And Mouldings Shall Be In Gloss Enamel Finish.  Painted Interior Wall Shall Be At Least In Semi-gloss Latex Finish For Ordinary Rooms, E.g. Offices, Unless Specified To A Higher Type Of Paint.  Patient-related Rooms, E.g. Emergency Rooms, Out-patient Departments And Wards, Shall Be In Anti-bacterial And Odor-absorbent Paint Finish.  Special Rooms, E.g. Operating Rooms, Delivery Rooms, And Laboratories Shall Also Be In Anti-bacterial And Odor-absorbent Paint Finish.  Painted Exterior Wall Shall Be At Least In Moisture-resistant/water-repellent Solvent-based Paint Finish, Textured Or Smooth, Unless Otherwise Specified.  Paint Color And Shade Shall Be Approved First Before Application. D. Specific Requirements 1. Provide Spot Detail Plans And Sections Of The Following:  Gutter, Eaves, And Parapet  Ceiling - Covelight, Special Connections And Design, Mouldings, Valances  Stairs - Handrail, And Baluster Design  Ramps - Handrail Design And Floor Pattern  Doors, Windows And Gates - Grille Works,  Special Architectural Treatment And Design, E.g. Façade Design, Special Window And Door, Counters  Special Carpentry Works, E.g. Partitions, Cabinetry  Building And Room Signages And Wayfinding Systems  All Pwd Toilets Shall Be Labelled “all Gender / Pwd Toilet”  Other Details As May Be Required 2. Provide Room Data Sheets, Including Detail Floor Plan, Ceiling Plan And Sections Of The Following Rooms, In Coordination With The Requirements Of The Electrical, Sanitary And Mechanical Designs: A. Cooking Area, Including Furniture And Equipment With Specific Dimensions Of The Location Of Fixtures And Accessories, And In Coordination With The Requirements Of The Electrical And Mechanical Engineering Design. B. Hospital Staff Dining C. D. (all Blanks Shall Be Filled As Required By Or Applicable To The Project.) E. Summary Of Materials  Materials To Be Used Shall Be Fire-resistant, Non-toxic, Moisture-resistant And Termite-resistant, E.g. Fiber Cement Board, Light-gauge Steel Frame, Polyvinyl Chloride Ceiling Panels.  Wet Areas, E.g. Toilets, And Pantry/lounge Shall Use Non-skid/non-slip Vitrified Ceramic Floor Tiles.  Heavy Traffic Areas, E.g. Lobby, And Corridor Shall Use Heavy-duty Seamless Granite Floor Tiles Or A Higher Type Of Floor Material.  Ramps And Stairs Shall Use Non-skid/non-slip Floor Tiles, Materials As Specified.  Aluminum T-runners Shall Be Powder Coated.  Metal Rod Hangers With Adjustable Clips, And Not Galvanized Iron Wires, Shall Be Used To Support And Suspend The Aluminum T-runners And Light Gauge Metal Furrings.  Roofing Sheets Shall Be Ga.# 24 Aluminum-coated, Pre-painted, And Pre-formed. F. Drawing Requirements: See Attached Doh Checklist Of Drawings. -end Of Architectural Design Parameters- Xv. Design Parameters (structural/civil Works) A. Codes And Standards The Civil/structural Design Shall Be In Accordance With The Following Codes And Standards  Codes 1. National Structural Code Of The Philippines (nscp) 2010 2. National Building Code Of The Philippines And Its Revised Irr 3. Accessibility Law 4. Local Codes And Ordinances  Standards 7. Bureau Of Product Standards (bps) 8. Philippine National Standards (pns) 9. Dpwh Blue Book 10. American Concrete Institute (aci) 11. American Society For Testing Materials (astm) 12. American Welding Society (aws) B. Site Works Based On The Master Site Development Plan Of The Hospital, Provide Where Applicable Complete Design And Details Of Hospital Road (concrete With Curb And Gutter, Including Drainage) Network, Walkways, Parking Areas And Fencing. 1. The Main Hospital Road Shall Be Capable Of Two-way Traffic (at Least 6mts. Width) With A Minimum Thickness Of 150mm (8 Inches). Concrete Strength Should Be At Least 3000psi. Interior Roads (leading To Support Facilities) Shall Be Designed To Accommodate Delivery Vehicles, And Fire Trucks In Case Of Emergency. 2. Walkway Should Be At Least 100mm Thk. With Concrete Strength Of 2500psi. Ramps Should Be Provided, Instead Of Steps, For Any Change In Elevations. 3. Parking Area Slabs Should Be At Least 150mm Thk. With Concrete Strength Of 3000psi. 4. Fences Should Be Seen Through In Front Of The Hospital While The Tree (3) Other Sides Should Be Concrete Hollow Blocks With Minimum Height Of 2 Meters And To Be Provided With Perimeter Lighting. See-through Fence Design Will Be Made Of 32mm Square Bars Spaced At 100mm On Center And Provided With Three (3) Concrete Hollow Blocks (45mm High) Zocalo Walls. C. Buildings 1. The Hospital Buildings Should Be Designed Using A Seismic Importance Factor Of 1.5 For The Immediate Occupancy Category. Buildings Should Be Designed In Accordance With Nscp Requirements Up To Magnitude 7 For Those Near Seismic Source Type A. Seismic Gaps Between Buildings (old And New) Should Be Properly Observed. 2. The Hospital Buildings Should Be Designed Also Using Wind Importance Factor Of 1.15 (especially For Design Of Trusses/roofing System). Concrete Gutters And Parapet Walls Should Be Provided As Additional Protection To The Roofing System During Strong Typhoons. Wind Velocity Of 300-350 Kph Shall Be Considered Upon The Recommendation Of Structural Engineer 3. The Structural Designer Should Verify With Philippine Volcanology And Seismology (phivolcs) The Distance Of The Proposed Hospital To Nearest Active Fault Lines And With The Denr For Geo-hazard Mapping. 4. Soil Investigation (at Least Three Boreholes) Should Be Conducted To Determine Soil Bearing Capacity And Recommended Foundation Design (applicable Even For One Storey Structure). 5. The Structural Designer Is Encouraged To Use Fire-resistive And Non-toxic Materials. D. Details – The Following Shall Be Provided: 1. Connection Details Of Beams And Columns Following The Requirements Of Nscp On Confined Areas. 2. Connection Of Trusses To Beams And Columns. 3. Splicing Details Of Reinforcing Bars On Columns And Beams And The Required Bar Cut-off Points. 4. Details For Connection Of New Construction & Old Construction Structural Members Such As Expansions Joints For Thermal Expansion/contraction. 5. Include Thermal Expansion/contraction Prevention Methodologies Specifically On Soft Joints Areas Between Structural And Architectural Members. E. Summary Of Materials 1. Concrete Shall Be Portland Cement And Conforming To Astm Specification C150, Type I To Type Ii 2. Coarse Aggregates Shall Consist Of Washed Gravel, Crushed Stone Or Rock Or A Combination Thereof Conforming To Astm C33 3. Concrete Hollow Blocks Shall Be A Standard Product Of Recognized Manufacturer Conforming To Pns 16 With At Least 350psi Strength. 