Waterproofing Tenders
Waterproofing Tenders
Benguet State University - BSU Tender
Electronics Equipment...+2Electrical Goods and Equipments, Electrical and Electronics
Philippines
Details: Description Item No. Qty Unit Item "technical Specifications (brand And Model)" Abc Comply Counter Offer 1 (one) Lot Supply And Delivery Of Office Supplies & Paper Materials 819,648.51 1 35 Pc Arch File Folder, Size: Legal, Vertical, Side Clip, Color: Black 8,750.00 2 20 Pc Arch File Folder 3", Size: A4 (2 Ring Binder, Side Clip), Color: Black 2,400.00 3 20 Pc Arch File Folder 3", Size: Legal (2 Ring Binder, Side Clip), Color: Black 2,400.00 4 24 Box Ballpen, 0.3mm Ballpoint, Fine (black), 12pcs/box 4,320.00 5 373 Box Ballpen, 0.5mm Ballpoint, Fine (black), 12pcs/box 55,950.00 6 167 Box Ballpen, 0.5mm Ballpoint, Fine (blue), 12pcs/box 25,050.00 7 88 Box Ballpen, 0.5mm Ballpoint, Fine (red), 12pcs/box 13,200.00 8 10 Box Ballpen, 0.7mm Ballpoint, Fine (black), 12pcs/box 1,980.00 9 2 Pair Battery, Rechargeable, Aa 410.00 10 2 Pair Battery, Rechargeable, Aaa 390.00 11 1 Pc Battery Charger, 4 Slot, Compatible With Aa & Aaa 800.00 12 51 Pack Battery, Dry Cell, Aa, 1.5 Volts, Alkaline, 2pcs/pack 2,805.00 13 50 Pack Battery, Dry Cell, Aaa, 1.5 Volts, Alkaline, 2pcs/pack 3,000.00 14 130 Pc Certificate Holder Size Short, Color Green, With 2 Hangers For Portrait And Landscape Orientations 6,500.00 15 1084 Pc Certificate Holder Size A4, Color Green, With 2 Hangers For Portrait And Landscape Orientations 54,200.00 16 113 Pc Certificate Holder Size Long, Color Green, With 2 Hangers For Portrait And Landscape Orientations 6,780.00 17 8 Box Clip, Backfold, 15mm, 12pcs/box 96.00 18 15 Box Clip, Backfold, 41mm, 12pcs/box 525.00 19 22 Pc Correction Tape, Disposable, Length: 8m Min. 605.00 20 2 Pc Cork Board 18 X 24 Inches 1,200.00 21 1 Pc Cork Board With Frame, 36 X 48" 2,750.00 22 1 Pc Cork Board 1200 X 900mm 500.00 23 4 Pc Cutter/utility Knife, For General Purpose, With Anti-slip Grip Plastic Molded Body, Built-in Blade Snapper, Steel Blade Track & Safety Screw Locking; Blade Measurement: 100mm, Width:16mm, Thickness:0.40mm At Least 176.00 24 65 Pc Correction Tape, Disposable, Length: 8m Min. 1,787.50 25 25 Pc Data Folder, Made Of Chipboard, Taglia Lock, Portrait 6,250.00 26 3 Pc Desk Organizer, 3 Layer, Metal 3,285.00 27 16 Unit Desk Organizer, 7 In 1, School Supplies Storage Holder, Color Black, Metal Mesh 5,600.00 28 36 Pc Document Tray File Organizer 4-tier, Color Black ; Material: Metal ; Overall Size: 30cm X 35cm X 30cm 14,400.00 29 85 Roll Double Sided Tape, With Foam, 1" , Min. 5meters/roll 7,650.00 30 240 Roll Double Sided Tape, Without Foam, 1" , Min. 10meters/roll 7,200.00 31 57 Roll Duct Tape, 2" , 11 Yards/roll, Color: Black 4,702.50 32 10 Roll Duct Tape, 2" , 11 Yards/roll, Color: Green 1,000.00 33 4 Roll Duct Tape 2", 11yards/roll, Color Yellow 360.00 34 2 Roll Duct Tape, Waterproof, 3" , Color Gray, 25meters/roll Min 700.00 35 10 Roll Duct Tape, 48mm X 11 Yards, Color Black 1,100.00 36 10 Roll Duct Tape, 48mm X 11 Yards, Color Pink/white/maroon 1,100.00 37 28 Box Fastener, Plastic, 70mm, Between Prongs 50pcs/box 1,386.00 38 6 Box Fastener, Plastic, Extra Long, 8.5 Inches, 50sets/box 1,500.00 39 20 Pc File Case, Size Legal, Clear/tranparent (portable Project Case File) 4,000.00 40 6 Box Folder, Pressboard With Insertable Metal Tab, Size: 240mm X 370mm (-5mm), 100pcs/box 9,000.00 41 1 Pc Gun Tucker, Quick Jam Release, Adjustable Driving Force, Made Of All Steel Construction 350.00 42 2 Pc Highlighter, Color: Yellow 50.00 43 2 Pc Highlighter, Color: Pink 50.00 44 2 Pc Highlighter, Color: Orange 50.00 45 1 Pc Highlighter, Color Blue 44.00 46 20 Pc Ink Refill, Whiteboard Marker, Color Black, 30ml 3,080.00 47 1 Bottle Ink, For Stamp Pad, Color: Purple 28.79 48 5 Pack Laminating Film, Size A4, 125 Microns Thickness, 100sheets/pack 2,800.00 49 2 Roll Laminating Film, Size: 9", 127 Microns (5mil) 50meters/roll 5,000.00 50 1 Pack Laminating Film, Size Long, 125 Micron Thickness, 100sheets/pack 650.00 51 1 Pack Laminating Film, Size: Long, 250 Microns Thickness, 100pcs/pack 1,650.00 52 20 Pc Lever Arch File, Made Of Chipboard, Taglia Lock, Size Legal, Vertical, Color: Blue 4,900.00 53 5 Pc Lever Arch File Binder Top Mechanism (2-d Ring=7cm) ,(height-14" X Length-11" X Width-3") 1,475.00 54 1 Unit Laminating Machine, Thermal, 250 Microns Maximum Laminating Film Thickness, Up To A3 Size, 4 Heat Resisting Silicone Rollers, Steel Case, Hot And Cold Laminating, Atleast 13" Laminating Length 4,180.00 55 1 Set Looseleaf Cover / Looseleaf Folder, Size Long 2,900.00 56 25 Pc Magazine File Box, Size Large, Color Green 3,875.00 57 1 Pack Marker, Permanent, Black, Broad, 12pcs/pack 700.00 58 1 Box Marker, Permanent Twin Marker, 1.0mm & 0.4mm Tip, Color Black, 12pcs/box 341.00 59 3 Pc Marker, Permanent, Chisel Tip, Black 270.00 60 3 Pc Marker, Permanent, Chisel Tip, Blue 270.00 61 3 Pc Marker, Permanent, Chisel Tip, Red 270.00 62 6 Pc Mouse Pad With Gel Wrist Support 1,200.00 63 16 Pc Mouse Pad, Desk Type With Foam Wrist Rest 4,800.00 64 11 Unit Multi-layer Storage For Papers And Documents ; 5 Drawers ; With Hole Each Drawer For Wasy Grip And Crrying; Size: 14 1/4" X 10 7/8 X 10 7/8" (l X H X W) 9,680.00 65 1 Unit Paper Cutter (sliding; Heavy Duty; Size: A3 ; Metal Base) 3,000.00 66 1 Unit Pencil Sharpener, Double Thickness Steel Body, Auto Feed & Auto Stop Feature, Detachable Blade, Desk Clamp Mount 650.00 67 1 Box Pressboard Expanded Folder, Size: 240mm X 370mm (-5mm), 100 Pcs/box 1,250.00 68 2 Unit Puncher, 2-hole, Self-centering Double Gauge, Metal Chip Tray 2,600.00 69 126 Box/case Push Pin, Flat Head Type, 50's 3,780.00 70 4 Pack Pvc Binding Cover, Size A4, Clear, 200micron, 100pcs/pack 1,600.00 71 2 Ream Pvc Binding Cover, 300 Microns, Size Long, Acetate 100sheets/ream 2,400.00 72 46 Pack Pvc Binding Cover, Clear, 200micron, Size Long, 100pcs/pack 18,400.00 73 49 Pc Record Book, 300 Pages, Size: 216mm X 279mm 4,655.00 74 10 Pc Record Book, 500 Pages, Size: 214mm X 278mm Min 1,245.60 75 5 Roll Ribbon, Satin, 1 Inch, 50 Yards/roll, Color Black 3,000.00 76 5 Bundle Ring Binder, Plastic, 1/4" (6mm), 84 Rings, Color Black, 10pcs/bundle 625.00 77 1 Bundle Ring Binder, Plastic, 5/16" (8mm), 84 Rings, Color Black, 10pcs/bundle 310.00 78 5 Bundle Ring Binder, Plastic, 3/8" (10mm), 84 Rings, Color Black, 10pcs/bundle 725.00 79 7 Bundle Ring Binder, Plastic, 1/2" (12mm), 84 Rings, Color Black, 10pcs/bundle 1,365.00 80 1 Bundle Ring Binder, Plastic. 3/4" (20mm), 84 Rings, Color Black, 10pcs/bundle 300.00 81 7 Bundle Ring Binder, Plastic, 1" (25mm), 84 Rings, Color Black,10pcs/bundle 2,485.00 82 1 Bundle Ring Binder, Plastic. 1-1/4" (32mm), 84 Rings, Color Black, 10pcs/bundle 495.00 83 6 Bundle Ring Binder, Plastic, 1-1/2" (38mm), 84 Rings, Color Black,10pcs/bundle 3,300.00 84 6 Bundle Ring Binder, Plastic, 1-3/4" (45mm), 84 Rings, Color Black, 10pcs/bundle 3,720.00 85 6 Bundle Ring Binder, Plastic. 2" (51mm), 84 Rings, Color Black, 10pcs/bundle 4,290.00 86 1 Bundle Ring Binder, Plastic. 2-1/2 (64mm), 84 Rings, Color Black, 10pcs/bundle 900.00 87 1 Bundle Ring Binder, Plastic. 2-3/4 (70mm), 84 Rings, Color Black, 10pcs/bundle 1,100.00 88 1 Bundle Ring Binder, Plastic. 3" (76mm), 84 Rings, Color Black, 10pcs/bundle 1,300.00 89 10 Pc Ring Binder Plastic, 12.7mm X 1.12mm (1/2" X 44") 350.00 90 10 Pc Ring Binder Plastic, 19mm X 1.12mm (3/4" X 44") 400.00 91 6 Box Rubber Band No. 16, Small, 350g 300.00 92 23 Box Rubber Band, 50 Grams, Dimension: 6 X 7 X 7cm 575.00 93 14 Pair Scissor With Hard Grip, 6.5" 847.00 94 2 Pair Scissor Stainless Steel, 8", Heavy Duty 400.00 95 50 Pc Signing Pen, Pigment Ink, Water Based, Water Resistant, Acid Free, Color Black, 1.0mm 3,900.00 96 10 Pc Sign Pen, V10 Grip Hi-techpoint Rollerball Pen Liquid Ink, Broad Tip, Color: Black Ink 800.00 97 15 Box Sign Pen, Extra Fine Tip 0.3mm Gel Pen, Fine (blue), 12pcs/box 4,500.00 98 15 Box Sign Pen, Extra Fine Tip 0.5mm Gel Pen, Fine (blue), 12pcs/box 4,500.00 99 15 Box Sign Pen, Violet, Liquid/gel Ink, 0.5mm, Needle Tip, 12pcs/box 4,350.00 100 8 Pc Sign Pen, Fine Tip, Color Black, 0.5mm 357.76 101 8 Pc Sign Pen, Fine Tip, Color Blue, 0.5mm 357.76 102 20 Pc Sign Pen, Color Black, Liquid Gel, Ball-point 0.7mm; Retractable 1,258.40 103 10 Pc Sign Pen, Color Blue, Liquid Gel, Ball-point 0.7mm; Retractable 890.00 104 2 Pc Stainless Steel Ruler, 12" 180.00 105 2 Pc Stainless Steel Ruler, 24" 380.00 106 15 Pc Spiral Coil Compatible To 3:1 And 2:1 Pitch, Can Be Used Up To Long Size Documents; Size: 10mm - 60 Pages 270.00 107 15 Pc Spiral Coil Compatible To 3:1 And 2:1 Pitch, Can Be Used Up To Long Size Documents; Size: 14mm - 100 Pages 285.00 108 15 Pc Spiral Coil Compatible To 3:1 And 2:1 Pitch, Can Be Used Up To Long Size Documents; Size: 18mm - 140 Pages 315.00 109 1 Pc Stapler No. 35 With Remover 154.00 110 1 Box Stapler Wire, Heavy Duty (binder Type), 23/20 215.00 111 5 Box Stapler Wire, Heavy Duty (binder Type), Crown Width: 12mm, Leg Length: 15mm 350.00 112 2 Pc Stapler Remover, Plier Type 132.00 113 20 Pc Table Name Plate (tobleron), Acrylic, 2 Sided, W-3.5" , H-4" , L-11" 4,500.00 114 12 Pc Table Name Plate Holder, Acrylic, Triangular Clear, 12" X 4" X 4" Thnickness: 1.5mm 3,000.00 115 1 Roll Tape Binding (30mm), 25meters/roll Min. 50.00 116 3 Roll Tape Binding (50mm), 25meters/roll Min. 240.00 117 2 Roll Tape Binding (60mm), 25meters/roll Min. 200.00 118 23 Roll Tape, Transparent, Withd: 24mm, 50 Meters/roll 632.50 119 3 Roll Tape, Transparent, Width: 48mm, 50 Meters/roll 88.50 120 10 Pack Tissue, Interfolded Paper Towel, Width Of Sheet: 200mm , Length Of Sheet: 200mm, Basis Weight: 32-35gsm, Raw Materials From 100% Recycled Fiber, At Least Elemental Chlorine Free(ecf), Total Number Of Sheets Per Pack: At Least 150 Pulls, Interfolded, Number Of Ply: One (1) Ply, High Quality 338.00 121 10 Pack Toilet Tissue Paper, 2ply Sheets, Weight (min): 28gsm, Width Of Sheet: 100mm, Leng Of Sheet: 114mm, 150 Pull Per Roll (300 Sheets) (min.), Paper Shall Be At Least Elemental Chlorine Free (ecf), 12 Rolls In A Pack 998.40 122 2 Unit White Board, 48" X 72" With Frame, Magnetic, Wall Type 11,660.00 123 4 Unit White Board With Frame, Magnetic, 36" X 36" 23,320.00 124 1 Unit White Board, With Aluminum Frame, (3x5m) 2,500.00 125 182 Ream Bond Paper, Short, 8"x11", 80gsm, 500 Sheets/ream 40,040.00 126 241 Ream Bond Paper, A4, 80gsm, 8.3" X 11.7" , (210mm X 297mm), 500 Sheets/ream 55,430.00 127 250 Ream Bond Paper, Long, 80 Gsm, 8.5" X 13" , (216mm X 330mm), 500sheets/ream 63,750.00 128 59 Ream Bond Paper, Legal, 80gsm, 8.5" X 14" , (215.9mm X 355.6mm), 500sheets/ream 19,275.30 129 99 Ream Bond Paper, A3, 80gsm, 11.7" X 16.5" (297mm X 420mm), 500 Sheets/ream 43,560.00 130 10 Pack Certificate Paper Laid Specialty Paper (a4), White, 10pcs/pack 450.00 131 20 Pack Certificate Paper, Size A4, 220gsm, 10sheets/pack, Cream/white 700.00 132 20 Pack Certificate Paper, Size Long, 220gsm, 10sheets/pack, Cream/white 700.00 133 7 Pack Colored Assorted Paper, Size Long, 250's 1,540.00 134 2 Pack Construction Paper, Size Legal, Assorted Color, (9x12), 20pcs/pack 100.00 135 1 Pack Construction Paper, Size Legal, Cream Color, (9x12), 20pcs/pack 50.00 136 1 Box Paper, Parchment, Multi-purpose, Fine Franslucent, 80gsm, Color Ivory, Suitable For Laser/inkjet Printing, 100 Sheets Per Box 500.00 137 76 Pack Photo Paper, Size Legal, Glossy, 20pcs/pack 8,360.00 138 10 Pack Specialty Paper, Size Letter, 80gsm, Color: White,10pcs/pack 1,000.00 139 63 Pack Specialty Paper, Size Short, 90gsm, Pale Cream, 10pcs/pack 1,732.50 140 5 Pack Specialty Paper, Size Short, 200gsm, Color: White 100pcs/pack 2,500.00 141 13 Pack Specialty Paper, Size Short, 200gsm, Pale Cream, 10pcs/pack 572.00 142 5 Pack Specialty Paper, Size Letter, 220gsm, Color: White 10pcs/pack 500.00 143 25 Pack Specialty Paper, Size A4, 80gsm, Color: White 10pcs/pack 1,000.00 144 5 Pack Specialty Paper, Size A4, 90gsm, Color: White 10pcs/pack 125.00 145 1 Ream Specialty Paper, Size A4, 90gsm, Color: White 500pcs/ream 500.00 146 25 Pack Specialty Paper, Size A4, 200gsm, Color: White, 10pcs/pack 1,000.00 147 3 Pack Specialty Paper, Size A4, 200gsm, Color: White 100pcs/pack 1,950.00 148 52 Ream Specialty Paper, Size A4, 200gsm, Pale Cream, 500pcs/ream 78,000.00 149 90 Pack Specialty Paper, Size A4, 220gsm, Color: White 10pcs/pack 4,950.00 150 50 Pack Specialty Paper, Size Long, 80gsm, Color: White 10pcs.pack 2,850.00 151 106 Pack Specialty Paper, Size Legal, 90gsm, Pale Crea, 10pcs/pack 4,240.00 152 197 Pack Specialty Paper, Size Legal, 200gsm, Color: White 10pcs/pack 8,668.00 153 5 Pack Specialty Paper, Size Long, 200gsm, Pale Cream, 10pcs/pack 395.00 154 1 Pack Specialty Paper, Size Legal, 200gsm,pale Cream, 100pcs/pack 650.00 155 3 Ream Specialty Paper, Size Legal, 200gsm, Pale Crea, 500pcs/ream 4,950.00 156 17 Pack Specialty Paper, Size Long, 220gsm, Color: White 10pcs/pack 935.00 157 30 Pack Sticker Paper, Size A4, All Weather, Strong Adhesive, White, 10pcs/pack 6,000.00 158 84 Pack Sticker Paper, Size A4, Matte, White, 10pcs/pack 5,082.00 159 1 Pack Sticker Paper, Size A4, Matte, White, 100pcs/pack 300.00 160 10 Pack Sticker Paper, Size A4, Glossy, White, 20pcs/pack 750.00 161 51 Pack Sticker Paper, Size Legal, Matte, White, 10pcs/pack 3,927.00 162 2 Pack Sticker Paper, Size Legal, Glossy, White 20pcs/pack 420.00 163 5 Pad Sticky Note 3"x5", Color: Yellow/light Green/light Blue Or Light Pink, With Writing Lines; Landscape Orientation, 100 Sheets/pad 325.00 164 6 Pack Sticky Note 12.7mm X 44.4mm , 5 Pads Per Pack, Color: Pink/orange/yellow/light Green, Light Blue, 100sheet/pad 360.00
Closing Date7 Feb 2025
Tender AmountPHP 819.6 K (USD 14 K)
BARANGAY STA ROSA, BALANGIGA EASTERN SAMAR Tender
Civil And Construction...+1Civil Works Others
Philippines
Details: Description S P E C I F I C A T I O N S B.5 Project Billboard The Contractor Shall Install One (1) Billboard Measuring 8 Ft. X 8 Ft. Tarpaulin, In Front Of The Project Site. Project Billboard Shall Be Installed For Government Information Projects To Inform The Public Of The Implementation Of The Project And To Advise The Road Users Of The On-going Construction. Upon Completion Of The Work, All Signs Installed Shall Be Removed From The Site. 102(1) Roadway Excavation Removal Of Unsuitable Material Where The Plans Show The Top Portion Of The Roadbed To Be Selected Topping, All Unsuitable Materials Shall Be Excavated To The Depth Necessary For Replacement Of The Selected Topping To The Required Compacted Thickness. Where Excavation To The Finished Graded Section Results In A Subgrade Or Slopes Of Unsuitable Soil, The Engineer May Require The Contractor To Remove The Unsuitable Material And Backfill To The Finished Graded Section With Approved Material. The Contractor Shall Conduct His Operations In Such A Way That The Engineer Can Take The Necessary Cross-sectional Measurements Before The Backfill Is Placed. The Excavation Of Muck Shall Be Handled In A Manner That Will Not Permit The Entrapment Of Muck Within The Backfill. The Material Used For Backfilling Up To The Ground Line Or Water Level, Whichever Is Higher, Shall Be Rock Or Other Suitable Granular Material Selected From The Roadway Excavation, If Available. If Not Available, Suitable Material Shall Be Obtained From Other Approved Sources. Unsuitable Material Removed Shall Be Disposed Off In Designated Areas Shown On The Plans Or Approved By The Engineer. Item 201 – Aggregate Base Course 201.1 Description This Item Shall Consist Of Furnishing, Placing And Compacting An Aggregate Base Course On A Prepared Sub-grade/sub-base In Accordance With This Specification And The Lines, Grades, Thickness And Typical Cross-sections Shown On The Plans, Or As Established By The Lgu Project Engineer. 201.2 Material Requirements Aggregate For Base Course Shall Consist Of Hard, Durable Particles Or Fragments Of Crushed Stone, Crushed Slag Or Crushed Or Natural Gravel And Filler Of Natural Or Crushed Sand Or Other Finely Divided Mineral Matter. The Composite Material Shall Be Free From Vegetable Matter And Lumps Or Balls Of Clay, And Shall Be Of Such Nature That It Can Be Compacted Readily To Form A Firm, Stable Base. In Some Areas Where The Conventional Base Course Materials Are Scarce Or Non-available, The Use Of 40% Weathered Limestone Blended With 60% Crushed Stones Or Gravel Shall Be Allowed, Provided That The Blended Materials Meet The Requirements Of This Item. The Base Course Material Shall Conform To Table 201.1, Whichever Is Called For In The Bill Of Quantities Table 201.1 – Grading Requirements Sieve Designation Mass Percent Passing Standard, Mm Alternate Us Standard Grading A Grading B 50 2” 100 37.5 1-1/2” - 100 25.0 1” 60 – 85 - 19.0 ¾” - 60 – 85 12.5 ½” 35 – 65 - 4.75 No. 4 20 – 50 30 – 55 0.425 No. 40 5 – 20 8 – 25 0.075 No. 200 0 – 12 2 – 14 The Fraction Passing The 0.075 Mm (no. 200) Sieve Shall Not Be Greater Than 0.66 (two Thirds) Of The Fraction Passing The 0.425 Mm (no. 40) Sieve. The Fraction Passing The 0.425 Mm (no. 40) Sieve Shall Have A Liquid Limit Not Greater Than 25 And Plasticity Index Not Greater Than 6 As Determined By Aashto T 89 And T 90, Respectively. The Coarse Portion, Retained On A 2.00 Mm (no. 10) Sieve Shall Have A Mass Percent Of Wear Not Exceeding 50 By The Los Angeles Abrasion Test Determined By Aashto T 96. The Material Passing The 19 Mm (3/4 Inch) Sieve Shall Have A Soaked Cbr Value Of Not Less Than 80% As Determined By Aashto T 193. The Cbr Value Shall Be Obtained At The Maximum Dry Density (mdd) As Determined By Aashto T 180, Method D. If Filler, In Addition To That Naturally Present, Is Necessary For Meeting The Grading Requirements Or For Satisfactory Bonding, It Shall Be Uniformly Blended With The Base Course Material On The Road Or In A Pug Mill Unless Otherwise Specified Or Approved. Filler Shall Be Taken From Sources Approved By The Lgu Project Engineer, Shall Be Free From Hard Lumps And Shall Not Contain More Than 15 Percent Of Material Retained On The 4.75 Mm (no. 4) Sieve. 201.3 Construction Requirements 201.3.1 Preparation Of Existing Surface The Existing Surface Shall Be Graded And Finished As Provided Under Item 105, Sub-grade Preparation, Before Placing The Base Material. 201.3.2 Placing It Shall Be In Accordance With All The Requirements Of Subsection 200.3.2, Placing. 201.3.3 Spreading And Compacting It Shall Be In Accordance With All The Requirements Of Subsection 200.3.3, Spreading And Compacting. 201.3.4 Additional Filler Additional Filler, When Required And When Not Added At The Screening Plant, Shall Be Spread In A Uniform Layer Over The Loosely Spread Base Material As Specified By The Lgu Project Engineer, Scarified By Appropriate Heavy Equipment And Then Watered And Mixed As Described Above. These Materials Are Incidental To The Work And No Payment Shall Be Made By The Project To The Contractor. 201.3.5 Trial Sections Trial Sections Shall Conform In All Respects To The Requirements Specified In Subsection 200.3.4. 201.3.6 Tolerances The Aggregate Base Course Shall Be Laid To The Designed Level And Transverse Slopes Shown On The Plans. The Allowable Tolerances Shall Be In Accordance With Following: Permitted Variation From Design Thickness Of Layer ± 10 Mm Permitted Variation From Design Level Of Surface + 5 Mm -10 Mm Permitted Surface Irregularity Measured By 3-m Straight-edge 5 Mm Permitted Variation From Design Crossfall Or Camber ± 0.2% Permitted Variation From Design Longitudinal Grade Over 25 M In Length ± 0.1% 201.4 Environmental Measures During The Course Of Hauling Operations, The Contractor Must At All Times Provide The Necessary Cover For The Dump Body Of The Hauling Equipment To Prevent Accidental Spoilage Of Earth Materials That Will Injure The Travelling Public Or People Living Near By. The Travel Route Of The Hauling Equipment’s Must Always Be Moist To Prevent Blowing Up Of Dusts Particles. Likewise, The Contractor Must Always Observe The Noise Level Of The Exhaust Mufflers Of The Heavy Equipment’s To Be At Minimum. Otherwise, Exhaust Muffler Must Be Provided With Silencers To Reduce Noise Levels Of The Hauling Equipment’s. Travelling Speed Of All Hauling Equipment’s Must Be Reduce When Passing Populated Areas Or At The School Site During School Days. Item 311 – Portland Cement Concrete Pavement 311.1 Description This Item Shall Consist Of Pavement Of Portland Cement Concrete, With Or Without Reinforcement, Constructed On The Prepared Base In Accordance With This Specification And In Conformity With Lines, Grades, Thickness And Typical Cross-section Shown On The Plans. 311.2 Material Requirements 311.2.1 Portland Cement Only Type I Portland Cement Shall Be Used Unless Otherwise Provided For In The Special Provisions. Different Brands Or The Same Brands From Different Mills Shall Not Be Mixed Nor Shall They Be Used Alternately Unless The Mix Is Approved By The Lgu Project Engineer. Cement Which For Any Reason Has Become Partially Set Or Which Contains Lumps Of Caked Cement Will Be Rejected. Cement Salvaged From Discarded Or Used Bags Shall Not Be Used. Samples Of Cement Shall Be Obtained In Accordance With Aashto T 127. 311.2.2 Fine Aggregate It Shall Consist Of Natural Sand, Stone Screenings Or Other Inert Materials With Similar Characteristics, Or Combinations Thereof, Having Hard, Strong And Durable Particles. Fine Aggregate From Different Sources Of Supply Shall Not Be Mixed Or Stored In The Same Pile Nor Used Alternately In The Same Class Of Concrete Without The Approval Of The Lgu Project Engineer. It Shall Not Contain More Than Three (3) Mass Percent Of Material Passing The 0.075 Mm (no. 200 Sieve) By Washing Nor More Than One (1) Mass Percent Each Of Clay Lumps Or Shale. The Use Of Beach Sand Will Not Be Allowed Without The Approval Of The Lgu Project Engineer. If The Fine Aggregate Is Subjected To Five (5) Cycles Of The Sodium Sulfate Soundness Test, The Weighted Loss Shall Not Exceed 10 Mass Percent. The Fine Aggregate Shall Be Free From Injurious Amounts Of Organic Impurities. If Subjected To The Colorimetric Test For Organic Impurities And A Color Darker Than The Standard Is Produced, It Shall Be Rejected. However, When Tested For The Effect Of Organic Impurities Of Strength Of Mortar By Aashto T 71, The Fine Aggregate May Be Used If The Relative Strength At 7 And 28 Days Is Not Less Than 95 Mass Percent. The Fine Aggregate Shall Be Well-graded From Coarse To Fine And Shall Conform To Table 311.1 Table 311.1 – Grading Requirements For Fine Aggregate Sieve Designation Mass Percent Passing 9.5 Mm (3/8 In) 100 4.75 Mm (no. 4) 95 – 100 2.36 Mm (no. 8) - 1.18 Mm (no. 16) 45 – 80 0.600 Mm (no. 30) - 0.300 Mm (no. 50) 5 – 30 0.150 Mm (no. 100) 0 – 10 311.2.3 Coarse Aggregate It Shall Consist Of Crushed Stone, Gravel, Blast Furnace Slag, Or Other Approved Inert Materials Of Similar Characteristics, Or Combinations Thereof, Having Hard, Strong, Durable Pieces And Free From Any Adherent Coatings. It Shall Contain Not More Than One (1) Mass Percent Of Material Passing The 0.075 Mm (no. 200) Sieve, Not More Than 0.25 Mass Percent Of Clay Lumps, Nor More Than 3.5 Mass Percent Of Soft Fragments. If The Coarse Aggregate Is Subjected To Five (5) Cycles Of The Sodium Sulfate Soundness Test, The Weighted Loss Shall Not Exceed 12 Mass Percent. It Shall Have A Mass Percent Of Wear Not Exceeding 40 When Tested By Aashto T 96. If The Slag Is Used, Its Density Shall Not Be Less Than 1120 Kg/m3 (70 Lb./cu. Ft.). The Gradation Of The Coarse Aggregate Shall Conform To Table 311.2. Only One Grading Specification Shall Be Used From Any One Source. Table 311.2 – Grading Requirement For Coarse Aggregate Sieve Designation Mass Percent Passing Standard Mm Alternate U. S. Standard Grading A Grading B Grading C 75.00 3 In. 100 - - 63.00 2-1/2 In. 90-100 100 100 50.00 2 In. - 90-100 95-100 37.5 1-1/2 In. 25-60 35-70 - 25.0 1 In. - 0-15 35-70 19.0 ¾ In. 0-10 - - 12.5 ½ In. 0-5 0-5 10-30 4.75 No. 4 - - 0-5 311.2.4 Water Water Used In Mixing, Curing Or Other Designated Application Shall Be Reasonably Clean And Free Of Oil, Salt, Acid, Alkali, Grass Or Other Substances Injurious To The Finished Product. Water Will Be Tested In Accordance With And Shall Meet The Requirements Of Item 714, Water. Water Which Is Drinkable May Be Used Without Test. Where The Source Of Water Is Shallow, The Intake Shall Be So Enclosed As To Exclude Silt, Mud, Grass Or Other Foreign Materials. 311.2.5 Reinforcing Steel It Shall Conform To The Requirements Of Item 404, Reinforcing Steel. Dowels And Tie Bars Shall Conform To The Requirements Of Aashto M 31 Or M 42, Except That Rail Steel Shall Not Be Used For Tie Bars That Are To Be Bent And Re-straightened During Construction. Tie Bars Shall Be Deformed Bars. Dowels Shall Be Plain Round Bars. Before Delivery To The Site Of Work, One-half Of The Length Of Each Dowel Shall Be Painted With One Coat Of Approved Lead Or Tar Paint. The Sleeves For Dowel Bars Shall Be Metal Of Approved Design To Cover 50 Mm ( 2 Inches), Plus Or Minus 5 Mm (1/4 Inch) Of The Dowel, With A Closed End, And With A Suitable Stop To Hold The End Of The Sleeve At Least 25 Mm (1 Inch) From The End Of The Dowel. Sleeves Shall Be Of Such Design That They Do Not Collapse During Construction. 311.2.6 Joint Fillers Poured Joint Fillers Shall Be Mixed Asphalt And Mineral Or Rubber Filler. Preformed Joint Filler Shall Conform To The Applicable Requirements. It Shall Be Punched To Admit The Dowels Where Called For In The Plans. The Filler For Each Joint Shall Be Furnished In A Single Piece For The Full Depth And Width Required For The Joint. 311.2.7 Admixtures Air-entraining Admixture Shall Conform To The Requirements Of Aashto M 154. Chemical Admixtures, If Specified Or Permitted, Shall Conform To The Requirements Of Aashto M 194. Fly Ash, If Specified Or Permitted As A Mineral Admixture And As 20% Partial Replacement Of Portland Cement In Concrete Mix Shall Conform To The Requirements Of Astm C 618. Admixture Should Be Added Only To The Concrete Mix To Produce Some Desired Modifications To The Properties Of Concrete Where Necessary, But Not As Partial Replacement Of Cement. 311.2.8 Curing Materials Curing Materials Shall Conform To The Following Requirements As Specified; A) Burlap Cloth - Aashto M 182 B) Liquid Membrane Forming Compounds - Aashto M 148 C) Sheeting (film) Materials - Aashto M 171 Cotton Mats And Water-proof Paper Can Be Used. 311.2.9 Calcium Chloride/calcium Nitrate It Shall Conform To Aashto M 144, If Specified Or Permitted By The Lgu Project Engineer, As Accelerator. 311.2.10 Storage Of Cement And Aggregate All Cement Shall Be Stored, Immediately Upon Delivery At The Site, In Weatherproof Building Which Will Protect The Cement From Dampness. The Floor Shall Be Raised From The Ground. The Buildings Shall Be Placed In Locations Approved By The Lgu Project Engineer. Provisions For Storage Shall Be Ample, And The Shipments Of Cement As Received Shall Be Separately Stored In Such A Manner As To Allow The Earliest Deliveries To Be Used First And To Provide Easy Access For Identification And Inspection Of Each Shipment. Storage Buildings Shall Have Capacity For Storage Of A Sufficient Quantity Of Cement To Allow Sampling At Least Twelve (12) Days Before The Cement Is To Be Used. Bulk Cement, If Used, Shall Be Transferred To Elevated Air Tight And Weatherproof Bins. Stored Cement Shall Meet The Test Requirements At Any Time After Storage When Retest Is Ordered By The Lgu Project Engineer. At The Time Of Use, All Cement Shall Be Free-flowing And Free Of Lumps. The Handling And Storing Of Concrete Aggregates Shall Be Such As To Prevent Segregation Or The Inclusion Of Foreign Materials. The Lgu Project Engineer May Require That Aggregates Be Stored On Separate Platforms At Satisfactory Locations. In Order To Secure Greater Uniformity Of Concrete Mix, The Lgu Project Engineer May Require That The Coarse Aggregate Be Separated Into Two Or More Sizes. Different Sizes Of Aggregate Shall Be Stored In Separate Bins Or In Separate Stockpiles Sufficiently Removed From Each Other To Prevent The Material At The Edges Of The Piles From Becoming Intermixed. 311.2.11 Proportioning, Consistency And Strength Of Concrete The Contractor Shall Prepare The Design Mix Based On The Absolute Volume Method As Outlined In The American Concrete Institute (aci) Standard 211.1, “recommended Practice For Selecting Proportions For Normal And Heavyweight Concrete”. It Is The Intent Of This Specification To Require At Least 364 Kg Of Cement Per Cubic Meter Of Concrete To Meet The Minimum Strength Requirements. The Lgu Project Engineer Shall Determine From Laboratory Tests Of The Materials To Be Used, The Cement Content And The Proportions Of Aggregate And Water That Will Produce Workable Concrete Having A Slump Of Between 40 And 75 Mm (1-1/2 And 3 Inches) If Not Vibrated Or Between 10 And 40 Mm (1/2 And 1-1/2 Inches) If Vibrated, And A Flexural Strength Of Not Less Than 3.8 Mpa (550 Psi) When Tested By The Third-point Method Or 4.5 Mps (650 Psi) When Tested By The Mid-point Method At Fourteen (14) Days In Accordance With Aashto T97 And T177, Respectively; Or A Compressive Strength Of 24.1 Mps (3500 Psi) For Cores Taken At Fourteen (14) Days And Tested In Accordance With Aashto T24. Slump Shall Be Determined Using Aashto T 119. The Designer Shall Consider The Use Of Lean Concrete (econcrete) Mixtures Using Local Materials Or Specifically Modified Conventional Concrete Mixes In Base Course And In The Lower Course Composite, Monolithic Concrete Pavements Using A Minimum Of 75 Mm (3 Inches) Of Conventional Concrete As The Surface Course. The Mix Design Shall Be Submitted To The Lgu Project Engineer For Approval And Shall Be Accompanied With Certified Test Data From An Approved Laboratory Demonstrating The Adequacy Of The Mix Design. A Change In The Source Of Materials During The Progress Of Work May Necessitate A New Design Mix. 311.3 Construction Requirements 311.3.1 Quality Control Of Concrete 1. General The Contractor Shall Be Responsible For The Quality Control Of All Materials During The Handling, Blending, And Mixing And Placement Operations. 2. Quality Control Plan The Contractor Shall Furnish The Lgu Project Engineer A Quality Control Plan Detailing His Production Control Procedures And The Type And Frequency Of Sampling And Testing To Insure That The Concrete Produces Complies With The Specifications. The Lgu Project Engineer Shall Be Provided Free Access To Recent Plant Production Records, And If Requested, Informational Copies Of Mix Design, Materials Certifications And Sampling And Testing Reports. 3. Qualification Of Workmen Experienced And Qualified Personnel Shall Perform All Batching Or Mixing Operation For The Concrete Mix, And Shall Be Present At The Plant And Job Site To Control The Concrete Productions Whenever The Plant Is In Operation. They Shall Be Identified And Duties Defined As Follows: A. Concrete Batcher. The Person Performing The Batching Or Mixing Operation Shall Be Capable Of Accurately Conducting Aggregate Surface Moisture Determination And Establishing Correct Scale Weights For Concrete Materials. He Shall Be Capable Of Assuring That The Proportioned Batch Weights Of Materials Are In Accordance With The Mix Design. B. Concrete Technician. The Person Responsible For Concrete Production Control And Sampling And Testing For Quality Control Shall Be Proficient In Concrete Technology And Shall Have A Sound Knowledge Of The Specifications As They Relate To Concrete Production. He Shall Be Capable Of Conducting Tests On Concrete And Concrete Materials In Accordance With These Specifications. He Shall Be Capable Of Adjusting Concrete Mix Designs For Improving Workability And Specification Compliance And Preparing Trial Mix Designs. He Shall Be Qualified To Act As The Concrete Batcher In The Batcher’s Absence. 4. Quality Control Testing The Contractor Shall Perform All Sampling, Testing And Inspection Necessary To Assure Quality Control Of The Component Materials And The Concrete. The Contractor Shall Be Responsible For Determining The Gradation Of Fine And Coarse Aggregates And For Testing The Concrete Mixture For Slump, Air Content, Water-cement Ratio And Temperature. He Shall Conduct His Operations So As To Produce A Mix Conforming To The Approved Mix Design. 5. Documentation The Contractor Shall Maintain Adequate Records Of All Inspections And Tests. The Records Shall Indicate The Nature And Number Of Observations Made, The Number And Type Of Deficiencies Found, The Quantities Approved And Rejected, And Nature Of Any Corrective Action Taken. The Lgu Project Engineer May Take Independent Assurance Samples At Random Location For Acceptance Purposes As He Deems Necessary. 311.3.2 Equipment Equipment And Tools Necessary For Handling Materials And Performing All Parts Of The Work Shall Be Approved By The Lgu Project Engineer As To Design, Capacity And Mechanical Condition. The Equipment Shall Be At The Jobsite Sufficiently Ahead Of The Start Of Construction Operations To Be Examined Thoroughly And Approved. 1. Batching Plant And Equipment A. General. The Batching Shall Include Bins, Weighing Hoppers, And Scales For The Fine Aggregate And For Each Size Of Coarse Aggregate. If Cement Is Used In Bulk, A Bin, A Hopper, And Separate Scale For Cement Shall Be Included. The Weighing Hopper Shall Be Properly Sealed And Vented To Preclude Dusting Operation. The Batch Plant Shall Be Equipped With A Suitable Non-resettable Batch Counter Which Will Correctly Indicate The Number Of Batches Proportioned. B. Bins And Hoppers. Bins With Adequate Separate Compartments For Fine Aggregate And For Each Size Of Coarse Aggregate Shall Be Provided In The Batching Plant. C. Scales. Scales For Weighing Aggregates And Cement Shall Be Of Either The Beam Type Or The Spring-less-dial Type. They Shall Be Accurate Within One-half Percent (0.5%) Throughout The Range Of Use. Poises Shall Be Designed To Be Locked In Any Position And To Prevent Unauthorized Change. Scales Shall Be Inspected And Sealed As Often As The Lgu Project Engineer May Deem Necessary To Assure Their Continued Accuracy. D. Automatic Weighing Devices. Unless Otherwise Allowed On The Contract, Batching Plants Shall Be Equipped With Automatic Weighing Devices Of An Approved Type To Proportion Aggregates And Bulk Cement. 2. Mixers. A. General. Concrete May Be Mixed At The Site Of Construction Or At A Central Plant, Or Wholly Or In Part In Truck Mixers. Each Mixer Shall Have A Manufacturer’s Plate Attached In A Prominent Place Showing The Capacity Of The Drum In Terms Of Volume Of Mixed Concrete And The Speed Of Rotation Of The Mixing Drum Or Blades. B. Mixers At Site Of Construction. Mixing Shall Be Done In An Approved Mixer Capable Of Combining The Aggregates, Cement And Water Into A Thoroughly Mixed And Uniform Mass Within The Specified Mixing Period And Discharging And Distributing The Mixture Without Segregation On The Prepared Grade. The Mixer Shall Be Equipped With An Approved Timing Device Which Will Automatically Lock The Discharge Lever When The Drum Has Been Charged And Released It At The End Of The Mixing Period. In Case Of Failure Of The Timing Device, The Mixer May Be Used For The Balance Of The Day While It Is Being Repaired, Provided That Each Batch Is Mixed 90 Seconds. The Mixer Shall Be Equipped With A Suitable Non-resettable Batch Counter Which Shall Correctly Indicate The Number Of The Batches Mixed. C. Truck Mixer And Truck Agitators. Truck Mixers Used For Mixing And Hauling Concrete, And Truck Agitators Used For Hauling Central-mixed Concrete, Shall Conform To The Requirements Of Aashto M 157. D. Non-agitator Truck. Bodies Of Non-agitating Hauling Equipment For Concrete Shall Be Smooth, Mortar-tight Metal Containers And Shall Be Capable Of Discharging The Concrete At A Satisfactory Controlled Rate Without Segregation. 3. Paving And Finishing Equipment The Concrete Shall Be Placed With An Approved Paver Designed To Spread, Consolidate, Screed And Float Finish The Freshly Placed Concrete In One Complete Pass Of The Machine In Such A Manner That A Minimum Of Hand Finishing Will Be Necessary To Provide A Dense And Homogeneous Pavement In Conformance With The Plans And Specifications. The Finishing Machine Shall Be Equipped With At Least Two (2) Oscillating Type Transverse Screed. Vibrators Shall Operate At A Frequency Of 8,300 To 9,600 Impulses Per Minute Under Load At A Maximum Spacing Of 60 Cm. 4. Concrete Saw The Contractor Shall Provide Sawing Equipment In Adequate Number Of Units And Power To Complete The Sawing With Water-cooled Diamond Edge Saw Blade Or An Abrasive Wheel To The Required Dimensions And At The Required Rate. He Shall Provide At Least One (1) Stand-by Saw In Good Working Condition And With An Ample Supply Of Saw Blades. 5. Forms Forms Shall Be Of Steel, Of An Approved Section, And Of Depth Equal To The Thickness Of The Pavement At The Edge. The Base Of The Forms Shall Be Of Sufficient Width To Provide Necessary Stability In All Directions. The Flange Braces Must Extend Outward On The Base To Not Less Than 2/3 The Height Of The Form. All Forms Shall Be Rigidly Supported On Bed Of Thoroughly Compacted Material During The Entire Operation Of Placing And Finishing The Concrete. Forms Shall Be Provided With Adequate Devices For Secure Setting So That When In Place, They Will Withstand, Without Visible Spring Or Settlement, The Impact And Vibration Of The Consolidation And Finishing Or Paving Equipment. 311.3.3 Preparation Of Grade After The Sub-grade Of Base Has Been Placed And Compacted To The Required Density, The Areas Which Will Support The Paving Machine And The Grade On Which The Pavement Is To Be Constructed Shall Be Trimmed To The Proper Elevation By Means Of A Properly Designed Machine Extending The Prepared Work Areas Compacted At Least 60 Cm Beyond Each Edge Of The Proposed Concrete Pavement. If Loss Of Density Results From The Trimming Operations, It Shall Be Restored By Additional Compaction Before Concrete Is Placed. If Any Traffic Is Allowed To Use The Prepared Sub-grade Or Base, The Surface Shall Be Checked And Corrected Immediately Ahead Of The Placing Concrete. The Sub-grade Or Base Shall Be Uniformly Moist When The Concrete Is Placed. 311.3.4 Setting Forms 1. Base Support. The Foundation Under The Forms Shall Be Hard And True To Grade So That The Form When Set Will Be Firmly In Contact For Its Whole Length And At The Specified Grade. (any Roadbed, Which At The Form Line Is Found Below Established Grade, Shall Be Filled With Approved Granular Materials To Grade In Lifts Of Three (3) Cm Or Less, And Thoroughly Re-rolled Or Tamped.) Imperfections Or Variations Above Grade Shall Be Corrected By Tamping Or By Cutting As Necessary. 2. Form Setting Forms Shall Be Set Sufficiently In Advance Of The Point Where Concrete Is Being Placed. After The Forms Have Been Set To Correct Grade, The Grade Shall Be Thoroughly Tamped, Mechanically Or By Hand, At Both The Inside And Outside Edges Of The Base Of The Forms. The Forms Shall Not Deviate From True Line Bv More Than One (1) Cm At Any Point. 3. Grade And Alignment The Alignment And Grade Elevations Of The Forms Shall Be Checked And Corrections Made By The Contractor Immediately Before Placing The Concrete. Testing As To Crown And Elevation, Prior To Placing Of Concrete Can Be Made By Means Of Holding An Approved Template In A Vertical Position And Moved Backward And Forward On The Forms. When Any Form Has Been Disturbed Or Any Grade Has Become Unstable, The Form Shall Be Reset And Rechecked. 311.3.5 Conditioning Of Sub-grade Or Base Course When Side Forms Have Been Securely Set To Grade, The Sub-grade Or Base Course Shall Be Brought To Proper Cross-section. High Areas Shall Be Trimmed To Proper Elevation. Low Areas Shall Be Filled And Compacted To A Condition Similar To That Of Surrounding Grade. The Finished Grade Shall Be Maintained In A Smooth And Compacted Condition Until The Pavement Is Placed. Unless Waterproof Sub-grade Or Base Course Cover Material Is Specified, The Sub-grade Or Base Course Shall Be Uniformly Moist When The Concrete Is Placed. If It Subsequently Becomes Too Dry, The Sub-grade Or Base Course Shall Be Sprinkled, But The Method Of Sprinkling Shall Not Be Such As To Form Mud Or Pools Of Water. 311.3.6 Handling, Measuring And Batching Materials The Batch Plant Site, Layout, Equipment And Provisions For Transporting Material Shall Be Such As To Assure A Continuous Supply Of Material To The Work. Stockpiles Shall Be Built Up In Layers Of Not More Than One (1) Meter In Thickness. Each Layer Shall Be Completely In Place Before Beginning The Next Which Shall Not Be Allowed To “cone” Down Over The Next Lower Layer. Aggregates From Different Sources And Of Different Grading Shall Not Be Stockpiled Together. All Washed Aggregates And Aggregates Produced Or Handled By Hydraulic Methods, Shall Be Stockpiled Or Binned For Draining At Least Twelve (12) Hours Before Being Batched. When Mixing Is Done At The Side Of The Work, Aggregates Shall Be Transported From The Batching Plant To The Mixer In Batch Boxes, Vehicle Bodies, Or Other Containers Of Adequate Capacity And Construction To Properly Carry The Volume Required. Partitions Separating Batches Shall Be Adequate And Effective To Prevent Spilling From One Compartment To Another While In Transit Or Being Dumped. When Bulk Cement Is Used, The Contractor Shall Use A Suitable Method Of Handling The Cement From Weighing Hopper To Transporting Container Or Into The Batch Itself For Transportation To The Mixer, With Chute, Boot Or Other Approved Device, To Prevent Loss Of Cement, And To Provide Positive Assurance Of The Actual Presence In Each Batch Of The Entire Cement Content Specified. Bulk Cement Shall Be Transported To The Mixer In Tight Compartments Carrying The Full Amount Of Cement Required For The Batch. However, If Allowed In The Special Provisions, It May Be Transported Between The Fine And Coarse Aggregate. When Cement Is Placed In Contact With The Aggregates, Batches May Be Rejected Unless Mixed Within 1-1/2 Hours Of Such Contact. Cement In Original Shipping Packages May Be Transported On Top Of The Aggregates, Each Batch Containing The Number Of Sacks Required By The Job Mix. The Mixer Shall Be Charged Without Loss Of Cement. Batching Shall Be So Conducted As To Result In The Weight To Each Material Required Within A Tolerance Of One (1) Percent For The Cement And Two (2) Percent For Aggregates. Water May Be Measured Either By Volume Or By Weight. The Accuracy Of Measuring The Water Shall Be Within A Range Of Error Of Not Over Than One (1) Percent. Unless The Water Is To Be Weighed, The Water-measuring Equipment Shall Include An Auxiliary Tank From Which The Measuring Tank Shall Be Equipped With An Outside Tap And Valve To Provide Checking The Setting, Unless Other Means Are Provided For Readily And Accurately Determining The Amount Of Water In The Tank. The Volume Of The Auxiliary Tank Shall Be At Least Equal To That Of The Measuring Tank. 311.3.7 Mixing Concrete The Concrete May Be Mixed At The Site Of The Work In A Central-mix Plant, Or In Truck Mixers. The Mixer Shall Be Of An Approved Type And Capacity. Mixing Time Will Be Measured From The Time All Materials, Except Water, Are In The Drum. Ready-mixed Concrete Shall Be Mixed And Delivered In Accordance With Requirements Of Aashto M 157, Except That The Minimum Required Revolutions At The Mixing Speed For Transit-mixed Concrete May Be Reduced To Not Less Than That Recommended By The Mixer Manufacturer. The Number Of Revolutions Recommended By The Mixer Manufacturer Shall Be Indicated On The Manufacturer’s Serial Plate Attached To The Mixer. The Contractor Shall Furnish Test Data Acceptable To The Lgu Project Engineer Verifying That The Make And Model Of The Mixer Will Produce Uniform Concrete Conforming To The Provision Of Aashto M 157 At The Reduced Number Of Revolutions Shown On The Serial Plate. When Mixed At The Site Or In A Central Mixing Plant, The Mixing Time Shall Not Be Less Than Fifty (50) Seconds Nor More Than Ninety (90) Seconds, Unless Mixer Performance Tests Prove Adequate Mixing Of The Concrete Is A Shorter Time Period. Four (4) Seconds Shall Be Added To The Specified Mixing Time If Timing Starts At The Instant The Skip Reaches Its Maximum Raised Positions. Mixing Time Ends When The Discharge Chute Opens. Transfer Time In Multiple Drum Mixers Is Included In Mixing Time. The Contents Of An Individual Mixer Drum Shall Be Removed Before A Succeeding Batch Is Emptied Therein. The Mixer Shall Be Operated At The Drum Speed As Shown On The Manufacturer’s Name Plate Attached On The Mixer. Any Concrete Mixed Less Than The Specified Time Shall Be Discarded And Disposed Off By The Contractor At His Expense. The Volume Of Concrete Mixed Per Batch Shall Not Exceed The Mixer’s Nominal Capacity In Cubic Metre, As Shown On The Manufacturer’s Standard Rating Plate On The Mixer, Except That An Overload Up To Ten (10) Percent Above The Mixer’s Nominal Capacity May Be Permitted Provided Concrete Test Data For Strength, Segregation, And Uniform Consistency Are Satisfactory, And Provided No Spillage Of Concrete Takes Place. The Batches Shall Be So Charged Into The Drum That A Portion Of The Mixing Water Shall Be Entered In Advance Of The Cement And Aggregates. The Flow Of Water Shall Be Uniform And All Water Shall Be In The Drum By The End Of The First Fifteen (15) Seconds Of The Mixing Period. The Throat Of The Drum Shall Be Kept Free Of Such Accumulations As May Restrict The Free Flow Of Materials Into The Drum. Mixed Concrete From The Central Mixing Plant Shall Be Transported In Truck Mixers, Truck Agitators Or Non-agitating Truck Specified In Subsection 311.3.2, Equipment. The Time Elapsed From The Time Water Is Added To The Mix Until The Concrete Is Deposited In Place At The Site Shall Not Exceed Forty Five (45) Minutes When The Concrete Is Hauled In Non-agitating Trucks, Nor Ninety (90) Minutes When Hauled In Truck Mixers Or Truck Agitators, Except That In Hot Weather Or Under Other Conditions Contributing To Quick Hardening Of The Concrete, The Maximum Allowable Time May Be Reduced By The Lgu Project Engineer. In Exceptional Cases And When Volumetric Measurements Are Authorized For Small Project Requiring Less Than 75 Cu.m. Of Concrete Per Day Of Pouring, The Weight Proportions Shall Be Converted To Equivalent Volumetric Proportions. In Such Cases, Suitable Allowance Shall Be Made For Variations In The Moisture Condition Of The Aggregates, Including The Bulking Effect In The Fine Aggregate. Batching And Mixing Shall Be In Accordance With Astm C 685, Section 6 Through 9. Concrete Mixing By Chute Is Allowed Provided That A Weighing Scale For Determining The Batch Weight Will Be Used. Retendering Concrete By Adding Water Or By Other Means Shall Not Be Permitted, Except That When Concrete Is Delivered In Truck Mixers, Additional Water May Be Added To The Batch Materials And Additional Mixing Performed To Increase The Slump To Meet The Specified Requirements, If Permitted By The Lgu Project Engineer, Provided All These Operations Are Performed Within Forty-five (45) Minutes After The Initial Mixing Operation And The Water-cement Ratio Is Not Exceeded. Concrete That Is Not Within The Specified Slump Limits At The Time Of Placement Shall Not Be Used. Admixtures For Increasing The Workability Or For Accelerating The Setting Of The Concrete Will Be Permitted Only When Specifically Approved By The Lgu Project Engineer. 