4. Reinforcing Bars Shall Conform With Pns Grade 60 For 16mm Dia. And Above And Pns Grade 40 For 12mm Dia And Below. 5. Structural Steel Shall Conform With Astm A36/a6m 6. Bolts And Studs Shall Conform With Astm A 325 7. Welding Electrodes Shall Be E60 Or E 70 And Conform With Aws F. Drawing Requirements: See Attached Checklist -end Of Structural/civil Works Design Parameters- Xvi. Design Parameters (sanitary/plumbing Works) A. Codes And Standards The Sanitary/plumbing Design Shall Be In Accordance With The Following Codes And Standards.  Codes: 1. National Building Code Of The Philippines And Its New Irr 2. Fire Code Of The Philippines 3. National Plumbing Code Of The Philippines (npcp) 4. Sanitation Code Of The Philippines 5. Existing Local Codes And Ordinances.  Standards: 1. Bureau Of Product Standards (bps) 2. Philippine National Standards For Drinking-water 3. Underwriters Laboratory (ul) 4. Doh National \ Laboratory (nrl) 5. Doh Health Care Waste Management Manual 6. National Water Resources Board (nwrb) 7. National Plumbers Association Of The Philippines (nampap) 8. Philippine Society Of Sanitary Engineers, Inc. (psse) B. Site Works  Based On The Master Site Development Of The Hospital, The Site Works Shall Provide Complete Layout Of The Following: 1. Storm Drainage Network, Indicating Drainage Manholes And Pipe Culvert; 2. Sewerage Pipe Network, Indicating Sewage Manholes, Sewage Pipes And The Location Of The Proposed Sewage Treatment Plant; And 3. Water Supply Network, Indicating The Location Of Water Service Entrance, Cisterns, Elevated Water Tank And Proposed Pump House.  The Storm Drainage Network Shall Accommodate The Magnitude Of Peak Rates Of Surface Run-off Including Drainage Coming From The Buildings. The System Shall Be Capable Of Handling The Design Flows Routing To The Designated Outfall; For Rainfall Calculation And Sizing Of Drainage Pipes, Refer To Table-d2, Appendix-d, National Plumbing Code Of The Philippines And Current Rainfall Record From Pagasa.  The Sewerage Pipe Network Design Shall Accommodate All Sewage Coming From All The Facilities, Conveyed By Gravitational Flow Leading To The Sewage Treatment Plant; Per Capita Wastewater Demand: 100-130 Gal/capita/day Per Bed C. Building Facilities Sanitary/plumbing System 1. Sewer Line And Vent System  Provide Complete Sewer Line And Vent System From All (domestic) Plumbing Fixtures And Floor Drains, Laid By Gravity Flow Leading To The Sewage Treatment Plant (stp);  For Demand Weight Of Fixtures In Fixture Units; Refer To Appendix A, Table A-2, Npcp 2. Wastewater Line And Vent System  For All Wash Areas Dealing And Generating With Oil/grease, Provide Separate Wasteline And Vent System And Solely Tap To The Proposed Grease Trap And Then Connect Its Effluent To The Sewage Treatment Plant.  For Estimated Demand Weight Of Fixtures In Fixture Units; Refer To Appendix A, Table A-2, Npcp Waterline System  Provide Complete Cold Water Supply Pipes To All Plumbing Fixtures. From The Main Water Source, The Water Shall Be Pumped To The Elevated Water Tank (ewt) And Conveyed To The Fixtures By Gravity System And Or Distributed To Fixtures By Transfer Pumped With Constant Pressure Through A Pneumatic Storage Tank, Whichever Is Feasible. 4. Storm Drainage System  Complete Storm Drainage System Shall Be Provided For All Roofs, Canopies, Concrete Ledges And Balconies Including Condensate Drains Laid For Gravity Flow Connected To A Leader/pipe Line Leading To The Natural Ground Level Storm Drainage Network. D. Specific Requirements  Provide Details Of The Following: 1. Grease Trap (for Dietary) 2. Provision Of Water Softener 3. Fiberglass Pressure Tank E. Summary Of Materials  Sewer And Vent Pipes; Unplasticized Polyvinyl Chloride (upvc) Extra Series 1000 (conforming To Iso 3633 Astm D2729 Including Trims And Fittings)  Storm Drainage Pipes; Downspouts, Unplasticized Polyvinyl Chloride (upvc) Extra Series 1000 (conforming To Iso 3633 Astm D2729 Including Trims And Fittings, Bps Certified)  Drainage Pipes; 250mm Dia. And Below, Non-reinforced Concrete Pipe (nrcdp)  300mm Dia. And Above, Reinforced Concrete Pipe (rcdp)  Drainage Manholes; Street Inlet, Curb Inlet, Traffic Type Reinforced Concrete Area Drain/catch Basin, Reinforced Load Bearing Chb  Sewage Manholes; Traffic Type Reinforced Concrete With Standard Steel Brass Cover  Wastewater Pipeline; Extra Heavy (xh) Single Hub, Hub Less Cast Iron Pipes And Fittings (cip) Conforming To Astm Standard 888  Cleanouts; Cast Iron Brass With Countersunk Plug (bps Certified)  Floor Drains/deck Drains; Cast Iron Brass (bps Certified)  Gutter Drains; Cast Iron Dome Type Brass (bps Certified)  Cold Waterline Pipes; For Buildings, Polypropylene Pn10 Fusion Weld Pipes Including Trims And Fittings (bps Certified)  Hot Waterline System; For Buildings, Polypropylene Pn20 Fusion Weld Pipes Including Trims And Fittings (bps Certified)  Trench Grating; Galvanized/stainless Steel Iron Grates  Plumbing Fixtures Including Trims, Fittings And Accessories; (bps Certified)  Water Closet-tank Type Push Button Flush  Lavatory - (pedestal/counter Type) With C-spout Spray Faucet  Kitchen Sink-ga#16 Stainless Steel Seamless Bowl With Gooseneck Faucet  Urinal-wall Hung Flush Valve Type  Plumbing Fixtures At Sterile Areas; A. Scrub-up Sink-ga#16 Stainless Steel (single/double Bowl) Compartment With Knee Operated And Or Censor Controlled Spay Faucet B. Surgical Soap Dispenser-ga#16 Stainless Steel Foot Operated C. Laboratory Sink-ga# 16 Stainless Steel Deep Seated Seamless Bowl Compartment With C-spout Spray Faucet F. Drawing Requirements: See Attached Doh Checklist Standards Based On Revised Irr Of The National Building Code Of The Philippines (pd 1096) -end Of Sanitary/plumbing Works Design Parameters- Xvii. Design Parameters (mechanical Works) A. Codes And Standards The Mechanical Design Shall Be In Accordance With The Following Codes And Standards.  Codes: 1. National Building Code Of The Philippines And Its New Irr 2. Fire Code Of The Philippines 3. Mechanical Engineering Code Of The Philippines (me Code) 4. Existing Local Government Codes And Ordinances.  Standards: 1. Bureau Of Product Standards (bps) 2. Philippine National Standards (pns) 3. Underwriters Laboratory (ul) And Factory Mutual (fm) 4. International Electrotechnical Commission (iec) 1988 5. National Fire Protection Association (nfpa) 6. National Fire Protection Association (nfpa) 99 Standard For Health Care Facilities. 7. American Society Of Heating, Refrigeration And Air Conditioning Engineers (ashrae). 8. Center For Disease Control And Prevention (cdc) Manual. B. Automatic Fire Sprinkler System  The Automatic Fire Sprinkler System Shall Be Composed Of Complete Plans And Drawings Of The Following: 1. Site Development Plan And Vicinity Map, Indicating The Location Of The Buildings, Firewater Reserve Tank, Firewater Line, Yard Loop And Private Fire Hydrant. 2. General Notes, Legends And Symbols Including Schematic Diagram Of The Fire Sprinkler System And Schematic Diagram Of Alarm Monitoring System. 3. Floor Layout And Isometric Layout Of The Automatic Fire Sprinkler System Indicating Pipe Sizes And The Location Of The Pipes, Valves, Sprinkler Heads, Riser Nipples, Fire Hose Cabinets, Sprinkler Main Riser, Drain Pipes, Cross Mains, Branch Lines, Inspector’s Test Connections, Hangers And Sway Braces. 4. Equipment Schedule, Detail Drawings, Fire Pump And Jockey Pump Layout. 5. Architectural, Structural, Electrical And Plumbing Drawings Of The Firewater Tank And Pumphouse.  An Automatic Fire Sprinkler Shall Be Provided In All Hospital Building Except For Those Fire Resistive One-storey Hospital Building.  Hazard Classification Shall Be Light Hazard Occupancy.  Area Of Coverage Shall Be 146 Square Meters And Water Density Shall Be 4.07 Lps/sq. M.  Protection Area Per Sprinkler Head Shall Be 20 Square Meters At 2.2 Meters Minimum Distance Between Sprinklers And 4.2 Meters Maximum Spacing.  All Floor Control Valves Shall Be Equipped With Supervisory Switch, Water Flow Detector And Drain System.  Water Supply Shall Be Horizontal Split Case Centrifugal Fire Pump With Diesel Engine Or Ac Motor And A Vertical In-line Jockey Pump With Controller.  Firewater Reserve Tank Shall Be Ground Level Monolithic Concrete Tank Sized For A Minimum Of 30 Minutes.  Hydraulic Calculations Report Shall Be Based On Npfa-13 Format. C. Ventilation And Air Conditioning System  The Ventilation And Air Conditioning System Shall Be Composed Of Complete Plans And Drawings Of The Following: 1. General Notes, Legends And Symbols Including Schematic Diagram Of The Ventilation And Air Conditioning System. 2. Floor Layout Of The Ventilation And Air Conditioning System Indicating The Capacity And Location Of The Air Conditioners And Fans. 3. Duct Layout Indicating Duct Sizes, Route And Location Of The Dampers, Diffusers, Return Air Register, Hangers And Sway Braces. 4. Refrigerant Piping Layout Indicating Pipe Sizes, Location Of Valves, Hangers And Sway Braces. 5. Equipment Schedule And Details Drawings Of Air Conditioners And Ventilating System.  Air Conditioning System Shall Be Provided In All Patient’s Private Rooms, Operating Rooms, Delivery Rooms, Offices And Other Areas Where Conditioned Air Is Necessary.  Cooling Load Calculations Report Shall Be Manual Or Computer Generated, Hourly Analysis Program Which Includes Heat Transmission Coefficients, Solar Heat Gain Factors And Corrected Cooling Load Temperature Difference Calculations.  Split Type Air Conditioners Will Be Used At Areas With Larger Capacities.  Window Type Air Conditioners Shall Be Used In Areas With Exterior Wall Exposure.  Centralized Air Conditioning Will Be Used As Indicated On Space Requirements (e.g. Sterile Hallways).  Maintain An Air Change Rate Greater Than Or Equal To 12 Air Changes Per Hour Or 145 Liters Per Second Per Patient.  Ceiling Cassette Type Exhaust Fans With Integral Air Diffuser Shall Be Provided In All Toilets.  Ceiling Fans, Orbit Type With 360° Oscillation Shall Be Provided In All Non-air-conditioned Rooms, As Mentioned On Space Requirements. D. Specific Requirements  Provide Details Of The Following: 1. Lpg Pipeline 2. Kitchenhood And Smokestack E. Summary Of Materials 1. Automatic Fire Sprinkler System A. The Fire Pump Shall Be Ul Listed/fm Approved, Diesel Engine Or Electric Motor Driven, Designed Specifically Intended For An Automatic Water Sprinkler Protection System. B. The Jockey Pump Shall Be Ul Listed/fm Approved, Electric Motor Driven, 220v, 3-phase, 60 Hertz, And Electric Power Connection. C. Sprinkler Head Shall Be Ul Listed/fm Approved, Pendant, Upright Or Sidewall Unit, 83 Lpm Flow Capacity Per Head And Temperature Fusing At 57.5° C To 74°c. D. The Alarm Assembly Shall Be Ul Listed/fm Approved, Constructed And Installed That Any Flow Of Water From The Sprinkler System Equal To Or Greater Than That From The Single Automatic Head Shall Result In An Audible And Visual Sign In The Vicinity Of The Building. E. Alarm And Supervision System Of The Automatic Water Sprinkler Shall Include The Monitoring Water Flow Switch At Each Floor Of The Building, Fire Pump And Jockey Pump Running Condition And Power Supplies, Level Of Water In The Reservoir And Control Valves. F. Pipes Shall Be B.i. Schedule 40. Screw Fittings Shall Be Used For Inside Piping. 2. Air Conditioning And Refrigeration System A. Refrigerant Pipes Shall Be Copper Tubing, Type L Or K Black Steel Pipe, Schedule 40 For Size Of 100mm Diameter And Smaller. Pipe Over 100mm Shall Be Black Steel Pipe Schedule 40. B. Black Steel Pipes Shall Be Standard Seamless, Lap-welded, Or Electric Resistant Welded For Size Of 50mm Diameter And Larger, Screw Type For Size 38mm Diameter And Smaller, Fittings For Copper Tubing Shall Be Cast Bronze Fitting Designed Expressly For Brazing. C. Pipe Insulation Shall Be Performed Fiberglass Or Its Equivalent. The Insulating Materials Shall Be Covered With 100mm X. 13mm Thick Polyethelene Film, Which Shall Be Overlapped Not Less Than 50mm. D. Ducts Shall Be Galvanized Sheet Steel Of Standard Gauges. E. Ductwork Insulation Materials Shall Be Rigid Board Made Of Styropor Or Equivalent 25mm Thick For Ground And Top Floor, 13mm Thick For Intermediate Floor. -end Of Mechanical Works Design Parameters- Xviii. Design Parameters (electrical/auxiliary Works) A. Codes And Standards The Electrical System Design Parameters Shall Be In Accordance With The Following Codes And Standards.  Codes: 1. Philippine Electrical Code 2. National Electrical Code 3. Fire Code Of The Philippines 4. National Building Code Of The Philippines And Its New Irr 5. Existing Local Codes And Ordinances  Standards: 1. Bureau Of Product Standards (bps) 2. Underwriters Laboratory (ul) 3. National Fire Protection Association 4. International Electrotechnical Commission (iec) 5. Illumination Engineering Society (ies) 6. National Electrical Manufacturer’s Association (nema) 7. Doh Manual On Technical Guidelines For Hospital And Health Facilities Planning And Design B. Building Facilities Electrical System 1. Lighting System  Provide And Install Adequate Normal Branch Circuits For Lighting System To All Areas Using The Standard Lighting Design Analysis. Utilize The Standard Illumination Requirements Per Area Of Concern Using The Preferred Particular Type Of Luminaires. 