311.3.8 Limitation Of Mixing No Concrete Shall Be Mixed, Placed Or Finished When Natural Light Is Insufficient, Unless An Adequate And Approved Artificial Lighting System Is Operated. During Hot Weather, The Lgu Project Engineer Shall Require That Steps Be Taken To Prevent The Temperature Of Mixed Concrete From Exceeding A Maximum Temperature Of (900f 320c). Concrete Not In Place Within Ninety (90) Minutes From The Time The Ingredients Were Charged Into The Mixing Drum Or That Has Developed Initial Set Shall Not Be Used. Retendering Of Concrete Or Mortar Which Has Partially Hardened, That Is Remixing With Or Without Additional Cement, Aggregate, Or Water, Shall Not Be Permitted. In Order That The Concrete May Be Properly Protected Against The Effects Of Rain Before The Concrete Is Sufficiently Hardened, The Contractor Will Be Required To Have Available At All Times Materials For The Protection Of The Edges And Surface Of The Unhardened Concrete. 311.3.9 Placing Concrete Concrete Shall Be Deposited In Such A Manner To Require Minimal Rehandling. Unless Truck Mixers Or Non-agitating Hauling Equipment Are Equipped With Means To Discharge Concrete Without Segregation Of The Materials, The Concrete Shall Be Unloaded Into An Approved Spreading Device And Mechanically Spread On The Grade In Such A Manner As To Prevent Segregation. Placing Shall Be Continuous Between Transverse Joints Without The Use Of Intermediate Bulkheads. Necessary Hand Spreading Shall Be Done With Shovels, Not Rakes. Workmen Shall Not Be Allowed To Walk In The Freshly Mixed Concrete With Boots Or Shoes Coated With Earth Or Foreign Substances. When Concrete Is To Be Placed Adjoining A Previously Constructed Lane And Mechanical Equipment Will Be Operated Upon The Existing Lane, That Previously Constructed Lane Shall Have Attained The Strength For Fourteen (14) Day Concrete. If Only Finishing Equipment Is Carried On The Existing Lane, Paving In Adjoining Lanes May Be Permitted After Three (3) Days. Concrete Shall Be Thoroughly Consolidated Against And Along The Faces Of All Forms And Along The Full Length And On Both Sides Of All Joint Assemblies, By Means Of Vibrators Inserted In The Concrete. Vibrators Shall Not Be Permitted To Come In Contact With A Joint Assembly, The Grade, Or A Side Form. In No Case Shall The Vibrator Be Operated Longer Than Fifteen (15) Seconds In Any One Location. Concrete Shall Be Deposited As Near As Possible To The Expansion And Contraction Joints Without Disturbing Them, But Shall Not Be Dumped From The Discharge Bucket Or Hopper Into A Joint Assembly Unless The Hopper Is Well Centered On The Joint Assembly. Should Any Concrete Material Fall On Or Be Worked Into The Surface Of A Complete Slab, It Shall Be Removed Immediately. 311.3.10 Test Specimens As Work Progresses, At Least One (1) Set Consisting Of Three (3) Concrete Beam Test Specimens, 150 Mm X 150 Mm X 525 Mm Or 900 Mm Shall Be Taken From Each 330 M2 Of Pavement, 230 Mm Depth, Or Fraction Thereof Placed Each Day. Test Specimens Shall Be Made Under The Supervision Of The Lgu Project Engineer, And The Contractor Shall Provide All Concrete And Other Facilities Necessary In Making The Test Specimens And Shall Protect Them From Damage By Construction Operations. Cylinder Samples Shall Not Be Used As Substitute For Determining The Adequacy Of The Strength Of Concrete. The Beams Shall Be Made, Cured, And Tested In Accordance With Aashto T 23 And T 97. 311.3.11 Strike-off Of Concrete And Placement Of Reinforcement Following The Placing Of The Concrete, It Shall Be Struck Off To Conform To The Cross-section Shown On The Plans And To An Elevation Such That When The Concrete Is Properly Consolidated And Finished, The Surface Of The Pavement Will Be At The Elevation Shown On The Plans. When Reinforced Concrete Pavement Is Placed In Two (2) Layers, The Bottom Layer Shall Be Struck Off And Consolidated To Such Length And Depth That The Sheet Of Fabric Or Bar Mat May Be Laid Full Length On The Concrete In Its Final Position Without Further Manipulation. The Reinforcement Shall Then Be Placed Directly Upon The Concrete, After Which The Top Layer Of The Concrete Shall Be Placed, Struck Off And Screened. Any Portion Of The Bottom Layer Of Concrete Which Has Been Placed More Than 30 Minutes Without Being Covered With The Top Layer Shall Be Removed And Replaced With Freshly Mixed Concrete At The Contractor’s Expense. When Reinforced Concrete Is Placed In One Layer, The Reinforcement May Be Firmly Positioned In Advance Of Concrete Placement Or It May Be Placed At The Depth Shown On The Plans In Plastic Concrete, After Spreading By Mechanical Or Vibratory Means. Reinforcing Steel Shall Be Free From Dirt, Oil, Paint, Grease, Mill Scale And Loose Or Thick Rust Which Could Impair Bond Of The Steel With The Concrete. 311.3.12 Joints Joints Shall Be Constructed Of The Type And Dimensions, And At The Locations Required By The Plans Or Special Provisions. All Joints Shall Be Protected From The Intrusion Of Injurious Foreign Material Until Sealed. 1. Longitudinal Joint Deformed Steel Tie Bars Of Specified Length, Size, Spacing And Materials Shall Be Placed Perpendicular To The Longitudinal Joints, They Shall Be Placed By Approved Mechanical Equipment Or Rigidly Secured By Chair Or Other Approved Supports To Prevent Displacement. Tie Bars Shall Not Be Painted Or Coated With Asphalt Or Other Materials Or Enclosed In Tubes Or Sleeves. When Shown On The Plans And When Adjacent Lanes Of Pavement Are Constructed Separately, Steel Side Forms Shall Be Used Which Will Form A Keyway Along The Construction Joint. Tie Bars, Except Those Made Of Rail Steel, May Be Bent At Right Angles Against The Form Of The First Lane Constructed And Straightened Into Final Position Before The Concrete Of The Adjacent Lane Is Placed, Or In Lieu Of Bent Tie Bars, Approved Two-piece Connectors May Be Used. Longitudinal Formed Joints Shall Consist Of A Groove Or Cleft, Extending Downward From And Normal To, The Surface Of The Pavement. These Joints Shall Be Effected Or Formed By An Approved Mechanically Or Manually Operated Device To The Dimensions And Line Indicated On The Plans And While The Concrete Is In A Plastic State. The Groove Or Cleft Shall Be Filled With Either A Premolded Strip Or Poured Material As Required. The Longitudinal Joints Shall Be Continuous, There Shall Be No Gaps In Either Transverse Or Longitudinal Joints At The Intersection Of The Joints. Longitudinal Sawed Joints Shall Be Cut By Means Of Approved Concrete Saws To The Depth, Width And Line Shown On The Plans. Suitable Guide Lines Or Devices Shall Be Used To Assure Cutting The Longitudinal Joint On The True Line. The Longitudinal Joint Shall Be Sawed Before The End Of The Curing Period Or Shortly Thereafter And Before Any Equipment Or Vehicles Are Allowed On The Pavement. The Sawed Area Shall Be Thoroughly Cleaned And, If Required, The Joint Shall Immediately Be Filled With Sealer. Longitudinal Pavement Insert Type Joints Shall Be Formed By Placing A Continuous Strip Of Plastic Materials Which Will Not React Adversely With The Chemical Constituent Of The Concrete. 2. Transverse Expansion Joint The Expansion Joint Filler Shall Be Continuous From Form To Form, Shaped To Sub-grade And To The Keyway Along The Form. Preformed Joint Filler Shall Be Furnished In Lengths Equal To The Pavement Width Or Equal To The Width Of One Lane. Damaged Or Repaired Joint Filler Shall Not Be Used. The Expansion Joint Filler Shall Be Held In A Vertical Position. An Approved Installing Bar, Or Other Device, Shall Be Used If Required To Secure Preformed Expansion Joint Filler At The Proper Grade And Alignment During Placing And Finishing Of The Concrete. Finished Joint Shall Not Deviate More Than 6 Mm From A Straight Line. If Joint Fillers Are Assembled In Sections, There Shall Be No Offsets Between Adjacent Units. No Plugs Of Concrete Shall Be Permitted Anywhere Within The Expansion Space. 3. Transverse Contraction Joint/weakened Joint When Shown On The Plans, It Shall Consist Of Planes Of Weakness Created By Forming Or Cutting Grooves In The Surface Of The Pavement And Shall Include Load Transfer Assemblies. The Depth Of The Weakened Plane Joint Should At All Times Not Be Less Than 50 Mm, While The Width Should Not Be More Than 6 Mm. A. Transverse Strip Contraction Joint. It Shall Be Formed By Installing A Parting Strip To Be Left In Place As Shown On The Plans. B. Formed Groove. It Shall Be Made By Depressing An Approved Tool Or Device Into The Plastic Concrete. The Tool Or Device Shall Remain In Place At Least Until The Concrete Has Attained Its Initial Set And Shall Then Be Removed Without Disturbing The Adjacent Concrete, Unless The Device Is Designed To Remain In The Joint. C. Sawed Contraction Joint. It Shall Be Created By Sawing Grooves In The Surface Of The Pavement Of The Width Not More Than 6 Mm, Depth Should At All Times Not Be Less Than 50 Mm, And At The Spacing And Lines Shown On The Plans, With An Approved Concrete Saw. After Each Joint Is Sawed, It Shall Be Thoroughly Cleaned Including The Adjacent Concrete Surface. Sawing Of The Joint Shall Commence As Soon As The Concrete Has Hardened Sufficiently To Permit Sawing Without Excessive Raveling, Usually 4 To 24 Hours. All Joints Shall Be Sawed Before Uncontrolled Shrinkage Cracking Takes Place. If Necessary, The Sawing Operations Shall Be Carried On During The Day Or Night, Regardless Of Weather Conditions. The Sawing Of Any Joint Shall Be Omitted If Crack Occurs At Or Near The Joint Location Prior To The Time Of Sawing. Sawing Shall Be Discounted When A Crack Develops Ahead Of The Saw. In General, All Joints Should Be Sawed In Sequence. If Extreme Condition Exist Which Make It Impractical To Prevent Erratic Cracking By Early Sawing, The Contraction Joint Groove Shall Be Formed Prior To Initial Set Of Concrete As Provided Above. 4. Transverse Construction Joint It Shall Be Constructed When There Is An Interruption Of More Than 30 Minutes In The Concreting Operations. No Transverse Joint Shall Be Constructed Within 1.50 M Of An Expansion Joint, Contraction Joint, Or Plane Of Weakness. If Sufficient Concrete Has Been Mixed At The Time Of Interruption To Form A Slab Of At Least 1.5 M Long, The Excess Concrete From The Last Preceding Joint Shall Be Removed And Disposed Off As Directed. 5. Load Transfer Device Dowel, When Used, Shall Be Held In Position Parallel To The Surface And Center Line Of The Slab By A Metal Device That Is Left In The Pavement. The Portion Of Each Dowel Painted With One Coat Of Lead Or Tar, In Conformance With The Requirements Of Item 404, Reinforcing Steel, Shall Be Thoroughly Coated With Approved Bituminous Materials, E.g., Mc-70, Or An Approved Lubricant, To Prevent The Concrete From Binding To That Portion Of The Dowel. The Sleeves For Dowels Shall Be Metal Designed To Cover 50 Mm Plus Or Minus 5 Mm (1/4 Inch), Of The Dowel, With A Watertight Closed End And With A Suitable Stop To Hold The End Of The Sleeves At Least 25 Mm (1 Inch) From The End Of The Dowel. In Lieu Of Using Dowel Assemblies At Contraction Joints, Dowel May Be Placed In The Full Thickness Of Pavement By A Mechanical Device Approved By The Lgu Project Engineer. 311.3.13 Final Strike-off (consolidation And Finishing) 1. Sequence The Sequence Of Operations Shall Be The Strike-off And Consolidation, Floating And Removal Of Laitance, Straight-edging And Final Surface Finish. Work Bridges Or Other Devices Necessary To Provide Access To The Pavement Surface For The Purpose Of Finishing Straight-edging, And Make Corrections As Hereinafter Specified, Shall Be Provided By The Contractor. In General, The Addition Of Water To The Surface Of The Concrete To Assist In Finishing Operations Will Not Be Permitted. If The Application Of Water To The Surface Is Permitted, It Shall Be Applied As Fog Spray By Means Of An Approve Spray Equipment. 2. Finishing Joints The Concrete Adjacent To Joints Shall Be Compacted Or Firmly Placed Without Voids Or Segregation Against The Joint Material Assembly, Also Under And Around All Load Transfer Devices, Joint Assembly Units, And Other Features Designed To Extend Into The Pavement. Concrete Adjacent To Joints Shall Be Mechanically Vibrated As Required In Subsection 311.3.9, Placing Concrete. After The Concrete Has Been Placed And Vibrated Adjacent To The Joints As Required In Subsection 311.3.9, The Finishing Machine Shall Be Brought Forward, Operating In A Manner To Avoid Damage Or Misalignment Of Joints. If Uninterrupted Operation Of The Finishing Machine, To Over And Beyond The Joints Causes Segregation Of Concrete, Damage To, Or Misalignment Of The Joints, The Finishing Machine Shall Be Stopped When The Front Screed Is Approximately 20 Cm (8 Inches) From The Joint. Segregated Concrete Shall Be Removed From In Front Of And Off The Joint. The Front Screed Shall Be Lifted And Set Directly On Top Of The Joint And The Forward Motion Of The Finishing Machine Resumed. When The Second Screed Is Close Enough To Permit The Excess Mortar In Front Of It To Flow Over The Joint, It Shall Be Lifted And Carried Over The Joint. Thereafter, The Finishing Machine May Be Run Over The Joint Without Lifting The Screeds, Provided There Is No Segregated Concrete Immediately Between The Joint And The Screed Or On Top Of The Joint. 3. Machine Finishing A. Non-vibratory Method. The Concrete Shall Be Distributed Or Spread As Soon As Placed. As Soon As The Concrete Has Been Placed, It Shall Be Struck Off And Screwed By An Approved Finishing Machine. The Machine Shall Go Over Each Area Of Pavement As Many Times And At Such Intervals As Necessary To Give The Proper Compaction And Leave A Surface Of Uniform Texture. Excessive Operation Over A Given Area Shall Be Avoided. The Tops Of The Forms Shall Be Kept Clean By An Effective Device Attached To The Machine And The Travel Of The Machine On The Forms Shall Be Maintained True Without Wobbling Or Other Variation Tending To Affect The Precision Finish. During The First Pass Of The Finishing Machine, A Uniform Ridge Of Concrete Shall Be Maintained Ahead Of The Front Screed In Its Entire Length. B. Vibratory Method. When Vibration Is Specified, Vibrators For Full Width Vibration Of Concrete Paving Slabs, Shall Meet The Requirements In Subsection 311.3.2, Equipment. If Uniform And Satisfactory Density Of The Concrete Is Not Obtained By The Vibratory Method At Joints, Along Forms, At Structures, And Throughout The Pavement, The Contractor Will Be Required To Furnish Equipment And Method Which Will Produce Pavement Conforming To The Specifications. All Provisions In Item (a) Above Not In Conflict With The Provisions For The Vibratory Method Shall Govern. 4. Hand Finishing Hand Finishing Methods May Only Be Used Under The Following Conditions: A. In The Event Of Breakdown Of The Mechanical Equipment, Hand Methods May Be Used To Finish The Concrete Already Deposited On The Grade. B. In Narrow Widths Or Areas Of Irregular Dimensions Where Operations Of The Mechanical Equipment Is Impractical, Hand Methods May Be Used. Concrete, As Soon As Placed, Shall Be Struck Off And Screeded. An Approved Portable Screed Shall Be Used. A Second Screed Shall Be Provided For Striking Off The Bottom Layer Of Concrete If Reinforcement Is Used. The Screed For The Surface Shall Be At Least 60 Cm (2 Feet) Longer Than The Maximum Width Of The Slab To Be Struck Off. It Shall Be Of Approved Design, Sufficiently Rigid To Retain Its Shape, And Constructed Either Of Metal Or Other Suitable Material Shod With Metal. Consolidation Shall Be Attained By The Use Of Suitable Vibrator Or Other Approved Equipment. In Operation, The Screed Shall Be Moved Forward On The Forms With A Combined Longitudinal And Transverse Shearing Motion, Moving Always In The Direction In Which The Work Is Progressing And So Manipulated That Neither End Is Raised From The Side Forms During The Striking Off Process. If Necessary, This Shall Be Repeated Until The Surface Is Of Uniform Texture, True To Grade And Cross-section, And Free From Porous Areas. 5. Floating After The Concrete Has Been Struck Off And Consolidated, It Shall Be Further Smoothed, Trued, And Consolidated By Means Of A Longitudinal Float, Either By Hand Or Mechanical Method. A. Hand Method. The Hand-operated Longitudinal Float Shall Be Not Less Than 365 Cm (12 Feet) In Length And 15 Cm (6 Inches) In Width, Properly Stiffened To Prevent Flexibility And Warping. The Longitudinal Float, Operated From Foot Bridges Resting On The Side Forms And Spanning But Not Touching The Concrete, Shall Be Worked With A Sawing Motion While Held In A Floating Position Parallel To The Road Center Line, And Moving Gradually From One Side Of The Pavement To The Other. Movement Ahead Along The Center Line Of The Pavement Shall Be In Successive Advances Of Not More Than One-half The Length Of The Float. Any Excess Water Or Soupy Material Shall Be Wasted Over The Side Forms On Each Pass. B. Mechanical Method. The Mechanical Longitudinal Float Shall Be Of A Design Approved By The Lgu Project Engineer, And Shall Be In Good Working Condition. The Tracks From Which The Float Operates Shall Be Accurately Adjusted To The Required Crown. The Float Shall Be Accurately Adjusted And Coordinated With The Adjustment Of The Transverse Finishing Machine So That A Small Amount Of Mortar Is Carried Ahead Of The Float At All Times. The Forward Screed Shall Be Adjusted So That The Float Will Lap The Distance Specified By The Lgu Project Engineer On Each Transverse Trip. The Float Shall Pass Over Each Areas Of Pavement At Least Two Times, But Excessive Operation Over A Given Area Will Not Be Permitted. Any Excess Water Or Soupy Material Shall Be Wasted Over The Side Forms On Each Pass. C. Alternative Mechanical Method. As An Alternative, The Contractor May Use A Machine Composed Of A Cutting And Smoothing Float Or Floats Suspended From And Guided By A Rigid Frame. The Frame Shall Be Carried By Four Or More Visible Wheels Riding On, And Constantly In Contact With The Side Forms. If Necessary, Following One Of The Preceding Method Of Floating, Long Handled Floats Having Blades Not Less Than 150 Cm (5 Feet) In Length And 15 Cm (6 Inches) In Width May Be Used To Smooth And Fill In Open-textured Areas In The Pavement. Long-handled Floats Shall Not Be Used To Float The Entire Surface Of The Pavement In Lieu Of, Or Supplementing, One Of The Preceding Methods Of Floating. When Strike Off And Consolidation Are Done By The Hand Method And The Crown Of The Pavement Will Not Permit The Use Of The Longitudinal Float, The Surface Shall Be Floated Transversely By Means Of The Long-handled Float. Care Shall Be Taken Not To Work The Crown Out Of The Pavement During The Operation. After Floating, Any Excess Water And Laitance Shall Be Removed From The Surface Of The Pavement By A 3-m Straight-edge Or More In Length. Successive Drags Shall Be Lapped One-half The Length Of The Blade. 6. Straight-edge Testing And Surface Correction After The Floating Has Been Completed And The Excess Water Removed, But While The Concrete Is Still Plastic, The Surface Of The Concrete Shall Be Tested For Trueness With A 300 Cm Long Straight-edge. For This Purpose, The Contractor Shall Furnish And Use An Accurate 300-cm Straight-edge Swung From Handles 100 Cm (3 Feet) Longer Than One-half The Width Of The Slab. The Straight-edge Shall Be Held In Contact With The Surface In Successive Positions Parallel To The Road Center Line And The Whole Area Gone Over From One Side Of The Slab To The Other As Necessary. Advances Along The Road Shall Be In Successive Stages Of Not More Than One-half The Length Of The Straight-edge. Any Depressions Found Shall Be Immediately Filled With Freshly Mixed Concrete, Struck Off, Consolidated And Refinished. High Areas Shall Be Cut Down And Refinished. Special Attention Shall Be Given To Assure That The Surface Across Joints Meets The Requirements For Smoothness. Straight-edge Testing And Surface Corrections Shall Continue Until The Entire Surface Is Found To Be Free From Observable Departures From The Straight-edge And The Slab Conforms To The Required Grade And Cross-section. 7. Final Finish If The Surface Texture Is Broom Finished, It Shall Applied When The Water Sheen Has Practically Disappeared. The Broom Shall Be Drawn From The Center To The Edge Of The Pavement With Adjacent Strokes Slightly Overlapping. The Brooming Operation Should Be So Executed That The Corrugations Produced In The Surface Shall Be Uniform In Appearance And Not More Than 1.5 Mm In Depth. Brooming Shall Be Completed Before The Concrete Is In Such Condition That The Surface Will Be Unduly Roughened By The Operation. The Surface Thus Finished Shall Be Free From Rough And Porous Areas, Irregularities, And Depressions Resulting From Improper Handling Of The Broom. Brooms Shall Be Of The Quality Size And Construction And Be Operated So As To Produce A Surface Finish Meeting The Approval Of The Lgu Project Engineer. Subject To Satisfactory Results Being Obtained And Approval Of The Lgu Project Engineer, The Contractor Will Be Permitted To Substitute Mechanical Brooming In Lieu Of The Manual Brooming Herein Described. If The Surface Texture Is Belt Finished, When Straight-edging Is Complete And Water Sheen Has Practically Disappeared And Just Before The Concrete Becomes Non-plastic, The Surface Shall Be Belted With 2-ply Canvass Belt Not Less Than 20 Cm Wide And At Least 100 Cm Longer Than The Pavement Width. Hand Belts Shall Have Suitable Handles To Permit Controlled, Uniform Manipulation. The Belt Shall Be Operated With Short Strokes Transverse To The Center Line And With A Rapid Advances Parallel To The Center Line. If The Surface Texture Is Drag Finished, A Drag Shall Be Used Which Consists Of A Seamless Strip Of Damp Burlap Or Cotton Fabric, Which Shall Produce A Uniform Of Gritty Texture After Dragging It Longitudinally Along The Full Width Of Pavement. For Pavement 5 M Or More In Width, The Drag Shall Be Mounted On A Bridge Which Travels On The Forms. The Dimensions Of The Drag Shall Be Such That A Strip Of Burlap Or Fabric At Least 100 Cm Wide Is In Contact With The Full Width Of Pavement Surface While The Drag Is Used. The Drag Shall Consist Of Not Less Than 2 Layers Of Burlap With The Bottom Layer Approximately 15 Cm Wider Than The Layer. The Drag Shall Be Maintained In Such Condition That The Resultant Surface Is Of Uniform Appearance And Reasonably Free From Grooves Over 1.5 Mm In Depth. Drag Shall Be Maintained Clean And Free From Encrusted Mortar. Drags That Cannot Be Cleaned Shall Be Discarded And New Drags Be Substituted. Regardless Of The Method Used For Final Finish, The Hardened Surface Of Pavement Shall Have A Coefficient Of Friction Of 0.25 Or More. Completed Pavement That Is Found To Have A Coefficient Of Friction Less Than 0.25 Shall Be Grounded Or Scored By The Contractor At His Expense To Provide The Required Coefficient Of Friction. 8. Edging At Forms And Joints After The Final Finish, But Before The Concrete Has Taken Its Initial Set, The Edges Of The Pavement Along Each Side Of Each Slab, And On Each Side Of Transverse Expansion Joints, Formed Joints, Transverse Construction Joints, And Emergency Construction Joints, Shall Be Worked With An Approved Tool And Rounded To The Radius Required By The Plans. A Well – Defined And Continuous Radius Shall Be Produced And A Smooth, Dense Mortar Finish Obtained. The Surface Of The Slab Shall Not Be Unduly Disturbed By Tilting The Tool During The Use. At All Joints, Any Tool Marks Appearing On The Slab Adjacent To The Joints Shall Be Eliminated By Brooming The Surface. In Doing This, The Rounding Of The Corner Of The Slab Shall Not Be Disturbed. All Concrete On Top Of The Joint Filler Shall Be Completely Removed. All Joints Shall Be Tested With A Straight-edge Before The Concrete Has Set And Correction Made If One Edge Of The Joint Is Higher Than The Other. 311.3.14 Surface Test As Soon As The Concrete Has Hardened Sufficiently, The Pavement Surface Shall Be Tested With A 3-m Straight-edge Or Other Specified Device. Areas Showing High Spots Of More Than 3 Mm But Not Exceeding 12 Mm In 3 M Shall Be Marked And Immediately Ground Down With An Approved Grinding Tool To An Elevation Where The Area Or Spot Will Not Show Surface Deviations In Excess Of 3 Mm When Tested With 3 M Straight-edge. Where The Departure From Correct Cross-section Exceeds 12 Mm, The Pavement Shall Be Removed And Replaced By And At The Expense Of The Contractor. Any Area Or Section So Removed Shall Be Not Less Than 1.5 M In Length And Not Less Than The Full Width Of The Lane Involved. When It Is Necessary To Remove And Replace A Section Of Pavement, Any Remaining Portion Of The Slab Adjacent To The Joints That Is Less Than 1.5 M In Length, Shall Also Be Removed And Replaced. 311.3.15 Curing Immediately After The Finishing Operations Have Been Completed And The Concrete Has Sufficiently Set, The Entire Surface Of The Newly Placed Concrete Shall Be Cured In Accordance With Either One Of The Methods Described Herein. Failure To Provide Sufficient Cover Material Of Whatever Kind The Contractor May Elect To Use, Or The Lack Of Water To Adequately Take Care Of Both Curing And Other Requirements, Shall Be A Cause For Immediate Suspension Of Concreting Operations. The Concrete Shall Not Be Left Exposed For More Than ½ Hour Between Stages Of Curing Or During The Curing Period. In All Congested Places, Concrete Works Should Be Designed So That The Designed Strength Is Attained. 1. Cotton Of Burlap Mats The Surface Of The Pavement Shall Be Entirely Covered With Mats. The Mats Used Shall Be Of Such Length (or Width) That As Laid They Will Extend At Least Twice The Thickness Of The Pavement Beyond The Edges Of The Slab. The Mat Shall Be Placed So That The Entire Surface And The Edges Of The Slab Are Completely Covered. Prior To Being Placed, The Mats Shall Be Saturated Thoroughly With Water. The Mat Shall Be So Placed And Weighted Down So As To Cause Them To Remain In Intimate Contact With The Covered Surface. The Mat Shall Be Maintained Fully Wetted And In Position For 72 Hours After The Concrete Has Been Placed Unless Otherwise Specified. 2. Waterproof Paper The Top Surface And Sides Of The Pavement Shall Be Entirely Covered With Waterproof Paper, The Units Shall Be Lapped At Least 45 Cm. The Paper Shall Be So Placed And Weighted Down So As To Cause It To Remain In Intimate Contact With The Surface Covered. The Paper Shall Have Such Dimension But Each Unit As Laid Will Extend Beyond The Edges Of The Slab At Least Twice The Thickness Of The Pavement, Or At Pavement Width And 60 Cm Strips Of Paper For The Edges. If Laid Longitudinally, Paper Not Manufactured In Sizes Which Will Provide This Width Shall Be Securely Sewed Or Cemented Together, The Joints Being Securely Sealed In Such A Manner That They Do Not Open Up Or Separate During The Curing Period. Unless Otherwise Specified, The Covering Shall Be Maintained In Place For 72 Hours After The Concrete Has Been Placed. The Surface Of The Pavement Shall Be Thoroughly Wetted Prior To The Placing Of The Paper. 3. Straw Curing When This Type Of Curing Is Used, The Pavement Shall Be Cured Initially With Burlap Or Cotton Mats, Until After Final Set Of The Concrete Or, In Any Case, For 12 Hours After Placing The Concrete. As Soon As The Mats Are Removed, The Surface And Sides Of The Pavement Shall Be Thoroughly Wetted And Covered With At Least 20 Cm Of Straw Or Hay, Thickness Of Which Is To Be Measured After Wetting. If The Straw Or Hay Covering Becomes Displaced During The Curing Period, It Shall Be Replaced To The Original Depth And Saturated. It Shall Be Kept Thoroughly Saturated With Water For 72 Hours And Thoroughly Wetted Down During The Morning Of The Fourth Day, And The Cover Shall Remain In Place Until The Concrete Has Attained The Required Strength. 4. Impervious Membrane Method The Entire Surface Of The Pavement Shall Be Sprayed Uniformly With White Pigmented Curing Compound Immediately After The Finishing Of The Surface And Before The Set Of The Concrete Has Taken Place, Or If The Pavement Is Cured Initially With Jute Or Cotton Mats, It May Be Applied Upon Removal Of The Mass. The Curing Compound Shall Not Be Applied During Rain. Curing Compound Shall Be Applied Under Pressure At The Rate 4 L To Not More Than 14 M2 By Mechanical Sprayers. The Spraying Equipment Shall Be Equipped With A Wind Guard. At The Time Of Use, The Compound Shall Be In A Thoroughly Mixed Condition With The Pigment Uniformly Dispersed Throughout The Vehicle. During Application, The Compound Shall Be Stirred Continuously By Effective Mechanical Means. Hand Spraying Of Odd Widths Or Shapes And Concrete Surface Exposed By The Removal Of Forms Will Be Permitted. Curing Compound Shall Not Be Applied To The Inside Faces Of Joints To Be Sealed, But Approved Means Shall Be Used To Insure Proper Curing At Least 72 Hours And To Prevent The Intrusion Of Foreign Material Into The Joint Before Sealing Has Been Completed. The Curing Compound Shall Be Of Such Character That The Film Will Harden Within 30 Minutes After Application. Should The Film Be Damaged From Any Cause Within The 72 Hour Curing Period, The Damaged Portions Shall Be Repaired Immediately With Additional Compound. 5. White Polyethylene Sheet The Top Surface And Sides Of The Pavement Shall Be Entirely Covered With Polyethylene Sheeting. The Units Used Shall Be Lapped At Least 45 Cm. The Sheeting Shall Be So Placed And Weighted Down So As To Cause It To Remain Intimate Contact With The Surface Covered. The Sheeting As Prepared For Use Shall Have Such Dimension That Each Unit As Laid Will Extend Beyond The Edges Of The Slab At Least Twice The Thickness Of The Pavement. Unless Otherwise Specified, The Covering Shall Be Maintained In Place For 72 Hours After The Concrete Has Been Placed. 311.3.16 Removal Of Forms After Forms For Concrete Shall Remain In Place Undisturbed For Not Less Than Twenty Four (24) Hours After Concrete Pouring. In The Removal Of Forms, Crowbars Should Be Used In Pulling Out Nails And Pins. Care Should Be Taken So As Not To Break The Edges Of The Pavement. In Case Portions Of The Concrete Are Spalled, They Shall Be Immediately Repaired With Fresh Mortar Mixed In The Proportion Of One Part Of Portland Cement And Two Parts Fine Aggregates. Major Honeycomb Areas Will Be Considered As Defective Work And Shall Be Removed And Replaced At The Expense Of The Contractor. Any Area Or Section So Removed Shall Not Be Less Than The Distance Between Weakened Plane Joint Nor Less Than The Full Width Of The Lane Involved. 311.3.17 Sealing Joints Joints Shall Be Sealed With Asphalt Sealant Soon After Completion Of The Curing Period And Before The Pavement Is Opened To Traffic, Including The Contractor’s Equipment. Just Prior To Sealing, Each Joint Shall Be Thoroughly Cleaned Of All Foreign Materials Including Membrane Curing Compound And The Joint Faces Shall Be Clean And Surface Dry When The Seal Is Applied. The Sealing Material Shall Be Applied To Each Joint Opening To Conform To The Details Shown On The Plans Or As Directed By The Lgu Project Engineer. Material For Seal Applied Hot Shall Be Stirred During Heating So That Localized Overheating Does Not Occur. The Pouring Shall Be Done In Such A Manner That The Material Will Not Be Spilled On The Exposed Surfaces Of The Concrete. The Use Of Sand Or Similar Material As A Cover For The Seal Will Not Be Permitted. Preformed Elastomeric Gaskets For Sealing Joints Shall Be Of The Cross-sectional Dimensions Shown On The Plans. Seals Shall Be Installed By Suitable Tools, Without Elongation And Secured In Placed With An Approved Lubricant Adhesive Which Shall Cover Both Sides Of The Concrete Joints. The Seals Shall Be Installed In A Compressive Condition And Shall At Time Of Placement Be Below The Level Of The Pavement Surface By Approximately 6 Mm. The Seals Shall Be In One Piece For The Full Width Of Each Transverse Joint. 311.3.18 Protection Of Pavement The Contractor Shall Protect The Pavement And Its Appurtenances Against Both Public Traffic And Traffic Caused By His Own Employees And Agents. This Shall Include Watchmen To Direct Traffic And The Erection Of And Maintenance Of Warning Signs, Lights, Pavement Bridges Or Cross-overs, Etc. The Plans Or Special Provisions Will Indicate The Location And Type Of Device Or Facility Required To Protect The Work And Provide Adequately For Traffic. All Boreholes After Thickness And/or Strength Determinations Of Newly Constructed Asphalt And Concrete Pavements Shall Be Immediately Filled/restored With The Prescribed Concrete/asphalt Mix After Completion Of The Drilling Works. Any Damage To The Pavement, Occurring Prior To Final Acceptance, Shall Be Repaired Or The Pavement Be Replaced. 311.3.19 Concrete Pavement – Slip Form Method If The Contract Calls For The Construction Of Pavement Without The Use Of Fixed Forms, The Following Provisions Shall Apply: 1. Grade After The Grade Or Base Has Been Placed And Compacted To The Required Density, The Areas Which Will Support The Paving Machine Shall Be Cut To The Proper Elevation By Means Of A Properly Designed Machine. The Grade On Which The Pavement Is To Be Constructed Shall Then Be Brought To The Proper Profile By Means Of Properly Designed Machine. If The Density Of The Base Is Disturbed By The Grading Operation, It Shall Be Corrected By Additional Compaction Before Concrete Is Placed. The Grade Should Be Constructed Sufficiently In Advance Of The Placing Of The Concrete. If Any Traffic Is Allowed To Use The Prepared Grade, The Grade Shall Be Checked And Corrected Immediately Before The Placing Of Concrete. 2. Placing Concrete The Concrete Shall Be Placed With An Approved Slip-form Paver Designed To Spread, Consolidate, Screed And Float-finish The Freshly Placed Concrete In One Complete Pass Of The Machine In Such A Manner That A Minimum Of Hand Finish Will Be Necessary To Provide A Dense And Homogenous Pavement In Conformance With The Plans And Specifications. The Machine Shall Vibrate The Concrete For The Full Width And Depth Of The Strip Of Pavement Being Placed. Such Vibration Shall Be Accompanied With Vibrating Tubes Or Arms Working In The Concrete Or With A Vibrating Screed Or Pan Operating On The Surface Of The Concrete. The Sliding Forms Shall Be Rigidly Held Together Laterally To Prevent Spreading Of The Forms. The Forms Shall Trail Behind The Paver For Such A Distance That No Appreciable Slumping Of The Concrete Will Occur, And That Necessary Final Finishing Can Be Accomplished While The Concrete Is Still Within The Forms. Any Edge Slump Of The Pavement, Exclusive Of Edge Rounding, In Excess Of 6 Mm Shall Be Corrected Before The Concrete Has Hardened. The Concrete Shall Be Held At A Uniform Consistency, Having A Slump Of Not More Than 40 Mm (1-12/ Inches). The Slip Form Paver Shall Be Operated With As Nearly As Possible A Continuous Forward Movement And That All Operations Of Mixing, Delivering And Spreading Concrete Shall Be Coordinated So As To Provide Uniform Progress With Stopping And Starting Of The Paver Held To A Minimum. If, For Any Reason, It Is Necessary To Stop The Forward Movement Of The Paver The Vibratory And Tamping Elements Shall Also Be Stopped Immediately. No Tractive Force Shall Be Applied To The Machine, Except That Which Is Controlled From The Machine. 3. Finishing The Surface Smoothness And Texture Shall Meet The Requirements Of Subsections 311.3.13 And 311.3.14. 4. Curing Unless Otherwise Specified, Curing Shall Be Done In Accordance With One Of The Methods Included In Subsection 311.3.15. The Curing Media Shall Be Applied At The Appropriate Time And Shall Be Applied Uniformly And Completely To All Surfaces And Edges Of The Pavement. 5. Joints All Joints Shall Be Constructed In Accordance With Subsection 311.3.12. 6. Protection Against Rain In Order That The Concrete May Be Properly Protected Against Rain Before The Concrete Is Sufficiently Hardened, The Contractor Will Be Required To Have Available At All Times, Materials For The Protection Of The Edges And Surface Of The Unhardened Concrete. Such Protective Materials Shall Consist Of Standard Metal Forms Or Wood Planks Having A Nominal Thickness Of Not Less Than 50 Mm (2 Inches) And A Nominal Width Of Not Less Than The Thickness Of The Pavement At Its Edge For The Protection Of The Pavement Edges, And Covering Material Such As Burlap Or Cotton Mats, Curing Paper Or Plastic Sheeting Materials For The Protection Of The Surface Of The Pavement. When Rain Appears Imminent, All Paving Operations Shall Stop And All Available Personnel Shall Begin Placing Forms Against The Sides Of The Pavement And Covering The Surface Of The Unhardened Concrete With The Protective Covering. 311.3.22 Acceptance Of Concrete The Strength Level Of The Concrete Will Be Considered Satisfactory If The Averages Of All Sets Of Three (3) Consecutive Strength Test Results Equal Or Exceed The Specified Strength, Fc’ And No Individual Strength Test Result Is Deficient By More Than 15% Of The Specified Strength, Fc’. Concrete Deemed To Be Not Acceptable Using The Above Criteria May Be Rejected Unless The Contractor Can Provide Evidence, By Means Of Core Tests, That The Quality Of Concrete Represented By Failed Test Results Is Acceptable In Place. At Least Three (3) Representative Cores Shall Be Taken From Each Member Or Area Of Concrete In Place That Is Considered Deficient. The Location Of Cores Shall Be Determined By The Engineer So That There Will Be At Least Impairment Of Strength Of The Structure. The Obtaining And Testing Of Drilled Cores Shall Be In Accordance With Aashto T 24. Concrete In The Area Represented By The Cores Will Be Considered Adequate If The Average Strength Of The Cores Is Equal To At Least 85% Of, And If No Single Core Is Less Than 75% Of, The Specified Strength, Fc’. If The Strength Of Control Specimens Does Not Meet The Requirements Of This Subsection, And It Is Not Feasible Or Not Advisable To Obtain Cores From The Structure Due To Structural Considerations, Payment Of The Concrete Will Be Made At An Adjusted Price Due To Strength Deficiency Of Concrete Specimens As Specified Hereunder: Deficiency In Strength Of Concrete Specimens, Percent (%) Percent (%) Of Contract Price Allowed Less Than 5 100 5 To Less Than 10 80 10 To Less Than 15 70 15 To Less Than 20 60 20 To Less Than 25 50 25 Or More 0 311.3.23 Opening To Traffic The Engineer Will Decide When The Pavement May Be Opened To Traffic. The Road Will Not Be Opened To Traffic Until Test Specimens Molded And Cured In Accordance With Aashto T 23 Have Attained The Minimum Strength Requirements In Subsection 311.2.11. If Such Tests Are Not Conducted Prior To The Specified Age The Pavement Shall Not Be Operated To Traffic Until 14 Days After The Concrete Was Placed. Before Opening To Traffic, The Pavement Shall Be Cleaned And Joint Sealing Completed. 311.3.24 Tolerance And Pavement Thickness 1. General The Thickness Of The Pavement Will Be Determined By Measurement Of Cores From The Completed Pavement In Accordance With Aashto T 148. The Completed Pavement Shall Be Accepted On A Lot Basis. A Lot Shall Be Considered As 1000 Linear Meters Of Pavement When A Single Traffic Lane Is Poured Or 500 Linear Meters When Two Lanes Are Poured Concurrently. The Last Unit In Each Slab Constitutes A Lot In Itself When Its Length Is At Least ½ Of The Normal Lot Length. If The Length Of The Last Unit Is Shorter Than ½ Of The Normal Lot Length, It Shall Be Included In The Previous Lot. Other Areas Such As Intersections, Entrances, Crossovers, Ramp, Etc., Will Be Grouped Together To Form A Lot. Small Irregular Areas May Be Included With Other Unit Areas To Form A Lot. Each Lot Will Be Divided Into Five (5) Equal Segments And One Core Will Be Obtained From Each Segment In Accordance With Aashto T 24. 2. Pavement Thickness It Is The Intent Of This Specification That The Pavement Has A Uniform Thickness As Called For On The Plans For The Average Of Each Lot As Defined. After The Pavement Has Met All Surface Smoothness Requirements, Cores For Thickness Measurements Will Be Taken. In Calculating The Average Thickness Of The Pavement, Individual Measurements Which Are In Excess Of The Specified Thickness By More Than 5 Mm Will Be Considered As The Specified Thickness Plus 5 Mm And Measurement Which Are Less Than The Specified Thickness By More Than 25 Mm Shall Not Be Included In The Average. When The Average Thickness For The Lot Is Deficient, The Contract Unit Price Will Be Adjusted For Thickness In Accordance With Paragraph (3 Below). Individual Areas Within A Segment Found Deficient In Thickness By More Than 25 Mm Shall Be Evaluated By The Lgu Project Engineer, And If In His Judgment, The Deficient Areas Warrant Removal, They Shall Be Removed And Replaced By The Contractor With Pavement Of The Specified Thickness At His Entire Expense. However, If The Evaluation Of The Lgu Project Engineer Is That The Deficient Area Should Not Be Removed And Replaced, Such Area Will Not Be Paid. When The Measurement Of Any Core Is Less Than The Specified Thickness By More Than 25 Mm, The Actual Thickness Of The Pavement In This Area Will Be Determined By Taking Additional Cores At No Less Than 5 M Intervals Parallel To The Center Line In Each Direction From The Affected Location Until A Core Is Found In Each Direction, Which Is Not Deficient In Thickness By More Than 25 Mm. The Area Of Slab For Which No Payment Will Be Made Shall Be The Product Of The Paving Width Multiplied By The Distance Along The Center Line Of The Road Between Transverse Sections Found Not Deficient In Thickness By More Than 25 Mm. The Thickness Of The Remainder Of The Segment To Be Used To Get The Average Thickness Of Each Lot Shall Be Determined By Taking The Average Thickness Of Additional Cores Which Are Not Deficient By More Than 25 Mm. 3. Adjustment For Thickness When The Average Thickness Of The Pavement Per Lot Is Deficient, Payment For The Lot Shall Be Adjusted As Follows: Deficiency In The Average Thickness Per Lot (mm) Percent (%) Of Contract Price Per Lot 0 – 5 100% Payment 6 – 10 95% Payment 11 – 15 85% Payment 16 – 20 70% Payment 21 – 25 50% Payment More Than 25 Remove And Replace/ No Payment No Acceptance And Final Payment Shall Be Made On Completed Pavement Unless Core Test For Thickness Determination Is Conducted 311.4 Environmental Measures In Loading Cement To The Truck And Unloading It To The Temporary Bodega, And From The Bodega To Batching Plant And During Concrete Work Operation Workers Doing This Job Shall Be Provided With Gears So As To Avoid Inhaling Cement Dust Particles That Could Affect Their Health. Workers In Construction Site Shall Be Provided With Working Gloves, Mask Boots And Clothing To Prevent Workers From Being Contaminated With Concrete Mix. The Contractor Shall See To It That The Noise Level Of The Exhaust Mufflers Of The Equipment Shall Be At The Minimum. Otherwise, The Contractor Must Replace All The Exhaust Mufflers Of The Equipment With A New One And Or Provide Muffler Silencers. All Roads Leading The Construction Site And Batching Plant Shall Be Moist During The Entire Works Operation To Prevent The Blowing Up Of Dust Particles. During Work Operation, Precautionary Signboards Shall Be Provided By The Contractor To Prevent Accidents And Damage To The Freshly Laid Concrete.