2. Power System  Provide And Install Adequate Normal Branch Circuits For The Power System. 3. Standby/emergency System  Provide And Install Adequate Life Safety And Critical Emergency Branch Circuits For Lighting Or Utilization Equipment Connected To The Alternate Power Source. 4. Auxiliary System Provide And Install The Following Auxiliary System:  Communication System A. Telephone System B. Local Area Network System C. Public Address Paging System D. Private Branch Exchange (pabx) E. Master Or Cable Antenna Television  Fire Alarm System  Security System 5. Lightning Protection System  The Building Lightning Protection System Shall Include Roof-mounted Air Terminals Grounding Conductors, Ground Rods, Conduits, Clamps, And Auxiliary Equipment As Required For A Complete And Operational Lightning Protection System. 6. Provide Details Of The Following:  Lighting Fixtures/luminaires  Panelboard And Circuit Breakers  Switchgear And Other Metering Devices  Electrical And Hospital Equipment  Installation And Termination Of Auxiliary And Other Special Devices And Equipment  Power And Telephone Handholes (as May Be Required)  Pedestal And Service Entrance To Bldg.  Grounding System Layout  Substation/power House And Electrical Room  Transformer And Generator Mounting  Others As May Be Required. C. Summary Of Materials  General Lighting Luminaries: Fixtures Type Shall Be As Indicated On The Lighting Layout Plan. 1. Fluorescent Lamp Shall Be Linear, Circular Or Self-ballasted Compact Fluorescent Lamps. 2. Fluorescent Lamps Shall Be Cool Or Warm White And 3. Lamp Holders Shall Be Made Of Thermosetting Plastic. 4. Fluorescent Ballast: Magnetic Or Electronic Type With High Power Factor Or High Frequency Energy Saving Type. 5. Fluorescent Fixture Housing Shall Be Steel Sheet With High Reflectance Powder Coat Paint Finish. 6. Downlights And Pin Lights Shall Be Of Heavy Gauge Spun Aluminum Equipped With Lamp As Indicated On The Drawings. 7. Other Special Lighting Requirements Shall Be As Approved By The Implementing Agency. 8. Sterile Areas/zones Lighting Specifications: A. Type: Use Sealed, Recessed, Or Surface-mounted Led Fixtures That Are Flush With The Ceiling Surface To Prevent Dust Accumulation. B. Lux Level: Aim For 300-500 Lux For General Sterile Areas; 1000 Lux Or More May Be Needed In Surgical Suites Or Examination Zones Or As Specified On Manual Of Technical Guidelines For Hospital Planning And Design (level 3)  Wiring Devices: Wiring Devices Shall Be Non-automatic Control Devices, The Contact Is Guaranteed By The Pressure Of The Special Spiral Springs. 1. Switches Shall Be Of 15a, 250v Or 300v Except As Otherwise Noted And Approved. Terminals Shall Be Screw-type Or Quick-connected Type. 2. General Use Receptacle Shall Be 15a, 240v Grounding Type Unless Otherwise Indicated On The Drawings. 3. Special Purpose Receptacles Shall Be As Called For On The Drawings. 4. Matching Plugs Shall Be Supplied.  Panelboards And Circuit Breakers: The Panelboard And Circuit Breakers Shall Be Equipped With Molded-case Circuit Breakers And Shall Be The Type As Indicated In The Panelboard Schedule And Details. 1. Provide Molded-case Circuit Breakers Of Frame, Trip Rating And Interrupting Capacity As Shown On The Drawings. The Circuit Breakers Shall Be Quick-make, Quick Break, Thermal-magnetic, Trip-indicating And Shall Have Common Trip On All Multiple Breakers With Internal Trip Mechanism. 2. All Current-carrying Parts Of The Panelboards Shall Be Plated. Provide Solid Neutral (s/n) Assembly When Required. The Assembly Shall Be Isolated From The Enclosure.  Electrical Conduits, Boxes And Fittings: All Conduits, Boxes And Fittings Shall Be Standard Rigid Steel, Zinc Coated Or Galvanized. 1. Rigid Steel Conduits (rsc) 2. Rigid Metal Conduits (rmc) 3. Intermediate Metal Conduits (imc) 4. Electrical Metallic Tubing (emt) 5. Unplasticized Polyvinyl Chloride (upvc) If Required Shall Be Schedule 40.  Conductors: Wires And Cables Shall Be Of The Approved Type And Unless Specified Or Indicated Otherwise, All Power And Lighting Conductors Shall Be Insulated For 600 Volts. 1. The Conductors Used In The Wiring System Shall Be Of Soft-annealed Copper Having A Conductivity Of Not Less Than 98% Of That Of Pure Copper And Insulated For 60° C Temperatures. 2. All Conduits Of Convenience Outlets And Wire-ways For Lighting Branch Circuit Home-runs Shall Be Wired With A Minimum Of 3.5 Mm Square In Size.  Master Antenna Television (matv) And Cable Television (catv) System: 1. Two Sources Of Tv Signals Shall Be Provided To The Building. One (1) Shall Be From A Master Antenna Installed At The Roof Or Within A Suitable Area Of The Building And The Other Will Be From A Commercial Cable Television Service. 2. The Master Antenna System Shall Consist Of Fm, Vhf And Uhf Antennas, Combiner, Distribution Amplifier, Coaxial Cables, Splitters, Tap-offs And Tv Outlets. 3. There Shall Be Individual Trunking For Master Antenna And Cable Television Rising In The Building.  Structured Cabling & Telephone System: 1. A Minimum Provision For Estimated 500 Mixed Pabx Extension And Direct Telephone Lines Shall Be Required For Tertiary Hospitals. 2. Final Details Of The System Shall Follow Specific Requirements, Quantity And Type Of Service.  Fire Detection And Alarm System: 1. The Fire Detection And Alarm System Shall Be Of Multiplex, Microprocessor- Controlled Addressable Or Zonal Conventional Fire Detection, Alarm And Communication System. 2. The System Shall Consist Of Full Integration Automatic Fire Detection, Voice Alarm Communication And Fire Fighters Telephone System. 3. The System Shall Consist Of Control Station, Mimic Panel Initiating And Indicating Devices, Control Modules And System Of Wirings. 4. Actuation Of The Protective Signaling System Shall Occur By Manual Pull Station, Automatic Smoke Or Heat Detector, Sprinkler Flow Switch And Tamper Switch. 5. The System Shall Be Able To Monitors The Status Of Flow Switches And Supervisory Switches Installed At The Sprinkler System Risers. These Monitoring Points Are Also Addressable Or The Conventional Zonal In The Same Way As The Detectors Are Making Them Easily Recognizable At The Control Panel. 6. Occupant Notification Shall Be Accomplished Automatically. Notification Will Be General, Audible Alarm Type Complying With Appropriate Section Of Nfpa. 7. The System Shall Be Installed With Provisions For Future Connection To The Nearest Fire Services Station In The Locality.  Security System: 1. The Security System Shall Include Intrusion Detection And Alarm, Cctv, Access Control Or As Maybe Required.  Ventilation And Air Conditioning System The Ventilation And Air Conditioning System Shall Be Composed Of Complete Plans And Drawings Of The Following: 1. General Notes, Legends And Symbols Including Schematic Diagram Of The Ventilation And Air Conditioning System. 2. Floor Layout Of The Ventilation And Air Conditioning System Indicating The Capacity And Location Of The Air Conditioners And Fans. 3. Duct Layout Indicating Duct Sizes, Route And Location Of The Dampers, Diffusers, Return Air Register, Hangers And Sway Braces. 4. Refrigerant Piping Layout Indicating Pipe Sizes, Location Of Valves, Hangers And Sway Braces. 5. Equipment Schedule And Details Drawings Of Air Conditioners And Ventilating System. A) Air Conditioning System Shall Be Provided In All Patient’s Private Rooms, Radiologic And Imaging Area, Operating Rooms, Delivery Rooms, Laboratories, Critical Care Areas, Offices And Other Areas Where Conditioned Air Is Necessary. B) Cooling Load Calculations Report Shall Be Manual Or Computer Generated, Hourly Analysis Program Which Includes Heat Transmission Coefficients, Solar Heat Gain Factors And Corrected Cooling Load Temperature Difference Calculations. C) Split Type Air Conditioners Will Be Used At Areas With Larger Capacities. D) Window Type Air Conditioners Shall Be Used In Areas With Exterior Wall Exposure. E) Centralized Air Conditioning Will Be Used Only If Feasible. F) Design Of All Critical Areas Shall Be Laminar Or Positive Pressure, Wherein The Supply Air Is 10% More Than Exhaust Air. G) All Infectious Isolation Rooms, Such As Tb And Sars, Shall Be Negative Pressure, Wherein The Exhaust Air Is More Than 10% Of The Supply Air. H) Maintain An Air Change Rate Greater Than Or Equal To 12 Air Changes Per Hour Or 145 Liters Per Second Per Patient. I) Ceiling Cassette Type Exhaust Fans With Integral Air Diffuser Shall Be Provided In All Toilets. J) Ceiling Fans, Orbit Type With 360° Oscillation Shall Be Provided In All Non-air-conditioned Rooms, Such As Patient Wards, Work Areas, Etc.  Air Conditioning And Refrigeration System 1. Refrigerant Pipes Shall Be Copper Tubing, Type L Or K Black Steel Pipe, Schedule 40 For Size Of 100mm Diameter And Smaller. Pipe Over 100mm Shall Be Black Steel Pipe Schedule 40. 2. Black Steel Pipes Shall Be Standard Seamless, Lap-welded, Or Electric Resistant Welded For Size Of 50mm Diameter And Larger, Screw Type For Size 38mm Diameter And Smaller, Fittings For Copper Tubing Shall Be Cast Bronze Fitting Designed Expressly For Brazing. 3. Pipe Insulation Shall Be Performed Fiberglass Or Its Equivalent. The Insulating Materials Shall Be Covered With 100mm X. 13mm Thick Polyethylene Film, Which Shall Be Overlapped Not Less Than 50mm. 4. Ducts Shall Be Galvanized Sheet Steel Of Standard Gauges. 5. Ductwork Insulation Materials Shall Be Rigid Board Made Of Styropor Or Equivalent 25mm Thick For Ground And Top Floor, 13mm Thick For Intermediate Floor. -end Of Electrical Works Design Parameters- Xix. Design Parameters (green And Safe Health Facilities)  Codes And Standards Green And Safe Health Facilities Shall Be In Accordance With The Following Laws, Codes And Standards.  Global Initiatives & Developments: 1. World Health Assembly Resolution On Universal Health Care (2019) 2. World Health Resolution On Climate Change And Health (2008) 3. Un Resolution On Sustainable Development Goals (2015) 4. Global Action On Patients’ Safety  Laws And Codes: 1. Sanitation Code Of The Philippines Irr Of Chapter Xvii 2. The Local Government Code Of 1991 3. Clean Water Act Of 2004 4. National Building Code Of The Philippines (pd 1096) 5. General Appropriation Act Fiscal Year 2021 (ra 11518) 6. Occupational Safety And Health (ra 11058) 7. Safe Hospital Initiative (2011) 8. Universal Health Care Act (ra 11285) 9. Implementing Rules And Regulations Of Accessibility Law (ra 344) 10. Ecological Solid Waste Management Act Of 2000 (ra 9003) 11. Climate Change Act Of 2009 (ra 9729) 12. Other Related Standards A. Guidelines The Green And Safe Hf Initiative Represents A Climate Smart Paradigm Shift, Away From Traditional Disaster Response To One That Proactively Seeks To Minimize The Health Impact Of Disasters And Emergencies Through Climate Adaptation And Mitigation Measures (including Climate-proofing And Reduction Of The Environmental Footprint), And Preparedness. Consequently, It Is Essential That This Green Manual Is Incorporated Into The Hospital And Hf Development Agenda That Are Backed With Earmarked Resources In The National Budget, And That Has Governance And Support From The Highest Levels Of Government.  The Department Of Health Shall, As Much As Possible, Promote The Greening Of Hospitals And Health Facilities, Including The Improvement Of Energy And Water Efficiency And Conservation, Sustainable Cooling Systems, And Sustainable Healthcare Waste Management In Hospitals.  In Line With Its Continuing Efforts In Green And Safe Hfs, The Doh Shall Encourage National And Local Government Hospitals And Other Hfs To Seek Green Certifications From Green Building Rating System/s For Their New Construction Or Expansion, Repair And Renovation Projects. B. Criteria And Compliance System For Outstanding Green And Safe (climate Smart) Health Facilities.  Criterion Compliance 1. Governance – Leadership And Management, Trainings, Proper Implementation, Commitment 2. Energy Efficiency – Reduction Of Energy Consumption, Use Of Renewable And Clean Energies 3. Water Efficiency, Sanitation And Hygiene – Adequate Water, Water Reuse/recycling, Water Conservation, Rainwater Harvesting. Safe Drinking Water, Proper Use And Maintenance Of Sanitary Toilet Facilities 4. Health Care Waste Management Waste – Segregation, Collection, Storage, Transport, Treatment, Proper Waste Disposal, Recycling 5. Environmentally Resilient Health Facility – Structural Member, Non-structural Member, Emergency And Disaster Preparedness Plan 6. Site Sustainability – Healing Gardens Within, Fresh Air, Herbal Plants, Accessibility, Existence Of Alternative Routes 7. Material Sustainability – Use Of Sustainable Materials, Procurement Of Sustainable And Recyclable Products, Less Use Of Hazardous And Toxic Substances 8. Indoor Environmental Quality – Lighting, Ventilation, Interior Design, Air Quality Management C. Energy Efficiency  Orientate Building & Façade Design To Mitigate Heat Gain. The East And West Facades Receive The Greatest Solar Radiation, And Should Be Designed To Avoid Direct Sun.  