Closing Date12 Feb 2025
Tender AmountPHP 500 K (USD 8.6 K)
Municipal Services, Contribution Organizations Tender
Electronics Equipment...+1Electrical and Electronics
Czech Republic
Details: The subject of the contract is the replacement of the external entrance staircase to the 2nd floor of the building No. 2498 and the roofing of the existing terrace. The foundations of the staircase will be carried out as a flat foundation. The foundations will be formed by concrete monolithic strips 400 mm wide and 850 mm deep. The steel structures of the staircase will be chemically anchored to the foundation strips. The foundation strips will be excavated mechanically to a depth of 100 mm above the level of the foundation joint. The remaining 100 mm will be excavated manually to prevent loosening of the soil in the foundation joint. During excavation work, it is always necessary to strictly comply with the regulations on work safety. During implementation, the designer reserves the right to change the foundation of the building based on the discovery of new facts about the subsoil. Furthermore, the designer reserves the right to take over the foundation joint and compare it with the foundation method described in the project. The designer will be asked to do this at least 3 days before covering. Vertical structures On the ceiling structure of the existing terrace, vertical steel roofing columns made of Jäckel profile 100/100/5 mm will be installed to support the steel purlin. The columns will be chemically anchored to the existing structure via footings of P12 – 250 X 250 mm. Horizontal structures The roof structure of the terrace roofing will consist of a purlin made of Jäckel profile 100/100/5 mm, which will be welded to the vertical column and anchored to the existing reinforced concrete structure via an anchor element. Steel roof trusses made of Jäckel profile 60/60/3 mm will be installed over the purlins, and the trusses will be chemically anchored to the existing structure. The external entrance staircase of the staircase will be made of steel. The outer steps and landings will be made of steel beams UPN 220 and the central step and landing beams will be made of steel profile Ipe160. A P8 sheet will be welded onto the central step, the shape of which copies the contour of the staircase. The steps of the stairs will be screwed together over this sheet, and the steps will be attached to the outer steps from the side. The vertical supporting structure will be made of steel columns Jäckel 100/100/3 mm. The stairs will be connected to each other by horizontal beams made of Jäckel profile 100/100/3 mm. The Staircase Construction Will Be Anchored To The Reinforced Concrete Structures Of The Object With M16 Screws On Chemical Mortar. The Staircase Steps And Floors Of The Landing And Intermediate Landing Will Be Made Of Porous Gratings (Expanded Metal). The Shape Of The Staircase Is Determined By The Construction Part Of The Documentation. The Railing Will Be Made According To The Requirements Of The Czech Construction Code. Roof - New Penthouse Roof Of The Terrace - Slope Of 6°. Ceramic Roofing Trapezoidal Sheet. Insulation Against Water - In The Composition Of The New Terrace Floor - Waterproofing Using Pci Barraseal Turbo With Gluing Of The Eaves Profile And Inserting Of Insulating Strips Thermal Insulation - In The Composition Of The New Terrace Floor Pir Board Thickness 30 Mm A Detailed Description Is Given In The Attached Project Documentation Processed By Proefekt - Design Office Špindlerova 672, 413 01 Roudnice NL, Ič 64013111.
Closing Date7 Feb 2025
Tender AmountCZK 1.8 Million (USD 78.5 K)
Municipality Of Bayambang Pangasinan Tender
Civil And Construction...+1Civil Works Others
Corrigendum : Closing Date Modified
Philippines
Details: Description General Specifications Project : Re-routing Of Secondary Electric Line, Internet Cables, Telephone Cables & Cctv Cables, Including Installation Of Emergency Lights & Manual Fire Alarm Bell (phase Ii) Location : Municipal Compound, Zone Ii, Bayambang, Pangasinan Area : 8,579.28 Sq.m These Specifications Are Intended To Cover The Construction Of The Rehabilitation Of Mdrrmo (retrofitting Of Column, Septic Tank, Comfort Rooms, Ceiling, Wall And Electrical Works) As Shown On The Plans And Described In These Specifications. The Entire Work Is To Be Finished In Every Part With A First-class Job To The Full Extent Of The Meaning Of Plans And Specifications. Intent And Application Of The Provisions Of This Section A. The Scope Of Work Covered Within These Specifications Is The Complete Re-routing Of Secondary Electric Line, Internet Cables, Telephone Cables & Cctv Cables, Including Installation Of Emergency Lights & Manual Fire Alarm Bell (phase Ii) Located In Municipal Compound, Zone Ii, Bayambang, Pangasinan. B. This Section Is Prepared In A Concise Manner, The Intention Of Which Is To Save Time And Effort In Locating Important Contents Within These Specifications. C. Execution Of This Section Shall Be Coordinated And Harmonized To Each Corresponding Elaborated Section Of These Same Specifications. D. In Case Discrepancies Exist Between This Section And Its Corresponding Elaborated Sections, Notify The Procuring Entity Immediately For Clarification; Their Decision Shall Be Final. E. The Contractor Shall Bear The Responsibility Of Checking All The Numbers And Units As Indicated In The Bill Of Quantities. It Is Understood That The Contractor Shall Supply And Install The Required Units In Accordance With The Plans And The Specifications. F. In Their Big Proposal, The Bidders May Propose Materials Or Equipment Or Makes Other Than Those Specified In The Boq And/or Specifications, Provided They Are Of Equivalent Specifications And Functionalities. G. During Project Implementation, The Winning Bidder/contractor May Propose Substitution Of Materials Or Equipment Or Makes Other Than Those Specified In The Contract Documents Shall Be Subject To The Approval Of The Procuring Entity For The Following Reasons Only. 1. That The Materials Or Equipment Proposed Substitution Is Equal Or Superior To The Materials Or Equipment Specified In Construction Efficiency And Utility Provided That Any And All Costs Relative Thereof Shall Be Shouldered By The Contractor. 2. Or That The Materials Or Equipment Specified Cannot Be Delivered To The Job Site On Tome To Complete The Work Of The Contractors Due To Conditions Beyond The Control Of The Contractor. 3. In Case Of A Price Difference, The Procuring Entity Shall Receive All Benefits Of The Difference In Cost Involved In Any Substitution And The Contract Shall Be Altered By Change Order To Credit The Procuring Entity With Any Savings So Obtained. H. To Receive Consideration, Request(s) For Substitution Shall Be Accompanied By Documentary Proof Of Equality Or Difference In Price And Delivery, If Any, In The Form Of Certified Quotations And Guaranteed Date Of Delivery From Suppliers Of Either The Proposed Substituted Materials Or Equipment. General Conditions Of Plans And Specifications The Execution Of This Specification, Plans And Other Related Contract Documents Shall Be Subjected To The Rules And Regulations As Provided In The General Conditions Of The Contract. The Plans And Specifications Shall Be Interpreted By The Procuring Entity And Or His/her Representative. The Contractor Is Enjoined To Confer With The Procuring Entity On Items For Clarification Before Submitting His Bid. No Excuses Shall Be Entertained For Misinterpretation Of The Plans And Specifications After The Award Of Contract. All Work As Deemed Required By The Procuring Entity Shall Be Carried Out Properly By The Contractor. A. The Contractor Shall Consult The Procuring Entity On Portion Of The Work Not Mentioned In The Specifications And Not Illustrated On The Plans. He Shall Not Work Without Proper Instruction Or Detailed Plans Approved By The Procuring Entity, Otherwise He Shall Be Responsible For The In Acceptance Of The Work Done Without Details. In Such Case, The Contractor Shall Make Good The Work At His Own Expense. B. No Alteration Or Addition Shall Be Allowed Without The Consent And Proper Documentation Approved By The Procuring Entity, Even Such Change Is Ordered By The Procuring Entity. The Contractor Shall Bring The Case To The Procuring Entity. Request For Approval Of Such Changes, Alteration, Deviation Of Work Shall Not Be Done Without The Consent Of The Procuring Entity. Changes May Be Presented To The Procuring Entity In The Form Of Shop Drawings. Two (2) Sets Of Clean Plans And Specification Shall Always Be Kept At The Jobsite To Be Available To The Procuring Entity Or Their Representative Upon His Request During The Construction. Part D. Electrical Works Item 1100. Conduits, Boxes And Fittings (conduit Works / Conduit Rough-in) Description This Item Shall Consist Of The Furnishing And Installation Of The Complete Conduit Work Consisting Of Electrical Conduits; Conduit Boxes Such As Junction Boxes, Pull Boxes, Utility Boxes, Octagonal And Square Boxes; Conduit Fittings Such As Couplings, Locknuts And Bushings And Other Electrical Materials Needed To Complete The Conduit Roughing-in Work Of This Project. Material Requirements: All Materials Shall Be Brand New And Shall Be Of The Approved Type Meeting All The Requirements Of The Philippine Electrical Code And Bearing The Philippine Standard Agency (psa) Mark. Conduits Conduits Shall Be Standard Rigid Steel, Zinc Coated Or Galvanized. Intermediate Metal Conduit May Be Used If Shown Or Specified On The Approved Plans. Pvc Conduit If Required Shall Be Schedule 40. Enamel Coated Steel Conduits And Conduits With Rough Inner Surfaces Are Not Acceptable. Conduit Boxes All Conduit Boxes Shall Be Code Gauge Steel And Galvanized. Outlet Boxes Shall Be Galvanized Pressed Steel Of Standard Make. In General, Outlet Boxes Shall Be At Least 100 Mm Square Or Octagonal, 53 Mm Deep And 16 Mm Minimum Gauge. Conduit Fittings All Conduit Fittings Such As Locknuts And Bushings Shall Be Galvanized Of Standard Make. Construction Requirements: All Works Throughout Shall Be Executed In The Best Practice In A Workmanlike Manner By Qualified And Experienced Electricians Under The Immediate Supervision Of A Duly Licensed Electrical Engineer. Conduits Conduits Should Be Cut Square With A Hacksaw And Reamed. Bends Shall Be Made With The Required Radius. In Making Bends Only Conduit Bending Apparatus Will Be Used. The Use Of A Pipe Tee Or Vise For Bending Conduits Shall Not Be Permitted. Conduits Which Have Been Crushed, Deformed Or Flattened Shall Not Be Installed. No Running Thread Shall Be Allowed. Conduit Runs Crossing Construction Joints Of The Building Shall Be Provided With Standard Expansion Fittings Of The Approved Type. No Conduits Shall Be Used In Any System Smaller Than 12 Mm Diameter Electric Trade Size Nor Shall Have More Than Four (4) 9o-degree Bends In Anyone Run And Where Necessary, Pull Boxes Shall Be Provided. All Ends Of Conduits Which Are Left Empty In Cabinets And Conduit Boxes Shall Be Plugged With Lead Or Approved Pipe Caps So As To Prevent The Entrance Of White Ants And Dirt Within The Conduit System. Pull Wires Shall Be Inserted In The Empty Ducts Before They Are Closed With Lead Or Pipe Caps And Shall Be Left Therein For Future Use. On Exposed Work, All Pipes And Outlet Boxes Shall Be Secured By Means Of Galvanized Metal Clamps Which Shall Be Held In Place By Means Of Machine Screws. When Running Over Concrete Surfaces, The Screws Shall Be Held In Place By Means Of Expansion Sleeves For Big Pipes And Rolled Lead Sheet For Small Pipes. All Pipes Shall Be Run At Right Angles To And Parallel With The Surrounding Walls. No Diagonal Run Shall Be Allowed And All Bends And Offsets Shall Be Avoided As Much As Possible. Conduits Shall Be Supported At 1,500 Mm Intervals Maximum. Conduit Boxes & Fittings Provide Conduit Boxes For Pulling And Splicing Wires And Outlet Boxes For Installation Of Wiring Devices. As A Rule, Provide Junction Boxes Or Pull Boxes In All Runs Greater Than 30 Meters In Length, For Horizontal Runs. For Other Lengths, Provide Boxes As Required For Splices Or Pulling. Pull Boxes Shall Be Installed In Inconspicuous But Accessible Locations. Support Boxes Independently Of Conduits Entering By Means Of Bolts, Red Hangers Or Other Suitable Means. Conduit Boxes Shall Be Installed Plumb And Securely Fastened. They Shall Be Set Flush With The Surface Of The Structure In Which They Are Installed Where Conduits Are Run Concealed. All Convenience And Wall Switch Outlet Boxes For Concealed Conduit Work Shall Be Deep, Rectangular Flush Type Boxes. Four-inch Octagonal Flush Type Boxes Shall Be Used For All Ceiling Light Outlets And Shall Be Of The Deep Type Where Three Or More Conduits Connect To A Single Box. Floor Mounted Outlet Boxes Required Shall Be Waterproof Type With Flush Brass Floor Plate And Brass Bell Nozzle. All Boxes Shall Be Painted With Antirust Red Lead Paint After Installation. All Conduits Shall Be Fitted With Approved Standard Galvanized Bushing And Locknuts Where They Enter Cabinets And Conduit Boxes. Junction And Pull Boxes Of Code Gauge Steel Shall Be Provided As Indicated Or As Required To Facilitate The Pulling Of Wires And Cables. General Specifications The Work To Be Done Under This Division Of Specifications Consists Of The Fabrication, Furnishing, Delivery And Installation, Complete In All Details Of The Electrical Work, At The Subject Premises And All Work Material's Incidental To The Proper Completion Of The Installation, Except Those Portions Of The Work Which Are Expressly Stated To Be 90ne By Other Fields. All' Works Shall Be Done In Accordance With The Rules And Regulations And With The Specifications. Specifications On: 1. Lighting Fixtures And Lamp A. All Lighting Fixtures And Lamps Are As Specified And Listed On Lighting Fixture Schedule. B. For Fluorescent Lamp, It Shall Be 40-watt Rapid Start Cool-white. All Fluorescent Ballast Shall Be 230 Volt, High Power Factor, Of Good Quality Materials And Approved By The Bureau Of Product Standards (bps). 2. Material Requirements All Materials To Be Used Shall Conform To The Bps Specification. 3. Construction Requirements A. All Grounding System Installation Shall Be Executed In Accordance With The Approved Plans. B. Grounding System Shall Include Building Perimeter Ground Wires, Ground Rods, Clamps, Connectors, Ground Wells And Ground Wire Taps As Shown In The Approved Design. Auxiliary Systems All Auxiliary Systems Such As Telephone And Intercom System, Time Clock System, Fire Alarm System And Public Address/nurse's Call/paging System Installations Shall Be Done In Accordance With The Approved Design. All Materials To Be Used Shall Conform To The Bureau Of Product Standards (bps) Specifications. Important Requirement Regarding Supervision Of The Work And Submission Of Certificate Of Completion. All Wiring Installation Herein Shall Be Done Under The Direct Supervision Of A Licensed Electrical Engineer At The Expense Of The Contractor. The Contractor Shall Submit The Certificate Of Completion Duly Approved By The Owner's Representative. Test And Guarantee Upon Completion Of The Electrical Construction Work, The Contractor Shall Provide All Test Equipment And Personnel And To Submit Written Copies Of All Test Results. The Contractor Shall Guarantee The Electrical Installation Are Done And In Accordance With The Approved Plans And Specifications. The Contractor Shall Guarantee That The Electrical Systems Are Free From' All Grounds And From All Defective Workmanship And Materials And Will Remain So For A Period Of One Year From Date And Acceptance Of Works. Any Defect Shall Be Remedied By The Contractor At His Own Expense. Method Of Measurement The Work Under This Item Shall Be Measured Either By Lengths, Pieces, Pairs, Lot And Set Actually Placed And Installed As Shown On The Approved Plans. Basis Of Payment All Works Performed And Measured And As Provided For In The Bill Of Quantities Shall Be Paid For At The Unit Bid Or Contract Unit Price Which Payment Shall Constitute Full Compensation Including Labor, Materials, Tools And Incidentals Necessary To Complete This Item. Payment Shall Be Made Under: Pay Item Number Description Unit Of Measurement 1100 Conduits, Boxes And Fittings (conduit Works / Conduit Rough-in) Lot Item 1101. Wires And Wiring Devices Description This Item Shall Consist Of The Furnishing And Installation Of All Wires And Wiring Devices Consisting Of Electric Wires And Cables, Wall Switches, Convenience Receptacles, Heavy Duty Receptables And Other Devices Shown On The Approved Plans But Not Mentioned In These Specifications. Material Requirements Wires And Cables Shall Be Of The Approved Type Meeting All The Requirements Of The Philippine Electrical Code And Bearing The Psa Mark. Unless Specified Or Indicated Otherwise, All Power And Lighting Conductors Shall Be Insulated For 600 Volts. All Wires Shall Be Copper, Soft Drawn And Annealed, Smooth And Of Cylindrical Form And Shall Be Centrally Located Inside The Insulation. All Wiring Devices Shall Be Standard Products Of Reputable Electrical Manufacturers. Wall Switches Shall Be Rated At Least 1 Oa, 250 Volts And Shall Be Spring Operated, Flush, Tumbler Type. Duplex Convenience Receptacles Shall Be Rated At Least 15a, 250 Volts, Flush, Parallel Slots. Single Heavy Duty Receptacles Shall Be Rated At Least 20a, 250 Volts. 3wire, Flush, Polarized Type. Construction Requirements Conductors Or Wires Shall Not Be Drawn In Conduits Until After The Cement Piaster Is Dry And The Conduits Are Thoroughly Cleaned And Free From Dirt And Moisture. In Drawing Wires Into Conduits, Sufficient Slack Shall Be Allowed To Permit Easy Connections For Fixtures, Switches, Receptacles And Other Wiring Devices Without The Use Of Additional Splices. All Conductors Of Convenience Outlets And Lighting Branch Circuit Home Runs Shall Be Wired With A Minimum Of 3.5 Mm In Size. Circuit Home Runs To Panel Boards Shall Not Be Smaller Than 3.5 Mm But All Home Runs To Panel Board More Than 30 Meters Shall Not Be Smaller Than 5.5 Mm. No Conductor Shall Be Less Than 2 Mm In Size. All Wires Of 14mm And Larger In Size Shall Be Connected To Panels And Apparatus By Means Of Approved Type Lugs Or Connectors Of The Solder Less Type, Sufficiently Large Enough To Enclose All Strands Of The Conductors And Securely Fastened. They Shall Not Loosen Under Vibration Or Normal Strain. All Joints, Taps And Splices On Wires Larger Than 14 Mm Shall Be Made Of Suitable Solder Less Connectors Of The Approved Type And Size. They Shall Be Taped With Rubber And Pvc Tapes Providing Insulation Not Less Than That Of The Conductors. No Splices Or Joints Shall Be Permitted In Either Feeder Or Branch Conductors Except Within Outlet Boxes Or Accessible Junction Boxes Or Pull Boxes. All Joints In Branch Circuit Wiring Shall Be Made Mechanically And Electrically Secured By Approved Splicing Devices And Taped With Rubber And Pvc Tapes In A Manner Which Will Make Their Insulation As That Of The Conductor. All Wall Switches And Receptacles Shall Be Fitted With Standard Bakelite Face Plate Covers. Device Plates For Flush Mounting Shall Be Installed With All Four Edges In Continuous Contact With Finished Wall Surfaces Without The Use Of Coiled Wire Or Similar Devices. Plaster Fillings Will Not Be Permitted. Plates Installed In Wet Locations Shall Be Gasketed. When More Than One Switch Or Device Is Indicated In A Single Location, Gang Plate Shall Be Used. Method Of Measurement The Work Under This Item Shall Be Measured Either By Meters, Rolls, Pieces, And Set, Actually Placed And Installed As Shown On The Plans. Basis Of Payment All Work Performed And Measured And As Provided For In This Bid Of Quantities Shall Be Paid For At The Unit Bid Or Contract Unit Price Which Payment Shall Constitute Full Compensation Including Labor, Materials, Tools And Incidentals Necessary To Complete This Item. Payment Shall Be Made Under: Pay Item Number Description Unit Of Measurement 1101 Wires And Wiring Devices Lot Item 1102. Power Load Center, Switchgear And Panel Boards, And Other Overcurrent Protection Devices Description This Item Shall Consist Of The Furnishing And Installation Of The Power Load Center Unit Substation Or Low Voltage Switchgear And Distribution Panel Boards At The Location Shown Or The Approved Plans Complete With Transformer, Circuit Breakers, Cabinets And All Accessories, Completely Wired And Ready For Service. Material Requirements All Materials Shall Be Brand New And Shall Be Of The Approved Type. It Shall Conform To The Requirements Of The Philippine Electrical Code And Shall Bear The Philippine Standard Agency (psa) Mark. Power Load Center Unit Substation The Contractor Shall Furnish And Install An Indoor-type Power Load Center Unit Substation At The Location Shown On The Approved Plans If Required. It Shall Be Totally Metal-enclosed, Dead Front And Shall Consist Of The Following Coordinated Component Parts: High Voltage Primary Section: High Voltage Primary Incoming Line Section Consisting Of The Following Parts And Related Accessories: A. One (1) Air-filled Interrupter Switch, 2-position (open-close) Installed In A Suitable Air Filled Metal Enclosure And Shall Have Sufficient Interrupting Capacity To Carry The Electrical Load. It Shall Be Provided With Key Interlock With The Cubicle For The Power Fuses To Prevent Access To The Fuses Unless The Switch Is Open. B. Three (3)-power Fuses Mounted In Separate Compartments Within The Switch Housing And Accessible By A Hinged Door. C. One 1) Set Of High Voltage Potheads Or 3-conductor Cables Or Three Single Conductor Cables. D. Lightning Arresters Shall Be Installed At The High Voltage Cubicle If Required. Items (a) And (b) Above Could Be Substituted With A Power Circuit Breaker With The Correct Rating And Capacity. Transformer Section The Transformer Section Shall Consist Of A Power Transformer With Ratings And Capacities As Shown On The Plans. It Shall Be Oil Liquid-filled Non-flammable Type And Designed In Accordance With The Latest Applicable Standards. The Transformer Shall Be Provided With Four (4 Approximately 2 1/2 % Rated Kva Taps On The Primary Winding In Most Cases One (1) Above And Three (3) Below Rated Primary Voltage And Shall Be Changed By Means Of Externally Gang-operated Manual Tap Changer Only When The Transformer Is De-energized. Tap Changing Under Load Is Acceptable If Transformer Has Been So Designed. The Following Accessories Shall Be Provided With The Transformer, Namely: Drain Valve, Sampling Device, Filling Connection, Oil Liquid Level Gauge, Ground Pad, Top Filter Press Connection, Lifting Lugs, Diagrammatic Nameplate, Relief Valve, Thermometer And Other Necessary Related Accessories. The High-voltage And Low-voltage Bushings And Transition Flange Shall Be Properly Coordinated For Field Connection To The Incoming Line Section And Low Voltage Switchboard Section, Respectively. Low-voltage Switchboard Section The Low-voltage Switchboard Shall Be Standard Modular-unitized Units, Metal-built, Dead Front, And Safety Type Construction And Shall Consist Of The Following: A. Switchboard Housing The Housing Shall Be Heavy Gauge Steel Sheet, Dead Front Type, Gray Enamel Finish Complete With Frame Supports, Steel Bracings, Steel Sheet Panel Boards, Removable Rear Plates, Copper Bus Bars, And All Other Necessary Accessories To Insure Sufficient Mechanical Strength And Safety. It Shall Be Provided With Grounding Bolts And Clamps. B. Secondary Metering Section The Secondary Metering Section Shall Consist Of One (1) Ammeter, Ac, Indicating Type; One (1) Voltmeter, Ac, Indicating Type, One (1) Ammeter Transfer Switch For 3-phase; One (1) Voltmeter Transfer Switch For 3phase; And Current Transformers Of Suitable Rating And Capacity. The Above-mentioned Instruments Shall Be Installed In One Compartment Above The Main Breaker And Shall Be Complete With All Necessary Accessories Completely Wired, Ready For Use. C. Main Circuit Breaker The Main Circuit Breaker Shall Be Draw-out Type, Manually Or Electrically Operated As Required With Ratings And Capacity As Shown On The Approved Plans. The Main Breaker Shall Include Insulated Control Switch If Electrically Operated, Manual Trip Button, Magnetic Tripping Devices, Adjustable Time Over Current Protection And Instantaneous Short Circuit Trip And All Necessary Accessories To Insure Safe And Efficient Operation. D. Feeder Circuit Breakers There Shall Be As Many Feeder Breakers As Are Shown On The Single Line Diagram Or Schematic Riser Diagram And Schedule Of Loads And Computations On The Plans. The Circuit Breakers Shall Be Draw Out Or Molded Case As Required. The Circuit Breakers Shall Each Have Sufficient Interrupting Capacity And Shall Be Manually Operated Complete With Trip Devices And All Necessary Accessories To Insure Safe And Efficient Operation. The Number, Ratings, Capacities Of The Feeder Branch Circuit Breakers Shall Be As Shown On The Approved Plans. Circuit Breakers Shall Each Be Of The Indicating Type, Providing "on" - "off" And "trip" Positions Of The Operating Handles And Shall Each Be Provided With Nameplate For Branch Circuit Designation. The Circuit Breaker Shall Be So Designed That An Overload Or Short On One Pole Automatically Causes All Poles To Open. Low-voltage' Switchgear (for Projects Requiring 'low-voltage Switchgear Only). The Contractor Shall Furnish And Install Low-voltage Switchgear At The Location Shown On The Plans. It Shall Be Metal-clad, Dead Front, Free Standing, Safety Type Construction And Shall Have Copper Bus Bars Of Sufficient Size, Braced To Resist Allowable Root Mean Square (rms) Symmetrical Short Circuit Stresses, And All Necessary Accessories. The Low-voltage Switchgear Shall Consist Of The Switchgear Housing, Secondary Metering, Main Breaker And Feeder Branch Circuit Breakers And All Necessary Accessories, Completely Wired, Ready For Service. Grounding System: All Non-current Carrying Metallic Parts Like Conduits, Cabinets And Equipment Frames Shall Be Properly Grounded In Accordance With The Philippine Electrical Code, Latest Edition. The Size Of The Ground Rods And Ground Wires Shall Be As Shown On The Approved Plans. The Ground Resistance Shall Not Be More Than 5 Ohms. Panel Boards And Cabinets Panel Boards Shall Conform To The Schedule Of Panel Boards As Shown On The Approved Plans With Respect To Supply Characteristics, Rating Of Main Lugs Or Main Circuit Breaker, Number And Ratings And Capacities Of Branch Circuit Breakers. Panel Boards Shall Consist Of A Factory Completed Dead Front Assembly Mounted In An Enclosing Flush Type Cabinet Consisting Of Code Gauge Galvanized Sheet Steel Box With Trim And Door. Each Door Shall Be Provided With Catch Lock And Two-(2) Keys. Panel Boards Shall Be Provided With - Directories And Shall Be Printed To Indicate Load Served By Each Circuit. Panel Board Cabinets And Trims Shall Be Suitable For The Type Of Mounting Shown On The Approved Plans. The Inside And Outside Of Panel Board Cabinets And Trims Shall Be Factory Painted With One Rust Proofing Primer Coat And Two Finish Shop Coats Of Pearl Gray Enamel Paint. Main And Branch Circuit Breakers For Panel Boards Shall Have The Rating, Capacity And Number Of Poles As Shown On The Approved Plans. Breakers Shall Be Thermal Magnetic Type. Multiple Breaker Shall Be Of The Common Trip Type Having A Single Operating Handle. For 50-ampere Breaker Or Less, It May Consist Of Single-pole Breaker Permanently Assembled At The Factory Into A Multi-pole Unit. Construction Requirements The Contractor Shall Install The Power Load Center Unit Substation Or Low-voltage Switchgear And Panel Boards At The Locations Shown On The Approved Plans. Standard Panels And Cabinets Shall Be Used And Assembled On The Job. All Panels Shall Be Of Dead Front Construction Furnished With Trims For Flush Or Surface Mounting As Required. Method Of Measurement The Work Under This Item Shall Be Measured Either By Set And Pieces Actually Placed And Installed As Shown On The Approved Plans. Basis Of Payment All Works Performed And Measured And As Provided For In The Bill Of Quantities Shall Be Paid For At The Unit Bid Or Contract Unit Price Which Payment Shall Constitute Full Compensation Including Labor, Materials, Tools And Incidentals Necessary To Complete This Item. Payment Shall Be Made Under: Pay Item Number Description Unit Of Measurement 1102 Power Load Center, Switchgear And Panel Boards, And Other Overcurrent Protection Devices Lot Item 1103. Lighting Fixtures And Devices Specifications On: Lighting Fixtures And Lamp A. All Lighting Fixtures And Lamps Are As Specified And Listed On Lighting Fixture Schedule. B. For Fluorescent Lamp, It Shall Be 40-watt Rapid Start Cool-white. All Fluorescent Ballast Shall Be 230 Volt, High Power Factor, Of Good Quality Materials And Approved By The Bureau Of Product Standards (bps). Material Requirements All Materials To Be Used Shall Conform To The Bps Specification. Construction Requirements A. All Grounding System Installation Shall Be Executed In Accordance With The Approved Plans. B. Grounding System Shall Include Building Perimeter Ground Wires, Ground Rods, Clamps, Connectors, Ground Wells And Ground Wire Taps As Shown In The Approved Design. Method Of Measurement The Work Under This Item Shall Be Measured Either By Set, Pieces, Or Lot Actually Placed And Installed As Shown On The Approved Plans. Basis Of Payment All Works Performed And Measured And As Provided For In The Bill Of Quantities Shall Be Paid For At The Unit Bid Or Contract Unit Price Which Payment Shall Constitute Full Compensation Including Labor, Materials, Tools And Incidentals Necessary To Complete This Item. Payment Shall Be Made Under: Pay Item Number Description Unit Of Measurement 1103 Lighting Fixtures And Devices Lot Item 1208. Fire Alarm System Manual Fire Alarm Bell Fire Alarm Bell Dimensions: 6" Or 150mm X 61mm Height Material: Metal Gong, Plastic Base Operating Voltage: 220v Ac+-5% Operating Current: 95db Break Glass Fire Alarm Switch Dimensions: 3-1/2" X 3-1/2" X 2" Https://drive.google.com/drive/folders/1m_6il4ggq7pv2auiduf0y0nk0b6rz5om?usp=sharing
Closing Date11 Feb 2025
Tender AmountPHP 1.3 Million (USD 23.9 K)
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Others
United States
Details: Page 14 Of 14
no Phone Calls. Send Any Responses By E-mail Only. As This Is A Sources Sought Notice For Market Research Purposes, The Government Will Not Accept Any Technical Questions At This Time.
this Is A Sources Sought Notice To Determine Small Business Sources Capable Of Providing Hazardous Waste Management Services Per This Notice Under Naics 562211 (hazardous Spill Containment And Clean-up Equipment And Material). Small Business Size Standard Is $47 Million. Product Service Code (psc) Is 4235 (hazardous Waste Treatment And Disposal).
background:
this Is A Sources Sought Notice Being Released Pursuant To Federal Acquisition Regulation (far) Part 10: Market Research. This Notice Is Issued Solely For Informational, Market Research, And Planning Purposes Only. It Does Not Constitute A Solicitation Or A Promise To Issue A Solicitation In The Future.â This Notice Does Not Commit The Federal Government To Contract For Any Service At This Time.
further, The U.s.t Department Of Veterans Affairs, Network Contracting Office (nco) 23/ Supply Services Team 1 Is Not At This Time Seeking Offers And Will Not Accept Unsolicited Offers.â
respondents Are Advised That The Federal Government Will Not Pay For Any Information Or Administrative Costs Incurred In Response To This Notice. All Costs Associated With Responding To This Notice Will Be Solely At The Responding Party S Expense.
responses To This Notice Are Not Offers And Cannot Be Accepted By The Federal Government To Form A Binding Contract.â Although The Term Offeror Is Used In This Notice, Your Respective Organization S Response Will Be Treated As Information Only And Shall Not Be Used As An Offer.
objective:
the Objective Of This Notice Is To Conduct Market Research To Determine If There Are Service Disabled Veteran Owned Small Business (sdvosb) Or Veteran Owned Small Business (vosb) Sources, Or Any Other Small Businesses Capable Of Providing Hazardous Waste Management Services For The St. Cloud, Mn Va Hcs.
description Of Service:
see Attached Proposed Statement Of Work.
places Of Performance:
see Attached Proposed Statement Of Work.
potential Scope Of Work:
see Attached Proposed Statement Of Work.
potential Certifications And Licensure:
see Attached Proposed Statement Of Work.
submittal Of Responses:
responses Shall Be Sent Via Electronic Mail Only By 5:00 Pm Central Standard Time (cst), 1-10-2025 To:
amanda Patterson-elliott
contracting Specialist
e-mail: Amanda.patterson-elliott@va.gov
offerors Shall Submit A Capability Statement Indicating Their Ability And Experience To Provide The Services Cited Above; Such Statement Shall Also List:
name Of Offeror
address Of Offeror
uei Number Of Offeror
point Of Contact Name, Phone Number, And E-mail Of Offeror
whether Or Not Vendor Is Sdvosb Or Vosb; Sdvosb And Vosb Will Be Verified Through Vet Biz At Https://veterans.certify.sba.gov/ .
whether Or Not Vendor Has General Services Administration (gsa) Federal Supply Schedule (fss) Contract; If So, Please Provide Gsa Fss Contract Number Certifications And Licensure That Its Applicable Staff Holds
disclaimer
This Rfi Is Issued Solely For Information And Planning Purposes Only And Does Not Constitute A Solicitation. All Information Received In Response To This Rfi That Is Marked As Proprietary Will Be Handled Accordingly. In Accordance With Far 15.201(e), Responses To This Notice Are Not Offers And Cannot Be Accepted By The Government To Form A Binding Contract. Responders Are Solely Responsible For All Expenses Associated With Responding To This Rfi.
statement Of Work
title: Hazardous Waste Management Services
overview: The St. Cloud Va Has A Need For A Qualified Contractor With The Capability And Capacity To Provide Disposal Services For Hazardous Waste, Non-hazardous Chemical Waste, Specialty Waste (i.e. Hazardous Pharmaceutical, High Hazardous Waste, Dea Drug Waste, Non-hazardous Pharmaceutical, And Dual Waste [hazardous Chemical And Bio-hazardous Combined]), Universal Waste, Emergency Spill Response Services, Lab Pack Services That Include Supplies, Labeling, Lab-packing, Consolidation, Shipment, Manifesting, And Consulting.
this Contract Will Not Include The Disposal Of Infectious, Bio-hazardous, Radiological, Or Pathological Waste Except For Dual (chemical And Infectious Combined) Waste.
acronyms:
a. Co Contracting Officer
b. Cor Contracting Officer S Representative
c. Va Department Of Veterans Affairs
d. Vahcs St. Cloud Va Health Care System
e. Sow Statement Of Work
f. Osha - Occupational Safety And Health Administration
g. Epa - Environmental Protection Agency
h. Dot Department Of Transportation
i. Mpca Minnesota Pollution Control Agency
j. Jc Joint Commission
k. Mdh Minnesota Department Of Health
l. Cdc Centers For Disease Control
m. Dea Drug Enforcement Administration
n. Rcra Resource Conservation And Recovery Act
o. Cfr Code Of Federal Regulations
p. Contractor Employee Means All Contractor Staff, Technicians, Personnel, Subcontractors Or Persons Working On Behalf Of The Contractor.
4. Place Of Performance:
st. Cloud Va Health Care System, 4801 Veterans Drive, St. Cloud, Mn 56303
period Of Performance:
this Contract Will Be A Single Award, Firm Fixed Price Indefinite Delivery, Indefinite Quantity, Service Contract For One (1) Base Year From 02/01/2025 01/31/2026 With Four (4) Option Years. Renewal Of Option Years Is Subject To Availability Of The Next Fiscal Year Funding.
qualifications And Special Certifications:
contractor Must Obtain All Necessary Permits And/or Licenses Regarding The Pickup And Incineration Or Other Acceptable Disposition As Regulated By State And Federal Epa Guidelines For Hospital Hazardous/dual Waste.
*the Primary Contractor Must Own Their Own Licensed Treatment, Storage, And Disposal Facilities.
treatment, Storage And Disposal Facilities (tsdfs) Need A Resource Conversation And Recovery Act (rcra) Permit.
federal Certificate Of Registration To Transport Hazardous Waste
federal Safety Permit To Travel On Highways
if Waste Covered Under This Contract Must Be Transported Through A Jurisdiction Which Requires Special Licensing Or Permitting, The Contractor And/or Subcontractor Shall Obtain And Maintain All Necessary Licenses And Permits. The Contractor Shall Provide Copies Of These Licenses And Permits To The Cor.
the Contractor And/or Subcontractor Shall, Without Additional Cost To The St. Cloud Vahcs Or Federal Government, Provide And Maintain All Licenses And Permits For Personnel, Trailers, Containers, Vehicles, And Other Resources Required For Proper Transportation And Disposal Of The Wastes Covered Under This Contract In Accordance With All Applicable Federal, State, Local, Municipal, And Va, Laws, Regulations, And Requirements.
if Appropriate Licenses And Permits Are Not Maintained In Accordance With These Applicable Laws, Regulations And Requirements, The St. Cloud Vahcs May Terminate The Contract Effective Upon Discovery.
the Contractor Is Required To Perform Characterization Of All Waste Streams Identified By Each Facility Using Process Knowledge, Identity Of The Chemicals, And Other Types Of Chemical Analysis Including But Not Limited To Toxicity Characteristic Leaching Procedure (tclp).
chemical Wastes Shall Include But Not Be Limited To Flammables, Corrosives, Poisons/toxics/lethal, Reactive Wastes, Dual And Hazardous Waste, And Universal Waste. Work Shall Be Performed In Accordance With All Applicable, Federal, State, Local And All Governing Regulations.
the Successful Offeror Must Possess The Necessary Technical Expertise And Resources Required By This Statement Of Work To Be Considered For Contract Award.
regulations / Directives / Policies:
the Contractor Must Comply With All Applicable Federal (us Epa, Us Osha, Us Dot), State (mn Osha, Mpca), Interstate, National Consensus Standards (jc), And Local Requirements, Rules, Regulations, And Laws Relative To The Handling, Removal, Manifesting, Transportation, Management, Disposal And/or Treatment Of Hazardous, Non-hazardous And Specialty Wastes.
the Contractor May Not Attempt To Circumvent Mn01 Lethality Waste Characteristics By Repackaging And Reprofiling In Another State.
scope Of Work:
contractor Shall Provide All Labor, Personnel, Transportation, Vehicles, Equipment, Tools, And Materials Necessary To Provide Hazardous Waste Management Services.
contractor Shall Have The Capability And Capacity To Provide Hazardous, Dual, Universal, And Dea Drug Waste, Waste Disposal Services, Lab Packs, And Removal Of Non-hazardous Chemical Waste Removal And Disposal From The Vahcs, In Accordance With Current Federal, State, And Local Regulations.
services Shall Include Pharmaceutical Formulary Review; Technical Consulting; Electronic Record Keeping; Emergency Spill Response; Analysis, Documentation, Waste Treatment, Disposal And Support Services Required To Categorize, Package, Transport, Document And Dispose Of Hazardous, High Hazardous, Dual, And Universal, And Non-hazardous Chemical Wastes And Their Containers.
the Certification And Accreditation Requirements Under Va Handbook 6500 Do Not Apply, And As Such A Security Accreditation Package Is Not Required.
wate Removal And Shipment:
the Contract Will Include Removal, Documentation, And Shipment Of Wastes From The Designated Hazardous Waste Storage Area At The St. Cloud Va Hcs.
this Will Include Periodic Shipments Of Dea Controlled Substances Waste And All Labor And Equipment To Package, Transport, Treat And Dispose Of Waste.
Protection And Mandates:
contractor Will Provide Appropriate Protection For His/her Employees To Be Within Cdc Guidelines That Include Barrier Precautions, I.e., Gloves, Masks, Eyewear And/or Waterproof Gowns, Aprons, (lab) Coats Or Respirators As Necessary.
cor Or Cor Designee Will Notify Contractor Of Areas With The Health Care Systems Or Unusual Circumstances Requiring Personal Protective Equipment (ppe) Beyond Standard Practices.
contractor Will Comply With All Applicable Osha, Mpca, The Joint Commission, Mdh, Federal, State, Interstate And Local Requirements, Rules, Regulations, And Laws Respecting Control And Abatement Of Pharmaceutical And Hazardous Waste Disposal And Management.
obtain All Necessary Permits And/or Licenses Regarding The Pickup And Incineration Or Other Acceptable Disposition As Regulated By State And Federal Epa Guidelines For Hospital Hazardous/dual Waste.
this Includes Any Laws In Other States That Are Applicable To The Transportation Of Hazardous/dual Waste Across State Lines.
potential Successful Contractor May Be Asked For Documentation That Will Help Determine Contractor Responsibility And Whether The Transporter Is Aware Of And In Compliance With (these) Regulatory Requirements.
the Vahcs Requires Hazardous Waste Removal At A Minimum Of Six (6) Visits Per Year/every Other Month.
contractor Must Check In With The Cor Or His/her Designee Prior To Beginning Any Work And After Completion.
shipments Of Hazardous, Dual, Universal, And Non-hazardous Healthcare Waste Must Be Provided Every Other Month, Or As Needed Based On Generation.
periodic Shipments Of Dea Controlled Substances Waste.
all Labor And Equipment To Package, Transport, Treat And Dispose Of Waste.
technical Expertise To Categorize And Profile Waste And Advise On Federal, State, Municipal And Local Regulatory Compliance.
consulting Services
at The St. Cloud Va S Request, The Contractor Will Provide Technical Expert Consulting Services On Topics Related To Epa, State Specific Rcra, Dot, And Other Environmental Regulations.
pharmaceutical Formulary Review Annual Update
annual Pharmaceutical Formulary Review And Report That Identifies All Listed And Characteristic Waste And Codes Including Minnesota Specific Waste Codes.
the Contractor Will Provide An Electronic Review Of The Vahcs Formulary And Provide Recommendations As Appropriate.
the Completed Review Will Identify All Listed Waste, Characteristic Waste, And Rcra-equivalent Waste, Including State Specific Waste Codes, E.g. Mn01 Lethal.
the Final Review Will Be Submitted In Microsoft Excel Spreadsheet In An Electronic File.
electronic Record Keeping And Reporting.
controlled Substances Disposal
contractor Personnel Will Be Escorted By Vahcs Staff.
the Contractor Will Be Responsible For The Disposal Of Controlled Substances From The St. Cloud Va Hcs Pharmacy In Compliance With All Applicable Dea, Epa, Mpca, And Local Regulations And The Needs Of The Department Of Veterans Affairs.
transportation: Hazardous Waste Shall Be Transported On The Public Highways In Vehicles That Are Licensed, Permitted, Or Otherwise Registered In Accordance With All Applicable Federal, State, Municipal And Local Laws.
license Number(s) Must Be Posted On The Exterior Of The Vehicles.
each Vehicle Transporting Hazardous Waste Must Have An Emergency Spill Clean-up Plan And Basic Cleanup Equipment On Board.
out Of Country Shipments Are Prohibited Under This Contract.
disposal: Contractor Will Dispose Of Hazardous Waste In A Manner That Leaves No Future Expense Potential To The Va Or The Federal Government. Chemicals Should Be Disposed Of In The Following Preferred Priority:
the Treatment Of The Chemical Waste (at A Facility Approved For Such Processing By An Appropriate State Or Federal Agency) In A Manner That Renders It No Longer A Hazardous Waste As Defined In The 40 Cfr Series. These Processes Include (but Are Not Limited To):
reprocessing Or Recovery Followed By Recycling/reuse.
chemical Neutralization Or Detoxification.
thermal Treatment (e.g. Incineration, Pyrolysis).
the Long-term Internment (burial) In A Secure Chemical Landfill Site Approved For Such By The Appropriate State Or Federal Agency.
acceptance Of The Hazardous Property (chemical Wastes) At A Properly Permitted Treatment, Storage, Or Disposal Site Does Not Constitute Disposal And/or Completion Of The Contract.
it Is The Prime Contractor S Responsibility To Obtain All Necessary Documentation To Prove That The Timely End Disposal Of All Items Has Been Accomplished.
contractor Shall Provide The Cor With A List Of Disposal Facilities That Will Be Used In Conjunction With This Contract. This List Must Include The Name Of The Company, Address, City, And State, Zip Code, Telephone Number, Epa Id And State Permit Number.
this Contract Will Not Include The Disposal Of Infectious, Bio-hazardous, Radiological, Or Pathological Waste With The Exception Of Dual (chemical And Infectious Combined) Waste.
waste Spill Or Release: Should Waste Be Spilled Or Released During The Performance Of Services, Through No Fault Of The St. Cloud Va Hcs, The Contractor Will Be Responsible For Cleanup And All Costs Associated With The Satisfactory Remediation Of The Incident.
this Will Include The Cost Of All Labor And Materials, Repair Of Any Damage, And/or Harm Caused To Patients, Visitors, And Staff. Cleanup Shall Be Performed To The Satisfaction Of Regulatory Authorities And The Cor.
when Waste Is Spilled Or Release By The Contractor During The Performance Of Services The Contractor Shall Submit A Spill Report.
such Incidents Shall Be Reported To The Cor Immediately By Telephone And In Writing No Later Than Seven (7) Workdays After Leaving The Site.
the Spill Report Shall List At A Minimum The Type Of Spill, Amount Of Waste, And Personnel Exposed To The Spilled Waste.
the Contractor Shall Provide Certification That The Spill Was Cleaned Up, A Statement Concerning The Effect On Any Employees, And A Description Of The Cause And Corrective Measure Instituted By Contractor To Ensure Spills Do Not Occur Again.
Schedule:
the Contractor And Cor Will Arrange For Scheduled/routine (non-emergency) Services That Occur On A Bi-monthly Basis.
work Hours:
the Contractor Shall Perform Services During Normal Business Hours, 8:00 Am - 4:30 Pm, Monday Through Friday, Excluding Federal Holidays. The Eleven National Holidays Observed By The Federal Government Are:
New Years Day January 1st
Martin Luther King Jr. Day Third Monday In January
Presidents Day Third Monday In February
Memorial Day Last Monday In May
Juneteenth June 19th
Independence Day July 4th
Labor Day First Monday In September
Columbus Day Second Monday In October
Veterans Day November 11th
Thanksgiving Day Fourth Thursday In November
Christmas Day December 25th
Any Additional Federal Holiday Declared By The President Of The United States
if The Holiday Falls On A Saturday, The Previous Friday Will Be Observed And If The Holiday Falls On A Sunday, The Following Monday Will Be Observed.
the Cor Or Dot Hazmat Certified Designee Are Available During Those Hours For The Approval/signature Of Shipping Manifests And Other Required Documentation Unless Exigent Circumstances Require Services During An Unscheduled Time.
any Service Performed Outside Of Normal Working Hours Shall Be Approved In Advance By The Contracting Officer S Representative Cor.
after-hours Access Will Be Coordinated With The Gems Program Manager Or The Gems Program Manager S Site Designee.
emergency Services:
the Contractor Must Be Available 24/7 And Will Take Responsibility For Up To Two (2) Chemical Spills/releases Per Year At The St. Cloud Va Hcs.
the Contractor Shall Provide A Primary And Alternate Point Of Contact To The Cor Within 5 Days Of Contract Award. Information Shall Include A 24-hour Emergency Contact (name, Telephone #, Mobile #) Available During Contractor S Non-business Hours.
training For Contractor Personnel:
the Contractor S On-site Staff Shall Have Training In Hazardous Waste Handling And Emergency Procedures And Provide Documentation Of This Training.
this Training Shall Include Osha, Epa, Minnesota Pollution Control, And Dot (including Hm 181) Regulations.
permits, Licenses, And Regulatory Compliance:
the Contractor Shall Maintain All Applicable Permits And Licenses For Services Provided And Comply With All Applicable Federal, State, Municipal And Local Laws, Rules, And Regulations.
the Contractor Will Obtain And Maintain Any Additional Permits And Licenses That May Be Required Because Of Changes In Regulations.
this Includes Compliance With All Occupational Safety And Health Administration (osha), Environmental Protection Agency (epa), Minnesota Pollution Control Agency (mpca), Joint Commission (jc), Minnesota Department Of Health (mdh) Requirements And Requirements In Other States Applicable To The Transportation And Disposal Of Waste That Crosses State Lines.
the Following Shall Be Provided To The Contracting Officer With Bid Proposal Submission For Evaluation Purposes And Annually Within Thirty (30) Days Of The Renewal Date Of This Contract With Any Changes To Original Submission Clearly Identified And Highlighted:
current Waste Transporter Permit(s) For The Contractor And Subcontractors.
list Of All Transfer Stations, Treatment, Storage, And Disposal Facilities (tsdfs) Including Incineration, Wastewater And Sludge Treatment Facilities That Shall Be Utilized During This Contract To Include The Capacity Of These Facilities And The Waste Codes For The Waste Streams They Are Permitted To Accept By Treatment Technology.
address, Phone Number And Other Contact Information Shall Be Provided.
the Va Reserves The Right To Inspect Each Of These Facilities Before Approving Its Use Or At Any Time During Or After Contract Period While Va Wastes Are Present.
copy Of Operator Permit(s)
certificates Of Training And Experience Of Contractor/subcontractor Staff And Personnel Who Will Perform Site Work Under This Contract (all Technicians That Will Work On Va Premises Will Be Expected To Have Received At Least The Minimum Training Required By Law As Specified In 29cfr 1910-120, 40 Cfr Parts 260-265 And 49 Cfr Parts 171-178).
provide The Contractor S/subcontractor Experience In Hazardous Waste Packaging, Transport, And Disposal.
provide A Copy Of Us Epa Identification Number(s) Certificate For Each Business Entity Operated Or Contracted By The Contractor That Will Provide Service Regarding Any Aspect Of Va Waste Disposal Program (i.e. Storage, Transfer, Incinerator Sites.)
provided A Copy Of Certificate Of Registration With The State Epa As A Hazardous Waste Hauler For Each Business Entity Operated By The Contractor That Will Provide Hazardous Waste Transportation Services For Any Aspect Of Va Waste Disposal Program.
provide Written Acknowledgement Of Responsibility For Acquisition Of All Applicable Business Licenses And Permits Required By Law.
contractor Shall Certify That It Acknowledges And Is In Possession Of All Required Business Licenses And Permits.
provide A List Of Any Violations And/or Citations That The Contractor And Subcontractors Have Received For Non-compliance With Any Hazardous Waste Laws, Permit Requirements, And/or Osha Requirements For The Past Three Years From The Date Of Submission.
contractor Shall Include Information On All Related Business Entities Including Associated Firms That Are Owned By The Contractor Or Owned By A Common Parent Company That Will Be Involved In Any Portion Of The Processing Of Va Waste Disposal Program.
if No Discharge Or Violations Have Occurred, Contractor Must Provide A Statement That Certifies No Discharges Or Violations Have Occurred.
provide A Plan Describing Standard Operating Procedures (sops) That Will Be Followed While Conducting Normal Hazardous Waste Management Activities. The Contractor Shall Describe:
site Safety And Contingency Procedures (e.g. Spill Management).
operational Procedures And Site Management Structure.
supplies And Equipment Practices.
material Sampling Procedures.
hazard Assessment And Categorization Procedures.
packing Procedures.
quality Assurance And Quality Control Procedures To Ensure Materials Are Properly Identified, Categorized, And Packaged, And Paperwork Is Properly Completed.
procedures For Gaining Waste Acceptance Into A Transfer/ Disposal Facility.
contractor And Project Management Procedures.
provide The Following Information Regarding The Hazardous Waste Fleet Owned And Operated By The Contractor:
basic Description Of Transportation Services Offered And Capabilities.
fleet Description Of Number, Types, And Ages Of Vehicles.
description Of Service And Maintenance Programs.
types Of Materials Licensed To Haul.
latest Dot Or Mcs Rating (include A Copy Of The Last Inspection).
the Dot/mn Dot Compliance Record.
description Of Driver Qualifications Including Training Programs, And Experience.
provide Evidence That Background Checks Have Been Performed On All Employees That Will Perform Any Duties Under This Contract.
provide The Following Information On The Contractor's Emergency Response (er) Capabilities (or Any Changes To Original Submission):
contractor's Er Policies.
Er Capabilities And Experience And Limitations.
type Of Er Equipment Maintained (specify If Owned Or Subcontracted And From Whom).
personnel Availability, Training, And Experience.
contractor's Emergency Response Procedure Shall Describe:
how To Request An Emergency Response.
how The Contractor Notifies Personnel And Initiates Response Action.
incident Command Procedures Followed By The Contractor.
er Work Practices.
er Protection Of Health And Safety Practices.
er Invoicing Policy.
provide A Detailed Site Safety Plan That Will Be Used To Ensure That Workers And Nearby Population Will Be Adequately Protected During Packaging And Removal Operations.
provide Information Identifying Any Proposed Subcontractors And Identifying Services To Be Performed By The Subcontractors.
contractor Must Submit Evidence That Subcontractor Is Qualified And Legally Able To Provide Services. (all Subcontractors Must Be Approved By The Facility Gems Program Manager And Contracting Officer Prior To Performing Any Duties Under This Contract).
the Government Reserves The Right To Prohibit The Contractor From Employing The Services Of A Subcontractor Who Does Not Possess The Ability To Satisfactorily Perform In Accordance With The Provisions Of This Statement Of Work.
the Use Of A Subcontractor Or Subcontractors Does Not Relieve The Contractor From Any Requirements Set Forth In This Statement Of Work.
the Contractor Is Responsible For Ensuring That Any Subcontractor(s) Perform In Accordance With The Terms And Conditions Of This Statement Of Work. Subcontractors Will Also Comply With (j) Of This Section.
provide A List Of Names, Titles, Addresses, Telephone Numbers (including Cellular), Pager/beeper Numbers, Facsimile Numbers, And E-mail Addresses Of Key Managers, Supervisors, Customer Service, And Field Service Personnel Performing Under This Contract.
provide Written Standard Operating Procedures (sops) For The Collection, Handling, Accumulation, Sampling, Lab Testing, Characterization, Packing, And Shipping Of Hazardous, Universal, And Non-hazardous Wastes.
provide A Single Point Of Contact For Each Facility With Backup.
provide A List Of Names, Titles, Addresses, Telephone Numbers (including Cellular), Pager/beeper Numbers, Facsimile Numbers, And E-mail Addresses Of Key Managers, Supervisors, Customer Service, And Field Service Personnel Performing Under This Contract.
records And Reporting Requirements:
contractor Shall Provide A Centralized Online Electronic Waste Tracking System That Is Exportable To The Va System Via Microsoft Excel Spreadsheet.
the Centralized Tracking System Will Include A Centralized Database For All Waste Characterizations And Determinations, Waste Profiles, Hazardous Waste Manifests, Universal Bill Of Lading For Universal Wastes, Methods Of Final (end) Disposal, Final (end) Disposal Sites, Shipping Information, Monthly, Quarterly And Annual Waste Generation Reports By Facility, Training Records, A Tracking System For Hazardous Materials Spills And All Recordkeeping, And Reporting Needed To Operate And Manage The St. Cloud Va Hcs Hazardous Waste Management Program.
the Contractor Will Be Responsible For Providing A Database That Will Be Able To Generate Reports On Hazardous Waste Activities, Waste Characterization Profiles, Annual Generation By Facility And Other Information Necessary For The Successful Operation And Management Of A Hazardous Waste Management Program.
this Will Be Readily Exported To A Format Such As Microsoft Excel.
prior To The Shipment Of Waste, The Contractor Will Furnish A Properly Prepared And Legible Copy Of The Appropriate Manifests And Shipping Papers.
fully Executed Manifests Will Be Provided To The St. Cloud Va Hcs Within Thirty (30) Days Of Shipment.
the Contractor Will Provide A Certificate Of Disposal For All Waste Disposed Clearly Indicating Proper Treatment And Disposal.
14. Safety: The Contractor Shall Take Such Safety Precautions As The Co Or Cor May Determine To Be Reasonably Necessary.
the Co Or His/her Designee Will Notify The Contractor Of Any Noncompliance.
the Contractor Shall, After Receipt Of Such Notice, Immediately Correct The Conditions To Which Attention Has Been Directed.
such Notice, When Served In Person On The Contractor Or His/her Representative At The Site Of Work, Or Telephonically To Contractor S Designated Representative, Shall Be Deemed Sufficient For The Previously Mentioned.
if The Contractor Fails Or Refuses To Comply Promptly To Satisfactorily Abate The Hazardous Condition Or Situation, The Co May Issue An Order Stopping All Or Any Part Of The Work And Hold The Contractor In Material Breach Of This Contract.
15. Work Practices And Standards: The Contractor Shall Have Established Standard Operating Procedures That Will Be Followed While Conducting Hazardous Waste Management Activities.
this Includes Site Safety And Contingency Procedures, Strike Contingency Plan, Operational Procedures, Use And Maintenance Of Supplies And Equipment Procedures, Material Sampling Procedures, Waste Categorization Procedures, Packaging Procedures, Quality Assurance Plan, Procedures For Gaining Waste Acceptance Into A Facility, And Project Management Procedures.
16. Quality Assurance: The Contractor Shall Maintain A Quality Assurance Program To Assure Services Are Performed In Accordance With Commonly Accepted Commercial Practices.
the Contractor Shall Implement Procedures To Identify, Prevent, And Ensure Non-recurrence Of Defective Services.
as A Minimum, The Contractor Shall Develop Quality Control Procedures Addressing The Areas Identified In The Next Paragraph.
timely Shipment Of Hazardous, Dual, Universal, And Non-hazardous Healthcare Waste And Dea Controlled Substances Waste.
timely And Properly Completed Manifest And Shipping Papers.
sufficient And Competent Personnel Including Personnel With Expertise To Perform Waste Characterizations, Profiles, And Consultation Services.
sufficient Equipment And Supplies In Good Working Condition.
fully Functional Online Record Keeping And Reporting System Accessible Always.
timely And Accurate Billing System.
the Government Will Periodically Evaluate The Contractor Performance By Appointing A Representative(s) To Monitor Performance To Ensure Services Are Received.
the Government May Inspect Each Task As Completed Or Increase The Number Of Quality Control Inspections If Deemed Appropriate.
likewise, The Government May Decrease The Number Of Quality Control Inspections If Performance Dictates.
17. Competent Personnel: Contractor Personnel Who Perform Services For The St. Cloud Va Hcs Must Be Competent, Experienced, And Qualified To Perform Such Services.
all Work Shall Be Performed In Accordance With Established Waste Management Practices.
appropriate Handling Of Waste Is Essential For The Safety Of Government And Contractor Employees And Cost Containment.
the Contractor Shall Furnish And Ensure All Personal Protective Equipment (ppe) For Contractor Employees Is In Good Condition.
the Contractor Shall Provide Employee Training On Established Policies And Procedures For Waste Handling.
contractor Employees Providing Site Services Shall Be Certified In Forty (40) Hour Hazardous Waste Operations And Emergency Response (hazwoper) Training And Wear Appropriate Protective Equipment When Handling Hazardous Waste.
the Contractor Shall Submit Proof Of Appropriate Training And Experience To The Cor Upon Request.
contractor Employees Should Be Enrolled In A Medical Surveillance Program That Meets The Standards Of 29 Cfr 1910 At The Expense Of The Contractor.
18. Identification, Check-in, Parking And Smoking: Contractor Employees Shall Notify Cor Or Designees Upon Arrival To Campus And Prior To Commencement Of Work.
during Off-hours Emergency Response Activities Contractor Personnel Should Check In With Va Police If The Cor Or Designee Is Not Available.
smoking Is Prohibited On Va Property.
possession Of Weapons Or Contraband Is Prohibited.
enclosed Containers, Including Tool Kits, Shall Be Subject To Search.
19. Indemnification: It Shall Be Expressly Agreed And Understood By The Contractor And The St. Cloud Va Hcs That The Contractor Agrees To Indemnify The St. Cloud Va Hcs Against All Liabilities, Claims, Penalties, Incident Of Death, Bodily Injuries, Destruction Or Damage To Property, Contamination Or Adverse Effects On The Environment Or Any Violation Of Government Laws, Rules Or Regulations, Caused In Whole Or Part By The Contractor S Breach Of Any Term Of The Contract Or Any Negligent Or Willful Act Or Omission Of The Contractor, Its Employees Or Subcontractors In The Performance Of This Contract.
20. Penalties And Fines: The Contractor Shall Satisfy All Applicable Regulatory Agency Requirements.
in The Event A Regulatory Agency Assesses A Monetary Fine Against The St. Cloud Va Hcs For Violations Caused By The Contractor, The Contractor Shall Reimburse The St. Cloud Va For The Fine.
21. Authorized Services: Only The Services Specified In The Sow Will Be Authorized Under The Contract.
the Co In Consultation With The Cor May Authorize Additional Services Or Repairs Under A Separate Purchase Authorization.
reimbursement Will Not Be Made Unless Prior Authorization Is Obtained.
22. Invoices And Payment: Payment Of Services Rendered Under This Contract Will Be Made In Arrears Upon Satisfactory Completion Of Each Service And Receipt Of A Properly Prepared Invoice.
invoice Must Include, But Not Limited To:
contract Number
purchase Order Number
manifest Number(s)
complete And Accurate Description Of Services
dates Of Performance
amounts
unit Price
extended Totals
any Other Data Relevant For Payment Purposes
the Government Shall Not Authorize Payment Until Such Time That The Cor Or His/her Designee Receives All Properly Executed And Signed Documentation.
23. Insurance: Owners And Contractor S Insurance: The Contractor Shall Obtain At His Own Expense, General Liability Insurance In The Amount Of Not Less Than $500,000.00 For Protection Against Claims Of Personal Injury, And $50,000.00 Per Occurrence For Damage To Property, Arising Out Of This Contract.
professional Liability Insurance: The Contractor Shall Obtain At His Own Expense, Professional Liability Insurance For Services To Be Performed Pursuant To This Contract, Insuring The Contractor Against Malpractice Or Errors And Omissions Of The Contractor In The Amount Required By State And Local Authorities. $10 Million In Pollution Control Liability Insurance.
workers Compensation And Employer Liability: $100,000.00
automobile Liability: $200,00.00 Per Person And $500,000.00 Per Occurrence For Bodily Injury And $20,000 Per Occurrence For Property Damage.
at All Times During Performance, The Contractor Shall Maintain With The Contracting Officer, A Current Certificate Of Insurance Showing At A Minimum, The Insurance Required Above, And Providing Thirty (30) Days Written Notice To The Contracting Officer By The Insurance Company Prior To Cancellation Or Material Change In Policy Coverage.
note: Any Additional Charges Claimed Must Be Approved By The Contracting Officer In Writing Before Service Is Completed!
Closing Date10 Jan 2025
Tender AmountRefer Documents
City Government Of Navotas Tender
Automobiles and Auto Parts
Philippines
Details: Description Request For Quotations: Please Quote Your Best Offer For The Item/s Described Below, Subject To The Terms And Conditions Provided At The Dorsal Portion Of This Request For Quotation. Submit Your Quotation Duly Signed By You Or Your Duly Representative And Copies Of Eligibility Requirements (business Permit, Local/national Tax Clearance And Philgeps Certificate Of Registration) Not Later Than The Deadline For Submission. Items: Procurement For The Repair & Maintenance Of Transportation Equipment: Motor Vehicle Under The Repair & Maintenance Fund Of The City General Services Office Lot 1-repair & Maintenance Of Transportation Equipment: Motor Vehicle Unit Qty "item Description " Unit Cost " Lot 1 Repair And Maintenance Of Transportation Equipment : Motor Vehicle 1,000,000.00 Ordering Agreement - Supply Of Vehicle Parts For Minor Repairs And Maintenance At The Navotas Motorpool For 4 - Wheel Vehicles Pc/s 50 Battery Lug 150.00 Mtr/s 50 Wire-#10,16,18 290.00 Pc/s 50 Switches- 2gang,3gang,6gang 950.00 Pc/s 50 Handle Switch 1,200.00 Pc/s 100 Oil Seal 950.00 Pc/s 100 Battery Terminal Ci Brass 260.00 Pc/s 50 Brake Master 4,700.00 Pc/s 100 Repair Kit 1,200.00 Set/s 100 Brake Pads 2,500.00 Set/s 100 Brake Shoe 3,500.00 Pc/s 100 Drum Brake 6,900.00 Pc/s 100 Brake Hose 950.00 Pc/s 100 Bleeder Valve 1,250.00 Pc/s 100 Return Spring 950.00 Pc/s 150 Lug Nuts 95.00 Pc/s 150 Bolt/nut 65.00 Pc/s 300 Clips 75.00 Pc/s 150 Wheel Cap 95.00 Pc/s 150 Wheel Boot 95.00 Pc/s 50 Rotor Disk Brake 1,900.00 Pc/s 100 Headlight Bulb 850.00 Pc/s 100 Bulb Socket 150.00 Pc/s 100 Brake Light 250.00 Pc/s 100 Signal Light Bulb 150.00 Pc/s 100 Clutch Cable 3,900.00 Pc/s 100 Gas Cable 2,500.00 Mtr/s 50 Copper Tube 250.00 Pc/s 100 Hand Brake Cable 2,500.00 Pc/s 50 Lever 650.00 Pc/s 150 Air Filter 1,200.00 Pc/s 50 Hose-radiator Inlet 3,600.00 Pc/s 50 Hose-radiator Outlet "b" 3,100.00 Pc/s 50 Hose-radiator Outlet "c" 3,800.00 Pc/s 50 Hose-radiator Outlet 1,900.00 Pc/s 50 Hose-fill Line 1,350.00 Pc/s 50 Hose-heater 1,315.00 Pc/s 100 Hose Clamp 95.00 Pc/s 50 Belt "v" 3,700.00 Pc/s 50 Ribbed Belt-v 3,400.00 Pc/s 100 Radiator Hose 1,700.00 Pc/s 100 Radiator Cap 1,200.00 Pc/s 100 Fan Belt 1,600.00 Pc/s 150 Spark Plug 650.00 Pc/s 150 Spark Plug Terminal 380.00 Ltr/s 150 Radiator Coolant 550.00 Pc/s 100 Wheel Hub 1,600.00 Pc/s 100 Wheel Bearing 1,450.00 Pc/s 50 Wheel Cylinder 1,650.00 Pc/s 150 Seal 350.00 Box/s 30 Automotive Fuse 5a,10a,15a,20a,25a,30a 350.00 Assy/s 50 Horn 2,400.00 Pc/s 100 Relay 950.00 Ltr/s 150 Gear Oil 375.00 Pc/s 150 Tire Valve 150.00 Pc/s 150 Tire Selant 325.00 Pc/s 100 Throttle Controller 2,450.00 Pc/s 100 Tube 750.00 Pc/s 100 Truck Tubes 1,200.00 Pc/s 100 Flap 550.00 Ltr/s 150 High Performance Gear Oil 700.00 Assy/s 50 Clutch Master 3,100.00 Assy/s 50 Secondary Master 2,500.00 Set/s 50 Fender Liner 2,500.00 Pc/s 50 Floor Guard Rubber 3,000.00 Pc/s 50 Steering Wheel Cover 2,200.00 Pc/s 50 Side Mirror 1,200.00 Pc/s 50 Side Mirror Glass Only 350.00 Pc/s 50 Oil Filter 850.00 Pc/s 50 Coil 1,500.00 Unit 20 Radiator Assy. 5,200.00 Bottle/s 50 Coolant 3l 750.00 Bottle/s 100 Engine Oil 800ml 650.00 Assy. 30 Starter Motor Assy 10,990.00 Assy. 30 Alternator Assy 11,500.00 Pc/s 20 Alternator Pulley 950.00 Assy. 30 Fan Motor Assy. 3,800.00 Bottle/s 100 Brake Fluid 3l 340.00 Assy. 20 Fuel Pump Assy. 1,750.00 Pc/s 20 Clutch Disc 4,700.00 Pc/s 20 Clutch Cover 4,450.00 Pc/s 20 Pressure Plate 4,650.00 Pc/s 20 Release Bearing 2,150.00 Pc/s 30 Timing Belt 3,500.00 Pc/s 30 Tensioner Bearing 2,250.00 Pc/s 30 Tensioner Adjuster 950.00 Pc/s 30 Camshaft Oil Seal 1,350.00 Pc/s 50 Fuel Filter 980.00 Pc/s 20 Hydrovac Brake Booster 9,500.00 Pc/s 20 Ignition Switch 3,800.00 Pc/s 20 Intake Manifold Gasket 1,200.00 Pc/s 20 Intake/exhaust Valve 850.00 Pc/s 20 Knucle Bearing 1,200.00 Set/s 20 Leaf Spring Set 4,350.00 Pc/s 20 Main Bearing 3,500.00 Pc/s 20 Connecting Rod 3,800.00 Pc/s 20 Thrust Washer 1,450.00 Pc/s 20 Regulator 2,500.00 Pc/s 50 Car Charger Cigar Port 490.00 Pc/s 20 Steering Bearing 2,500.00 Pc/s 50 Ignition Coil 1,950.00 Pc/s 50 U-bolt 350.00 Pc/s 20 Power Steering Fluid Reservoir 1,350.00 Pc/s 20 Rotor Disc 4,950.00 Pc/s 20 Ball Joint 1,950.00 Set/s 20 Stabilizer Link 2,450.00 Pc/s 20 Bearing 1,350.00 Assy. 20 Shock Absorber 4,500.00 Set/s 30 Coil Spring 3,500.00 Pc/s 50 Battery Lug 150.00 Mtr/s 50 Wire-#10,16,18 290.00 Pc/s 50 Switches- 2gang,3gang,6gang 650.00 Pc/s 100 Oil Seal 350.00 Pc/s 100 Oil Filter 180.00 Pc/s 100 Engine Oil 550.00 Pc/s 100 Battery Terminal Ci Brass 100.00 Pc/s 50 Brake Master 950.00 Pc/s 100 Repair Kit 1,200.00 Set/s 100 Brake Pads 850.00 Set/s 100 Brake Shoe 950.00 Pc/s 100 Drum Brake 950.00 Pc/s 100 Brake Hose 650.00 Pc/s 150 Lug Nuts 95.00 Pc/s 150 Bolt/nut 65.00 Pc/s 150 Wheel Cap 95.00 Pc/s 150 Wheel Boot 95.00 Pc/s 50 Rotor Disk Brake 1,750.00 Pc/s 100 Headlight Bulb 250.00 Pc/s 100 Bulb Socket 150.00 Pc/s 100 Clutch Cable 550.00 Pc/s 100 Gas Cable 750.00 Pc/s 100 Hand Brake Cable 890.00 Pc/s 50 Lever 650.00 Pc/s 150 Air Filter 550.00 Pc/s 100 Hose Clamp 95.00 Pc/s 50 Belt "v" 1,200.00 Pc/s 150 Flyball 140.00 Pc/s 150 Slider 140.00 Pc/s 100 Pulley 950.00 Pc/s 100 Radiator Hose 650.00 Pc/s 100 Radiator Cap 490.00 Pc/s 150 Spark Plug 650.00 Pc/s 150 Spark Plug Terminal 650.00 Pc/s 5 E-cab 1000 Battery Charger 10,500.00 Pc/s 10 Wiper Motor 2,200.00 Pc/s 10 Meter Assy. 1,500.00 Pc/s 10 E-cab Braker 350.00 Ltr/s 150 Radiator Coolant 550.00 Pc/s 100 Wheel Hub 1,600.00 Pc/s 100 Wheel Bearing 750.00 Pc/s 50 Wheel Cylinder 850.00 Pc/s 150 Automotive Fuse 65.00 Assy/s 50 Horn 950.00 Pc/s 100 Relay 320.00 Ltr/s 150 Gear Oil 375.00 Pc/s 20 Breaker 450.00 Pc/s 150 Tire Valve 150.00 Pc/s 150 Tire Selant 325.00 Pc/s 100 Throttle Controller 350.00 Pc/s 50 Fun350 395.00 Set/s 50 Sprocket & Chain Set 6,800.00 Pc/s 50 Ecargo 375.00 Pc/s 100 Tube 280.00 Ltr/s 150 High Performance Gear Oil 700.00 Assy/s 50 Clutch Master 2,500.00 Pc/s 30 Side Stand 650.00 Pc/s 30 Center Stand 1,500.00 Pc/s 50 Wiper Arm 1,500.00 Assy/s 30 Exhaust Pipe 2,500.00 Pc/s 50 Stand Spring 150.00 Pc/s 50 Side Mirror 450.00 Pc/s 50 Chain 3,000.00 Pc/s 50 Front Sprocket 1,450.00 Pc/s 50 Rear Sprocket 2,800.00 Pc/s 50 Fender 980.00 Assy/s 50 Shock Absorber 2,500.00 Set/s 50 Sprocket & Chain Set 6,800.00 -tires Pc/s 10 10.00r20 18,500.00 Pc/s 10 11r22.5 25,500.00 Pc/s 10 165/80r13 5,400.00 Pc/s 30 185/60r15 5,700.00 Pc/s 50 185/70r14 6,000.00 Pc/s 30 185/70r15 8,600.00 Pc/s 30 185/80r14 7,100.00 Pc/s 40 185r-14c 6,700.00 Pc/s 10 195/70r15c 7,250.00 Pc/s 20 195r14c 8ply 7,600.00 Pc/s 50 195r15 7,680.00 Pc/s 30 205/65r16 8,600.00 Pc/s 20 205/85r16 13,100.00 Pc/s 50 205/65r15 8,400.00 Pc/s 30 215/70r - 16c 9,570.00 Pc/s 20 235/75r17.5 15,100.00 Pc/s 10 235/70r15 9,900.00 Pc/s 10 295/70r17 39,500.00 Pc/s 30 750/16 14,600.00 Pc/s 30 700/16 11,100.00 Pc/s 20 7.00/15 13,500.00 Pc/s 30 R(3.25-17) 3,100.00 Pc/s 30 F(2.75 - 17) 3,000.00 Pc/s 30 70-90-14 4,100.00 Pc/s 30 F(80-90-14) 4,100.00 Pc/s 30 (2.75-18) 2,850.00 Pc/s 30 (2.75-17) 2,500.00 Pc/s 30 (3.75-17) 2,800.00 Pc/s 30 (3.75 - 12) 2,900.00 Pc/s 30 (3.50 - 12) 2,750.00 Pc/s 30 (4.10-18) 3,600.00 Pc/s 30 (2.75-21) 4,300.00 Pc/s 30 (80/80-14) 3,800.00 Pc/s 30 (90/80-14) 4,100.00 Pc/s 30 2.75 – 17 2,650.00 Pc/s 30 3.00 – 17 2,850.00 -batteries Pc/s 30 Mg7l 4,000.00 Pc/s 30 Yb7bl 2,200.00 Pc/s 30 Ytx4l 2,200.00 Pc/s 30 12n9-4b-1 2,200.00 Pc/s 30 2sm 8,600.00 Pc/s 50 3sm 9,900.00 Pc/s 30 6sm 11,800.00 Pc/s 30 B24l 8,300.00 Pc/s 30 Ln3 11,000.00 Pc/s 20 2d 14,500.00 Pc/s 20 4d 16,200.00 Pc/s 20 8d 21,800.00 Pc/s 30 Ns60 8,300.00 Pc/s 15 E-cab Battery 11,200.00 -wiper Blades Pc/s 50 12" 500.00 Pc/s 50 14" 550.00 Pc/s 50 16" 600.00 Pc/s 50 17" 650.00 Pc/s 50 18" 700.00 Pc/s 50 19" 700.00 Pc/s 50 20" 750.00 Pc/s 50 21" 800.00 Pc/s 50 24" 850.00 Pc/s 50 26" 900.00 -lot 1 Navotas Motorpool Vehicle Repair And Maintenance Tools & Other Supplies Navotas Motorpool Vehicle Repair And Maintenance Tools & Other Supplies 200,000.00 Gal. 100 Car Wash And Wax Shampoo 330.00 Bottle/s 100 Car Wax, Wax And Dry, 769ml 880.00 Oz. 100 Carnauba Cleaner Paste Wax 14 Fl 850.00 Bottle/s 100 High Gloss Tire Black, 250ml 330.00 Pc/s 150 Chamois Towel 380.00 Pack/s 150 Microfiber Absorbent Square Towel 40*40cm 250.00 Set/s 10 6-32mm Combination Wrench Set 4,500.00 Set/s 10 Professional Car Tools Socket Wrench Complete Set 7,800.00 Set/s 10 Diagonal Combination Long Nose Pump Plier Pliers Set 2,000.00 Set/s 10 Tools Original Rapid Cross Wrench 17,19,21,23mm 2,140.00 Set/s 10 Vise Grip Set 5wr And 10wr (set) 2,500.00 Pc/s 10 Adjustable Wrenches Set (6", 8", 10") 1,500.00 Pc/s 10 High Pressure Washer Water Spray Gun 726.00 Pc/s 10 High Pressure Hose 20meters 2,915.00 Set/s 10 Power Sprayer Repair Kit - V-packing And Valve Seal 600.00 Pc/s 10 Lengthened Squeegee Cleaner Brush Shower Car Wiper Sponge 450.00 Pc/s 10 Industrial Multi-function Grease Gun (500g - 8500psi) 1,500.00 Unit 10 Electric Car Polisher Machine Auto Polishing Buffing 2,200.00 Pc/s 10 Soft Wool Clean Polishing Buffing Bonnet Pad For Car Auto 180mm/7" 420.00 Unit/s 1 Hydraulic Press 10 Ton 39,200.00 Unit/s 3 Bottle Jack 20tons 6,000.00 Unit/s 10 3 Tons Industrial Jack Stand 2pcs / Pair Iht 3,100.00 Unit/s 10 70mai Car Jump Starte Portable 70mai Car Jump Starte Portable 4,100.00 Pc/s 10 High Pressure Washer Brass Quick Coupler Connectors 600.00 Pack/s 50 Tubeless Tire Seal Strip Repair Plug 250.00 Pack/s 50 Tire Patches 50mm 1,000.00 Set/s 20 Auto Tire Repair Kit Tool 650.00 Can 50 Vulcanizing Solution 400.00 Pc/s 10 Car Tire Repair Kit Roller Auto Patch Roller 850.00 Gallon/s 20 Bac-to-zero Solution 4,000.00 Gallon/s 20 Disinfectant Solution 1,100.00 Set/s 10 Booster Cable 800amp Heavy Duty 5.0m 12/24v With Plastic Case 4,500.00 Pc/s 10 Heavy Duty Plastic Tool Box 980.00 Unit 2 Original Industrial (empty) Roller Cabinet With 7pcs Drawers 29,000.00 Set/s 10 Spark Plug Wrench Set 16" And 21" 1,700.00 Set/s 10 8pcs Screwdriver Set - Heavy Duty 1,545.00 Unit 10 6t/8t/12t Hydraulic Crimper Tool Kit Tube Terminals Lugs Battery Wire Crimping Force 3,800.00 Set/s 10 18pcs Hex Key And Torx Key Set(allen) 914.00 Pc/s 10 Philip Screw 200mm 310.00 Pc/s 10 Screw Driver 200mm 310.00 Set/s 1 Mini Obd2 Scanner Car Diagnostic Tools 25,000.00 Can 100 Brake Cleaner 650.00 Can 100 Electronic Contact Cleaner 650.00 Can 100 Anti Rust Lubricant 277ml 550.00 Pc/s 100 Epoxy Steel 210.00 Pc/s 100 Electrical Tape, Big 90.00 Pc/s 50 Tapelon 30.00 Unit 1 3 Jawed Puller 1,500.00 Set/s 1 Inner Bearing Puller 1,500.00 Set/s 1 Car Steering Wheel Puller Removal Tool 1,200.00 Set/s 1 Caliper Piston Compressor Press Tool Kit 1,200.00 Set/s 1 Snapring Plier Set 1,500.00 30 Can Grease 350.00 30 Can Chain Lube 950.00 50 Pc/s Electrical Tape, Small 60.00 20 Pc/s Boat Battery 3sm 9,900.00 50 Pc/s Floor Matting 1,600.00 50 Pc/s Seat Cover 2,800.00 60 Pc/s Dashboard Matting 650.00 150 Pc/s Car Headlight Cleaner 350.00 150 Pc/s Car Glass Cleaner 350.00 2 Set/s High Pressure Washer 1700w, 220v 6,000.00 20 Assy./s Car Key Duplicate 800.00 50 Unit/s Bottle Jack 4tons 3,000.00 100 Pc/s Car Air Freshener 210.00 1 Unit/s 2hp Air Compressor, Cylinder: 2, Phase: 1, Pressure: 115, Psi Capacity: 88liters 32,500.00 100 Btls Acid Rain Remover (250ml) 450.00 1 Unit Water Dispenser 8,000.00 1 Unit Dc Inverter Mma-300 Welding Machine 20,000.00 1 Unit " Oxy-acetylene Cutting Outfit W/complete Accessories Oxygen Cylinder, Acetylene Cylinder W/content 28,000.00 2 Unit Heavy Duty Soldering Iron 300a/200a 6,300.00 10 Kilos " Stainless Steel Electrode 308-1/16 1,500.00 20 Kilos Bronze Rod 1/8" 150.00 20 Can Soldering Paste Soldering Paste 300.00 20 Roll Lead Soldering Wire (250g) 500.00 20 Pound Borax 1 350.00 1 Unit Cordless Impact Wrench 18v 12,500.00 1 Unit Hydraulic Floor Jack (double Pump, Low Profile), Model:asj-5l Max Lifting Cap: 5tons, Lifting Height: 75-500mm, Net Weight: 45kgs 20,000.00 2 Unit 40" Car Creeper 2,100.00 1 Unit Automatic Wire Stripper Cutting Crimper 8 1/4" Detection Cutter 4in1 1,800.00 5 Set/s T- Handle Socket Wrench #8,10,12,14,17,19 1,500.00 10 Set/s Wrench 8-32mm 2,000.00 3 Unit Air Blow Gun / Air Duster 16mm 350.00 5 Unit Vice Grip 1,000.00 5 Unit Hammer 650.00 5 Unit Voltage Tester Car Truck Circuit Tester Pen Automotive 450.00 5 Unit Battery Load Tester 100amp Load 1,100.00 5 Unit Spout Funnel For Oil 1,600.00 5 Unit Car Repair Inspection Lamp Work Light 450.00 5 Set/s Torque Wrech 1/2drive Click Type 2,000.00 Unit 5 Jack Stand 6 Tons, Min Height: 382mm, Max Height: 600mm 5,600.00 Set/s 5 Steel Toe Rubber Boots 1,200.00 Set/s 10 Mechanical Heavy Duty Working Gloves 200.00 Set/s 5 Safety Shoes High Cut Sewed And Vulcanized Leather Safety Shoes Boots 650.00 Pc/s 5 Leather Long-sleeved Apron Waterproof Oil-proof 900.00 Set/s 10 Arm Band Heat Protector 450.00 Pc/s 5 Cover All Safety Suits 1,100.00 Pc/s 5 Hard Hat Safety Helmet 500.00 Gallon/s 20 Water Soluble Oil Degreaser 400.00 Pc/s 300 Rags 3.00 Pc/s 300 Sand Paper- #600,#1000,#1,200 10.00 Set/s 10 Wire Brushes Set Nylon,steel,stainless 100.00 Pc/s 10 Top Box Alloy, 45l 10,800.00 Set/s 10 Top Box Bracket 2,200.00 Abc:php1,000,000.00 Delivery Schedule: By Ordering Agreement (terms Of Reference Attached To The Pr) -spare Parts Must Be Deliver Within 3 Calendar Days -tools & Supplies Within 15 Calendar Days Upon Receipt Of The Delivery Ordering Contract Note: For Other Information, Queries And Specifications Pertaining To The Said Request Please Coordinate With Our Canvasser (please Secure Complete List And/or Rfq Form From Ms. Maricar E. Pablo, At 09676781263 Pauline Anne S. Sioco At 09338100230, And Roxette May P. Poblete At 0936-493-5632 Or Email Address: Procurement@navotas.gov.ph) Terms And Conditions: 1. Bidders Shall Provide Correct And Accurate Information Required. 2. Bidders May Quote For All The Items. 3. Price Quotation/s Must Be Valid For A Period Of Thirty (30) Days Calendar Days From The Date Of Submission. 4. Price Quotation/s, To Be Denominated In Philippine Peso Shall Include All Taxes, Duties And/or Levies Payable. 5. Quotations Exceeding The Approved Budget For The Contract Shall Be Rejected. 6. Delivery Period Expressed Merely In Days Or Working Days Shall Be Rejected. 7. Award Of Contract Shall Be Made To The Lowest Quotation (for Goods And Infrastructure) Or, The Highest Rated Offer (for Consulting Services) Which Complies With The Minimum Technical Specifications And Other Terms And Conditions Stated Herein. 8. Any Interlineations, Erasures Or Overwriting Shall Be Valid Only If They Are Signed Or Initiated By You Or Any Of Your Duly Authorized Representative/s. 9. The Item/s Shall Be Delivered As Indicated In The Approved Bac Resolution/purchase Order. 10. The Procuring Entity Concerned Shall Have The Right To Inspect And/or To Test The Goods To Confirm Their Conformity To The Technical Specifications. 11. Liquidated Damages Equivalent To One Tenth Of One Percent (0.001%) Of The Value Of The Goods Not Delivered Within The Prescribed Delivery Period Shall Be Imposed Per Day Of Delay. The City Government Of Navotas Shall Rescind The Contract Once The Cumulative Amount Of Liquidated Damages Reaches Ten Percent (10%) Of The Amount Of The Contract, Without Prejudice To Other Courses Of Action And Remedies Open To It. For The Committee Original Signed Atty. Joel Joselito D. Parong Bac Chairperson
Closing Date13 Jan 2025
Tender AmountPHP 1 Million (USD 17.1 K)
Western Visayas Sanitarium Doh Tender
Healthcare and Medicine
Corrigendum : Closing Date Modified
Philippines
Details: Description Republic Of The Philippines Department Of Health Western Visayas Sanitarium And General Hospital Santa Barbara, Iloilo Invitation To Bid For Supply, Delivery And Installation Of Various Hospital Equipment Ib No. 2024-12-018-g The Western Visayas Sanitarium, Through Its Bids And Awards Committee (bac), Invites Suppliers/manufacturers/distributors To Apply For Eligibility And To Bid For The Hereunder Project: Name Of Project : Supply, Delivery And Installation Of Various Hospital Equipment Location : Western Visayas Sanitarium And General Hospital, Inangayan, Santa Barbara, Iloilo Approved Budget For : Php 34,665,000.00 The Contract (abc) Fund Source : Caf No. 2024-133-gf Delivery Period : Within Ninety (90) Working Days After Receipt Of The Notice To Proceed Line Items Abc: Php 34,665,000.00 Lot 1 No. Description Unit Of Measure Quantity Approved Budget Cost (php) 1 Electrical Machine. Brand New. Product Specifications: Combination Of Electrotherapy And Ultrasound; With 3 Independent Channels And Body Diagram Installed; Power Supply: Ac 100- 240 V, Number Of Channels: 3 Independent (2 For Electrotherapy, 1 For Ultrasound) Electrotherapy; Ten& Ems, Ultrasound Functions; Electrode Pads For Tens & Ems; Us Probe Head: Large And Small. Warranty -1 Year From Delivery And Installation. Unit 1 290,000.00 2 Hand Dynanometer. Brand New. Product Specifications: Hydraulic Adjustable Handle. Strength Can Be Viewed In Pounds Or Kilogram. Can Measure Up To 90kg (200lbs.). Durable Metal Gauge. Warranty –at Least 6 Months Upon Delivery And Installation. Unit 1 55,000.00 3 Parallel Bars. Brand New. Product Specifications: Adjustable And Foldable. Stainless Steel Bars And Steel Base. Height Adjust Within 26''-40''. Width -24''-36". Length Ranges: 7-10 Feet. Warranty -at Least 6 Months Upon Delivery And Installation Unit 1 50,000.00 4 Pulley System. Brand New. Product Specifications: Single Handle/dual Tower. Chest And Floor Height Mounted Handle. Easily Adjustable Handles. Wheelchair Accessible. Warranty –at Least 1 Year Upon Delivery And Installation. Unit 1 150,000.00 5 Pbx, Smart Hybrid. Brand New. Product Specifications: Designed For Telemedicine Use. Genuine And High Quality Brand. Pabx Built-in Extensions 16 Analog. At Least 2 Card Slots And 2 Slots Trunk Extension Card Switch System. Ability To Equip Sub-frame Ns-320; 12-32 Trunk Extensions. Sub-frame To Extend Pbx Ns300. Port Connected To The Main Frame. Dimensions: 40-45 X 35-36 X 86-90 Cms. Warranty –at Least 6 Months From Delivery And Installation * Unit 1 100,000.00 6 Uninterrupted Power Supply. Brand New. Products Specifications: Designed For Telemedicine Operation. 3000va. Output Power Capacity-3000va, Mount: 3u Rack Mountable. Nominal Output Voltage -230v. Dimensions: 20-22 X 19-20 X 5-6 Inches. Warranty –at Least 6 Months Upon Delivery And Installation. * Unit 1 400,000.00 7 Medical Waste Shredder. Brand New. Product Specifications: 20hp Motor Slow-speed And High Torque Dual Shaft Shredders, 5/16″ Wide Cutters, With Bearing Protection And Cleaning Fitters. Features: Efficiently Shred Syringes, Face Masks, Boxed Medical Waste, Pill Bottles, Etc., Available With A Split Cutting Chamber That Allows For Two Different Shred Widths Within One Shredder, The Manner Of In Feed And Output Are Also Divided. Includes Training And Certification, Warranty 1 Year Upon Installation Unit 1 350,000.00 8 Portable Multi-parameter Analyzer Flow Water Quality Testing. Brand New. Product Specifications: Measures Water Quality Parameter For Ph/ec/ise/do/temp. Mv/orp/px/resistivity/tds/sal./do Saturation. Features: Portable Device, Color High Contrast Lcd Touchscreen, Data Storage1000 Sets For Each Parameter, Support For Usb Communication, Ip65 Waterproof, Includes All Necessary Accessories And Consumables, Includes Training And Certification For Use, Warranty For 1 Year Upon Installation Unit 1 200,000.00 9 Water Purification System. Brand New. Product Specifications: 6000 Gdp Reverse Osmosis Machine. Up To 1200 Containers Per Day. Double U.s. Membrane. 