Use Of Glass/glazing With A Lower U-value And Shading Coefficient Reduce Solar Heat Gain.  Allow Provision For Easy Access For Maintenance And Cleaning Especially For Curtain Wall System.  Consider Lifespan, Durability And Life Cycle-costing When Selecting Façade Materials.  Install And Use Energy-efficient Lighting Fixtures I.e. Led, Cfl, Slim Type Fluorescent, Etc.  Skylights (if Applicable) And Windows To Maximize Natural Lighting And Ventilation On Selected Areas. Utilizing Daylight As Possible.  Use Of Appliance With Inverter Technology With Variable Frequency Drive Technology.  Window And Door Assemblies Shall Have Complete Gaskets, Weather Stripping, Door Bottom Sweeps And Seals.  All Operable Windows Shall Be Provided With Safety Features For Protection Against Strong Winds, Water Penetration And Protection For Building Occupants Including Child Safety And Security.  Specific Air Exchange Rates Are Usually Attained Through Artificial Ventilation. Adequate Ventilation Throughout The Facility Contributes To Maintaining A Hygienic Environment. Presence Of Functional Windows And Doors, That Allow At Least 6-8 Air Changes Per Hour For Natural Ventilation. For Airborne Infection Isolation Room/s And Er/triage Areas, Greater Or More Than 12 Air Changes Per Hour Is Recommended, While Up To 15 Air Changes Per Hour May Be Recommended For Operating Procedure, Or Delivery Rooms.  Light-colored Building Envelopes Is Also Recommended To Reduce Heat Transfer From The Outside To Inside Of The Building By Having Surfaces With High Solar Reflectance Index (sri). D. Water Efficiency, Sanitation And Hygiene  Optimize Water Conservation Through Installation Of Rainwater Harvesting Cistern Tank  Use Of Waterless Urinals And Dual Flush Water Closets.  Use Of Low-flow & Water Efficient Faucet And Hand-held Bidets.  Use Of Water-saving Shower Heads  For Hospitals, There Must Be At Least One Water Closet For Every Eight Patients In Compliance With Ra 4226 – Hospital Licensure Act.  A Separate Toilet For Male And Female Is Preferred, And Shall Be Pwd Accessible. And, A Separate Toilet For The Staff, With A Provision Of One Toilet For Every Fifteen Personnel Shall Be Applied.  Waterless Urinals Must Be Provided For Male Toilets.  There Should Be Sufficient And Functional Hand-washing Facilities. E. Environmentally Resilient Health Facility  Ground Floor Must Be Above Ground Line And Anticipated Flood Level. F. Material Sustainability  Building Materials, If Applicable, Must Be Locally Sourced To Minimize Carbon Footprint.  Rapidly Renewable And Sustainable Materials Are Also Recommended. Refer To Sec. 16.3.4 Of Doh Green And Safe Health Facilities Manual For List Of Sustainable Construction Materials That Can Be Used.  Use Of Materials (specifically Wet-applied Materials) That Are Low In Vocs (volatile Organic Compounds) G. Site Sustainability  Adopt The Development Controls Indicated In The National Building Code Of The Philippines To Establish The Extent Of The Health Facility Site Can Develop.  Biophilic Design Is Recommended To Help Reduce Stress, Improve Cognitive Function And Creativity, Improve Patients’ Well-being And Expedite Healing.  Porous Pavement Is Recommended At The Site Development To Alleviate Flooding. Landscape Swales Is Also One Solution. H. Indoor Environmental Quality  Harvest Natural Daylight If Applicable.  Acoustic Quality, Especially In Areas/rooms That Needs To Be Soundproofed, Shall Be Maintained.  Use Of Acoustic Privacy Partitions Is Required.  Separate Entrances For Ambulances And Walk-in Patients.  In Procedure Rooms With Windowless Areas, Backlit Photomurals Or Artificially Illuminated Glass Artwork Can Alleviate Feeling Of Claustrophobia.  In Wards And Recovery Rooms, Provide Windows And Natural Illumination As Much As Possible.  Provide Acoustic Privacy In Patient Rooms, Offices, And Examination Rooms With Partitions Of Sound Transmission Class (stc) Of 45.  Noise Level In The Operational Rooms Must Follow The Minimum Noise Standards In Accordance To The Doh Manual Of The Technical Guidelines For Hospital Planning And Design (level 3) Drawing Requirements: See Doh Standard Checklist Based On Revised Irr Of The National Building Code Of The Philippines (pd 1096). Checklist Of Drawing Requirements In The Preparation/evaluation/approval Of Detailed Architectural And Engineering Plans And Other Documents For Infrastructure Project Implementation. -end Of Green And Safe Health Facilities Design Parameters- Xx. Build Aspect Furnish Labour, Materials, Equipment, Paint, Tools And Other Facilities To Complete The Entire Building Including Architectural, Structural/ Civil, Electrical, Mechanical, Sanitary, Communication, Fire Protection, And Other Related Works To Complete The Scope As Specified And/or As Shown On Drawings And Plans 1. General Requirement  Contractor’s Temporary Facility And Lay Down Yard.  Communication And Transmittal, Reproduction, Tarpaulin/billboard And Photos  Material Testing (rsb, Chb, Concrete, Steel)  Safety Requirements (warning Signs, Hardhat, Etc.)  As Built Plan  Demolition, Clearing Work, Permits And Licenses 2. Other Items Of Work  Demolition Of Existing Structures In Affected Areas Or Where The Proposed Project Shall Be Situated, Clearing And Disposal Of All Debris Generated During Construction.  All Serviceable Materials Shall Be Turn Over To Doh-dedvmh Through Its Representative  Soil Excavation And Soil Treatment  Restoration Of Any Damaged Properties During The Construction  Permit Fees, And Other Necessary Documents For The Project Shall Be Shouldered By The Contractor  Temporary Facilities Shall Be Provided During The Construction Period, To Be Constructed Within The Hospital Compound, Which Shall Serve As The Field Office, Storage Of Materials And Bunkhouse For The Workers.  No Implementation Of The Project Without An Approved Plan And Other Related Documents.  Strict Implementation Of (dole Guidelines And Other Standards Applicable) Health And Safety Rules.  Shall Abide By The Medical Center Hospital House Rules  Conduct Weekly Progress And Coordinative Report To The Agency Or Its Representative  Other Items Of Work Not Mentioned Herewith But It Is Very Necessary For Execution And Completion Or Works Shall Be Included And Charge To The Contractor 3. Pre-installation Requirements  All Tests To Be Conducted Shall Be Witnessed By The Hospital Representatives.  