2 Tanks 1000ltrs. For Raw & Product Water. At Least 28 Stages Of Water Filtration. To Include Piping Line From Water Station To Specified Areas Within The Health Facility. To Include Necessary. Building/structure For The Water Station. Service Warranty 1 Year After Delivery And Installation. To Include Service And User Training. Including Consumables: 50 Gallons Round Containers, 50 Gallons Slim Containers, 1 Sack Industrial Salt. * Unit 1 350,000.00 10 Anesthesia Machine With Cardiac Monitor. Brand New. Product Specifications: Main Gas Supply -oxygen, Air. Pin Index Supply System: Oxygen, Air. Ventilatior: With At Least Six (6) Ventilation Modes. Machine Must Be Able To Ventilate Patient Using The Preset Settings Provided By The End-user Even Presence Of Driving Gas Is Temporarily Unavailable. Ventilator Must Be Enclosed With Metal Casing To Prevent Entry Of Foreign Items Including Fluid. Ceramic Type Of Inspiratory And Expiratory Valve. Ventilator Must Have High Pressure Valve That Ensures Release Of Excess Pressure When Required. Ventilator Must Be Functional When Machine Is Connected Either Through Direct Power Supply Or Back Up Battery. Breathing System: The Volume Of The Compact Breathing System And Co2 Absorber Must Be 1.7l Excluding Hoses And Breathing Bag. Volume Of Co2 Absorber Reusable Canister Must Be 1.5l. With Bypass Valve Located In Breathing System Allowing Continuous Machine Operation While Changing Co2 Absorber. With Fresh-gas Decoupling Valve That Prevents Direct Entry Of Pressure In The Patient Airway When Pressing The O2 Flush Button, Peep And Pressure Limitation. With Breathing System That Can Be Detached From The Main Unit Without Tools Required. Breathing System Should Be Separated From The Main Unit With Mounting That Can Be Positioned From Any Direction Without Moving The Entire Anesthesia Machine. With Ceramic Type Of Inspiratory And Expiratory Valve. With Sample Gas Return Port. With Pup Off Pressure Release Valve Located At The Apl Valve. With Moisture Reduction System. Hot Steam Sterilization Can Be Carried Out At 134 ° C (273.2 ° F). With Heated Breathing System. Anesthesia Gas Supply Module: Range Of Fresh Gas Flow Indicators: 0.0 To 12.0 L/min. O2 Flush (bypass): At 87 Psi (6 Kpa X 100): Max. 75 L/min At 41 Psi (2.8 Kpa X 100): Min. 25 L/min. With Metering Valve And Dual Flow Tubes For Fresh-gas. With Integrated O2 Monitoring Located In The Screen. Vaporizer: With Two (2) Selectatec Vaporizer Mounting. With One (1) Unit Sevoflurane And One (1) Unit Isoflurane Vaporizer. Vaporizer Must Have No Cloth Component Which Allows Item To Be Functional Immediately Even Transporting It In An Upside Down Position. Oxygen Sensor: With Oxygen Sensor That Measures Percentage Of Oxygen. Flow Sensor: With Constant Temperature Hot-wire Anemometer Flow Sensor. Must Be Located Within The Anesthesia Unit Distal To The Patient Area. Flow Sensor Must Be Reusable. Auxillary Low Flow Oxygen: With Integrated Low Flow Oxygen Supply For Mask And Nasal Cannula Application. Writing Table/drawers/mounting: With At Least 3 Drawers As Storage For Other Accessories. With A Retractable Writing Table That Can Hold At Least 10kgs. Advanced And Safety Features: Functional Even The Battery Is Completely Discharged, All Pneumatic Functions Continue To Be Available (apl Valve, Breathing Pressure Gauge, Cylinder And Pipeline Gauges, Fresh Gas And Agent Delivery, And O2, Air, Flow Meters).manual Or Spontaneous Ventilation Can Be Maintained During Power Failure And Discharged Of Battery. In Case Of No Power And Totally Discharged Battery, Machine Must Be Shifted Automatically From Ventilator Mode To Manual Mode Without Any Switch Or Button Required. Start-up Time Must Be Less Than 15 Seconds. Power Input Data: Power Supply: Rating Non-configurable 100 To 240 Vac, 50/60 Hz, 145 Va. Battery Operation Time: Up To 2 Hours, Minimum Of 45 Minutes. Parameters: Minimum Tidal Volume (vt) Required: 20 Ml. Breathing Frequency (rate): 4 To 60 Bpm (1/min). Inspiratory Pressure: Peep + 5 To 65 Cmh2o. Inspiratory Flow (inspflow): 10 To 75 L/min In Volume And Pressure Control Modes, 10 To 85 L/min In Pressure Support And Simv/ps Modes. Inspiration Pause: 0 To 50 %. Simv Inspiratory Time: 0.3 - 4.0 Sec. Positive End Expiratory Pressure: (peep) 0 To 20 Cmh2o. Inspiration/expiration Ratio: (ti:te) 4:1 To 1:4. Pressure Limiting: 70 Cmh2o. Range Of Fresh Gas Flow Indicators: 0.0 To 12.0 L/min. Pressure Support Level: Peep + 3 To 20 Cmh2o. Min. Frequency For Apnoe-ventilation: (freq. Min.) 3 To 20 Bpm And “off”. Trigger Level: 2 To 15 L/min. Standard Accessories: One (1) Unit O2 Regulator, One (1) Unit Air Regulator, O2, Air Fittings And Hose Clamps, One (1) Unit Adult Anesthesia Circuit With 2l Bag. Biolight M12 Patient Monitor (basic Configuration). Technical Specification: Display/waveforms: Screen Size Display: Not Less Than 12" Color Tft Screen. Screen Navigation: Touch Screen With Quick Volume And Brightness Adjustment. Support Quick Key, Able To Access Specific Functions Or Perform Operations Easily And Quickly. No. Of Waveforms: At Least 7 Waveforms (using Standard Screen Display). Battery: Internal Battery Duration Must Be: ≥ At Least 240 (built In Battery). Can Upgrade Lithium Battery, Battery Power Supply ≥480 Min. Ecg: Ecg Leads: 3/5 Leads, Display Sensitivity: ×0.25, ×0.5, ×1, ×2, ×4,auto Gain, Must Have A Smart Lead Off Feature, Must Have An Ecg Calibration Feature, Must Have An St Segment Analysis And Monitoring. Heart Rate Range Must Be: Adu: 10 To 300 Bpm, Ped/neo: 10 To 350 Bpm, Must Have Two (2) Hr Averaging Method. With Ecg Multi-lead Synchronous Analysis Function, Analysis Of Multiple Cardiac Leads At The Same Time, Can Be Accurately Monitored In The Case Of Individual Lead Interference, With Intelligent Lead Fall Monitoring Function. St-segment Analysis Can Show The St Graphic, Which Help Indicates The St Alarm Status More Faster. Nibp: Nibp Measurements Must Comply With The American National Standard For Electronic Or Automated Sphygmomanometers: - (ansi/aami/iso 81060-2:2009, Ansi/aami Sp10:2002) In Relation To Mean Error And Standard Deviation. Measurement Mode: Manual, Auto, Stat, And Sequence. Sequence Mode Could Support 5 Different Modes. Maximum Measuring Interval In Auto Mode Must. Must Have An Overpressure Protection For Nibp. Temperature: Must Have Dual-channel Body Temperature Monitoring With Difference Display Measurements. Must Support Skin And/or Oral/rectal. If More Than One Temperature Probe Is Used, The Monitor Will Be Capable Of Calculating And Displaying A Delta Reading. Measuring Range: 0~50 ℃. Spo2: Must Be Used In Low Pi (perfusion Index). Resp: Detection Method: Respiratory Rate And Respiratory Waveform Must Be Monitored By Pulse Wave. Trends: Trend Data For All Parameters In Tabular And Graphic Formats Must Be: 180h. Stored Nibp Measurements Must Be: Up To 2400 Groups. Stored Alarm Events Must Be: 3000 Groups And Associated Waveform. Holographic Waveform Must Be 72 Hours. Printer/recorder: Must Support 3-channel Recorder To Realize Thermal Printing; Support Network Printing Function. Network Capability: The Ip Address Of Each Patient Monitor Shall Be User Configurable. Features: -the Monitor Must Provide Electronic Early Warning Scor (ews, Glasgow Coma Scale (gcs), And Oxycrg Screen. -oxycrg Screen Shows Two Trend Curves And A Compression Waveform, Support To Review 48 Hours Trend Curve And Compression Waveform On The Oxycrg Review Screen. -accessories Storage Box, Help Manage Accessories And Prevent Accessories Missing Or Broken Problem. -user Shall Be Able To Freeze The Waveforms On The Screen And Then Review It To Carefully Observe The Patient During This Time. -up To 4 Timers Shall Be Able To Be Configured On Monitor Display To Count Up Or Down The Required Time In Minute And Second With Audio Alarm To Alert User. - The Monitor Shall Provide Following Specific Working Modes: Standby, Intubation, Night, Privacy, And Demo Modes. Accessories Included: 3/5 Lead Ecg Cable, 3/5 Lead Ecg Lead Wires, Adult Spo2 Sensor, Pediatric Spo2 Sensor, Temperature Probe Skin, Temperature Probe Oral/rectal, Nibp Cuff Adult, Nibp Cuff Pedia, Wall Mount / Trolley, One (1) Unit Pediatric Anesthesia Circuit With 1l Bag, Two (2) Units Power Adapter. Includes Avr Machine For Anesthesia Machine. Warranty -2 Years From Delivery, Installation, And Training/orientation. Unit 1 3,300,000.00 11 Cardiac Monitor With Capnograph. Brand New. Product Specifications: Display/waveforms: Screen Size Display: Not Less Than 12" Color Tft Screen. Screen Navigation: Touch Screen With Quickly Volume And Brightness Adjustment By Gestures Operate. Support Quick Key, Can Easily And Quickly Access Some Functions Or Perform Operations. No. Of Waveforms: At Least 7 Waveforms (using Standard Screen Display). Size Must Be: At Least 175mm X 320mm X262mm. With Auto Speech Recognition Module Implements The Voice Interaction With The Patient Monitor. Battery: Internal Battery Duration Must Be: ≥ At Least 240 (built In Battery). Can Up-grade Lithium Battery Power Supply ≥480min. Ecg: 5 Leads Display Sensitivity: ×0.25, ×0.5, ×1, ×2, ×4, Auto Gain. Must Have A Smart Lead Off Feature, Must Have An Ecg Calibration Feature, Must Have An St Segment Analysis And Monitoring. Heart Rate Range Must Be: Adu: 15 To 300 Bpm, Ped/neo: 10 To 350 Bpm. Must Have Two (2) Hr Averaging Method. With Ecg Multi-lead Synchronous Analysis Function, Analysis Of Multiple Cardiac Leads At The Same Time, Can Be Accurately Monitored In The Case Of Individual Lead Interference, With Intelligent Lead Fall Monitoring Function. St-segment Analysis Can Show The St Graphic, Which Help Indicates The St Alarm Status More Faster. Nibp: Nibp Measurements Must Comply With The American. National Standard For Electronic Or Automated. Sphygmomanometers: - (ansi/aami/iso 81060-2:2009, Ansi/aami. Sp10:2002) In Relation To Mean Error And Standard Deviation. Measurement Mode: Manual,auto, Stat, And Sequence,sequence Mode Could Support 5 Different Modes. Maximum Measuring Interval In Auto Mode Must. Must Have A Dual Overpressure Protection For Nibp. Temperature: Must Have Dual-channel Body Temperature Monitoring With Difference Display Measurements. Must Support Skin Or Oral If More Than One Temperature Probe Is Used, The Monitor Will Be Capable Of Calculating And Displaying A Delta Reading. Measuring Range: 0~50 ℃. Spo2: Must Be Used In Low Pi (perfusion Index). Resp: Detection Method: Respiratory Rate And Respiratory Waveform Must Be Monitored By Pulse Wave. Ibp: Support 2-channel Ibp Measurement Range: -50mmhg~+350mmhg. Types Of Measuring Blood Vessels: Arterial Pressure (art), Pulmonary Artery Pressure (pa), Central Venous Pressure (cvp), Right Atrial Pressure (rap), Left Atrial Pressure (lap), Intracranial Pressure (icp); Pulmonary Artery Wedge Pressure (pawp); Cerebral Perfusion Pressure (cpp). The Monitor Will Calculate The Ppv Based On Any Arterial Pressure Value Between Heartbeats. Etco2: Measuring Range: Etco 2 0 To 150 Mmhg. Fico: 3 To 50 Mmhg. Awrr: 0 To 150 Rpm (mainstream). Trends: Trend Data For All Parameters In Tabular And Graphic Formats Must Be: 180h. Stored Nibp Measurements Must Be: Up To 2400 Groups. Stored Alarm Events Must Be: 3000 Groups And Associated Waveform. Holographic Waveform Must Be 72 Hours Printer/recorder: Must Support 3-channel Recorder To Realize Thermal Printing; Support Network Printing Function Network Capability: The Ip Address Of Each Patient Monitor Shall Be User Configurable. The Upper/lower Limits Of Alarms Can Be Configured Via Networking From The Central. The Alarms At Bedside Can Be Paused Or Muted Via Networking From The Central. Features: -the Monitor Must Provide Electronic Early Warning Scor (ews), Glasgow Coma Scale (gcs ), And Oxycrg Screen. -oxycrg Screen Shows Two Trend Curves And A Compression Waveform, Support To Review 48 Hours Trend Curve And Compression Waveform On The Oxycrg Review Screen -accessories Storage Box, Help Manage Accessories And Prevent Accessories Missing Or Broken Problem -all-in-one Monitoring Adult, Children, And Newborn Patients. -user Shall Be Able To Freeze The Waveforms On The Screen And Then Review It To Carefully Observe The Patient During This Time. -up To 4 Timers Shall Be Able To Be Configured On Monitor Display To Count Up Or Down The Required Time In Minute And Second With Audio Alarm To Alert User. - The Monitor Shall Provide Following Specific Working Modes: Standby, Intubation, Night, Privacy, And Demo Modes. Warranty -1 Year From Delivery And Installation. Unit 2 500,000.00 12 Ceasarian Instrument Set. Brand New. Product Specifications: Made Of Heavy Duty Stainless Steel. Includes The Following Items: 1 Pc. Scalpel Handle #3 With Measure 125mm, 1 Pc. Scalpel Handle #4 135mm, 1 Pc. Tc Metzenbaum Scissors Cvd 180mm, 1 Pc. Lexer Scissors Narr Str 165mm, 1 Pc. Mayo-lexer Scissors Cvd 165mm, 1 Pc. Lister Bandage Scissors Hvy 180mm, 1 Pc. Standard Forceps Serr 160mm, 1 Pc. Standard Tissue Forceps 1x2 160mm, 5 Pcs. Lorna Towel Clamp Non-perf 130mm, 6 Pcs. Halsted-mosquito Forceps Delstr125mm, 6 Pcs. Halsted-mosquito Forceps Del Cvd125mm, 2 Pcs. Kelly Forceps Del Str 140mm, 6 Pcs Moynihan Hemostatic Forceps, Crv, 150mm, 1 Pc. Tc Mayo-hegar Ndlholderhvyserr150mm, 1 Pc. Tc Hegar Needle Holder Hvy-serr 205mm, 1 Pc. Us-army Retrac.26x15/43x15-23x15/40x15, 1 Pc. Richardson-eastman Bt471rbt472r, 6 Pcs. Boys-allis Forceps 5x6 155mm, 2 Pcs. Kidney Tray Stainless Steel 250mm, 1 Pc. Bottom For 3/4 Container Height:135 Mm, 1 Pc. Primeline Pro 3/4 Lid Red, 1 Pc. 3/4 Size Perf Basket 406x253x76mm, 1 Pc. Silicone Basket Liner 3/4 Size, 1 Pc.mayo Safety Pin F/ring-hdl Inst 140mm, 1 Pc. Ident. Label Up To 13 Letters Red. Warranty –at Least Eat 1 Year From Delivery. Set 2 1,520,000.00 13 Chemical Analyzer. Brand New. Product Specifications: Combined Instrument With Two Complementary Technologies: Raman Spectroscopy And Colorimetric Detection Confirmatory Testing: One Instrument Capable Of Confirmatory Testing Using Two Technologies Including 1) Swgdrug Category A Technique For Presumptive Testing, And 2) Swgdrug Category C Technique For Confirmatory Testing Safety Of Features For Measuring Energetic Samples: Trace Detection Testing For Energetics Without Need For Opening The Container Nor Inducing Laser Light To The Sample, Scan Delay Timer: 15 Sec – 10 Min Sample Size: Able To Detect / Identify Samples From 1 Microgram Traces To Large Bulk Samples Materials Covered: Common Raman Substances, Explosives, Narcotics, Cwas, Tics, Tims, Precursors, Common Chemicals, Fluorescent Materials Not Covered By 785nm Raman: E.g. Colored Materials, Heroin, Colored Mdma Pills, Oils, Npss, Etc., Low Concentration Materials Not Covered By Any Raman Instruments: Lsd, Thc, Magic Mushrooms, Gunpowder, Etc. Raman Excitation Wavelength: 1064nm Minimizes Fluorescence Effects: Allows For Direct Analysis Of Colored/impure Chemicals Through Colored Packaging. Spectral Wavelength Range 200 – 2500 Cm-1 Portability Power: Small Handheld Device, Optimized For One Handed Operation. , 18.5cm-20cm (l) X 15cm-20cm (w) X 7.9cm-10cm (h), 3.65lbs-5lbs (1.65 Kg-2.27kg)., Quantity 2 Lithium Ion Rechargeable Batteries With Battery Life Of More Than 6 Hours Per Charge Per Battery. Cr123a Rechargable Batteries Can Be Used. Including Spare 2 Lithium-ion Battery. Ruggedness Decontamination: Us Mil-std 810g Designed Rugged., Ip 68 Rated For Use In Varying Environmental Conditions And For Complete Decontamination. Operational Temperature Range: Unit Can Be Operated In -20°c To +50°c Temperatures., Withstands Temperature Fluctuations And Humidity Fluctuations. Rapid Start-up Rapid Results: 60 Seconds From Power On To Analysis., Analysis Results In Less Than One Minute. Operational Mode Options: Raman Analysis And Colorimetric Analysis Oraman: • Auto-collect Adjusts Raman Settings Automatically Optimizes Use For Routine Operations • Advanced User Adjustable Raman Settings For Advanced Operators And Custom Library Build: • Laser Power Level 30-490 Mw Adjustable In 5 Mw Increments Exposure Time 5ms To 30s In Increments • Custom Applications Optimize Raman Analysis Parameters Specific To Material Type Ocolorimetrics: • Pouches Including Both Swipes And Colorimetric Chemicals In One Pouch • Pouches For Explosives And Narcotics • General Pouches For Detecting A Wide Range Of Explosives Or Narcotics • Specific Pouches For One Explosive/narcotic Substance Or Substance Group Easy Raman Operation: • Scans In Direct Contact And Through Translucent Plastic Or Glass Containers. • Universal Sample Holder For Analysis Of Samples In Varying Forms And Packaging. • Smartphone Like Touch-screen Interface Or Large Button Activation. • User Prompted Step-by-step Onscreen Analysis Activation. • Typically, 4 Button Presses To Receive Analysis Result. • Onboard System Status Monitoring And Calibration. Reduces Down-time And Necessity For Re-calibration At A Service Depot Analytical Performance: • Liquids, Solids, Powders, Pastes, Gels, Invisible Traces. • Colored Substances And Substances Found In Colored Translucent Packaging. These Types Of Substances Are Most Often Encountered In Real-world Samples. • Comparative Spectral Analysis Overlay Easily Performed Onboard. • User Adjustable Focus Ensures Analysis Of Material And Not The Packaging. • 4c Software Automatically Monitors Results For Combinations Of Precursors Used In Threat, Drug Manufacturing, And Other Recipes. Users Receive Onscreen Alert To Potential Threat Or Clandestine Drug Manufacturing Activity. Library: Raman: • Over 12,000 Substances. • Resq Library Includes The Latest Explosives, Precursors, Cwas, Tics/tims, Narcotics And Psychotropic Drugs, Steroids, Cutting Agents, Pharmaceuticals, Diluents And Pesticides. • Easily Expandable To Add Emerging Threats And Other Substances. • Fleet Management And Library Transfer To Units In The Field. • 4c Library With Explosive, Drug Manufacturing And Other Types Of Threat Manufacturing Recipes. • Library Updates Provided More Than Once A Year Colorimetrics: • General Narcotics Pouches: Multi Drug Test Incl. Fentanyl, Special Opiate Pouch, Cannabinoids • General Explosives Pouches: Chlorates/perchlorates, General Explosives • Specific Pouches: Cocaine, Ephedrine, Heroin, Ketamine, Lsd, Meth/mdma, Mushrooms, Opiates, Pcp, Thc, Ghb Evidence Documentation Traceability: • Onboard 5mp Camera Captures Image Of Sample And Surroundings, As Well As Colorimetric Swab. • Image(s) Stored Along With Analysis Results In Tamper-resistant File. All Analysis Results Are Traceable And Include Unique Date, Time And Serial Number Stamp. • Ability To Activate Password Protect Operator Log-in. Record Of User Associated Activity Stored Onboard And Cannot Be Deleted. Data Access And Transfer Reporting: • View Results In Real Time On Cell Phone Or Tablet, Computer Or Laptop (pc, Ios, Android, Linux) Via Wifi (can Be Disabled). • Exportable Data In Numerous File Formats. • Data Access And Transfer On Computer Or Laptop Via Usb And Wifi (can Be Disabled). • Easy Report Generation. Customer Support Package: • 24/7/ 365 Days Reachback Service For The Life Of The Unit. • Library Updates Provided For The Life Of The Unit. • Software Updates Provided For The Life Of The Unit. • Support: Online, Phone, Email, And In Some Cases Text Message For The Life Of The Unit Cql Complete Package: • Rugged Shipping Case With Custom Foam Insert. • Qty 2 Rechargeable Lithium-ion Batteries. • Cr123a Battery Cartridge (does Not Include Cr123a Batteries). • External Battery Charger. • Ac Power Supply. • Adjustable Base Adaptor. • Universal Sample Holder. • Certified Benzonitrile Performance Verification And Calibration Standard. • Flash Drive Containing User Manual And Supporting Documentation. • Quick Start Guide. • Usb-c To Usb-a Data Transfer Cable. • 1064nm Laser Test Card. • Including Hand Strap And Wrist Strap. . Training: • Comprehensive Onsite Training For An Unlimited Number Of Users. Add-on Accessories And Software: • Periscope Adaptor. • Vial Holder. • Bottle Adaptor. • Integrated Quickdetect Automated Colorimetrics • Detect Trace Quantities Of Non-visible Residues Left On Surfaces: • Explosives And Explosive Precursors • Narcotics Standard Requirements: • Bidder’s Certificate That Will Provide Manual In English Language (2 Copies Of Operator's/user's Manual And 2 Copies Of Service/technical And Maintenance Manual) Upon Delivery. • Brochure/sales Literature. Training Requirements: • Bidder’s Certificate That Will Conduct Free Technical Training And Product Demo For The End-user/s And In-house Biomed On Equipment Operation And On Maintenance Of Equipment. • After Sales Service: Bidder’s Certificate That Parts Shall Be Available At The Authorized Philippine Service Center/s For A Period Of Five (5) Years After The Warranty Period. • Certification From Local Distributor On The Availability Of Service Technicians And/or Biomedical Engineers In Case Of Equipment Breakdown. Preventive Maintenance - • Bidder’s Certificate Free Quarterly Preventive Maintenance During The Warranty Period With Preventive Maintenance Plan. Warranty Certificate: • Warranty Certificate Minimum Of Five (5) Years For Service And Three (3) Years For Parts. The Warranty Period Shall Commence From The Date Of Acceptance By The End-user After Testing And Commissioning. • Calibration: With Certificate Of Calibration Upon Delivery. The Bidder Must Be Iso 9001 And The Manufacturer Should Be Iso 13485 Certified Unit 1 6,900,000.00 14 Common Bile Duct Exploration Supplement Set. Brand New. Product Specifications: Made Of Heavy Duty Stainless Steel. Includes The Following Items: 1 Pc. Randall Kidney-stone Frcpsslt-cvd225mm, 1 Pc. Randall Kidney-stone Forceps Cvd225mm, 1 Pc. Randall Kidney-stone Frcpshvy-cvd225mm, 1 Pc. Randall Kidney-stone Frcps U-cvd225mm, 1 Pc. Bakes Bile-duct Dilator 1mm, Bakes Bile-duct Dilator 2mm, 1 Pc. Bakes Bile-duct Dilator 3mm, 1 Pc. Bakes Bile-duct Dilator 4mm, 1 Pc. Bakes Bile-duct Dilator 5mm, 1 Pc. Bakes Bile-duct Dilator 6mm, 1 Pc. Bakes Bile-duct Dilator 7mm, 1 Pc. Bakes Bile-duct Dilator 8mm, 1 Pc. Bakes Bile-duct Dilator 9mm, 1 Pc. Bakes Bile-duct Dilator 1mm, 1 Pc. Randall Kidney-stone Forcepscvd190mm, 1 Pc. Randall Kidney-stone Fcpshvy-cvd190mm, 1 Pc. Bottom For 1/2 Container Height:135mm, 1 Pc. Prime Line Pro 1/2 Lid Green, 1 Pc. 1/2 Size Perf Basket 243x253x76mm, 1 Pc. Identification Label Green. Set 1 590,000.00 15 Defibrillator. Brand New. Product Specifications: General Features: 7-10 Inch Lcd Display, Maximum Of 3 Waveforms. High Contrast Display Mode For Bright Environments. Ambulance-ready, Rugged Casting: Ip44, Impact Test Of 0.75m. Output Energy: 1-360j. Charge Times Of <3s T O200j, <7s To 360j. Auto-volt With Smart Charging. Lithium-ion Battery Supports To 6 Hours Monitoring/200 Shocks @360j/ 4.5 Hours Pacing, With Built-in Led Power Level Indicator. Lightweight At 4-5kg., Full Configuration, Main Unit. Automatically Switch Defibrillator Energy, Cpr Prompts, And Alarm Limits Depending On Patient Type. Display Ecg During Aed Mode. Ecg Recovery Within 2.5s Or Less. Contact Status Can Be Checked Through Paddle And Monitor, Impedance Value Can Be Checked In Monitor. Auto-testing Includes Maximum Energy Discharge Test. Parameters: 3/5 Lead Ecg, Pacer. Includes: Thermal Recorder, External Paddle Kits, Ecg Cable And Lead Wires, Ecg Electrode, Multifunction Electrode Pad. Printer Paper, Electrode Gel, Power Cord, Lithium-ion Battery. Unit 5 1,500,000.00 16 Dish Sterilizer. Brand New. Product Specifications: − High Light Led Display, − With Special Boiler Temperature Drainage Settings, − Washing (non-recycling) Parameters Can Be Set Free And With Control Memory Function, − Can Meet Different Washing Demand, − Self - Research Internal Water Softener, − Double Construction Design For Top Cover, − Power: 380v/50hz, − Basket Dimension : 500x500mm, − Washing Ability : At Least 60 Basket / H, − Rinse Water Quantity : 3 L/h, − Inlet Height :400-430mm, − Machine Dimension : 800-850x800-820x1450-1500mm, − Rated Power : 14.75kw, − Gross Weight : 140-150, − Net Weight : 100-110, − Packing Size : 890-900x900-910x1630-1700mm. Warranty Period- Within 1 Year Upon Delivery And Installation To Cover Parts (excluding Wearable Parts) And Service With Preventive Maintenance Every 6 Months Within 2 Years Period. Provides Orientation And Training To End-user Representative.* Unit 1 500,000.00 17 Electrocardiography Machine (ecg) Brand New. Product Specifications. High Resolution Lcd Touch Screen, 320-330x240-250vivid Waveform Display. 12 Leads Ecg Resolution Thermal Printer. Built-in Rechargeable Li-ion Battery, Ac/dc Power Supply. Anti-defibrillator And Pace Maker Detection. Complete Digital Filtering, Resisting Baseline Drift, Automatic Baseline Adjustment. Automatic Ecg Measurement And Interpretation. Large Patient Data Storage; 150 Cases, Equipped With Usb Port For Data Transfer. Three (30 Printing Formats (auto, Manual And Rhythm) Selectable. 1/2/3 Channel Ecg Waveform And Rhythm Leads Record Out. Lead Status Diagram Display. Unit 4 200,000.00 18 Electrosurgical Dessicator Machine. Brand New. Product Specifications: Use For Removal Of Lesions, Warts, Skin Tags, And Other Blemishes Easily With Minimally-invasive Treatment. For Superficial Treatments, Safe To Use Around The Eye And Nose Area. Includes Re-usable Pen And Tips. Unit Specifications: Depth:4-5 Inches, Width:8-9 Inches, Height:7-8 Inches, Weight:6-8 Pounds, Output Power -low At 0-20watts (1/10 Watt Increments Up To 10 Watts), High At 0-35 Watts, Bipolar: 0-35 Watts. Offers Hand-or-foot Activated Operation. Autoclavable, Reusable Hand Control Pencil With Power Adjustment Buttons. Pencils Are Designed With Non-spinning Hex Collar For Multi-positional Fall-safe Blade Locking. Equipped With Mobile Stand. Includes Consumables.warranty-6 Months From Delivery And Installation. Set 1 100,000.00 19 Fetal Maternal Monitoring System: Brand New. Product Specifications: Foldable Screen. Probe Rack And Wall Mounting Rack. Handle For Easy Carrying. User-friendly Gui With 3 Display Modes. Four (4) Optional Color Background. Capable Of 24 Hours Ctg Storage. Fast Print For Store Traces. "smart Notes" Annotation. Signals Overlap Verification. Real-time And Offline Data Transmission To Pc. 10-12 Inch Color Touch Screen. Excellent Algorithm. 12-crystal And 1 Mhz Water-proof Transducer For Accurate Detection. Configuration: Dual-fhr, Toco, Fm, Afm, Mecg, Nibp, Mspo2, Temp. Includes: 3 Each Belt, 1 Each Event Marker, 1 Bottle Ultrasound Gel, 1 Ea. Fhr Transducer, Purple, 1 Each Transducer, Yellow, 1 Each Spo2 Sensor, Adult, 1 Each Temperature Probe, Skin, 1 Each Toco Probe, 1 Each Nibp Cuff, Adult, 1 Each Nibp Tube, Adult. Unit 3 1,110,000.00 20 Infusion Pump. Brand New. Product Specifications: Mechanism: Peristaltic Pump, Operating Mode: Flow Rate Mode, Drip Rate Mode(optional), Preset Volume: 1-9999 Ml, Flow Rate Range: 1 – 600 Ml/h, Increment: 1, 10, 100 (ml/h), Accuracy: ± 5%, Kvo Rate: 1 Ml/h, Bolus Rate: 600 Ml/h, Drop Rate Range: 1 – 400 Drop/min With Optional Drip Sensor, Screen: 2.7 Inches B/w Lcd, Information: Flow Rate, Preset Volume, Accumulated Infusion Volume, Completion, Occlusion, Air Bubble, Bed No, Ac Power Indicator, Battery Capacity, Battery Charge Indicator, Iv Set, Etc., Status Indicator: Stop, Run, Bolus, Kvo, Alarm Type: Air Bubble, Finish, Occlusion, No Ac Power, Low Battery, Battery Empty, Reminder To Operate, Communication Error (err1), Operation Error (err2), Drops Error (err3), Handle Open (err4), Air Bubble Level: 1-3 Levels Adjustable, Universal Compatibility, Turn On/off, Occlusion Alarm Pressure Range: 3 Levels: 60kpa, 100kpa, 140kpa (±20kpa), Battery Type: Lithium Polymer, Battery Life: Up To 4 Hours Continuous Operation 25 Ml/h Flow Rate, With Delivery And Installation, Provision Of Trainings Of Staff With Certificates, And Manual. Unit 4 320,000.00 21 Laboratory Oven. Brand New. Product Specifications: Working Temperature Range At Least 5 Above Ambient Temperature To +300 °c; Setting Accuracy Temperature Up To 99.9 °c: 0.1 / From 100 °c: 0.5; Setting Temperature Range +20 To +300°c; Temperature Sensor 1 Pt100 Sensor Din Class A In 4-wire-circuit. Control Cockpit Single Display. Adaptive Multifunctional Digital Pid-microprocessor Controller With High-definition Tft-colour Display; Timer Digital Backwards Counter With Target Time Setting, Adjustable From 1 Minute To 99 Days; Adjustable Parameters: Temperature (celsius Or Fahrenheit), Air Flap Position, Programme Time; Ventilation: Natural Convection, Vent Connection With Restrictor Flap; Works Calibration Certificate : Calibration At +160°c; Door Fully Insulated Stainless Steel Door With 2-point Locking (compression Door Lock); Internals 1 Stainless Steel Grid(s), Electro Polished; Stainless Steel Interior; Interior Easy-to-clean Interior, Made Of Stainless Steel, Reinforced By Deep Drawn Ribbing With Integrated And Protected Large-area Heating On Four Sides; Volume 32 L; Dimensions W(a) X H(b) X D(c): 400 X 320 X 250 Mm; Max. Number Of Internals: 3; Max. Loading Of Chamber 60 Kg; Max. Loading Per Internal 20 Kg; With Free Power Back-up System, With Free Installation And Demonstration. Unit 1 130,000.00 22 Newborn Hearing Screening Test Equipment. Brand New. Product Specifications: • Capable Of Screening And Diagnostic Testing With Te And / Or Dpoae. • Fast Automatic Test With Pass / Refer And Graphical Test Result Display. • Direct Evaluation Via Value And Bar Diagram. • Up To 12 Frequencies Displayed Within The Device, Dp Up To 12 Khz. • 5 Dp / 2 Te Protocols With User Customizable Parameters (diagnostic Version). • High Noise Immunity For Operation In Normal Clinical Environment. • Lightweight, Small Ear Probe. • Environmentally Friendly Due To Long Life, Rechargeable Battery. • Bluetooth Communication To Optional Printer And Pc • Evaluation Of Results In Pc. Screener With At Least 4 Frequency Dpoae Testing Protocols. • Qualified Protocols Built Into The Device. • 4 Dpoae Test Frequencies Reported. • Integration To State Tracking Systems, Hi-track Or Oz. Diagnostic With Up To 12 Frequency Dpoae Testing Protocols. • 1.5 To 12 Khz Frequency Range With Up To 12 Test Frequencies Reported. • Customizable Test Protocols Teoae Available As An Upgradeable Option. Measurement Type: Distortion Product Otoacoustic Emissions (dpoae) Transient Evoked Otoacoustic Emissions (teoae). Frequency Range: Screener Version: Dpoae: 2.0 Khz To 5.0 Khz Teoae: 1.5 Khz To 4.0 Khz. Diagnostic Version: Dpoae: 1.5 Khz To 12.0 Khz Teoae: 0.7 Khz To 4.0 Khz. Stimulus Intensity Range: Dpoae: 40 Db Spl To 70 Db Spl Teoae: 83 Db Spl Peak Equivalent (±3 Db). Microphone System Noise: -20 Db Spl @ 2 Khz (1 Hz Bandwidth)/ -13 Db Spl @ 1 Khz (1 Hz Bandwidth). Dimensions And Weight (unit): 2.5 To 3” W X 1.2 To 1.8” D X 5.5 To 6.5” H 6.2 To 6.8 Oz. Power Supply: Lithium-ion Rechargeable. Battery Life: 1000 Tests Per Charge, Minimum 15 Hours On-time. Connectors/ Communications: Integrated Usb Communication Capability For Battery Charging And Communication With Pc-based Database Programs Or An Optional Printer. Hdmi Connector For Connection To The Micro-probe. Integrated Bluetooth Class 2 + Edr With Spp. Protocol For Communication With Optional Printer. Standard Accessories: Micro-probe, Box Of Single Use Ear Tip And Ear Tip Remover, Package Of Probe Tubes, Micro-usb Power Supply For Charging Lithium Ion-battery, Pc Database Software With Manual, Micro B To A Usb Cable For Pc Communicator/charging, Protective Carrying Case, Data Management Tool That Provides The Ability To Transfer Patient. Oae Test Data From The Testing Device To A Pc For The Purposes Of Viewing, Archiving, Managing And Printing Oae Reports. Using The Database Also Gives You The Means To Create Letter Sized, Detailed Reports That Can Be Easily Filed Or Faxed. You Can Also Create A “paperless” Office By Saving The Test Results As A Pdf For Electronic Filing Or Email. Dpoae: 40 Db Spl To 70 Db Spl Teoae: 83 Db Spl Peak Equivalent (±3 Db). Includes Ups. Warranty –at Least 1 Year After Delivery And Installation. Unit 1 1,000,000.00 23 Operating Room Lights. Brand New. Product Specifications: Dual Head- Ceiling Type. Major Operating Room Light Multi-color. Merging Of Light Fields, Light Intensity Control. Comfortable Display Of Key-pad On Major Lighting Head. Back Light Key Pad Display. Depth And Merging Light Field Should Be Operated At The Sterilizable Handle. Cool Light Temperature Increasing In Head Area: 0.5 ºc. 360° Continuous Rotation Around All Major Joints. Anti-bacterial Coating Head. - Light Head Diameter: 66cm. Ideal Laminar Flow Ceiling System. With Endo Mode: Must Be Color Green Light. Main Light Head. Electronic Light Intensity Control At Lamp Head. - Light Intensity At 1 Meter Distance: 160,000 Lux. Colour Rendering Index Ra At Kelvin: 98 (for Better Quality Image Of Skin, Blood And Tissues). Colour Rendering Index R9 At Kelvin: 99 (for Better Quality Image Of Skin, Blood And Tissues). Focusable Light Field Size: 19-30 Cm. Colour Temperature: 3,750, 4,000, 4,250, 4,500, 4,750 K. - Adjusting The Shadow Activating Via The Touch Panel. - Maximum Of Four Groups Of Lenses Are Dimmed Simultaneously. Shadow Management System. Number Of Led’s: 99 On Lamp Head. Life Span Of Leds: > 60,000 H. Working Distance: 70-160 Cm. Light Intensity Control (standard): 5% - 100%. Outstanding Depth Illumination: 70, 100, 130 Cm. Laser Pointer On Head (main Light Head Only). Lf-index Leenemann: 26. Lf-index Oostlander: 28. Input Voltage: Single Phase 110 ~ 230 Vac Free Volt. Total Power Consumption: 82 - 92watts. Adjustable Brakes At The Horizontal Arm. Light Head Weights: 18.5 Kg. Protection Type Lamp Head: Iec60529. - Aluminum Housing. Satellite Head. Electronic Light Intensity Control At Lamp Head. - Light Intensity At 1 Meter Distance: 140,000 Lux. Colour Rendering Index Ra At Kelvin: 98 (for Better Quality Image Of Skin, Blood And Tissues). Colour Rendering Index R9 At Kelvin: 99 (for Better Quality Image Of Skin, Blood And Tissues). Focusable Light Field Size: 18-30 Cm. Colour Temperature: 3,750, 4,000, 4,250, 4,500, 4,750 K. Number Of Led’s: 69 On Lamp Head. Life Span Of Leds: > 60,000 H. Working Distance: 70-160 Cm. Light Intensity Control (standard): 5% - 100%. Outstanding Depth Illumination: 70, 100, 130 Cm. Input Voltage: Single Phase 110 ~ 230 Vac Free Volt. Total Power Consumption: 82-92 Watts. Adjustable Brakes At The Horizontal Arm. Light Head Weights: 17.9 Kg Minimum. - Aluminum Housing. Protection Type Lamp Head: Iec60529. Standard Accessories: - Sterilized Handle: 2 Pcs/ Lamp Head, - Ceiling Anchorage Ring With Screws, - Spring Arm, - Ceiling Cover, Including Installation Of Brackets To Embed Overhead Ceiling- User Manual, - Ups. Warranty Of Two (2) Years For Parts And Labor With Free Preventive Maintenance Every Quarter Within Warranty Period Five (5) Years Warranty For Led Bulb Only. Unit 1 2,500,000.00 24 Operating Room Table (motorized). Brand New. Product Specifications: Total Length: 2000-2100 Mm. Width Including Side Rails: 600-630 Mm. Mattress Width: 550-570 Mm. Total Weight: 200-210 Kg. Safe Working Load (swl): Up To 250 Kg. Height Adjustment Range: From 595 Up To 1005 Mm. Castors: Four Ø 120-125 Mm Central Locking Twin Castors. Head Section: -58° ... +37°, 135 Mm. Back Section: -10° ... +70°. Leg Section: -80° ... +10°. Lateral Tilt: 20° / 20°. Trendelenburg/anti-trendelenburg: 30° / 20°. Sliding Tabletop For C-arm Function: 300-320 Mm. Flex / Reflex: 220° / 120°. Electrical System: 24 Vdc, Battery Operated, 100 - 240 Vac, 50/60 Hz. Controls: Hand Control And Integrated Control Panel On The Column. Memory Positions: Four Programmable Positions. Visco-elastic Mattresses. Radio Lucent Tabletop For X-ray. Accessories For General Surgery: 1. Arm Rest, 2. Anesthesia Frame With Clamp And, 3. Attachment Clamp. Transport And Storage Conditions: Temperature 7 10° C + 50° C. Relative Humidity 10 %, 85 %. Air Pressure 700 Hpa, 1060 Hpa. Operating Condition: Temperature +10° C, + 40° C. Relative Humidity 30 %, 75 %. Air Pressure 700 Hpa 1060 Hpa. Side Rail Accessories: 25 X 10mm. Warranty-1 Year From Delivery And Installation. Certificate Of Parts Available In The Next 5 Years. Includes Training To End-user. Includes Product Manual. Unit 2 5,500,000.00 25 Radiant Warmer With Phototherapy Units. Brand New. Product Specifications: Fixed Height Radiant Warmer, Mounted On A Column. The Unit Is Supported By A T-shaped Sturdy And Stable Wheeled Base. Bases Is Provided With A Minimum Three (3) Anti-static Swivel Casters. At Least Two (2) Of The Casters Are Equipped With Brakes. The Base Is Equipped With A Side Handle/rail For Easy Positioning. The Design Of The Base Is Suitable To Be Fitted Over Standard Cradles, Cribs, And Bassinets. Overhead Radiant Heater At A Fixed Height Of 1.80-2.0m. Radiant Heating Is Achieved By Quartz/ceramic Elements, Placed In A Parabolic Reflector. The Radiator Is Equipped With A Safety Grid. The Unit Support Three (3) Modes: Pre-heating, Manual And Servo Mode. The Unit Allows For Instant Switching Been The Different Operating Modes. The Minimum Skin Temperature Setting Range Is 32°c To 37°c. The Resolution Of The Temperature Is: ± 0.5°c Or Better. In Manual And Pre-heating Modes Heating Settings Allow For A Range Of 0 – 100%. Led Spotlight(s) For Examination Are Integrated In The Overhead Radiant Heater, The Angle Of The Overhead Light Is Adjustable. Warm-up Time < 30 Min To 25°c. Power Requirements: 1 Ph, 100 - 240 Volts - 50/60 Hz 900 To 1300va (with Ups And Avr). Display Features: The Display Panel Is Integrated In The Column For Visualizing Working Parameters And Alarms. The Display Indicates: - The Current Active Mode: Pre-heating, Manual Or Servo, - The Current Heating Power In Percentages, - The Current Pre-set Temperature, - The Current Actual Skin Temperature, - The Current Air Temperature. The Unit Is Equipped With A Self-check Feature. Alarm And Safety Features: Alarms Are Audible And Visible. Alarms Indicating: - Sensor Disconnection Or Malfunction. - Power Failure. - Skin Temperature, After Stabilizing, Varying Beyond 0.5° To 1°c From Set-point. - 10 To 15 Minutes After Manual Mode Has Been Engaged An Audible Alarm Will Sound. In Addition, The Unit Will Either Reduce Or Cut The Power To The Heater. In Skin Mode, When The Temperature Exceeds 39°c, The Unit Will Cut The Power To The Heater. Supplied With: Instructions For Assembly, Use And Maintenance In English: 1 X Installed And 2 X Spare Reusable Skin Temperature Sensors, Including Connection Cable And Plug. 1 X Spare Quartz/ceramic Heating Element Or The Same With Installed Heating Element. 2 X Spare Examination Light Bulbs. 1 X Set Of Spare Fuses, If Applicable. Accessories: A Durable Light Weight Cradle/crib And Mattress. Oxygen Regulator Including A Pressure Gauge, Flow Meter, Humidifier Bottle And All Required Tubing. Integrated Weighing Scale. Electrically Operated, Slow Suction Unit Including A Vacuum Regulator, Vacuum Gauge And Autoclavable Collection Jar. Electrical Height Adjustment. T-piece Resuscitator. Integrated Phototherapy Unit. Led Phototherapy Unit 36cm: 620-2800μw/c㎡. Led Phototherapy Unit 50cm: 400-1620μw/c㎡. Estimated Life Span: Eight Years. Includes Avr. Unit 3 600,000.00 26 Refrigerator (biological). Brand New. Product Specifications: External Dimension: W = 700-750 Mm D = 730-750 Mm H = 2000-2100 Mm. Inside Dimension: Useful Space On Top W = 600-620 Mm D = 550-570 Mm H = 500-550 Mm. Useful Space At The Bottom W = 590-610 Mm D = 540-560 Mm H = 500-550 Mm. Capacity: 600 L Temperature Range: Top 2°c To 20°c Bottom 2°c To 20°c. Optional: Other Temperature Ranges. Housing Galvanized Sheet Steel With High Quality White Coating, Antibacterial Coated. With 4 Feet, Height Adjustable. Optional: Set Of 4 Casters, 2 With Brakes. Interior Space Inner Case Of Galvanized Sheet Steel With High Quality White Coating, Antibacterial Coated. Cleaning Friendly By Rounded Corners, Slippery Surface In The Interior, Meets Highest Hygiene Requirements Insulation High Density Foamed-in-place Polyurethane, With A Thickness Of 60 Mm. Cfc-free. Circulation Air Cooling For Rapid And Uniform Temperature Control, Reducing Temperature Gradients To A Minimum. When The Door Is ""open"" The Circulating Fan Is Switched Off Automatically By A Micro Switch In Order To Prevent Warmer Ambient Air Being Drawn In. Door 2 Pcs. Three-layer Thermally Insulating Glass Door (arranged On Above The Other), Supplied As Standard With Right Hand Hinge, Also Available With Left Hand Hinge At No Extra Cost. Grease Resistant Magnetic Seal. Optional: With Door Lock. Interior Fittings 4 Pcs. Grating-type Shelves (dim.: 530x550 Mm), White Coated. Interior Lighting With Automatic On/off Micro Switch. Optional: Stainless Steel Shelves Or Stainless-steel Drawer Compartments, With 3 Lengthwise Dividers With Telescopic-type Guides On Rollers With Stops, Drawer Dimensions: 500x480x77 Mm (wxdxh) Usable With Between The Lengthwise Dividers: 106 Mm (lengthwise Dividers Easily Removable). Working Range 1 From 2°c To 20°c (assuming The Ambient Temperature Is Approximately 4°c Above The Set Point). Temperature Accuracy +/- 1,8°c After Stabilization (with 50% Of Loading). Acoustics Signal When The Set Value Is Undercut Or Exceeded Potential-free Connection Socket For Extern Alarm Refrigerating Unit 2 Pcs. Fully Hermetically Sealed, Forced Ventilation, Fitted On Vibration – Absorbing Mounts (ambient Temperature Max. 32°c), Low Noise (48dba/1m), Energy Saving Compressor With High Quality Vaporization System. Refrigerant: R 290 Or Equivalent Defrost Automatically With Thermal And Time Limit. Condensate Evaporation In Heated Tray. During The Defrost Period, The Temperature Inside The Cabinet (only The Air Temperature – Not The Stored Goods) Will Arise For A Short Time. Electrical Date: Power Supply220-230 V/50 Hz/single Phase Optional: 60 Hz. Power Input 2x 0,20 Kw. Fuse 16a. Power Cable: 2x 1,5 M. Packing Details (palletized) Dimensions: Approx. 85x98x224 Cm. Net Weight: 150-170 Kg. Gross Weight: 180-200 Kg. Include Avr. Unit 1 100,000.00 27 Rigid Video Procto-sigmoidoscope. Brand New. Product Specifications: Plastic Obturator. Video Camera. Stainless Steel Tube. Handle Of Polyacetal (delrin), Usb Male Connector. Analogue To Digital Converter Nozzle For Gas. Instrumentation Channel. Silicone Washer. Includes Universal Fiber Optic Light Source Machine And Tube Connector From The Proctoscope To The Light Source Machine. Warranty -6 Months From Delivery And Installation. Set 1 50,000.00 28 Stretcher, Transport Type. Brand New. Product Specifications: Hydraulic Stretcher. Numbers Of Function: Five-function. Certification: Ce, Fda, Iso13485. Size: 2000-2100 Mm (l)*770-800mm (w)*600-610/900-920mm (h). Height:600mm-930mm. Lowest Position-floor To Platform-580mm. Highest Position-floor To Platform-905mm. Side Rail Height Above Mattress Platform-340 To 360mm. Maximum Back Rest-0-80 Degrees. Maximum Knee Rest-0-30 Degrees. Maximum Trendelenburg Reverse Tr-0-16 Degrees. Mattress Size -1850-1880 X 650-670 X 80-90mm. Loading Capacity -up To 200 Kg. Side Rails: Collapsible Aluminum Alloy Side Rails. Bed Platform: X-ray Transparent. Specification: Ce, Fda, Iso. Other Features: 1. Central Brake System: Equipped With Four Brake Pedals On All Sides Of The Bed Make The Brakes At The Optimal Position Effectively. 2. Multi-function Instrument Support: The Instrument Support Can Put The Monitor And Can Also Be Used As A Headboard To Prevent Accidental Slippage Of The Patient. 3. Push Handle: Reducing The Workload And Preventing The Injuries. 4. High Quality Mattress: The European Standard Waterproof Cloth With The Smooth Surface Of The Mattress, Easy To Clean And Not Misplaced. 5. Large Diameter Wheel: Using The Imported 8-inch Silent Caster Make It Flexible And Durable. 6. The Fifth Wheel: The Fifth Wheel Can Provide A Smaller Radius Of Gyration. The Telescopic Collapse Design Can Slide Smoothly Even On The Rough Surface Or Obstacles Such As The Elevator Sill, Reducing Effectively The Damage Caused By Transport To Patients. 7. Plastic Coated Side Rails: The Side Rails With Stainless Steel Column Guardrail Covers Almost Entire Length Of Bed. 8. High-strength Carbon Steel Structure And Spray Procedure: The High Quality Carbon Steel And Robot Welding Guarantee The Mechanical Strength. The Spray Surface Treatment Is Easy To Clean And Guarantees A Longer Life. 9. Rapid Lifting Hydraulics: The Imported Dual-pressure Lifting System Can Be Used To Quickly Lift The Bed Or The Push Handle For 2 Seconds In An Emergency, And The Bed Will Automatically Locate The Height To Form A Special Body Position Of The Patient. 10. X-ray Imaging: Equipped With X-ray Material Bed Surface And X Ray Cassette Holder, The Whole Body Can Be X-rayed. 11. With Oxygen Cylinder Holder. Warranty -1 Year From Delivery And Installation. Unit 18 5,400,000.00 29 Suction Machine. (heavy Duty). Brand New. Product Specifications: Floor, Standing Type. Oil-less Piston Suction Motor. Double Anti-overflow Protection (mechanical Float And Electronic Sensor). Flow Rate: 40-50 Liter Per Minute. Water Displacement. Vacuum -700-800mmhg. Includes 2x3 Liters Polycarbonate Collection Jar. Attach/detach Abs Plastic Cover Jar. Anti-bacterial And Hydrophobic Filter. Patented Anti-vibration System. Dimensions: 300-400mm X 380-420mm X 800-850mm (lxwxh). Weight -15-25 Kg. Equipped With Foot Switch. Power -250w. Power Requirement -ac 200, 50-60hz. Silicone Hose. Operation And Service Manual Included. Warranty Of 6 Months From Delivery And Installation. Includes Orientation And Training Of End-user Staff. Unit 2 600,000.00 30 Syringe Pump. Brand New. Product Specifications: With Delivery And Installation, Provision Of Trainings Of Staff With Certificates, And Manual. Applicable Syringes (universal Compatibility To Various Brands): 10ml, 20ml, 30ml, 50ml/60ml, Accuracy: ±2% (mechanical ±1%). Flow Rate: 10ml: 0.1 Ml/h -300ml/h, 20ml: 0.1 Ml/h -600ml/h, 30ml: 0.1 Ml/h -900ml/h, 50ml: 0.1 Ml/h -1500ml/h. Bolus Rate: 10ml: 100-300ml/h (default 300ml), 20ml: 100-600ml/h (default 600ml), 30ml: 100-900ml/h (default 900ml), 50ml: 100-1500ml/h (default 1500ml). Purge Rate: 10ml: 300ml, 20ml: 600ml, 30ml: 900ml, 50 Ml: 1500ml. Volume To Be Infused: 0.1ml~1000ml. Injection Increment: 0.1ml. Infusion Mode: Rate Mode, Time Mode. Time Mode: Volume Limit: 0.1~999.9ml. Pre-set Time: 1min To 99h99min. Remaining Time: **h **min. Occlusion Pressure: 3 Adjustable Occlusion Pressure Settings: Low, Middle And High. Alarm Function: Infusion Completion, Near Completion, Empty, Occlusion, Low Battery, Syringe Disengaged, Incorrect Installation Of Syringe Plunger, No Ac Power Supply, Low Battery, Battery Exhausted, Malfunction Etc. Battery: Rechargeable Lithium Polymer Battery, 7.4v, 2100mah, Can Operate For More Than 3 Hours After Fully Charged At 25ml/h. Unit 5 300,000.00 Total 34,665,000.00 Note: Winning Bidder Shall Conduct Product Demonstration/end-user’s Training Of The Actual Unit And Issue Training Certificate To The End-user And Medical Equipment Technician Of Wvsgh. The Bidder’s Single Largest Completed Contract Similar To The Contract To Be Bid Should Have Been Completed Within 3 Years From The Date Of The Deadline Of Submission And Receipt Of Bids, Award For This Contract Should Have Been Awarded By A Hospital Or Health Facility And Not By Another Supplier, Except For Line Items With Asterisk (*) Which Have Been Awarded By A Non-health Facility. Likewise, The Contract Price Of The Slcc Should Be At Least 50% Of The Sum Of The Abc Of The Line Items Joined. 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 Open To All Interested Bidders, Whether Local Or Foreign, Subject To The Conditions For Eligibility Provided In The 2016 Revised Irr Of Ra No. 9184. The Complete Schedule Of Activities Is As Follows: Bac Activities Schedule Availability Of Bidding Documents December 12, 2024 At 8:00 Am To 4:00 Pm And Up To Before 9:00 Am Of January 7, 2025, At The Procurement/bac Office, Western Visayas Sanitarium And General Hospital, Sta. Barbara, Iloilo Pre Bid Conference December 20, 2024 (thursday), 9:00 Am At The 3rd Floor, Im Conference Room, New Building, Western Visayas Sanitarium And General Hospital, Sta. Barbara, Iloilo Opening Of Bids January 7, 2025 (tuesday), 9:00 Am At The 3rd Floor, Im Conference Room, New Building, Western Visayas Sanitarium And General Hospital, Sta. Barbara, Iloilo Bid Documents May Be Acquired By Interested Bidders On The Dates And Address Above And Upon Payment Of Applicable Fee For The Bidding Documents In The Amount Of: Php 25,000.00 Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Bac/procurement Office On Or Before 9:00 Am Of January 7, 2025. 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 14. It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps) And The Website Of The Procuring Entity, Wvs.doh.gov.ph , Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. The Western Visayas Sanitarium And General Hospital 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. For Further Information, Please Refer To: Mr. Jasond Rex A. Huyaban/jessie H. Jarbadan Bac Secretariat Western Visayas Sanitarium And General Hospital Sta. Barbara, Iloilo Tel. No.: (033) 332-4778 Loc. 119 Email: Wvsbac.procurement@gmail.com Website: Wvs.doh.gov.ph Renia Grace G. Salapare, Md, Fpafp, Mpa Bac Chairperson
Closing Date17 Jan 2025
Tender AmountPHP 36.6 Million (USD 627.7 K)
Western Visayas Sanitarium Doh Tender
Healthcare and Medicine
Corrigendum : Tender Amount Updated
Philippines
Details: Description Invitation To Bid For Supply, Delivery And Installation Of Various Hospital Equipment Ib No. 2025-01-01-g The Western Visayas Sanitarium, Through Its Bids And Awards Committee (bac), Invites Suppliers/manufacturers/distributors To Apply For Eligibility And To Bid For The Hereunder Project: Name Of Project : Supply, Delivery And Installation Of Various Hospital Equipment Location : Western Visayas Sanitarium And General Hospital, Inangayan, Santa Barbara, Iloilo Approved Budget For : Php 34,665,000.00 The Contract (abc) Fund Source : Caf No. 2025-001-gf Delivery Period : Within Ninety (90) Working Days After Receipt Of The Notice To Proceed Line Items Abc: Php 34,665,000.00 Lot 1 No. Description Unit Of Measure Quantity Approved Budget Cost (php) 1 Electrical Machine. Brand New. Product Specifications: Combination Of Electrotherapy And Ultrasound; With 3 Independent Channels And Body Diagram Installed; Power Supply: Ac 100- 240 V, Number Of Channels: 3 Independent (2 For Electrotherapy, 1 For Ultrasound) Electrotherapy; Ten& Ems, Ultrasound Functions; Electrode Pads For Tens & Ems; Us Probe Head: Large And Small. Warranty -1 Year From Delivery And Installation. Unit 1 290,000.00 2 Hand Dynanometer. Brand New. Product Specifications: Hydraulic Adjustable Handle. Strength Can Be Viewed In Pounds Or Kilogram. Can Measure Up To 90kg (200lbs.). Durable Metal Gauge. Warranty –at Least 6 Months Upon Delivery And Installation. Unit 1 55,000.00 3 Parallel Bars. Brand New. Product Specifications: Adjustable And Foldable. Stainless Steel Bars And Steel Base. Height Adjust Within 26''-40''. Width -24''-36". Length Ranges: 7-10 Feet. Warranty -at Least 6 Months Upon Delivery And Installation Unit 1 50,000.00 4 Pulley System. Brand New. Product Specifications: Single Handle/dual Tower. Chest And Floor Height Mounted Handle. Easily Adjustable Handles. Wheelchair Accessible. Warranty –at Least 1 Year Upon Delivery And Installation. Unit 1 150,000.00 5 Pbx, Smart Hybrid. Brand New. Product Specifications: Designed For Telemedicine Use. Genuine And High Quality Brand. Pabx Built-in Extensions 16 Analog. At Least 2 Card Slots And 2 Slots Trunk Extension Card Switch System. Ability To Equip Sub-frame Ns-320; 12-32 Trunk Extensions. Sub-frame To Extend Pbx Ns300. Port Connected To The Main Frame. Dimensions: 40-45 X 35-36 X 86-90 Cms. Warranty –at Least 6 Months From Delivery And Installation * Unit 1 100,000.00 6 Uninterrupted Power Supply. Brand New. Products Specifications: Designed For Telemedicine Operation. 3000va. Output Power Capacity-3000va, Mount: 3u Rack Mountable. Nominal Output Voltage -230v. Dimensions: 20-22 X 19-20 X 5-6 Inches. Warranty –at Least 6 Months Upon Delivery And Installation. * Unit 1 400,000.00 7 Medical Waste Shredder. Brand New. Product Specifications: 20hp Motor Slow-speed And High Torque Dual Shaft Shredders, 5/16″ Wide Cutters, With Bearing Protection And Cleaning Fitters. Features: Efficiently Shred Syringes, Face Masks, Boxed Medical Waste, Pill Bottles, Etc., Available With A Split Cutting Chamber That Allows For Two Different Shred Widths Within One Shredder, The Manner Of In Feed And Output Are Also Divided. Includes Training And Certification, Warranty 1 Year Upon Installation Unit 1 350,000.00 8 Portable Multi-parameter Analyzer Flow Water Quality Testing. Brand New. Product Specifications: Measures Water Quality Parameter For Ph/ec/ise/do/temp. Mv/orp/px/resistivity/tds/sal./do Saturation. Features: Portable Device, Color High Contrast Lcd Touchscreen, Data Storage1000 Sets For Each Parameter, Support For Usb Communication, Ip65 Waterproof, Includes All Necessary Accessories And Consumables, Includes Training And Certification For Use, Warranty For 1 Year Upon Installation Unit 1 200,000.00 9 Water Purification System. Brand New. Product Specifications: 6000 Gdp Reverse Osmosis Machine. Up To 1200 Containers Per Day. Double U.s. Membrane. 2 Tanks 1000ltrs. For Raw & Product Water. At Least 28 Stages Of Water Filtration. To Include Piping Line From Water Station To Specified Areas Within The Health Facility. To Include Necessary. Building/structure For The Water Station. Service Warranty 1 Year After Delivery And Installation. To Include Service And User Training. Including Consumables: 50 Gallons Round Containers, 50 Gallons Slim Containers, 1 Sack Industrial Salt. * Unit 1 350,000.00 10 Anesthesia Machine With Cardiac Monitor. Brand New. Product Specifications: Main Gas Supply -oxygen, Air. Pin Index Supply System: Oxygen, Air. Ventilatior: With At Least Six (6) Ventilation Modes. Machine Must Be Able To Ventilate Patient Using The Preset Settings Provided By The End-user Even Presence Of Driving Gas Is Temporarily Unavailable. Ventilator Must Be Enclosed With Metal Casing To Prevent Entry Of Foreign Items Including Fluid. Ceramic Type Of Inspiratory And Expiratory Valve. Ventilator Must Have High Pressure Valve That Ensures Release Of Excess Pressure When Required. Ventilator Must Be Functional When Machine Is Connected Either Through Direct Power Supply Or Back Up Battery. Breathing System: The Volume Of The Compact Breathing System And Co2 Absorber Must Be 1.7l Excluding Hoses And Breathing Bag. Volume Of Co2 Absorber Reusable Canister Must Be 1.5l. With Bypass Valve Located In Breathing System Allowing Continuous Machine Operation While Changing Co2 Absorber. With Fresh-gas Decoupling Valve That Prevents Direct Entry Of Pressure In The Patient Airway When Pressing The O2 Flush Button, Peep And Pressure Limitation. With Breathing System That Can Be Detached From The Main Unit Without Tools Required. Breathing System Should Be Separated From The Main Unit With Mounting That Can Be Positioned From Any Direction Without Moving The Entire Anesthesia Machine. With Ceramic Type Of Inspiratory And Expiratory Valve. With Sample Gas Return Port. With Pup Off Pressure Release Valve Located At The Apl Valve. With Moisture Reduction System. Hot Steam Sterilization Can Be Carried Out At 134 ° C (273.2 ° F). With Heated Breathing System. Anesthesia Gas Supply Module: Range Of Fresh Gas Flow Indicators: 0.0 To 12.0 L/min. O2 Flush (bypass): At 87 Psi (6 Kpa X 100): Max. 75 L/min At 41 Psi (2.8 Kpa X 100): Min. 25 L/min. With Metering Valve And Dual Flow Tubes For Fresh-gas. With Integrated O2 Monitoring Located In The Screen. Vaporizer: With Two (2) Selectatec Vaporizer Mounting. With One (1) Unit Sevoflurane And One (1) Unit Isoflurane Vaporizer. Vaporizer Must Have No Cloth Component Which Allows Item To Be Functional Immediately Even Transporting It In An Upside Down Position. Oxygen Sensor: With Oxygen Sensor That Measures Percentage Of Oxygen. Flow Sensor: With Constant Temperature Hot-wire Anemometer Flow Sensor. Must Be Located Within The Anesthesia Unit Distal To The Patient Area. Flow Sensor Must Be Reusable. Auxillary Low Flow Oxygen: With Integrated Low Flow Oxygen Supply For Mask And Nasal Cannula Application. Writing Table/drawers/mounting: With At Least 3 Drawers As Storage For Other Accessories. With A Retractable Writing Table That Can Hold At Least 10kgs. Advanced And Safety Features: Functional Even The Battery Is Completely Discharged, All Pneumatic Functions Continue To Be Available (apl Valve, Breathing Pressure Gauge, Cylinder And Pipeline Gauges, Fresh Gas And Agent Delivery, And O2, Air, Flow Meters).manual Or Spontaneous Ventilation Can Be Maintained During Power Failure And Discharged Of Battery. In Case Of No Power And Totally Discharged Battery, Machine Must Be Shifted Automatically From Ventilator Mode To Manual Mode Without Any Switch Or Button Required. Start-up Time Must Be Less Than 15 Seconds. Power Input Data: Power Supply: Rating Non-configurable 100 To 240 Vac, 50/60 Hz, 145 Va. Battery Operation Time: Up To 2 Hours, Minimum Of 45 Minutes. Parameters: Minimum Tidal Volume (vt) Required: 20 Ml. Breathing Frequency (rate): 4 To 60 Bpm (1/min). Inspiratory Pressure: Peep + 5 To 65 Cmh2o. Inspiratory Flow (inspflow): 10 To 75 L/min In Volume And Pressure Control Modes, 10 To 85 L/min In Pressure Support And Simv/ps Modes. Inspiration Pause: 0 To 50 %. Simv Inspiratory Time: 0.3 - 4.0 Sec. Positive End Expiratory Pressure: (peep) 0 To 20 Cmh2o. Inspiration/expiration Ratio: (ti:te) 4:1 To 1:4. Pressure Limiting: 70 Cmh2o. Range Of Fresh Gas Flow Indicators: 0.0 To 12.0 L/min. Pressure Support Level: Peep + 3 To 20 Cmh2o. Min. Frequency For Apnoe-ventilation: (freq. Min.) 3 To 20 Bpm And “off”. Trigger Level: 2 To 15 L/min. Standard Accessories: One (1) Unit O2 Regulator, One (1) Unit Air Regulator, O2, Air Fittings And Hose Clamps, One (1) Unit Adult Anesthesia Circuit With 2l Bag. Biolight M12 Patient Monitor (basic Configuration). Technical Specification: Display/waveforms: Screen Size Display: Not Less Than 12" Color Tft Screen. Screen Navigation: Touch Screen With Quick Volume And Brightness Adjustment. Support Quick Key, Able To Access Specific Functions Or Perform Operations Easily And Quickly. No. Of Waveforms: At Least 7 Waveforms (using Standard Screen Display). Battery: Internal Battery Duration Must Be: ≥ At Least 240 (built In Battery). Can Upgrade Lithium Battery, Battery Power Supply ≥480 Min. Ecg: Ecg Leads: 3/5 Leads, Display Sensitivity: ×0.25, ×0.5, ×1, ×2, ×4,auto Gain, Must Have A Smart Lead Off Feature, Must Have An Ecg Calibration Feature, Must Have An St Segment Analysis And Monitoring. Heart Rate Range Must Be: Adu: 10 To 300 Bpm, Ped/neo: 10 To 350 Bpm, Must Have Two (2) Hr Averaging Method. With Ecg Multi-lead Synchronous Analysis Function, Analysis Of Multiple Cardiac Leads At The Same Time, Can Be Accurately Monitored In The Case Of Individual Lead Interference, With Intelligent Lead Fall Monitoring Function. St-segment Analysis Can Show The St Graphic, Which Help Indicates The St Alarm Status More Faster. Nibp: Nibp Measurements Must Comply With The American National Standard For Electronic Or Automated Sphygmomanometers: - (ansi/aami/iso 81060-2:2009, Ansi/aami Sp10:2002) In Relation To Mean Error And Standard Deviation. Measurement Mode: Manual, Auto, Stat, And Sequence. Sequence Mode Could Support 5 Different Modes. Maximum Measuring Interval In Auto Mode Must. Must Have An Overpressure Protection For Nibp. Temperature: Must Have Dual-channel Body Temperature Monitoring With Difference Display Measurements. Must Support Skin And/or Oral/rectal. If More Than One Temperature Probe Is Used, The Monitor Will Be Capable Of Calculating And Displaying A Delta Reading. Measuring Range: 0~50 ℃. Spo2: Must Be Used In Low Pi (perfusion Index). Resp: Detection Method: Respiratory Rate And Respiratory Waveform Must Be Monitored By Pulse Wave. Trends: Trend Data For All Parameters In Tabular And Graphic Formats Must Be: 180h. Stored Nibp Measurements Must Be: Up To 2400 Groups. Stored Alarm Events Must Be: 3000 Groups And Associated Waveform. Holographic Waveform Must Be 72 Hours. Printer/recorder: Must Support 3-channel Recorder To Realize Thermal Printing; Support Network Printing Function. Network Capability: The Ip Address Of Each Patient Monitor Shall Be User Configurable. Features: -the Monitor Must Provide Electronic Early Warning Scor (ews, Glasgow Coma Scale (gcs), And Oxycrg Screen. -oxycrg Screen Shows Two Trend Curves And A Compression Waveform, Support To Review 48 Hours Trend Curve And Compression Waveform On The Oxycrg Review Screen. -accessories Storage Box, Help Manage Accessories And Prevent Accessories Missing Or Broken Problem. -user Shall Be Able To Freeze The Waveforms On The Screen And Then Review It To Carefully Observe The Patient During This Time. -up To 4 Timers Shall Be Able To Be Configured On Monitor Display To Count Up Or Down The Required Time In Minute And Second With Audio Alarm To Alert User. - The Monitor Shall Provide Following Specific Working Modes: Standby, Intubation, Night, Privacy, And Demo Modes. Accessories Included: 3/5 Lead Ecg Cable, 3/5 Lead Ecg Lead Wires, Adult Spo2 Sensor, Pediatric Spo2 Sensor, Temperature Probe Skin, Temperature Probe Oral/rectal, Nibp Cuff Adult, Nibp Cuff Pedia, Wall Mount / Trolley, One (1) Unit Pediatric Anesthesia Circuit With 1l Bag, Two (2) Units Power Adapter. Includes Avr Machine For Anesthesia Machine. Warranty -2 Years From Delivery, Installation, And Training/orientation. Unit 1 3,300,000.00 11 Cardiac Monitor With Capnograph. Brand New. Product Specifications: Display/waveforms: Screen Size Display: Not Less Than 12" Color Tft Screen. Screen Navigation: Touch Screen With Quickly Volume And Brightness Adjustment By Gestures Operate. Support Quick Key, Can Easily And Quickly Access Some Functions Or Perform Operations. No. Of Waveforms: At Least 7 Waveforms (using Standard Screen Display). Size Must Be: At Least 175mm X 320mm X262mm. With Auto Speech Recognition Module Implements The Voice Interaction With The Patient Monitor. Battery: Internal Battery Duration Must Be: ≥ At Least 240 (built In Battery). Can Up-grade Lithium Battery Power Supply ≥480min. Ecg: 5 Leads Display Sensitivity: ×0.25, ×0.5, ×1, ×2, ×4, Auto Gain. Must Have A Smart Lead Off Feature, Must Have An Ecg Calibration Feature, Must Have An St Segment Analysis And Monitoring. Heart Rate Range Must Be: Adu: 15 To 300 Bpm, Ped/neo: 10 To 350 Bpm. Must Have Two (2) Hr Averaging Method. With Ecg Multi-lead Synchronous Analysis Function, Analysis Of Multiple Cardiac Leads At The Same Time, Can Be Accurately Monitored In The Case Of Individual Lead Interference, With Intelligent Lead Fall Monitoring Function. St-segment Analysis Can Show The St Graphic, Which Help Indicates The St Alarm Status More Faster. Nibp: Nibp Measurements Must Comply With The American. National Standard For Electronic Or Automated. Sphygmomanometers: - (ansi/aami/iso 81060-2:2009, Ansi/aami. Sp10:2002) In Relation To Mean Error And Standard Deviation. Measurement Mode: Manual,auto, Stat, And Sequence,sequence Mode Could Support 5 Different Modes. Maximum Measuring Interval In Auto Mode Must. Must Have A Dual Overpressure Protection For Nibp. Temperature: Must Have Dual-channel Body Temperature Monitoring With Difference Display Measurements. Must Support Skin Or Oral If More Than One Temperature Probe Is Used, The Monitor Will Be Capable Of Calculating And Displaying A Delta Reading. Measuring Range: 0~50 ℃. Spo2: Must Be Used In Low Pi (perfusion Index). Resp: Detection Method: Respiratory Rate And Respiratory Waveform Must Be Monitored By Pulse Wave. Ibp: Support 2-channel Ibp Measurement Range: -50mmhg~+350mmhg. Types Of Measuring Blood Vessels: Arterial Pressure (art), Pulmonary Artery Pressure (pa), Central Venous Pressure (cvp), Right Atrial Pressure (rap), Left Atrial Pressure (lap), Intracranial Pressure (icp); Pulmonary Artery Wedge Pressure (pawp); Cerebral Perfusion Pressure (cpp). The Monitor Will Calculate The Ppv Based On Any Arterial Pressure Value Between Heartbeats. Etco2: Measuring Range: Etco 2 0 To 150 Mmhg. Fico: 3 To 50 Mmhg. Awrr: 0 To 150 Rpm (mainstream). Trends: Trend Data For All Parameters In Tabular And Graphic Formats Must Be: 180h. Stored Nibp Measurements Must Be: Up To 2400 Groups. Stored Alarm Events Must Be: 3000 Groups And Associated Waveform. Holographic Waveform Must Be 72 Hours Printer/recorder: Must Support 3-channel Recorder To Realize Thermal Printing; Support Network Printing Function Network Capability: The Ip Address Of Each Patient Monitor Shall Be User Configurable. The Upper/lower Limits Of Alarms Can Be Configured Via Networking From The Central. The Alarms At Bedside Can Be Paused Or Muted Via Networking From The Central. Features: -the Monitor Must Provide Electronic Early Warning Scor (ews), Glasgow Coma Scale (gcs ), And Oxycrg Screen. -oxycrg Screen Shows Two Trend Curves And A Compression Waveform, Support To Review 48 Hours Trend Curve And Compression Waveform On The Oxycrg Review Screen -accessories Storage Box, Help Manage Accessories And Prevent Accessories Missing Or Broken Problem -all-in-one Monitoring Adult, Children, And Newborn Patients. -user Shall Be Able To Freeze The Waveforms On The Screen And Then Review It To Carefully Observe The Patient During This Time. -up To 4 Timers Shall Be Able To Be Configured On Monitor Display To Count Up Or Down The Required Time In Minute And Second With Audio Alarm To Alert User. - The Monitor Shall Provide Following Specific Working Modes: Standby, Intubation, Night, Privacy, And Demo Modes. Warranty -1 Year From Delivery And Installation. Unit 2 500,000.00 12 Ceasarian Instrument Set. Brand New. Product Specifications: Made Of Heavy Duty Stainless Steel. Includes The Following Items: 1 Pc. Scalpel Handle #3 With Measure 125mm, 1 Pc. Scalpel Handle #4 135mm, 1 Pc. Tc Metzenbaum Scissors Cvd 180mm, 1 Pc. Lexer Scissors Narr Str 165mm, 1 Pc. Mayo-lexer Scissors Cvd 165mm, 1 Pc. Lister Bandage Scissors Hvy 180mm, 1 Pc. Standard Forceps Serr 160mm, 1 Pc. Standard Tissue Forceps 1x2 160mm, 5 Pcs. Lorna Towel Clamp Non-perf 130mm, 6 Pcs. Halsted-mosquito Forceps Delstr125mm, 6 Pcs. Halsted-mosquito Forceps Del Cvd125mm, 2 Pcs. Kelly Forceps Del Str 140mm, 6 Pcs Moynihan Hemostatic Forceps, Crv, 150mm, 1 Pc. Tc Mayo-hegar Ndlholderhvyserr150mm, 1 Pc. Tc Hegar Needle Holder Hvy-serr 205mm, 1 Pc. Us-army Retrac.26x15/43x15-23x15/40x15, 1 Pc. Richardson-eastman Bt471rbt472r, 6 Pcs. Boys-allis Forceps 5x6 155mm, 2 Pcs. Kidney Tray Stainless Steel 250mm, 1 Pc. Bottom For 3/4 Container Height:135 Mm, 1 Pc. Primeline Pro 3/4 Lid Red, 1 Pc. 3/4 Size Perf Basket 406x253x76mm, 1 Pc. Silicone Basket Liner 3/4 Size, 1 Pc.mayo Safety Pin F/ring-hdl Inst 140mm, 1 Pc. Ident. Label Up To 13 Letters Red. Warranty –at Least Eat 1 Year From Delivery. Set 2 1,520,000.00 13 Chemical Analyzer. Brand New. Product Specifications: Combined Instrument With Two Complementary Technologies: Raman Spectroscopy And Colorimetric Detection Confirmatory Testing: One Instrument Capable Of Confirmatory Testing Using Two Technologies Including 1) Swgdrug Category A Technique For Presumptive Testing, And 2) Swgdrug Category C Technique For Confirmatory Testing Safety Of Features For Measuring Energetic Samples: Trace Detection Testing For Energetics Without Need For Opening The Container Nor Inducing Laser Light To The Sample, Scan Delay Timer: 15 Sec – 10 Min Sample Size: Able To Detect / Identify Samples From 1 Microgram Traces To Large Bulk Samples Materials Covered: Common Raman Substances, Explosives, Narcotics, Cwas, Tics, Tims, Precursors, Common Chemicals, Fluorescent Materials Not Covered By 785nm Raman: E.g. Colored Materials, Heroin, Colored Mdma Pills, Oils, Npss, Etc., Low Concentration Materials Not Covered By Any Raman Instruments: Lsd, Thc, Magic Mushrooms, Gunpowder, Etc. Raman Excitation Wavelength: 1064nm Minimizes Fluorescence Effects: Allows For Direct Analysis Of Colored/impure Chemicals Through Colored Packaging. Spectral Wavelength Range 200 – 2500 Cm-1 Portability Power: Small Handheld Device, Optimized For One Handed Operation. , 18.5cm-20cm (l) X 15cm-20cm (w) X 7.9cm-10cm (h), 3.65lbs-5lbs (1.65 Kg-2.27kg)., Quantity 2 Lithium Ion Rechargeable Batteries With Battery Life Of More Than 6 Hours Per Charge Per Battery. Cr123a Rechargable Batteries Can Be Used. Including Spare 2 Lithium-ion Battery. Ruggedness Decontamination: Us Mil-std 810g Designed Rugged., Ip 68 Rated For Use In Varying Environmental Conditions And For Complete Decontamination. Operational Temperature Range: Unit Can Be Operated In -20°c To +50°c Temperatures., Withstands Temperature Fluctuations And Humidity Fluctuations. Rapid Start-up Rapid Results: 60 Seconds From Power On To Analysis., Analysis Results In Less Than One Minute. Operational Mode Options: Raman Analysis And Colorimetric Analysis Oraman: • Auto-collect Adjusts Raman Settings Automatically Optimizes Use For Routine Operations • Advanced User Adjustable Raman Settings For Advanced Operators And Custom Library Build: • Laser Power Level 30-490 Mw Adjustable In 5 Mw Increments Exposure Time 5ms To 30s In Increments • Custom Applications Optimize Raman Analysis Parameters Specific To Material Type Ocolorimetrics: • Pouches Including Both Swipes And Colorimetric Chemicals In One Pouch • Pouches For Explosives And Narcotics • General Pouches For Detecting A Wide Range Of Explosives Or Narcotics • Specific Pouches For One Explosive/narcotic Substance Or Substance Group Easy Raman Operation: • Scans In Direct Contact And Through Translucent Plastic Or Glass Containers. • Universal Sample Holder For Analysis Of Samples In Varying Forms And Packaging. • Smartphone Like Touch-screen Interface Or Large Button Activation. • User Prompted Step-by-step Onscreen Analysis Activation. • Typically, 4 Button Presses To Receive Analysis Result. • Onboard System Status Monitoring And Calibration. Reduces Down-time And Necessity For Re-calibration At A Service Depot Analytical Performance: • Liquids, Solids, Powders, Pastes, Gels, Invisible Traces. • Colored Substances And Substances Found In Colored Translucent Packaging. These Types Of Substances Are Most Often Encountered In Real-world Samples. • Comparative Spectral Analysis Overlay Easily Performed Onboard. • User Adjustable Focus Ensures Analysis Of Material And Not The Packaging. • 4c Software Automatically Monitors Results For Combinations Of Precursors Used In Threat, Drug Manufacturing, And Other Recipes. Users Receive Onscreen Alert To Potential Threat Or Clandestine Drug Manufacturing Activity. Library: Raman: • Over 12,000 Substances. • Resq Library Includes The Latest Explosives, Precursors, Cwas, Tics/tims, Narcotics And Psychotropic Drugs, Steroids, Cutting Agents, Pharmaceuticals, Diluents And Pesticides. • Easily Expandable To Add Emerging Threats And Other Substances. • Fleet Management And Library Transfer To Units In The Field. • 4c Library With Explosive, Drug Manufacturing And Other Types Of Threat Manufacturing Recipes. • Library Updates Provided More Than Once A Year Colorimetrics: • General Narcotics Pouches: Multi Drug Test Incl. Fentanyl, Special Opiate Pouch, Cannabinoids • General Explosives Pouches: Chlorates/perchlorates, General Explosives • Specific Pouches: Cocaine, Ephedrine, Heroin, Ketamine, Lsd, Meth/mdma, Mushrooms, Opiates, Pcp, Thc, Ghb Evidence Documentation Traceability: • Onboard 5mp Camera Captures Image Of Sample And Surroundings, As Well As Colorimetric Swab. • Image(s) Stored Along With Analysis Results In Tamper-resistant File. All Analysis Results Are Traceable And Include Unique Date, Time And Serial Number Stamp. • Ability To Activate Password Protect Operator Log-in. Record Of User Associated Activity Stored Onboard And Cannot Be Deleted. Data Access And Transfer Reporting: • View Results In Real Time On Cell Phone Or Tablet, Computer Or Laptop (pc, Ios, Android, Linux) Via Wifi (can Be Disabled). • Exportable Data In Numerous File Formats. • Data Access And Transfer On Computer Or Laptop Via Usb And Wifi (can Be Disabled). • Easy Report Generation. Customer Support Package: • 24/7/ 365 Days Reachback Service For The Life Of The Unit. • Library Updates Provided For The Life Of The Unit. • Software Updates Provided For The Life Of The Unit. • Support: Online, Phone, Email, And In Some Cases Text Message For The Life Of The Unit Cql Complete Package: • Rugged Shipping Case With Custom Foam Insert. • Qty 2 Rechargeable Lithium-ion Batteries. • Cr123a Battery Cartridge (does Not Include Cr123a Batteries). • External Battery Charger. • Ac Power Supply. • Adjustable Base Adaptor. • Universal Sample Holder. • Certified Benzonitrile Performance Verification And Calibration Standard. • Flash Drive Containing User Manual And Supporting Documentation. • Quick Start Guide. • Usb-c To Usb-a Data Transfer Cable. • 1064nm Laser Test Card. • Including Hand Strap And Wrist Strap. . Training: • Comprehensive Onsite Training For An Unlimited Number Of Users. Add-on Accessories And Software: • Periscope Adaptor. • Vial Holder. • Bottle Adaptor. • Integrated Quickdetect Automated Colorimetrics • Detect Trace Quantities Of Non-visible Residues Left On Surfaces: • Explosives And Explosive Precursors • Narcotics Standard Requirements: • Bidder’s Certificate That Will Provide Manual In English Language (2 Copies Of Operator's/user's Manual And 2 Copies Of Service/technical And Maintenance Manual) Upon Delivery. • Brochure/sales Literature. Training Requirements: • Bidder’s Certificate That Will Conduct Free Technical Training And Product Demo For The End-user/s And In-house Biomed On Equipment Operation And On Maintenance Of Equipment. • After Sales Service: Bidder’s Certificate That Parts Shall Be Available At The Authorized Philippine Service Center/s For A Period Of Five (5) Years After The Warranty Period. • Certification From Local Distributor On The Availability Of Service Technicians And/or Biomedical Engineers In Case Of Equipment Breakdown. Preventive Maintenance - • Bidder’s Certificate Free Quarterly Preventive Maintenance During The Warranty Period With Preventive Maintenance Plan. Warranty Certificate: • Warranty Certificate Minimum Of Five (5) Years For Service And Three (3) Years For Parts. The Warranty Period Shall Commence From The Date Of Acceptance By The End-user After Testing And Commissioning. • Calibration: With Certificate Of Calibration Upon Delivery. The Bidder Must Be Iso 9001 And The Manufacturer Should Be Iso 13485 Certified Unit 1 6,900,000.00 14 Common Bile Duct Exploration Supplement Set. Brand New. Product Specifications: Made Of Heavy Duty Stainless Steel. Includes The Following Items: 1 Pc. Randall Kidney-stone Frcpsslt-cvd225mm, 1 Pc. Randall Kidney-stone Forceps Cvd225mm, 1 Pc. Randall Kidney-stone Frcpshvy-cvd225mm, 1 Pc. Randall Kidney-stone Frcps U-cvd225mm, 1 Pc. Bakes Bile-duct Dilator 1mm, Bakes Bile-duct Dilator 2mm, 1 Pc. Bakes Bile-duct Dilator 3mm, 1 Pc. Bakes Bile-duct Dilator 4mm, 1 Pc. Bakes Bile-duct Dilator 5mm, 1 Pc. Bakes Bile-duct Dilator 6mm, 1 Pc. Bakes Bile-duct Dilator 7mm, 1 Pc. Bakes Bile-duct Dilator 8mm, 1 Pc. Bakes Bile-duct Dilator 9mm, 1 Pc. Bakes Bile-duct Dilator 10mm, 1 Pc. Randall Kidney-stone Forcepscvd190mm, 1 Pc. Randall Kidney-stone Fcpshvy-cvd190mm, 1 Pc. Bottom For 1/2 Container Height:135mm, 1 Pc. Prime Line Pro 1/2 Lid Green, 1 Pc. 1/2 Size Perf Basket 243x253x76mm, 1 Pc. Identification Label Green. Set 1 590,000.00 15 Defibrillator. Brand New. Product Specifications: General Features: 7-10 Inch Lcd Display, Maximum Of 3 Waveforms. High Contrast Display Mode For Bright Environments. Ambulance-ready, Rugged Casting: Ip44, Impact Test Of 0.75m. Output Energy: 1-360j. Charge Times Of <3s T O200j, <7s To 360j. Auto-volt With Smart Charging. Lithium-ion Battery Supports To 6 Hours Monitoring/200 Shocks @360j/ 4.5 Hours Pacing, With Built-in Led Power Level Indicator. Lightweight At 4-5kg., Full Configuration, Main Unit. Automatically Switch Defibrillator Energy, Cpr Prompts, And Alarm Limits Depending On Patient Type. Display Ecg During Aed Mode. Ecg Recovery Within 2.5s Or Less. Contact Status Can Be Checked Through Paddle And Monitor, Impedance Value Can Be Checked In Monitor. Auto-testing Includes Maximum Energy Discharge Test. Parameters: 3/5 Lead Ecg, Pacer. Includes: Thermal Recorder, External Paddle Kits, Ecg Cable And Lead Wires, Ecg Electrode, Multifunction Electrode Pad. Printer Paper, Electrode Gel, Power Cord, Lithium-ion Battery. Unit 5 1,500,000.00 16 Dish Sterilizer. Brand New. Product Specifications: − High Light Led Display, − With Special Boiler Temperature Drainage Settings, − Washing (non-recycling) Parameters Can Be Set Free And With Control Memory Function, − Can Meet Different Washing Demand, − Self - Research Internal Water Softener, − Double Construction Design For Top Cover, − Power: 380v/50hz, − Basket Dimension : 500x500mm, − Washing Ability : At Least 60 Basket / H, − Rinse Water Quantity : 3 L/h, − Inlet Height :400-430mm, − Machine Dimension : 800-850x800-820x1450-1500mm, − Rated Power : 14.75kw, − Gross Weight : 140-150, − Net Weight : 100-110, − Packing Size : 890-900x900-910x1630-1700mm. Warranty Period- Within 1 Year Upon Delivery And Installation To Cover Parts (excluding Wearable Parts) And Service With Preventive Maintenance Every 6 Months Within 2 Years Period. Provides Orientation And Training To End-user Representative.* Unit 1 500,000.00 17 Electrocardiography Machine (ecg) Brand New. Product Specifications. High Resolution Lcd Touch Screen, 320-330x240-250vivid Waveform Display. 12 Leads Ecg Resolution Thermal Printer. Built-in Rechargeable Li-ion Battery, Ac/dc Power Supply. Anti-defibrillator And Pace Maker Detection. Complete Digital Filtering, Resisting Baseline Drift, Automatic Baseline Adjustment. Automatic Ecg Measurement And Interpretation. Large Patient Data Storage; 150 Cases, Equipped With Usb Port For Data Transfer. Three (30 Printing Formats (auto, Manual And Rhythm) Selectable. 1/2/3 Channel Ecg Waveform And Rhythm Leads Record Out. Lead Status Diagram Display. Unit 4 200,000.00 18 Electrosurgical Dessicator Machine. Brand New. Product Specifications: Use For Removal Of Lesions, Warts, Skin Tags, And Other Blemishes Easily With Minimally-invasive Treatment. For Superficial Treatments, Safe To Use Around The Eye And Nose Area. Includes Re-usable Pen And Tips. Unit Specifications: Depth:4-5 Inches, Width:8-9 Inches, Height:7-8 Inches, Weight:6-8 Pounds, Output Power -low At 0-20watts (1/10 Watt Increments Up To 10 Watts), High At 0-35 Watts, Bipolar: 0-35 Watts. Offers Hand-or-foot Activated Operation. Autoclavable, Reusable Hand Control Pencil With Power Adjustment Buttons. Pencils Are Designed With Non-spinning Hex Collar For Multi-positional Fall-safe Blade Locking. Equipped With Mobile Stand. Includes Consumables.warranty-6 Months From Delivery And Installation. Set 1 100,000.00 19 Fetal Maternal Monitoring System: Brand New. Product Specifications: Foldable Screen. Probe Rack And Wall Mounting Rack. Handle For Easy Carrying. User-friendly Gui With 3 Display Modes. Four (4) Optional Color Background. Capable Of 24 Hours Ctg Storage. Fast Print For Store Traces. "smart Notes" Annotation (color Optional). Signals Overlap Verification. Real-time And Offline Data Transmission To Pc. 10-12 Inch Color Touch Screen. Excellent Algorithm. 