Soil Investigation  Concrete Strength Testing  Reinforcing Bar Strength Testing  Concrete Masonry Unit (cmu) Testing  All Plumbing And Sanitary System  Automatic Fire Sprinkler System  Ventilation And Air Conditioning System  All Electrical System  And Other Tests That Necessary To Perform To Ensure The Quality Of The Project  All Certifications And Reports Under Post-installation Requirement Shall Be Submitted To The Hospital Representatives.  The Contractor Shall Submit A Sample Of Materials For Approval Of The Medical Center Chief Prior To Installation.  No Implementation Or Execution Of Work In Any Discipline Without The Approval Of Medical Center Chief Or Through Its Representative  Any Request For Inspection, Approval, Concrete Pouring, Testing And Commissioning Must Be Address To Medical Center Chief Or Must Adhere To The Reporting Protocol As Mentioned Above. -end Of Build Aspect- Checklist Of Drawing Requirements In The Preparation/evaluation/approval Of Detailed Architectural And Engineering Plans And Other Documents For Infrastructure Project Implementation Reference: Revised Implementing Rules And Regulations Of The National Building Code Of The Philippines (pd 1096) Project : Location : Sheet Number Sheet Contents Remarks* Architectural Drawings (as Applicable) A – 1 (a…n) Perspective, Site Development Plan, Vicinity Map/location Plan (2.00 Kms. Radius) Table Of Contents A – 2 (a…n) Floor Plans (scale 1:100m Minimum) Including Furniture Layout When Necessary A – 3 (a…n) Four (4) Elevations (scale 1:100m Minimum) A – 4 (a…n) Two (2) Sections (scale 1:100m Minimum) Including Spot Details When Necessary A – 5 (a…n) Roof Plan/s Showing Downspouts (scale 1:100m Minimum), Including Detail Of Gutter, Downspout, Etc. A – 6 (a…n) Reflected Ceiling Plan/s (scale 1:100m Minimum), Including Details A – 7 (a…n) Details Of Stairs, Fire Escapes/exits, Accessible Ramps, Etc. (scale 1:50m), Including Details Of Railings, Treads, Risers, Etc., In The Form Of Plans, Elevation/section A – 8 (a…n) Details Of Toilets (1:50 M) Including Accessible Toilets In The Form Of Plans, Elevation/section A – 9 (a…n) Details Of Specialized Design Features (scale 1:50 M) Such As Partitions, Cabinets, Etc. And Accessible Design Features A – 10 (a…n) Detail Of Typical Bay Section From Ground To Roof (scale 1:50 M) A – 11 (a…n) Details Of Special Elevations/section Rooms (1:50m) In Form Of Plans, A – 12 (a…n) Schedule Of Doors, Gates, Emergency Exits, Etc. (scale 1:50 M), Including Specifications For Materials And Hardware A – 13 (a…n) Schedule Of Windows (scale 1:50 M), Including Specifications For Materials And Hardware A – 14 (a…n) Schedule Of Finishes For Interior And Exterior Floors, Walls, Ceilings Architectural Technical Specifications Architectural Scope Of Works Architectural Bill Of Quantities * To Be Marked As Either Complying Or Non-complying/complete Or Incomplete By The Evaluator Or To Be Filled With Supporting Comments (use Additional Sheets If Necessary) Evaluated By: ____________________________________________________________ Page 1 Of 6 Checklist Of Drawing Requirements In The Preparation/evaluation/approval Of Detailed Architectural And Engineering Plans And Other Documents For Infrastructure Project Implementation Reference: Revised Implementing Rules And Regulations Of The National Building Code Of The Philippines (pd 1096) Project : Location : Sheet Number Sheet Contents Remarks* Architectural Interior Design Drawings (as Applicable) Aid – 1 (a…n) Floor Plans Showing Layout Of Floor Finishes (scale 1:100m Minimum) Aid – 2 (a…n) Floor Plans Showing Layout Of Furniture/finishing Partitions, Cabinets, Etc. (scale 1:100m Minimum) Aid – 3 (a…n) Interior Elevations And Sections Showing Wall Patterns, Ceiling Sections, Etc. (scale 1:100m Minimum) Aid – 4 (a…n) Details Of Partitions, Cabinets, Furniture, Ceiling And Other Interior Design Features (scale 1:100m Minimum) Aid – 5 (a…n) Architectural Interior Perspective/s Architectural Interior Design Technical Specifications Architectural Interior Design Scope Of Works Architectural Interior Design Bill Of Quantities * To Be Marked As Either Complying Or Non-complying/complete Or Incomplete By The Evaluator Or To Be Filled With Supporting Comments (use Additional Sheets If Necessary) Evaluated By: ____________________________________________________________ Page 2 Of 6 Checklist Of Drawing Requirements In The Preparation/evaluation/approval Of Detailed Architectural And Engineering Plans And Other Documents For Infrastructure Project Implementation Reference: Revised Implementing Rules And Regulations Of The National Building Code Of The Philippines (pd 1096) Project : Location : Sheet Number Sheet Contents Remarks* Structural Drawings (as Applicable) S – 1 (a…n) General Notes And Construction Standards S – 2 (a…n) Site Development Plan S – 3 (a…n) Foundation Plan/s (scale 1:100m Minimum) S – 4 (a…n) Floor Framing Plan/s (scale 1:100m Minimum) S – 5 (a…n) Roof Framing Plan (scale 1:100m Minimum) S – 6 (a…n) Schedule And Detail Of Footings And Columns S – 7 (a…n) Schedule And Detail Of Beams And Floor Slabs S – 8 (a…n) Detail Of Trusses S – 9 (a…n) Details Of Stairs, Ramps, Fire Exits S – 10 (a…n) Other Spot Details Structural Analysis And Design (for 2 Storey Building And Higher) Boring And Land Test Results (for 3 Storey Building And Higher) Seismic Analysis Structural Technical Specifications Structural Scope Of Works Structural Bill Of Quantities * To Be Marked As Either Complying Or Non-complying/complete Or Incomplete By The Evaluator Or To Be Filled With Supporting Comments (use Additional Sheets If Necessary) Evaluated By: ____________________________________________________________ Page 3 Of 6 Checklist Of Drawing Requirements In The Preparation/evaluation/approval Of Detailed Architectural And Engineering Plans And Other Documents For Infrastructure Project Implementation Reference: Revised Implementing Rules And Regulations Of The National Building Code Of The Philippines (pd 1096) Project : Location : Sheet Number Sheet Contents Remarks* Electrical Drawings (as Applicable) E – 1 (a…n) General Notes And Legends E – 2 (a…n) Location And Site Plan E – 3 (a…n) Lighting Layout (scale 1:100m Minimum) Including Details E – 4 (a…n) Power Layout (scale 1:100m Minimum) Including Details E – 5 (a…n) Auxiliary System Layout (scale 1:100m Minimum) Including E – 6 (a…n) Schedule And Detail Of Loads E – 7 (a…n) Riser Diagram E – 8 (a…n) Other Detail Electrical Computation Design Analysis Electrical Technical Specifications Electrical Scope Of Works Electrical Bill Of Quantities * To Be Marked As Either Complying Or Non-complying/complete Or Incomplete By The Evaluator Or To Be Filled With Supporting Comments (use Additional Sheets If Necessary) Evaluated By: ____________________________________________________________ Page 4 Of 6 Electronics/auxiliary System Ready For Integrated Communications 1. Telephone System 2. Paging System 3. Lan System 4. Fire Alarm System 5. Security System Cctv 6. Integrated Communications And Systems Checklist Of Drawing Requirements In The Preparation/evaluation/approval Of Detailed Architectural And Engineering Plans And Other Documents For Infrastructure Project Implementation Reference: Revised Implementing Rules And Regulations Of The National Building Code Of The Philippines (pd 1096) Project : Location : Sheet Number Sheet Contents Remarks* Plumbing/sanitary Drawings (as Applicable) P – 1 (a…n) General Notes And Legends P – 2 (a…n) Location And Site Plan P – 3 (a…n) Storm Drainage Layout (scale 1:100m Minimum) Including Actual Length Of Tapping Line To Main Drainage Line P – 4 (a…n) Waterline Layout (scale 1:100m Minimum) Including Actual Length Of Tapping Line From Main Water Source When Applicable P – 5 (a…n) Sewerline Layout (scale 1:100m Minimum) Including Actual Length Of Tapping Line To Septic Tank Or Existing Sewerline P – 6 (a…n) Isometric Layout, Showing Waterline, Sewerline And Drainage Line P – 7 (a…n) Detail Of Connections, Catch Basins, Downspouts, Etc. P – 8 (a…n) Detail Of Septic Tank/sewer Treatment Plant Design Analysis Sanitary Technical Specifications Sanitary Scope Of Works Sanitary Bill Of Quantities * To Be Marked As Either Complying Or Non-complying/complete Or Incomplete By The Evaluator Or To Be Filled With Supporting Comments (use Additional Sheets If Necessary) Evaluated By: ____________________________________________________________ Page 5 Of 6 Checklist Of Drawing Requirements In The Preparation/evaluation/approval Of Detailed Architectural And Engineering Plans And Other Documents For Infrastructure Project Implementation Reference: Revised Implementing Rules And Regulations Of The National Building Code Of The Philippines (pd 1096) Project : Location : Sheet Number Sheet Contents Remarks* Mechanical Drawings (as Applicable) M – 1 (a…n) General Notes And Legends, Site Development Plan, Location Plans M – 2 (a…n) Floor Plans/isometric Drawings (scale 1:100m Minimum) Showing Ventilation And Air Conditioning Systems And Other Installations M – 3 (a…n) Floor Plans/isometric Drawings (scale 1:100m Minimum) Of Gas Pipeline System And Details M – 4 (a…n) Floor Plans/isometric Drawings (scale 1:100m Minimum) Of Air-conditioning Systems And Details M – 5 (a…n) Floor Plans/isometric Drawings (scale 1:100m Minimum) Of Fire Suppression Systems, Fire Sprinkler System, Wet Stand Pipe, Dry Standpipe And Other Installation M – 6 (a…n) Details Water Tank, Flow Diagram (scale 1:50m) M – 7 (a…n) Details Of Firewater Supply Sytem (scale 1:50m) M – 8 (a…n) Detail Of Elevators, Escalators, Dumbwaiters, Etc. (scale 1:50m) M – 9 (a…n) Detail Of Other Machinery/equipment (scale 1:50) M – 10 (a…n) Longitudinal And Transverse Section Of Building (scale 1:100m) Showing Manner Of Support Of Machines/equipment Mechanical Technical Specifications Mechanical Scope Of Works Mechanical Bill Of Quantities * To Be Marked As Either Complying Or Non-complying/complete Or Incomplete By The Evaluator Or To Be Filled With Supporting Comments (use Additional Sheets If Necessary) Evaluated By: ____________________________________________________________ Page 6 Of 6 General Guidelines • All Construction Works Shall Be Undertaken By Contractor In Accordance With Existing Laws And All Other Applicable Rules And Regulations. • The Contractor Shall Be Responsible In Setting Out Reference Lines, Elevations (lines And Grades) Prior And During The Execution Of The Works. All References Shall Be Maintained And Protected By The Contractor At His Own Expense. Disturbed References Shall Be Restored To Its Original Position Without Extra Cost To Devmh. • The Contractor Shall Carry Out The Works Properly And In Accordance With This Contract. The Contractor Shall Provide All Supervision, Labor, Materials, Plant And Equipment, Which May Be Required. • The Contractor Shall Commence Execution Of The Works On The Start Date And Shall Carry Out The Works In Accordance With The Approved Pert/cpm Network Diagram Submitted By The Contractor, As Updated With The Approval Of The Procuring Entity’s Representative, And Shall Complete The Works By The Intended Completion Date. • The Contractor Shall Be Responsible For The Safety Of All Activities On The Site. • During On-going Construction And Before The Turn-over Of The Project, Engineering & Facilities Management Staff, End-users, Twg And Bac Shall Inspect The Works Undertaken By Contractor. Hospital Engineers And End-users Discover Any Deviations By Contractor From The Approved Construction Plans, Contractor Shall Be Required To Rectify All Such Deviations, Within Such Period Required By Client. • Contractor Shall Have Full Responsibility For Any And All Damages To Existing Hospital Facilities, Utilities, And/or Any Portion Of The Hospital’s Common Area, Due To The Works Undertaken By Contractor, Whether Accidental Or Intentional. • No Variation Order Shall Be Undertaken Unless Verified By Hospital Engineer And Approved By Executive Committee. • Contractor Shall Not Cover Or Block Stub-outs (cleanouts, Water Source, Exhaust, Sewer, Drainage, Etc.) When Not Utilized. Said Stub-outs Shall At All Times Be Free Of Obstructions And Easily Accessible. • Contractor Shall Secure A Utility Tapping Permit Prior To Tapping From Utility Provision. • Electricity And Water Consumed During Construction Shall Be Charged To Contractor. • End-users Reserves The Right To Inspect The Works At Any Time. • Contractor Shall Insure And Hold Client, Its Affiliates, Officers, Directors, Stockholders, Employees, Agents, And/or Representatives, Free And Harmless From And Against Any Injury, Losses, Claims, Damages, Liabilities, Expenses, And/or Costs Of Litigation, Resulting From Or Arising Out Of The Works Undertaken By Contractor. • In Event Of Force Majeure, The Contractor Shall Rectify, Replace Or Build The Unfinished Projects When It Is Not Yet Completed And Accepted W/o Additional Cost For The Procuring Entity. • Contractor Shall Comply With The Construction House Rules Of This Hospital.
Closing Date11 Mar 2025
Tender AmountPHP 15 Million (USD 261.5 K)
5541-5550 of 5553 archived Tenders