12-crystal And 1 Mhz Water-proof Transducer For Accurate Detection. Configuration: Dual-fhr, Toco, Fm, Afm, Mecg, Nibp, Mspo2, Temp. Includes: 3 Each Belt, 1 Each Event Marker, 1 Bottle Ultrasound Gel, 1 Ea. Fhr Transducer, Purple, 1 Each Transducer, Yellow (color Optional), 1 Each Spo2 Sensor, Adult, 1 Each Temperature Probe, Skin, 1 Each Toco Probe, 1 Each Nibp Cuff, Adult, 1 Each Nibp Tube, Adult. Unit 3 1,110,000.00 20 Infusion Pump. Brand New. Product Specifications: Mechanism: Peristaltic Pump, Operating Mode: Flow Rate Mode, Drip Rate Mode(optional), Preset Volume: 1-9999 Ml, Flow Rate Range: 1 – 600 Ml/h (or Wider), Increment: 1, 10, 100 (ml/h), Accuracy: ± 5%, Kvo Rate: 1 Ml/h, Bolus Rate: 600 Ml/h, Drop Rate Range: 1 – 400 Drop/min (or Wider) With Optional Drip Sensor, Screen: 2.7 Inches B/w Lcd (or Wider), Information: Flow Rate, Preset Volume, Accumulated Infusion Volume, Completion, Occlusion, Air Bubble, Bed No, Ac Power Indicator, Battery Capacity, Battery Charge Indicator, Iv Set, Etc., Status Indicator: Stop, Run, Bolus, Kvo, Alarm Type: Air Bubble, Finish, Occlusion, No Ac Power, Low Battery, Battery Empty, Reminder To Operate, Communication Error (err1), Operation Error (err2), Drops Error (err3), Handle Open (err4), Air Bubble Level: 1-3 Levels Adjustable, Universal Compatibility, Turn On/off, Occlusion Alarm Pressure Range: 3 Levels: 60kpa, 100kpa, 140kpa (±20kpa), Battery Type: Lithium Polymer, Battery Life: Up To 4 Hours Continuous Operation 25 Ml/h Flow Rate, With Delivery And Installation, Provision Of Trainings Of Staff With Certificates, And Manual. Unit 4 320,000.00 21 Laboratory Oven. Brand New. Product Specifications: Working Temperature Range At Least 5 Above Ambient Temperature To +300 °c; Setting Accuracy Temperature Up To 99.9 °c: 0.1 / From 100 °c: 0.5; Setting Temperature Range +20 To +300°c; Temperature Sensor 1 Pt100 Sensor Din Class A In 4-wire-circuit. Control Cockpit Single Display. Adaptive Multifunctional Digital Pid-microprocessor Controller With High-definition Tft-colour Display; Timer Digital Backwards Counter With Target Time Setting, Adjustable From 1 Minute To 99 Days; Adjustable Parameters: Temperature (celsius Or Fahrenheit), Air Flap Position, Programme Time; Ventilation: Natural Convection, Vent Connection With Restrictor Flap; Works Calibration Certificate : Calibration At +160°c; Door Fully Insulated Stainless Steel Door With 2-point Locking (compression Door Lock); Internals 1 Stainless Steel Grid(s), Electro Polished; Stainless Steel Interior; Interior Easy-to-clean Interior, Made Of Stainless Steel, Reinforced By Deep Drawn Ribbing With Integrated And Protected Large-area Heating On Four Sides; Volume 32 L; Dimensions W(a) X H(b) X D(c): 400 X 320 X 250 Mm; Max. Number Of Internals: 3; Max. Loading Of Chamber 60 Kg; Max. Loading Per Internal 20 Kg; With Free Power Back-up System, With Free Installation And Demonstration. Unit 1 130,000.00 22 Newborn Hearing Screening Test Equipment. Brand New. Product Specifications: • Capable Of Screening And Diagnostic Testing With Te And / Or Dpoae. • Fast Automatic Test With Pass / Refer And Graphical Test Result Display. • Direct Evaluation Via Value And Bar Diagram. • Up To 12 Frequencies Displayed Within The Device, Dp Up To 12 Khz. • 5 Dp / 2 Te Protocols With User Customizable Parameters (diagnostic Version). • High Noise Immunity For Operation In Normal Clinical Environment. • Lightweight, Small Ear Probe. • Environmentally Friendly Due To Long Life, Rechargeable Battery. • Bluetooth Communication To Optional Printer And Pc • Evaluation Of Results In Pc. Screener With At Least 4 Frequency Dpoae Testing Protocols. • Qualified Protocols Built Into The Device. • 4 Dpoae Test Frequencies Reported. • Integration To State Tracking Systems, Hi-track Or Oz. Diagnostic With Up To 12 Frequency Dpoae Testing Protocols. • 1.5 To 12 Khz Frequency Range With Up To 12 Test Frequencies Reported. • Customizable Test Protocols Teoae Available As An Upgradeable Option. Measurement Type: Distortion Product Otoacoustic Emissions (dpoae) Transient Evoked Otoacoustic Emissions (teoae). Frequency Range: Screener Version: Dpoae: 2.0 Khz To 5.0 Khz Teoae: 1.5 Khz To 4.0 Khz. Diagnostic Version: Dpoae: 1.5 Khz To 12.0 Khz Teoae: 0.7 Khz To 4.0 Khz. Stimulus Intensity Range: Dpoae: 40 Db Spl To 70 Db Spl Teoae: 83 Db Spl Peak Equivalent (±3 Db). Microphone System Noise: -20 Db Spl @ 2 Khz (1 Hz Bandwidth)/ -13 Db Spl @ 1 Khz (1 Hz Bandwidth). Dimensions And Weight (unit): 2.5 To 3” W X 1.2 To 1.8” D X 5.5 To 6.5” H 6.2 To 6.8 Oz. Power Supply: Lithium-ion Rechargeable. Battery Life: 1000 Tests Per Charge, Minimum 15 Hours On-time. Connectors/ Communications: Integrated Usb Communication Capability For Battery Charging And Communication With Pc-based Database Programs Or An Optional Printer. Hdmi Connector For Connection To The Micro-probe. Integrated Bluetooth Class 2 + Edr With Spp. Protocol For Communication With Optional Printer. Standard Accessories: Micro-probe, Box Of Single Use Ear Tip And Ear Tip Remover, Package Of Probe Tubes, Micro-usb Power Supply For Charging Lithium Ion-battery, Pc Database Software With Manual, Micro B To A Usb Cable For Pc Communicator/charging, Protective Carrying Case, Data Management Tool That Provides The Ability To Transfer Patient. Oae Test Data From The Testing Device To A Pc For The Purposes Of Viewing, Archiving, Managing And Printing Oae Reports. Using The Database Also Gives You The Means To Create Letter Sized, Detailed Reports That Can Be Easily Filed Or Faxed. You Can Also Create A “paperless” Office By Saving The Test Results As A Pdf For Electronic Filing Or Email. Dpoae: 40 Db Spl To 70 Db Spl Teoae: 83 Db Spl Peak Equivalent (±3 Db). Includes Ups. Warranty –at Least 1 Year After Delivery And Installation. Provision Of Training For End-user To Accredited Newborn Screening Center. All Expenses Should Be Shoulder By The Lowest Calculated Bidder. Unit 1 1,000,000.00 23 Operating Room Lights. Brand New. Product Specifications: Dual Head- Ceiling Type. Major Operating Room Light Multi-color. Merging Of Light Fields, Light Intensity Control. Comfortable Display Of Key-pad On Major Lighting Head. Back Light Key Pad Display. Depth And Merging Light Field Should Be Operated At The Sterilizable Handle. Cool Light Temperature Increasing In Head Area: 0.5 ºc. 360° Continuous Rotation Around All Major Joints. Anti-bacterial Coating Head. - Light Head Diameter: 66cm. Ideal Laminar Flow Ceiling System. With Endo Mode: Must Be Color Green Light. Main Light Head. Electronic Light Intensity Control At Lamp Head. - Light Intensity At 1 Meter Distance: 160,000 Lux. Colour Rendering Index Ra At Kelvin: 98 (for Better Quality Image Of Skin, Blood And Tissues). Colour Rendering Index R9 At Kelvin: 99 (for Better Quality Image Of Skin, Blood And Tissues). Focusable Light Field Size: 19-30 Cm. Colour Temperature: 3,750, 4,000, 4,250, 4,500, 4,750 K. - Adjusting The Shadow Activating Via The Touch Panel. - Maximum Of Four Groups Of Lenses Are Dimmed Simultaneously. Shadow Management System. Number Of Led’s: 99 On Lamp Head. Life Span Of Leds: > 60,000 H. Working Distance: 70-160 Cm. Light Intensity Control (standard): 5% - 100%. Outstanding Depth Illumination: 70, 100, 130 Cm. Laser Pointer On Head (main Light Head Only). Lf-index Leenemann: 26. Lf-index Oostlander: 28. Input Voltage: Single Phase 110 ~ 230 Vac Free Volt. Total Power Consumption: 82 - 92watts. Adjustable Brakes At The Horizontal Arm. Light Head Weights: 18.5 Kg. Protection Type Lamp Head: Iec60529. - Aluminum Housing. Satellite Head. Electronic Light Intensity Control At Lamp Head. - Light Intensity At 1 Meter Distance: 140,000 Lux. Colour Rendering Index Ra At Kelvin: 98 (for Better Quality Image Of Skin, Blood And Tissues). Colour Rendering Index R9 At Kelvin: 99 (for Better Quality Image Of Skin, Blood And Tissues). Focusable Light Field Size: 18-30 Cm. Colour Temperature: 3,750, 4,000, 4,250, 4,500, 4,750 K. Number Of Led’s: 69 On Lamp Head. Life Span Of Leds: > 60,000 H. Working Distance: 70-160 Cm. Light Intensity Control (standard): 5% - 100%. Outstanding Depth Illumination: 70, 100, 130 Cm. Input Voltage: Single Phase 110 ~ 230 Vac Free Volt. Total Power Consumption: 82-92 Watts. Adjustable Brakes At The Horizontal Arm. Light Head Weights: 17.9 Kg Minimum. - Aluminum Housing. Protection Type Lamp Head: Iec60529. Standard Accessories: - Sterilized Handle: 2 Pcs/ Lamp Head, - Ceiling Anchorage Ring With Screws, - Spring Arm, - Ceiling Cover, Including Installation Of Brackets To Embed Overhead Ceiling- User Manual, - Ups. Warranty Of Two (2) Years For Parts And Labor With Free Preventive Maintenance Every Quarter Within Warranty Period Five (5) Years Warranty For Led Bulb Only. Unit 1 2,500,000.00 24 Operating Room Table (motorized). Brand New. Product Specifications: Total Length: 2000-2100 Mm. Width Including Side Rails: 600-630 Mm. Mattress Width: 550-570 Mm. Total Weight: 200-210 Kg. Safe Working Load (swl): Up To 250 Kg. Height Adjustment Range: From 595 Up To 1005 Mm. Castors: Four Ø 120-125 Mm Central Locking Twin Castors. Head Section: -58° ... +37°, 135 Mm. Back Section: -10° ... +70°. Leg Section: -80° ... +10°. Lateral Tilt: 20° / 20°. Trendelenburg/anti-trendelenburg: 30° / 20°. Sliding Tabletop For C-arm Function: 300-320 Mm. Flex / Reflex: 220° / 120°. Electrical System: 24 Vdc, Battery Operated, 100 - 240 Vac, 50/60 Hz. Controls: Hand Control And Integrated Control Panel On The Column. Memory Positions: Four Programmable Positions. Visco-elastic Mattresses. Radio Lucent Tabletop For X-ray. Accessories For General Surgery: 1. Arm Rest, 2. Anesthesia Frame With Clamp And, 3. Attachment Clamp. Transport And Storage Conditions: Temperature 7 10° C + 50° C. Relative Humidity 10 %, 85 %. Air Pressure 700 Hpa, 1060 Hpa. Operating Condition: Temperature +10° C, + 40° C. Relative Humidity 30 %, 75 %. Air Pressure 700 Hpa 1060 Hpa. Side Rail Accessories: 25 X 10mm. Warranty-1 Year From Delivery And Installation. Certificate Of Parts Available In The Next 5 Years. Includes Training To End-user. Includes Product Manual. Unit 2 5,500,000.00 25 Radiant Warmer With Phototherapy Units. Brand New. Product Specifications: Fixed Height Radiant Warmer, Mounted On A Column. The Unit Is Supported By A T-shaped Sturdy And Stable Wheeled Base. Bases Is Provided With A Minimum Three (3) Anti-static Swivel Casters. At Least Two (2) Of The Casters Are Equipped With Brakes. The Base Is Equipped With A Side Handle/rail For Easy Positioning. The Design Of The Base Is Suitable To Be Fitted Over Standard Cradles, Cribs, And Bassinets. Overhead Radiant Heater At A Fixed Height Of 1.80-2.0m. Radiant Heating Is Achieved By Quartz/ceramic Elements, Placed In A Parabolic Reflector. The Radiator Is Equipped With A Safety Grid. The Unit Support Three (3) Modes: Pre-heating, Manual And Servo Mode. The Unit Allows For Instant Switching Been The Different Operating Modes. The Minimum Skin Temperature Setting Range Is 32°c To 37°c. The Resolution Of The Temperature Is: ± 0.5°c Or Better. In Manual And Pre-heating Modes Heating Settings Allow For A Range Of 0 – 100%. Led Spotlight(s) For Examination Are Integrated In The Overhead Radiant Heater, The Angle Of The Overhead Light Is Adjustable. Warm-up Time < 30 Min To 25°c. Power Requirements: 1 Ph, 100 - 240 Volts - 50/60 Hz 900 To 1300va (with Ups And Avr). Display Features: The Display Panel Is Integrated In The Column For Visualizing Working Parameters And Alarms. The Display Indicates: - The Current Active Mode: Pre-heating, Manual Or Servo, - The Current Heating Power In Percentages, - The Current Pre-set Temperature, - The Current Actual Skin Temperature, - The Current Air Temperature. The Unit Is Equipped With A Self-check Feature. Alarm And Safety Features: Alarms Are Audible And Visible. Alarms Indicating: - Sensor Disconnection Or Malfunction. - Power Failure. - Skin Temperature, After Stabilizing, Varying Beyond 0.5° To 1°c From Set-point. - 10 To 15 Minutes After Manual Mode Has Been Engaged An Audible Alarm Will Sound. In Addition, The Unit Will Either Reduce Or Cut The Power To The Heater. In Skin Mode, When The Temperature Exceeds 39°c, The Unit Will Cut The Power To The Heater. Supplied With: Instructions For Assembly, Use And Maintenance In English: 1 X Installed And 2 X Spare Reusable Skin Temperature Sensors, Including Connection Cable And Plug. 1 X Spare Quartz/ceramic Heating Element Or The Same With Installed Heating Element. 2 X Spare Examination Light Bulbs. 1 X Set Of Spare Fuses, If Applicable. Accessories: A Durable Light Weight Cradle/crib And Mattress. Oxygen Regulator Including A Pressure Gauge, Flow Meter, Humidifier Bottle And All Required Tubing. Integrated Weighing Scale. Electrically Operated, Slow Suction Unit Including A Vacuum Regulator, Vacuum Gauge And Autoclavable Collection Jar. Electrical Height Adjustment. T-piece Resuscitator. Integrated Phototherapy Unit. Led Phototherapy Unit 36cm: 620-2800μw/c㎡. Led Phototherapy Unit 50cm: 400-1620μw/c㎡. Estimated Life Span: Eight Years. Includes Avr. Unit 3 600,000.00 26 Refrigerator (biological). Brand New. Product Specifications: External Dimension: W = 700-750 Mm D = 730-750 Mm H = 2000-2100 Mm. Inside Dimension: Useful Space On Top W = 600-620 Mm D = 550-570 Mm H = 500-550 Mm. Useful Space At The Bottom W = 590-610 Mm D = 540-560 Mm H = 500-550 Mm. Capacity: 600 L Temperature Range: Top 2°c To 20°c Bottom 2°c To 20°c. Optional: Other Temperature Ranges. Housing Galvanized Sheet Steel With High Quality White Coating, Antibacterial Coated. With 4 Feet, Height Adjustable. Optional: Set Of 4 Casters, 2 With Brakes. Interior Space Inner Case Of Galvanized Sheet Steel With High Quality White Coating, Antibacterial Coated. Cleaning Friendly By Rounded Corners, Slippery Surface In The Interior, Meets Highest Hygiene Requirements Insulation High Density Foamed-in-place Polyurethane, With A Thickness Of 60 Mm. Cfc-free. Circulation Air Cooling For Rapid And Uniform Temperature Control, Reducing Temperature Gradients To A Minimum. When The Door Is ""open"" The Circulating Fan Is Switched Off Automatically By A Micro Switch In Order To Prevent Warmer Ambient Air Being Drawn In. Door 2 Pcs. Three-layer Thermally Insulating Glass Door (arranged On Above The Other), Supplied As Standard With Right Hand Hinge, Also Available With Left Hand Hinge At No Extra Cost. Grease Resistant Magnetic Seal. Optional: With Door Lock. Interior Fittings 4 Pcs. Grating-type Shelves (dim.: 530x550 Mm), White Coated. Interior Lighting With Automatic On/off Micro Switch. Optional: Stainless Steel Shelves Or Stainless-steel Drawer Compartments, With 3 Lengthwise Dividers With Telescopic-type Guides On Rollers With Stops, Drawer Dimensions: 500x480x77 Mm (wxdxh) Usable With Between The Lengthwise Dividers: 106 Mm (lengthwise Dividers Easily Removable). Working Range 1 From 2°c To 20°c (assuming The Ambient Temperature Is Approximately 4°c Above The Set Point). Temperature Accuracy +/- 1,8°c After Stabilization (with 50% Of Loading). Acoustics Signal When The Set Value Is Undercut Or Exceeded Potential-free Connection Socket For Extern Alarm Refrigerating Unit 2 Pcs. Fully Hermetically Sealed, Forced Ventilation, Fitted On Vibration – Absorbing Mounts (ambient Temperature Max. 32°c), Low Noise (48dba/1m), Energy Saving Compressor With High Quality Vaporization System. Refrigerant: R 290 Or Equivalent Defrost Automatically With Thermal And Time Limit. Condensate Evaporation In Heated Tray. During The Defrost Period, The Temperature Inside The Cabinet (only The Air Temperature – Not The Stored Goods) Will Arise For A Short Time. Electrical Date: Power Supply220-230 V/50 Hz/single Phase Optional: 60 Hz. Power Input 2x 0,20 Kw. Fuse 16a. Power Cable: 2x 1,5 M. Packing Details (palletized) Dimensions: Approx. 85x98x224 Cm. Net Weight: 150-170 Kg. Gross Weight: 180-200 Kg. Include Avr. Unit 1 100,000.00 27 Rigid Video Procto-sigmoidoscope. Brand New. Product Specifications: Plastic Obturator. Video Camera. Stainless Steel Tube. Handle Of Polyacetal (delrin), Usb Male Connector. Analogue To Digital Converter Nozzle For Gas. Instrumentation Channel. Silicone Washer. Includes Universal Fiber Optic Light Source Machine And Tube Connector From The Proctoscope To The Light Source Machine. Warranty -6 Months From Delivery And Installation. Set 1 50,000.00 28 Stretcher, Transport Type. Brand New. Product Specifications: Hydraulic Stretcher. Numbers Of Function: Five-function. Certification: Ce, Fda, Iso13485. Size: 2000-2100 Mm (l)*770-800mm (w)*600-610/900-920mm (h). Height:600mm-930mm. Lowest Position-floor To Platform-580mm. Highest Position-floor To Platform-905mm. Side Rail Height Above Mattress Platform-340 To 360mm. Maximum Back Rest-0-80 Degrees. Maximum Knee Rest-0-30 Degrees. Maximum Trendelenburg Reverse Tr-0-16 Degrees. Mattress Size -1850-1880 X 650-670 X 80-90mm. Loading Capacity -up To 200 Kg. Side Rails: Collapsible Aluminum Alloy Side Rails. Bed Platform: X-ray Transparent. Specification: Ce, Fda, Iso. Other Features: 1. Central Brake System: Equipped With Four Brake Pedals On All Sides Of The Bed Make The Brakes At The Optimal Position Effectively Or Central Brake Pedal Located At Both Ends Of The Bed. 2. Multi-function Instrument Support: The Instrument Support Can Put The Monitor And Can Also Be Used As A Headboard To Prevent Accidental Slippage Of The Patient. 3. Push Handle: Reducing The Workload And Preventing The Injuries. 4. High Quality Mattress: Waterproof Cloth With The Smooth Surface Of The Mattress, Easy To Clean And Not Misplaced. 5. Large Diameter Wheel: Using The Imported 7 To 8-inch Silent Caster Make It Flexible And Durable. 6. The Fifth Wheel: The Fifth Wheel Can Provide A Smaller Radius Of Gyration. The Telescopic Collapse Design Can Slide Smoothly Even On The Rough Surface Or Obstacles Such As The Elevator Sill, Reducing Effectively The Damage Caused By Transport To Patients. 7. Plastic Coated Side Rails: The Side Rails With Stainless Steel Column Guardrail Covers Almost Entire Length Of Bed. 8. High-strength Carbon Steel Structure And Spray Procedure: The High Quality Carbon Steel And Robot Welding Guarantee The Mechanical Strength. The Spray Surface Treatment Is Easy To Clean And Guarantees A Longer Life Or Equivalent. 9. Rapid Lifting Hydraulics: The Imported Dual-pressure Lifting System Can Be Used To Quickly Lift The Bed Or The Push Handle For 2 Seconds In An Emergency, And The Bed Will Automatically Locate The Height To Form A Special Body Position Of The Patient. 10. X-ray Imaging: Equipped With X-ray Material Bed Surface And X Ray Cassette Holder, The Whole Body Can Be X-rayed. 11. With Oxygen Cylinder Holder. Warranty -1 Year From Delivery And Installation. Unit 18 5,400,000.00 29 Suction Machine. (heavy Duty). Brand New. Product Specifications: Floor, Standing Type. Oil-less Piston Suction Motor. Double Anti-overflow Protection (mechanical Float And Electronic Sensor). Flow Rate: 40-50 Liter Per Minute. Water Displacement. Vacuum -700-800mmhg. Includes 2x3 Liters Polycarbonate Collection Jar. Attach/detach Abs Plastic Cover Jar. Anti-bacterial And Hydrophobic Filter. Patented Anti-vibration System. Dimensions: 300-400mm X 380-420mm X 800-850mm (lxwxh). Weight -15-25 Kg. Equipped With Foot Switch. Power -250w. Power Requirement -ac 200, 50-60hz. Silicone Hose. Operation And Service Manual Included. Warranty Of 6 Months From Delivery And Installation. Includes Orientation And Training Of End-user Staff. Unit 2 600,000.00 30 Syringe Pump. Brand New. Product Specifications: With Delivery And Installation, Provision Of Trainings Of Staff With Certificates, And Manual. Applicable Syringes (universal Compatibility To Various Brands): 10ml, 20ml, 30ml, 50ml/60ml, Accuracy: ±2% (mechanical ±1%). Flow Rate: 10ml: 0.1 Ml/h -300ml/h, 20ml: 0.1 Ml/h -600ml/h, 30ml: 0.1 Ml/h -900ml/h, 50ml: 0.1 Ml/h -1500ml/h. Bolus Rate: 10ml: 100-300ml/h (default 300ml), 20ml: 100-600ml/h (default 600ml), 30ml: 100-900ml/h (default 900ml), 50ml: 100-1500ml/h (default 1500ml). Purge Rate: 10ml: 300ml, 20ml: 600ml, 30ml: 900ml, 50 Ml: 1500ml. Volume To Be Infused: 0.1ml~1000ml. Injection Increment: 0.1ml. Infusion Mode: Rate Mode, Time Mode. Time Mode: Volume Limit: 0.1~999.9ml. Pre-set Time: 1min To 99h99min. Remaining Time: **h **min. Occlusion Pressure: 3 Adjustable Occlusion Pressure Settings: Low, Middle And High. Alarm Function: Infusion Completion, Near Completion, Empty, Occlusion, Low Battery, Syringe Disengaged, Incorrect Installation Of Syringe Plunger, No Ac Power Supply, Low Battery, Battery Exhausted, Malfunction Etc. Battery: Rechargeable Lithium Polymer Battery, 7.4v, 2100mah, Can Operate For More Than 3 Hours After Fully Charged At 25ml/h. Unit 5 300,000.00 Total 34,665,000.00 Note: Winning Bidder Shall Conduct Product Demonstration/end-user’s Training Of The Actual Unit And Issue Training Certificate To The End-user And Medical Equipment Technician Of Wvsgh. The Bidder’s Single Largest Completed Contract Similar To The Contract To Be Bid Should Have Been Completed Within 3 Years From The Date Of The Deadline Of Submission And Receipt Of Bids, Award For This Contract Should Have Been Awarded By A Hospital Or Health Facility And Not By Another Supplier, Except For Line Items With Asterisk (*) Which Have Been Awarded By A Non-health Facility. Likewise, The Contract Price Of The Slcc Should Be At Least 50% Of The Sum Of The Abc Of The Line Items Joined. 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”. Interested Bidders May Join The Pre-bid Conference And Opening Of Bids Virtually Via Google Meet In The Link Provided: Meet.google.com/deb-mcrk-wqm. Bidding Is Open To All Interested Bidders, Whether Local Or Foreign, Subject To The Conditions For Eligibility Provided In The 2016 Revised Irr Of Ra No. 9184. The Complete Schedule Of Activities Is As Follows: Bac Activities Schedule Availability Of Bidding Documents January 16, 2025 At 8:00 Am To 4:00 Pm And Up To Before 9:00 Am Of February 5, 2025, At The Procurement/bac Office, Western Visayas Sanitarium And General Hospital, Sta. Barbara, Iloilo Pre Bid Conference January 24, 2024 (friday), 9:00 Am At The 3rd Floor, Im Conference Room, New Building, Western Visayas Sanitarium And General Hospital, Sta. Barbara, Iloilo Opening Of Bids February 5, 2025 (wednesday), 9:00 Am At The 3rd Floor, Im Conference Room, New Building, Western Visayas Sanitarium And General Hospital, Sta. Barbara, Iloilo Bid Documents May Be Acquired By Interested Bidders On The Dates And Address Above And Upon Payment Of Applicable Fee For The Bidding Documents In The Amount Of: Php 25,000.00 Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Bac/procurement Office On Or Before 9:00 Am Of February 5, 2025. 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 14. It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps) And The Website Of The Procuring Entity, Wvs.doh.gov.ph , Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. The Western Visayas Sanitarium And General Hospital 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. For Further Information, Please Refer To: Mr. Jasond Rex A. Huyaban/jessie H. Jarbadan Bac Secretariat Western Visayas Sanitarium And General Hospital Sta. Barbara, Iloilo Tel. No.: (033) 332-4778 Loc. 119 Email: Wvsbac.procurement@gmail.com Website: Wvs.doh.gov.ph Renia Grace G. Salapare, Md, Fpafp, Mpa Bac Chairperson
Closing Date5 Feb 2025
Tender AmountPHP 34.6 Million (USD 592.9 K)
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Chemical Products
United States
Details: Sources Sought Notice Medical Waste Sterilizing Autoclave
disclaimer
this Rfi Is Issued Solely For Information And Planning Purposes Only And Does Not Constitute A Solicitation. All Information Received In Response To This Rfi That Is Marked As Proprietary Will Be Handled Accordingly. In Accordance With Far 15.201(e), Responses To This Notice Are Not Offers And Cannot Be Accepted By The Government To Form A Binding Contract. Responders Are Solely Responsible For All Expenses Associated With Responding To This Rfi.
response Instructions:
do Not Provide More Than 8 Pages, Including Cover Letter Page.
submit Your Response Via Email To: Barron.long@va.gov
submit Your Response Nlt 14:00 (mst) On Friday February 7th
mark Your Response As Proprietary Information If The Information Is Considered Business Sensitive.
va Has Identified The Appropriate North American Industry Classification System (naics) Code 332420 - Autoclaves, Industrial-type, Heavy Gauge Metal, Manufacturing With A Small Business Size Of 750 Employees. Please Identify And Explain Any Naics Codes Your Company Believes Would Better Represent The Predominated Work Included In The Attached Statement Of Work Draft / Salient Characteristics List;
information Requested From Industry:
in Response To The Sources Sought, Interested Contractors Shall Submit The Following Information And Any Capabilities/qualifications Statement To Include But Not Limited To An Overview Of Proposed Solution(s) And A Description Of The Product Your Company Possesses Accordance With The Statement Of Work Draft / Salient Characteristics List.
vendor Name:
sam Uei #:
name Of Manufacturer:
manufacturer Address:
estimated Delivery Time:
sac Fss Contract Number
vendor Point Of Contract (poc) Name
poc Phone Number:
poc Email Address:
statement Of Work
introduction:
the Autoclave Shall Be Delivered Within 120 Calendar Days After The Effective Date Of The Contract. Delivery Dates Specified May Be Adjusted By The Co To Coincide With The Date The Tcpf Will Be Ready To Receive Installation. The Co Will Advise The Contractor Of The New Delivery Date At Least 45 Days Prior To The Original Or Adjusted Delivery Date(s). Deliveries, Cranes, Or Haulage Will Be Arranged With The Contracting Officer Representative (cor), As To Not Interfere With Day-to-day Ancillary Va Medical Services Such As Nutrition/food Service, Laundry Delivery, Maintenance Routes, Etc.
the Autoclave Shall Be Delivered Within 120 Days After The Effective Award Date. Installation Of The Autoclave Shall Take Place No More Than 30 Days After The Delivery Date. The 2 Days Onsite Shakedown And 1-day Onsite Training Are Included In The Installation Timeframe. Training Shall Consist Of Both Operator And Maintenance Personnel At A Minimum.â trainingsâ shall Not To Be Conducted Concurrently. The Total Contract Duration Is 150 Days.
note: Installation Shall Be Continuous, Without Interruption, Monday Through Friday, Excluding Federal Holidays, Until All Installation And Testing Work Has Been Completed. Installation May Take Place On The Weekends If Pre-approval Is Given By The Cor.
site Specific Project Requirements
the Contractor Shall Furnish The Supervision, Labor, Equipment, Tools, Safety, Rigging, Hoisting, Supplies And Installation Services Necessary To Meet The Terms And Conditions In Accordance With The Statement Of Work (sow).
this Sow Includes Removal Of Trade-in Equipment, Delivery, Installation, And Training Of The New Laundry Equipment Installed. The Equipment And Installation Shall Be Conducted In Conformance With The Sow And Technical Specifications Provided Herein. All Items Provided By The Contractor Shall Be New. The Contractor Shall Not Utilize Any Refurbished Equipment, Machinery, Or Parts.
the Autoclave Is To Be Located Within Building 154, Near The Waste Removal Area.
within The New Design Layout Of The Autoclave Area, The Contractor Shall Relocate Existing Lighting Fixtures, And Provide New Energy-efficient, Light-emitting Diode (led) Lighting For Any New Workstation Or Storage Area. New Lighting Shall Comply With Va Lighting Design Guide, January 2022; And Shall Be 50 Foot-candles (minimum) Measured 30-inches Above Floor For Workstation Task Areas, And 35 Foot-candles (minimum) For Storage Areas.
all Valves Within The Layout Of The Autoclave And Equipment Shall Be Ball Valves With The Appropriate Ratings And That Are Part Of The Scope Of Work Within This Rfq.
all Old Piping, Drain Piping, Ductwork, Vents, Hangers, And Water Piping Associated With Equipment Shall Be Removed.
all Piping, Water, Steam, Condensate, And Air Will Be New And Originate From The Nearest Header Within 35 Of The New Autoclave And Electrical For The New Equipment Will Originate From The Electrical Panel Identified By The Station. All Piping, Water, Conduit, Steam, Condensate, And Air Lines Within This Rfq Shall Be New.
waste Material Sorting/recycling
the Contractor Shall Divert Discarded Items And Other Wastes To Recycling Trash Disposal Scheduled Regularly. Items Which Need To Be Sent For Recycling Or Resale Unless Not Feasible Include Pallets, Metals (iron, Copper, Brass, Etc.) Cardboard, Mercury Items, Used Oil, Electronic, Rechargeable Batteries, Wood Products And Debris.
the Contractor Shall Not Store Waste Materials And Items Held For Recycling. Waste Materials Shall Be Stored Prior To Pick Up In A Manner That Does Not Allow The Items To Become A Fire, Health, Environmental Or Safety Hazard Or Provide Harborage For Pests And Consistent With Federal, State And Va (listed In Order Of Preference) Laws And Regulations Governing Storage Of Waste Materials. Actions Include Using Drip Drains Pans, Storing Liquid Wastes Or Items That Rot In Closed Containers, Removing Freon From Junked Air Conditioning, Observing Occupational Safety And Health Administration (osha) And National Fire Protection Association (nfpa) Limits On Sizes Of Piles Of Lumber Or Wood Products. Dumpsters Larger Than One And One-half (1 ½) Cubic Yards In Size Must Be Located At Least Ten (10) Feet From Exterior Walls Of Buildings.
painted Or Treated Lumber, Paint Chips, A Potential Asbestos Containing, Or Asbestos Contaminated Items Should Not Be Recycled But Shall Be Disposed Of Properly. No Waste Material Disposal Is Allowed On Government Property.
the Cor Designated Contractor Staging Area (tbd After Award) Will Be Fully Enclosed Completely With Fencing And Fence Covering Provided By The Contractor. The Fencing Height Shall Be A Minimum Of Six (6) Feet High, With Covering, Signage And Sandbags Or Plastic Temporary Fence Weights.
external Equipment/motor Protection Filters Are To Be Provided For All Air Intakes To Include But Not Limited To Washer Extractors, Electronic Boxes, Mechanical Equipment, Etc., Wherever Air Intakes Are Located. These Are Used As A Primary Pre-filtration Defense To Help Prevent Damage And Extensive Maintenance That Large Volumes Of Lint/debris Can Cause. They Are To Fit All Air Intakes, Motors Etc. And Be Made Of Three-dimensional Electrostatic Media And Encased In A 1/8"-3/8" Rigid Magnetic Galvanized Steel Frame And Contain 2 Layers Of Polypropylene Media. The Media Will Not Shed Fibers, Absorb Moisture, Or Promote Bacterial Growth; The Filter Should Be Designed For Uv Protected, And Stands Up To Extreme Outdoor Or Indoor Exposure, Corrosive Chemicals, High Velocity Air Flow, As Well As Industrial Cleaning And Maintenance Handling.
the Contractor Shall Supply Lock-out/tag-out Devices For Each Piece Of Equipment. All Lock-out/tag-out And Confined Space (cs) Locations Shall Be Marked And Identified On The Machine With Instructions On Lock-out Or Cs Procedures For The Equipment. These Instructions/procedures Shall Be Permanently Mounted On Each Piece Of Equipment. Lock-out/tag-out Procedures Include All Sources Of Stored Energy, Including But Not Limited To: Electrical, Gas, Water, Air Lines, Hydraulic, Etc. Relief Valves Shall Be Installed For Lock-out/tag-out Locations To Relieve Residual Air Lines Etc.
the Contractor Shall Supply One (1) Lock-out And Tag-out Kit With The Lock-out/tag-out Devices For Each Piece Of Equipment. The Kits Shall Turned Over To The Cor. All Lock-out / Tag-out And Permit Required Confined Space (prcs) Locations Shall Be Marked And Identified On The Machine With Instructions On Lock-out Or Prcs Procedures For The Equipment. These Instructions/procedures Shall Be Permanently Mounted On Each Piece Of Equipment. Lock-out/tag-out Procedures Include All Sources Of Stored Energy, Including But Not Limited To: Electrical, Gas, Water, Steam, Condensate, Air Lines, Hydraulic Etc. Relief Valves Shall Be Installed For Lock-out/tag-out Locations To Relieve Residual Air Etc.
number And Nomenclature Will Separately Identify All Equipment With No Less Than Two (2) Inch Numbers And Letters. Each Piece Of Equipment Will Be Separately Identified And Labeled. Example: Hot Water Heater 1, Hot Water Storage Tank Etc. The Equipment Shall Be Made Compatible To Meet Production Requirements Specified In The Technical Specifications.
contractor Bears All Responsibility For All New Utility Connections. All New Utility Piping That Has Been Added Shall Be Leak Tested (air, Water, Steam And Condensate).
connections To Va Supplied Utilities Shall Be Within 35 Of New Equipment Supplied And Electrical Panel Identified. Penetrations In Floors, Walls And Ceilings Not Utilized Will Be Filled With Existing Floor, Wall, And Ceiling Like Material. All Braces, Pipes (air, Gas, Water, Steam, Condensate, Electrical), Conduit And Duct Work That Will Not Be Utilized Shall Be Removed Back To The Source That Pertains To The Equipment Directly Associated With This Rfq.
the Contractor Shall Not Damage Equipment Frame, Door Panels, Cylinder, Cylinder Panels, Control Box On The Government Installation. If The Contractor Causes Damages To Any Government Property, The Contractor Shall Replace Or Repair The Damage At No Expense To The Government As The Co Directs. If The Contractor Fails Or Refuses To Make Such Repair(s) Or Replacement(s), The Contractor Shall Be Liable For The Cost, Which May Be Deducted From The Contract Price.
existing Equipment That Will Be Re-used Shall Be Protected From Damage During Installation Up To And Including Removal And Replacement Where Necessary To Facilitate Installation Of New Equipment.
utility Shutdowns And Hot Work Permits
contractor Shall Provide Ten (10) Calendar Days Advance Notice For Any Planned Utility Shutdowns And Should Be Indicated On The Project Schedule.
contractor Shall Follow Stations Protocol On Notice Of Any Hot Work Permits Needed.
the Tcpf Will Be Open During The Project. The Contractor Will Have Access To The Tcpf Seven Days A Week From 7:00 Am Through 3:30pm. On The Weekends There Will Be A Staff Member On Station To Allow Entrance And Will Monitor The Contractor While They Are On Station.
note: With Cor Approval The Contractor May Work Evenings And/or Weekends To Accomplish The Work Required.
badge Requirements
the Contractor S Personnel (including Subcontractors) Anticipated To Be On Site For More Than Two (2) Days Will Need To Obtain A Piv Badge Through The Va Cor. [note: Piv Badges Require At Least 30 Days To Secure So It Would Be Beneficial For The Contractor To Start This Process Immediately.]
site Visit
the Contractor Has The Responsibility Of Visiting The Site And Examine The The Installation Area. Failure On The Part Of The Contractor To Accomplish A Site Visit And Become Thoroughly Familiar With All Conditions That May Affect Their Quote Will Be At The Contractor S Risk.
the Ft. Harrison Tcpf Will Accommodate Site Visits As They Are Requested. The Site Visits May Be On Different Dates Or All On The Same Date, Depending On If/when Requests Are Made By The Contractor. The Contractor Must Request A Scheduled Date To Visit The Ft. Harrison Tcpf And The Cor Will Determine If The Requested Date Is Available. Site Visit Requests Shall Be Made By Contacting.
exemption Certificate
the Cor Will Provide A Valid Certificate Of Exemption For The State Of Montana Sales And Use Tax To The Contractor.
general Installation Requirements
existing Utilities Shall Be Utilized To Meet The Performance Requirements Of The Technical Specifications. Connection Points For All Equipment Shall Be Within 35 Of New Equipment. When Existing Service Lines Require Demolition, They Shall Be Removed Back To The Source.
the Contractor Shall Ensure Maximum Utilization Of Existing Equipment Space To Prevent Additional Plumbing, Electrical Or Other Utilities.
should Additional Utilities Be Required For The Equipment, These Utilities Shall Be The Responsibility Of The Contractor. Utilities Are Electric, Water, Steam, Condensate And Air Lines.
all Exposed Utility/ductwork/piping Systems, Control Boxes And Motors That Are Exposed To Floor Traffic Shall Be Appropriately Guarded And Protected.
equipment And Materials Shall Be Suitable For Installation In Available Space, Arranged For Safe, Efficient, And Convenient Operation And Maintenance, And If Applicable With Referenced Specifications To Include A Summary Of Routine Preventative Maintenance For Each Piece Of Equipment.
the Contractor Shall Furnish All Labor And Materials Necessary For Storage And Installation Of New Equipment. Installation Shall Include, But Is Not Limited To:
all Mounting Holes Shall Be Utilized For Anchoring Equipment. Secure Mounts Shall Be Laid Out In Advance For Review And Approval By The Cor.
any And All Penetrations Of Walls, Ceilings And Floors For The Installation Or Removal Of Electrical Conduit, Pipes, Ductwork, Liquid Supply Lines, Communication Wiring, Etc. Shall Be Sealed With An Approved Fire-retardant Material (not Foam) And Shall Match Existing Materials On Both Sides Of The Penetration.
contractor Is To Supply New Utility Connections (i.e., Wall/ceiling Mounts, Junction Boxes, Raceways, And Conduits).
the Contractor Shall Be Responsible For All Control Wiring Including Disconnects Interconnections, And Conduit. Interconnecting Consists Of All Control Wiring, All Ductwork, Interconnecting Pieces Of Equipment And Outside Vents, All Airlines, And All Connections From Va Supplied Utilities.
all Installation And/or Modifications Of Utilities And Structures, Shall Match Existing Materials. No Wooden Platforms Allowed.
all Pipes, Vents, Drains, Electrical Boxes, Ductwork, And Conduit Shall Be New.
all Pipes And Ductwork Shall Be Insulated. All Conduits And Air Pipes Shall Not Be Painted. All Vents And Drains Shall Be Painted, (refer To The Table Below For Colors). All Insulation Shall Be Wrapped With White Pvc Plastic As Indicated Below. Pvc Covering Shall Be A Minimum .030 Thickness. Flow Markings And Identification Of All Pipes, Vents, Ductwork, And Airlines To Equipment Shall Be Appropriately Marked With A Minimum Of Two (2) Inch Letters. Pre-made Adhesives Are Acceptable, Spray-painting Stencils Are Not Acceptable.
air Piping:
(only Identification/flow Markings)
air Intake Ductwork:
safety White Pvc (identification And Flow Markings)
large Dryer Air Exhaust Ductwork:
safety White Pvc Textured Aluminum (identification & Flow Markings)
small Dryer Air Exhaust Ductwork:
safety White Pvc (identification & Flow Markings)
vent Pipe:
painted Flat Black (identification And Flow Markings)
drain Line:
painted Flat Black (identification And Flow Markings)
domestic Water:
safety White Pvc (identification And Flow Markings)
fire Suppression Piping:
painted Bright Red (identification And Flow Markings)
outside Exposed Ductwork:
sealed Watertight And Weather-proofed To Protect From The Environment
all Conduits:
not Painted
installation Of Piping, Sleeves, Inserts, Hangers, And Equipment Shall Be In Accordance With The Installation Design Drawing And Shall Be Sealed By A Licensed Professional Architect And Engineer, Which Were Previously Approved By The Cor. In The Installation Design Drawings, The Contractor Shall Locate Drains, Piping, Sleeves, Inserts, Hangers, And Equipment Out Of The Way Of Windows, Doors, Openings, Light Outlets And Other Services And Utilities. All Piping Shall Be Installed To Comply With Accepted National And Local Plumbing Practices. Mechanical Or Grooved Fittings On Mechanical Piping Are Acceptable.
if Necessary To Drill Through Structural Sections, The Contractor Shall Notify The Cor Immediately. The Cor Shall Work With A Structural Engineer To Determine Proper Location. The Cor Shall Instruct Contractor On Structural Location To Continue Work.
install Gauges, Thermometers, Valves, And Other Mechanical And Electrical Devices For Ease Of Reading, Operating, And Maintaining. Servicing Shall Not Require Dismantling Of Adjacent Equipment, Electric Or Pipe Work.
valve Tags - Furnish And Install Valve Tags On All Compressed Air, Gas, Steam, Condensate And Water Valves On Equipment And Connection Points. Tags Shall Be Engraved With Identification (gas, Air Etc.), Black Filled Identification, Numbers, And Letters Not Less Than ½ Inch High For Number Designation And Not Less Than ¼ Inch For Service Designation On 19 Gauge 1-1/2-inch Round Brass Disc; Tags Shall Be Attached With Brass Hooks Or Brass Chain.
trap Tags: Furnish And Install All Steam Trap Tags On Equipment And Connection Points Of The Textile Care Processing Equipment. Tags Shall E Engraved, Black Filled Numbers And Letters Not Less Than ½ Inch High For Number Designation And Not Less Than ¼ Inch For Service Designation On 19 Gauge 1-1/2 Inch Round Brass Disc, Tags Shall Be Attached With Brass Hooks Or Brass Chain.
the Contractor Shall Provide Two (2) Valve Lists And Two (2) Steam Trap Lists On Typed Plastic-coated Cards, Sized 8-1/2-inch X 11 Inch Showing Tag Number, Valve Type, Valve Function And Location Area Of Valve For Each Service Or System To The Cor.
equipment, Motors, Piping, Ductwork And Any Other Components Or Materials Shall Be Protected Against Physical Damage From Carts With Guardrails Supplied By The Contractor.
belts, Chains, Pulleys, Couplings, Motor Shafts, Gears Or Other Moving Parts Shall Be Fully Guarded In Accordance With Osha 1910.219. Guard Parts Shall Be Rigid And Suitably Secured And Be Readily Removable Without Disassembling The Guarded Unit.
a Minimum Clearance Of 36 Inches Between Moving Parts And Fixed Objects And 24 Inches Between Non-moving Parts And Fixed Objects Is Required In Accordance With Osha 1910.219. All Conveyor Rollers Shall Have Roll Caps Installed And Guards Will Be Provided Under All Conveyors.
plumbing Requirements
plumbing
grooved Or Mechanical Fittings Are Allowed On Piping.
the Contractor Shall Not Use Cast Iron Fittings, And Components Or Malleable/ductile Fittings Anywhere In The High-pressure And Medium Pressure Steam System (15 Psi Or Above). The Contractor Shall Only Use Cast Steel Or Forged Steel Fittings And Components, In Accordance With Applicable Va Master Specifications Found At Https://www.cfm.va.gov/til/spec.asp
traps
the Contractor Shall Provide Traps On All Sanitary Branch Waste
connections From Fixtures Or Equipment Not Provided With Traps. Exposed Brass Shall Be Polished Brass Chromium Plated With Nipple And Set Screw Escutcheons. Concealed Traps May Be Rough Cast Brass. Slip Joints Are Not Permitted On Sewer Side Of Trap. Traps Shall Correspond To Fittings On Cast Iron Soil Pipe Or Steel Pipe Respectively, And Size Shall Be As Required By Connected Service Or Fixture.
plumbing Installation
in Accordance With The National Standard Plumbing Code, 2021 Edition.
pipe Saddles Shall Be Installed On The Outside Of All Insulation And Pvc Coverings.
escutcheons Shall Be Installed At All Floors, Wall And Ceiling Locations That Pipe, Conduits, Vents And Ductwork Penetrate.
pipe Shall Be Round And Straight. Cutting Shall Be Done With Proper Tools. Pipe, Except For Plastic And Glass, Shall Be Reamed To Full Size After Cutting.
all Pipe Runs Shall Be Laid Out To Avoid Interference With Other Work.
install Valves With Stem In Horizontal Position Whenever Possible. All Valves Shall Be Easily Accessible.
piping Shall Conform To The Following:
waste, Storm Water Drain And Vent: Drain To Main Stack As Follows:
pipe Size Minimum Pitch
3 Inch And Smaller 1/4 Inch To The Foot
4 Inch And Larger 1/8 Inch To The Foot
exhaust Vent
extend Exhaust Vents Separately Through Roof. Sanitary Vents Shall Not Connect To Exhaust Vents.
insulation Requirements
unless Specified In Other Sections Of The Technical Specifications, Cellular Glass Insulation Is Required For Hot Water Piping. A Minimum 1.5 Inches Thick For Hot Water Is Required. All Insulation On Piping And Equipment Shall Be Terminated Square At Items Not To Be Insulated, Access Openings And Nameplates. Cover All Exposed Raw Insulation With Sealer Or Jacket Material That Does Match The Color Of The Insulation.
water Piping
interior Domestic Water Piping Shall Be Copper Tube, Type L Drawn Per Astm B88. Fittings For Copper Tube Must Be Wrought Copper Or Bronze Castings Conforming To Ansi B16.18 And B16.22. Unions Shall Be Bronze In Accordance With Federal Specification Ww-u-516 With Solder Or Braze Joints Including Adapters For Joining Screwed Pipe To Copper Tubing.
air Piping
interior To The Building And Outdoor External Air Piping Shall Be Copper Tube.
all Piping Shall Be Installed Parallel To Walls And Column Centerlines. Pipe Shall Be Round And Straight. Cutting Shall Be Done With Proper Tools. Except For Plastic And Glass, Pipe Shall Be Reamed To Full Size After Cutting. Copper Piping Work Shall Be Performed In Accordance With Best Practices Requiring Accurately Cut Clean Joints And Soldering In Accordance With The Recommended Practices For The Material And Solder Employed.
all Pipe Runs Shall Be Laid Out To Avoid Interference With Other Work.
install Ball Valves In Horizontal Position. All Valves Shall Be Easily Accessible.
pipe Saddles Shall Be On The Outside Of All Insulation And Pvc Coverings.
pipe Escutcheons Will Be Used For All Pipe Penetrations Through Walls, Floors, And Ceilings.
electrical Requirements
electrical
electrical Installation
conduits, Fittings, And Electrical Wire
all Electrical Installations Shall Conform To Requirements Of The National Electrical Code (nec).
install A New Power Disconnect Box For Each Piece Of Equipment.
all Electrical Wire Shall Be Copper, Heat Resistant Grade, Thermoplastic Insulated. Control Wiring Shall Be (stranded) Thermoplastic High Heat Nylon (thhn)/thermoplastic Heat And Water-resistant Nylon (thwn) Or Equal. Intermediate Wall Conduit Is Required. Provide Conduit Trapeze Hangers.
all Power Wiring Shall Have A Minimum Conduit Size Of 3/4-inch In Diameter. Color Coding Of All Wiring Shall Be In Accordance With Established Nfpa 70.
all Low Voltage Communication Wire Used For Data Management Systems, Liquid Supply Systems And Intercoms Shall Be Installed In Minimum 3/4-inch Diameter Protective Conduit. Wire Nuts Shall Not Be Used For Any Connections.
electrical Wiring Installation
in Accordance With Nfpa 79 Electrical Standard For Industrial Machinery 2021 Edition:
wiring Shall Not Be Cut, Abraded, Nor Have Excessive Insulation Stripped, And Shall Be Properly And Tightly Joined At Terminals.
wire Nuts Shall Not Be Used, And Solderless Connectors Shall Have Insulation Grip. Wiring Shall Have Adequate Slack To Provide Strain Relief. Wire Nuts Are Only Acceptable For Electrical Installation Of Motors And Terminal Boxes.
wiring Shall Be Provided Between Motors, Controllers, Timers, Pushbuttons, Starters, And Limit Switches Installed On Or Within The Equipment And Shall Be Done With Materials As Applicable, Except Liquid Tight Flexible Conduit Shall Be Used Where Required For Belt Adjustment By Moving A Motor Or For Vibration Isolation.
all Wiring Shall Terminate In Connection Boxes With Provisions For Connections Beyond The Machine; Each Conductor Shall Be Identified By A Different Color.
the Line Voltage Side Of The Work Is A Single Point Demo And Termination To A Prewired Control Cabinet.
electrical Identification Installation
in Accordance With Nfpa 79 Electrical Standard For Industrial Machinery 2021 Edition:
install Nameplates - Center On Device, Cover Plate, Or Enclosure.
use Power Source Designations Defined In The Technical Specifications. Indicate Electrical Power Loads Served Using Designations From Electrical Schedules And Designations From The Appropriate Trade Furnishing The Equipment Served.
lettering Shall Include Name Of Equipment, The Specific Unit Number, And Any Reference To On/off Or Other Instructions That Are Applicable.
all Labeling Shall Be On Laminated Phenolic Nameplates And Shall Be Placed On Equipment.
nameplates Shall Be Laminated Phenolic With A Blue Surface (480 Volts)/black Surface (208 Volts) And White Core. Use 1/16-inch Thick Material For Plates Up To 2 Inch X 4 Inch. For Larger Sizes, Use 1/8-inch Thick Material.
the Contractor Shall Mark All 4-plex Outlets And Boxes With The Electrical Panel, Circuit, And Branch Identification.
electrical Protection
the Contractor Shall Provide Any Protective Methodology Or Devices Necessary To Protect The Equipment From:
damage Due To Electrical Power Problems, Including Brownouts, Emergency Power Interruptions, Electrical Surges, Sags, And Electrical Storms.
any Equipment Located Outside The Building Or On The Roof Shall Have Lightning Protection Installed.
data Loss Due To Electrical Power Problems. All Equipment Electronics Shall Be Protected With A Power Monitor Hook-up Point And Power Monitor.
existing Equipment That Will Be Re-used Shall Be Protected From Damage During Installation Up To And Including Removal And Replacement Where Necessary To Facilitate Installation Of New Equipment.
uninterrupted Power Supply (ups) Shall Be Installed For All Equipment Supplied. (minimum 2-hour Back-up).
electrical Receptacles And Outlets
receptacles Shall Be Underwriters Laboratories Certified.
mounting Screws, Mounting Strap And Terminal Screws Shall Be Brass Or A Copper Alloy Metal.
receptacles Shall Have Provisions For Back Wiring From Four (minimum) Separate Wiring Holes And Side Wiring From Four Captivity Held Binding Screws.
ground Fault Interrupter (gfi) Four-plex Receptacles Shall Be Single Phase, 20 Ampere, 120 Volts, 2-pole, 3-wire, Us National Electrical Manufacturers Association (nema) 5-2or.
the Duplex Type Receptacles Shall Have Break-off Feature For Two Circuit Operation. The Ungrounded Pole Of Each Receptacle Shall Be Provided With A Separate Terminal.
the Receptacle Bodies Shall Be White In Color.
four-plex Receptacles With Gfi Shall Be An Integral Unit Suitable For Mounting In A Standard Outlet Box.
gfi Shall Consist Of A Differential Current Transformer, Solid State Sensing Circuitry And A Circuit Interrupter Switch And Shall Be Rated For Operation On A 160 Hz, 120-volt, 20 Ampere Branch Circuit. The Device Shall Have Nominal Sensitivity To Ground Leakage Current Of Five (5) Milliamperes And Shall Function To Interrupt The Current Supply For Any Value Of Ground Leakage Current Above Five (5) Milliamperes On The Load Side Of The Device. The Device Shall Have A Minimum Nominal Tripping Time Of 1/30th Of A Second.
receptacles 20, 30 And 50 Ampere, 250 Volt: Shall Be Complete With Appropriate Cord Grip Plug.
weatherproof Receptacles
shall Consist Of A Duplex Receptacle, Mounted In Box With Gasket, Weatherproof, Cast Metal Cover Plate And Cap Over Each Receptacle Opening. The Cap Shall Be Permanently Attached To The Cover Plate By A Spring Hinged Flap. The Weatherproof Integrity Shall Not Be Affected When Heavy Duty Specification Or Hospital Grade Attachment Plug Caps Are Inserted. Cover Plates On Outlet Boxes Mounted Flush In The Wall Shall Be Gasket To The Wall In A Watertight Manner.
wall Plates
wall Plates For Switches And Receptacles Shall Be As Specified By The Cor. Oversize Plates Will Not Be Acceptable.
wall Plate Color Shall Be White.
standard Nema Design, So That Products Of Different Manufacturers Must Be Interchangeable.
for Receptacles Or Switches Mounted Adjacent To Each Other, Wall Plates Shall Be Common For Each Group Of Receptacles Or Switches.
the Contractor Shall Provide 4-plex Receptacle At Each Equipment Location For Mechanic S Use.
marking Pen Labeling
use For All Junction And Outlet Boxes Or Portions Of Junction Boxes With Power Wiring, Communication Systems, Pull And Junction Boxes, And Conduit Installed For Future Use. For All Boxes With Power Wiring, Indicate Appropriate Panel And Circuit Number(s) Where Applicable, Etc. Label Inside Covers In Finished Areas And Outside Covers In Unfinished Areas. Labeling Shall Be Completed Using Permanent, Waterproof, Quick Drying Marking Pen.
label Tapes
label Each Conductor At Origin And Destination Points And At All Junction Boxes Where Two Or More Feeder Or Control Circuits Are Present. Identify With Branch Circuit Or Feeder Number For Power And Lighting Circuits, And With Control Conductors, Number As Indicated On Schematic And Interconnection Diagrams Or Equipment Manufacturer's Drawings For Control Wiring. Using Cloth, Plastic, Split Sleeve Or Tubing Type Wire And Cable Label Markers.
dielectric Fittings
provide Dielectric Couplings Or Unions Between Ferrous And Non-ferrous Pipe. In Addition, Provide Threaded Dielectric Unions For Pipe Sizes 2 Inches And Under. For 2-1/2 Inches And Above, Provide Copper And Steel Flanges Electrically Isolated At Gasket And By Sleeves At Bolts. Fittings On Cold Water And Soft Water Lines Shall Be Rated For 100 Psi, 80 Degrees F. Fittings On Other Services Shall Be Rated For The Maximum Pressure And Temperature Conditions Of The Service. Where Copper Piping Is Connected To Steel Piping, Provide Dielectric Connections.
prefabricated Roof Curbs
galvanized Steel Or Extruded Aluminum 12 Inches Overall Height, Continuous Welded Corner Seams, Treated Wood Nailer, 1-1/2 Inch Thick, 3-pound Density Rigid Mineral Fiberboard Insulation With Metal Liner, And Built-in Curved Cantilever Strip. Provide Raised Cantilever Strip (recessed Mounting Flange) To Start At The Upper Surface Of The Insulation. Curbs Shall Be Constructed For Pitched Roof Or Ridge Mounting As Required To Keep Top Of Curb Level.
installation Requirements
approval For The Contractor To Proceed With Installation Shall Be Contingent Upon The Acceptance Of The Design Submittals And Written Notification To Proceed With Installation From The Cor.
the Contractor Shall Be Responsible For The Determination Of, And Compliance With, Federal, State, And Local Code Requirements, Design Data, And Other Factors Necessary To Design And Install The System.
the Contractor Shall Verify The Location Of Extant Utilities. Contractor Shall Connect To Designated Utilities In A Manner Conforming To A Nationally Recognized Code And At A Time Satisfactory To Minimize Or Preclude Disruption To Existing Functions Or Clinical Services.
the Contractor Shall Be Responsible For Installation, Which Consists Of Assembling, Positioning, And Mounting Of All Equipment And Connections Of All Cables. The Contractor Is Responsible For Furnishing And Pulling All Interconnecting Wiring And Cabling, Including Wiring, And Cabling To Be Pulled Through Conduit And Raceways. It Is The Responsibility Of The Contractor To Supply And Install Junction Boxes; Wall/ceiling Mounts And Support Structures.
the Contractor Shall Provide Certified Field Engineers Or Technicians To Conduct All Necessary Tests During Installation. Contractor Shall Provide Copies Of The Certifications Upon Government Request.
the Contractor Shall Inform The Co And Cor Of Any Problems As They Occur In Connection With Installation, Or Issues Which Will Affect Optimum Performance Shall Be Reported Prior To The Start Of Installation. Installation Shall Not Proceed Under Such Circumstances Until Authorized By The Co.
availability Of Parts And Service
the Quoter Shall Guarantee The Contractor Availability Of Servicing And Replacement Parts For A Period Of Ten (10) Years To The Government For The Laundry Equipment Being Procured Under This Rfq.
incorporation Of Documents
the Following Documents Are Hereby Incorporated By Reference And Made A Part Of This Rfq.
the Equipment And Installation Supplies Shall Conform To The Following Standards:
air Moving And Conditioning Association, Inc. (amca) Standards, 2009 Edition.
american National Standards Institute (ansi), 2021 Edition. Z8.1-2006 Safety Requirements For Commercial Laundry And Dry Cleaning Operations.
femp: Federal Energy Management Program (energy Efficient Product Rating).
hvac Duct Construction Standards-metal & Flexible.
national Electrical Manufacturers Association (nema), 2021 Edition.
national Fire Protection Association (nfpa), 2021 Edition. All Nfpa Standards And Codes. National Electrical Code (nec), 2020 Edition.
national Standard Plumbing Code, 2021 Edition.
occupational Safety And Health Administration (osha) 29 Cfr 1910.
sheet Metal And Air Conditioning Contractors National Association (smacna), 2021 Edition.
sheet Metal Contractors National Association Inc. Publication, 2019 Edition.
underwriters Laboratories Standards, 2022 Edition.
city, County, State, Federal, Va And National Environmental, Fire And Safety Regulations/standards.
Closing Date7 Feb 2025
Tender AmountRefer Documents
The City Government Of Baguio Tender
Others...+1Electrical and Electronics
Philippines
Details: Description Republic Of The Philippines Bids And Awards Committee Baguio City (074) 300-6537/ (074)442-8795 Bid Form Cp No. 2024-231 Bidding December 10, 2024 Circular Proposal No. Date Prepared The City Government Of Baguio, Through Its Bids And Awards Committee Desires To Purchase The Articles Listed Below Seven (7) Months Upon Receipt Of Contract Award. Item Qty Unit Particulars Abc (php) Unit Price Total (php) 1 1 Lot Various Materials For Smart City Command Center 15,500,000.00 22 Unit 16 Port Poe Switch - 16 Port Poe Switch - Cpu Core Count 1 Cpu Nominal Frequency 800 Mhz Size Of Ram 256 Mb Storage Size 16 Mb Storage Type Flash Mtbf Approximately 200'000 Hours At 25c Cooling Type Passive Poe-out Ports Ether1-ether16 Poe Out 802.3af/at Max Out Per Port Output (input 18-30 V) 1.1 A Max Out Per Port Output (input 30-57 V) 0.6 A Max Total Out (a) 2.8a (18v-30v) & 1.4a (48v-57v) X2 10/100/1000 Ethernet Ports 16 Number Of 1g Ethernet Ports With Poe-out 16 Sfp+ Ports 2 Certification Ce, Eac, Rohs Ip Ip54 Warranty :1 Year 88 Unit Adjustable Stainless Steel Strapping Band - Adjustable Stainless Steel Strapping Band - Material: Stainless Steel 304 Width: 1/2 Inch Thickness: 0.5 Mm Length: 30 Meters 44 Unit Cable Loop Holder - Cable Loop Holder - Galvanized Steel Pole Mountable 4 Branches At Least 400mmx400mm 1 Box Cat6 Utp Pure Copper Outdoor Cable - Cat6 Utp Pure Copper Outdoor Cable - Cat6 Utp Pure Copper Outdoor Cable 40 Unit Cctv Channel License - Cctv Channel License - Single Anpr Camera Connection For Use With Central Software Warranty :perpetual Please Refer To Attached Bid Instruction For The Eligibility Requirements, Technical Proposal And Financial Proposal Format. Drop Your Documents In The Bidding Box Located At The City General Services Officel, City Hall, Baguio. The Opening Of Bids By The Bids And Awards Committee Shall Be At The Cdrrmc Bldg., Lower Rock Quarry, Baguio City, January 10 , 2025 9:30 Am Coa Representative, Two (2) Observers From The Private Sector And Non-governmentagency As Well As Interested Bidders. Atty. Augustin P.laban Iii Chairperson, Bids & Awards Committee Please Read Conditions At The Back Hereof. Non-compliance Of Any Of The Provisions Thereof Will Invalidate One's Bid/quotation. Bidders Shall Fill The Blank Spaces Below. Respectfully Returned To The Bids And Awards Committee, Baguio, With The Prices Quoted. All Conditions Set At The Back Hereof Are Hereby Accepted. The Required Good Faith Deposit Is Hereby Enclosed In The Amount Of Php ______________________________________ In Cash, Check Or Surety Bond. My Business Is _________________________________________________ Which Is Licensed Under Business Permit No./ Mayor's Permit No.____________ Issued On ________________________________. My Nationality Is ________________________. Please Refer To The Bid Conditions At The Back Name Of Establishment Bidder's Signature Page 1 Of 12 Republic Of The Philippines Bids And Awards Committee Baguio City (074) 300-6537/ (074)442-8795 Bid Form Cp No. 2024-231 Bidding December 10, 2024 Circular Proposal No. Date Prepared The City Government Of Baguio, Through Its Bids And Awards Committee Desires To Purchase The Articles Listed Below Seven (7) Months Upon Receipt Of Contract Award. Item Qty Unit Particulars Abc (php) Unit Price Total (php) 40 Unit Cctv Lpr Camera - Cctv Lpr Camera - Camera Image Sensor 1/1.8″ Progressive Scan Cmos Max. Resolution 2688 × 1520 Min. Illumination Color: 0.001 Lux @ (f1.2, Agc On) Shutter Time 1/25 S To 1/100,000 S Day & Night Ir Cut Filter Lens Focal Length & Fov 2.8-12 Mm: Horizontal: 113.5° To 39°, Vertical: 58.4° To 22.7°, Diagonal: 141.3° To 44.3° Aperture 2.8-12 Mm: F1.38, 8-32 Mm: F1.7, 10-50 Mm: F1.7 Illuminator Built-in Supplement Light Type Ir Light Built-in Supplement Light Range Up To 40 M Ir Wavelength 850 Nm Video Main Stream 50 Hz: 25 Fps (2688 × 1520, 1920 × 1080, 1280 × 760, 704 × 576, 352 × 288) 60 Hz: 30 Fps (2688 × 1520, 1920 × 1080, 1280 × 760, 704 × 576, 352 × 288) Sub-stream 50 Hz: 25 Fps (1920 × 1080, 1280 × 760, 704 × 576, 352 × 288) 60 Hz: 30 Fps (1920 × 1080, 1280 × 760, 704 × 576, 352 × 288) Video Compression H.264 And H.265 Encoding Main Stream: H.265/h.264/mjpeg Sub-stream: H.265/h.264/mjpeg Video Bit Rate 32 Kbps To 16 Mbps Protocols Tcp/ip,icmp,http,https,ftp,sftp,dhcp,dns,ddns,rtp,rtsp,rtcp,ntp,smtp,snmp,igmp,qos,ipv4/ipv6,udp,ssl/tls,isup,arp,802.1x Simultaneous Live View Up To 6 Channels Road Traffic And Vehicle Detection Coverage Up To 3 Lane(s) Smart Function Traffic Flow Detection:average Speed, Traffic Flow, Queuing Length, And Traffic Status Incident Detection: Congestion, Stopped Vehicle, Lane Change, Wrong-way Driving, Speeding, Low-speed Driving Capture Speed Range 5 To 120 Km/h Blocklist And Allowlist Max. 50000 Records Warranty :2 Years Please Refer To Attached Bid Instruction For The Eligibility Requirements, Technical Proposal And Financial Proposal Format. Drop Your Documents In The Bidding Box Located At The City General Services Officel, City Hall, Baguio. The Opening Of Bids By The Bids And Awards Committee Shall Be At The Cdrrmc Bldg., Lower Rock Quarry, Baguio City, January 10 , 2025 9:30 Am Coa Representative, Two (2) Observers From The Private Sector And Non-governmentagency As Well As Interested Bidders. Atty. Augustin P.laban Iii Chairperson, Bids & Awards Committee Please Read Conditions At The Back Hereof. Non-compliance Of Any Of The Provisions Thereof Will Invalidate One's Bid/quotation. Bidders Shall Fill The Blank Spaces Below. Respectfully Returned To The Bids And Awards Committee, Baguio, With The Prices Quoted. All Conditions Set At The Back Hereof Are Hereby Accepted. The Required Good Faith Deposit Is Hereby Enclosed In The Amount Of Php ______________________________________ In Cash, Check Or Surety Bond. My Business Is _________________________________________________ Which Is Licensed Under Business Permit No./ Mayor's Permit No.____________ Issued On ________________________________. My Nationality Is ________________________. Please Refer To The Bid Conditions At The Back Name Of Establishment Bidder's Signature Page 2 Of 12 Republic Of The Philippines Bids And Awards Committee Baguio City (074) 300-6537/ (074)442-8795 Bid Form Cp No. 2024-231 Bidding December 10, 2024 Circular Proposal No. Date Prepared The City Government Of Baguio, Through Its Bids And Awards Committee Desires To Purchase The Articles Listed Below Seven (7) Months Upon Receipt Of Contract Award. Item Qty Unit Particulars Abc (php) Unit Price Total (php) 5 Unit Cctv Nvr - Cctv Nvr - Supports Redundant Power Supply To Improve The System Stability Supports Hdd Hot Swap With Raid0, Raid1, Raid5, Raid 6, And Raid10 Storage Scheme Configurable. Either Normal Or Hot Spare Working Mode Is Configurable To Constitute An N+1 Hot Spare System. Supports Some Specialist Cameras, Including People Counting Camera/anpr (automatic Number Plate Recognition) Camera/fisheye Camera Supports Video Analytic Functions Such As Vehicle Detection, License Plate Recognition --video & Audio Input -ip Video Input 128-ch -incoming/outgoing Bandwidth 576 Mbps/512 Mbps -incoming/outgoing Bandwidth (raid Mode) 576 Mbps/512 Mbps -tls Outgoing Bandwidth 128 Mbps, Or 64 Mbps (when Raid Is Enabled) --video & Audio Output -protocol Hikvision, Acti, Arecont, Axis, Bosch, Brickcom, Canon, Hunt, Onvif (version 2.5), Panasonic, Pelco, Rtsp, Samsung, Sony, Vivotek, Zavio --video & Audio Output -hdmi Output Two Independent Hdmi Outputs Of 4k Resolution. Resolution: 4k (4096 × 2160), 4k (3840 × 2160)/30hz, 2k (2560 × 1440)/60hz, 1080p (1920 × 1080)/60hz, Uxga (1600 × 1200)/60hz, Sxga (1280 × 1024)/60hz, 720p (1280 × 720)/60hz, Xga (1024 × 768)/60hz -vga Output 1-ch. Resolution: 1080p (1920 × 1080)/60hz, Uxga (1600 × 1200)/60hz, Sxga (1280 × 1024)/60hz, 720p (1280 × 720)/60hz, Xga (1024 × 768)/60hz --video & Audio Decoding -decoding Format H.265, H.265+, H.264, H.264+, Mpeg4, Mjpeg (for Hikvision Ip Camera Only) -video Resolution 32 Mp/24 Mp/12 Mp/8 Mp/7 Mp/6 Mp/5 Mp/4 Mp/3 Mp/1080p/uxga/720p/vga/4cif/dcif/2cif/cif/qcif *: 32 Mp And 24 Mp Is Only Available For Channel 1 To 4 When Ultra Hd Resolution Mode Is Enabled -synchronous Playback Up To 16 Channels -capability 1-ch@32 Mp (8160 × 3616, 30 Fps)/5-ch@8 Mp(30 Fps)/10-ch@4 Mp(30fps)/20-ch@1080p(30 Fps)/40-ch@720p(30 Fps) *: The Length Or Width Of Camera Resolution (each Track) Cannot Exceed 4096 Pixels --hdd -interface 16 Sata Interfaces Supporting Hot-plug -capacity Up To 10 Tb For Each Hdd -storage Extension 1 × Esata Interface, 2 × Mini Sas Interface (optional) --raid Raid Type Raid0, Raid1, Raid5, Raid 6, And Raid10 --network Management -protocol Ipv6, Https, Upnp, Snmp, Ntp, Sadp, Smtp, Nfs, Iscsi, Pppoe, Ddns Network Interface 4, Rj45 10m/100m/1000m Self-adaptive Ethernet Interface --external Interface -usb Interface Front Panel: 2 × Usb 2.0; Rear Panel: 2 × Usb 3.0 Please Refer To Attached Bid Instruction For The Eligibility Requirements, Technical Proposal And Financial Proposal Format. Drop Your Documents In The Bidding Box Located At The City General Services Officel, City Hall, Baguio. The Opening Of Bids By The Bids And Awards Committee Shall Be At The Cdrrmc Bldg., Lower Rock Quarry, Baguio City, January 10 , 2025 9:30 Am Coa Representative, Two (2) Observers From The Private Sector And Non-governmentagency As Well As Interested Bidders. Atty. Augustin P.laban Iii Chairperson, Bids & Awards Committee Please Read Conditions At The Back Hereof. Non-compliance Of Any Of The Provisions Thereof Will Invalidate One's Bid/quotation. Bidders Shall Fill The Blank Spaces Below. Respectfully Returned To The Bids And Awards Committee, Baguio, With The Prices Quoted. All Conditions Set At The Back Hereof Are Hereby Accepted. The Required Good Faith Deposit Is Hereby Enclosed In The Amount Of Php ______________________________________ In Cash, Check Or Surety Bond. My Business Is _________________________________________________ Which Is Licensed Under Business Permit No./ Mayor's Permit No.____________ Issued On ________________________________. My Nationality Is ________________________. Please Refer To The Bid Conditions At The Back Name Of Establishment Bidder's Signature Page 3 Of 12 Republic Of The Philippines Bids And Awards Committee Baguio City (074) 300-6537/ (074)442-8795 Bid Form Cp No. 2024-231 Bidding December 10, 2024 Circular Proposal No. Date Prepared The City Government Of Baguio, Through Its Bids And Awards Committee Desires To Purchase The Articles Listed Below Seven (7) Months Upon Receipt Of Contract Award. Item Qty Unit Particulars Abc (php) Unit Price Total (php) -alarm Input/output 16/8 --general -power Supply 100 To 240 Vac, 50 To 60hz, 5 A -fan Redundant Dual Ball Bearing Fan; Speed Adjustable -consumption (without Hdd) ≤ 140w -warranty :2 Years 1. Responsibility Of The Supplier 1.1 Supply And Delivery Of Ict Equipment 1.2 Inventory Of The Items Deliverd With The Following Details 1.2.1 Brand 1.2.2 Model 1.2.3 Serial Number 1.2.4 Quantity 1.3 The Bidder Must Ensure That All Components Delivered Will Be Brand New 1.4 All Equipment Provided Must Be Compatible And Working With The Cctv System As A Whole 1.5 Materials And Equipment Delivery Within 90 Days 1.6 Cctv Contractor Should Have Manufacture Authorization And Certification. 1.7 Contractor Must Have A Valid Iso 9001:2015 Certificate 1.8 All Equipment Provided Must Be Capable/compatible To Interconnect With The Existing Systems Located At The Smart City Command Center (sc3) To Be Viewable And Configurable In The Sc3. 80 Unit Cctv Nvr Surveillance Hard Drive - Designed And Built To Handle Heavy Surveillance Workloads Advanced Vibration Management Capacity 10tb Interface Sata 6 Gb/s Max. Sustained Transfer Rate Od (mb/s) 250mb/s Cache (mb) 256 Tarnish Resistant Yes Mtbf 1,500,000 Hr Warranty :2 Years 15 Set Command Center Desktop Computer - Minimum Specifications: Operating System: Microsoft Windows 11 Pro 64bit Processor: Intel Core I5 14600k Turbo Frequency 5.3ghz 14 Cores/20 Threads, 24mb Cache, Socket Lga1700 Cpu Air Cooler: Twin Tower Cpu Air Cooler, With 6x6mm Sintered Copper Heatpipes, With 2x140mm Fans Motherboard: B760 Chipset, Lga1700 Socket, Ddr5 4xdimm Matx Form Factor Ram: Ddr5 5600mhz, 32gb (dual 2x16gb) Memory Modules Gpu: Rtx 4070, 12gb Gddr6/gddr6x Ssd: 512gb Capacity R/w 560/520 Mb/s 3d Tlc Ssd 2.5 Inch Form Factor Hdd: Capacity 2tb, 7200 Rpm, 256mb Cache, 3.5 Inch Form Factor Power Supply: 1000 Watts, 80 Plus Gold Certified, Fully Modular, With 120mm Smart Hydraulic Bearing (hyb) Fan, With Active Pfc, Mtbf: >100,000 Hours Please Refer To Attached Bid Instruction For The Eligibility Requirements, Technical Proposal And Financial Proposal Format. Drop Your Documents In The Bidding Box Located At The City General Services Officel, City Hall, Baguio. The Opening Of Bids By The Bids And Awards Committee Shall Be At The Cdrrmc Bldg., Lower Rock Quarry, Baguio City, January 10 , 2025 9:30 Am Coa Representative, Two (2) Observers From The Private Sector And Non-governmentagency As Well As Interested Bidders. Atty. Augustin P.laban Iii Chairperson, Bids & Awards Committee Please Read Conditions At The Back Hereof. Non-compliance Of Any Of The Provisions Thereof Will Invalidate One's Bid/quotation. Bidders Shall Fill The Blank Spaces Below. Respectfully Returned To The Bids And Awards Committee, Baguio, With The Prices Quoted. All Conditions Set At The Back Hereof Are Hereby Accepted. The Required Good Faith Deposit Is Hereby Enclosed In The Amount Of Php ______________________________________ In Cash, Check Or Surety Bond. My Business Is _________________________________________________ Which Is Licensed Under Business Permit No./ Mayor's Permit No.____________ Issued On ________________________________. My Nationality Is ________________________. Please Refer To The Bid Conditions At The Back Name Of Establishment Bidder's Signature Page 4 Of 12 Republic Of The Philippines Bids And Awards Committee Baguio City (074) 300-6537/ (074)442-8795 Bid Form Cp No. 2024-231 Bidding December 10, 2024 Circular Proposal No. Date Prepared The City Government Of Baguio, Through Its Bids And Awards Committee Desires To Purchase The Articles Listed Below Seven (7) Months Upon Receipt Of Contract Award. Item Qty Unit Particulars Abc (php) Unit Price Total (php) Case: Tempered Glass Mid Tower Atx Case With At Least 3 Fans Monitor: 2 Units, 24 Inches, Resolution: Fhd 1920 X1080, Aspect Ratio:16:9, Brightness: 250cd, Color Gamut Ntsc 72%, Refresh Rate: 100hz, Response Time: 5ms(gtg), Connectivity: 1x Hdmi 1x Displayport Keyboard: Usb Connectivity, With Backlight, Rubber Dome, Usb Connectivity, Multi-key Anti-ghosting, Polling Rate: 1000hz, Cable Type: Attached, Braided, Cable Length: 5.9ft Mouse: Usb Connectivity, Optical Sensor, Mouse Button Durability: 30m L/r Click, Cable: 1.8m Tangle Free Rubber, Dpi: 12,400 Dpi Ups: Max Configurable Power (watts) 650 Watts / 1.2kva, At Least 3 Universal Socket Warranty :2 Years 2 Unit Command Center Field Laptop - Command Center Field Laptop - Intel Core I7-13700hx Processor (30 Mb Smart Cache, 2.1 Ghz Performance-core With Turbo Boost Max Technology 3.0 Up To 5.0 Ghz, Overclock Capable) 1x 16gb Of Ddr5 4800mhz System Memory, Upgradable To 32 Gb Using Two Sodimm Modules 2x 512gb Nvme Ssd; Total Of 1tb 16 Display With Ips (in-plane Switching) Technology, Wqxga 2560 X 1600, High-brightness (500 Nits) Nvidia® Geforce Rtx 4060 With 8 Gb Of Dedicated Vram Warranty :2 Years 2 Unit Command Center Printer - Command Center Printer - A3 Wi-fi Duplex All-in-one Ink Tank Printer Print Speed Of Up To 25.0 Ipm Prints Up To A3+ (for Simplex) Automatic Duplex Printing Ultra-high Page Yield Of 7,500 Pages (black) And 6,000 Pages (colour) Wi-fi, Wi-fi Direct, Ethernet Printer Type: Print, Scan, Copy, Fax With Adf Minimum Ink Droplet Volume: 3.8 Pl Print Direction: Bi-directional Printing Nozzle Configuration:800 X 1 Nozzles Black, 256 X 1 Nozzles Per Colour (cyan, Magenta, Yellow) Maximum Resolution: 4800 X 2400 Dpi Automatic 2-sided Printing: Yes (up To A3) Print Speed: Photo Default - 10 X 15 Cm / 4 X 6 " *1: Approx. 43 Sec Per Photo (border) / 52 Sec Per Photo (borderless)*2 Draft, A4 (black / Colour): Up To 32.0 Ppm / 22.0 Ppm *2 Iso 24734, A4 Simplex (black / Colour): Up To 25.0 Ipm / 12.0 Ipm *2 Iso 24734, A4 Duplex (black / Colour): Up To 16.0 Ipm / 9.0 Ipm *2 Iso 24734, A3 Simplex (black / Colour): Up To 13.5 Ipm / 6.0 Ipm *2 Iso 24734, A3 Duplex (black / Colour): Up To 10.0 Ipm / 5.0 Ipm *2 Warranty :1 Year Please Refer To Attached Bid Instruction For The Eligibility Requirements, Technical Proposal And Financial Proposal Format. Drop Your Documents In The Bidding Box Located At The City General Services Officel, City Hall, Baguio. The Opening Of Bids By The Bids And Awards Committee Shall Be At The Cdrrmc Bldg., Lower Rock Quarry, Baguio City, January 10 , 2025 9:30 Am Coa Representative, Two (2) Observers From The Private Sector And Non-governmentagency As Well As Interested Bidders. Atty. Augustin P.laban Iii Chairperson, Bids & Awards Committee Please Read Conditions At The Back Hereof. Non-compliance Of Any Of The Provisions Thereof Will Invalidate One's Bid/quotation. Bidders Shall Fill The Blank Spaces Below. Respectfully Returned To The Bids And Awards Committee, Baguio, With The Prices Quoted. All Conditions Set At The Back Hereof Are Hereby Accepted. The Required Good Faith Deposit Is Hereby Enclosed In The Amount Of Php ______________________________________ In Cash, Check Or Surety Bond. My Business Is _________________________________________________ Which Is Licensed Under Business Permit No./ Mayor's Permit No.____________ Issued On ________________________________. My Nationality Is ________________________. Please Refer To The Bid Conditions At The Back Name Of Establishment Bidder's Signature Page 5 Of 12 Republic Of The Philippines Bids And Awards Committee Baguio City (074) 300-6537/ (074)442-8795 Bid Form Cp No. 2024-231 Bidding December 10, 2024 Circular Proposal No. Date Prepared The City Government Of Baguio, Through Its Bids And Awards Committee Desires To Purchase The Articles Listed Below Seven (7) Months Upon Receipt Of Contract Award. Item Qty Unit Particulars Abc (php) Unit Price Total (php) 1 Unit Command Center Video Wall Controller - Command Center Video Wall Controller - Interface Alarm In Alarm Out 8-ch Alarm Out 8-ch Alarm In Serial Interface Rs-232 (rj45) × 1, Rs-485 × 1 Usb Interface Usb 2.0 × 2 Network Interface Rj45 × 2, 10 M/100 M/1000 Mbps Self-adaptive Ethernet Interface Optic Interface × 2 100 Base-fx/1000 Base-x Supports Optoelectronic Self-adaptation Video Walls 1 Video Wall Size <= 8 Layers Per Screen 1080p × 3 Or 4k × 1.5 Layers Layers Per Screen × Output Interface(s) Split Window Yes Scene Auto-switch Delay 3s Auto-switching Plans Support 256 Auto-switching Plans Max. Input Resolution 4k Audio Encoding Format G722.1, G711u, G711a, Aac-lc Video Output Interface Type Hdmi 1.4 Video Output Interface(s) 8 Video Decoding Resolution Up To 32 Mp Warranty:2 Years 8 Unit Command Center Video Wall Display - Command Center Video Wall Display - Display Panel Diagonal Size Class 55 Measured 54.6 Resolution 3,840 X 2,160 (16:9) Brightness (typ.) 700 Nit Orientation Landscape/portrait Haze 25% Contrast Ratio (typ.) 4,000:1 Type Va Active Display Area 1,209.6 (h) X 680.4 (v) Pixel Pitch (mm) 0.315 X 0.315 Color Gamut Ntsc 72% Operation Hour 24/7 Connectivity / Sound Input Video Dp 1.2 (1), Hdmi 2.0 (3) Audio N/a Usb Usb 2.0 X 2 Tuner N/a Output Audio Stereo Mini Jack Wifi / Bt O/o External Control Rs232c (in/out), Rj45 Speaker 10w 2ch Mechanical Spec Dimension (mm / In.) With Heavy Duty Full Motion Tv Wall Mount Warranty :3 Year 44 Unit Din Rail Mount - Din Rail Mount - 35mm At Least 7.5mm Depth Aluminum 22 Unit Electrical Box Enclosure - Electrical Box Enclosure - Electricalbox Panel Box Metal Enclosure(ip66, Nema 4 & 12) 300x250x150 Mm W/ 2 Fans And Fan Filter With Pole Mount Bracket X1 Molded Case Circuit Breaker Mccb30a 220v 2 Pole Din Rail Mount Type X1 Residual Current Circuit Breaker 63a 220v With Grounding/earthing 2 Pole Din Rail Mount Type X1 Grounding Bus Bar With Insulator X1 Din Rail Mount Please Refer To Attached Bid Instruction For The Eligibility Requirements, Technical Proposal And Financial Proposal Format. Drop Your Documents In The Bidding Box Located At The City General Services Officel, City Hall, Baguio. The Opening Of Bids By The Bids And Awards Committee Shall Be At The Cdrrmc Bldg., Lower Rock Quarry, Baguio City, January 10 , 2025 9:30 Am Coa Representative, Two (2) Observers From The Private Sector And Non-governmentagency As Well As Interested Bidders. Atty. Augustin P.laban Iii Chairperson, Bids & Awards Committee Please Read Conditions At The Back Hereof. Non-compliance Of Any Of The Provisions Thereof Will Invalidate One's Bid/quotation. Bidders Shall Fill The Blank Spaces Below. Respectfully Returned To The Bids And Awards Committee, Baguio, With The Prices Quoted. All Conditions Set At The Back Hereof Are Hereby Accepted. The Required Good Faith Deposit Is Hereby Enclosed In The Amount Of Php ______________________________________ In Cash, Check Or Surety Bond. My Business Is _________________________________________________ Which Is Licensed Under Business Permit No./ Mayor's Permit No.____________ Issued On ________________________________. My Nationality Is ________________________. Please Refer To The Bid Conditions At The Back Name Of Establishment Bidder's Signature Page 6 Of 12 Republic Of The Philippines Bids And Awards Committee Baguio City (074) 300-6537/ (074)442-8795 Bid Form Cp No. 2024-231 Bidding December 10, 2024 Circular Proposal No. Date Prepared The City Government Of Baguio, Through Its Bids And Awards Committee Desires To Purchase The Articles Listed Below Seven (7) Months Upon Receipt Of Contract Award. Item Qty Unit Particulars Abc (php) Unit Price Total (php) 40 Roll Fiber Optic Connectivity - Fiber Optic Connectivity - Fiber Optic Connectivity 2.0 Kms 4 Core Fiber Optic Cable Maintenance Of Outside And Inside Plant Equipment To Smart City Command Center For 1 Year 1 Unit Fiber Optic Fusion Equipment - Fiber Optic Fusion Equipment - Fiber Alignment Core/cladding Motor Number 6 Motors Splicing Time 5s Heating Mode 15s, Can Be Customized According To The External Environment Fiber Type Single-mode Fiber (smf/g.652), Bif/g.657); Suitable For Single Mode, Multi-mode, Bare Fiber, Tail Fiber, Drop Cable, Jumper, Invisible Fiber Fusion; The Cladding Diameter 80-150μm Splicing Loss 0.02db(sm)、0.01db(mm)0.04db(ds/nzds) Splicing Mode Automatic Focusing Core Alignment, Conventional/high Precision Welding Splicing Way Automatic, Semi-automatic Opm Wavelength: 850nm、1300nm、1310nm、1490nm、1550nm、1625nm、980nm、1270nm、1577nm、1650nm/measurement Range: -50+26dbm Absolute Error: <0.3db (-50dbm ~+3dbm Range) Battery Capacity 7800mah Large Capacity Lithium Battery Charging Time ≤3.5; It Can Continuously Weld And Heat About 260 Cores Magnification 320x (x Or Y Axis Single Display) 200x (x And Y Axis Dual Display) Fiber Diameter Coating Diameter: 80-150μm/coating Diameter: 100-1000μm Cutting Length Coating Layer 250μm Below: 8-16mm/coating Layer 250-1000μm: 16mm Heat Shrink Tube 60mm、50mm、40mm、25mm Tensile Testing Standard 2n Display 5 Inch Tft Color Display Screen Return Loss Better Than 60 Db Product Protection Waterproof, Dustproof And Fall Proof Warranty :1 Year 44 Unit Fiber Patch Cord Single-mode 9/125 Sc/upc To Lc/upc - Fiber Patch Cord Single-mode 9/125 Sc/upc To Lc/upc - Fiber Patch Cord Single-mode 9/125 Sc/upcto Lc/upc3 Meter 44 Unit Fiber Patch Cord Single-mode Sc/upc To Sc/upc - Fiber Patch Cord Single-mode Sc/upc To Sc/upc - Fiber Patch Cord Single-mode Sc/upcto Sc/upc3 Meter 45 Unit Gigabit Rj-45 Surge Protector Arrester - Gigabit Rj-45 Surge Protector Arrester - Protects Your Ethernet Device From The Damage Of Lightning & Surge Gigabit 10/100/1000 Specification: Connectors: Rj-45 Material: Shielded Aluminum Alloy 44 Unit Grounding Bus Bar With Insulator - Grounding Bus Bar With Insulator - Grounding Bus Bar With Insulatorat Least 8 Way At Least 8x12mm² 2 Roll Grounding Cable Pure Copper Wire - Grounding Cable 4mm Pure Copper Wire Round Solid 100m Please Refer To Attached Bid Instruction For The Eligibility Requirements, Technical Proposal And Financial Proposal Format. Drop Your Documents In The Bidding Box Located At The City General Services Officel, City Hall, Baguio. The Opening Of Bids By The Bids And Awards Committee Shall Be At The Cdrrmc Bldg., Lower Rock Quarry, Baguio City, January 10 , 2025 9:30 Am Coa Representative, Two (2) Observers From The Private Sector And Non-governmentagency As Well As Interested Bidders. Atty. Augustin P.laban Iii Chairperson, Bids & Awards Committee Please Read Conditions At The Back Hereof. Non-compliance Of Any Of The Provisions Thereof Will Invalidate One's Bid/quotation. Bidders Shall Fill The Blank Spaces Below. Respectfully Returned To The Bids And Awards Committee, Baguio, With The Prices Quoted. All Conditions Set At The Back Hereof Are Hereby Accepted. The Required Good Faith Deposit Is Hereby Enclosed In The Amount Of Php ______________________________________ In Cash, Check Or Surety Bond. My Business Is _________________________________________________ Which Is Licensed Under Business Permit No./ Mayor's Permit No.____________ Issued On ________________________________. My Nationality Is ________________________. Please Refer To The Bid Conditions At The Back Name Of Establishment Bidder's Signature Page 7 Of 12 Republic Of The Philippines Bids And Awards Committee Baguio City (074) 300-6537/ (074)442-8795 Bid Form Cp No. 2024-231 Bidding December 10, 2024 Circular Proposal No. Date Prepared The City Government Of Baguio, Through Its Bids And Awards Committee Desires To Purchase The Articles Listed Below Seven (7) Months Upon Receipt Of Contract Award. Item Qty Unit Particulars Abc (php) Unit Price Total (php) 22 Unit Grounding Rod And Clamp Copper Plated - Grounding Rod And Clamp Copper Plated - "grounding Rod Full Set - (1pc Grounding Rod + 1 Pc Grounding Clamp) Size: Approximately 50cm Length X 0.9cm Diameter" 22 Unit Heavy Duty Surface Type Extension Outlet 4 Gang - Heavy Duty Surface Type Extension Outlet 4 Gang - Heavy Duty Surface Type Extension Outlet 4 Gang 15 Amperes Capacity/ Maximum 3,750watts 1 Lot Installation, Integrations And Configuration Of Outside Plant Equipment - Installation, Integrations And Configuration Of Outside Plant Equipment - Installation, Integrations And Configuration Of All Outside Plant Project Equipment In Outside Project Sites Outside Of The Smart City Command Center 1 Lot Installation, System Integrations And Configuration Of All Inside Plant Project Equipment - Installation, System Integrations And Configuration Of All Inside Plant Project Equipment In The Smart City Command Center Such As The Hikcentral Camera License, Integration To Existing Hikcentral Software And Integration Of Existing Cctv Cameras Into New Nvr 22 Unit Iot Box Panelbox Metal Enclosure (ip66,nema4 & 12) 500x300x200mm W/ 2 Fans And Fan Filter With Pole Mount Bracket X1 Heavy Duty Surface Type Extension Outlet 4 Gang Terminal Block Distribution 2 Input 4 Output Push-in Type 40 Unit Lpr Camera Arm Mount - Gi Pipe Extension Arm 1.5-3 Meters 40 Unit Lpr Camera Memory Card - Product Capacity Covering 128g The Storage Mediumis Tlc Particles Long Reading And Writing Times, Which Can Meet More Than 1000 Cycles Optimized For Long Time On-board Video Recording, Offering More Stable Reading And Writing Experience Operating Voltage 2.7v~3.6v Compatibility Sd 6.1 Working Life 1,000 Cycles Storage Medium Tlc Speed Class Write/read Speed 64gb:up To 35/100mb/s 128gb:up To 70/100mb/s256gb:up To 90/100mb/s Durability 10,000 Insertion/removal Cycles Uhs-i Sdr104 Type Sdxc 40 Unit Lpr Camera Vertical Pole Mount - Vertical Pole Mounting Bracket Installed On The Cross Bar Galvanized Steel Sheet And Steel Material With Surface Spray Treatment Can Be Used For New Bullet Camera Outdoor Greycolo Must Be Compatible With Cctv Camera 22 Roll Metal Flexible Conduit 1 Inch - Metal Flexible Conduit 1 Inch 30 Meters Per Roll 44 Unit Molded Case Circuit Breaker Mccb 30a - Molded Case Circuit Breaker Mccb 30a 220v 2 Pole Din Rail Mount Type 22 Unit Molded Case Circuit Breaker Mccb 63a - Molded Case Circuit Breaker Mccb 63a 220v 2 Pole Din Rail Mount Type 22 Unit Poe Switch Power Supply - Power Supply 48v 2a 96w With Us Plug Please Refer To Attached Bid Instruction For The Eligibility Requirements, Technical Proposal And Financial Proposal Format. Drop Your Documents In The Bidding Box Located At The City General Services Officel, City Hall, Baguio. The Opening Of Bids By The Bids And Awards Committee Shall Be At The Cdrrmc Bldg., Lower Rock Quarry, Baguio City, January 10 , 2025 9:30 Am Coa Representative, Two (2) Observers From The Private Sector And Non-governmentagency As Well As Interested Bidders. Atty. Augustin P.laban Iii Chairperson, Bids & Awards Committee Please Read Conditions At The Back Hereof. Non-compliance Of Any Of The Provisions Thereof Will Invalidate One's Bid/quotation. Bidders Shall Fill The Blank Spaces Below. Respectfully Returned To The Bids And Awards Committee, Baguio, With The Prices Quoted. All Conditions Set At The Back Hereof Are Hereby Accepted. The Required Good Faith Deposit Is Hereby Enclosed In The Amount Of Php ______________________________________ In Cash, Check Or Surety Bond. My Business Is _________________________________________________ Which Is Licensed Under Business Permit No./ Mayor's Permit No.____________ Issued On ________________________________. My Nationality Is ________________________. Please Refer To The Bid Conditions At The Back Name Of Establishment Bidder's Signature Page 8 Of 12 Republic Of The Philippines Bids And Awards Committee Baguio City (074) 300-6537/ (074)442-8795 Bid Form Cp No. 2024-231 Bidding December 10, 2024 Circular Proposal No. Date Prepared The City Government Of Baguio, Through Its Bids And Awards Committee Desires To Purchase The Articles Listed Below Seven (7) Months Upon Receipt Of Contract Award. Item Qty Unit Particulars Abc (php) Unit Price Total (php) 22 Unit Residual Current Circuit Breaker 63a 220v - Residual Current Circuit Breaker 63a 220v With Grounding/earthing 2 Pole Din Railmount Type 44 Unit Sfp+ Module Lc Connector Type - Gigabit Single-mode Wdm Bi-directional Sfp Module Spec: Lc Connector, Tx:1550nm/rx:1310nm, Single-mode, 20 Km 7 Roll Solidwire Awg#12 - Solidwire Awg#12 75m Per Roll Use For Termination Inside Iot Box 7 Roll Solidwire Awg#16 - Solid Wire Awg#16 75m Per Roll Use For Termination Inside Iot Box 66 Unit Terminal Block Distribution 2 Input 4 Output - Terminal Block Distribution 2 Input 4 Output Push-in Type This Is A Lot Bidding, Partial Bids Are Not Allowed Please Indicate Brands Of Offers And Attach Complete Technical Brochures In The Eligibility And Technical Proposal Please Indicate Unit Prices Of Offers In The Financial Proposal Bidders Must Possess Valid Mayor's/business Permit With A Relevant Line Of Business For Use Of Cmo Mitd Under Pr No. 1 Please Refer To Attached Terms Of Reference In The Associated Components Please Refer To Attached Bid Instruction For The Eligibility Requirements, Technical Proposal And Financial Proposal Format. Drop Your Documents In The Bidding Box Located At The City General Services Officel, City Hall, Baguio. The Opening Of Bids By The Bids And Awards Committee Shall Be At The Cdrrmc Bldg., Lower Rock Quarry, Baguio City, January 10 , 2025 9:30 Am Coa Representative, Two (2) Observers From The Private Sector And Non-governmentagency As Well As Interested Bidders. Atty. Augustin P.laban Iii Chairperson, Bids & Awards Committee Please Read Conditions At The Back Hereof. Non-compliance Of Any Of The Provisions Thereof Will Invalidate One's Bid/quotation. Bidders Shall Fill The Blank Spaces Below. Respectfully Returned To The Bids And Awards Committee, Baguio, With The Prices Quoted. All Conditions Set At The Back Hereof Are Hereby Accepted. The Required Good Faith Deposit Is Hereby Enclosed In The Amount Of Php ______________________________________ In Cash, Check Or Surety Bond. My Business Is _________________________________________________ Which Is Licensed Under Business Permit No./ Mayor's Permit No.____________ Issued On ________________________________. My Nationality Is ________________________. Please Refer To The Bid Conditions At The Back Name Of Establishment Bidder's Signature
Closing Date10 Jan 2025
Tender AmountPHP 15.5 Million (USD 267 K)
1111-1120 of 1122 archived Tenders